5:00 P.M. COUNCIL CHAMBER - the City of Kenner

270
REGULAR MEETING OF THE KENNER CITY COUNCIL OCTOBER 19, 2017 - 5:00 P.M. COUNCIL CHAMBER - KENNER CITY HALL POSTED < 3:00 P.M. OCTOBER 16, 2017 MEETING CALLED TO ORDER INVOCATION/PLEDGE OF ALLEGIANCE ROLL CALL - COUNCILMEMBERS IN ACCORDANCE WITH COUNCIL RESOLUTION NO. B-14550, PLEASE BE ADVISED THAT ALL CELLULAR TELEPHONES, PAGERS, BEEPERS AND OTHER DEVICES OF THIS NATURE MUST BE DEACTIVATED OR SILENCED THROUGHOUT THE COUNCIL MEETING CONSENT AGENDA 1. APPROVAL OF MINUTES, of the regular Council Meeting of October 5, 2017. 2. APPROVAL OF ALCOHOLIC BEVERAGE PERMIT APPLICATIONS 3. APPROVAL OF BINGO AND PUBLIC GATHERING APPLICATIONS 4. CORRESPONDENCE: REPORTS FROM MAYOR. CAO OR DEPARTMENT HEADS 4-A. At the reguest of the Administration, a report from Mayor Zahn. 5. ACCEPTANCE/REJECTION OF BIDS REQUIRING AN EXPENDITURE OF LESS THAN FIVE THOUSAND DOLLARS ($5,000.00) 6. CHANGE ORDERS REQUIRING AN EXPENDITURE OF LESS THAN FIVE THOUSAND DOLLARS ($5,000.00) 7. ACCEPTANCE OF COMMITTEE FINDINGS (FINAL PASSAGE) 8. RESUBDIVISION ORDINANCES (FINAL PASSAGE) PUBLIC APPEARANCE AGENDA 9. PUBLIC HEARINGS (FINAL PASSAGE) 9-A. A PUBLIC HEARING regarding Resolution B-16825, a resolution calling a public hearing on October 19,2017 to determine whether the structure's) located at 3821 Ole Miss Drive, Kenner, Louisiana, shall be abated by repair , rehabilitation, demolition or removal. 10. OPENING OF BID 11 . RECLASSIFICATION OF ZONING (FINAL PASSAGE) 12. OTHER ORDINANCES (FINAL PASSAGE) 12-A. Summary Ordinance No. 12,303, an ordinance amending the Kenner Code of Ordinances, Article II, Sections 15-23 and 15-18 pertaining to traffic controls around Chateau Estates Elementary School. 13. RESOLUTIONS AND MOTIONS BY COUNCILMEMBERS 13-A. A resolution amending Rule 22, Agenda Format, of the Rules of Organization, Business, Order and Procedures of the Council of the City of Kenner.

Transcript of 5:00 P.M. COUNCIL CHAMBER - the City of Kenner

REGULAR MEETING OF THE KENNER CITY COUNCIL

OCTOBER 19, 2017 - 5:00 P.M.

COUNCIL CHAMBER - KENNER CITY HALL

POSTED < 3:00 P.M. OCTOBER 16, 2017

MEETING CALLED TO ORDER

INVOCATION/PLEDGE OF ALLEGIANCE

ROLL CALL - COUNCILMEMBERS

IN ACCORDANCE WITH COUNCIL RESOLUTION NO. B-14550, PLEASE BE ADVISED THAT ALL CELLULAR TELEPHONES, PAGERS, BEEPERS AND OTHER DEVICES OF THIS NATURE MUST BE DEACTIVATED OR SILENCED THROUGHOUT THE COUNCIL MEETING

CONSENT AGENDA

1. APPROVAL OF MINUTES, of the regular Council Meeting of October 5, 2017.

2. APPROVAL OF ALCOHOLIC BEVERAGE PERMIT APPLICATIONS

3. APPROVAL OF BINGO AND PUBLIC GATHERING APPLICATIONS

4. CORRESPONDENCE: REPORTS FROM MAYOR. CAO OR DEPARTMENT HEADS

4-A. At the reguest of the Administration, a report from Mayor Zahn.

5. ACCEPTANCE/REJECTION OF BIDS REQUIRING AN EXPENDITURE OF LESS THAN FIVE THOUSAND DOLLARS ($5,000.00)

6. CHANGE ORDERS REQUIRING AN EXPENDITURE OF LESS THAN FIVE THOUSAND DOLLARS ($5,000.00)

7. ACCEPTANCE OF COMMITTEE FINDINGS (FINAL PASSAGE)

8. RESUBDIVISION ORDINANCES (FINAL PASSAGE)

PUBLIC APPEARANCE AGENDA

9. PUBLIC HEARINGS (FINAL PASSAGE)

9-A. A PUBLIC HEARING regarding Resolution B-16825, a resolution calling a public hearing on October 19,2017 to determine whether the structure's) located at 3821 Ole Miss Drive, Kenner, Louisiana, shall be abated by repair, rehabilitation, demolition or removal.

10. OPENING OF BID

11 . RECLASSIFICATION OF ZONING (FINAL PASSAGE)

12. OTHER ORDINANCES (FINAL PASSAGE)

12-A. Summary Ordinance No. 12,303, an ordinance amending the Kenner Code of Ordinances, Article II, Sections 15-23 and 15-18 pertaining to traffic controls around Chateau Estates Elementary School.

13. RESOLUTIONS AND MOTIONS BY COUNCILMEMBERS

13-A. A resolution amending Rule 22, Agenda Format, of the Rules of Organization, Business, Order and Procedures of the Council of the City of Kenner.

I

I

I

I

13-B. A resolution appointing Tulio R. Murillo to the City of Kenner Board of Zoning Adjustments.

13-C. A resolution to fill an anticipated vacancy in the office of the District 5 Councilman in accordance with Section 2.07 of the Charter of the City of Kenner.

14. ITEMS REMOVED FROM THE CONSENT AGENDA

15. ACCEPTANCE OF CONTRACTS AND SIMILAR MATTERS APPROVED BY THE MAYOR

15-A. Summary Ordinance No. 12,297, an ordinance accepting the lowest responsive bid received from The Equipment Guy, LLC to furnish and install new spring floor at Barbre Gym in accordance with Sealed Bid No 17-6406 in an amount not to exceed $18,790.00 for the Department of Parks and Recreation.

15-B. Summary Ordinance No. 12,298, an ordinance approving Amendment No.2 and Renewal No.3 to the agreement between the City of Kenner and the Three C's Properties, Inc. which extends the term through December 31,2018 and increases the not to exceed amount to $25,000.00 annually for the Department of Parks and Recreation.

15-C. Summary Ordinance No. 12,299, an ordinance authorizing a cooperative purchase agreement with Genuine Parts Co. D/B/AI NAPA for the purchase of automotive parts on an as needed basis in accordance with Jefferson Parish Sheriffs Office Bid No. 17-AUG-2301 in an amount not to exceed $150,000.00 annually for the Department of Fleet Management.

15-D. Summary Ordinance No. 12,300, an ordinance approving the utilization of Jefferson Parish Contract No. 55-16631 with Traffic Solutions, Inc. for guardrail maintenance on an as needed basis in an amount not to exceed $50,000.00 annually for the Department of Public Works.

15-E. Summary Ordinance No. 12,301 , an ordinance accepting the lowest responsive bid from Barriere Construction Co., LLC received September 13,2017 by the Louisiana Department of Transportation & Development (DOTD) in the amount of $6,088,417.01 for New Orleans Airport Connector Road, State Project No. H.011276, Kenner Public Works Project No. 2014-003 A-RB for the Department of Public Works.

15-F. Summary Ordinance No. 12,302, an ordinance approving an agreement with Richard C. Lambert ConSUltants, LLC for construction engineerinq and inspection related services for the New Orleans Airport Connector Road, State Project No. H.011276 and H.011794, Federal Aid Project No. H011276 and H011794, Kenner Public Works Project No. 2014-003 A-RB in an amount not to exceed $530,434.00 for the Department of Public Works.

15-G. A resolution accepting as complete the agreement with Hahn Enterprises, Inc. dated July 18, 2017 regarding the furnish and install new Little Tikes Playground Equipment/or equal and no fault pour-in-place safety surface/or equal at Alabama Playground for the Department of Parks and Recreation.

16. ORDINANCES/RESOLUTIONS IN SUMMARY (FIRST READING)

16-A. An ordinance approving the plan of resubdivision of Lots 9 through 14 and Lots 35 through 40, into Lots 9-A, Square 41, Highway Park Subdivision, City of Kenner, Jefferson Parish, Louisiana which lots are owned by O'Reilly Automotive Stores, Inc. Case P-21-17 .

16-B. An ordinance approvinq the utilization of Jefferson Parish Contract No. 55-16828 with Trantex Transportation Products of Texas, Inc. to provide thermoplastic pavement markings on an as needed basis in an amount not to exceed $50,000.00 annually for the Department of Public Works.

16-C. An ordinance accepting the lowest responsive bid received from Bliss Products & Services, Inc. to furnish and install new playground equipment and pour-in-place at A.P. Clay in accordance with Sealed Bid No. 17-6405 in an amount not to exceed $37,270.82 for the Department of Parks and Recreation.

17. REPORTS FROM THE COUNCIL AND/OR SPECIAL COMMITTEES

18. NEW BUSINESS

19. UNFINISHED BUSINESS AND/OR MOTIONS TO RECONSIDER OR REMOVE FROM A TABLED POSITION

20. PERSONS WISHING TO ADDRESS THE COUNCIL ON SPECIAL SUBJECT MATTERS

21. MOTION TO ADJOURN

On motion of Councilmember Impastato, seconded by Councilmember Reynaud, the following resolution was offered:

RESOLUTION NO. B-16825

A RESOLUTION CALLING A PUBLIC HEARING TO DETERMINE WHETHER THE STRUCTURE(S) LOCATED AT 3821 OLE MISS DRIVE, KENNER, LOUISIANA, SHALL BE ABATED BY REPAIR, REHABILITATION, DEMOLITION OR REMOVAL

WHEREAS, on Ju ly 12, 2017, the Mayor of the City of Kenner received a report from the Director of Inspection and Code Enforcement indicating that the structure(s) located at 3821 Ole Miss Drive, was in a dilapidated condition; and,

WHEREAS, the owner(s) of the said structure(s), Mr. & Mrs. Luis A. Orellana , have failed to comply with all notices and/or orders to repair or demolish said building(s); and ,

WHEREAS, John W . Becknell , III, has been appointed by Mayor Zahn as Curator for the owner(s) in connection with this matter; and ,

WHEREAS, the structure(s) endangers public welfare; and ,

WHEREAS, it is necessary that the owner(s) of said structure(s) be ordered to appear before this Counci l to show cause why the structure(s) should not be condemned and demolished .

THE COUNCIL FOR THE CITY OF KENNER HEREBY RESOLVES:

SECTION ONE: That a public hearing shall be held at the October 19, 2017 meeting of the Council for the City of Kenner to determine whether the structure(s) located at 3821 Ole Miss Drive, Kenner, Louisiana shall be abated by repair, rehabilitation , demolition or removal.

SECTION TWO: That at the October 19, 2017 meeting of the Council for the City of Ken ner, Mr. & Mrs. Luis A. Orellana, through their attorney ad hoc, John W. Becknell, III , is required to show cause why the structure(s) located at 3821 Ole Miss Drive, Ken ner, Louisiana should not be condemned and demolished.

This resolution havi ng been submitted to a vote, the vote thereon was as follows:

YEAS: 7 NAYS: 0 ABSENT 0 ABSTAINED:O

This resolution was declared adopted on this, the 5th

~a1:J4U CLE~KOFTHECOUNC_I~~~~~~~~~~~~~_

DESIGNATED AREA. District 5

9A

On motion of Council member _______ , seconded by Council member ______ , the following ordinance was introduced:

SUMMARY NO. 12,303 ORDINANCE NO.

AN ORDINANCE AMENDING THE KENNER CODE OF ORDINANCES, ARTICLE II SECTIONS 15-23 AND 15-18 PERTAINING TO TRAFFIC CONTROLS AROUND CHATEAU ESTATES ELEMENTARY SCHOOL

WHEREAS, the City of Kenner needs to establish additional traffic controls to help congestion in and around Chateau Estates Elementary School ; and,

WHEREAS, ten (10) asterisks separated by a single space indicate that unchanged text precedes the amended text, words in strike threloJ§h type are deletions from existing law, and words underscored are additions.

THE COUNCIL FOR THE CITY OF KENNER HEREBY ORDAINS:

SECTION ONE: That Section 15-18 of the Kenner Code of Ordinances is amended as follows:

**********

(35) The speed limit on Chateau Boulevard starting at the intersection with St. Julian Drive and continuing two hundred fifty (250) feet south of Tavel Drive shall be that of a school zone as established by this section.

SECTION TWO: That Section 15-23 of the Kenner Code of Ordinances is amended as follows:

***.******

(a) Do not enter signs. **********

(33) "Do not enter" sign for non-resident vehicles from 12:00 p.m. to 3:10 p.m. on Tavel Drive facing east at its intersection with Chateau Boulevard.

(34) "Do not enter" sign for non-resident vehicles from 12:00 p.m. to 3:10 p.m. on Tavel Drive facing west at its intersection with Montrachet Drive.

**********

(b) One-way signs. **********

(86) "One-way" sign along Medoc Drive between Tavel Drive and Champaigne Drive which are to be effective during school hours (7:45 a.m. to ~ 9:00 a.m. and 2:30 p.m. to ~ 4:00 p.m .) at Chateau Estates Elementary School.

**********

(g) No left turn signs. **********

(13) "No left turn" sign on Medoc Drive facing north at the intersection with Vintage Drive.

This ordinance having been submitted to a vote, the vote thereon was as follows :

YEAS: NAYS: ABSENT: ABSTAINED:

This ordinance was declared adopted on this , the ___ day of ____ , 2017.

COUNCIL CLERK COUNCIL PRESIDENT

MAYOR

SUBMITTED BY: Councilwoman Maria C. Defrancesch, Council At-Large Division A, Councilman Leonard J . Cline, Council District 4

12A --------

On motion of Councilmember , seconded by Councilmember ______ " the following resolution was offered:

RESOLUTION NO. ___ _

A RESOLUTION AMENDING RULE 22, AGENDA FORMAT, OF THE RULES OF ORGANIZATION, BUSINESS, ORDER AND PROCEDURE OF THE COUNCIL OF THE CITY OF KENNER

WHEREAS, the Rules of Organization, Business, Order and Procedure of the Council of the City of Kenner were most recently amended by Resolution No. B-16511, adopted July 10, 2014; and,

WHEREAS, the Agenda Format is outlined in Rule 22 of the Council Rules; and,

WHEREAS, in order to maintain efficient administration of the business conducted at council meetings, it is necessary to describe in sufficient detai l all requests for discussions under Item 18 New Business ; and,

WHEREAS, this resolution shows text added to the Council Rules as underscored.

THE COUNCIL FOR THE CITY OF KENNER HEREBY RESOLVES:

SECTION ONE: That Rule 22 of the Rules of Organization, Business, Order and Procedure of the Council of the City of Kenner is amended as follows:

AGENDA FORMAT

RULE 22. The Agenda for the Council will be prepared as follows:

MEETING CALLED TO ORDER INVOCATION / PLEDGE OF ALLEGIANCE ROLL CALL - COUNCILMEMBERS

CONSENT AGENDA

1. APPROVAL OF MINUTES

2. APPROVAL OF ALCOHOLIC BEVERAGE PERMIT APPLICATIONS

3. APPROVAL OF BINGO AND PUBLIC GATHERING APPLICATIONS

4. CORRESPONDENCE: REPORTS FROM MAYOR, CAO, OR DEPARTMENT HEADS

5. ACCEPTANCE/REJECTION OF BIDS REQUIRING AN EXPENDITURE OF LESS THAN FIVE THOUSAND DOLLARS ($5,000)

6. CHANGE ORDERS REQUIRING AN EXPENDITURE OF LESS THAN FIVE THOUSAND DOLLARS ($5,000)

7. ACCEPTANCE OF COMMITTEE FINDINGS (FINAL PASSAGE)

8. RESUBDIVISION ORDINANCES (FINAL PASSAGE) 17 PUBLIC APPEARANCE AGENDA

9. PUBLIC HEARINGS (FINAL PASSAGE)

10. OPENING OF BIDS

11. RECLASSIFICATION OF ZONING (FINAL PASSAGE)

13A

12. OTHER ORDINANCES (FINAL PASSAGE)

13. RESOLUTIONS AND MOTIONS BY COUNCILMEMBERS

14. ITEMS REMOVED FROM THE CONSENT AGENDA

15. ACCEPTANCE OF CONTRACTS AND SIMILAR MAnERS APPROVED BY THE MAYOR

16. ORDINANCES/RESOLUTIONS IN SUMMARY (FIRST READING)

17. REPORTS FROM THE COUNCIL AND/OR SPECIAL COMMlnEES

18. NEW BUSINESS

19. UNFINISHED BUSINESS AND/OR MOTIONS TO RECONSIDER OR REMOVE FROM A TABLED POSITION

20. PERSONS WISHING TO ADDRESS THE COUNCIL ON SPECIAL SUBJECT MAnERS

21 . MOTION TO ADJOURN

Any item under new business must be described in sufficient detail so that the Council and Administration, as appropriate, can be properly prepared to discuss the item.

SECTION TWO: That in accordance with Rule 40 of the Rules of Organization, Business, Order and Procedure of the Council of the City of Kenner, this proposed change must layover for at least one (1) week before final passage.

This resolution having been submitted to a vote, the vote thereon was as follows:

YEAS: NAYS: ABSENT: ABSTAINED:

This resolution was declared adopted on this, the __ day of ____ , 2017.

CLERK OF THE COUNCIL PRESIDENT OF THE COUNCIL

MAYOR

SUBMITTED BY: Councilman Michael G, Sigur, Councilman Thomas Willmott and Councilman Leonard J. Cline

On motion of Council member , seconded by Councilmember _________ , the following resolution was offered:

RESOLUTION NO. __ _

A RESOLUTION APPOINTING TUllO R. MURILLO TO THE CITY OF KENNER BOARD OF ZONING ADJUSTMENTS

WHEREAS, in accordance with Section 4.28 of the City Charter and Louisiana Revised Statutes 33:4727, Section 21 .01 of the City of Kenner Comprehensive Zoning Ordinance provides for the creation of a Board of Zoning Adjustments; and,

WHEREAS, Section 21.01 further provides that the board shall consist of five (5) members and shall include two (2) alternate members, all of whom shall be freeholders and qualified voters; and,

WHEREAS, Section 4.28 of the City Charter provides that the members of the Board of Zoning Adjustments are appointed and removed by the Mayor with the approval of a majority of the entire authorized membership of the City Council; and,

WHEREAS, an alternate vacancy exists, the term of which is set to expire on September 19, 2019; and,

WHEREAS, the Mayor appoints Tulio R. Murillo to serve as an alternate member of the Board of Zoning Adjustments for a term to expire on September 19, 2019; and,

WHEREAS, the Mayor respectfully requests the approval of the City Council for this appointment.

THE COUNCIL FOR THE CITY OF KENNER HEREBY RESOLVES:

SECTION ONE: That Tulio R. Murillo is hereby approved as an alternate member of the Kenner Board of Zoning Adjustments for a term which shall expire on September 19,2019.

This resolution having been submitted to a vote, the vote thereon was as follows:

YEAS: NAYS: ABSENT: ABSTAINED:

This resolution was declared adopted on this, the ___ day of ______ 2017.

CLERK OF THE COUNCIL PRESIDENT OF THE COUNCIL

MAYOR

,

138'

On motion of Council member , seconded by Councilmember I , the following resolution was offered:

I RESOLUTION NO. ----

of. RESOLUTION TO FILL AN ANTICIPATED VACANCY IN THE OFFICE OF THE DISTRICT 5 COUNCILMAN IN ACCORDANCE WITH SECTION 2.07 OF THE CHARTER f F THE CITY OF KENNER

t HEREAS, there is an anticipated vacancy in the office of the District 5 Councilman; and,

WHEREAS, Section 2.07 of the Charter of the City of Kenner provides that in the event of ~ vacancy, either actual or anticipated, as provided for in the Louisiana Election Code Title ~ 8 Louisiana Revised Statutes, in the office of a Councilman, the Council shall appoint a gualified person, who shall succeed to the office of Councilman; and,

~HEREAS, in accordance with Section 2.07, this resolution is submitted to fill the r nticiPated vacancy until an elected officeholder can be sworn-in.

HE COUNCIL FOR THE CITY OF KENNER HEREBY RESOLVES:

SECTION ONE: That is appointed to fill the anticipated yacancy in the office of District 5 Councilman, effective until an elected officeholder is j WOrn-in, in accordance with Section 2.07 of the Charter of the City of Kenner.

This resolution having been submitted to a vote, the vote thereon was as follows:

t EAS: ~AYS: of.BSENT: i BSTAINED:

This resolution was declared adopted on this, the __ day of , 2017.

CLERK OF THE COUNCIL PRESIDENT OF THE COUNCIL

MAYOR

On motion of Councilmember , seconded by Councilmember _ _ ______ _ , the following ordinance was introduced:

SUMMARY NO. 12,297 ORDINANCE NO. __ _

AN ORDINANCE ACCEPTING THE LOWEST RESPONSIVE BID RECEIVED FROM THE EQUIPMENT GUY, LLC TO FURNISH AND INSTALL NEW SPRING FLOOR AT BARBRE GYM IN ACCORDANCE WITH SEALED BID NO. 17-6406 IN AN AMOUNT NOT TO EXCEED $18,790.00 FOR THE DEPARTMENT OF PARKS AND RECREATION

WHEREAS, sealed bids were solicited , opened and tabulated by the Purchasing Department on September 18, 2017 to furnish and install a new spring floor at Barbre Gym; and,

WHEREAS, it is the recommendation of the Director of the Department of Parks and Recreation that the lowest responsive bid received from The Equipment Guy, LLC be accepted; and,

WHEREAS, funding is available in Account No. 3735056-5492-1461.

THE COUNCIL FOR THE CITY OF KENNER HEREBY ORDAINS:

SECTION ONE: . That the lowest responsive bid received from The Equipment Guy, LLC to furnish and install new spring floor at Barbre Gym in accordance with Sealed Bid No. 17-6406 is hereby accepted .

SECTION TWO: That an agreement between the City of Kenner and The Equipment Guy, LLC in an amount not to exceed $18,790.00 is hereby authorized.

SECTION THREE: That the Mayor of the City of Kenner is authorized and empowered to sign any and all documents as may be necessary to give this ordinance full force and effect.

This ordinance having been submitted to a vote, the vote thereon was as follows:

YEAS: NAYS: ABSENT: ABSTAINED:

This ordinance was declared adopted on this, the _ _ day of _ ___ ___ , 2017.

CLERK OF THE COUNCIL PRESIDENT OF THE COUNCIL

MAYOR

-

15A

E. "BEN" ZAHN III .MAYOR

Date: September 18, 2017

CITY OF KENNER OFFICE OF PURCHASING

JVlEMORANDUM

To: Kennet~ Marroccoli, Director of Recreation

From: Theresa Nevels, Director of Purchasing 21I.1V:t Re: Sealed Bid 17-6406 Furnish & Install New Spring Floor at Barbre Gym

THERESA L. NEVELS PURCHASING

Attached is a copy of the bid tally sheet and bids received, regarding the above referenced subject. Please review and forward your recommendation by selecting the appropriate box below.

The reslJonsive bidder is The Equipment Guy, L.L.C. with a total bid of $18,790.00. If you are recommending this vendor for award, please mark the appropriate box below and return to the Purchasing Department. Since the amount is over $5,000.00, Council approval is required. Therefore,your department will need to prepare the necessary legislation.

If for any reason the lowest bid is not recommended, please mark the appropriate box· below and fUrnish the Purchasing Department with a detailed explanation of your justification for the recommendation, The Purchasing Department will then review your submitted recommendation for appropriate action.

Should you have any additional questions or concerns, please contact my office.

TN/sf •••••••••••••••••••••••••••• & ••••••••••••••••••••••••• •••••••••••••• ~-••••••••••••••••••

rst' Accept Lowest Responsive Bidder

D Reject Lowest Responsive Bidder

Recommended Vendor: ,...--c-c--c----------­(Explanation. ust Be Attached)

l Approved: _--.J~~!:::::"=~ _____ _

CC : Bonnie Moran

PuRCl'lASING DEPARTMENT' 1801 WILLIi\MS BOULEVARD- BUILIjlNG C/LENT1NI BUlLbING~RD FLOOR KENNER, LouiSiANA 70062 • OFFICE (5041468-7261' EMAIL: [email protected]

I

I i\

I " I I

I I I I

I I I: I

I I

CITY OF KENNER

DEPARTMENT: RECREATION

BlOT ALLY SHEET

BID NO. 17-6406

~ Sealed Bid

D Telephone Bid

D Letter Bid

BID DESCRIPTION: FURNISH & INSTALL NEW SPRING FLOOR FOR BARBRE GYM

BID OPENING DATE: SEPTEMBER 18, 2017

VENDOR TOTAL BID COMME;NTS

TIFFIN ATLETIC MATS, INC. No response VICTORY ATHLETICS SPIRIT No bid THE j=OQUIPMENT GUY $18,790.00

Isf

.~--~~~-~~~~~-.

-

Detailed Request Information

Good Afternoon, BONNIE

.Current Date: 8/1/2017 Current Time: 12:31:46 PM

MENU New Bid Request

New Purchase Request

Unsubmitied: Bids Purchases

Unapproved: Bids Purchases

Submitted: Bids Purchases

Closed:

Search:

Bids Purchases

Bids Purchases

Request Status

Confirm a Shipment

Email Purchasing

Questions/Comments

Logoff

Back to Main Menu

City of Kenner Main Page

http://securel.kennerJa. us/KPURlRequestinfo. asp?B idID=3 1591 & ...

Purchasing Department

Detailed Request Information

This Request has not been submitted to be approved yet. Once it is submitted, it can then be approved by a supervisor in your

department.

This Request is in a hold status until it is approved by a supervisor. Once it is approved, it can be processed by the Purchasing Dept.

General Request Information

ReqUest~ Dept. Ordered Bid Bid Bid Location

Est. Cost Entry Open Acet. # Action tD ~ # By Type

Date Date #

31591 I 5000 BONNIE Icontmct $25,000.00 8/1/2017 -c

0015069530860 50 ~@ MORAN 12:28:16

PM

Request Desc: PLEASE REBID SPRING FLOOR AT BARBRE GYM

MdSugge~~edVf'ndor

ITo submit this' request, clickhere.1

Back to Kenner Purchasing Main Page

gl1/2017 12:31 PM ... - ... -.... - '.- . _. __ .- --'--'. __ .

SPECIFICATIONS TO . FURNISH AND INSTALL A NEW GYMNASTIC SPRING FLOOR

AT BARBRE GYM -1610 THIRD ST., KENNER, LA 70062

The Kenner Parks and Recreation Department is seeking a qualified contractor to furnish and install a new Baltic Birch Spring floor/ or equal, in the City of Kenner's Barbre Gym, located at 1610 Third street, Kenner, LA 70062

The equipment used shall be new, of current manufacture, a production model, and must meet allState and Federal safety standards in effect at the time of installation. . Any items appearing the manufacturer's regular published specifications furnished by the biller are assumed to be included in the "Bidder's Proposal". Any deletions or variations from manufacturer's regular published specifications must be outlined in an attached letter. Minor deviations from these specifications which do not impair comparative functional equivalency will be accepted.

SCOPE OF WORK:

• Furnish and install 42' x 42' single layer Baltic Spring flooring with 2"x4" oil tempered springs lor equal

• Furnish and Install 6'x42'x2" Flex EVA carpet bonded foam, blue • Furnish and Install 42'x42'Skirt, blue

MATERIALS

• 42'x42' single layer Baltic Spring Deck! or equal • 6'x42'x2" Flex EVA carpet bonded foam, blue • Furnish and Install 42'x42'Skirt, blue • All materials needed to install flooring

WARRANTY

• One year warranty on material and labor

MISCELLANEOUS

• Completion of work should be within 30 days of the issuance of the Notice to Proceed.

• Clean up and removal of all debris is the responsibility of the bidder • Any questions pertaining to this bid should be directed to Theresa Nevels,

Director of Purchasing @ 468-7261.

New Spring Floor - Barbre Gym

E. "BEN" ZArIN liI MAYOR

AUGUST 23, 2017

THE EQUIPMENT GUY 1001 GENTRY LANE MARIETTA, GA 30064

RE: SEALED BID 17"6406

DEAR BIDDER:

CITY OF KENNER OFFICE OF PURCHASING

THERESA L NEVEI.,S PURCHflS1NO

[email protected] [email protected]

ATTACHED PLEASE FIND THE FOLLOWING BID PACKAGE FOR THE CITY OF KENNER CONCERNING:

FURNISH & INSTALL SPRING FLOOR AT BARBRE GYM, 1610 REV. RICHARD WILSON OR.

FOR THE CITY OF KENNER DEPARTMENT OF PARKS & RECREATION

PLEASE REVIEW THE PACKAGE AND INSURE ALL NECESSARY FORMS ARE SIGNED AND RETURNED PER THE BID CHECK LIST, SHOULD YOU HAVE ANY QUESTIONS REGARDING THE PACKAGE, YOU MAY CONTACT THE PURCHASING DEPARTMENT AT (504) 468-7261, BETWEEN THE HOURS OF 8:30 A.M, AND 4:30 P,M, DAILY, EXCEPT SATURDAYS, SUNDAYS AND HOLIDAYS,

BIDS WILL BE RECEiVED UNTIL THE HOUR OF 9:45 A,M., MONDAY, SEPTEMBER 18, 2017 IN THE PURCHASING DEPARTMENT, 1801 WILLIAMS BLVD" BLDG C - 3RD FLOOR, KENNER, LOUISIANA 70062, BIDS RECEIVED AFTER THIS TIME WILL NOT BE ACCEPTED, BIDS WILL BE OPENED THE SA[V1E DAY AND READ ALOUD, AT 10:00A.M, IN THE I(ENNER COUNCIL CHAMBERS, 1801 WILLIAMS BOULEVARD, BUILDING A, KENNER, LOUISIANA,

SINCERELY,

~c/ tr~/ THERESA NEVELS DIRECTOR OF PURCHASING

ftn

ATTACHMENTS

PUI<CIIASING DEPAllTMENT' 1801 WILLIAMS BOULEVMiD' B,UILDII'IG CIUNTINI EiUILDING 3RD FLOOR

KENNER, LOUISIANA 70062· Orrlc¢ (504) 468-7261' SMAIL: TN8VELe@I(ENI.IER.LA.US

5. Insurance Certificates: Subject to legislative approval, lIpon notification to tIle vendor as the apparent low bidder, the vendor shall Comm~llce securing all necessary insurance und bonels) if any, as required ill the bid specifications. The notification by the City of Kenller shall not constitute ~ccelJtance of the bid. Only t.he issuance of a Purchase, order or a signed contract constitutes acceptance on the patt oftbe City of Kenner.

6. A payment bond will be required for this bid. The amollnt of the bond will be 50% of the contmct price IInless otherwise indicated in the technical specifications. The sllccessful bidder shall supply the payment·bond shall be supplied to the Purchasi!lg Department.

7. By ::;ignjng t)l'e bid, the bidder celtifies compliance with all instructions for bidders, terms, general conditions and specific-ations; fli1d further certifies that the -persall signing the bid is a c~J1'fe!1t corpol"ate officer, partnership member or othel; individual;- or that the person is ~li ind ividual authorized to: b.ind tile vendor company. If the bid exceeds, $25,000 and the bidder is an agency, corporation, partnership, or other legal entity, the 'preside!}t, vice-president~ . secreta.ry/tl'easurer, or, an authorized agent, shall sign the proposal, and satisfactory evidence of the authority of tIle p~J'SOl1 signi'ng fQI' the agency, corparat.ion, partnership, or other legal entity shall be attached to the prop9sal. HFailul'e to include a copy of the appropriate signature authorization, if required, may result ill tile rejection of tile bid llnless bidder has complied with Ln. RS. 38:2212(A)(1)(C) 01" La. R.S. 38:2212(0)."

8. All bidders for the contracts for pllrchase oflUaterials andsupplies and/orfl1mish alld illstall must complete alld submit i,.vith their bid the c'Bidder's Statement of NOll-Coli usia nIl Form attached hereto.

9-. PerLa, R.S. 38:2222 each c!wllge order io a public Hlorks cOlltract OJ' to a con/ractfor materials (tlld supplies ilJllich arlds all amoullt of tell percent 0]' more of tlIe origillal contract amount mul lvldcll additioTlal flIJlOllllt is n!-least ten tflotlsrmd dollar;· sflall be recorded ill tfle JJ1ol"lgage Office of tire Jeffersol/ Parislr Clerk ofCollrt.

THESE GENERAL SPECIFICATIONS AND INSTRUCTIONS FOR BIDDERS HAVE BEEN REVIEWED AND ARE HEREBY ACKNOWLEDGED AND AGREED UPON BY VENDOR. FURTHERMORE, VENDOR HAS READ AND HEREBY ACKNOWLEDGES ANY AND ALL INSURANCE REQUIREMENTS ATTACHED HERETO TH!S BID AND HAS FACTORED SUCH COSTS INTO TOTAL BID PRICE:

FIRM NAME: ~ ;::L;.,_' J-61A L.Lr. ADDRESS: loa I /_ -'" J. L ,<;. W CITY STATE: dL-I:!-, ILnA ZIP: 200/</

TELEPHONE:h7~-GV~1 'h"'7ZZ-- FAX: SIGNATURE: ...;;t::. ~ TITLE: CE'o PRINT OR TyPE. MiA rWE: J.t:: ~

EMAIL ADDRESS: ~ £2-",- .0_ ~-I"", ~ / i7 J. J

This bid must be sigued by an authorized representative of the colnpanylfirm for bid to be valid. Sigiting indicates you have read and comply with the instmctionsaud conditions.

Page[30f3 REV.02/l2

BID FORM

SEALED BID NO. 17-6406

PROJECT NAME: Furnish and Install New Spring Floor at Barbre Gym

TIlE UNDERSIGNED BIDDER, h"ving familiarized himself with the WORK required by the specifications, the site where the WORK is to be performed, 10callabor conditions and all laws, regulations and other factors affecting pel'fonnance of the WORK, and having satisfied himself of the expense and difficulties attending performance ofthe WORK;

HEREBY PROPOSES and agrees, if this Bid is accepted, to euter into an Agreement in tlle form attached, to perform a1] WORlC, including the assumption of all obligations, duties and responsibilities necessary fO!' the successful completion of the coiltract and the furnishing of all materials and equipment required to be incorporated in and form a permanent part ofthe WORl(; tools, equipment, supplies, transportation, facilities, labor, superintendence and services required to perfonn the WORK; and bonds, insurance and sllbmittals; all as indicated 01' specified in the attached specifications mid contJ:act documents to be performed or furnished by CONTRACTOR for thefollowing:

TOTAL BASE BID OF: $---1.g;,....7L....L90""· "--.-,-,o,-,D-L-~~~~~~~~~~~~_

PRICE OF ANY ALTERNATES ACCORDING TO SPECIFICATIONS:

CTRCLE ONE:

(ADDIDEDUCTIVE) ALTERNATE NO. I: $ N/A

(ADD/DEDUCT) ALTERNATE NO. 2: $ N/A

(ADD/DEDUCT) ALTERANTENO.3: $ N/A

TOTAL BID OF: $ /1F, 7'10, 0 Q

**ALTERNATE PRICE TO BE INCLUDED IN TOTAL BID AMOUNT

THE UNDERSIGNED BIDDER ACKNOWLEDGBS RECEIPT OF THE FOLLOWING ADDENDA WI-nCH HAVE BEEN CONSIDERED IN PREP ARATlON OF THIS BID.

ADDENDA NO. ~ ____ _ DATED:~ __ ~

ADDENDA NO. ____ ~- DATED:~ __ ~

ADDENDA NO,_~ ___ _ DATED: _. ___ _

ADDENDA NO. _____ _ DATED:~~~_

Page llof2

SIGNATURE OF BIDDER:

LA CONTRACTOR'S LICENSE NO. *Required if Total Base Bid is $50,000.00 orabove as per LSA-R.S. 37:2150, et seq.

If an Individual: -=---,,--c-:--:c-c-----:--~-----­(Individual's Name)

doing business as: _________ ~

If a Partnership:

If a Corporation:

(Partnership Name)

by: -----~---------------

Paliner

(State ofIncorporatlOl1)

by: ~---'~"-.A-9' ,..."~*--='~=,,,----' --::-c:,---~--:-::----~ J .. (Signature of Corporate Official)

Title: -----<-L.~~"-='-'O"""c:=:_c=___,__,_--=_::__,_c=_,_=c------­(Title of Corporate Official)

(Business ~ddress) (Telephone Number)

(City) (State) (Zip Code) (Facsimile Number)

IF BIDDER IS A JOINT VENTURE, THE IDENTICAL INFORMATION MUST BE PROVIDED FOR EACH JOINT VENTURER.

Page I 2of2

-=------"=,---,--,,=-=--

CORPORATE RESOLUTION

EXCERPT FROM MINUTES OF MEETlNG OF nlE BOARD OF DIRECTORS OF

2t 1'"l-t",j&'7'L L L

. L?.G AT THE M.EETING OF DIRECTORS OF ,-z;;r;:. 't~,aoc-w-I~7 INCOftFOI<ftTED, DULY NOTICED AND

HELD ON /L.yr4 Z? . ,20)£, A QUORUM EEING THERE, PRESENT, ON MOTION DULY MADE AND

SECONDED, IT WAS RESLOVED, THAT ~7 ~"'C BE AND IS HEREBY APPOINTED,

CONSTITUTED AND DESIGNATED AS AGENT AND ATTORNEY-IN FACT OF THE CORPORATION WITH FULL POWER

AND AUTHORITY TO ACT ON BEHALF OF THIS CORPORATION IN ALL NEGOTIATIONS, BIDDING, CONCERNS AND

TRANSACTIONS WiTH THE CITY OF KENNER OR ANY OF ITS AGENCIES, DEPARTMENTS, EMPLOYEES OR AGENTS,

INCLUDING BUT NOT LIMITED TO, THE EXECUTION OF ALL BIDS, PROPOSALS, PAPERS, DOCUMENTS,

AFFIDAVITS, BONDS, SUREITES, CONTRACTS AND ACTS AND TO RECEIVE AND RECEIPT THEREFORE, ALL

PURCHASE ORDERS AND NOTICES ISSUED PURSUANT TO THE PROVISIONS ON ANY SUCH BID, PROPOSAL, OR

CONTRACT, THIS CORPORATION HEREBY RATIFYING, APPROVING, CONFIRMING AND ACCEPTING EACH AND

EVERY SUCH ACT PERFORMED BY SAID AGENT AND ATTORNEY-IN-FACT.

I HEREBY CERTIFY THE FOREGOING TO BE A TRUE AND CORRECT COPYOF AN EXERPT OF THE MINUTES OF THE ABOVE DATED MEETING OF THE BOARD OF DlRECTORS OF SAJD CORPORATION, AND THE SAME HAS NOT BEEN REVOKED OR RECINDED.

SECR~ DATE

BIDDER'S STATEMENT OF NON-COLLUSION For Labor and Materials Projects

As a bidder or prospective bidder to the City of Kenner, and as a condition for continuing to Sllbmit bids to the City of Kenner for materials and labor, I hereby certify that: .

1: I have not colluded with any employee or elected or appointed official of the City of Kelmer in any way in the preparation or submission of my PI'oposa1.

2. No employee or ejected or appointed official of the City of Kenl1er will receive anything of economic value from me or my company, either directly or indirectly, in am the successful low proposer for the sale to tile City ofKelmer of materia Is and labor.

This statement shall be considered as oll-goillg for as long as I continue to submit bids to the City ofKellller for materials alld laboL Should it be detennined that the statements made herein are false, I understand that I will be ineligible to submit any future bids with the City of Kelmer.

ADDRESS NAME OFOVE (PLEASE PRINT)

CITY, STATE, ZIP CODE TITLE DATE

7/09

AFFIDAVIT Employment Status Verification

STATE OF LOUISIANA PARISH OF .mFFERSON

BEFORE ME, the undersigned authority, personally came and appeared,

~7,~=·.'4'LrJ'"-'i!L.""hCL~"'.1&;t<"'VJLJ[""LC ____ ~' who after being duly swom, deposed and said that he/she is

the fully authorized _~C"""-,S,,-,,o"--_____ of 7k &g0~",J h'" '7 ) L. L, L ,

(hereinafter referred to as bidder), the parly who submitted a bid for P,h7 Fh:Jc",f (£~,t;'1WL

Bid Number /7-(,(/0(" and said bidder further said:

(1) That bidder is registered and participates in a status verification system to verify that all employees in the State of Louisiillla are legal citizens ofthe United States or are legal aliens. . .

(2) That bidder shall continue, dlU'ing the telm of the contract, to ntilize a status verification system to verify the legal status of all new employees in the state of Louisiana.

(3) That bidder shall require all subcontractors to submit to the bidder a sworn affidavit verifying compliance with statements (I) and (2).

SWORN TO AND SUBSCRIBED BEFORE ME ON THIS ::3 \ ~ DAYOF Pr-u2jU-6T- ,20)/.

Signatl~

Created: 8/1 JllO 17 LA-RS § 38:2212.10(2011)

1 I !

Ii fi

Ii '[ I Ii I:

Ii I' I

STATEJBANK &llustCompany

~ITTER TEE EquIPMENT GDY LLC

PAY EXACTLY **939 AN~ SO/lOO DOLLARS TOTRE ORDER OF THE CITY OF KENNER

11'0000285021;11" ';0 I; • W t, .231: 000002711'

Cashier sCheck

Date: 7/24/i7

Brandl' 0403

r

l 2.85026

~, ~

§ . '.iE o o

$939.50 1 ] o , ~

'"

r "

I I

I

I

i

,~~~~~~ 1~~-~~~4~'C~ ____ ~ __ ~ ________ ~~~~~~~~~~~~~~~~~~~ V~ .. ~'· {:~:--::-" _ ,_." . ',~ ~~:::-('"~ -' --.' ~",.-~:ti:;".~_.,,;::-""~. Ej'~~~ 7~~:~:_~~_--- _,~_, _~ ~_--:~~~,-~ __ ~?'''~,~", : _.,';_ ,- ,_', _, . -."-'- ~-- -~~,_c_~_ -~~-45 .. ;;~}9. a~_, . .p~

--I r c " . . _ T 71llu~illJll~llllliliQi!~!III\ll~II!1111~j!i!liil'limlljl~1~lilif- -

€~ ~ , e , ~ , • .. , Il " 8 , ,

,I , , , , ~ i i ,

""""'[ ~,

E:l86443871DUS

IINITEO STIITES * M A I L-I< I PRIORITY

illifJ POSTilLSERVlCE3, EXPRESST1.'

J~~;~i~J)l~;U;~~II:"~; '--.' " '-: ... " ,--,..=f.'"_ ..... k"....'~,"',r~_.!I""':iII.':;',.;.; ... "~~ - --,- c _,_ '. I''''''O/'l'ji ~l~E~_~~~.~~~~.i'-J,i'.;:::~~~ESr·:->~"Oi;'~c~---'ci~:';;~:i'-::t;;;;;;;;T,;:-"""'""-J

iii ~1R'I.'m'!. I~II I III IIIII II III

1007 7005'2.

__ §~~~§3:::~~~~:~~;:;".,-··''" .. ::.~:~'''':;:: ~2~~::-"' :-.~:.:~,~ :~~ I. ~ .' .,-,' , ., .. --.",,-,I·'~IATION

/",,0 ~ -_,"',,, 1'-"''''''.'--' ' I',." AL USE ""' • .,." ..... "" J::L HERE I'-'C-"'-'"

! I " .i._ I ~~

.----'C.

a~";;1 1""""' .,UQ'Sl)-ocl'."'O-. ".llUSPS.<om O'c..II'<r!I-=-"11. ""'f"I'r 01",,"", E *

• ~100''''''',,",o'' .. ''n''~''''. :t

WHEN USED INTERNATIONAllY, --l

A CUSTOMS' DECLARATION

U,~:gSTAGE

lMfdm", GA

SE~~5<JJ.·

$23.75 f\2:lQSY151958-6

~ 'j

l! ;i "

11 ~~ .<!~

t~ li ~J :g1 ~1 11 ~ , ii

LABEL ~IAY BE REQUIRED.

~ INSURANCE INCLUDED

..a PICKUP AVAILABLE "' SEP 5 p:~ 2:~~ ~I ~l ;;< 2J ,<ffjm~

EPT3FJuly 2013 OD;125 x9.5

III 1II1111111mlllllllllllili 1111 III PS10001000006

L

I SIGNATURE INCLUDED UPON REQUEST

'" Money B'ld( GUilr.mtco to U.S" solect APD/FPO/DPO, ;md saloct Inturndtlon<ll destln~t,lon;. Sec D~IM and lMM <It po.l.Isps,~om for cQffiploto dctc.lIs.

t Money Bilek Guarnntofl (or u,s, d"rt1naUons only, -.J VISIT US AT USPS. COMO ~ I (~11 iiiir'M UNfTEDSTJ1TES

'& ~ .. ~~. I!i.ii POSTJ1LSERVlCE. ORDER FREE SUPPLIES ONLINE

===-~=~~----- ,-~~~

"' lP ", " ~ , "

[ , I

l

On motion of Councilmember , seconded by Councilmember 1----------' the following ordinance was introduced:

SUMMARY NO. 12,298 ORDINANCE NO.

AN ORDINANCE APPROVING AMENDMENT NO.2 AND RENEWAL NO.3 TO THE AGREEMENT BETWEEN THE CITY OF KENNER AND THE THREE C'S PROPERTIES, INC. WHICH EXTENDS THE TERM THROUGH DECEMBER 31 , 2018 AND INCREASES THE NOT TO EXCEED AMOUNT TO $25,000.00 ANNUALLY FOR THE DEPARTMENT OF PARKS AND RECREATION

WHEREAS, Ordinance No. 10,892, adopted on April 23, 2015, approved an Agreement between the City of Kenner and The Three C's Properties, Inc. to supply batture mud and spillway dirt on an as needed basis in the amount of $10,000.00 annually; and,

WHEREAS, on June 2, 2015, the City of Kenner and The Three C's Properties, Inc. entered into a Agreement to supply batture mud and spillway dirt on an as needed basis; and ,

WHEREAS, on November 10, 2015, the City of Kenner and The Three C's Properties, Inc. entered into Amendment No. 1 Renewal No. 1 which extended the term of the agreement through December 31,2016 and added federal clauses; and,

WHEREAS, on March 8, 2017, the City of Kenner and The Three C's Properties, Inc. entered into Renewal No. 2 which extended the term of the agreement through December 31 , 2017; and,

WHEREAS, the City of Kenner and The Three C's Properties, Inc. wish to enter into Amendment No. 2 and Renewal No. 3 which will extend the term of the Agreement through December 31, 2018 and increase the not to exceed amount to $25,000.00 annually.

WHEREAS, funding is available in Account No. 3735000-5490-1320.

THE COUNCIL FOR THE CITY OF KENNER HEREBY ORDAINS:

SECTION ONE: That Amendment No. 2 and Renewal No. 3 of the Agreement between the City of Kenner and The Three C's Properties, Inc. extending the agreement through December 31, 2018 and increasing the not to exceed amount to $25,000.00 annually is hereby approved.

SECTION TWO: That subsequent modifications or amendments to the Agreement between the City of Kenner and The Three C's Properties, Inc. may be approved by resolution.

SECTION THREE: That the Mayor of the City of Kenner is authorized and empowered to sign any and all documents as may be necessary to give this ordinance full force and effect.

This ordinance having been submitted to a vote, the vote thereon was as follows:

YEAS: NAYS: ABSENT: ABSTAINED:

This ordinance was declared adopted on this, the __ day ________ , 2017.

CLERK OF THE COUNCIL PRESIDENT OF THE COUNCIL

MAYOR

158

. . .. 'On motion of Councilmember Reynaud. seconded by CounoilmefTlber Cline, the following

. :: ordinance was introduced:

SUMMARY NO. 11,841 ORDINANCE NO. lO,agz-

1 ' . • . ( AN ORDINANCE ACCEPTING THE LOWEST 'RESPONSIVE BID RECEIVED FROM. . " THE THREE C'S.PROPERTIES, INC. FOR THE PURCHASE OF BATIURE MUD AND' Ii SPILLWAY DIRT ON AN AS NEEDED BASIS IN ACCORDANCE WITH SEALED BID! !; NO. 15-62:63 AND APPROVING A CONTRACT,. IN AN AMOUNT NOT TO EXCEED i' I: $.10,000.00 PER YEAR FOR THE DEPARTMENT OF ~ARf';"S .AND RECREATION·

, '. . .

:: WHEREAS, seale,d bids were received and tabulat.ed by the ~urchasirig ,Dep'artm~nt on . J: ,March 12, 2015 for an annual contract to supply batture mud and spillway dirt for sports i n, fields; and,

II WHEREAS, it is the recommendation of the Director of Parks and Recreation that the ~. j: responsive bid received from The Three. C's Properties, Inc. b.e accepted; and,

1 i WHEREAS, funding for this purchase is avail.able j~ various operating and capital: !: accounts. .

~~ THE COUNCIL FOR THE CITY OF.KENNER HEREBY ORDAINS:

;j SECTION ONE: That the lowest responsive bid -received from The Three C's : i Properties, Inc .. for an annual contract to supply batture mud and spmway dirt in :: accordance with Seale'd Bid No. 15-6263 is hereby accepted.' i. i ~ .: SECTION TWO: That a contract with Ihe Three C's Properties, Inc. in an amount rmt ': I) fo exceed $1 0,000.00 per year.'is hereby authorized. . I

:! . '.; Thl.;; ordinance having been submitted to a vote, the vote thereon was. as follows: !I " .

)i YEAS: 6 .. NAYS; 0 ;[ ABSENT: 0 ~! ABSTAINEO:CouncHmember Keltll Conley

i i i;;:L:a:JJi adopted on thi" the 23" /fji' ;iI'&~1 ~I CL KOFTHECOUNCIL PRESIDENTOFTHECOUNCIL " " ,;

"

i:

,lr

4&{~.~ YOR .

CITY OF KENNER IBID 1f AllY SHEET

DEPARTMENT: RECREATION

BID NO: 15-6263

r><:I Sealed Bid

o ielephone Bid

o letter Bid

Bm DESCRIPTION: ANNUAL tONiRACT BATTURE MUD & SPILLWAY DIRT AS NEEDED

BID OPENING DATE: MARCH 12,2015

VENDOR TOTAlBlD COMMENTS

HAMP'S ENTERPRISES, lLC NO RESPONSE THE THREE C'S PROPERTIES $13,910.00 CONSTRUCTION AGGREGATE NO. RESPONSE SUPPLY, INC FRICKEY TRUCKING, LLC NO RESPONSE J P & SONS DREDGING, LLC $13,250.00 IIIO!\UmSPOIIISIVE-NO BID

SECUR!IY INCLUDED LB BOUDREAUX'S TRUCKING, lLC_ __._ .$15,50Q,00

TN/rol

2015

ANNUAL CONT.RACT. TO SUPPLY.BATTURE MUD ON: AN AS NEEDED BASIS .

NTE $10,OM:00 ANNUALLY

THIS AGREmvIENT, made, and entered into at K~er, LouiSiana on the below listE?d'

dates, by and between the City of Kenner, State of L01rlsiana, herem represented by 1vfichael s. Yenni,

Mayor, 1,1ere:i.nafler· ca:l1ed I'OWNBR", and TEE 'I'HREB C'S PROPERTIES, INC_,. herein represented by Connie Boe, ~Iesideni, b.~einafter called «CONTRAC'~OR" '.

WITN:ESSED, that OWNER and CON:TRACTOR, f9r the consideration hereinafter stated,

agree a!? follows:

. ," . . . .

CONTRACTOR shall supply batture mud Oll an as needed basis for fueprices and on tenn:s . and conditi.(:ms specified in. Sealed Bid 15-~26~.

Said Bid,' along with 'a copy of·appro;ed Ordin~ce No . .1 0,892 are attached here~o' a.p.d

. made a part of tbis Annual Contract.

OWNER do~ not gnarantee .to purcp.ase any specific dollar a:mount .or quantity .o~

materials; all materials will be purchased on an "as needed" basis. Payments will be process'ed within thlrty

(30) days ofteceipt of an original invoice, which must ic.dica±e a purchase ordei.n~ber, if.~pplicab1e, and

must be accompahled by a signed delivery ticket. Invoices are·to 'be mailed to P.O. Box 610, Kenner,

Louisiana .70063, The terms an:d conditions of-this contract shall be in effect. for one (1) year from the date.

that the co~tract is sign.~ by all parties until January 30} 2016 tinl~s the renO"Wal option is exercised in

.accordance with the foilo~g provisi.on.

Renewal Option:. Subject to approval of both CONTRACTOR and OWNER, this concr.ct m:ay be :tenewed fOI three .(3) years in one (1) year.intervals, provided all t'enns: conditions, . and pri~es . remain. unchanged. CONTRA-CTOR shall notify the. Parks and. Recreation Department of the City -of

Kenner,-m writing, prior to December 31, 2015 ofthcirmtent to exorcise the renewal option:

All in accordancewitb.'Ordinance No. 10,89:?- by-the Kenner City Council on April 23, 2015.

TIlliS DONE ANDSIGNED,at J>:mner, Louisiana 'on the dates hereinafter indicated. .

CITY OF JqlNNER, LA

Thec~IuC. By.~~~~~~~ ________ __

CaDDie Boe, President

Date: 'S I" 1,.::>

AMENDMENT NO.1 AND RENEWAL NO.1 OF CONTRACT BY AND BETWEEN CITY OF KENNER

AND . THE TlIREE C'S PROPERTIES, INC,

BE IT KNOWN AND REMEMBERED THAT this Amendment No.1 and :Renewal No.1 of Contract by mid betW~ City of Kenner (hereinafter "Owner), a local governmental subdivision of the State of Louilliana, represented herein by Michael S. Yenni, Mayor, acting. pursUa;lt to authorization granted by the Charter of the City of Kenner, and The Three C'5 Properties; -Inc. (l!.ereinafI:er­"Contractor") representt=d herein-by Connie Boe, President., duly auth.orlzed., is made and entered into, to-wit .

WBEREAS~ 'on June 2, io 15, Owner. and Contractor entered mto a contract for Contractor to. suPPly batture-mud on an as needed basis (here1nafier"Contract"); arid, ~

WHEREAS, the contract conta:ins a renewal provision that ·states that the contract may be renewed for three (3) additional years in one (1) yeJ3I intervals; and,

WHEREAS,. Owner and Contr~ctor "mutually desire to' exercise: the :first'rehewal O~OD, 'whloh will extend the term oftbe Contract to December 31, 2016; and, ,

WHEREAS, Owner and Contractor mutually desire to.. amenq. :the Con:b:'act to. . insert certain ", . cOlltracf clauses maI).cfated by the federal government for federally funded:or reimburiable contracts .

. N9W, THEREFORE, Owner and Con:tracror agree as follows to wit: .

SECTION ONE:

SECTION TWO:

SECTION THREE:

That Renewal No.1 is herebyexp-cised.

Tha~ the term of the Contract ii hereby extend"ro to Decemb~ 31,2016.. .

That" the .Contract is hereby ar.iJ.ended.by insemng the followmg provision:

Federal Clauses: Contractor agrees to the following miscellaneous terms and provisions for au ~era):l.y funded and reimbursable·contracts: . A) coritractor shall comply with ExeCutive Order 11246 of

September 24, 1965, entitled, ''E~ Employment Opportunity", as amended by: Executive Orqer .11375 of October 13, 1967,· and as supplemented. in Department of Labor Regulations (41 CFR Chapter 60) .

. B) Contractor shall" comply with the Copeland "Anti-Kickback" Act (18 U.s.C. 874) assupplemCD!ed by Department of Labor Regulations (29 CFR Part 3).

C) Contractor shall comply with Sections 103 and· 107 of t.b,e ContIact Work Hours and· Sa.fety St.a:o.daids Act (40 U.S.C.· 327-330) as supplemented by Department of Labor Regulations (29 CFRPart'5)'

D) Contractor shill comply with all notices Of awardin·g agency . requirements and regulations pertaining to reporting.

E) Contractor shall comply with all notice of awarding 'agency requirements and regulations pertaining to patent rig1;J.ts with respect to any discovery or invention which. arises or is developed in the·co.lJISe of oi under such·cOntract.

F) Contractor shaIl comply. with a;u. awarding agency requimnents and regulatiOlis pertallring to copYrights and rights in data . .

G) Contractor shall provide ac~~ss by the State ·of ~u:isian~ City of Kenner, . United . St~tes of Americ~ Federal Emergoncy Management Agency; Controller GeiJ.eral. of the United States, or any·· of their· duly authorized representatives, to any books, documents, papers and records of Contractor which are direCtly.pertinent to th.iJ!. specific Agreement ferr: the purpose of m.a1dng audIt, e.:tarnlnation.or excepts,. and transcriptiOllll. .

H) Contractor shall retain all requrred reCords for a peJjod of at least tb:r~e years after the State of Louisiaila or qty of Kenner has lIIiide final payments and all other pend.ini matters are dosed. . . .

:0 Contractor· shall comply with all applicable ~tandards> ord~ or requirements issu~d Under Section 30e! of the Clean·Air Act (42 :u.S.C. 1857(h)), SC<;tion 508 of the Clean Water Act

(33 U.S.C. 1368), Executive' Order 11738, and Environmental Protection Agency RegulatiODS (40 CFRP~ 15).

J). r::;ontractor shall 'comply with all·ID.aD.da,tory standards and policies relirt.ing to' energy efficiency whioh are coirtaitied in the State Energy Conservatlo:q Plan issued m compliance with the Energy Policy and Conservation Act (public Law 94-163.89 STAT 871) ..

K) Contractor certities that ~ontractor will not and has not used any' Fede:ra.1 funds to .:iJlfluence an employee or member of COngress in obtaining any federal award· (Byrd Anti­Lobbying Amcn<jment).

L) Contractor declares that Contractor,'. its pr.iIiciples or affiJiates (subcontractors), ate not currently disqualified as a result of debarment or suspension. . .

IN'I.'ltNDING 'TO EE LEGALLY BOUND, the parti~ hereto have entered 'this Amendment No.1 a:n.dRenewal No.1 of Contract on the date first written. above ..

WITNESSES:

.. ~.#t:Ei . ~/~

WITNESSES:

V!l2fie) IJdIj~

Cif·~C:~

Legal Department

~~7£~.ue;) S. ayor .

Date: . If ;'o/rs . .

THE.~C'SPR~'INC. By: ~~~ . CONNIE BOE, President

\ell 0 "'\I\~ Dato:' ___ ~.cc.-'--">d..L.

RENEWAL NO.2 OF THE CONTRACT BY AND BETWEEN CITY OF KENNER

AND THE THREE C'S PROPERTIES, INC.

BE IT KNOWN AND REMEMBERED THAT this Renewal No.2 of the Contract by and between the City of Kenner ("Owener"), a political subdivision of the State of Louisiana, represented herein by E. "Ben" Zabn III, Mayor, acting pursuant to authorization granted by the Charter of the City of Kenner; and The Three C's Properties, Inc. ("Contractor"), represented herein by Connie Boe, President, duly authorized, is made and entered into, to y.'it:

WHEREAS, on June 2, 2015, Owner and Contractor entered into a contract for contractor to supply batture dirt on an as needed basis; and,

WHEREAS, the contract contains a renewal provision that states that the contract may be renewed for three (3) additional years in one (1) year intervals; and,

WHEREAS, on November 10, 2015, Owner and Contractor exercised the first renewal option, which extended the term of the Contract to December 31, 2016; and,

WHEREAS, Owner and Contractor mutnally desire to exercise the second renewal option, which will extend the term of the Contract to December 31, 2017.

NOW, THEREFORE, Owner and Contractor agree as follows:

SECTION ONE: That Renewal No.2 is hereby exercised.

SECTION TWO: That the term of the Contract is hereby extended to December 31, 2017.

INTENDING TO BE LEGALLY BOUND, the parties hereto have entered this Renewal No.2 of the contract as of the date written below.

Cll!l~: ~

~ I~ Date: --,-3.L.,/,-~",,-,/,---,1_~1----__

T~TIES'INC' WITNESSES:

CONNIE BOE, President

Date:d../3/J 7

On motion of Councilmember , seconded by Council member 1----------' the following ordinance was introduced:

SUMMARY NO. 12,299 ORDINANCE NO.

AN ORDINANCE AUTHORIZING A COOPERATIVE PURCHASING AGREEMENT WITH GENUINE PARTS CO. D/B/A NAPA FOR THE PURCHASE OF AUTOMOTIVE PARTS ON AN AS NEEDED BASIS IN ACCORDANCE WITH JEFFERSON PARISH SHERIFF'S OFFICE BID NO. 17-AUG-2301 IN AN AMOUNT NOT TO EXCEED $150,000.00 ANNUALLY FOR THE DEPARTMENT OF FLEET MANAGEMENT

WHEREAS, the Jefferson Parish Sheriff's Office (J .P.S.O.) entered into an annual contract with Genuine Parts Co. d/b/a NAPA for the purchase of automotive parts on an as needed basis, in accordance with J.P.S.O. Bid No. 17-AUG-2301; and,

WHEREAS, pursuant to R.S. 38:2212.1 (F.) , any public entity may purchase materials, supplies, and equipment pursuant to the cooperative purchasing provisions of R.S. 39:1701 et seq. ; and,

WHEREAS, the Department of Fleet Management is responsible for the repair and upkeep of a fleet of City of Kenner vehicles, and is in need of an available source for automotive parts; and,

WHEREAS, J.P.S.O. has agreed to allow the City of Kenner to engage in cooperative purchasing with regard to J.P.S.O. Bid No. 17-AUG-2301 ; and,

WHEREAS, Genuine Parts Co. d/b/a NAPA has agreed to furnish automotive parts to the City of Kenner at the same prices and upon the same terms and conditions as those furnished to J.P.S.O. pursuant to J.P.S.O. Bid No. 17-AUG-2301; and,

WHEREAS, it is the recommendation of the Director of Fleet Management that a cooperative purchase agreement be approved; and,

WHEREAS, funding is available in Account No. 0013038-5750.

THE COUNCIL FOR THE CITY OF KENNER HEREBY ORDAINS:

SECTION ONE: That a cooperative purchasing agreement with Genuine Parts Co. d/b/a NAPA for the purchase of automotive parts on an as needed basis in accordance with Jefferson Parish Sheriff's Office Bid No. 17-AUG-2301 in an amount not to exceed $150,000.00 annually for the Department of Fleet Management is hereby authorized.

SECTION TWO: That any necessary automotive part purchases from Genuine Parts Co. d/b/a NAPA incurred prior to the effective date of this ordinance as a result of the time delays associated with advertising are hereby ratified and approved.

This ordinance having been submitted to a vote, the vote thereon was as follows:

YEAS: NAYS: ABSENT: ABSTAINED:

This ordinance was declared adopted on this _ day of ________ , 2017.

CLERK OF THE COUNCIL PRESIDENT OF THE COUNCIL

MAYOR

15C

, '

JPSO BID .# 17-AUG-2301 2017 Auto Parts

INVITATION TO BID

JEFFERSON PARISH SHERIFF'S OFFICE 1233 WESTBANK EXPRESSWAY, ROOM 411

HARVEY, LA 70058

Refer All Inquiries to: Col. James McClendon

504-832-2456

BidslRequests for proposals will bereceived in the purchasing division until 9:30a.m. Wednesday August 23, 2017 and then pubJicaJly opened at

10:00a.m. Wednesday August 23, 2017

Note: Only bids written in ink or typewritten, and properly signed by a member of the firm or authorized .

representative, will be accepted. Pencil andlor photographic copies of signatures disqualify bid.

Delivery Date must be indicated:

DESCRIPTION OF ARTICLES

Automotive Parts . (See estimated quantities listed below)

It S t\I cEill) E.D TaxID#

Starting Time (In Days):

. NlA

Must be indh::ated for constroction work.

Completion Time (In Days): NlA

Unless specified your bid may not be considered.

~ G¥:: {XS:ft,;t.;r rnm'IY?" Signature Title

Print or Typed Name I

$ fJO sHifC:iAlS t$ /l£/f It R.I>. :.(&-er':li£~t)A/ /. tf2 Address r . TelePhone r;17'J-f?3'1-:?:(J

EO?:?! City State Zip

Contract Valid for (1) year from date of awarding unless otherwise specified.

1

JPSO BID il17-AUG-2301 2017 Auto Parts

I ,4- .luMJJ. 0;; EST. IF EQUAL NAME &

ITEM NO. QTY PART NAME & NO. NO.

NAPA .oIL FILTERS

1 1QO().1300 1348 i..f _t:; 9:' 2 0-5 1356 . <:- t"i 3 0-5 1358 -i. '-;;9 4 100-500 1372 l../.~"S 5 0-10 1394 ~ "7,Q' 6 0-10 7045 <::" / .7\

7 0-30 7047 S'~V 8 025 7051 -9 0-5 i060 c;: 1./ 7

10 0-30 7151 j~ t9 11 1500,2500 7502 .l/ fl7)

12 0-20 7526 ~"r/ 13 0-10 100010 I::;' ! Cf 14 0·40 100050 ,p. ;z, /1)

DiSCOUNT OFFERED ON BALANCE OF LINE

.. . NAPA AIR Filt~RS

15 0-50 200048 J /J ?'7 16 0-15 2000316 /;::5;';' 8"0 17 0·20 2484 'J If f' 7 18 50-150 6134 "07Y 19 100·500 4068 . J j; (1$ 20 0-110 9114 I'/)' (J -;7

21 0-50 6418. 4~'~?' 22 0-10 6804 ., //)'.9 '7 23 500-100 6935 4//~7 24 0-5 (;975 -, J &'P7' 25 0-10 9073 1./ f../ f/ ).... 26 0-10 9201 )S/?-y 27 0-20 9223 ~g8V 28 0-10 9288 I~ 2.;/) 29 0-10 9746 ~ R- t::Tl> 30 0-50 9883 -zt;;.'1~ 31 0-15 9902 '/0.4 J"

DISCOUNT OFFERED ON

BALANCE OF LINE

Refer All Inquiries to: Co!. James McClendon

504-832-2456 .

% LIST PRICE OFF

1:< J<./ &7 / <7 'c;' </ . "7 {(-

;1/) 7~ /~9-

J '31<1 I;, ""7

j ;;;'.R-'A fi9 ii.'ll. /;,t,

J {p')'A {'" Q--C}~ • .j q I-i/~ I'.;;.. "r ... i.! 7S q ::; .:z -;;I, 7~ i.3 S'/) /A 7 J) 5A '7/.; I" 'ttl iiA7 ?-:? 10 //79

L·~5

S,II,./a I" f("

:3<T~ / 77 h1'~.q.A 1"71 17 S:V '7/} :z '" i~ ?-? :2..t"gl.; I.., -.; '$ 0; O;;J. "?"'f . .. ~ '1

7<1 &9 :2.. {.;.It, '/r;

'? 1 e"7/. "7)), <J (;<./; 7lP 3154 7/~

:A !): ls"e: 7/~

"'oS'IG Ij~ $frOe;; gn Y 7.<50 &b-

Co:3ID loS'

L-&5

,I I(,,?~, I~' o f'. ~ '--""'I

BID

PRICE

(..J J'/ ~

aq, lJ (;, b (f 'S'.

Izj -<..j (') 5 c;-, Ie;

l-.

So tJ / .. Yo».5 s'J~

3 1 ;?-.5 "'::v t ;:;",9..1, ,

Jt.,I,5 ~ "?, 9 ~ ;J..I.J:h S~/J ~;A ~ Ii 9:

I'-J i./ -3. :9 :;J

Ij~ .3 b

1t{8/ >,."$t; ~~.5 .f.:U

/"",9 W $';,~:7

<:) C}-r;

. --7"' 9; -71./, D :5-~ ~

53: 1>' 7£) ~ inS

7.77 fr, <t r t,.'" ;>..

'1.3 't .s: (;.-0

i5 " k

&,5 :r

9.t--,.b ;::z-.;f/ v.flt 9..(pf II. tJ?;

7..1!-/ 7./.3 /~/;2,

/ 'Y.:5.-e.

-?~R--

~ 1;; R !I n.s, Is'

"/1./ 1",'4 Ie J55: ls"' J/~3 P IJ~5 ~ a I.x 7

2

9,2. 9 15./(

JPSO BID # 17-AUG-2301 2017 Auto Parts

NAPA FUEL FILTERS ,32 0-5 3243 4 j~ Iff 33 0-50 3595 /n 72-34 0-10 3615 ?If:;-/L 35 0-25 3719 -z: R: t/ .).. 36 0-20 3899 "(L;;; /./..

. DISCOUNT OFFERED ON

BALANCE OF LINE

IF EQUAL NAME & ITEM NO, PART NAME & NO, NO.

"

'NAPA BErfs , ;.z <:' ..:z. f) 37 0-15 60923 .:z l~ -f) t..Oq.:l.S "t.d.a: 38 0-100 2560448 7; If' 39 0-50· 25060867A 9.1 R'

·40 0-50 25060868 ' j",..A 7 DISCOUNT OFFERED ON

BALANCE OF LINE

, AUTOLITE PLUGS

41 0-50 AP104 :R :J / 42 0-50 APP104 ''2 ';;;: / 43 0-50 XP5863 2 7:1 44 0-150 XP5363 rZ..?:! 45 0-50 XP5364 -z.: c:;" ~ 46 0-20 7989 / IJ 5t1 47 0-20 9406 ; os-if

DISCOUNT OFFERED ON

BALANCE OF LINE

Refer Afllnquiries to:

Col.James McClendon

504-832-2456

A 7./:;2.. 71 !2 (///'/ /", G?

I) (.pi! \rA ~., .5l <"12 Q-n

It.! ii /? ;, -f, l,-ft,S

% LIST PRICE OFF

tLJI'0_,?' 03 ~Y).A.::t s9

&2. 17k; t.,'-I S/""<;'I- I ("'~

f--'" ~

tt,71./ t-:n ff.74 1&-/

II 52- '/./

[;5 ;2. //J J //5::z.. -1,,'/

33 ]1& '7n 1;;':;7; 11' -;.:-

L~ II g-

7'1 7:g

".,.~ J 7';;

Ii' ~

b Is

&,7 ~ ":'.~.fi

'1-1; ?-.J 9. CRt

4~ 31 f?"

BID

PRICE

:ZA.t::: /7: f ~~t­11.;2. .s' V f.I.J

if fl~; <./ :z.;s::,-

C2..2

.20

79. "' . <;I (Ju

ii< .i,if.

ls 1;7 -

f .'

b 1/

v

~&V '1.07

.$" $.')-'1 :s ~.f'l

!/.9 <J tS' Jo. k: D ft..; <f:'s y-*~

3

JPSO BID # 17-AUG-2301 2017 Auto Parts

NAPA FRONT END PARTS -

NAPA HUBS 8< BEARiNGS

59 0-20 BR930506. I J i-Ai;' ·60 0-10 R1563TAV J. ~lt3

DISCOUNT 8FFERED ON - _. BALANCE OF LINE

IF EQUAL NAME AND" ITEM NO. PART NAME AND NO. NO ..

N,e,PASHotKS

61 0-20 550055 t./73':fo 62 0-50 550057 Stir,., c; 63 0-20 553001 U -7.?:3 64 0-50 91130

, ~ .

DISCOUNT OFFERED ON

BALANCE OF LINE -

NAPA BRAKE SHOES _

65 0-10 UP10920PB '-Ii ~-A' DISCOUNT OFfERED ON

BALANCE OF LINE

Refer All Inquiries to:

Col. James McClendon 504-832-2456

,;2, s.r, 1W loA '-I I >YO 7~ ,

L-/ /Jf)

.. % , LIST PRICE OFF

I g 7.'1:;;' 7/ j/, .. q c;- .., '?n

.i'".; If-: 7(; /50 ;2,; .7/)

.[,-1;7

, fJ:J,..~'; 7'<1

IL~70

<}t./ (f--

7ig.'rI

BID

PRICE

S (/.1'.

.c;-) j .«' -j-/.

<.It/.

12

iii

? 7.Y,S;

.3 95;3'; !=~

.,2;'- ~

4

JPSO BID # 17-AUG-2301 2017 Auto P~rts

66

67

68

69 .

70

71

72;

7-;3

74

75

76

77

78

79'

80

81

82

83

84

ITEM NO.

S5

86 ,

87

88

89 , 90

91

92

"

50-400

50-400

10-100

10-100

10-50

10-50

500-

1000 '

500-

1000

10-100

100-500

100-500

100-300

100-300

100-300

100-300

100-300

100-300

100-300

100-300

100-600

100600

200-800

200-800

50-100

50-100'

. 50-100

50-100

NAPA BRAKE pADS FT7834

FT7835

UP-S277-X

UP-8272-X '.

FT852S·

FT8816 ,

,}

FT8825

\ f'

FT8855

AD8487

AD8488

. AD87i5

DISCOUNT OFFERED ON . 'BALANCE o"F LINE

NAPA WIPER BLADES

60-22

6e020PP .~, .7.

60022PP'

60024PP

60026PP

60020

60024-

60019

DISCOUNT OFFERED ON

BALANCE OF LINE

, " "

PART NAME AND NO,

NAPA 'ROTORS 880110

880129

880982

880983

880404

880172

880758

880686

DISCOUNT OFFERED ON

BALANCE OF LINE

[/9.9"7 -;;; 9 {/..5 '<.. (. "z /

'5/17J (,j(A.7~

,-i 9-91

"$j17

,':3J97 " .. ' '? ~,c;/ '

.' ··'-';:'9.~" 7"

' ..... ~ '1.'1'7

,', . " ...

IF EQUAL NAME AND

NO. '.

t..) ~V·

lZ,.>.'/dl 7~h.q .i:. "I¢.:zt> 'c.; 2'V 31219

' £,/} q;z, ' l. .. i9~(d

Refer All Inquiries to;

Co!. James McClendon 504-832-2456

/;{o. o~ h:; e..) 5 ' / I :hf)Ob f6',J·: f./5, t; //,J)

I 2.3 I g- I?:t <'17/ ::z.. ' lJ~'70 I h ;;{ L} i'( ;;

~ t.i{~

itt(?}

:? ~9: )!(~;i fA 7.1 f" I ~ '"

<J (A t-3 ';{O'OA lIb' .3 .4u :"/ $b.>'.

'"L JJ... f~ I/ai': j 9.- ~.~ .7-5..:'1

· I! JJv 1-& ,; 'i '1 -fi'Jl' i_'j)..

10:39 <J I/")5 '/O$'1'g '&5

. , k0D , , , ...

, .;:!:~ -;;/ -:itA .$~

~~

tJ.",' 7tJt ,

1 r..I

~

s' ;?." (5' $~"

6~)",

,

./9.S';2.. 7;J.. S5~ 9:.3/ ~ "4 $ A "1;J. t." 7. ~ 19. '-~ :J, l,i i;; :7,;( f", -;; I~ I'"IN

· .:< 5;,<jj ?.3 I A Z)::; / 4 ~ 1./ j ;2.--1 1), 7~ 7 'ilS: .&-';

• 1,t:: 1.,/;1)'17.::< t./:2 f' '7./).3 ;10 lr :7 </t? oS' 17 8~:31 jC( 4(7) 7iJ ~ 9:t7 ~.'/..:.

LIST PRICE

t'~;;a-; 98" 3R

j f.<> '7 itJ' 1)0S" t. f J(fJi$, '-ffl:I;J..,

11 ::; '1 ftY lie- 5<,

L-&7

% BID

OFF PRICE

c,,</ i4'-l,I 7. L"L/ I;; .2

' /",L/ I, ~ !;,u ;";7

,S-I;' <1'7; <J&, j;z, l"

I/~<;- 1 <I)f' :9' &S )/e::;<

(-1:5

5

S-I< 1-7

It

, '-/'17; J f$.~ 7 %'1.9; / 'P-/.7 Y 1J.1/;

;z, ~p7

/ "$ !f.J ; tp •. ;?

JPSO B[D # 17-AUG-2301 2017 Auto Parts

..

NAPA COMPRESSOR

93 0-10 275523 25l,1') £'9 D[SCOUNT OFFERED ON

BALANCE OF LINE

.. , .. NAPA iDL~R rUm,y 94 ,0-40 36467 ;2 ;C"<L 95 0-40 38009 ']{ &.&1/ 96 0-40 38189 t/ 2j7 97 0-40 38452 -ILJ~ C)5 98 0-40 38485 7(.[$9

D[SCOUNT OFFERED ON BALANCE OF LIN E

NAPA BA!TERY TERMINAL

99 0-30 728301 2.70 100 0-30 728303 1./ :SO

D[SCOUNT OFFERED ON BALANCE OF LINE

[F EQUAL NAME AND [TEM NO. PART NAME AND NO, NO. .. ..

, '," NAPA THERM.oSTAT

101 0-20 262 J $. 5(-9 DISCOUNTOFFERED ON

BALANCE OF LINE

, NAPA T)-IERMPSTAT'

GASKET' 102 0-10 1107 (I /0

DISCOUNT OFFERED ON ,

BALANCE OF LiNE

Refer All Inquiries to: Col. James McC[endon

504-832-2456

, ..

7l..Ji¥fJ 73 . :AO/'{'

L-61

Silt:) l/ if:3- .j1J ,. )l~-:-I?R I~~ 9-,-1} ~ tt; J 8 -;. (/:;( /; 5f. It. 9(/,'& :A && 3~ i;(!:Ol h7 Lj~,

L-& ~

' -;;"",70 7V JoC;

~

I;) 31..&/ I ;;.g~

D: ;5 /'-'

7 ·::11.4-7 s5:i

Y>,yp;

tJ :3{. 7~ LrP !>-'

L-7S

% B[D

LIST PRICE OFF PRICE -.

/ 7~;;'" &9 55! ")

L.-7~

'. :

:J., ·ft S' 7.;z 7;;

L-(P/)

6

JPSO BID # 17-AUG-2301 2017 Auto Parts

. LlGHT~ULBS

103 0-20 194 ! 2. t./ 104 0-40 194NA .-7 7 f> 105 0-20 906 2. ..:4 7l

106 0-20 3156 .-J /"l71

107 0-80 3157 / -4 L

108 0-40 3157 NA '< ":/':l. 109 0-20 9005 /l/'i-..h 110 0-80 9006 21/" 2-111 0-80 9007 )<> *'2. 112 0-50 BPl210/H3 0".2..7. 113 0-20 9005l 2'3, )hj

114 0-20 9008 '7!t<2.R.2 115 0-20 9012 LL ? /. JK?)

116 0-40 7440 Li -ii; 117 0-40 7443 (, '9';: 118 0-40 7443 NA )0 ~.t:.. 119 0-20 BP1255/Hll 22 ;7.Z 120 0-10 BP9145/HI0 I $'gn 121 0-10 H6054 ) p:_g-g

DISCOUNTOFFERED ON I BALANCE OF LINE

IF EQUAL NAME AND ITEM NO, PART NAME AND NO, NO,

WHEEL WEjGHTS

122 100-500 T025 2? ~,r'LFf( /36V 123 100-500 T050 }/"')/ In 124 100-500 T075 /u ~7 125 100-500 TlOO i-7, ;:2, 126 100-500 Tl25 ~'2 1-.;- 2 . I

127 100-500 Tl50 !AI! li? 128 100-500 T200 sZl. b/) 129 100-500 T225 tI-7 fVJ /

130 100-500 T250 --,.--,

V DISCOUNT OFFERED ON

BALANCE OF LINE

Refer All Inquiries to: Col. James McClendon

504-832-2456

I A ... tj 77 -:i ;?'lY 79 -~- di7) ~5 ~oD ?b, t 9 L. Ai',ri -~ 72- -9-"";

j !.fIg t, 1t0 jiJ !fi- 113 r,,-&t.. RI ff'A--;; .,~

"2 ..,;~; '=~

A.9 'V9 ,3 ;; <j~

"31, 7.

-J 9 ;;;1..<-

~o-

i7 5:CJ

• ;l,."h

'S-7 .t.ft

, :..,

, ,!5 .:J :;7 :7 t 5".

? <to ;:3 7 tt,~1 7'1.'-11

~ -$68-; -7' ~ I"" 4 fl

. "J's: '-/-.s:;; 'j/l j 17/t ~ <I-PI) &P~ 1//= ,@ ft.

'-/ '7 '-/ /", 0' IS' .), /1 ~ ,l.) 'in f<-I iIJot.-. ;.."..-

~.2 A~ 7'1 I ~-(7) pi it Iyg t/.!' 9

u

(-0£

% LIST PRICE OFF

.. 77;l.. 53 /12 06 51. j t; f?-< sf;: 17/;;' _c[;

;;;t:. 2..7 b..s;' ? :2.$<"( b .£'(,

_':?'I,r. 77. S"S' i,I~3"';' S'7 <,/ '7.3k ~?,

[-.5t

I, -9'; .:::4 -,.c;

$& st)

s( b

BID PRICE

.

7>G>

I-

rZ

'It> ;;t..

$' l,s?J f: ~/I!f £r &,s:,9

/,,59

'14 k () lI,l'i'

/3,tL '0 '1l{~0 (:!.,

/1

fJ:-i JJ. I

J $(.1 b> . ? ,f",

v /J1.7: v' 17,r.. "0 19.5/ V ;;:Z.:U o ~~I h

.:2./J. ~'O.;t7,j

7

JEFFERSON PARISH SHERIFF'S OFFICE INSTRUCTIONS TO BIDDERS AND GENERAL CONDITIONS

MATERIALS AND SUPPLIES

. 'Sealed bids will be received in the Jefferson Parish Sheriffs Purchasing Deparhnent, 1233 Westbank Expressway, Room 411, Harvey, Louisiana, 70058, until the date and hour specified on Page I of the enclosed Bid Proposal, at which time they will be publicly opened. LATE BIDS WILL NOT BE ACCEPTED.

All bids submitted are subject to these instructions and general conditions and any special conditions and specifications contained herein, all of which are made part ofthe bid p·roposa!. .

The pnrpose aud intention of this invitation to bid is to afford all suppliers an equal opportunity to bid on all construction, maintenance, repair, operating supplies andlor equipment listed in this bid proposal. The Jefferson Parish Sheriffs Office will accept one bid only from each vendor. Items bid on must meet or exceed specifications outlined in the bid proposal.

Official Bid Documents and Bid Specifications-Bid Specifications are available in written or electronic form from the Sheriffs Office Purchasing Division, or its designated design professional (ArchitectlEngiueer). To obtain the bid specifications in written fonn, you may contact the Sheriffs PurcbasingDivision at 504-363-5742. Or yon may visit onr website @www.jpso.com.Click on "Public Notices" > "Public Bids" and follow the instn1Ctions.

To obtain bid documents electronically-You may go directly to our vendor's website at www.centralauctionhonse.com and clock on "Click Here to View Listings" at the bottom ofthe page.

Submittal of Bid Response-To submit a response to the bid, you may do so in written or electronic fimn. If responding in writing, please submit the infonnalion located on the bidders check list to the Sheriffs purchasing Division by the date and lime noted.

Electronic Submittals of Bids In accordance with LRS 38:2212 (1) (f) (i), the Jefferson Parish Sheriff's Office offers bidders the ability to respond to this bid electronically. Please visit onr website at www.jpso.com.click on "Public Notices" > "Public Bids" and follow instructions.

Submitting yonr bid response electronically-Yon may submit your response electronically with Central Bidding (onr electronic bidding vendor).

Proper Form and Authorization ONLY BIDS WRITTEN IN INK OR TYPEWRITTEN, AND'PROPERLY SIGNED BY A MEMBER OFTHEFIRiVI OR AUTllORIZED REPRESENTATIVE, WILL BE ACCEPTED. PENCIL AND/OR PHOTOCOPIES OF SIGNATURE WILL DISQUALIFY BID.

Use of Bl'and Names and StockNnmbers The product specifications set forth by this bid invitation are described and made pursuant to LRS 38:2212.1 (C)(1) and (2). Wherever in the specifications the name ofa certain brand, make, manufacturer, or definite specification is utilized, it is only to denote the quality standard of product desired, and does not restrict bidders to the specific brand, make, manufacturer or specification name, The named brand, make; manufacturer or definite specification is utilized only to set forth and .convey to prospective bidders general style, type, character, and quality of product desired. Equivalent products will be acceptable. Ifa bidder proposes to supply an equivalent product, then the bidder shall provide the name of the brand, make, manufacturer and complete product specifications with the bid submittaL

I.

I

Louisiana Preferences As directed under Louisiana Revised Statute Title 38:2184, 39:1595 and J.P. Ordinance No. 16866, a 10% preference is hereby given to materials, supplies and provIsions> produced, manufactured, or grown in LOUISIANA, quality being equal to articles offered by competitors outside the State.

If this preference is taken, Bidder will specify which items are "Louisiana Products". Bidder will provide an affidavit form (see Page 3 of these instructions) specifying the source of their products to verify compliance with the aforementioned requirements.

License in Good Standing All local and state Occupational and Sales Tax licenses mnst be in good standing.

Award of Contract Every contract shall be awarded to "Lowest Responsible Bidder", taking into consideration the confonnity with'the bid proposal specifications and requirements that were advertised.

Upon acceptance of your bid, the Jefferson Parish Sheriff's Office will issue a Purchase Order to the successfbl bidder. No materials or supplies should be shipped or considered purchased under this bid until receipt of this Pnrchase Order. If the Sheriff desires to waive the issuance of a Purchase Orde1', you will be notified in writing on how to proceed under this bid.

Term of Contract Term of contract will be for a: period of one year, unless otherwise,stated. Contracts will begin upon the date of the award letter.

Right to Reject . The Jefferson Parish Sheriff's Office reserves the right to reject any and all bids in whole or in part and to

waive any and all fOlmalities in the best interest ofthe Jefferson Parish Sheriff's Office,

LRS 38:2212.3 also allows the Sheriff's Office to reject the lowest bid if received ii'om a bidder domiciled in a Conununist country, or lfthe materials or supplies are manufactured in a Communist country, including but not limited to the Soviet Union, China, North Korea and Vietnam.

Non~discrill1inatioll

Bidders are not to exclude fi:om participation in, deny the benefits of, or subject to discrimination under allY program or activity, any person in the United States on the grounds of race,. color" national origin, sex or religion except tbat any exemption from such prohibition against discrimination on the basis of religion as provided in the Civil Rights Acts of 1964, or Title VI and VII of the Act of April!!, 1968 shall also apply, as amended: nor discriminate on !he basis of age under the Age Discrimination Act ofl975, as ameuded; nor with respect to an otherwise qnalified handicapped individual as provided in Section 504 of the Rehabilitation Act of 1973, as amended.

ANY PERSON REQUIRING SPECIAL ACCOMMODATIONS SHALL NOTIFY THE SHERIFF'S PURCHASING SECTION OF THE TYPE(S) OF ACCOMMODATION REQUIRED NOT LESS THAN SEVEN (7) DAYS BEFORE THE BID OPENJNG.

Insurance Requirelnents If you are the successful bidder, you will be required to provide Proof of Liability Insurance, if material and/or labor are included in the bid.

Errors or Omissions LRS 38:2214 (C) allows for the withdrawal of bids that contain patently obvious, unintentional, or substantial mechanical, clericaloi' mathematical enors or omissions. The bidder may withdraw the bid if convincing sworn, written evidence of such en'ors is furnished to the Jefferson Parish Sheriff's Office within forty-eight (48) hours ofthe bid opening, excluding weekends and legal holidays. Any bidder who attempts to withdraw a bid under this provision will not be allowed to resnbmit a bid under this Bid Proposal.

.2

Compliance with Bid Requirements In accordance with LRS 38:2212 (A)(l)(b), the provisions and requirements of this sections, those stated in the advertisement for bids, and those required on the bid form shall not be considered as infolTI18Iities and shall not be waived by any public entity.

Bidder's Checklist Utilize the Jefferson Parish Sheriff's Office Bidders Checklist on page 5 of these instructions to ensure that your bid is in compliance with our requirements. .

3

***************************************************************************************** NOTICE TO BIDDERS: ITEMS PURCHASED FROM LOUISIANA RETAILERS ARE SlJJ3JECT

TO LOUISIANA PREFERENCE LA'VS. USE THIS AFFIDAVIT ONLY IF YOU ARE CLAIMING THIS PREFERENCE

**********************~******************************************************************

SPECIAL CONDITIONS BID NUMBER; ____ _ BID OPENING DATE;, ___ _

In accordance with the Louisiana Revised Statutes 39; 1595, a preference of7% or 10% may be allowed for products produced, manufactured, grown or assembled in Louisiana and Jefferson Parish of equal qnality. Such preferences shall only apply to bidders whose Louisiana business workforce is comprised of a minimum of fifty percent Louisiana residents,

Do you claim this preference? Yes__ No __

SPECWYITEMNUMBER~ ___ ~ _______________________ _

CONDITIONS OF PURCHASE

The following conditions, unless otherwise stated in the bid document, will apply to all purchase orders:

Merchandise must be accompauied by delivery slip or shipping list showing items shipped or delivered and the purchase order number. THE PURCHASE ORDER NUMBER must appear on all iuvoices, delivery memoranda, bills oflading, packages and conespondence,

The Jefferson Parish Sheriff's Office is not responsible for goods delivered or work done without a written order. No allowance for boxing or crating. Unanthorized quantities in excess' ofthis order will be returned or held subject to shippers order, expense and risk.

Contractors warrants that the merchandise to be furnished herennder will be in full conformity with the specifications, drawing or sample, and agrees that this wananty shall survive acceptance of the merchandise and that contractor will bear the cost of inspecting rejected merchandise,

All rejected goods will be held at contractor's risk and expense, subject to contractor's prompt advice as to disposition, Unless otherwise ananged, all rejected goods will be returned at contractor's expense,

Contractor will, at its expense, defend the Jefferson Parish Sheriff's Office against any claim that any merchandise to be furnished hereun"er infringes a patent or copyright in the United States or Puerto Rico, and will pay ail costs, damages and attorney's fees that a court finally awards as a result of such claim.

Witness:, _________ --''-_ Signature;, _____________ _

Witness: ----------------- PlintName;, ________ ~ ____ _

4

JEFFERSON PARISH SHERIFF'S OFFICE BIDDERS CHECK LIST -

{f] CHECK OFF EACH LINE AS YOU COMPLETE INSTRUCTIONS:

~ Vendor has read the Instructions to Bidders and General Conditions_

~. Vendor has read the Bid Proposal and Specifications Sheet

~ Terms and delivery andlor completion date are in accordance with the bid specifications .

. '/ Confirmation that the bid pdce will hold firm for term of contract is included. I' ~ _k _~/The Bid Proposal is completed and signed in ink by authorized representative. One-(1)

ORIGINAL BID and ONE (1) COpy will be absolutely necessary as part of this bid . requirement. The bid may not be considered if you fail to comply with this requirement

-LLk The Louisiana Preference Affidavit (see page 3 of instructions) is completed and attached if the Vendor is claiming the preference allowed under state statutes.

~ Bid proposal and required copies are sealed in an envelope.

Label is affixed to the outside of the bid envelope with requin,d infonnation. If the label provided by us is not used, the following inforrTIation must appear on the outside ofthe sealed envelope:

Jefferson Parish Sheriff's Offtc.c 1233 Westbank Expressway, Room 411

Harvey, LA 70058

ATTN: Karen Leonard Purchasing Department

BID NUMBER: (refer to JPSO bid number)

OTHERINFORiWATION AND DOCDMENTS

The Jefferson Parish Sheriff requires other information and docnments prior to the award cfthe bid to the successfiJl "Lowest Responsible Bidder". This other infonnation and documents must be provided to the Sheriffs Office within ten (10) days of the bidder being notified that he is the lowest bidder.

Bid Affidavit (see page-6 of instructions) has been signed and notarized.

Tax Identification Number (TIN).

5

BID AFFJDA VIT

STATE OF LOUISIANA

PARISH OF JEFFERSON

BEFORE ME, the undersigned authority, personally came and appeared

_____________________ ~, who after being by me duly swom,

deposed and said that he is the fully authorized, _________ of~ _________ _

(herein after referred to as bidder) the party who submitted a bid for _____________ _

which bid was received by the Jefferson Parish Sheriff's Office on __________ and said affiant further said;

(1) That bidder 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 bidder whose services in connection with the constmction ofthe public building or project or in securing the public contract were in the regular course of their duties for bidder; al1d

(2) That no part ofthe contract price received by bidder 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 bidder whose services in connection with the construction ofthe public building or project were in the regular course onheir duties for bidder.

(3) Said bid is genuine and the bidder has not colluded, conspired or agreed directly or indirectly with any other bidder to offer a sham 01' collusive bid.

(4) Said bidder has not in any manner directly or indirectly agreed with any other person to fix the bid price of affiant or any other bidder, or to fix any overhead profit or cost element of said bid price, or that of any other bidder, or to induce any other.person to refrain from bidding.

(5) All statements contained in said bid· are true and correct.

(6) Neither affiaut nor any member of this company has divulged information regarding said bid or any data relative thereto to any other person, firm or corporation.

SWORN TO AND SUBSCRIBED' BEFORE ME THIS~::-::-__ DAY OF ,20 __

NOTARY PUBLIC

Authorized Representative

6

NOTICE TO VENDORS

1. BID TABULATIONS WILL NOT BE GIVEN OVER THE TELEPHONE.·

2. TAB SHEET WILL BE MAIT,ED TO ANY VENDOR REQUESTING SAME, ONLY AFTER THE BID HAS BEEN AWARDED.

3. ALTHOUGH NOT MANDATORY, IT IS SUGGESTED THAT THE VENDOR OR A REPRESENTATIVE BE PRESENT AT BID OPENINGS.

4. ACCEPTANCE OF BIDS WILL BE DOCUMENTED BY THE TIME STAMP IN THE JEFFERSON PARISH SHERIFF'S PURCHASING DEPARTMENT. ANY BIDS THAT ARE DEEMED LATE BY TIDS CLOCK WILL NOT BE ACCEPTED.

THERE WILL BE NO EXCEPTIONS

7

September 13, 2017

Genuine Palis Co. (NAP A} Attn: Eric Cassidy 500 Shrewsbmy Rd. Jefferson, LA: 70721

Ref: JPSO Bid# 17-AUG-2301 Automotive Palis

Dear Mr. Cassidy,

We have completed our evaluation of the responses to the Jefferson Parish Sheriffs Office (JPSO) Bid # 17-AUG-2301, yom company has been deemed the lowest responsive bidder.

We are awarding you the bid at the amount stated. Any contracts required by your company should be returned to this office for review by our legal staff. All contracts must be reviewed and finalized prior to the beginning of any work or material being delivered. Jfyou have any questions, please contact me at (504)363-5742.

Sincerely,

·t!lMf}jJ/&~ Kareh K. Leonard Pmchasing Agent

Revised: 8/31/17 £#:36

City of Kenner

Fleet Maintenance Department

Attn: Ronnie VitellaTO

Genu ine Parts Company NAPA Au,u ,fatis

.5-(;(i Shl<!wsbu~)' R<)3.d JdnJ'W!l, LA 7i11:2 J

(5D4) 83·Ellt!

September 20,2017

RE: Use of JeffersonParish Sheriffs Office Contract No. 17~AUG-2301

Genuine Parts Company is granting Fleet Maintenance Department for the City of Kenner use of the Jefferson Parish Sheriffs Office Contract No. 17-AUG-2301 for their huck and automotive purchase discounts.

Regards,

z;2~-Eric Cassidy

District Manager

NAP A New Orleans

C: (770)356-1414

0: (504)219-2636

E "BEN" ZAHN III MAYOR

SEPTEMBER 20, 2017

CITY OF KENNER DEPARTMENT OF FLEET MANAGEMENT

KAREN LEONARD

PURCHASING AGENT

JEFFERSON PARISH OFFICE

RE: BID # 17-AUG-2301

DEAR KAREN

RONNIE VITELLARO DIRECTOR

THE CITY OF KENNER WOULD LIKE TO PIGGYBACK THE SHERIFF'S OFFICE

CONTRACT WITH NAP A AUTO PARTS.

ANY QUESTIONS PLEASE CALL ME (504-468-4004).

RONNIE VITELLARO

CITY OF KENNER

DlRECTOROF

FLEET MANAGEMENT

180323"" STREET - KENNER, LOUISIANA 70062 - OFFICE 504-468-4004 - FACSI~lILE 504-468-7954 un).!',,; Vt.'N"X\L'U 1 A TIl;: _ DVITL'1 • A nntmUl<'NNl<ll T . .1 .11.(;: _ l<'I.RJi':TMA.N1..r.Rt\JRNTfn)R1<'.NNRR . .f.A.lIS

Ronnie Vitellaro City of Kenner Dept. of Fleet Management

September 20, 2017

Ref: Cooperative Purchasing (Piggyback) JPSO BID # 17cD-1201 Ford Vehicles

Dear Mr. Vitellaro,

We are in receipt of you request for a cooperative purchasing agreement (piggyback purchase) with the Jefferson Parish Sheriffs Office. The Jefferson Parish Sheriffs Office gives written consent to the City of Kennerto purchase Auto Parts in accordance with the Jefferson Parish Sheriffs Office Bid # 17-AUG-2301, which was bid in compliance with R.S. 38:2211 et seq. Our contract is based on a one year te= beginning on 9/13/2017.

Should you have any questions regarding this matter, please feel free to contact me at (504) 363-5742.

Sincerely,

~f!/~ Karen K. Leonard Purchasing Agent Jefferson Parish Sheriff's Office

Revised: 8/31/17 E#: 36

'.

On motion of Councilmember , seconded by Councilmember _________ , the following ordinance was introduced:

SUMMARY NO. 12,300 ORDINANCE NO.

AN ORDINANCE APPROVING THE UTILIZATION OF JEFFERSON PARISH CONTRACT NO. 55-16631 WITH TRAFFIC SOLUTIONS, INC. FOR GUARDRAIL MAINTENANCE ON AN AS NEEDED BASIS IN AN AMOUNT NOT TO EXCEED $50,000.00 ANNUALLY FOR THE DEPARTMENT OF PUBLIC WORKS

WHEREAS, in accordance with LSA R.S. 38:2212.1(F.) , any public entity may procure materials, supplies, and equipment pursuant to the cooperative purchasing provisions of Part VII of Chapter 17 of Subtitle III of Title 39 of the Louisiana Revised Statutes of 1950, R.S . 39:1701 et seq. ; and, .

WHEREAS, guardrail maintenance meeting City of Kenner needs is available through Jefferson Parish Contract No. 55-16631; and ,

WHEREAS, Traffic Solutions, Inc. has agreed to provide the City of Kenner with the same pricing and terms that it provides to the Parish of Jefferson; and,

WHEREAS, it is the recommendation of the Deputy CAO of Public Works that the aforementioned contract be utilized for these purchases; and,

WHEREAS, funding is available in Account No. 0012900-5730.

THE COUNCIL FOR THE CITY OF KENNER HEREBY ORDAINS:

SECTION ONE: That the utilization of Jefferson Parish Contract No. 55-16631 with Traffic Solutions, Inc. for guardrail maintenance on an as needed basis in an amount not to exceed $50,000.00 annually is hereby approved.

SECTION TWO: That any amendments or change orders for this contract may be approved by resolution.

SECTION THREE: That the Mayor of the City of Kenner is authorized to execute any and all documents as may be necessary to fulfill the intent of this ordinance.

This ordinance having been submitted to a vote, the vote thereon was as follows:

YEAS: NAYS: ABSENT: ABSTAINED:

This ordinance was declared adopted on this , the __ day of ______ , 2017.

CLERK OF THE COUNCIL PRESIDENT OF THE COUNCIL

MAYOR

150

September 22, 2017

Ms. Roxane Drisoll Contract Specialist City of Kenner Public Works Department 1610 Reverend Richard Wilson Drive Kenner, LA 70062

RE: Jefferson Parish Contract No. 55-16631 - Guardrail Maintenance City of Kenner - Contract Utilization

Dear Ms. Driscoll:

We are pleased that Jefferson Parish has granted your request to piggyback our Guardrail Maintenance Contract No. 55-16631. Traffic Solutions agrees to provide guardrail maintenance on an as needed basis under the same terms and conditions as Jefferson Parish.

Please proceed with legislation to formalize this agreement.

Thank you, we look forward to working with the City of Kenner.

Sincerely,

Stacy Seamon President

Enclosure/s

2950 St. Anthony Avenue, New Orleans, LA 70122 504.948.4809 phone 504.948.4802 fax

LA License 164

On jOint motion of all Councilmen pre-sent. the following resolution was offered:

RESOLunON NO • .-:.9:..5::.;18:.::9~~_ A resolution granting authorization to any JocaJ Public ?roaJrement Unit wi1hln the State of Louisiana as defined in LSA - R.S. 39: 1701. 10 purc/1asa matertals and services, as needed under Jefferson Parish approved contracts and blanket purc/1asa orders. (Parishwida -All Council O-l WHEREAS, lny tocal Public Procurement Unfi within the Stale of

Louisiana a. defined In LSA-R.S. 38:2212.1F and/or 39:1701, at .eq .. is authorize to purchase material. and """,Icet as neoded under Jatl'arson

. Parish's approved contr.lcts and btanklll purchase ordaMl, WHEREAS, .uch coopenollve purchasing between any local Public

?rocurement Unit within the State of Louisiana is authorized pursuant to LSA-R.S. 38:2212.1F and R.S. 39:1701 at .sq.

NOW THEREFORE BE IT RESOLVED by the Jeffer30n Plllish Council of Jefferson Parish. looJislene acting a. governing authority or said "ari5h:

SECTION 1. That 111. Council authorizss the Purc/1asing OIrKlor 10 grant approval to any local Public Procurement Unl within the State of Louisiana aa defined in LSA - R.S. 39: 1701, to purc/1asa materials and .eMen, as needed under J~n Parioh approved contradl and blanket ;JUrtll358 oro::lers:

SECTION 2. That the flnanclal ollrlgalfona for such purcha.81 must be met by the requesting Purchasing authority of the local Public procurement Un~ 'IIill1lo 111. State of louisiana as defined in LSA-R.S. 38:2212.1F and/or 39:1101. at seq.;

The foregoing resolution having been submitted to a vote and the vote thereon was as folloWs!"

YEAS: 7 lIAYS. lion.. Al!SEIIT I 110 .... The resolution was declared to be adopted on this the _1",2",t"h,,-__

day of necem!?u 2001.

TMlIIOR!GClINCI IS CERTlAED TO ee A TR.II! I. CORRECT COP"t'

oJ./.JI,'W.., oJ. p ~." . TERAleT.~C-;G~~ -J-

f"'II,RlSH CLERK JEFF:ASOk PARiSH COUNCIL

JEFFERSON PARISH Department of Purchasing

Michael S. Yenni Parish President

Theresa Nevels, Director

City of Kenner, Purchasing Department 1801 Williams Blvd., Suite 302 .

Kenner, LA 70062

July 10, 2017

RE: Request to utilize Jefferson Parish's Contract #55-16631-Guardrail Maintenance

Dear Ms. Nevels:

Brenda C.Patel Director

We are in receipt of your request for a cooperative purchasing agreement (piggyback purchase) with Jefferson Parish. As a public entity within the State of Louisiana as defined in LSA-R.S. 38:2212.1F and/or 39:1701, et seq., and further expounded in LA R.S. 38:321.1, your request has been granted.

Please note that bids for the above referenced contract were opened on 06/01/2017. Therefore, as stipulated by Jefferson Parish Resolution No. 95189 (attached) and with the concurrence of the vendor, approval is granted to utilize Jefferson Parish's above referenced contract which was approved by Council Resolution No. 129383 dated 06/28/2017. The contract is effective from 06/28/2017 to 06/27/2019. The contract cap was authorized for the not to exceed amount of $300,000.00 and as of 07/10/2017 total expenditures are $0.00.

If you require further assistance or have any questions, please call (504) 364-2678.

~\i' ereIY~C~~ . \ ~Hi ( \ 'J

enda C. Patel, Di:ector Purchasing Department

BCP/nmw Attachments

General Government Bldg. - 200 Derbigny St -Suite 4400 - Gretna, LA 70053 Office 504.364.2678 - Fax 504.364.2693

Email: [email protected] Website: www.jeffparish.net

On motion of Ms. Lee-Sheng, seconded by Mr. Roberts, the following resolution was offered:

RESOLUTION NO. 129383 A resolution accepting the lowest responsible bid of Traffic Solutions, Inc., under Bid Proposal No. 50-00119432 for a two (2) year contract for guardrail maintenance (removal. installation and repair) for the Jefferson Department of Public Works - Streets at the bid tabulation price of $170,107.00. Maximum expenditures for this contract shall not exceed $300,000.00 for the two (2) years, by a factor of not more than 10% without amendment to the contract authorized by resolution ofthe Council. (Parishwide)

WHEREAS, bids were received on 06/01/2017; and WHEREAS, maximum expenditures shall not exceed $300,000.00 for the

two (2) years; and NOW, THEREFORE, BE IT RESOLVED by the Jefferson Parish

Council of Jefferson Parish, Louisiana, acting as governing authority of said Parish:

SECTION 1. That the lowest responsible bid of Traffic Solutions Inc. under Bid Proposal No. 50-00119432 for a two (2) year contract for guardrail maintenance (removal, installation and repair) for the Jefferson Parish Public Works - Streets Department, at the bid tabulation price of $170,107.00 be and is hereby accepted.

SECTION 2: That the term of this contract shall commence upon the adoption date of this resolution and that payment is hereby authorized for services associated with this contract upon adoption of this Resolution.

SECTION 3: That costs related to the above are to be charged to Account No. 7344.10 of the user department, Guardrail.

SECTION 4. Maximum expenditures for this contract shall not exceed $300,000.00 for the two (2) years, by a factor of not more than 10% without amendment to the contract authorized by resolution of the CounciL

SECTION 5: That the Council Chairperson or, in hislher absence, the Vice-Chairperson be and is hereby authorized to execute any and all documents necessary to give full force and effect to this resolution.

The foregoing resolution having been submitted to a vote, the vote thereon was as follows: .

YEAS: 7 NAYS: None ABSENT: None The resolution was declared to be adopted on this the 2Sth day of June,

2017.

On motion of Ms. Lee-Sheng, seconded by Mr. Roberts, the following resolution was offered:

RESOLUTION NO. 129725 A resolution amending Resolution No. 129383 adopted on June 28, 2017, to change Section 2 to state that the term of the agreement shall commence upon the execution of the agreement and that payment is authorized for services associated with this contract upon execution of the agreement (Parishwide)

WHEREAS, pursuant to Resolution No. 129383 adopted on June 28, 2017, the Jefferson Parish Council accepted the lowest responsible bid of Traffic Solutions, Inc., under Bid Proposal No. 50-00119432 for a two (2) year contract for guardrail maintenance (removal, installation and repair) for the Jefferson Department of Public Works - Streets at the bid tabulation price of $170, 1 07.00; and

WHEREAS, the term commencement date stated in Section 2 of the resolution and the agreement did not match the term in the bid specifications; and

WHEREAS, Section 2 of Resolution No. 129383 needs to be amended to state the correct term commencement date.

NOW 'THEREFORE, BE IT RESOLVED, by the Jefferson Parish Council of Jefferson Parish, Louisiana, acting as governing authority of said Parish:

SECTION 1. That Resolution No, 129383 adopted on June 28,2017, accepting the lowest responsible bid of Traffic Solutions, Inc" under Bid Proposal No. 50-00119432 for a two (2) year contract for guardrail maintenance (removal, installation and repair) for the Jefferson Department of Public Works - Streets at the bid tabulation price of $170,107.00, is hereby amended to state that the term of the agreement shall commence upon the execution of the agreement and that payment is authorized for services associated with this contract upon execution of the agreement

SECTION 2, That the Chairperson for the Jefferson Parish Councilor in his/her absence the Vice-Chairperson, be and is hereby authorized to sign and approve any and all documents necessary to implement this resolution,

The foregoing resolution having been submitted to a vote, the vote thereon was as follows:

YEAS; 7 NAYS: None ABSENT: None The resolution was declared to be adopted on this the 9th day of August, 2017.

".--~-~' ~.--.-----~----

, ..

AGREEMENT

BETWEEN

THE PARISH OF JEFFERSON

AND

TRAFFIC SOLUTIONS, INC.

TIDS AGREEMENT made and entered into on thisJi:56 day of ~~ 2017, by and betvleen the. Parish of Jefferson, hereinafter called «OWNER", duly represented

herein by Christopher L. Roberts, Chairperson of Jefferson Parish Council, duly authorized to

.j-I. act by virtue of Resolution No. I 2 q "5 'i!.$ dated the Z ~ day of ::run e.

20 ~ which is made a part hereof, and Traffic Solutions, Inc., represented by Stacey

Seamon, President, hereinafter called "CONTRACTOR".

NOW THEREFORE, for the considerations hereinafter expressed, the parties agree as

follows:

SCOPE OF WORK

The OWNER does hereby grant and confum unto CONTRACTOR a two (2) year

Agreement for guardrail maintenance (removal~ installation and repair) for the Jefferson

Parish Public Works - Streets Department, as per the General Conditions, any Supplementary

Conditions, the Drawings and Specification on the file in the Office of the Chief Buyer for the

Parish of Jefferson under Proposal No. 50·00119432, and the Contractor's written Bid Proposal

dated June 1, 2017~ copies of which are attached hereto and made a part hereof. Maximum

expenditures for this Agreement shall not exceed three hundred thousand dollars, $300,000.00.

The CONTRACTOR, its succeSSOrs and assigns hereby agree to perform the Agreement

well and faithfully in strict conformity with the terms and conditions of the Agreement, inclUding

the General Conditions, any Supplementary Conditions, the Drawings and Specifications, the , .

Instructions to Bidders, and CONTRACTOR's written Bid Proposal attached hereto.

OWNER'S REPRESENTATIVE

The Director for the Jefferson Parish Public Works - Streets Department is

responsible for the Project which is the subject ofthis Agreement and is hereinafter referred to as

PAO·Kl10413 lof8

the Manager/Design Professional, who is to act as OWNER's representative, and who is to

assume all duties and responsibilities and have the rights and authority assigned to the

Manager/Design Professional in General Conditions in connection with the completion of Work

in accordance with the General Conditions.

LABOR AND MATERIALS PAYMENT BOND

CONTRACTOR hereby firmly and truly binds itself as principal with NI A

as surety, unto the O\¥NER in the full and true sum of ______ --.£N~!J:.AL _____ for

the payment whereof Contractor and Surety bind themselves, its heirs, executors, administrators,

successors and assigns, jointly and severally, firmly by these presents, according to the terms and

conditions of the labor and materials payment bond(s).

PERFORMANCE BOND

CONTRACTOR hereby firmly and tmly binds itself as principal with Western Surety .. as

surety, unto the OVVNER in the full and true sum of One Hundred Seventy Thousand One

Hundred Seven Dollars and Zero Cents ($170,107.00) for the payment whereof Contractor and

Surety bind themselves, its heirs, executors, administrators, successors and assigns, jointly and

severally, firmly by these presents, according to the terms and conditions of the attached

performance payment bond(s),

CONTRACT TIMES OR TERM

The Contract shall be for two (2) years beginning upon the adoption date of the

resolution, and shall terminate at midnight of the date immediately preceding the two (2) year

anniversary date thereafter.

LIQUIDATED DAMAGES

In accordance with Section 17 of the General Conditions, OWNER fu""1d CONTRACTOR

agree that as stipulated ('liquidated") damages for the delay (but not as a penalty)

CONTRACTOR shall pay the OWNER ___ --'NJ!/:J:.A'--_____ for each day after the

time specified for Substantial Completion until the Work is substantially complete. After

Substantial Completion of the Work CONTRACTOR shall pay OWNER N/A

___ for each day after Substantial Completion until the Work is complete and ready for final

acceptance in accordance with the General Conditions.

Also, in addition to and not in lieu of the foregoing, liquidated damages, OWNER and

CONTRACTOR agree that OWNER shall be entitled to recover from CONTRACTOR or

PAO-Kll0413' 20f8

· ..

CONTRACTOR's surety additional liquidated damages in accordance with Section 17 of the

General Conditions.

PAYMENT AND TERMS

The OWNER binds and obligates itself to pay to said CONTRACTOR on proper

completion of the Work under this Agreement those amounts due under the terms and conditions

set forth in the General Conditions attached hereto. Notwithstanding anything to the contrary in

the foregoing, CONTRACTOR acknowledges and agrees that, pursuant to the applicable Laws

and Regu1ations~ this Agreement is subject to an annual appropriation dependency requirement

to the effect that the renewal and/or continuation of this Agreement is contingent upon the

appropriation of funds to fulfill the requirements of the Agreement. If the OWNER fails to

appropriate sufficient monies to provide for payments under this Agreement, the Agreement

shall terminate on the last day of the last fiscal year for which funds were appropriated. This

ground for tennination is in addition to any other grounds that are identified in the General

Conditions of the Supplementary Conditions. Such tennination shall be without penalty or

expense to OWNER except for payments which have been earned prior to the terrrrination date.

Termination of this Agreement by OWNER under the provision of this section shall not

constitute an event of default. The decision to fund or not to fund this Agreement fo r the next

fiscal year will be made by the Parish Council in its unfettered discretion based upon what the

Parish Council believes to be in the best interests of OVINER. The Parish Council may in its

discretion opt not to fund this Agreement fOf a subsequent fiscal year Of years fOf any reaSOD.

CONTRACTOR'S REPRESENTATIONS

In order to induce OWNER to enter into this Agreement, the CONTRACTOR makes the

following representations:

1. CONTRACTOR has visited the Site, has familiarized itself with and is satisfied

as to the nature and extent of the Contract Documents Work, locality, and as to all

general, local and Site conditions and federal, state, and local Laws and

Regulations. which may affect cost, progress, performance or furnishing of the

Work.

2. CONTRACTOR has exami.ne~ and carefully studied the Contract Documents

(including any Addenda) and the other related data identified in the Bidding

Documents including "technical data."

PAO-KII0413 30f8

3. CONTRACTOR has carefully studied all (1) repOlis of explorations and tests of

subsurface conditions at or contiguous to the Site and all drawings of physical

conditions in or relating to existing surface or subsurface structures at or

contiguous to the Site (except Underground Facilities) which have been identified

in the Bidding Documents or in the Supplementary Conditions and (2) reports and

drawings of a Hazardous Enviromnental Condition, if any •. at the Site which has

been identified in the Bidding Documents or in the Supplementary Conditions.

CONTRACTOR accepts the determination, if any, set forth in the Bidding

Documents of the extent of the "technical data" contained in such reports and

drawings upon which CONTRACTOR is entitled to rely. CONTRACTOR

acknowledges that such reports and drawings are not Contract Documents and

may not be complete for CONTRACTOR'S purpose. CONTRACTOR

acknowledges that OWNER and Design Professional do not assume responsibility

for the accuracy or completeness of information and data shown or indicated in

the Contract Documents with respect to Underground Facilities at or contiguous

to the Site. CONTRACTOR has obtained and carefully studied (or assumes

responsibility for having done so) all such additional supplementary

examinations~ investigations, explorations, tests, studies and data concerning

conditions (sulface, subsurface and Underground Facilities) at or contiguous to

the Site or otherwise which may affect cost, progress, performance or furnishing

of the Work or which relate to any aspect of the means, methods, tecimiques,

sequences and procedures of construction to be employed by CONTRACTOR

and safety precautions and programs incident thereto. CONTMCTOR does not

consider that any additional examinations, investigations, explorations, tests,

studies or data are necessary for the perlormance and furnishing of the Wark at

the Contract Price, within the Contract Times and in accordance with the other

terms and conditions of the Contract Documents.

4. CONTRACTOR is avvare of the general nature of work to be performed by

OW1\.TER and others at the Site that relates to the Work as indicated in the

Contract Documents.

PAO-Kl10413 40f8

5. CONTRACTOR has correlated the information known to CONTRACTOR,

information and observations obtained fi·om visits to the Site, reports and

drawings identified in the Contract Docmnents and all additional examinations,

investigations, explorations, tests, studies and data with the Contract Documents.

6. CONTRACTOR bas given Design Professional written notice of all conflicts,

en-ars, ambiguities or discrepancies that CONTRACTOR has discovered in the

Contract Documents and the written resolution thereof by Design Professional is

acceptable to CONTRACTOR, and the Contract Documents are generally

sufficient to indicate and convey an understanding of all terms and conditions for

performance and furnishing of the Work

CONTRACTOR'S CONTRACTS

REPRESENTATIONS FOR NON-CONSTRUCTION

1. CONTRACTOR has visited the Site and familiarized itself with and is satisfied as

to nature and extent of the ContJ.-act Documents Work, Locality, and as to all

general, local and Site conditions and federal, state and local Laws and

Regulations. which may affect cost, progress, performance or furnishing of the

Work.

2. CONTRACTOR has examined and carefully studied the Contract Documents

(including any Addenda) and the other related data identified in the Bidding

Documents including "teclmical data" relating to the requirements for the

services, equipment, materials or supplies.

3. CONTAACTOR is aware of the general nature of work to be performed by

Owner and others that relates to the work as indicated in the Contract Documents.

4. CONTRACTOR has correlated the information known to CONTRACTOR,

infonnation and observations obtained from visits to the Site, reports and

drawings identified in the Contract Documents.

5. CONTRACTOR bas given the OWNER or the ManagerlDesign Professional, if

any, written notice of all conflicts, errors, ambiguities or discrepancies that

CONTRACTOR has discovered in the Contract Documents and the written

resolution thereof is acceptable to CONTRACTOR, and the Contract Documents

are generally sufficient to indicate and convey an understanding of all terms and

conditions of perfonnance and furnish of the Work.

PAO-KII0413 50f B

ASSIGNMENT

Neither the OVINER nor the CONTRACTOR shall assign, sell, transfer or otherwise

convey any interest in this Agreement, including any monies due or to become due to the

CONTRACTOR under the contract, without the prior written consent of the other, nor without

the consent of the surety unless the surety has waived its right to notice of assignment Unless

specifically stated to the contrary in any written consent, no assignment, sale, transfer, or

conveyance will act as a release or discharge of a party from any duty or responsibility under this

Agreement or the Genera] Conditions.

SUBMISSION TO JURISDICTION OF JEFFERSON PARISH COURTS

This Agreement shall be deemed to be a contract made under the laws of the State of

Louisiana, and for all purposes shall be interpreted in its entirety in accordance with the laws of

the State. The CONTRACTOR hereby agrees and consents to the jurisdiction of the courts of

the State of Louisiana over its person. The parties agree that the sole and exclusive venue for

any suit or proceeding brought pursuant to this contract shall be the 24th Judicial District Court

for the Parish of Jefferson, State of LouIsiana.

INSPECTOR GENERAL

It shall be the duty of every parish officer, employee, department, agency, special district,

board, and commission; and the duty of every contractor, subcontractor, and licensee of the

parish, and the duty of every applicant for certification of eligibility for a parish contract or

program, to cooperate with the inspector general in any investigation, audit, inspection,

perfonnance review, or hearing pursuant to JPca 2-155.10(19).

By signing this document, every corporation, partnership, or person contracting with

PARlSH, whether by cooperative endeavor, intergovernmental agreement, bid, proposal,

application or solicitation for a parish contract, and every application for certification of

eligibility for a parish contract ~r program, attests that it understands and will abide by all

provisions ofJPCa 2-155.10.

SEVERABILITY CLAUSE

Any provision or part of the Contract Documents held to be void or unenforceable under

any Law or Regulation shall be deemed stricken, and all remaining provisions shall continue to

be valid and binding upon OWNER and CONTRACTOR, who agree that the Contract

PAO-KII0413 60f8

.. ,

Documents shall be reformed to replace such stricken provision or party thereof with a valid and

enforceable provision that comes as close as possible to expressing the intention of the stricken

provision.

ENTIRE AGREEMENT

TIlls Agreement and the attached documents represent the entire agreement between the

OVV1'TER and CONTRACTOR and supersede all prior negotiations, representations or

agreements, either written or oral. This Agreement may be amended only by a written

instrument signed by both the OVVNER, through its Council Chairman, and the CONTRACTOR

P AO-Kll 0413 70fS

Thus done and signed in 4 originals on the date first written above, in the presence of the

undersigned competent witnesses.

WITNESSES:

Print: Karen B. Oseguera

Print: Ann H Guidry

WITNESSES:

fj~:-rint: Kare~gJJera

Print: Ann H. Guidry

PAO·I(l10413

. R BERTS, CHAIRMAN PARISH COUNCIL

TRAFFIC SOLUTIONS, INC.

BY: L ~ StACEY SEAMON PRESIDENT

8of8

PERFORMANCE BOND Bond Number,30010846

KNOW ALL PERSONS BY THESE PRESENTS, That we _T_ra_ffi_c'--S-'-o--'l __ uU'--·o_n-'-s,ccl'--nc.:.;. __________ _ _ ____ _ ___ _ _____ _ _ _ ________ _____ ____ 01

-=2",9-=5-,-O-=S-=:t.-'.Ac:.n __ thc..0",n,,-y __ Ac..v __ ec... :..:N-=e-'-w_O=-r:..:le:..:a=-n-=s __ LA=-:..:7c..0c..1-=2=2 _____________ ______ , hereinafter

relerred to as·the Principal, and _W_e_s_t_e_rn_S_ur_e~ty,-C_o_m-'.p_a_n_,_Y ___________ ________ _

as Surety, are held and firmly bound unto _J_e_ff_e_rs_o_n_P_a_r"is-'-h ____________ ______ _ _

01 200 Derbigny Street Gretna LA 70053 , hereinafter

relerred to as the Obligee, in the sum 01 One Hundred Seventy Thousand One Hundred Seven Dollars and 00/100

Dollars ($ 170,107.00 ), lor the payment 01 which we bind ourselves, our legal representatives, successors and assigns, jointly and severally, firmly by these presents.

WH EREAS, Principal has entered into a ccntract with Obligee, dated the I 3 + h day of 5-e,pte,~~ e, 2017 , for Two year contract for Guardrai[ Maintenance (Remova[, Installation, and Repair) for the

Jefferson Parish Department of Public Works-Streets

NOW, THEREFORE, if the Principal shall faithfully perform such contract or shall indemnify and save harmless . the Obligee from al[ cost and damage by reason of Principal's failure so to do, then this obligation shall be null and void; otherwise it shall remain in full force and effect.

ANY PROCEED[NG, legal or equitable, under this Bond may be instituted in any court of competent jurisdiction in the location in which the work or part of the work is located and shall be instituted within two years after Contractor Defau[t or within two years after the Contractor ceased working or within two years after the Surety refuses or fails to perform its obligations under this Bond, whichever occurs first. [f the provisions of this Paragraph are void or prohibited by law, the minimum period of [imitation available to sureties as a defense in the jurisdiction of the suit shall be applicable.

NO R[GHT OF ACT[ON shall accrue on this Bond to or for the use of any person or corporation other than the Obligee named herein or the heirs, executors, administrators or successors of the Obligee.

S[GNED, SEALED AND DATED this __ ::;.:G_Yh,--,,-, __ day of \-?Q 1:6,= P-f',V" 2017

Traffic Solutions, Inc.

II (Principal)

By /k /l SfBcy Seamon •

(Sea[)

(Surety)

By ~-J--;:-:?!===----------------:-:-:-----: (Sea[) Attorney-in-Fact

Form F4597

Western Surety Company POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY-IN-FACT

Know All Men By These Presents, That WESTERN SURElY COMPANY, a South Dakota corporation, is a duly organized and existing corporation

having its principal office in the City of Sioux. Falls. and State of South Dakota,. and that it does by virtue ofllie signature and seal herein affixed hereby

make, constitute and appoint

John L Gohres Jr, Brian J Gohres, Individually

of Hammond, LA, its true and lawful Altomey(s)-in~Fact with fun power and authority hereby conferred to sign,. seal and execute for and on its bebalf

bonds, undertakings and other obligatory instruments of similar nature

- In Unlimited Amounts -

and to bind it thereby as fuUy and to the same extent as if such instruments were signed by a duly authorized officer of the corpoJation and all the acts of said

Attorney, pursuant to the authority hereby given, are hereby ratified and confinned.

This Power of Attorney is made and executed pursuant to and by authority of the By~Law printed on the reverse hereof, duly adopted, as indicated, by

the shareholders of the corporation.

In Witness Whereo~ WESTERN SURElY CO:MPANY has caused these presents to be signed by its Vice President and its corporate seal to be

hereto affixed on thls 17th day of April, 2017.

State of South DaImta

County of Minnehaha

WESTERN SURETY COMPANY

~~fIat Vice President

On this 17th day of April, 2017, before me personally came Paul T. Bruflat, to me known, who, being byrne duly sworn, did depose and say: that he

resides in the City of Sioux Falls, State of South Dakota; that be is the Vice President of WESTERN SURETY COMPANY described in and which executed

the above instrument; that he knows the seal of said corporation; that the seal affixed to the said instrument is such cOlporate seal; that it was so affixed

pursuant to authority giveu by the Board of Directors of said corporation and that he signed his name thereto pursuant to like authority, and acknowledges

same to be the act and deed of said corporation.

My commission expires

June 23. 2021

1. Mohr, Notruy Public CERTIFICATE

1, L. Nelson, Assistant Secretary of WESTERN SURETY COMPANY do hereby certify that the Power of Attorney hereinabove set forth is still in

force, and further certify that the By-Law of the corporation printed on the reverse hereof is still in force. In testimony wheroof I have hereunto subscribed

mynameandaffrxedthesealofthesaidcorporationthls )t-"V.- day of 5:C==iJ 1_ • i , ~ \""(.

WESTERN SURETY COMPANY

Ponn F4280-7-2012

PAYMENT BOND Bond Number: 30010846

KNOW ALL PERSONS BY TH ESE PRESENTS That we _T_ra,--ffi_,c_S_ol::cu_tio.:...n--,s,,-, .:...In.:...c.:.... _ _________ _

__________________________________ ____ 01

-,,2:..:9...:5...:0_S,-I,--. ...:A::cn.:...th"0'--n"y-'A'--v...:e" . .:..N"e"w...:.:...O'--rl...:e.::a,,ns=--.=LA:.c...:7...:0:.c1..::2=2 ____________________ , hereinafter

referred to as the Principal, and --'W...:.:...es=-t:.:e.:.:m.:....::S-=u:..:re:.:ty'---'C:..:o"'m"'p:.:a"n'-'y ___________ _ _______ _

as Surety, are held and firmly bound unto .::J:.:e"ff.::er:.:s:::o.::n...:P--'a::r"'is"'h'---_ _ ________________ _

of 200 Derbigny Street Gretna LA 70053 , hereinafter

referred to as the Obligee, in the sum of One Hundred Seventy Thousand One Hundred Seven Dollars and 00/100

Dollars ($ 170,107.00 ), for the payment of which we bind ourselves, our legal representatives, successors and assigns, jointly and severally, firmly by these presents.

WH EREAS, Principal has entered into a contract with Obligee, dated ---,-1-=.3--,Tc!.h-,--_ day of .54' t emJ, e-r­_-=2:.:0-'17'---_, for Two year contract for Guardrail Maintenance (Removal, Installation, and Repair) for the

Jefferson Parish Department of Public Works-Streets

copy of which contract is by reference made a part hereof.

NOW, THEREFORE, if Principal shall, in accordance with applicable Statutes, promptly make payment to all persons supplying labor and material in the prosecution of the work provided for in said contract, and any and all duly authorized modifications of said contract that may hereafter be made, notice of which modifications to Surety being waived, then this obligation to be void; otherwise to remain in full force and effect.

No suit or action shall be commenced hereunder

(a) After the expiration of one (1) year following the date on which Principal ceased work on said contract it being understood, however, that if any limitation embodied in this bond is prohibited by any law controlling. the construction hereof such limitation shall be deemed to be amended so as to be equal to the minimum period of limitation permitted by such law.

(b) Other than in a state court of competent jurisdiction in and for the county or other political subdivision of the state in which the project, or any part thereof, is situated, or in the United States District Court for the district in which the project, or any part thereof, is situated, and not elsewhere.

The amount of this bond shall be reduced by and to the extent of any payment or payments made in good faith hereunder.

SIGNED, SEALED AND DATED this _-S-"--,-I1,,-,,,~_ day of Wl~ ~ 2017

Traffic Solu 'ons, Inc.

-.=s=c7'9---;>-,-,L- --"'------ (Seal)

By -=-"----cb"--'----L---------,~-_: (Seal) Attorney-in-FaGt

Western Surety Company POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY-IN-FACT

Know AIl Men By These Presents, 'That WESTERI'l SURE1Y COMPANY, a Sooth Dakota corporation, is a duly organized and existing cotpOration

having its principal office in the City of Sioux Falls, and State of South Dakota, and that it does by virtue of the signature and seal herein affixed hereby

make, constitute and appoint

John L Gohres Jr, Brian J Gohres, Individually

of Hammond, LA, its true and lawful Attomey(s)·m-Fact with full power and authority hereby conferred to sign. seal and execute for and on its behalf

bonds, undertakings and other obligatory irutruments of similar nature

- In UnIimited Amounts -

and to bind it thereby as fully and to the.same extent as ifsuch iostruments were signed by a duly authorized officer of the corporation and all the acts of said

Attorney, pursuant to the authority hereby given, are hereby ratified and confirmed.

This Power of Attorney is made and executed pwsuant to and by authority of the By-Law printed on the reverse hereof, duly adopted, as indicated, by

the shareholders of the corporation.

In Witness Whereof, WESTERN SURETY COMPANY has caused these presents to be signed by its Vice President and its corporate seal to be

hereto affixed ou this 17th day of April, 2017.

State ofSoulh Dakota

County of Mi.n.nebaba

WESTERN SURETY COMPANY

On this 17th day of April. 2017. before me personally came Paul T. Bruflat. to me known., who, being by me duly sworn, did depose and say: that he

resides in Ule City of Sioux Falls, State of South Dakota; that he is the Vice President of\VESTERN SUREIY COMPANY described in and which executed

the above instrument; that he knows the seal of said corporation; that the seal affixed to the srud instrument is such corporate seal; that it was so affixed

pursuant to authority given by the Board of Directors of said corporation and that he signed his name thereto pursuant to like authority. and acknowledges

same to be the act and deed of said corporation.

My commission expires

JUne2.3,2021

1. Mohr, Notary Public CERTIF[CATE

[, L Nelson, Assistant Secretary of WESTERN SURETY COMPANY do hereby certify that the Power of Attorney hereinabove set forth is still in

force, and further certify that the By-l.aw of the cO£poration printed on the reverse hereof is still in force. In testimony whereof I have bereunto subscribed

my name and affixed the seal of the said corporation this s::h-e- day of_"b=","/""=~, "'~'''~~ ___ _ '' _-''1---0=------',,---'-_--

WESTERN SURETY COMPANY

Fcnn F42S0-7-2012

DATE: 4125/2017

BID NO.: 50~o0119432

lNVITATION TO 8ID THIS IS NOT AN ORDER

JEFFERSON PARISH PURCHASING DEPARTMENT

P.O. BOX 9 GRETNA, LA. 70054·0009

504--364·2678

Page:

BUYER: [email protected]

BlDS WILL BE RECEIVED IN THE WEST BANK PURCHASING DEPT, Sj..lITE 4400, JEFFERSON PARISH GENERAL GOVERNMENT BUILDING, 200 DERBIGNY STREET, GRETNA, LA 70053 UNTIL 2:00 PM, 6(01/2017 AND PUBLICLY OPENED THEREAFTER. For convenience, bidders may also submit bids In the East Bank Purchasing Department, Suite 404, Jefferson Parish Joseph S. Yenni Building, 1221 Elmwood Park Blvd., Jefferson LA 70123. However, ifsuhmitting bids on the day of bid opening, bidders must submIt atthe West Bank location onl!!. All bIds wJII be publicly opened at the West Bank location.

~~~ta~~~~!r~\~;~;~~,~~J;ib~[~~~1D5~l}~{~!1~W~~~~~~~Jfp!f~l~ LATE 81DS WILL NOT BE ACCEPTED

Unless submitting via online (see Page 3), each bid musl be submitted in a sealed envelope hearing on lhe outside; the name of!he Bidder, hIS address, and the name of the project for Which the bid is suhmitted and the bid number.

NOTE: ONLY BIDS WRITIEN IN INK OR TYPEWRITTEN,AND PROPERLY SIGNED BY A MeMBER OFTHE. FIRM OR AUTHORIZED REPRESENTATIVE, WILL BE ACCEPTED. PENCIL ANDlOR PHOTOSTATIC FIGURES OR SIGNATURES SHALL RESULT iN BID REJECTION.

INSTRUCTIONS FOR BIDDERS AND GENERAL CONDITIONS

THE FOLLOWiNG INSTRUCTIONS APPLY TO ALL BIDS

All bids submil(ed are subject to these instructions end genera! condillons and any special conditions and specifications contained herein, all of which are made part of this bid proposal reference. By submitting a bId, vendor agrees 10 comply wllh all provisions of Louisiana Law as well be in compUance with the Jefferson Parish Code of Ordinances, Louisiana Code of Ethics, ilppUcable Jefferson

Parish ethical standards and Jefferson Parish Resolution No. 113646 andJor Resolulion No. 113647.

AI{ vendors submilUng bids should register as a Jefferson Parish vendor if nol already yet registered. Registration forms may be downloaded from http://purchOlsing.jeffparish,netandbyclicklngon Vendor Information, CurrentW-9 forms wIth resp.ective Tax

Identilicalion numbers and vendor applications may be submitted at any time; however, If your company is nol registered and/or a current w·g form is no! on file, vendor registratlon is mandatorY. FurtMr, a curren! W-g form and respective Tax Jdentiflcation

number must be supplied upon contract execUtion, should you be awarded a conlract andlor Issued purchase order. Failure to do so may result In delay of payment . .

All quotalions shall be based on F.O.B. Agency warehouse or job site, anywhere withIn the Parish as deSignated by the Purchasing

Department. This provision does not apply [0 public works projects

JEFFERSON PARISH requires all products to be new (current) and all work musl be performed according to standard practices for the·

project. Unless otherwIse specified, no aftermarket parts will be accepted. Unless othel'Nise specffied, all workmanship and materials must have at least one (1) year guaranly, in wrlllng, from the dale of delivery andJor acceptance of the project. Any cleviaHons or alterations from the specillcat/ons must be indicated and/or supporting documentation supp1!ed wIth hid submIssion.

Bidders should submit all questions in writing and fax them 10 Ihe PUrchasing Department at (504) 36<\ ~2693 no later than FIVE (5) working days prior to bid opening. Bid numbers should be mentloned In all requesls, Ques.lions may also be emalled to ths buyer for this bid at Ihe email address listed above. If submitting online, vendors may send questions via the E-Procurement site no later than .

Rve (5) working days prior to.the bid opening.

If this bid requires a pre-bid conference (see Addltional Requirements section), bidders are advised that such conference will be held to allow bidders the opportunity 10 identify any discrepancies In the bid speclllcations and seek further clarification regarding illlitrucHons. The PurchasIng Department will issue a wrillen response to bidders' questions in the form of an Addendum. Please nole thai all official

communication wllf be expressed in the form of an addendum.

The purpose and Intention of this invitation to bid is to afford all supplJers an equal opportunity to bid on all construction, maIntenance,

. repaIr, operating supplies and/or eqUipment listed in this bid proposal. JEFFERSON PARISH WILL ACCEPT ONE BID ONLY FROM EACH VENDOR, [[ems bid must meet specHications.

Visit our website at HTIP:IIPURGHASING.JEFFPARISH.NET

DATE: 4/2$12017

BID NO.: 50·001194:32

JEFFERSON PAR1SHWiU acc~pt one price for each item unless olherwise indicaled, Two or more prices for one item will result in bid rejection. Bidd~rs are reqUIred to complete. sign and return the bid form and/or complete and return the associated line item pricing forms as Indicated. Vendors must nat aller the bid forlns, Doing so wUl cause the bid to be rejected.

A corporate resolution or wrItten evidence of the individual signing the bid having such .authority must be submItted with the bid. Failure to comply will cause bid to be rejected. For corporate enUlies, such written evjdence maV be a printout of the Louisiana Secretary of State's website listing the Signatory as an officer. Such printout shall be included wlth the bid submission. Bids submilted by Owners or Sole. Proprietorships must Include cartlflcalion that he or sh1:: owns Ihe entily for Which Ihe bId Is sIgned. This documentatIon must be submHted with the bId. Failure to do so wlll resun In bId reJactiofl.

NOTE: A sample corporale resolution can be downloaded from our website htip:f/purchasing.jeffparlsh.net or you may provide your own document. A sample certification of sole proprIetorship can also be downloaded from ourwebsile hl!p:lIpurchasing.jeffparish.net or you may provide your ovm document

INSTRUCTIONS FOR BIDDERS AND GE2NERAL CONDITIONS

2

A. AWARD OF CONTRACT: JEFFERSON PARISH reserves the right to award contracts or piace orders on a lump sum or Individual item basis, or such combination. as shall in its judgment be in the best interest of JEFFERSON PARISH. EvelY contract or order shan be awarded to the LOWEST RESPONSIVE and RESPONSIBLE BIDDER, taking inlo consideration the CONFORMITYWlTHTHE SPECIFICATIONS and the DELlVERY AND/OR COMPLETION DATE. SPUT AWARDS MADE TO SEVERAL VENDORS WILL ONLY BE GRANTED TO THOSE DEEMED RESPONSIVE AND RESPONSIBLE. .

Ali bid prices shall remain valId for 45 days. Jefferson Parish and the lowest responsive and responsible bldder(s) by mutual written consent may mulually agree -to extend the deadJine for award by one (1) or more extensions of thirty (30) calendar days-.

PROTESTS: Only those vendors that submItted a bid In response to this solicitation may submit a protest in writing to the Director of the Purchasing withIn 48 hours of bId opening. The Purchasing Director will review!t in connection with the Parish AUorney's Office which wHithen respond in writing as soon as possible.

PREFERENCE: Unless federal funding is direcUy spent by Jefferson Parish for this purchase, preference is hereby given!o materials, supplies, and provisIons produced. manufactured or grown In LouisIana, quality being squallo articles offered by competitors oulside the state. uLSA_ R.S. 36:2251-2261"

8. USE OF BRAND NAMES AND STOCK NUMBERS; Where brand names and stock numbers are specified, it is ror\he purpose of establish!ng certain minlmurll standards of quaJlly. Slds may be submHted for products of equal quality, provided brand names and slock numbers are specified. Complete product data may be required prior to award,

C. CANCELLATION OF CONTRACT: JEFFERSON PARISH'reserves the rlghtto cancel all or any part lfna! shipped promptly. No charges wllJ be allowed for parking or cartage unless speclfied In quotation. The order mustnoi be filled at a higher pnoo than quoted. JEFFERSON PARISH reserves the rlght to GEncel any contract at anytime and for any reason by Issuing a THIRTY (30) day wntten noUce to the contractor.

For good cause and as consideration for executing a contract wJth Jefferson Parish, vendor conveys, sells, assigns and transfers to Jefferson Parish or lis assigns all rights, litle and intereslln and to all causes of aclion It may now or herea[ier acquire under the antltrustlaws of the United Slates and the State of Louisiana, relating to the particular good or services purchased or acquired by Jefferson Parish.

D. PRICES: Jefferson Parish Is exempt from paying sales tax under LSA~RS. 47:301 (8)(c). All prices for purchC1ses by Jefferson Parish of suppl1es and materials shall be quoted in the unit of measure specified and unless othef'Nise specified, shaH be excrusive of state an~ Parish taxes, The price quoted for work sha!! be slated in figures. In the even! there [s a difference in unit prices and totals, the unit price shall prevail.

Quantities listed are for bidding purposes only, Actual requirements may be mOfe or less. than quantities llsted.

Bidders are not to exclUde from partIcipation in, denyihe benefils of, or subject to discriminalion under any program or acliv!.Ly, any person In the Uniled States on the grounds of race, color, national origin, or sex; nor discriminate on the basis of age under the Age Discrimination Act of 1975, or with respect to an otherwise qualified handicapped individual as provided in Section 504 of the Rehab[[ila!1cm Act of 1973, or on the basis of religIon, except that any exemption from such prohibition against d!scriminaUon un the oasis of religIon as provlded in the Givtl Rights Act of 1964, orTIlIe V! and VII of the Act of April 11, 1968, shall also apply. ThIs assurance includes compllance with tile administrative requlremerlts of the Revenue Sharing fin~1 handicapped discriminatIon

,provisIons contained in Sec:t1on 51.55 (c), (d), (e), and (k}(5) of the ReiJulatJons. New construcUon or renovallon projecls ml!st comply with Section 504 offhe 1973 Rehabllilatlon Act, as amended, In accordance wi!h the American Nationa! Standard lnslllute's speCificatIons (ANSI Ai7.1-1961).

Jefferson Parjs~ and Its partners as the recipients offederal funds are fully commiUed to award1ng a conlrac{(s) to firmCs) thai will proVide high quality services and that are dedicated \0 diversity and to containing costs, Thus, Jefferson Parish strongly encourages the involvement of mInority and/orwoman·owned business enterprises {DBE's, including MBE's, WEE's and SBE's} to sllmulale parlicipalion in procurement and assistance programs.

DATE: 4125/2017

BID NO.: 50-00119432 INSTRUCTIONS FOR BIDDERS AND GENERAL CONDITIONS

Page: 3

Advertised bids \11m be tabulated and a copy of the tabulation will be fo/Warded 10 each responding bidder.

IN ACCORDANCE WITH STATE REGULATIONS JEFF.ERSON PARISH DF;FE:RS ELECTRONIC PROCUREM.E;NT . . ". ,TO ALL·.VENDORS . .. '

This electronic procurement system al~~ws' v~n~Qi':S i~~ c.onve~·ience oi.~·e~.i.ewlng a~.~ ~.~~m:;t~in.g · bi,fls o~iine .. This Is a secure site and authorized personnel have IImlte-o rea·d aqcess'only, ·"Bidders'ar~:eli.:r~ourage~ to

submit electronically using this free !;;"e.J:Vice; .whlle.the website accePts.various·file types,"one:$lrigie p.Df:Iile containing all appropriate and reguired bid documents is ·pnife.rred. -..BiClders.submitting 'uploiH:led images 9f. bid responses are solely respons'lble foi' clarity. ·1f.llploaded imagesfdOp·i.imeiits ?<iie.}ibt Ieglble~·t.heh bi~ders

submIssion will be rejected. Plea,se·!"'ote all regui.i'~ment~ contained in t.his~ bid 'pa:c ~<ifW"~o( ele~trohi~ pld .-·suf;lmission. ..:::." .. ,:':~ , .. '.

Please visit our E-Procuremen"t p~g~~~t~.j'~~~art~tilifds.iiet to r;~~~i~r".an~~~'.f~~~~e~~~sq~·parish solicitations •. For mor~·info~ati.on.:pJease vlsl.t the.PI:m;:i"}a\'.>lng . p'~partmeiht.page ~~tt ..... .

" ' . ·:~ .. ;ry~.P:PP,~t~?ll!~.iry9J~ff~~r!.~.~ .. nett· ;:<~; .",: :~\ '\:~~~:J~~;·':l~~.<.: .. :~:: :'. j:': . The genera! specifica!ions for cons!ruction projects and the purchase of mater!als, services arid/or supplies are those adopted by the JEFFERSON PARISH Council by Resolution No. 113646 or 113647 daled 12109/09. The jeneral condl!!ons adopted by this resolution shall be considered as much a part of this documenl as ifihey were written who] y herein. A copy may be obtained from the Office oflhe Parish Clerk. Suite 6700. Jefferson Parish General Govemment Building, 200 Derbigny Street, Gretna, LA 70053. You may also obtain a copy by visiting the Purchasing Department l'Iebpage at hllp:llpurchaslng.Jeffpatish.net and clicking on Online Forms.

ADDITIONAL REQUIREMENTS FOR THIS BID

All bidders must attend !he MANDATORY pre-bid conference and wIll be required to sign in and oul as evidence of attendance. In accordance with LSA R.S. 38:2212(1), aU prospective bidders shan be present at the beginning of the MANDATORY pre-bid conference and shall remain in atlendance for the duration of the conference. Any prospective bidder who fails Lo attend the confen:!fI~e or remain for the duration shall be prohibited from submllting a bid for Ihe project.

2. ALtendance to this pre-bid conference is optional. However, failure: 10 attend the pre-bid conference shall nol relieve the bidder of responslbllity for information discussed at the conference_ Furthermore, failure to allend the pre-bid conference and inspecllon does not relIeve the successful bidder from the necessity of furnishing materials or performing any work that may be required to complete the work In accordance with the speCification wilh no additional cost 10 the oW!1er.

ContracLor must hold current applicable JEFFERSON PARISH licenses with the Department of Inspection and Code Enforcement Contractor shall obtain any ~nd all permits required by the JEFFERSON PARISH Department of Inspecllon and Code Enforcement. The contractor shall be responsible for the payment of these permits. All permits must be obtained prior.to the start of the project. Contractor must also hold any alld all applicable Federal and State licenses. Contractor shall be responsible for the payment of these permits and shall obtain them prior to the start of Ihs project.

~ A LA Slate Contractor's License will be required in accordance wiU, LSA R,S. 37-2150 at. seq. and such license number will be shown on the outside oflhs bid envelope_ Failure to comply will cause the bid to be rejected. AddHionally if submlUing the bid electronically, then the license number must be entered In the approprIate field in Ihe Electronic Procurement system. Failure to comply will cause Ihe bid to be rejected.

5. 11 is the bidder's responsIbility 10 visi! the job site and evaluate the job before submiUing a bId.

~. Job site must be clean and free of alillUer and debris daily and upon completion of the contract Passageways must be kept clean and Free of malerial, eqUipment, and debris al all times. Flammable malerial must be removed from the Job site daily because slorage will not be permitted on the·premises. Precau!lons must be exercised at alJ times to safeguard Ihe welfare of JEFFERSON PA~ISH and the general public.

DATE: 4125/2017

810 NO.: 50-00119432 Page: 4

INSTRUCTIONS FOR BIDDERS AND GENERAL CONDlTJONS

7. PUBLIC WORKS BIDS: All awards for public works In excess of $5,000.00 will be reduced to a forma! contract which shall be recorded at the contractor's expense wIth ihe Clerk of Court and Ex-Officio Recorder of Mortgages.for the Parish of Jefferson. A prIce IJsf of recordation costs may be obtained from the Clerk of Court and E){-Officlo Recorder of Morlgages for the Parish of Jefferson. AU awards in excess of $25,000.00 wm require both a performance and a payment bond. Unless otherwIse stated In the bid speolficatlons, the performance bond requirements shall be 100% nfthe contract price. Unless otherwise state in the bId specifications, the payment bond requirements shall be 100% of the contract prIce, Both bonds shall be supplied at the signing of the contracL

NON-PUBUG WORKS BIDS; A performance bond wi!! be requlredforth!s bid. The amount of the bond wlll be 100% of the contract price unless otherwise indicated in Ihe specifications. The performance bond shall be supplied at the sIgning of the contract.

9. NON-PUBl!C WORKS BIDS; A payment bond will be required for this bid. The amount of the bond wil! be 1QO% of the contract price unless otherwise indicated in the specifications. The payment bond shall be supplied al the signIng ofthe contrac!.

® Unless otherwise slated in the bid specifications, the succ:essful bJdder wlIJ be required to procure standard insurance polIcies evldenolng Parlsh-mandated insurance requirements as Indicated on the atlached "insurance requirements~ sheet. All bidders must comply wIth the instructions in this. sheet Failure 10 comply wlJ] cause·bid to be reJec1ed.

6) A bid bond will be required with hid submission in the amount of 5% of!he total bid, unless otherwise stated in the bId specifications. Acceptable forms shall be limlted to cashier's check, certified check, or sure!y bid bond. All sureties must be In orlgina! forma! (no caples) If submitting a bid online, vendors must submit an electronic bid bond through the respecUve onBne clearinghouse bond management sys!em(s) as !ndlcated in the electronic bid solicItation on Central Auction House. No scanned paper copies of any bid bond wI!! be accepted as part of the e!ectronic bJd submIssion.

This Is a requirements contract to be provided on an as needed basis. JEFFERSON PARISH makes no represerJlaHons on warraniles with regard to minImum gUaranteed quanUtJes unless otherwise slated In the bid speCifications.

@. Freight charges should be included In l-otal cost when quoting. If not qUoted FOB DELIVERED, freighl must be quoted as a separate llem. Brd may be rejected jf not quoted FOB DELIVERED or Iffrelght charges are not IndIcated on bid form.

14. PUBLIC WORKS BIDS - Completed, Signed and Properly Notarized Affidavlls RequIred; Thls applIes to all solicUations for construction, allerallon or demotition of public buildings or projects, in conformity with the provisIons conlained In LSA-RS 38:2212.9, LSAHRS .38:221.2.10, LSA-RS 38:2224, and Sec 2-923. 1 of the Jefferson ParIsh Code of Ordinances. For bldding purposes, all bidders musL submltwilh bid submission COMPLETED, SIGNED and PROPERLY NOTARIZED Affidavits, Jncludlng; Non~Convlc!1on Affidavit, Non-Collusion Affidavit, Campaign Contribulion Affidavit, Debt Disolosures Affidavll and E-Verify Affidavit, Forthe convenience of vend:>rs, all affidavits have been combined into one form entitled PUBL!GWORKS EIEl AFFIDAV!T. This affidavit must be submitted in its original fonnat, and without material alteration, in order1n be compliant and for the bid to be considered responsive. A scanned copy of the completed, signed and properly !lotarized affidavll may be supmltted with the bid, however, the successful bidder must s.ubmlt Ihe original;':lffidevit In its original format and wilhou! material alteration upon contract execulton. Fallure to comply will result in the bid submiss!on being rejected as non-responsive. The Parish reserves the right fa award bid to the next lowest responsive and responsIble bidder In this even!.

@NONPUBLlCWORKBIDs-comPleted,SignedandPrOperIY Notarjzed Affidavits Required in conformity wIth {he provisions contained in LSA - RS 38:2224 and Sec:. 2-923.1 of the Jefferson Parish Code of Ordinances, For biddIng purposes, all bidders must subml! with bid submIssion COMPLETED, SJGNED and PROPERLY NOTARIZED Affidavits, includin,9: Non-Callus/on Affidavll, Debl DIsclosures Affidavit and Campaign Contribution Affidavit. For the convenience ofvendors, all affidaVits have been combined into one Conn enOtled NON PUBLIC WORKS BID AFFIDAVIT. This affidavit must be submilted In its orlglnat format, and without maleria] alleratlon, in order to be compliant and [or the bid to be c:.onsldered responsive. A scanned copy of the completed, signed a~d properly notarized affidavit may be submitfed with the bid, however, lhe successful bidder mUSE submit the orIginal affidavIt In its original format and without material alteration upon contract execution. Failure 10 comply will result. In the bid submIssIon being rejected as non-responsIve. The Parish reserves the right to award bid to ihe next lowest responsive and responsible biddar in this event.

16. The ensuing contract forthls bid solicitatlon may be eligible for FEMA reimbursemenl an<:lfor Federal fundinglreimbursemenl As such, Ihe referenced appendix will be applicable accordingly and shalt be consIdered a part of the bid documents. All appllcable certifications musl be duly completed, signed and submitted wJlh bid submission. Failure to submit applicable certificalions with bId submission will result in bid reJection.

17. FOf this project, the Contractor shall not pay any sla!e or local sales or Use taxes on materials and equlpmentwhlch are affixed and made part of the immovable property of the project or whIch permanently Incorporated In the project {hereinafler referred to as "applicable materials and eqUipment"). An purchases of applicable materials or equipment shall be made by fue contractor on behalf of and as Ihe agent oUefferson Parish (Owner), a poUlice! subdivision of the State of Louisiana. No state and loca! sales and use taxes are owned on applIcable materials and equipment under Ihe prOVisions of Act 1029 of the 1991 Regular Session - Louisiana Revised Statute 47:301(8)(0). Ownef will furnish contractor a certificate funn which certifies that Owner is nat required to pay such stale Of !oc~:d sale;s and use taxes, and contractor shall fumish a copy of such cerlIficale to all vendors or suppliers of the applicable malerlals and equipment

~,.sha!l be the duty of every parIsh officer, employee, department, agency, spec!at distrIct, boartl, and commission: and the f.:'~ty of every contractor, subcontt'actor, and licensee of the parish, and the duty of eVery applicant for certification of

Iiglbi!tty for a. parish c:.ontract or program, to cooperate with the Inspector General In any Investigation, audit, Inspection, erformance revIew, or hearIng pursuant to Jefferson Parish Code of Ordinances Section 2H155,10(19). By submitting a bid, Ive.ndor acknowledges this and will abide by all prOVisions of the referenced Jefferson Parish Code of Ordinances.

~~----.-----------

, ~ ,

DATE: 4/2512017 Page: 5

BID NO.: 50-00119432

All Public Work Projects are required to use the Louisiana Uniform Public Work Bid Form

All prictls must be held firm unless an escalation provIsion Is rtlquestad In thIs bid. Jefferson Parish wHl allow on~ escalation during the term of the contract, which may not ex<::aad the U,S, Bureau of LaborStatrstlcs Na!lonallndex for all Urban Consumers, unadjusted 12 month figura, rha most racentry published figure l!lsued at the time an adJuslment Is requesletl wlll be used. A request must be made In wrltlng by the vendor, and the escalation wll! only be appUed to purchases made after the request Is made.

Are you requesting an escalatIon provision? yE. ____ _

NO_--""/'---_

MAXIMUM ESCALATION PERCENTAGe REQUEST..eD ____ '%

INITIAL BID PRICES Will REMAIN FIRM THROUGH THE DATE OF

For the purposes of comparIson of bids when an sSllalatlon provision Is requested, Jefferson Parish will apply the maximum escalation percentage quoted by fhe bidder to the period to which It Is applied In the bid, The inltll!! price and the esoalatlon will be used to calculate the total bid prIce. It will be assumed/or comparison of prices only, tflatan equal amount of mawrlal or labor Is purchased each month throughout the entire contract.

DELIVERY: FOB JEFFERSON PARISH INDICATE DELIVERY DATE ON EQUIPMENT AND SUPPLIES

LOUISIANA CONTRACTOR'S LICENSE NO.: (if applicable)

THIS SECTION MUST BE COMPLETED BY BIDDER:

FIRM NAME: _---rc-'-''-~''"''f={?,~·,'''.~S"'.'_.L1 U"-.ibl·"M,,-,' ,jl...LI ,-,..,,,~~ _____________ _

ZIP: "] 6j \ ~.1--

TELEPHONE, (5", Cj) j ':f;\' -<t go '1

EMAIl.ADDRE5S: S}-d,}@±t:<l..f£r ... en\vk?t),l;,'''' ,I'l"--J.

In. the event that addenda are issued With this bid, bIdders MUST aoknowledge all addenda on the bid form.Bidder must acknowledge receipt of an addendum on the bId form as Indicated. FailUre to al;llmowladge any addendum on tha bid form wlU result in bId rejection.

Acknow!edge Receipt of Addenda: NUMBER: _____ --'N.li8~"~f~/'__'../~ NUMBER! ________ _

NUMBER: ________ _

NUMBER! ________ _

/0'7_ 00 TOTAL PRICIE Q ALL.BID ITEMS~.$ J ~O ! AUTHORIZED, A-SIGNATURE:"" '-><""'''''''''_..L--'==:....:. _______ _ TITLE: 'Pc .e ). " J ,...,~ -\--

Printed Name

SIGNING INDICATES yOU HAVE READ AND COMPLYW!Tj-ITHE INSTRUCTIONS AND CONDITIONS.

NOTE: All bids should be returned with the BID NUMBER and BID OPENING DATE indicated on the Qutside of the envelope submitted to the Purchasing Department.

at- .::: ........ l-r-_~ .(:0 ............ r,.,."..-.-~J

PARISH OF JEFFERSON

PURCHASING DEPARTMENT

P.O. BOX 9 GRETNA, LA. 70054-0009

CONTRACT # 55-00016631 PAGE 1

GUARDRAIL MAINTENANCE 1843S4

TRAFFIC SOLUTIONS INC FROM S12812017 TO S12712019

2950 ST ANTHONY AVENUE NEW ORLEANS LA 70122

BI D#: 5000119432

This order is placed subject to instructions aud conditions on reverse hereof

QUANTITY

4

5

1

1

1

5

5

5

1

5

1

1

UNIT COMMODITY CODE

EA 570.28.53917

EA 570.28.00220

EA 570.28.00010

EA 570.28.00245

EA 570.28.00015

EA 570.28.00250

EA 570.28.00225

EA 570.28.00230

EA 570.28.00235

EA 570.28.00240

EA 570.28.00215

EA 570.28.00020

PHONE: 504-364-2678 FAX: 504-364-2693

DESCRIPTION

0010 REMOVE AND DISPOSE OF CONCRETE GUARDRAIL POSTS

TWO (2) YEAR CONTRACT FOR GUARDRAIL MAINTENANCE (REMOVAL, INSTALLATION AND REPAIR) FOR THE JEFFERSON PARISH DEPARTMENT OF PUBLIC WORKS - STREETS

0020 FURNISH AND REPLACE 25 FEET SRT 350 GUARDRAIL

0030 FURNISH AND INSTALL WS X 20 POUND PEDESTAL GUARDRAIL POSTS (UP TO 3SINCH IN OVERALL HEIGHn USING PRE-EXISTING HOLES IN BRIDGE DECK

0040 FURNISH AND REPLACE S INCH X 8 INCH X S FEET TREATED TIMBER POST (CRn BREAKAWAY

0050 FURNISH AND INSTALL W6 X 20 POUND PEDESTAL GUARDRAIL POSTS (UP TO 3SINCH OVERALL HEIGHn DRILL NEW HOLES IN BRIDGE DECK

OOSO FURNISH AND REPLACE 25 FEET ET 2000 ANCHOR RAIL - HOLES CUT FOR CABLE BLOCK

0070 FURNISH AND REPLACE ET 2000 EXTRUDER (HEAD)

0080 FURNISH AND REPLACE 12 FEET-SINCH SRT 350 ANCHOR RAIL

0090 FURNISH AND REPLACE SRT 350 SLOT GUARDS

0100 FURNISH AND REPLACE ET 2000 CABLE ANCHOR BOX

0110 FURNISH AND REPLACE S FEET-SINCH CABLE ASSEMBLY

0120 FURNISH AND INSTALL WS X 20 POUND PEDESTAL GUARDRAIL POSTS (37 INCH TO SO

EMAIL: [email protected] W EB SITE: WWW.JEFFPARISH.NET/BIDS

UNIT PRICE

40.0000

100.0000

150.0000

175.0000

150.0000

50.0000

1.0000

300.0000

12.0000

1.0000

50.0000

150.0000

AMOUNT

lS0.00

500.00

150.00

175.00

150.00

250.00

5.00

1500.00

12.00

5.00

50.00

150.00

PARISH OF JEFFERSON

PURCHASING DEPARTMENT

P.O. BOX 9 GRETNA, LA. 70054-0009

CONTRACT # 55-00016631

~ ~ PAGE 2

GUARDRAIL MAINTENANCE 184364

TRAFFIC SOLUTIONS INC FROM 6/28/2017 TO 6/27/2019

2950 ST ANTHONY AVENUE NEW ORLEANS LA 70122

BID#: 5000119432

This order is placed subject to instructions and conditious on reverse hereof

QUANTITY

1

4

1

8

1

10

25

70

175

5

40

205

UNIT COMMODITY CODE

EA 570.28.00025

EA 570.28.00030

EA 570.28.00035

EA 570.28.00040

EA 570.28.00045

EA 570.28.00050

EA 570.28.00055

EA 570.28.00060

EA 570.28.00065

EA 570.28.00075

EA 570.28.00085

EA 570.28.00090

PHONE: 504-364-2678 FAX: 504-364-2693

DESCRIPTION

0120 FURNISH AND INSTALL W6 X 20 POUND INCH IN OVERALL HEIGHT) USING PRE-EXISTING HOLES IN BRIDGE DECK

0130 FURNISH AND INSTALL W6 X 20 POUND PEDESTAL GUARDRAIL POSTS (37 INCH TO 60 INCH IN OVERALL HEIGHT) DRILL NEW HOLES IN BRIDGE DECK

0140 FURNISH AND REPLACE THRIE BEAM GUARDRAIL (6 FEET·3 INCH) POSTS NOT INCLUDED

0150 FURNISH AND REPLACE THRIE BEAM GUARDRAIL (12 FEET-6INCH) POSTS NOT INCLUDED

0160 FURNISH AND REPLACE THRIE BEAM GUARDRAIL (25 FEET) POSTS NOT INCLUDED

0170 FURNISH AND REPLACE THRIE BEAM TO W-BEAM TRANSITION (6 FEET-3 INCH) POSTS NOT INCLUDED

0180 FURNISH AND REPLACE W-BEAM GUARDRAIL (6 FEET-3INCH) POST NOT INCLUDED

0190 FURNISH AND REPLACE W-BEAM GUARDRAIL (12 FEET-6INCH) POST NOT INCLUDED

0200 FURNISH AND REPLACE W-BEAM GUARDRAIL (25 FEET) POST NOT INCLUDED

0210 FURNISH AND REPLACEW6 X 8.5 POUND X 6 FEET GALVANIZED STEEL GUARDRAIL POST

0220 FURNISH AND REPLACE W6 X 8.5 POUND X 6.5 FEET GALVANIZED STEEL GUARDRAIL POST

0230 FURNISH AND REPLACE 6 INCH X 8 INCH X 6 FEET TREATED GUARDRAIL POST

0240 FURNISH AND REPLACE 6 INCH X 8 INCH X 14 1NCH TREATED GUARDRAIL BLOCK

EMAIL: [email protected] WEB SITE: WWW.JEFFPARISH.NET/BIDS

UNIT PRICE

(CONTINUED

150.0000

80.0000

150.0000

300.0000

80.0000

50.0000

150.0000

140.0000

50.0000

50.0000

50.0000

6.0000

AMOUNT

150.00

320.00

150.00

2400.00

80.00

500.00

3750.00

9800.00

8750.00

250.00

2000.00

1230.00

PARISH OF JEFFERSON

PURCHASING DEPARTMENT

P.O. BOX 9 GRETNA, LA. 70054·0009

CONTRACT # 55-00016631 PAGE 3

GUARDRAIL MAINTENANCE 184364

TRAFFIC SOLUTIONS INC FROM 6/28/2017 TO 6/27/2019

2950 ST ANTHONY AVENUE NEW ORLEANS LA 70122

BID#: 5000119432

Tbis order is placed subject to instructions and conditions on reverse bereof

QUANTITY

1

10

10

1

5

1

20

1

1

1

1

1

1

10

25

UNIT COMMODITY CODE

EA 570.28.00095

EA 570.28.00100

EA 570.28.00105

EA 570.28.00110

EA 570.28.00115

EA 570.28.00120

EA 570.28.00125

EA 570.28.00130

EA 570.28.00135

EA 570.28.00140

EA 570.28.00145

EA 570.28.00150

EA 570.28.00155

EA 570.28.00160

EA 570.28.00165

PHONE: 504-364·2678 FAX: 504·364·2693

DESCRIPTION

0250 FURNISH AND REPLACE 6 INCH X 8 INCH X 6 FEET-6INCH TREATED GUARDRAIL POST

0260 FURNISH AND REPLACE 6 INCH X 8 INCH X 22·1/2 INCH TREATED GUARDRAIL BLOCK

0270 FURNISH AND REPLACE 81NCH X 81NCH X 6 FEET TREATED GUARDRAIL POST

0280 FURNISH AND REPLACE 10 INCH X 10 INCH X 6 FEET TREATED GUARDRAIL POST

0290 FURNISH AND REPLACE W·BEAM BRIDGE END TERMINAL WITH BOLTS AND NUTS

0300 FURNISH AND REPLACE THRIE BEAM BRIDGE END TERMINAL WITH BOLTS AND NUTS

0310 FURNISH AND REPLACE W·BEAM FLARED END TERMINA WITH BOLTS AND NUTS

0320 FURNISH AND REPLACE THRIE BEAM FLARED END TERMINAL WITH BOLTS AND NUTS

0330 FURNISH AND REPLACE GUARDRAIL ANCHOR SECTION (M.E.L.T.) (37.5 FEET)

0340 FURNISH AND REPLACE GUARDRAIL ANCHOR SECTION (TRAILING END) (6 FEET-3 INCH) (W·BEAM)

0350 FURNISH AND REPLACE GUARDRAIL ANCHOR SECTION (TRAILING END) (6 FEET·3 INCH) (THRIE.BEAM)

0360 FURNISH AND REPLACE W6 X 15 POUND X 6 FEET GALVANIZED STEEL GUARDRAIL POSTS ATTACHED TO BRIDGE FACIA

0370 FURNISH AND REPLACE 25 FEET DOUBLE THRIE BEAM TRANSITION INCLUDING ALL HARDWARE, POSTS AND BRIDGE END TERMINAL

0380 FURNISH AND REPLACE GUARDRAIL ANCHOR SECTION (ET·2000 ) (37.5 FEEn

0390 FURNSISH AND REPLACE REClUS W·BEAM GUARDRAIL (12 FEET·6 INCH) POSTS NOT

EMAIL: [email protected] WEB SITE: WWW.JEFFPARISH.NET/BIDS

UNIT PRICE

75.0000

10.0000

25.0000

25.0000

20.0000

50.0000

50.0000

50.0000

125.0000

250.0000

300.0000

50.0000

1000.0000

10.0000

80.0000

AMOUNT

75.00

100.00

250.00

25.00

100.00

50.00

1000.00

50.00

125.00

250.00

300.00

50.00

1000.00

100.00

2000.00

PARISH OF JEFFERSON

PURCHASING DEPARTMENT

P.O. BOX 9 GRETNA, LA. 70054·0009

CONTRACT # 55-00016631

~ ~ PAGE 4

GUARDRAIL MAINTENANCE 184364

TRAFFIC SOLUTIONS INC FROM 6/28/2017 TO 6/27/2019

2950 ST ANTHONY AVENUE NEW ORLEANS LA 70122

BI D#: 50001 19432

This order is placed subject to instructions and conditions on reverse hereof

QUANTITY

1

1

5

1

25

1

25

1

20

5

1

UNIT COMMODITY CODE

EA 570.28.00200

EA 570.28.00205

EA 570.28.00210

EA 570.28.00255

EA 570.28.00260

EA 570.28.00265

EA 570.28.00170

EA 570.28.00069

EA 570.28.53916

EA 570.28.53917

EA 570.28.00270

PHONE: 504·364-2678 FAX: 504·364-2693

DESCRIPTION

0390 FURNSISH AND REPLACE REDIUS W·BEAM INCLUDED

0400 FURNISH AND REPLACE RADIUS THRIE BEAM GUARDRAIL (12 FEET .sINCH) POSTS NOT INCLUDED

0410 FURNISH AND REPLACE GUARDRAIL ANCHOR SECTION (BCT) (12 FEET·6 INCH)

0420 FURNISH AND REPLACE GUARDRAIL END SECTION (W·BEAM ROUNDED)

0430 COMPLETE SRT·350 GUARDRAIL END TREATMENT

04406 INCH X 8 INCH X 42.5 INCH BCT POST

0450 25 FEET BCT RAIL

0460 FURNISH AND REPLACE GUARDRAIL END SECTION (W·BEAM BUFFER)

0470 QUADGUARD SYSTEM N.C.H.R.P. TEST LEVEL 2 IMPACT ATTENUATOR

0480 REMOVAL OF GUARDRAIL (12.5 FEET SECTION, INCLUDING POSTS AND BLOCKS)

0490 FURNISH AND INSTALL 43.5 INCH X 48 INCH WEED MAT (RUBBER)

(SEE ATTACHED SPECIFICATIONS FOR THIS ITEM. CONTRACTOR MUST SUPPLY THIS ITEM OR AN EQUAL ITEM APPROVED BY JEFFERSON PARISH REPRESENTATIVE)

0500 NCHRp·350 APPROVED HIGH DENSITY POLYETHYLENE TRAFFIX CHANNELIZING DRUMS (18 INCH WIDE X 36 INCH TALL) OR APPROVED EQUAL TO INCLUDE:

A. 40 POUND MOLDED RECYCLED RUBBER BASE B. HIGH INTENSITY REFLECTIVE TAPE AROUND

THE DRUM C. TWO MOUNTING HOLES FOR MOUNTING

OPTIONAL BARRICADE LIGHTS

EMAIL: [email protected] WEB SITE: WWW.JEFFPARISH.NET/BIDS

UNIT PRICE

(CONTINUED

175.0000

300.0000

50.0000

1400.0000

50.0000

200.0000

75.0000

10500.0000

50.0000

10.0000

65.0000

AMOUNT

175.00

300.00

250.00

1400.00

1250.00

200.00

1875.00

10500.00

1000.00

50.00

65.00

PARISH OF JEFFERSON

PURCHASING DEPARTMENT

P.O. BOX9 GRETNA, LA. 70054·0009

CONTRACT # 55-00016631

~ ~ PAGE 5

GUARDRAIL MAINTENANCE 184364

TRAFFIC SOLUTIONS INC FROM 612812017 TO 612712019

2950 ST ANTHONY AVENUE NEW ORLEANS LA 70122

BID#: 5000119432

This order is placed subject to instructions aud conditions on reverse hereof

QUANTITY

1

1

1

1

1

1

5

5

20

20

20

20

UNIT COMMODITY CODE

EA 570.28.00275

EA 570.28.00280

EA 570.28.00285

EA 570.28.00290

EA 570.28.00000

EA 570.28.00000

SQY Ps70.28.00000

SQY Ps70.28.00000

SQY Ps70.28.00000

SQY Ps70.28.00000

CUY Ps70.28.00000

CUY Ps70.28.00000

PHONE: 504·364·2678 FAX: 504·364·2693

DESCRIPTION

0510 NCHRp·350 APPROVED LOW DENSITY POLYETHYLENE TRAFFIX LOOPER CONES (42 INCH TALL! OR APPROVED EQUAL TO INCLUDE: A. 30 POUND MOLDED RECYCLED RUBBER BASE B. HIGH INTENSITY REFLECTIVE TAPE AROUND

THE CONE C. HANDLE WITH BUILT·IN LIGHT ATTACHMENT

FOR STANDARD BARRICADE LIGHTS

0520 EMPCO·LlTE TYPE A, C, OR 3·WAY, 3 VOLT HIGH EFFICIENCY LED BARRICADE LIGHT (MODEL 2006 ORAPPROVED EQUAL)

0530 DAVIDSON TRAFFIC CONROL HIGH DENSITY POLYETHYLENE PLASTIC 8 FEET TYPE III BARRICADE (MODEL T3B OR APPROVED EQUAL)

. 0540 YODOCK MODEL 2001 PLASTIC PORTABLE BARRIER OR APPROVED EQUAL

0550 FURNISH AND INSTALL X·TENSION GUARDRAIL TERMINAL END (SPECIFICATIONS ATTACHED)

0560 FURNISH AND INSTALL TAU·II NON· GATING CRASH CUSHION (SPECIFICATIONS ATTACHED)

0570 61NCH THICK AND LESS PAVEMENT REMOVAL AND DISPOSAL

0580 THICKER THAN 6 INCH PAVEMENT REMOVAL AND DISPOSAL

0590 PCC 4 INCH THICK, HIGH EARLY STRENGTH 4000 PSI· 72 HOURS

0600 PCC 6 INCH THICK, HIGH EARLY STRENGTH 4000 PSI· 72 HOURS

0610 EARTHWORK EXCAVATION BY TRUCK MEASURE

0620 EARTHWORK EXCAVATION BY THEORETICA VOLUME

EMAIL: [email protected] WEB SITE: WWW.JEFFPARISH.NET/BIDS

UNIT PRICE

60.0000

50.0000

220.0000

550.0000

1000.0000

16000.0000

25.0000

25.0000

70.0000

70.0000

15.0000

25.0000

AMOUNT

60.00

50.00

220.00

550.00

1000.00

16000.00

125.00

125.00

1400.00

1400.00

300.00

500.00

PARISH OF JEFFERSON

PURCHASING DEPARTMENT

P.O. BOX 9 GRETNA, LA. 70054·0009

CONTRACT # 55-00016631

~ ~ PAGE 6

GUARDRAIL MAINTENANCE 184364

TRAFFIC SOLUTIONS INC FROM 6/28/2017 TO 6/27/2019

2950 ST ANTHONY AVENUE NEW ORLEANS LA 70122

BID#: 5000119432

This order is placed subject to instructions and conditions on reverse hereof

QUANTITY

20

20

5

5

50

UNIT COMMODITY CODE

CUY )570.28.00000

CUY )570.28.00000

TN 570.28.00000

TN 570.28.00000

EA 570.28.00000

PHONE: 504·364-2678 FAX: 504·364-2693

DESCRIPTION

0630 RIVER (BATTURE) SAND

0640 PUMP (SUGAR) SAND

0650 LIMESTONE

0660 BITUMINOUS HOT·MIX ASP HAL T WEARING COURSE

0670 MOBILIZATION (PER PROJECT)

RESOLUTION #129383, ADOPTED: 6/28/2017 DAPHNE NELSON, BUYER II/NMW

EMAIL: [email protected] WEB SITE: WWW.JEFFPARISH.NET/BIDS

UNIT PRICE

30.0000

25.0000

100.0000

350.0000

1800.0000

AMOUNT

600.00

500.00

500.00

1750.00

90000.00

GUARDRAIL MAINTENANCE

Two (2) year contract for guardrail maintenance (removal, installation and repair) for the Jeffer.;on Parish Department of Pub He Works - Streets.

This contract shall be for a period of two (2) years, starting on the date of the execution of the contract

......... ~~~ .•••.....•••••...••••....•.•.................• ~ •............ , NOTE: THE BELOW ATTACHMENTS ARE TO BE INCLUDED AS PART OF THIS BID::

A. QUAD GUARD SYSTEM DRAWINGS, 4 PAGES (ITEM 470)

B. WEED MAT SPECIFICATIONS, 3 PAGES (ITEM 490)

C. X-TENSION GUARDRAIL SPECIFICATIONS, 3 PAGES ((ITEM 550)

D. UNIVERSAL TAU-II SPECIFICATIONS, 5 PAGES (ITEM 560)

.. ........... ......................................... ..... ........... .. , PRE-BID CONFERENCE:

begjnncing of the Mandatory pre-bid conference and shall remain in attendance for the duration of the conference. Any prospective bidder who fails to attend the conference or remain for the duration shall be prohibited from submitting a bid for the project.

Bid #50-00119432 SP-J

SPECIFICATIONS:

THE FOLLOWING SPECIFICATIONS WILL APPLY TO ITEM 0470:

Description of System:

A. General

The Quadguard System shall consist of energy absorbing cartridges surrounded by a framework of steel quad-beam TM guardrail which can telescope rearward during head-on impacts. The Quadguard System shall have a center monorail which will resist lateral movement during side angle impacts and a backup which will resist movement during head-on impacts. The nose shall consist of a formed plastic nose wrap and an energy absorbing cartridge. Transitions are available and may be required depending on site conditions.

E. Component Description

1. A bay describes a section of th,e Quadguard System consisting of an energy absorbing cartridge, a d~app.ragm, two fender panels and fasteners .

a, There are two typ~s ~f ~artpdges, referred'to as Type I and Type II. The front portion of the system shall be fitted with Type I cal'triqges. The rear of the system shall be fitted with Type II cartridges. Tile outside of each cartridge shall be fabricated from a weather resistant plastic. The actual quantity of each shall be determined by the system design speed. Refer to tl1e product design manual for more information.

b. The diaphragms shall be made D.-om 10 gauge) .steel quad·beam sections. Two support legs shall be welded to the quad-beam. Ski-sbaped plates shall be welded to the bottom of the support legs. The diaphragms sball be designed to lock: onto and be guided by a ground-mounted, center monorail support structure,

Bid #50·00119432 SP-z

c. The fender panels shall be fabricated from 10 gauge steel quad~ beam sections. The rear of each fender panel (the panel end furthest from the nose of the assembled system) shall be tapered to help maximize perfonnance during wrong-way, redirective impacts, Each fender panel shall be 'drilled and slotted .in accordance with the manufacturer's specifications so that when assembled in the field, the front end (the end closest to the nose of the assembled system) shaH be bolted to a diaphragm or hinge plate (depending on width of system) by means of 5/8 inch bolts. The rear of each quad-beam TM fender panel shall overlap the next rearward fender panel and be connected to the diaphragm or hinge plate of the next bay by means of a bolt and 'mushroom washer, The bolt fits through the long horizontal slot in the forward fender panel. This per.t:n.its the movement, front to back, of one set of fender panels relative to the panels in the underlying) next rearward bay. For Quadguard(R) Systems with a backup width greater than 9l5mm (36 inches), the m.ushroom bolt assembly is held in place by a compression spring,. which allows limited separation of the fen~er panels during an impact.

2. ,The monorail support structure shall be made of steel and be anchored per manufac.turer's instructions, to a specified concrete pad. The monorail shall prevent lateral movement. vertical movement and overturning of the diaphragms during design impacts.

. . . 3. The nose section shall contain a nose· cover and an energy absorbing

cartridge and is not counted as a bay. The nose cover shall be made from a plastic material formulated to resist weathering, The nose shall attach to the front diaphragm. Standard colors shall be gray or yelIow.

4. The backup shall be made of steel and be attached to concrete or an integral tension strut fi:amework and shall be available in nominal widths of 610mm (24 inches), 762mm (30 inches), 915= (36 inches), 1753mm (69 inches) and 2286= (90 inches).

5. Several transition panels are available as required by site conditions including: quad:"beam to safety balTier, quad-beam to thrie-beam. quad­beam to w-bearn and quad-beam end shoe. Contact Energy Absol'ption Systems, Inc. fOT specific appli~ations.

Bid #50-00119432 SP~3

C. Material Specifications

L Metal work shaH be fabricated from either MI020 merchant quality 01'

ASTM A-36 steel. After fabrication, metal work shall be galvanized in accordance with ASTM A-123. All welding shall be done by or under the direction of a certified welder.

2. The system shall be assembled with galvanized fasteners. All bolts, nuts and washers shall be commercial quality "American National Standard'l unless othenvise :speoified.

PERFORMANCE CRITERIA:

A. For head-on impacts into the nose, a Quadguard(R) System shall be specified which is capable of meeting the occupant risk criteria as recommended in . NCHRP 350. For vehicles weighing between 820 and 2000 kg (1,810 and 4,410 Ibs)~ the theoretical impact velocity of a hypothetical front seat passenger against the'vehicle's interlor (calculated from vehicle accelel'ation and 600mm (24 INCHES) forward displacement) shal1.be less than 12 meters per seconds (39.4 feet per seconds) and the vehicle's highest'lO millisecond average acceleration subsequent to the instant of the hypothetioal passenger impact shall be less than 20 times the Earth's gravitational pull (20 g).

B. The Quadguard ~3ystem shall be capable ofredfrecting 2000 ki10grams (4,410 Ibs) - vehicles which irupf!.ct the sides of the syst(!ID at speeds up to 100 19lometers per

hour (62 mph) at 'angles oi20 degrees for both right-way and wrong-way impacts (angles measured from system's longitudinal centerline). The Quadguard System shall be capable of redirecting 820 kilograms (1,810 Ibs) vehicles which impact the sides of the system at speeds up to 100 kllometers per hour (62 mph) at angles of 15 degrees.

C. The Quadguard System shall be designed and constructed so there is no solid debris from the system which can oreate a hazard on the roadway after either head-on or side angIe design impacts.

Bid #50-001 19432 SP-4

THE FOLLOWING Sl'ECIFICATIONS WILL APPLY TO ITEM 0480:

This item is to be used only when removal of existing guardrail is required without any replacement of guardrail. Contractor will not be paid under this item when rem~val and replacement takes place llnder normal repairs to damaged guardrails. [12.5 feet sections of guardrail equals one unit (each)].

THE FOLLOWING SPECIFICATIONS WILL APPLY TO ITEM 0530:

Davidson traffic control high. density polyethylene plastic 8 feet Type ill barricade (Model TIB or approved equal) to include:

A. Three (eacll) 8 reet polycomb panels B. Type 9 prismatic hi (VIP DG) orange and white sheeting applied diagonally

across the pa,nels at 45-degree angles (left or right) C. Two (each)XMtube 1.75 inohes square plastic 5 feet uprights D. Two (each) 2 inches 14 gallons PSSTbarricade feet with 6 inches welded upright E. Twelve (each) bolts and nylocknuts (for panel attachment) F. Two (each) quick-l'elease pins (for barricade feet)

THE FOLLOWING SPECIFICATIONS WILL APPLY TO ITEM 0540:

Yodo~k Model 2001 plastic p'ortable barrier or approyed equal. The barrier~,? shall have the following dimensions:

A. Height: 46 inches B. Base Width: 24 inches C. Functional Length: 72 inches D. Male Connection: 5.25 inches E. Female Indentation: 6 inches F. Top Fill Holes: 4 inches G. Post Boot: 3.5 inches and 2.75 incIles H. The barrier shall be constructed of recyclable polyethylene with a thickness of

8=. L Standard colors shall be orange and opaque ivory. J. Each barrier shall weigh approximately 130 pounds empty and up to

approximately 1600 pounds when filled with water. K. Barriers shall have the ability to be interlocked when. installed.

Bid #50-00J I9432 SP-5

THE FOLLOWING SPECIFICATIONS WILL APPLY TO ITEMS 0500 THRU 0540:

Items 0500 furu 0540 are for emergency use only.

These items are not for the everyday traffic control usage that the contractor must use to do his work. This is for prolonged. unforeseen, emergency circumstances that may require lan~ closures for prolonged periods of time.

The amount of each item and layout of each item will be as directed by Jefferson Parish Traffic Engineering or the Department of Streets.

THE FOLLOWING SPECIFICATIONS WILL APPLY TO ITEMS 0570 THRU 0580:

Remove and dispose of existing pavement (asphaItfconcretei etc.) for the thickness as shown. Curbing removed (if applicable) with the pavement will be at no additional cost. Should the parish desire, the COlltractol' will deliver the materials at the disposal site designated by the parish at no added cost, provided that the disposal (dumping) site is within a 21 ~mi1e radius ofthe work site and may involve crossing the Mississippi River. Additionally, should the parish desire, the contractor w11110ad broken pavement onto parish trucks at the work site at no added cost, provided that the parish trucks are present at the work site for loading as the pavement is being removed and do not unduly delay the confractor'~ work.

Care must be exercised so that jointing materials and devices adjacent to the pavement to be removed shall not be damaged. Any pavement damaged by the contractor as a result of negligence, either willful or accidental, vr.ill be replaced at the contractor's expense.

THE FOLLOWING SPECIFICATIONS WILL APPLY TO ITEMS 0590 THRU 0600:

4000 PSI - 72 Hours - High early strength vvith superplasticizel' and other additives, if applicable.

Tills item covers the furnishing of all materials and installation of PCC pavements for thickness as shown. Concrete shall be Class AI 4000 PSI 72 hours hlgh early strength. The mix shall conform to Louisiana Department of Transportation and Development Standard Specifications for Roads and Bridges, Latest Edition.

Bid #50~OOI19432 SP~6

THE FOLLOWING SPECIFICATIONS WILL APPLY TO ITEMS 0610 THRU 0620:

Excavation will be paid by cubic yard truck measure loaded at the job sites or by computing theoretical volume at the approval of the parish representative. Should the parish desire, the contractor will dump excavated materials at a disposal site designated. by the parish at no added cost, provided that the disposal (dumping) site is wi:thin a 21-mile radius of the work site and may involve crossing the Mississippi River. Additionally, should the parish desire) the contractor will load excavated material onto parish trucks at the work site at no added cost provided that the parish trucks are present at the work site at the time of excavation and do not unduly delay the contractor's work. However. ultimate l'espo.nsibility for disposal of all the excavated material rests with the contractor.

The contractor wlll . exercise due caution regarding' underground utilities during excavation operations and will notify and coordinate with representatives of utility companies and parish departments to avoid damage to their instaUations. However, contractor is ultimately responsible for all damages caused. by his actions.

No trucks with greater load capacity than 18 cubic yards shall be allowed On residential streets for excavation, concreteiasphalt removal or fiU matedal delivery without authorization from the engineer. Should the contractor fail to meet this conditioll;, all damage resulting win be IE.paired at the coutTactor's expense.

TillS SECTION INTENTIONALLY LEFT BLANK

Bid #5DADO ( '9432 SP-7

THE FOLLOWING SPECIFICATIONS WILL APPLY TO ITEM 0650:

Specifications shall be in accordance with Louisiana Standard Specifications for Roads and Bridges under "STONEll, In additian~ material shall be calcitic or dolimitic with. calcium carbonate not less than 85 percent and the silica content (impurities) not to exceed 5 percent. Limestone used on asphalt pavement shoulders shall be comparable to Mexican liinestone in color and gradation.

Shoulder Aggregate

This material shall conform to the following gradation:

Limestone

U.s. Sieve 1.5 inches 0,75 inches No.4 No. 40 No. 200

Percent Passing 100 50-100 35-65 10-32 3-15

Agglegate shall conform to LADOTD Standard Specifications for Roads and Bridges, Subsection 1003.01, Latest Edifion .

. The fraction of stone p}lssmg the No. 40 sieve ~hall benan-plastic.

THE FOLLOWING SPECIFICATIONS WILL APPLY TO ITEM 0660:

Asphaltic Pavements I

The bituminous hot mix asphalt Type ill shall conform to the latest ASTM and AMRTO . specifications and all workmanship, equipment and materials. shall be in accordance WIth the LADOTD" Office of Highways, Louisiana Standard Specifications for Roads and Bridges, (2000 edition) and applicable sections. All polymer (binding and wearing) shall obtain marshal stability of1800 lbs. minimum.

The accepted quantities of asphaltic conc).'ete will be paid for at the contract unit price pel' ton (2)000 pound); The estimated quantities shown in the proposal are for Type III mix found in Louisiana Standard Specifications fOr Roads and Bridges, 2000 edition and applicable sections. No other type of mix will be allowed vn.thout prior approval of the engineer (owner). Haul and/ol.' loading tickern will be issued for each huck load of asphalt delivered by vendols trucks and placed on the job. Tack coat or prime coat required will not be measured for separate payment) but will be considered incidental to the asphaltic. concrete pay item.

Bid #5O-~001 i9432 SP-8

T.IIE FOLLOWING SPECIFICATIONS WILL APPLY TO ITEM 0670:

This item pertains to the movement of all personnel, equipment, and supplies to a designated project site and the handling of bonds, insl.ll'ance j permits and all other preconstruction paperwork in general preparation of work on a particular project.

Payment for this item shall be per each project issue. However, if any subsequent work orders are issued within a 1.5 mile radius prim' to the initial work order commencing, then no additional mobilization charge will paid on the subsequent work orders for that area. (All other items used will be paid per associated line items.)

The anticipated costs for all bonds, insurance, permits, delivery cbarges, freight, :fuel and any other pl'eCOns.truction expenses necessary to adequately carry out said work shall be included in this cost per each projeGt.

WORK ORDER:

The contractor will be required during the term of this contract to respond to verbal notiflcation, that a location has been damaged and services are required. Within one (1) week of notification the contraotor shall file a damage report listing the items proposed for replacement or repair at the site with the project engineer. T11e project engineer will review the specific items of work and issue a written work order stating the specific location or locations and authorizing the contractor to begin work The work order will also specuy replacement of damaged parts or furnish and replac~ damaged parts. The contractor shall begin the work within ten (10) days after tbe issuance of a work order, The c~ntractor w1ll complete C111 work at a site within five'(5) working days frl?ID. the time. he shows up on site, Failure to begin 01' complete the work within the time specified will result in the assessment of stipulated damages ($250,OO/day).

1, All materials and methods of installation to comply with' the Louisiana Department of Tl-ansportation and Development's '"Standard Specifications for Roads and Bridges" 2006 Edition and G.R. 200 Standard Plan for Guardrail.

, .. \

4. Jefferson Parish will notify contractor of delivery location for all salvaged guardrail materials. If Jefferson Parish does not want salvaged materials~ the contractor must dispose of same in proper fashion, Delivery and/or disposal of salvaged materials is at no direct pay with the exception of concrete guardrail posts (see bid item).

Bid #50~0119432 . SP~9

Layout plan for eachjob shall be provided by this department.

All layout and placement shall be the responsibility of the vendor.

The successful 'Qidder shall be awarded the wade for a period of two (2) years starting from the day the council approves the resolution accepting the bid. The contract prices are firm during the entire two (2) year contract period.

All of the work within the limits of each job sfu'l.ll be shown to the contractor by a representative of the Department- of Public Works prior to commenclng work. Appropriate sketches andlor drawings may be furnished to the contractor with each work order .. Work site may be scattered for an indlvidual work order; however, every effort will be made to consolidate the work to minimize scattered work sites. The contractcll' shall begin the work within ten (10) days after issuance of a work order.

Each work order YViIl be issued in letter form with appropriate drawings or other attachments as necessary and will designate a job number (TED#OOO-lO/1l/12). All correspondence, billing, etc., pertaining to the work should reference this job numbel' designation, the contract estimate and WO numbers. Payment will be made upon receipt of detailed and itemized invoices and verification by public works inspeotors regarding quantity and quality of work -performed. Partial payments will be made only when completion is unduly delayed through no fault of the contractor, in which case requests for partial payment may be submitted monthly.

If any lie~ls are filed during exec~ltion' of this contract~ t~ parish shall withhold ,the uext accruing payment and shall have the authority to satisfy the claim and deduct the amount from payments due.

If any livllS arising out of this contract should be discovered to exist after all paym.ents are made~ the contractor shall refund the parish all monies that the latter maybe compelled to pay in discharging such liens, including litigation costs and attom~i' s fees.

Adequate safety precaution will be taken for all work performed under this contract. Necessary barricades, signs, lights and warning devices will be installed and maintained by the contractor. The contractor shall be responsible for providing safe and expeditious movement of traffic through construction zones, i.e., the- immediate area of actual construction and all abutting areas which are used by the contractor and which interfere with the driving and walking public. The responsibility includes, but is not llmited to such items as proper construction warning signing, signals, lighting devioes, markings, banicades, chamlelization and hand signaling devices (flagging operations). The principal and pl'escribed standaJ.'ds are set forth in Part VI of the Mauual on Unifonn Traffic Control Devices. Part VI should be strictly followed.

Bid #50~O(]119432 SP~IO

During the perlbrmance of all VlOrk as outlined in these specifications, the contractor will exercise due caution regarding underground utilities, stOlm water drainage pipe and will cooperate with representatives of the respective utility companies and/or parish departments to avoid damage to their installations. The contractor will be required to restore at his own expense or reimburse the padsh for tb,e cost to repair any parish infrastructure that he damages.

The contractor must protect;, support and ·maintain all subsurface" surface and aerial utilities. In. the event of any damage to the existing utilities, contractor shall restore service, as soon as possible at his own expense. The contractor shall have the sale responsibility of resolving any lawsuits and liabilities arising D:om defective wor1ananship and/or improper maintenance of utilities.

It is understood by the undersigned that the quantities given in the schedule of bid prices are a fair approximation of the amount of work to be done and that the sum of the products of the approximate quantities multiplied by the unit,price bid constitute the base bid price, which sum shall be used in the comparison of bids and the awarding of the respective contracts.

The. quantities given in th~ proposal fOl'Dl are ap]lToximate for the comp~ison of bids anly. The parish reserves the right to purcilase only soch items and in such quantities as needed for Utitial period of two (2) years after acceptance of the lowest responsible bid by the parish governing authority. For this proposal, the deflnition of "JOB" shall be the worle described. on anyone issued work order.

Bid #50-00119432 SP-I I

AFFIDAVlT

STATE OF

PARISH/COUNTY OF L k-h..r 5 ~ tV

BEFORE ME, the undersigned authority, personally came atld appeared: _____ _

~~='=) S~c:.. ......."." ,(Affiant) who after being by me duty SWOI'n, deposed and said that

he/she is the Rilly authorized Pc.):6 \-- of 1;~U,.~ S. I. h-'N) (Entity),

the party who submitted a bid is~ respg.!:'~~~t~'!'H9,.;~:~Q;:t@n*;tJ¥ly the Parish of

Jefferson.

Affiant further said:

Campaign Cono'ibution Disclosures

(Choose A or B, if option A is indicated please include the required

attachment):

Choice A

Clloicen1

Page I of3

Attached hereto is a list of all campaign contributions, including the dttte and amount of each contribution, made to current or former elected officials ofthe Parish of Jefferson by Entity, Affiant, and/or officers, directors and owners, including employees, owning 25% or more afthe Entity during the two~year ' period immediately preceding the date of this affidavit or the CUITent term of the elected official, whichever is greatel', Further, Entity, Affiant, andlor Entity Owners have not made any contributions to or in support of cun'cnt or former members of the Jefferson Parish Council or the Jefferson Parish President through or in the name of another person 01' legal entny, either directly or indirectly.

there are NO campaign conb'ibutions made which would require disclosure under Choice A of this section.

Updated: 02.27.2014

· .

Debt Disclosures (Choose A Q!: B, if option A is indicated please include the required

attachment):

ChQice A Attached hereto is a list of aU debts owed by the affiant to any elected or appointed official of the Parish of Jefferson, and ally and all debts owed by allY elected 01' appointed official of the Parish to the Affiant.

Choice:B 1 There are NO debts which would require disclosure undel' Choice A of this section.

Affiant further said:

That Affiant has employed no person, corporation, firm, aSSOcIation, or other organization, either directly or indirectly, to seCllre the public COJ1tract under which he

, l'eceived payment, otber than persons regulady employed by the Affiant whose services in connection with the construction, alteratioll or demolition of the public building or project or in securing the public contract were in the regular COllrse of their duties for Affiant; and

[The remainder oflMspage;s intentionally lr.,ji. blank.]

Page 2 of3 Updated; 02.27.2014

, , "

That no part of the contract price received by Affiant was paid or will be paid to any person, corporation, fh'm, 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 01' demolition of the public building or project were in L COU=;: for Affiant,

sfgnature of Affiant

Printed Name f Affiant

SWORN AND SUBSCRIBED TO BEFORE ME

ONTHE :J.f,Jh.DAYOF!ky ,20n.

,~ Notary Public

5L~hen .ffar6 s Printed Nal~ofNotary

Notary/Bar Roll Number

My commission expires _.:.\;.:.·-r.:.":.Ar.:.,,,=~~_~

Page 3 of3 Updated: 02.27.2014

CERTIFICATE OF LIABILITY INSURANCE THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RJGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATJVELY OR NEGATIVELY AMEND. EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER.

~~;;~~~:::.:~.:::;:' ""-;. ~"~ .:- !f;~~""-,=-:~~':'~:': Hammond LA 70403 INSURED

Traffic So1utions, Inc . 2950 St. Anthony Avenue

New Orleans LA 70122

" T. 0'

INSURat C,

'NSURER 0

IINSURERE

I 'NSURER ' ,

r, ,H and ,,,

NAIC <

125674

of 12 5682

A = P CWMS-lMOE W OCCUR I I 5 _ X Y 0082932582 1/1/2017 l.n/201.8 r per.son) I s 5, 000

~N'L I APPLIES PER:

POLICY [!J f~c?r 0 LOC

laTHE'"

B ~ ANYAUTO AlL OWNED

I-- AUTOS SCHEDULED AUTOS NON-O'#NED AUTOS I-- HIRED AUTOS

~ UMBRELLA UAB HOCCUR

CXCESSUAB B I OED I X I, 1 0.000

x y BA5388B276

x y ctlPB2S.3BS82

UBB293B5B2

1/1/2017 1./ 1./201 8

1./l./20~7 1 / 1 /2018

GENERAL

I EACH

Is Is Is

I' I' ,U.U Is

I' Is I' Is Is

E.L EACH ACCIDENT I ,

V1!2017 1/1/2018 E.L I $

• POLICY UMIT I ,

1

2,000,000

"-'~O ,000

1 , 000 ,000

4.000. 000

4,000,000

1,000,000

1.000.000

1.000.000

OF OPERATIONS (LOCATIONS I VEHICLES (ACORD 101, Additional RIJmlr$(s Schedule, may bo attached ~~~~';I! . Resolution No. 129383. Subject to policy terms, conditions, limits and : Certificate Holder and OWner Added As Additio nal. I n sured As Respects to the Operations of the Named Insured on the General Liabil ity I Auto and Excess Polici.es if Requirecl By Wr:i.tten Contract. Rights of Subrogation Waived In Favor o f Certificate Hol.der and OWner As Respects to General Liabi1ity, Auto , Workers Compensation and Excess As Required By Written Contract .

CERTIFICATE HOLDER CANCELLATION

SHOULD ANY OF THE ABOVE DESCRIBED POUCIES BE CANCELLED BEFORE

Jefferson Parish Streets Department 1901 Ames Blvd Marrero,

ACORD 25 (2014101) INSO:2S 001<10n

LA 70072

THE EXPIRATION OA'TE THEREOF, NOnCE WILL BE OEUVEREO IN ACCORDANCE WlTII THE POLICY PROVISIONS.

AUTHORIZED REPRESENTATIVE

Brian Gohres/BJG ~ --s:::: :s: ::>

@1988-2014ACORDCORPORATION. All fights reserved.

The ACORD name and logo are registered marks of ACORD

On motion of Councilmember , seconded by Councilmember 1-------- --' the following ordinance was introduced:

SUMMARY NO. 12,301 ORDINANCE NO.

AN ORDINANCE ACCEPTING THE LOWEST RESPONSIVE BID FROM BARRIERE CONSTRUCTION CO, LLC RECEIVED SEPTEMBER 13, 2017 BY THE LOUISIANA DEPARTMENT OF TRANSPORTATION & DEVELOPMENT (DOTD) IN THE AMOUNT OF $6,088,417.01 FOR NEW ORLEANS AIRPORT CONNECTOR ROAD, STATE PROJECT NO. H.011276, KENNER PUBLIC WORKS PROJECT NO. 2014-003 A-RB FOR THE DEPARTMENT OF PUBLIC WORKS

WHEREAS, sealed bids were received by the Louisiana Department of Transportation & Development as per the guidelines dictated in the Federal Aid Urban Systems Program ; and,

WHEREAS, the project calls for the surcharge, clearing & grubbing, grading, base work, asphalt paving, drainage structures, street lighting, traffic signalization , noise reduction systems and related work for New Orleans Airport Connector Road; and,

WHEREAS, funding for this project is available in Account No. 3663036-5183-1204.

THE COUNCIL FOR THE CITY OF KENNER HEREBY ORDAINS:

SECTION ONE: That the lowest responsive bid from Barriere Construction Co. , LLC, received by the Louisiana Department of Transportation and Development (DOTD), in the amount of $6,088,417.01 for the New Orleans Airport Connector Road, State Project No. H.011276, Kenner Public Works No. 2014-003 A-RB in accordance with plans and specifications prepared by Digital Engineering for the Department of Public Works be and is hereby accepted subject to concurrence by the DOTD and the Federal Highway Administration (FHWA).

SECTION TWO: That the Mayor of the City of Kenner is hereby authorized, empowered and directed in accordance with City Charter to sign and execute a contract with Barriere Construction Co., LLC which contract shall include the bid proposal plans and specifications for said project.

SECTION THREE: That the majority of the construction cost of the New Orleans Airport Connector Road (which is estimated to be $3,966,409.61) is reimbursable by the Federal Highway Administration (FHWA) and the remaining cost ($2,122,007.40) will be provided by the local match (of which $ 250,028.39 will be paid by the City of Kenner and $1 ,871 .979.01 will be paid by the New Orleans Aviation Board/Airport as per the Memorandum of Understanding dated September 23, 2015) funded from Account No. 3663036-5183-1204.

SECTION FOUR: That any amendments or change orders for this agreement may be approved by resolution.

This ordinance having been submitted to a vote, the vote thereon was as follows:

YEAS: NAYS: ABSENT: ABSTAINED:

This ordinance was declared adopted on this, the __ day of _______ , 2017.

CLERK OF THE COUNCIL PRESIDENT OF THE COUNCIL

MAYOR 1,5E

I91sQ LOUISIANA DEPARTMENT OF TRANSPORTATION & DfVEl.OPMENT

Office of Engineering PO Box 94245 1 Baton Rouge, LA 70804-9245 ph: 225-379-1470 1 Ix: 225-379-1857

September 27, 2017

DDE GOAL PROJECT STATE PROJECT NO. H.01l276 FEDERAL AID PROJECT NO. HOI1276 CONTROL SECTION NOS.: 000-26 & 450-15 N. O. AIRPORT CONNECTOR ROAD

John Bel Edwards, Governor Shawn D. Wilson, Ph.D., Secretary

ROUTES: 1-10 WB OFF RAMP, LOYOLA DRIVE, VETERANS BLVD. AND AIRPORT ACCESS RD. JEFERSON PARISH

Barriere Construction Co., LLC 1910 Peters Road Harvey LA, 70058

SUBJECT: A WARD OF CONTRACT Letting of September 13,2017 (In The Name of: The City of Kenner)

Gentlemen:

You have been awarded the contract for the captioned project in the amount of $6,088,417.0 I. Enclosed are two specification packages for your use, and the following:

CONTRACT EXECUTABLES - (Attached Electronically) Original contract (Including Performance, Payment and Retainage Bonds) Corporate resolution or power of attorney A signatorial authorization form Contract receipt acknowledgement form A bidder affidavit

PROJECT DOCUMENTS Construction Progress Schedule Compliance Program Requirements

Please download and print two (2) copies of the contract documents. Have the contract executables completed by the representative of your firm indicated in the Corporate Resolution or Power of Attorney, witnessed as indicated, and returned two (2) completed contracts to the Project Control Section of DOTD, cubicle 405 KK, attention Miles Williams at the above address within fifteen calendar days of this letter. The contract bonds included within the contract must additionally be properly executed by an authorized representative of the surety in accordance with LSA R.S. 48:255 and must be accompanied by an original or cettified copy of the bondsman's power of attorney. The contract will be dated following execution by the entity.

Return with the executed contract, all documentation necessary to verify project specific insurance coverages as required in the Special Provision, Subsection 107.02. As stated, a separate Owner's and Contractor's Protective (OCP) Liability Policy shall be supplied by the contractor naming the Louisiana Department of Transportation and Development as the name insured, If the contracting agency is other than LADOTD then the required OCP Policy shall be issued, naming the contracting agency and the Louisiana DOTD as the named insured.

Louisiana Department ofTransportalion & Development 1 1201 Capitol Access Road 1 Baton Rouge, LA 708021225-379-1470

An Equal Opportunity Employer 1 A Drug-Free WorKplace I Agency of Louisiana.gov 1 dotd.la.gov

IOlQ LOU!SIANA DEPARTMENT OF TRA,NSPORTATlON & DEVELOPMENT

Office of Engineering PO Box 94245 1 Baton Rouge, LA 70804-9245 ph: 225-379-1470 1 Ix: 225-379-1857

State Project No. H.011276 September 27,2017 Page 2

John Bel Edwards, Governor Shawn O. Wilson, Ph.D., Secretary

The Construction Progress Schedule is to be forwarded to the Project Engineer's office in accordance with section 108.03 of the current edition of the Louisiana Standard Specifications. The copy of the Request to Sublet fonn is for your use to seek Department approval if you request to sublet any portion of the work.

A Notice to Proceed with the services covered by this contract will be issued by the entity following the contract's execution. Requests for a specific Notice to Proceed date may be considered, and should be reviewed with the DOTD project coordinator and the entity. A Notice to Proceed or, if so stated in the contract, a Conditional Notice to Proceed is usually issned within thirty calendar days following execution of the contract by the entity. In no case will the Notice to Proceed extend beyond sixty days without the written consent of both the contractor and the entity, Specific requests to adjust the issuance date of the Notice to Proceed must be processed through the Project Engineer, Mr. Tom Schreiner prior to its issuance.

If there are any questions, please contact Miles Williams at (225) 379-1470,

Sincerely,

MARK CHENEVERT, P,E,

MC:MW Enclosures cc: FHWA

DOTD CONTRACTS ADMINISTRATOR

State Licensing Board for Contractors Mr, Mike Vosburg Mr, Chris Morvant Ms, Rachael Woods, OFCCP Mr, Li Yang Mr. Tom Schreiner

Louisiana Department o!Transportation & Development 11201 Capitol Access Road 1 Baton Rouge, LA 708021225-379-1470 An Equal Opportunity Employer I A Drug-Free Workplace I Agency of Louisiana.gov I dotd.la.gov

~digital ~ engineering 527 West Esplanade Ave., Suite 200 Kenner, LA. 700"65

ph: 504.-468-6129 fx: 504-461 -5 150

September 14, 2017

Mr. Tom Schre iner, P.E. Deputy CAO - Public Works City of Kenner 1610 Reverend Richard Wilson Drive Kenner, Louisiana 700062

Re: LADOTD SP No. H.011276 COK PW Nos. 2014-003A_RB/2014-003B-RB NO AIRPORT CONNECTOR ROAD Letting Results and Recommendation DEll Project No. 511 -1326

Dea r Mr. Schreine r:

We have reviewed the letting results for the above-mentioned LADOTD project that were received on Sel"tember 13, 2017.

The following are the tabulated bids in an ascending tota l base bid price:

Contractor Barri"er.e Construction CO' I LLC. Command Construction Industries, LLC Palmisano Construction LLC Boh Bros Construction Co., LLC Hard Rock Constructio n LLC

Total Base Bid $6,088,417.01 $6,088,881\.88 $6,366;0.27.38 $6,531 ,300.43 $6,545,710.19

Based upon the list of represented bidders, the apparent low bidder fo r this project was Barriere Construction Co., LLC, who is a qua lified licensed contractor according to the Louisiana State Licensing Board. We have reviewed the letting results for Barriere Construction Co., LLC and since their total bid is within the project budget, it is Qur recommendation to City of I(enner to accept the base bid from Barriere ConstruCtion Co., LLC in the amount of $6,088,417.01 b,,,,ing their cont ract d.ocuments are deemed acceptable to LADOTD.

If you have any questions ·upon yo,ur review, or need any additional information, please do not hesitate to cal l me at (504) 468-6129. .

Sincere lY1

DIGITALENGINEERfNG & IMAG ING INC.

Hf§, Vice President

Enclosure

cc: Mr. Li Yang, P.E. - LADOTD (via email) Mr. David G. leBreton, Jr. ,P.E., PTOE - DE (via email)

LOUISIANA MISSISSIPPI

Dedicated Engineering fo r a bette r co mmunity. www.deiLnet

ALABAMA

CITY OF KENNER DEPARTMENT OF PUBLIC WORKS

PROJECT NAME: NO AIRPORT CONNECTOR ROAD

PROJECT NO. H.01127&R1

~

Line

Number Item Number

1 201·01·00100 , 202--01·00100 , 202·02·02000 , 202--02-02020

5 202·02·06080

C 202-02-06100 , 202·02·06140 , 202·02·14500

, 202-02·32500

10 202·02·38240

n 202·02-40100

" 203-01·00100

B 203·04·0020()

14 203·08·00100

" 204,02·00100

" 204·06·00100

" 302·01·00500

" 302·02·06000

" 402·01-00100

" 601·01·00300

n 601·01·00500

" 701·03-01160

" 701·04·01000

" 701-0B·00100

" 701·09·00100

" 702·02·00001

" 702·02·00100

" 702·03--00100

" 702·03-00200

" 702-03-00500

" 702-03·00600

" 702·03·00700

40 702·03·00800

41 702·04-00100

" 702-04-{)0150

" 704-03·00100

" 704·08--00200

45 704-11·00100

40 705·06·00400

" 705·07·08060

4' 706·01·00100

" 706-02·00200

50 706-02·00300

51 706·03·00300

" 706·04·00100

" 707·01-00200

54 707·03-00100

" 710·01·00100

50 713·01·00100

" 713·02·00500

--

Item Description

Clearing and Grubbing

Removal of Structures and Obstructions

Removal of Asphalt Drives

Removal of Asphalt Pavement

Removal of Concrete combination Curb and Gutter

Removal of Concrete Walks and Drives

Removal of Curbs (Concrete)

Removal of Guard Rail

Removal of Portland Cement Concrete Pavement

Removal of Signs and Su ort,

Removal ofTrame Signal Equipment

General Excavation

NOllplastic Embankment (5ond)

Geotextile Fabric

Temporary Hay or Straw Bales

Temporary Silt Fencing

Class II H~se Course {Asphaltic Concrete Base on

Embankment Layer}

Class II Base Course (12" Thick)

Traffic Maintenance Aggregate (Vehicular

Measurement)

Portland Ceme~t Concrete Pavement (9" Thick)

Portland Cement Concrete Pavement (10" Th!ck)

Storm Drain Pi e (71" RCP)

Storm Drain Pipe Arch (15" Equiv. RCPA)

Rela In Pi e Fabricatin Pi e Fittin s

Manhole Remove and Re lace Frame and Cover

Manholes MH·06

Catch Basins CB·Ol

Catch Basins (CB-021

Catch Basins CB·06)

Catch Basins CB·07) Catch Ba,ins CB·08)

Catch Basins (CH·09)

Ad ustlng Manholes

Ad ustlng Manholes w/Manhole Ad ustment Rings

810eked Out Guard Rail Guard Rail Transitions (Double Thrfe Beam)

Guard Rail End Treatment (Flared)

Chain Link Fence (7 Foot Height)

10-Foot Sinele Gates for Chain Link Fence (7 Foot

Hei ht)

Concrete Walk 4" Thick

Concrete Drive 6" Thick Concrete Dr[v~ 18" Thick)

Incidental Concrete Paving (6" Thlck)

HandkapDed Curb Romps

Concrete Curb (Barrier)

Combination Concrete Curb and Gutter

Flowable Fill Tem orary Signs and Barricades

Temporary Pavement MarkIngs 24" Width)

Quantity

1 1

'" '" 2534.9

'" CO

" 1479

, , 14951

32159

64369

" 4245

538.3

11603.1

733.1

10

2674.2

,"4

" " 2 , H

" , , , , W , ,

250

" 1

'" , 1034.4

95.2

238.6

444

" CO

5132.1

n , '"

BID TABULATION

·1· .,. Llnitof

Barriere Construction Co., LLC Command Construction

Measure (lie. No. 0627G) IndustriesllC (Lie. No, 48896)

Unit Price TotalAmount UnitPrke Total Amount

LUMP $25,000.00 $2S,000.00 $100000.00 $100,000.00

LUMP $16,000.00 $16,000.00 $1.00 $1.00 SQYD $5.00 $970.00 $50.00 $9,700.00

5QYO $5.00 $450.00 $50.00 $4,500.00

LNFT $3.00 $7,604.70 $5.00 $12,674.50

SQYD $3.00 $2,460.00 $5.00 $4,100.00

um $5.00 $30().00 $5.00 $300.00

LNFT $15.00 $1,26D.00 $5.00 $420.00

SQYD $5.00 $7,395.00 $5,00 $7,395.00

EACH $150.00 $150.00 $50.00 $50.00

LUMP $10,000.00 $10,000.00 $5,000.00 $5,000.00

CUYD $1S.00 $224,265.00 $10.00 $149,510.00

CUYD $25.00 $803,975.00 $10.00 $321,590.00

SQYD $2.00 $128,738.00 $5.00 $321,845.00 EACH $15.00 $240.00 $10.00 $160.00

wcr $2.00 $8,490.00 $5.00 $21,225.00

CUYD $100.00 $53,830.00 $200.00 $107,660.00

SQYD $22.00 $255,268.20 $25.(J0 $290,077.50

CUYD $10.00 $7,331.00 $1.00 $733.10

SQYD $200.00 $2,000.00 $100.00 $1,000.00

SQYD $90.00 $240,678.00 $100.00 $267,420.00

LNFT $440.00 $168,960.00 $700.00 $268,800.00

LNFT $70.00 $4,690.00 $150.00 $10,050.00

LNFT $SO.oo $1,440.00 $250.00 $4,000.00

EACH $4000.00 $8,000.00 $5,000.00 $10,000.00

EACH $2,000.00 $4,000,00 $2,000.00 4000.00

EACH $5,000.00 $55,000.00 $5,000.00 $55,000.00 EACH $2,600.00 $49,400.00 $3,000.00 $57000.00 EACH $3,800.00 $7,600.00 $4,000.00 $8,000.00 EACH $7,000.00 $63,000.00 $S 000.00 $45,000.00 EACH $8,000.00 $24,000.00 $7,000.00 $21,000.00 EACH $12,000.00 $48,000.00 $10 (JOO.OO $40,000.00 EACH $7,000.00 $70,000.00 $5,000.00 $50,000.00 CACH $1,500.00 $6000.00 $2,500.00 $10,000.00 CACH $laO.OO $200.00 $1,000.00 $2,000.00

LNFT $20.00 $5,000.00 $20.00 $5,000.00

LNFT $85.00 $2,125.00 $75.00 $1,875.00

EACH $2,500.00 $2,500.00 $2,500.00 $2,500.00

LNFT $17.00 $12,767.00 $15.00 $11,265.00

CACH $580.00 $580.00 $1,000.00 $1,000.00

SQYD $70.00 $72408.00 $50.00 $51,720.00 SQYD $80.00 $7,616.00 $75.00 $7,140.00 SQYD $90.00 $21,474.00 $85.00 $20,281.00 SQYD $60.00 $2.6,640.00 $50.00 $22,200.00 EACH $2,000.00 $50,000.00 $500.00 $12,500.00

LNcr $26,00 $1,560.00 $25.00 $1,500.00 LNcr $27.(){J $138,566.]0 $25.00 $128,302.50 CUYD $400.00 $4,400.00 $250.00 $2,750.00 LUMP $50,000.00 $50,000.00 $1.00 $1.00 LNFT $1.00 $356.00 $5.00 $1,780.00

Page 1 of 4

.,. Palmisano Construction LLC

(Lie. No. 44187)

Unit Price Total Amount

$200,000.00 $200,000.00 $5,000.00 $5,000.00

$11.00 $2,134.00

$22.00 $1,980.00

$8.50 $21,546.65

$13.25 $10,865.00

$15.00 $900.00

$8.50 $714.00

$15.00 $22,185.00

$14.75 $14.75

$7,500.00 $7,500.00

$9.25 $138,296.75

$17.50 $562,782.50

$0.10 $6,436.90

$20.00 $320.00 $1.50 $6,367.50

$200.00 $107,660.00

$23.00 $266,871.30

$38.00 $27,857.80

$100.00 $1,000.00

$97.00 $259,397.40

$450.00 $171,800.00

$65.00 $4,355.00 $400.00 $6,400.00

$3,500.00 $7,000.00 $800.00 $1,600.00

$3,500.00 $38,500.00

$2,750.00 $52,250.00

$3,500.00 $7,000.00

$5,250.00 $47,250.00 $6,000.00 $18,000.00 $7,500.00 $30000.00 $5,750.00 $57,500.00 $1,200.00 $4,800.00 $195.00 $390.00 $22.50 $5,625.QO

$75.00 $1,875.00 $2,950.00 $2,950.00

$25.00 $18,775.00

$2,500.00 $2,500.00

$60.00 $62,064.00

$62.00 $5,902.40 $68.00 $16,224.80

$64.00 $28,416.00 $1,750.00 $43,750.00

$20.00 $1,200.00 $24.00 $123,170.40 $475.00 $5,225.00

$125,000.00 $125,000.00 $0.10 $35.60

................ '-4-

Bah Bros. Construction Co.,

LLC. (Lie. No. 02179)

Unit Price Total Amount

$35,000.00 $35,000.00

$37,000.00 $37,000.00

$21.00 $4,074.00

$22.00 $1,980.00

$7.40 $18,758.26

$8.50 $6,970.00

$5.00 $300.00

$13.00 $1,092.00

$11.00 $16,269.00

$160.00 $160.00

$6,800.00 $6,800.00

$12.50 $186,887.50

$22.00 $707,498.00

$1.00 $6<1,369.00

$13.00 $208.00

$2.50 $10,612.50

$150.00 $80,745.00

$22.00 $255,268.20

$70.00 $51,317.00

$108.00 $1,080.00

$108.00 $288,813.60

$465.00 $178,560.00

$75.00 $5,025.00

$550.00 $8,800.00

$6,400.00 12800.00 $2,oan.OO $4000.00 $4,600.00 $50,600.00

$6,300.00 $119,700.00

$3,700.00 $7.400.00 $10,500.00 $94,500.00

$11,000.00 $33,000.00

$15,000.00 $60,000,00

$11,000.00 $110,000.00

$3,100.00 $12,400.00

$450.00 $900.00

$19.00 $4,750.00 $79.0() $1,975.00

$2,SO().O() $2,500.00

$32.00 $24,032.00

$2,600.00 $2,600.00

$61.00 $63,098.40

$63.00 $5,997.60

$69.00 $16,463.40

$63.00 $27,972.00

$1,750.00 $43,750.00

$21.00 $1,260.00

$25.00 $128302.50

$800.00 $8,800.00

$93,000.00 $93,000.00

$1.00 $356.00

81D DATE: SEPT. 13, 2017

EXTENSIONS CHECKED BY: DIGITAL ENGINEERING

ENGINEER'S ESTIMATE; $6,826,576.05

·5·

Hard Rock Construction LLC (lie. No. 24901)

UnitPrke Total Amount

$10,000.00 $10,000.00

$7,400.00 $7,400.00

$13.00 $2,522.00

$12.00 $1,080.00

$6.00 $15,209040

$15.00 $12,300.00

$6.00 $360.00

$13.00 $1,092.00

$13.00 $19,227.00

$166.00 $166.00

$6,600.00 $6,600.00

$20.00 $299,020.0()

$24.00 $771,816.00

$1.25 $80,461.25

$17.00 $272.00

$2.00 $8,490.00

$300.00 $161,490.00

$24.00 $278,474.40

$36.00 $26,391.60

$75.00 $750.00

$88.00 $235,329.60

$.'122.00 $123,648.00

$101.00 $6,767.00

$708.00 $11,328.00

$3600.00 $7,200.00

$2,500.00 $5,000.00

$7,000.00 $77,000.00

$3,600.00 $68,400.00

$5,851.00 $11,702.00

$6,500.00 $58,500.00

$S,200.00 $27,600.00

$13,000.00 $52,000.00

$6,400.00 $64,000.00

$761.00 $3,044.00

$111.00 $222.00

$20.00 $5,000.00

$83.00 $2,075.00

$2,600.00 $2600.00

$26.00 $19,526.00

$2,300.00 $2,300.00

$66.00 $68 270040

$88.00 $8,377.60

$94.00 $22,428.40

$74.00 $32,856.00

$1,660.00 $41,500.00

$27.00 $1,620.00

$27.00 $138,566.70

$370.00 $4,070.00

$60,000.00 $60,000.00

$3.00 $1,068.00

CITY OF KENNER DEPARTMENT OF PUBLlC WORKS

PROJECT NAME: NO AIRPORT CONNECTOR ROAD

PROJECf NO. H.011276·Rl

Lin~

Number Item Number

'" 713·03·01000

'" 713-05-00100

" 714-01-00600

" 71G-01-00100

" 722-02-00100

" 723-01-00100

'" 72G-OI-00100

" 727-01-00100

00 729·01-00100

07 729·01-00103

0' 729·08-00220

0' 729-19-00100

70 729-22-00100

n 730-01-00100

" 730·02-01100

" 730·02-01100

74 730·02"05100

75 730-04-00100

70 730-0S-10000

77 730·05-10000

'" 730·05-10000

" 730-D7-10000

eo 730·08-00200

" 730 16·00300

82 730·19·00010

"' 730-21-00020

"' 730"22·00420

" 731"02"00100

'0 732·01-01000

" 732-01-02040

"' 732·01·02080

" 732-02·02000

" 732-03-02000

" 732-03-02030

" 732·04·01020

" 732-04-01040

" 732-04-01080

" 732·04·01100

Item Description

Temporary Pilvcment Marking' (Broken Line) {4"

Widthll4' Len th Temporory Pavement Legends &~mbols (Arrow)

Slab Sodding (St. Augustine

Mulch (Vegetative)

Project Site Laboratory E uT ,dl Granular Material (NetSedlon

Bedding Mat~rial

Mobilization

Sign (Typ" A)

Sign (Typ" A){Relocate

Mountlng (3 1/2" 5i." Post){Medlan Barri~r Mount)

D~ad End Road Installations (Type A)

Square Tubin Po.twlth 2"1/4" Anchor

Trenchin and Backfillin

Conduitwith Conductors (PVC/HDPE) (2") (2114, 1114 Bare Stranded Groundl (A]

Conduit with Conductors (PVC/HOPE) 12") (3#4) (SCH

"'1i"1 Conduit with Conductor' (Fiberglass) (2") (2114,1114

Bare Stranded Ground) Kj Jacked or Bored Casing (4" Diameter) (PVC/HOPE)

SCH 80 Light Pole (30') (Single Arm, Ground Mount)

Aluminu~) Light Pole (30') (Twin Arm, Ground Mount)

Aluminum}

Light Pole (30') (Twin Arm, Median Barrier Mount)

Aluminu~) Luminalre 16k) (LED) Electrical 5elVicB Point (5tru~ture) (Combination

LI htin Controller

Underground Junction Box (13" x 24") (JB3)

Modular Breakawa C~ble System

Duct Marker Concrete)

Underground M"rkerT~ e (6" (Detectable)

Refl~ctorlzed Raised Pavement Markers

Plasti~ Pavement Striping (4" Width) (Thermoplastic

90 mil)

Plastic PavementStrlpTng (8' Width) (Thermoplastic

125 mil

Plastic Pavement Striping (24" Width) (Thermoplastic

125 mil Plastic Pavement Striping (Solid Line) 14" WIdth)

Thermo lastic 90 mill Plastic Pavement StripTng (Broken Line) (4" Width)

Thermopia.tic 90 mil Pla,tlc Pvmt StrTp (Dotted Une)(8" W)(2' L)(Thermo

gO mil

Plastic Pavement L~gends and Symbols (Arrow

5traight) Plastic Pavem~nt Legends and Symbols (Arrow-

Doublel Pia. tic Pavement Legends and Symbol, (Arrow - Left

Turn) Plastic Pavement Legends and Symbols (Arrow-

Ri htTurn)

Quantity

2.347

40

'" 0.' , '"

734.9 , 428.2

" 5

, " '"

"'40 W

W

m

W

, , " , 0

n 0

'" '" 6213

32S4

1116

1.481

1.076

0.5S8

0

0

" "

BID TABULATION

.,. .,. Unit of

B3rrl~re Construction Co., LLC Command Construction

Measure (Lie. No. 06276) Industries LLC (lie. No. 48896)

Unit Price Total Amount UnitPrke Tolal Amount

MILE $400.00 $938.80 $2,000.00 $4,694.00

EACH $28.00 $1,120.00 $50.00 $2,000.00 SQYD $9.00 $1,800.00 $25.00 $S,OOO.OO

mN $900.00 $90.00 $5,000.00 $500.00

EACH $25,000.00 $25,000.00 $990.33 $990.33

CUYD $25.00 $2,500.00 $50.00 $S,OOO.OO

CUYD $125.00 $91862.50 $100.00 $73,490.00

LUMP $270,000.00 $270,000.00 $500,000.00 $500,000.00 ,QFT $30.00 $12,846.00 $20.00 $8,564.00 5QFT $20.00 $960.00 $20.00 $960.00

EACH $1,800.00 $9,000.00 $1,500.00 $7,500.00

EACH $2,000.00 $2,000.00 $2,000,00 $2,000.00

EACH $80.00 $3,120.00 $100.00 $3,900.00

LNFT $10.00 $9,950.00 $S.OO $4,975.00

"FT $10.00 $20,400.00 $5.00 $10,200.00

LNFT $30.00 $300.00 $25.00 $250.00

'"IT $100.00 $1,000.00 $50.00 $500.00

"IT $50.00 $13,750.00 $50.00 $13,750.00

EACH $7,000.00 $70,000.00 $5,000.00 S50,000.00

EACH $8,000.00 $24,000.00 $7,500.00 $22,500.00

EACH $8,000.00 $48,000.00 $5,000.00 $30,000.00

EACH $1,200.00 $33,600.00 $500.00 $14,000.00

EACH $18,000.00 $18,000.00 $5,000.00 $5,000.00

EACH $800.00 $4,800.00 $500.00 $3,000.00 EACH $2,000.00 $26,000.00 $2,500.00 $32,500.00 EACH $300.00 $1,800.00 $2S0.00 $1,500.00

LNFT $1.60 $1,592.00 $0.01 $9.95 EACH $10.00 $6,910.00 $5.00 $3,455.00

LNFT $0.80 $4,970.40 $1.00 $6,213.00

"IT $200 $6,508.00 $200 $6,508.00

LNFT $6.00 $6,696.00 $10.00 $11,160.00

MILE $3,200.00 $4,739.20 $5,000.00 $7,405.00

MILE $110.00 $118.36 $2,000.00 $2,152.00

MILE $4,000.00 $2,232.00 $1,000.00 $558.00

EACH $200.00 $1,200.00 $250.00 $1,500.00

EACH $220.00 $1,320.00 $300.00 $1,800.00

EACH $200.00 $3,800.00 $250.00 $4,750.00

EACH $200.00 $2,800.00 $250.00 $3,~OO.00

Page 2 of 4

., . Palmisano Constru~tion LLC

1Lie. No. 44187)

UnltPrke Total Amount

$125.00 $293.38

$30.00 $1,200.00 $15.00 $3,000.00

$3500.00 $350.00 $80000.00 $80,000.00

$15.00 $1,500.00 $75.00 $55,117.50

$600,000.00 $600,000.00 $30.00 $12,846.00 $30.00 $1,440.00

$2,000.00 $10,000.00

$3,000.00 $3,000.00

$180.00 $7,020.00 $9.00 $8,955.00

$9.50 $19,380.00

$9.50 $95.00

$35.00 $350.00

$52.00 $14,300.00

$5,750.00 $57,500.00

$5,750.00 $17,250.00

$5,750.00 $34,500.00

$900.00 $25,200.00

$6,SOO.00 $6,500.00

$825.00 $4,9S0.00

$2,500.00 $32,500.00

$250.00 $1,500.00

$0.50 $497.50

$8.00 $5,528.00

$1.00 $6,213.00

$3.00 $9,762.00

$11.00 $12,276.00

$5,000.00 $7,405.00

$2,150.00 $2,313.40

$4,500.00 $2,511.00

$225.00 $1,3S0.00

$300.00 $1,800.00

$250.00 $4,750.00

$250.00 $3,500.00

·4·

Bah Bros. Construction Co.,

LLC. (lie. No. 02179)

Unft Price Total Amount

$1,300.00 $3,051.10

$30.00 $1,200.00

$8.00 $1,600.00

$850.00 $85.00

$30,000.00 $30,000.00

$39.00 $3,900.00

$66.00 $48,503.40 $245,000.00 $245,000.00

$23.00 $9,848.60

$16.00 $768.00

$1,700.00 $8,500.00

$2,000.00 $2,000.00

$79.00 $3081.00

$9.00 $8,95S.00

$10.00 $20,400.00

$12.00 $120.00

$28.00 $280.00

$49.00 $13,475.00

$5,100.00 $51,000.00

$5,600.00 $16,800.00

$3,700.00 $22,200.00

$700.00 $19,600.00

$4,900.00 $4,900.00

$600.00 $3,600.00

$2,400.00 $31,200.00 $240.00 $1,440.00

$0.50 $497.50 $S.OO $3,455.00

SO.70 $4,349.10

$L80 $5,857.20

$5.50 $6,138.00

$3,300.00 $4,887.30

$117.00 $125.89

$4,200.00 $2,343.60

$200.00 $1,200.00

$230.00 $1,380.00

$200.00 $3,800.00

$200.00 $2,BOO.00

BID DATE: SEPT. 13, 2017

EXTENSIONS CHECKED BY: DIGITAL ENGINEERING

ENGINEER'S ESTIMATE: $6,826,576.05

·5·

Hard Rock Conslru~tion LLC

(Lie. No. 24901)

Unit PriG~ Total Amount

$3.35 $7.86

$55.00 $2,200.00

$16.00 $3,200.00

$3,300.00 $330.00

$22,000.00 $22,000.00

$20.00 $2,000.00

$61.00 $44,828.90

$330,000.00 $330,000.00

$24.00 $10,276.80

$16.00 $768.00

$1,700.00 $8,500.00

$2,100.00 $2,100.00 ,

$83.00 $3,237.00 i $9.00 $8,955.00

$10.00 $20,400.00

$12.00 $120.00

$29.00 $290.00

$S1.00 $14,02S.00

$5,333.00 $53,330.00

$5,800.00 $17,400.0D •

$3,900.00 $23,400.00

$712.00 $19,936.00

$5,100.00 $5,100.00

$665.00 $3,990.00

$2,500.00 $32,500.00

$250.00 $1,500.00

$0.50 $497.50

$8.00 $5,528.00

$1.00 $6,213.00

$1.50 $4,881.00 I

$11.00 $12,276.00

$4,335.00 $6,420.14

$2,223.00 $2,391.95

$3,890.00 $2,170.62

$305.00 $1,830.00

$445.00 $2,670.00

$305.00 $5,795.00

$305.00 $4,270.00

CITY OF KENNER DEPARTMENT OF PUBUC WORKS

PROJECf NAME: NO AIRPORT CONNECfOR ROAD

PROJECf NO. H,0l1276·Rl

Line

Numb~r Item Number

% 732·04·15020

" 732·04-19040

" 733·01·00100

" 733·01·00200

lCO 736·01·00100

Wl 736·03·00300

W2 736·04·02000

10' 736·04·05009

104 736·04·05012

'" 736·05·02000

W" 736·05·02060

102 736·05·02070

," 736·05·02080

W9 736·05·03000

no 736·06·00600

111 736·09·00100

m 736·10·00300

1B 736·10·00400

114 736-11·00300

115 736·11·00400

H6 736·12·02000

117 736·12·04000

"" 736·12·06000

H9 739·01·00100

no 740·01·00100

121 804·02·00200

m 805·01·00200

m 806·01·00100

n4 NS,203·00006

'" NS,203·00007

m NS·SOO·00340

W NS·502·01000

"" NS·502·01100

no NS·S09·01000

1,0 N5·509·02000

B1 N5·S1G-01400

m NS·500·00220

m NS·701·00002

'" NS·702·00002

'" NS·713·00009

1% NS·729·00031

m NS·736-00001

'" NS 736-0000S

'" NS·736·00006

'" NS·800·00580

141 NS·813·00001

W NS·MSC·OOOOS

W NS·MSC·00080

Item Description

Plastic Pav~ment Le ends and S mbols ONLY

Plastic Pavement Leeends and Symbols (Shield·

Interstate) (Preformed Heat Applied Retrorefiective

Thermoplastic) Concrete Roadway Barrier Sin Ie Faced)

Concrete Roadway Barrier Double Faced)

Trenching and Backfilling Jacked or Bored Conduit (3" HPDE, Sch 80)

Signal Support (Pedestal Pole

Signal Support (45'span, 25' span add·on arm) N/A

Signal Su ort (4S'span, 40' span add·on arm)

Signal Heads (3 Section, 12" Led Lens, R, y, G)

Signal Heads (3 Section, 12" Led l£ns, R, Y, G) (Arrow

" SI nal Hds 3 Sec 12" led l£ns, LT. R, LT. Y, LT. G Sl~~al Hds 3 Sec 12" Led Lens, RT. R, RT, y, FIT, G

Signal Heads (4 Section, 12" Led Lens, R, Y, LT. G, G)

Signal Service (Existing Pol~)

Loop Oet~ctor

Undereround Junction Box (Type F)

Undereround Junction Box (Type G)

Conduit (2" HOPE, Schedule 80) CondUit (3" HDPE, Schedule 80)

Conductor 3c, 6 gauge / 116 awg)

Conductor 6c, #14 awe)

Conductor 10c, #14 awg)

Hydro-Seeding

Construction Layout

Treated Timber Piles (Coastal Treatment

Class A Coner~te PI e Headwalls

Deform~d R~infordn Steel

Ex lorato EMcavatlon

Tem ora Sh~~tln and Bradn

Saw Cutting As halt!c Concrete Pavem~nt

AsphaltConcrete

AsphaltConcrete, Drives, Turnouts and

Miscellaneous Milling Asphalt Pavement

Contractor Retained Reclaimed Asphalt Pavem~nt

Pavement Patching 12" Minimuill Thickness)

Saw Cutting Portland Cement Concreta Povement

Tr~nch E~cavation Safety Protection (D~pth:> 5 feet)

(lea nine Existing Manhole

Portable Chan~:~ble Me5sag~ Sign (with communications

Breakaway Square Tubing SiEn 5uPIl0rt Hard

Concrete CP5 Video Detection cabinet Com onents

Video Detection Cam~ra Noise Reduction Systems (1.5E 10' Height)

Settl~ment plate Installation & Monltorine

const~~ion Photographs And Video (Roadway

Surfaces

Detectabl~ Warning System Retrofitfor Curb Ramps

Quantity Unit of

Measure

" CACH

4 EACH

1631.8 LNFT 683.51 LNFT

'"" LNFT

"4 LNFT 1 EACH

1 EACH

1 EACH

2 EACH

1 CACH

, EACH , EACH

1 EACH

1 EACH 150 LNFT

2 EACH

1 EACH

20 LNFT

'"0 LNFT

20 lNFT

'" LNFT 2234 LNH 1.09 ACRE

1 LUMP

" LNFT

23.95 CUYD

42226 Le 400 CUYD

1 LUMP

27210 INLF

7155.4 70N

617.4 WN

14749 SQYD

·820 CUYD

m SQYD

2765 INLF

1700 LNFT

C CACH

2 EACH

" EACH

1 EACH

1 CACH , EACH 15960 FTLF , EACH

1 LUMP

2 EACH

BID TABULATION

" 1 " , Barriere Construction Co., LLC Command Construction

(Lie. No, 06276) Industries lLC (Lie, No. 48896)

UnIt Price Total Amount Unit Price Total Amount

$250.00 $8,250,00 $300.00 $9,900.00

$1,400.00 $5,600.00 $1,000.00 $4,000.00

$75.00 $122,385.00 $50.00 $81,590,00

$110.00 $75,186.10 $100.00 $68,351.00

$6.00 $3,576.00 $5.00 $2,980,00

$20.00 $6,680.00 $50.00 $16,700.00

$2,300.00 $2,300,00 $2,500.00 $2,500,00

$20,000.00 $20,000.00 $20000.00 $20,000,00

$20,000.00 $20,000.00 $20000.00 $20,000,00

$11.00 $77.00 $1,000.00 $7,000.00

$1,100.00 $1,100,00 $1,000.00 $1,000.00

$11.00 $55.00 $1,000.00 5,000,00

$1,200.00 $3,600.00 $1,000.00 3,000.00

$1,800.00 $1,800.00 $2,000.00 $2,000.00

$1,100.00 $1,100.00 2000.00 $2,000.00

$60.00 $9,000.00 $20.00 $3,000.00

$1,000.00 $7,000.00 $1,000,00 $7,000,00

$1,700.00 $1,700.00 $1,500.00 $1,500.00

$13.00 $260,00 $S,OO $100.00

$8.00 $4,540.00 $10.00 $5,800.00

$14.00 $280,00 $10.00 $200,00

$6.00 $2,550,00 $5.00 $2,125.00

$6.00 $13,404.00 $1.00 $2,234.00

$3,000.00 $3,270.00 $2000.00 $2,180,00

$20,000.00 $20,000.00 $1.00 $1.00

$220.00 $17,600.00 $100.00 $8,000.00

$1500.00 $35,92S.00 $2000.00 $47,900.00

$1.00 $42,226.00 2.00 $84,452.00

$30.00 $12,000.00 $25.00 $10000.00

$1,000.00 $1,000.00 1.00 $1.00

$om $272.10 1.00 $27,210.00

$85.00 $608,209.00 $85,00 $608,209.00

$85,00 $S2,479.00 $85.00 $52,479.00

$3.55 $52,358.95 $1.00 $14,749.00

$10,00 ·$8,200.00 $10.00 $8,200.00

$80.00 $31,440.00 $100.00 $39,300.00

$1.00 $2,76S,00 $1.00 $2,765.00

$5.00 $8,500,00 $1.00 $1,700.00

$300.00 $1,800.00 $300.00 $1,800.00

$10,000.00 $20,000.00 $15,000.00 $30,000.00

$300.00 $1,800.00 $500.00 $3,000.00

$700.00 $700.ao $750.00 $750.00

$12 000.00 $12,000.00 $10,000.00 $10,000.00

$1,500.00 $7,500.00 $2,000.00 $10,000.00

$5S.00 $877,800.00 25.00 $399,000.00

$1,000.00 $8,000.00 $1,000.00 $8,000.00

$12,000.00 $12,000,00 $1.00 $1.00

$400.00 $800.00 $250.00 $500.00

Page 3 of 4

+

PaJml5ilno Construction LLC

(Lie. No. 44187)

Unit Price Tot.IAmount

$290.00 $9,570.00

$1,250.00 $5,000.00

$65.00 $106,067,00

$75.00 $51,263.25 $6.00 $3,576,00

$27.50 $9,185.00 $2,750.00 $2,750.00

$19,000.00 $19,000.00 $20,000.00 $20,000.00 $1,250.00 $8,750.00

$1,300.00 $1,300.00

$1,250.00 $6,250.00

$1,250.00 $3,750.00

$l,SSO.OO $1,550.00

$1,250,00 $1,250.00 $25,00 $3,750.00

$1,000.00 $7,000.00 $1,500.00 $1,500.00

$6.50 $130.00 $12.00 $6,960.00 $9.00 $180.00 $4.50 $1,912.50 $4,75 $10,611.50

$1,650.00 $1,798.50 $100,000.00 $100,000.00

$130.00 $10,400.00

$1,800.00 $43,110.00

$0.60 $25.335.60

$50.00 $20,000.00 $5,000,00 $5,000.00

$0.55 $14,965.50 $100.00 $715,S40.00

$100.00 $61,740.00

$4.00 $58,996.00

$10.00 ·$8,200,00

$90.00 $35,370.00

$0.70 $1,935.50

$15.00 $25,500.00

$450.00 $2,700.00

$5,000.00 $10,000.00

$450.00 $2,700.00

$900.00 $900.00 $15,000.00 $1S,000.00 $3,SOO.00 $17,500.00

$48.00 $766,080,00

$500.00 $4,000.00

$1,000.00 $1,000.00

$350.00 $700.00

"'" Boh Bros. Construction Co.,

LLC, (lie. No. 02179)

Unit Price Total Amount

$210.00 $6,930.00

$1,300.00 $5,200.00

$84.00 $137071.20

$128.00 $87,489.28

$6.00 $3,575.00

$27.00 $9,018.00

$2,300,00 $2,300.00

$19,100.00 $19100.00

$19,800.00 $19,800.00

$1,000.00 $7,000.00

$1,300.00 $1,300.00

$900.00 $4500.00

$1000.00 $3,000.00

$1,300.00 $1,300.00

$1,900.00 $1,900,00

$20.00 $3,000.00

$1,000.00 $7,000.00

$1,600.00 $1,600.00

$6.00 $120.00

$11.00 $6,380.00

$9.00 $180.00

$4.00 $1,700.00

$4.00 $8,936.00

$800.00 $872.00

$61,000.00 $61,000.00

$150.00 $12,000.00

$2,100.00 $50,295.00

$1.80 $76,006.80

$60.00 $24000.00

$66,000.00 $56000.00

$0.70 $19047.00

$100.00 $715,540.00

$100.00 $61,740.00

$3,00 $44 247.00 $0.10 -$82.00

$80.00 $31440.00

$0.90 $2A88.50

$20.00 $34,000.00

$570.00 $3,420.00

$7,500.00 $15,200.00

$300.00 $1,800.00

$BOO.OO $BOO.OO

$13,200.00 $13,200,00

$2,100.00 $10,500,00

$51.00 $813 960.00

$450,00 $3,600.00

$8,400.00 $8,400,00

$1,250.00 $2,500.00

BID DATE: SEPT, 13, 2017

EXTENSIONS CHECKED BY: DIGITAL ENGINEERING

ENGINEER'S ESTIMATE: $6,826,576,05

"5

Hard Rock Construction lLC

(Lic. No, 24901)

Unit Price Total Amount

$361,00 $11,913.00

$1,389,00 $S,556.00

$77.00 $125,548.60

$177.00 $120,981.27

$5.00 $3,576.00

$28.00 $9,352.00

$2,400.00 $2,400.00

$20,175,00 $20,175.00

$20,800.00 $20,800.00

$1,033.00 $"1,231.00

$1,389.00 $1,389.00

$9n.00 $4860.00

$1,011.00 $3,033,00

$1,389.00 $1,389.00

$2,000.00 $2,000.00

$20.00 $3,000.00

$1,078.00 $7,545.00

$1,658.00 $1,558.00

$6.50 $130,00

$11.56 $6,704.80

$9.00 $180.00

$3.50 $1,487.50

$4.00 $8,936,00

$l,SOO.OO $1,635,00

$60,000,00 $60,000.00

$256.00 $20,480.00

$3036.00 $72,712.20

0.7S $31,669.50

$50.00 $20,000.00

$21 000.00 $21,000.00

$1.00 $27,210.00

$94.00 $672,607.60

$94.00 $58,035.60

$4.00 $58,996.00

$11.00 ·$9,020.00

$89.00 $34,977.00

$1.00 $2,76S.00

$1.00 $1,700.00

$300.00 $1,800.00

$8,000.00 $16,000.00

$305.00 $1,830,00

$857.00 $867,00

$13,889.00 $13,889,00

$2,250.00 $11,250,00

$S3.00 $845,880.00

$1,554.00 $12,432.00

$5,000.00 $5,000.00

$286.00 $572.00

dTY OF KENNER DEPARTMENT OF PUBUC WORKS

PROJECT NAME: NO AIRPORT CONNECTOR ROAD

PROJECT NO.11.011276-R1

UM Number

Item Numoo r

144 NS---MSC-00120

14' NS---P21i-OOOO2

14' NS·P26-00021

147 NS·P2&-QOO32

14' N5·P26-00076

14' NS..p26-06000

150 NS..p26-06020

151 NS..p26-07ooo

152 NS..p26-07001

153 NS--P2&-12040

'" NS---P26-12080

155 NS·P26-IBOOO

LS ' N£.P26-23040

LS7 NS·P26-23060

LS' NS·P26-23080

159 N5·P26-23120

". NS..p26-2.3141

'" 701·0).{l1001

CO, 70H13-01021

'" 701-03-01041

"4 701-03-01061

'" 701-03·01081

'" 701·03-01091

167 701-03-02061

Item Descript ion

Dralna e Structure Paved Gutter Dra in

Control cabinet and Related E ui ment

Control cab in et Fo undation

SI nal controller

Tem ora Dam Re mova l and Replace ment

Fire drants Jefferson Parish

Flttln s for Waterlines 01 Jefferson Parlsh

Gate V.lw ilnd Valvo 1l0ll 8" /J efferson Pamh Gate Valve ind Valve Box 6"' Lon8 BodyTr1Insit lollillCooplillll (81 (Jeffe .. on

Parl;hl

Long BodvTran$lt iona l CoupUIlJ! (121rn:h) {Jefferson

Parh hl

Removal and OlspOSi! ofElri,tlne AC W3terline

J~fferson Parbhi

Waterline 12" 01 Restrai ned cffer~on Parish

Waterline B" PVC J offerso~ Parl,h

WatcrUne 12" PVC Jeffe rson Pa ri,h

Wa!erUne 6" P Re.t ra lned Jefler~on Parlsh

Wa terline B" 01 RestralnBd

Storm Drain PI 1S"1I0>

Storm Olllin PI 18"110'

Storm Orain PI 24" RCP

Storm Prain PI 30" RCP

Storm Praln PI e 36" RCP

Storm Or.ln P e 42" RCP Storm Drain PI e Dutfa[ 30" PP

Quantity Unltof

Measure

, "rn 1 "OJ 1 "CH , CAOJ , CAOJ 1 EAOJ

3390 " , "OJ 1 EAQJ

• EAQJ

, EAQJ

24' LNFl

'" LNFl

'" LNFl

" LNFl

10 LNFl

44' LNFl

'" LNFl

726 "'Fl 1059 LNFl

14" LNFl

" LNFl 25 LNFl

" LNFl

BID TABULATION

-1- -, -Barriere Construction Co., LLC Commlnd Construction

(lk. No. 06276) Industries UC (LIe. No. <18896)

Unit Price Total Amou llt Unit PrlC<! Total AmoUll!

~3 S00.00 $21000.00 $1000.00 6000.00

11 000.00 11 000.00 $10000.00 10 IXID.OO $6000.00 6 000.00 S 000.00 5000.00

$4000.00 8000.00 $5.000.00 $10000.00

$5000.00 10000.00 $1.00 2.00

3500.00 3500.00 $10,000.00 $10000.00

$3.50 11 65.00 $5.00 16950.00 $1,500.00 7 500.00 $2,500.00 $12,500.00

$1,200.00 1 200.00 $2,000.00 000.00

$2,500.00 $20,000.00 $1,000.00 $8,000.00

$3,000.00 $6,000.00 $2,500.00 SS,OOO.OO

$14.00 $3,430.00 $IO.DO $2,450.00

1<10.00 18900.00 200.00 27000.00

$SO.OO 17 000.00 100.00 $34000.00

$80.00 800.00 $150.00 9000.00

40.00 400.00 $50.00 $SOO.OO

110.00 8950.00 150.00 $66,750.00

74.00 17A64.oo IS0.00 $35400.00

".00 49368.00 $200.00 $145.200.00

$86.00 $91.074.00 $250.00 $264.750.00

$99.00 $144837.00 5300.00 $438.900.00

$160.00 $2880.00 ",",00 $6300.00

$290.00 $7250.00 $400.00 $10000.00

150.00 4 aDO .OO 300.00 9500.00

Pege <I of <I

-'-

Palmi,a"" Construction LlC

(lk. No. 44181)

UnftPri<:t! Total Amount

3500.00 $21 000.00

11 00.00 $11,500.00

5 250.00 5250.00

5000.00 $10000.00

30000.00 $60000.00

4750.00 $4750.00

3.75 $12712.50 S4 500.00 $22500.00

1 200.00 $1,200.00

$275.00 $2.200.00

$700.00 $1,400.00

$10.00 $2,450.00

125.00 16875.00

"'.00 30600.00

95.00 $5700.00

$110.00 1100.00

$80.00 35600.00

$65.00 15 '.00 $70.00 50820.00

".00 $84 720.00

101.00 $147763.00

165.00 $ 970.00

200.00 5000.00

130.00 4160.00

-4 -

SOh Bros. Construction Co., LLC. (Uc. No. 02179)

UnltPrlc:e Tolal Amount

S 300.00 $13 SOO.OO

10900.00 $10,900.00

5 00.00 $5400.00

4700.00 $9400.00

9 100.00 $18,200.00

$6 500.00 $6 SOO.DO

$7.00 $23,730. DO

1600.00 $8,000.00

$ 300.00 $1300.00

$1.000.00 $8,000.00

$1,1100.00 $2.800.00

$200.00 $49,000.00

140.00 $18,900.00

77.00 26.180.00

110.00 $6600.00

270.00 $2,700.00

101.00 44,945.00

83.00 $19588.00 $67.00 $48,642.00

106.00 $11 254.00 120 .00 $175,560.00

20.00 $7,560.00

370.00 $9,250.00

176.00 5 632.00

IlID DATE: SEPT.B, 2017

EXl1:NSIONS CHECKED BY: DIGITAL ENG INEERING ENGINEER'S EST IMATE: $6,826,576.05

-, -Hard Rod<. Construct/on LtC

(lie. No. 24901)

Unit Price TOlal Amount

2976.00 17 856.00

ll 500.00 11 00.00

5600.00 5600.00

$3 500.00 7000.00

2200.00 4400.00

5200.00 5200.00

4.00 13 560.00

$2500.00 $1 500.00 , .00 $ 000.00

$437.00 $3,496.00

$619.00 $1,238.00

$10.00 $2,<150.00

216.00 29 160.00

121.00 41140.00

$120.00 7200.00

$108.00 OBO.OO

$150.00 66750.00

$85.00 20060.00

$89.00 $64 614.00

$107.00 113 13.00

$132.00 193116.00

$370.00 6660.00

285.00 7125.00

125.00 <1000.00

On motion of Councilmember , seconded by Councilmember 1----------' the following ordinance was introduced:

SUMMARY NO. 12,302 ORDINANCE NO.

AN ORDINANCE APPROVING AN AGREEMENT WITH RICHARD C. LAMBERT CONSULTANTS, LLC FOR CONSTRUCTION ENGINEERING AND INSPECTION RELATED SERVICES FOR THE NEW ORLEANS AIRPORT CONNECTOR ROAD, STATE PROJECT NO. H.011276 AND H.011794, FEDERAL AID PROJECT NO. H011276 AND H011794, KENNER PUBLIC WORKS PROJECT NO. 2014-003 A-RB IN AN AMOUNT NOT TO EXCEED $530,434.00 FOR THE DEPARTMENT OF PUBLIC WORKS

WHEREAS, under the provisions of Title 23, United States Code, "Highways", amended funds have been appropriated out of the Highway Trust Fund to finance improvement projects under the direct administration of the DOTD; and,

WHEREAS, the City of Kenner (Entity) has requested an appropriation of funds to finance a portion of the project for Construction Engineering and Inspection Related Services; and,

WHEREAS, Richard C. Lambert Consultants, L.L.C. has been selected by the DOTD with concurrence by the City of Kenner to provide Construction Engineering and Inspection Related Services for the New Orleans Airport Connector Road; and ,

WHEREAS, funding for this project is available in Account No. 3663036-5183-1204.

THE COUNCIL FOR THE CITY OF KENNER HEREBY ORDAINS

SECTION ONE: That the Council hereby concurs with the DOTD's selection of the firm of Richard C. Lambert Consultants, LLC to provide Construction Engineering and Inspection Related Services for the New Orleans Airport Connector Road, State Project No. H.011276 AND H.011794, Federal Aid Project No. H011276 AND H011794, Kenner Public Works Project No. 2014-003 A-RB.

SECTION TWO: That an Agreement with Richard C. Lambert Consultants, L.L.C. for Construction Engineering and Inspection Related Services for the New Orleans Airport Connector Road in an amount not to exceed $530,434.00 is hereby approved.

SECTION THREE: That the Construction Engineering and Inspection Related Services cost of the New Orleans Airport Connector Road is 80% reimbursable by the Federal Highway Administration (FHWA) ($424,347.20) and the remaining 20% will be provided by a local match ($106,086.80) funded from Account No. 3663036-5183-1204.

SECTION FOUR: That any amendment or change orders for this Construction Engineering and Inspection Related Services Agreement may be approved by resolution.

SECTION FIVE: That the Mayor of the City of Kenner is authorized to execute all documents as may be necessary to fulfill the intent of this ordinance.

This ordinance having been submitted to a vote, the vote thereon was as follows:

YEAS: NAYS: ABSENT: ABSTAINED:

This ordinance was declared adopted on this, the __ day of _______ , 2017.

CLERK OF THE COUNCIL PRESIDENT OF THE COUNCIL

MAYOR

15F

STATE OF LOUISIANA DEPARTMENT OF TRANSPORTATION AND DEVELOPMENT

URBAN SYSTEM CONTRACT FOR ENGINEERING AND RELATED SERVICES

CONTRACT NO. 4400009854 STATE PROJECT NO. H.01l276.6 (SEGMENT A) AND

STATE PROJECT NO. H.01l794.6 (SEGMENT B) FEDERAL AID PROJECT NO. H01l276 AND H011794

NEW ORLEANS AIRPORT CONNECTOR ROADS SEGMENTS A AND B (CE& I)

JEFFERSON PARISH

THIS CONTRACT is made and entered into this __ day of ,2017, by and between the City of Kenner, a political subdivision of the State of Louisiana, hereinafter referred to as the "Entity", and Richard C. Lambert Consultants, LLC, New Orleans, Louisiana, hereinafter referred to as "Consultant" .

The Entity with assistance from the Department of Transportation and Development (DOTD) and the Federal Highway Administration (FHWA) proposes to provide construction contract administration and construction engineering inspection services, in Jefferson Parish, Louisiana.

The Entity, under authorization granted by Title 48 of Louisiana Revised Statutes, has elected to engage the Consultant for the purpose of expediting the construction contract administration and construction engineering inspection services; and the Consultant agrees to perform the services described in the (Scope of Project) under the terms and conditions, and for the compensation as stated in this Contract.

ENTIRE AGREEMENT

This Contract, together with Advertisement of December 19, 2016, and Addendum No.1, the DOTD Form 24-102 (24-102) submitted in response to the Advertisement, and any attachments and exhibits, are specifically incorporated herein by reference and constitute the entire agreement between the parties with respect to the subject matter. However, in the event of a conflict between the terms of this Contract and the referenced documents, this Contract governs.

CONTRACT IDENTIFICATION

Contract No. 4400009854, State Project No. H.011276.6, and Federal Aid Project No. HOl1794.6. All invoices, progress reports, correspondence, etc., required in connection with this Contract shall be identified with the DOTD Project Title, Project Contract Nos., and Purchase Order Number, as well as those of Entity. The Professional Engineer registrant of the State of Louisiana, who is responsible for the project, shall sign (using his registered name), date, and seal all project documentation. Refer to Louisiana Revised Statute (LRS) 37:681 through 37:703 and Title 46: Part LXI relating to Professional Engineering and Professional Surveying requirements.

State Project No. H.011276.6 (Segment A) & State Project No. H.011794.6 (Segment B) Original Contract No. 4400009854 New Orleans Airport Connector Road Segment A & B Jefferson Parish Page 2 of 18

CONSTRUCTION IDENTIFICATION

State Project Nos. H.011276.6 and H.011794.6, Federal Aid Project Nos. HOl1276 and HOI 1794, have been assigned to identifY the construction proj ect and the plans shall be identified accordingly.

SCOPE OF PROJECT

The services to be rendered for this Project shall consist of the following Stage and partes):

Stage 5: Construction Part III: Construction Engineering and Inspection (CE&I)

The Consultant shall perform Stage 5, Part III in accordance with the terms of this Contract under the direct supervision of the Entity's Project Manager who shall be identified when the work is authorized.

The Stage and Part to be performed by the Consultant under this Contract is described more specifically as follows:

STAGE 5: CONSTRUCTION

Part III: Construction Engineering and Inspection (CE&I)

Construction Inspection Services- shall consist of all services required to provide construction contract administration and construction inspection services typically performed by the DOTD Project Engineer and his staff, including but not limited to, H.011276.6INew Orleans Airport Connector Road Segment A: The scope is a new four-lane median divided roadway with sound walls from the northern airport right­of-way property line to the southern right-of-way line of Veterans Memorial Boulevard and generally within the Aberdeen Street Corridor. H.011794.6INew Orleans Airport Connector Road Segment B: The scope is to add a left-tum lane and upgrade traffic signals at the intersection of Loyola Drive and Veterans Blvd, as well as the addition of a left-tum lane at the intersection of 1-10 and Loyola Drive. Related work for both projects shall also include (but not limited to) sidewalks, dives, curbing, barrier rail, roadway widening, surcharge, detours, signage, striping, box culvert bridge, tree removal/clearing & grubbing, and drainage. These services shall be performed in accordance with the DOTD's Standards and Procedures. Copies of these documents shall be made available through the DOTD upon request. The DOTD shall assign a project engineer from its District 02 office to serve as the Construction Coordinator for the DOTD during project construction. The following services to be performed shall be under the direct supervision of the Entity:

1. Coordinate with the Entity and DOTD' s District personnel to schedule and attend the Pre­Construction Meeting. The Consultant shall be required to conduct the meeting.

2. Maintain all construction field records; make daily entries in the Project Diary (DWR) to indicate the Consultant's personnel and Contractor's personnel present on the job site, the Contractor's

2

State Project No. H.01l276.6 (Segment A) & State Project No. H.011794.6 (Segment B) Original Contract No. 4400009854 New Orleans Airport Connector Road Segment A & B Jefferson Parish Page 3 of18

personnel and equipment being utilized on the project, the work being accepted, the acceptability of traffic control, the charging of contract time, and utilizing the Site Manager Systems.

3. Coordinate with the Entity's Engineer/Representative for all relocations/adjustments of utility facilities for the construction of work site.

4. Provide all necessary personnel and equipment, and materials; such as cylinder molds, etc., to perform the required field-testing for quality assurance in accordance with the latest DOTD's Sampling and Testing Manual.

5. Submit all sampled materials to be tested by DOTD's District 02 Testing Laboratory, in accordance with the stipulated Sampling Manual, utilizing the Site Managers Materials System.

6. Inspect the contractor's construction operations (daily) to ensure that all work is performed in accordance with the specified plans and specifications.

7. Keep clear and concise records of the contractual operations, prepare monthly pay estimates, and make monthly progress reports consisting of percent complete, percent time elapsed, approved change order amounts, and number of change orders to the DOTD District 02 Coordinator. Inspection of construction shall not include shop and mill inspections and their approval.

8. Prepare final estimate packages, including Form 2059 - "Summary of Test Results" in conformance with DOTD's requirements.

9. The Consultant shall be responsible for submittal approvals required of the Project Engineer as stated in the Standard Specifications including form drawings.

10. All construction activities shall be coordinated between the Consultant, the Entity, the FHW A and an assigned representative of the DOTD. All work standards, methods of reporting, and documentation of pay quantities shall be in accordance with the policies and procedures of the DOTD. All partial and fmal construction estimates, and other information must be submitted on forms approved by the DOTD.

11. The Consultant shall perform all documentation, as prescribed by the DOTD, on the DOTD construction software, Site Manager. The Consultant shall provide hardware, i.e., computers, printers, internet connections, etc. deemed necessary to efficiently conduct the inspection services.

12. The Consultant may be required to conduct non-reimbursable training sessions for his personnel to receive instructions into the use of Site-Manager (approximately four (4) hours). The DOTD shall provide a qualified instructor for this training.

13. The Consultant shall be available for conferences, visits to jobsites, and/or inspections by DOTD authorized representatives.

14. The Consultant shall be required to submit "As-Built" plans with the final estimate. "As-Built" plans are to reflect all changes made from the original plans. All changes to the plans are to be made using a 746-112 Tuscan red pencil.

15. "As-Built" drawings of the project must be on 3 mil (0.003") ebony line polyester film or as directed and approved by the Entity's Department of Engineering, in writing.

16. "As-Built" plans must use AUTOCAD.DWG format (on CD-R) compatible with AUTOCAD Release 14 or compatible with the Entity's system in place.

17. Three sets of "As- Built" drawings of the project on bond paper are required or must be as directed and approved by the Entity's Department of Engineering, in writing.

3

State Project No. H.01l276.6 (Segment A) & State Project No. H.011794.6 (Segment B) Original Contract No. 4400009854 New Orleans Airport Connector Road Segment A & B Jefferson Parish Page 4 of 18

18. When it is stipulated by the Project Specifications, that approval by the DOTD is required for material, equipment, and/or construction procedures, the DOTD policies for obtaining such approval shall be followed.

19. All construction inspection personnel utilized by the Consultant must meet and retain the same qualification and certification requirements as required of the DOTD construction personnel.

20. The Contractor shall perform construction layout, and the Consultant shall perform, or hire a licensed professional to perform any necessary spot checks for verification. All surveying must be in accordance with the requirement of LAPELS.

21. Any proposed changes in plans or in the nature of the work shall be pre- approved in writing by the DOTD, prior to the performance of stipulated work.

22. Plan changes throughout the life of the project shall also have to written by the Consultant and approved through the Department's process. .

23. The Consultant shall monitor and document all construction claims, and provide recommendations on disposition of claims.

24. The Consultant shall manage the RFI (Request for Information) process as defined on the DOTD internet site, http://www.dotd.la.gov/construction.rfi/.

25. The Consultant shall coordinate and/or perform the inspection of the fabrication of pre-cast materials with DOTD and the Entity.

26. DOTD requires that the Consultant assign a fulltime project engineer to this project. The assigned project engineer must be knowledgeable of all facets of the contractor's operations. The project engineer shall have electronic linkage capability via cell phone, fax machine, and internet for transmitting and receiving relevant contractual irrformation and arranging for onsite operations. The project engineer must be physically capable of responding to the DOTD Coordinator within thirty minutes. The project engineer's office should be in such proximity to the project that he may be on site within sixty minutes during normal work hours.

27. The Consultant's inspector shall be responsible for performing and documenting inspections of erosion control devices, and reporting deficiencies to the Contractor for correction.

28. Meet with the DOTD Statewide Sign Inspector to review the construction signing for compliance with the MUTCD and Traffic Control Standards. Documentation of corrections made by the Contractor shall be inputted into Site Manager by the Consultant's Project Engineer.

29. The Consultant is required to coordinate with the Entity to disseminate press releases to the local media outlets pertaining to project status, approved lane restrictions, and any anticipated traffic pattern

30. The Consultant is reminded that they are a representative of the Entity and that they shall conduct all business in the best interest of the City.

The services to be performed shall be under the direct supervision of the Entity. The Entity shall assign a full time employee to serve as the Construction Coordinator for the Entity during project construction. The services shall be performed in accordance with the latest applicable DOTD's Construction Manual, Testing Procedures Manual, Sampling Manual, Engineering Directives and Standards Manual (EDSM) and the latest version of the Louisiana's Standard Specifications for Road and Bridges.

4

State Project No. H.011276.6 (Segment A) & State Project No. H.O 11794.6 (Segment B) Original Contract No. 4400009854 New Orleans Airport Connector Road Segment A & B J e!ferson Parish Page 5 ofl8

FHW A FORM 1391

The Consultant shall be required to notify the Construction Contractor and forward to the DOTD's Compliance Section and to the DOTD's Coordinator all information required for the Federal Aid Construction Contractor's Annual Equal Employment Opportunity Report.

QUALITY CONTROL/QUALITY ASSURANCE

The DOTD requires the Consultant to develop a Quality Control/Quality Assurance program, in order to provide a mechauism by which all contracted services can be subject to a systematic and consistent review. The Consultant must ensure quality and adhere to established construction policies, procedures, standards, and guidelines in the performance of inspection services. The DOTD shall provide limited input and technical assistance to the Consultant.

SERVICES TO BE PERFORMED BY THE DOTD

The DOTD shall furnish, without charge, the following services and data:

I. Laboratory testing of materials. The DOTD District 02 Testing Laboratory in Jefferson Parish shall perform laboratory tests in conjunction with specialty testing performed at the DOTD Central Laboratory in Baton Rouge, Louisiana, using samples procured, and submitted by the Consultant and! or his staff.

2. The DOTD shall provide access to project plans and contract proposal. 3. The DOTD StructurallMarine Fabrication Engineer shall perform all shop and fabrication

inspection. 4. The DOTD shall provide sampling plan for the project. 5. Site Manager Instructor and technical support.

CONTRACT TIME AND NOTICE TO PROCEED

The services to be performed under this Contract shall commence promptly upon receipt of the written Notice-to-Proceed (NTP) from the Entity, and shall be in effect for the duration of the construction period, and an additional (60 calendar days) for the final estimate package. The delivery schedule for all project deliverables shall be established by the Entity.

GENERAL REQUIREMENTS

It is the intent of this Contract that with the exception of the items specifically listed to be furnished by the DOTD and the Entity, the Consultant shall, for the agreed compensation, obtain all data and furnish all services and materials required to fully develop and complete the required services of the Project. All items required to accomplish these results, whether or not specifically mentioned in this Contract, are to be furnished at a cost not to exceed the maximum amount established by this Contract.

5

State Project No. H.011276.6 (Segment A) & State Project No. H.01l794.6 (Segment B) Original Contract No. 4400009854 New Orleans Airport Connector Road Segment A & B Jefferson Parish Page 6 of 18

Immediately upon receiving authorization to proceed with the work, the Consultant shall receive and review the approved construction contractor's proposed progress schedule or bar chart, which shall show in particular, the appropriate items of work, times of beginning and completion by calendar periods, and other data pertinent to each schedule. In addition, this schedule or bar chart shall be arranged so the actual progress can be shown as the items of work are accomplished. It shall be revised monthly and submitted with other monthly data required. One (1) original and two (2) copies of this schedule shall be submitted.

COMPENSATION

Compensation to the Consultant for services rendered in connection with this Contract is based on the number of days for the Construction Contract, and an additional 60 Calendar Days for the final estimate package, and established billable rates with a maximum limitation of $530,434. The approved billable rates for various classifications will be established by a billable rates letter.

Compensation for Segments A (H.OI1276.6) and Segments B (H.Ol1794.6) as divided as follows:

Segment A (H.OI1276.6) CE&I Segment B (H.OI1794.6) CE&I

Segment A (H.OI1276.6) CPM Segment B (H.OI1794.6) CPM

$ 75,927 $434,808

$ 12,233 $ 7,466

The Consultant may request to have the initial billable rates updated on a yearly basis based on the latest DOTD's escalation rate. However, any adjustment to the Contract billable rates shall not be cause for an increase in the maximum compensation limitation imposed herein.

All travel related expenses shall be compensated under direct expenses, and shall be in accordance with Louisiana Office of State Travel regulations found at: http://www.doa.la.govlPages/ospffravelffravelPolicy.aspx Vehicle rental rates shall require prior approval from the DOTD Project Manager.

DIRECT EXPENSES

All direct expense items which are not paid for in the firm's overhead which are needed and shall be consumed during the life of the contract must be identified by the Consultant during contract development. Standard equipment to be used ' in the provision of services rendered for this contract shall not be considered for payment under direct expenses. Failure to provide the above information shall deem items as non-qualifying for direct expenses.

The Consultant shall provide a minimum of three (3) rate quotes for any specialty vehicle or equipment. Any and all items for which said quotes are not submitted shall be deemed as non-qualifying for payment as direct expenses.

6

State Project No. H.011276.6 (Segment A) & State Project No. H.011794.6 (Segment B) Original Contract No. 4400009854 New Orleans Airport Connector Road Segment A & B Jefferson Parish Page 7 ofl8

PAYMENT FOR BILLABLE RATES OR UNIT COSTS

Payments (on undisputed amounts) for services rendered by the Consultant and/or sub-consultant shall be made monthly based on a standard certified correct and itemized invoice showing the line item costs incurred. Any labor charges for other approved services shall include the names of the employees, their classification, and the time worked. These shall be reimbursed at the approved billable rate for that classification.

Any charges for approved services other than labor shall be detailed to include vendor name, cost, and description. Final payment for these costs shall be adjusted after Project completion, or at the request of the Entity's Project Manager, to reflect the actual work performed and the direct expenses incurred by the Consultant during the course of this Contract, and as determined by the DOTD's Audit Section following the post audit of this Contract. However, in no event shall such an adjustment allow the contract cost to exceed the maximum limitation imposed thereon. The allowable costs shall be in accordance with the cost principles and procedures set forth in 48 CFR 31 of the Federal Acquisition Regulations System (FARS), as modified by DOTD's audit guidelines regarding reasonable Consultant compensation and state travel regulations in effect on the date of the audit, which are incorporated herein by reference as if copied in extenso, and available for inspection or copying in the office of the DOTD' s Audit Director.

The invoice shall be submitted monthly and be directly related to the monthly progress schedule, if applicable. The DOTD shall not approve any invoice in which the proportional amount of the total contract compensation exceeds the percentage of project completion by more than five percent.

Payments shall also be made monthly for direct expenses chargeable and identifiable to this specific Contract, provided such charges are substantiated by documentation subject to audit. Direct expenses shall be disallowed if subsequent audits reveal that adequate supporting documentation has not been maintained. If any invoiced amounts are disallowed after payment as a result of a subsequent audit, DOTD shall invoice the Consultant for the amount of any overpayments and the Consultant shall be required to repay such amount within sixty (60) days of receipt of DOTD' s invoice. If the Consultant fails to make payment within sixty (60) days, the Consultant shall be subject to Disqualification as provided in the "Disqualification" article of this Contract. It is understood that the firm's entire books must segregate these items out of general overhead costs.

The invoice shall show the total amount earned to the date of submission, and the amount due and payable, including the direct expenses. The invoice shall also show the total of previous payments-on-account to this Contract and the amount due and payable as of the date of the current invoice. All invoices snbmitted for payment shall include the assigned Purchase Order Number.

A principal member of the Prime Consulting Firm to whom the contract is issued must sign, date, and certify the invoice for correctness. The original and one copy of each invoice shall be submitted to the Entity's Project Manager.

7

State Project No. H.011276.6 (Segment A) & State Project No. H.011794.6 (Segment B) Original Contract No. 4400009854 New Orleans Airport Connector Road Segment A & B Jefferson Parish Page 8 of 18

Upon receipt of each invoice, the Entity shall check the invoice for correctness and retnrn if required; upon acceptance and approval of a standard certified correct invoice, for services satisfactorily performed, the Entity shall pay the amount shown to be due and payable within thirty (30) calendar days, in accordance with Louisiana R.S. 48: 251.5.

RETAINAGE

Retainage in the amount of five (5%) percent of invoiced amounts other than amounts to be reimbursed for direct expenses may be held, at the sole discretion of DOTD, if any of the following conditions are met:

1) Failure of the Consultant to submit invoices timely in accordance with this Contract; or

2) The Consultant has received a rating of "Marginal Performance" or lower in any rating category.

AUDIT

Annually, the Consultant shall provide or cause to be provided to the DOTD Audit Section independent Certified Public Accountant (CPA) audited overhead rates for itself and any sub-consultants. These audited overhead rates shall be developed in accordance with generally accepted accounting principles, using the cost principles and procedures set forth in 48 CFR 31 of the Federal Acquisition Regulations (FAR) and guidelines provided by the DOTD Audit Section. In addition, the selected Consultant shall allow the DOTD Audit Section to perform an overhead audit of its books, at the DOTD's sole discretion, and shall require the same of any sub-consultants. The performance or non-performance of such an audit by the DOTD Audit Section shall not relieve the Consultant of its responsibilities under this paragraph.

The Consultants are also required to submit labor rate information twice a year, or more frequently upon request from DOTD, to the DOTD's Audit Section. Newly selected firms must have audited salaries and overhead rates on file with the DOTD' s Audit Section before starting any additional stage/phase of their contracts.

If the Consultant is to entitled be reimbursed for direct and/or indirect costs of the Consultant and/or any sub-consultants pursuant to this Contract, the Consultant/sub-consultant must maintain an approved Project Cost System and segregate direct from indirect cost in its General Ledger. Pre-award and post audits, as well as interim audits, may be required.

ADDITIONAL WORK

Minor revisions in the described work shall be made by the Consultant without additional compensation as the work progresses. Considerations for minor revisions have been included in the compensation computations. If the Entity and the DOTD require more substantial revisions or additional work which

8

State Project No. H.01l276.6 (Segment A) & State Project No. H.011794.6 (Segment B) Original Contract No. 4400009854 New Orleans Airport Connector Road Segment A & B Jefferson Parish Page 9 of18

the Consultant believes warrants additional compensation, the Consultant shall notify the Entity and the DOTD in writing within thirty (30) days of being instructed to perform such work. The Consultant shall not commence any work for which the Consultant intends to seek additional compensation unless and until written authority to proceed has been given by the Entity and DOTD.

If the DOTD and the Entity agree that the required work is necessary and warrants additional compensation, the Contract shall be changed by a Supplemental Agreement.

The Consultant shall not commence any additional work until the situation described above has been mutually agreed to by the DOTD and the Entity, executed, and written authority to proceed has been given by the Entity.

The Entity shall not authorize any additional services or execute Supplemental Agreements to this Contract, without obtaining the written approval of the DOTD's Consultant Contract Services Administrator. For services eligible for reimbursement, no Notice-to-Proceed shall be issued and no compensable costs may be incurred prior to formal notification from the DOTD that FHW A Authorization has been received. Any costs incurred prior to such DOTD approval and FHW A authorization shall not be compensable.

If the DOTD and the Entity disagree that additional compensation is due for the required work, it shall be the Consultant's responsibility to perform the work and adhere to the procedures as set forth in the Claims and Disputes provisions of this Contract.

CONTRACT MANAGEMENT DOCUMENTS

As an aid in managing this Contract, the Entity may issue Time Extension Letters, and Time Suspension Letters (collectively, "Contract Management Documents"). Any Contract Management Documents must be issued in writing and must comply with the provisions of this Contract.

Wherein DOTD agrees that required work is necessary and warrants additional compensation, the parties shall execute a Supplemental Agreement.

A Time Extension Letter may be issued by the Entity in cases when circumstances outside the control of either the Consultant or DOTD result in delays to the project. The Time Extension Letter must state the exact duration of the time extension to be granted, and the reasons therefor.

A Time Suspension Letter may be issued by the Entity in cases when circumstances outside the control of either the Consultant or DOTD make it impossible to proceed with the work required under this Contract, and DOTD wishes to suspend performance of this Contract. The Time Suspension Letter must give the Consultant thirty (30) days written notice of intent to suspend. The Consultant shall, within thirty (30) days from the date of the Time Suspension Letter, stop all work on the Project. Work shall resume no

9

State Project No. H.01l276.6 (Segment A) & State Project No. H.011794.6 (Segment B) Original Contract No. 4400009854 New Orleans Airport Connector Road Segment A & B Jefferson Parish Page 10 of 18

later than thirty (30) days after the DOTD provides the Consultant with a written notice of intent to resume work.

OWNERSHIP OF DOCUMENTS

All data collected by the Consultant and all documents, notes, drawings, tracings and files collected or prepared in connection with this work, except the Consultant's personnel and administrative files, shall become, and be the property of the Entity. The Entity shall not be restricted in any way whatever in its use of such material.

No public news releases, technical papers or presentations concerning this Project may be made without the prior written approval of the DOTD and the Entity.

DELAYS AND EXTENSIONS

Upon written request to the Entity, the Consultant may be given an extension of time for delays occasioned by events or circumstances beyond the Consultant's control, delays caused by tardy approvals of work in progress by various official agencies involved in the project, or delays caused by any acts or ornissions by the DOTD and the Entity.

It may be cause for review of contract compensation if the accumulated approved extensions of contract time caused by tardy approvals of work in progress by various official agencies involved in the project, and/or caused by any acts or omissions by the DOTD and/or Entity, or its agents, equals or exceeds twelve (12) months. If, in the opinion of the DOTD's Chief Engineer and the Entity, circumstances indicate a need for additional compensation, the compensation stipulated herein for work accomplished, for the delayed individual Stage/Part, shall be addressed by Supplemental Agreement. If the Consultant believes contract delays warrant an adjustment in contract compensation, then the Consultant shall notify the DOTD and the Entity in writing of its request within thirty (30) days of being instructed to perform the work. No compensation adjustment shall be made for work performed prior to such written request.

If, in the opinion of the DOTD' s Chief Engineer and the Entity, circumstances do not indicate a need for additional compensation, it shall be the Consultant's responsibility to perform the work and adhere to the procedures as set forth in the Claims and Disputes provisions of this Contract.

PROSECUTION OF WORK

General - The Consultant shall provide sufficient resources to insure completion of the work as defmed in the "Scope of Project", above, in accordance with the project scope and within the contract time limit.

10

State Project No. H.011276.6 (Segment A) & State Project No. H.011794.6 (Segment B) Original Contract No. 4400009854 New Orleans Airport Connector Road Segment A & B Jefferson Parish Page 11 of 18

DISQUALIFICATION

The Consultant shall be subject to Disqualification in the event that the Consultant fails to comply with the terms ofthis Contract with respect to:

1) Prosecution of work;

2) Audits, including but not limited to providing access to documentation deemed necessary by DOTD to conduct audits of direct expenses and/or overhead rates, if applicable;

3) Repayment of any overpayments after receipt of an invoice from DOTD.

During the period of disqualification, the Consultant shall not be considered for contracts nor shall he be considered or approved as a sub-consultant on contracts or proposals. The Consultant shall be allowed to proceed with any work under any preexisting contract or written sub-consultant agreement. The period of disqualification shall continue until the Consultant comes into compliance with the relevant terms of this Contract.

The disqualified Consultant may submit a written appeal to the DOTD Chief Engineer for review by the Disqualification Review Board (DRB). The Disqualification Review Board shall be composed of the DOTD Chief Engineer or his designee, the Consultant Contract Services Administrator, and the Project Development Director. The written appeal shall be submitted within seven (7) days, excluding weekends and holidays, after issuance of written notice of disqualification and may either request a meeting with the DRB or that the DRB consider a written appeal only. A meeting of the DRB shall be scheduled within ten (10) days, excluding weekends and holidays, after receipt of the appeal. After all the information has been considered, the Chief Engineer shall notify the Consultant of the decision of the DRB in writing within ten (10) days, excluding weekends and holidays. The decision ofthe DRB shall not operate as a waiver by the DOTD of any of its rights under this Contract or for any damages, including, but not limited to, untimely completion.

PROGRESS INSPECTIONS

During the progress of the work, representatives of the Entity, the DOTD, and other interested parties when so named herein shall have the right to examine the work and may confer with the Consultant thereon. In addition, the Consultant shall furnish, upon request, prints of any specific item of his work for the Entity and the DOTD for inspection. The Consultant shall confer with the Entity and the DOTD and such other parties, and from time to time may submit sketches illustrating significant features ofthe work for interim approval.

TERMINATION OR SUSPENSION

This Contract shall become effective from the date of execution (the date all parties have signed) and shall be binding upon the parties until all work is completed by the Consultant in accordance with the terms of

11

State Project No. H.011276.6 (Segment A) & State Project No. H.01l794.6 (Segment B) Original Contract No. 4400009854 New Orleans Airport Connector Road Segment A & B Jefferson Parish Page 12 of 18

this Contract and accepted by the Entity, the DOTD, and the FHW A and all payments and conditions have been met. Further, this Contract shall remain in effect until the Entity and the DOTD has issued final acceptance of the services provided for herein. However, this Contract may be terminated earlier under any or all of the following conditions:

1. By mutnal agreement and consent of the parties hereto. 2. By the Entity as a consequence of failure of the Consultant to comply with the terms, progress or

quality of work in a satisfactorily manner, proper allowance being made for circumstances beyond the control of the Consultant.

3. By either party upon failure of the other party to fulfill its obligations as set forth in this contract. 4. By the Entity due to the departure for whatever reason of any principal member or members of the

Consultant's firm. 5. By satisfactory completion of all services and obligations described herein. 6. By Entity giving thirty calendar days notice to the Consultant in writing and paying compensation

due for completed work.

Upon termination of this Contract, the Consultant shall deliver to the Entity all plans and records of the work compiled to the date oftermination. The Entity shall pay in full for all work accomplished up to the date of termination, including any retained percentage earned to date.

If for any reason, the Entity wishes to suspend this Contract, it may do so by giving the Consultant thirty (30) days written notice of intent to suspend. The Consultant shall, at expiration of the thirty (30) days from the date of the notice of intent to suspend, stop all work on the Project. Work shall resume no later than thirty (30) days after the Entity provides the Consultant with a written notice of intent to resume work.

The Consultant shall not have the authority to suspend work on this Contract.

CLAIMS AND DISPUTES

The Consultant's failure to provide the required written notification pursuant to the provisions of the Contract Changes andlor the Delays and Extensions sections ofthis Contract shall be deemed a waiver of any and all claims for additional compensation.

When the Consultant has timely filed notice pursuant to the provisions ofthe Contract Changes and/or the Delays and Extensions sections of this Contract, the Consultant shall submit the entire claim and supporting documentation to the DOTD' s Consultant Contract Services Administrator and the Entity's Project Manager within thirty (30) days of the notice. The Consultant Contract Services Administrator shall submit the claim to the DOTD's Consultant Contracts Claims Committee (hereinafter, "the Committee") for review.

12

State Project No. H.011276.6 (Segment A) & State Project No. H.011794.6 (Segment B) Original Contract No. 4400009854 New Orleans Airport Connector Road Segment A & B Jefferson Parish Page 13 ofl8

The Consultant shall be notified in writing of the Committee's reconnnendation, and, if accepted by the Consultant and approved by the Chief Engineer, the Entity's Project Manager and FHW A, if applicable, the parties hereto shall execute a Supplemental Agreement based upon said reconnnendation. If the Connnittee's reconnnendation is not accepted by the Consultant, the Consultant may file a written appeal to the Chief Engineer and the Entity's Project Manager. Review and determination of the matter by the Chief Engineer shall constitnte the final determination by the Department. If the Chief Engineer's decision is not acceptable to the Consultant, then Consultant may pursue any remedies available to it at law.

INSURANCE REQUIREMENTS

During the term of this Agreement, the Consultant shall carry professional liability insurance in the amount of $1,000,000. This insurance shall be written on a "claims-made" basis. The Consultant shall provide or cause to be provided a Certificate of Insurance to the DOTD showing evidence of such professional liability insurance.

INDEMNITY

The Consultant shall indemnifY and save harmless the Entity, the DOTD, and the FHWA against any and all claims, demands suits, and judgments of sums of money (including attorney's compensation and cost for defense) to any party for loss oflife or injury or damage to persons or properties arising out of, resulting from, or by reason of, any negligent act, or omissions by the Consultant, its agents, servants, or employees while engaged upon or in connection with the services reqnired or performed by the Consultant hereunder.

ERRORS AND OMISSIONS

It is understood that all work required of the Consultant under Contract shall meet the standard requirements as to general format and content, and shall be performed to the satisfaction and approval of the Entity, the FHWA, and the DOTD. The Entity's, the FHWA's, and the DOTD's review, approval, acceptance of, or payment for the services reqnired under this Contract shall not be construed to operate as a waiver of any of the Entity's, the FHWA's, and the DOTD's rights or of any causes of action arising out of or in connection with the performance of this Contract.

The Consultant shall be responsible for the professional quality and technical accuracy of all services performed under this Contract. If errors or substandard work is revealed during normal work reviews, the work should be returned for correction and payments withheld until delivery of an acceptable product. The Consultant shall, without additional compensation, correct or revise any deficiencies discovered subsequent to final acceptance by the Entity and the DOTD resulting from any negligent act or omissions by the Consultant. If the project schedule requires that the Entity's and/or the DOTD's staff make corrections due to oversight, errors or omissions by the Consultant, the Consultant shall be responsible for costs incurred by the Entity and/or the DOTD to make the corrections. The costs to be recovered shall include, but not be limited to, the costs associated with moving the letting date, issning addenda to the plans/proposal, payroll costs for making corrections plus applicable overhead costs not to exceed the

13

State Project No. H.01l276.6 (Segment A) & State Project No. H.011794.6 (Segment B) Original Contract No. 4400009854 New Orleans Airport Connector Road Segment A & B Jefferson Parish Page 14 of 18

allowable overhead for the Consultant's firm, costs to correct errors during the construction and the processing of any necessary Change Orders.

CLAIM FOR LIENS

The Consultant shall hold the Entity, the DOTD, and the FHW A harmless from any and all claims for liens for labor, services or material furnished to the Consultant in connection with the performance of its obligations under this Contract.

COMPLIANCE WITH LAWS

The Consultant shall comply with all applicable Federal, State, and Local laws and ordinances, as shall all others employed by it in carrying out the provisions of this Contract. Specific reference is made to Act No. 568 of 1980 of the State of Louisiana, an act to regulate the practices of engineering and land surveymg.

COMPLIANCE WITH CIVIL RIGHTS ACT

The Consultant agrees to abide by the requirements of the following as applicable: Titles VI and VII of the Civil Rights Act of 1964, as amended; the Equal Employment Opportunity Act of 1972, as amended; Federal Executive Order 11246, as amended; Section 504 of the Federal Rehabilitation Act of 1973, as amended; the Vietnam Era Veteran's Readjustment Assistance Act of 1974; Title IX of the Education Amendments of 1972; the Age Discrimination Act of 1975; and the Americans with Disabilities Act of 1990, as amended.

The Consultant agrees not to discriminate in its employment practices, and shall render services under this Contract without regard to race, color, age, religion, sex, national origin, veteran status, political affiliation, or disabilities.

Any act of discrimination committed by the Consultant, or failure to comply with these statutory obligations, when applicable, shall be grounds for termination ofthis Contract.

ANTI-SOLICITATION AND ANTI-LOBBYING COVENANT

The Consultant warrants that it has not employed or retained any company or person, other than a bona fide employee working solely for the Consultant, to solicit or secure this Contract, and that it has not paid or agreed to pay any company or person, other than a bona fide employee working solely for the Consultant, any fee, commission, percentage, brokerage fee, gifts, or any other consideration, contingent upon or resulting from the award or making of this Contract. The Consultant further warrants that it has executed a certification and disclosure form as required under 49 CFR 20, and that all information on the form is true and correct. For breach or violation of these warranties the DOTD and/or the Entity shall have the right to annul this Contract without liability, or, in its discretion, to deduct from the contract price or

14

State Project No. H.011276.6 (Segment A) & State Project No. H.011794.6 (Segment B) Original Contract No. 4400009854 New Orleans Airport Connector Road Segment A & B Jefferson Parish Page 15 ofl8

consideration, or otherwise recover, the full amount of any fee, commission, percentage, brokerage fee, gift or contingent fee paid in violation ofthe warranties made in the Article.

No legislator or person who has been certified by the Secretary of the State as elected to the legislatnre or member of any board or commission, members of their families or legal entities in which the legislator, person or board or commission member has an interest, may derive any benefit from this Contract or share in any part of the Contract in violation of the Louisiana Code of Governmental Ethics (LSA-R.S. 42:1101, et seq.).

CODE OF GOVERNMENTAL ETHICS

The Consultant acknowledges that Chapter 15 of Title 42 of the Louisiana Revised Statutes (R.S. 42: 11 01 et. seq., Code of Governmental Ethics) applies to the Consultant in the performance of services called for in this Contract. The Consultant agrees to immediately notify the State if potential violations of the Code of Governmental Ethics arise at any time during the term of this Contract.

DISADVANTAGED, MINORITY, AND WOMEN-OWNED BUSINESS ENTERPRISE REQUIREMENTS

If a DBE goal has been assigned, the Consultant agrees to ensure that DBE's as defined in 49 CFR 26, have a reasonable opportunity to participate in the performance of this Contract, and in any subcontracts related to this Contract. In this regard, the Consultant shall take all necessary and reasonable steps in accordance with 49 CFR 26 to ensure that DBE's have a reasonable opportunity to compete for and perform services relating to this Contract. Furthermore, the Consultant shall not discriminate on the basis of race, color, national origin, or sex in the performance of this Contract. The contractor shall carry out applicable requirements of 49 CFR part 26 in the performance, award, and administration of this contract and any related subcontracts.

If a DBE sub-consultant performs services in connection with this contract, the prime consultant shall provide to DOTD a copy of the contract between the prime consultant and the DBE sub-consultant. The prime consultant shall also pay the DBE sub-consultant in full for services satisfactorily performed, and such payment shall be made within thirty (30) days of receipt of payment from DOTD for those services. In the event that a DBE goal has been assigned to this contract and retainage is held on the prime consultant, DOTD shall release such retainage for each stage/phase upon satisfactory completion of each stage/phase, and the prime consultant shall make payment to the DBE sub-consultant of any retained amounts within thirty (30) days of release of associated retainage from DOTD.

Further, regardless of whether or not a DBE goal has been assigned to this contract, the Consultant shall comply with all requirements of 2 CFR 200.321 regarding minority and women-owned business enterprises.

15

State Project.No. H.OI1276.6 (Segment A) & State Project No. H.O 11794.6 (Segment B) Original Contract No. 4400009854 New Orleans Airport Connector Road Segment A & B Jefferson Parish Page 16 of 18

Failure to carry out the above requirements shall constitute a breach of this Contract After proper notification by the DOTD and/or the Entity, immediate remedial action shall be taken by the Consultant as deemed appropriate by DOTD and/or the Entity or the Contract shall be terminated. The option shall rest with the DOTD.

The above requirements shall be physically included in all subcontracts entered into by the Consultant.

SUBLETTING, ASSIGNMENT OR TRANSFER

This Contract, or any portion thereof, shall not be transferred, assigned or sublet without the prior written consent of the Entity and the DOTD. In the event the Consultant does elect to sublet any of the services required under this Contract, it must take affirmative steps to utilize DBE as sources of supplies, equipment, construction, and services. AffIrmative steps shall include the following:

1. Including qualified DBE on solicitation lists. 2. Assuring that DBE are solicited whenever they are potential sources. 3. When economically feasible, dividing total requirements into smaller tasks or quantities so as to

permit maximum DBE participation. 4. Where the requirement permits, establishing delivery schedules which shall encourage

participation by DBE. 5. Using the services and assistance of the Small Business Administration, the OffIce of

Disadvantaged Business Enterprise of the Department of Commerce and the Community Services Administration as required.

COST RECORDS

The Consultant and its sub-contractors shall maintain all books, documents, papers, accounting records and other evidence pertaining to cost incurred relative to this Project Costs shall be in accordance with 48 CFR 31 of the (F ARS), as modified by the DOTD's audit guidelines, and which are incorporated herein by reference as if copied in extenso. The F ARS is available for inspection through www.transportation.org. Records shall be retained until such time as an audit is made by the DOTD or the Consultant is released in writing by the DOTD's Audit Director, at which time the Consultant may dispose of such records. The Consultant shall, however, retain such records for a minimum of five years from the date of payment of the last estimate under this Contract or the release of all retainage for this Contract, whichever occurs later, for inspection by the Entity, the DOTD andlor the Legislative Auditor, and the FHWA or General Accounting Office (GAO) under State and Federal Regulations effective as of the date of this Contract and copies thereof shall be furnished if requested.

ENDORSEMENT OF PLANS

The Consultant shall endorse all plans prepared by it in the manner required by the Entity and the DOTD.

16

State Project No. H.011276.6 (Segment A) & State Project No. H.011794.6 (Segment B) Original Contract No. 4400009854 New Orleans Airport Connector Road Segment A & B Jefferson Parish Page 17 ofl8

SUCCESSORS AND ASSIGNS

This Contract shall be binding upon the successors and assigns of the respective parties hereto.

TAX RESPONSIBILITY

The Consultant hereby agrees that the responsibility for payment of taxes on the payments received under this Contract shall be Consultant's obligation.

JOINT EFFORT

This Contract shall be deemed for all purposes prepared by the joint efforts of the parties hereto and shall not be construed against one party or the other as a result of the preparation, drafting, submittal or other event of negotiation, drafting or execution of the Contract.

SEVERABILITY

If any term, covenant, condition, or provision of this Contract or the application thereof to any person or circumstance shall, at any time or to any extent, be invalid or unenforceable, the remainder of this Contract or the application of such term, covenant, condition or provision to persons or circumstances other than those as to which is held invalid or unenforceable, shall not be affected thereby, and each term, covenant, condition, and provision of this Contract shall be valid and enforced to the fullest extent permitted by law.

IN WITNESS WHEREOF, the parties hereto have caused these presents to be executed by their respective officers thereunto duly authorized as ofthe day and year first above written.

17

State Project No. H.011276.6 (Segment A) & State Project No. H.011794.6 (Segment B) Original Contract No. 4400009854 New Orleans Airport Connector Road Segment A & B Jefferson Parish Page 18 ofl8

WITNESSES:

Witness for First Party

Richard C. Lambert Consultants, LLC

By: ______________________ __

Richard C. Lambert

Witness for First Party Typed or Printed Name

Witness for Second Party

Witness for Second Party

TITLE: Principal-In-Charge

72-1462779

Federal Identification Number

STATE OF LOUISIANA CITY OF KENNER

By: ____ -==-c=--::-::::----= ___ _ E. "Ben" Zhan III

Mayor

FHW A Authorization Date: H.011276.6 - Februaty 8. 2017

H.01l794.6- ________ _

18

On motion of Councilmember , seconded by Council member _____ __ , the following resolution was offered:

RESOLUTION NO. _ __ _

A RESOLUTION ACCEPTING AS COMPLETE THE AGREEMENT WITH HAHN ENTERPRISES, INC. DATED JULY 18, 2017 REGARDING THE FURNISH AND INSTALL NEW LITTLE TIKES PLAYGROUND EQUIPMENT/OR EQUAL AND NO FAULT POUR-IN-PLACE SAFETY SURFACE/OR EQUAL AT ALABAMA PLAYGROUND FOR THE DEPARTMENT OF PARKS AND RECREATION

WHEREAS, in accordance with Ordinance No. 11,290 adopted on June 1, 2017, the City of Kenner entered into an agreement with Hahn Enterprises, Inc. dated July 18, 2017 in the amount of $51 ,017.00 regarding furnish and install new Little Tikes playground equipment/or equal and no fault pour-in-place safety surface/or equal at Alabama playground for the Department of Parks and Recreation; and,

WHEREAS, the project and work have been inspected pursuant to said agreement provisions and it is the recommendation of Ken Marroccoli the Director of Parks and Recreation that the project and agreement be accepted as complete as of September 25, 2017.

THE COUNCIL FOR THE CITY OF KENNER HEREBY RESOLVES:

SECTION ONE: That the work performed pursuant to the agreement between the City of Kenner and Hahn Enterprises, Inc. dated July 18, 2017 regarding furnish and install new Little Tikes playground equipment/or equal and no fault pour-in-place safety surface/or equal at Alabama playground is hereby accepted as complete.

SECTION TWO: That the Recorder of Mortgages for the Parish of Jefferson is hereby authorized to note the filing of the acceptance of this work in the marg in of said agreement, which is recorded at Mortgage Book 4737, Page 924.

SECTION THREE: That Hahn Enterprises, Inc. is authorized to receive final payment after producing to the City of Kenner a Clear Lien and Privilege Certificate from the Clerk of Court of Jefferson Parish , Louisiana dated at least 45 days from the filing of this acceptance in the mortgage records of Jefferson Parish , Louisiana.

SECTION FOUR: That the Mayor of the City of Kenner is authorized to execute any documents necessary to implement this resolution.

This resolution having been submitted to a vote, the vote thereon was as follows:

YEAS: NAYS: ABSENT: ABSTAINED:

This resolution was declared adopted on this, the __ day of ___ ____ 2017.

CLERK OF THE COUNCIL PRESIDENT OF THE COUNCIL

MAYOR

15G

E. "BEN" ZAHN III MAYOR

Date:

To:

From:

Re:

CITY OF KENNER O FFICE OF PARKS & RECREATION

MEMORANDUM

September 25,2017

Ben Zahn, Mayor

KENNETH P. MARROCCOLI PARKS & RECREATION DIRECTOR

Ken Marroccoli, Parks and Recreation Direc~ __ _ - -

Substantial Completion for Alabama Tot Lot with Hahn Enterprises, Inc. (Little Tikes playground equipment and no fault pour-in-place safety surface)

All work performed in the scope of work included in the contract documents for the fumish and installation of Little Tikes playground equipment and no fault pour-in-place safety surface at the Alabama Tot Lot location.

The work performed under this contract has been reviewed and found, to the best of our knowledge, to be substantially complete. The space is now ready to be released for its intended use. The date of completion of the project is September, 25, 2017.

Please proceed with the payment process to close out this project.

Thank you for your assistance and cooperation in this matter. Please contact me with any questions pertaining to the completion of this project. I can be reached at 468-7211 or [email protected].

PARKS & RECREATION • 1905 24TH STREET • KENNER, LOUISIANA 70062 OFFICE (504) 468-7211 • EMAIL: [email protected]

On motion of Councilmember Reynaud, seconded by Councilmember Carroll, the following ordinance was introduced:

SUMMARY NO. 12,244 ORDINANCE NO. 11,290

AN ORDINANCE ACCEPTING THE LOWEST RESPONSIVE BID RECEIVED FROM HAHN ENTERPRISES, INC. IN THE AMOUNT OF $51,017.00 TO FURNISH AND INSTALL NEW LITTLE TIKES PLAYGROUND EQUIPMENTIOR EQUAL AND NO FAULT POUR-IN-PLACE SAFETY SURFACE/OR EQUAL AT ALABAMA PLAYGROUND IN ACCORDANCE WITH SEALED BID NO. 17-6397 FOR THE DEPARTMENT OF PARKS AND RECREATION

WHEREAS, sealed bids were solicited, received and tabulated by the Purchasing Department on May 8, 2017, to furnish and install new Little Tikes playground equipmentior equal and no fault pour-in-place safety surfacelor equal at Alabama Playground; and,

WHEREAS, it is the recommendation of the Director of Parks and Recreation that the lowest responsive bid received from Hahn Enterprises, Inc. in the amount of $51,017.00

. be accepted; and,

WHEREAS, funds are available in Account No. 3548085-5323.

THE COUNCIL FOR THE CITY OF KENNER HEREBY ORDAINS:

SECTION ONE: That the lowest responsive bid received from Hahn Enterprises, Inc. in the amount of $51,017.00 to furnish and install new Little Tikes playground equipment/or equal and no fault pour-in-place safety surface/or equal at Alabama Playground in accordance with Sealed Bid No. 17-6397 is hereby accepted.

SECTION TWO: That a contract between the City of Kenner and Hahn Enterprises, Inc. in the amount of $51 ,017.00 is hereby authorized.

This ordinance having been submitted to a vote, the vote thereon was as follows:

YEAS: 7 NAYS: 0 ABSENT: 0 ABSTAINED:O

This ordinance was declared adopted an this, the 1" day of June, 2017.

~~i,4 ~~UNCIL ~.

CItY' ,tlP'I:EN1\l'EH"' ~~lf{OE/QF FURCHASIN8!

@" 'li)1iill~~ri*IJ'~ 'iI!H~$'Nt;, N'l1lY@§:$ :" .. ', _-c .. Ft!1?Ji.HASIN_G~

'To~:i",' ~;~:~~:ll::~,a~~t::,~:~ir.~~or~r~?~%li~,,~ frPlflx IQfif~sa Nevels, Dlfe;ctoJ oI P;Qrot1q$IO;;JW'!o(p"~

" r

R~;' ;'§'f\'i:\ggBkl tt~6gi97;; Ne..W;1?J?$!J;[b);lOg;.Bn4JrQwr"ii},~PI~¢.¢,%jj,q;1~Mma.*ve8.Q(j.

~~=1~:~~~~:i~~~~~:::~::~~~~~;1~;~~~~::;J:;!~~;;;:~:D~th~'

~!tesiiiifl!;S:= 5Jjiii~~,5==: ~nQtrlg:'¥Q\r halleLaf:iy'adclttrotlakqa1j'$,tiqtli>iQrt(jn~G~Q;!.$i ,ri!e,q§~,¢,qQ.rSlij''! hi.t dfflce,

TN[sf '. . j"~)l.~~ .~'" ~-q~;';~!i~!'~"~~:1!;.,~~11~_ !!! iI.,'! .. ..,J! ... ~., !:~.'!r,._:~·~:.f~.~ ... ~.:.' .. ii:. _<i;ii,.jl:,.~~i'~~ ji':ii'-~ j:{·ji:!II~-:i('.:'lI: .• ~.':'''')~:'_Jlj·!.~:!!,,--~ '~C:I!'!>!'"!I!J!lI"Jr.:~ ~!(II, .. ~.:,:~~;.,~ . .iIi ~ ~ ~ "ii'ii -. :ifdl:.~.r:M.'·.1i

.~ At'Wiji] L&WesrJiiespe8SLve 'Bld.d~t :0 ;~$j\i<;tkljVV?~tR:~):;px)n$f'il,~[8]9:(riJT'

;~~~~rJl~N:[~~~;-Cft"'a~¢""b~i""dj"". '~~_~~~~...;-c~c; . • ;iI;ppto)!(etl'; ~ ' .

.. ~ ... "_"(_ .• _0_" ". """-""

AGREEMENT BY AND BETWEEN

CITY OF KENNER AND

HAHN KNTEltPRISES, INC.

BE IT KNOWN AND REMEMBERED that this Agreement is made and entered into by and between City of Kenner (hereinafter "City"), a local governmental subdivision of the State of Louisiana, represented herein by E. Ben Zahn ill, Mayor, acting pursuant to authority vested in him by the Charter of the City of Kenner and Hahn Enterprises, Inc. (hereinafter "Contractor"), authorized to do and doing husmess m fhe State o:fLouisiana, represented herein by Tania Hahn, dilly aufhorized, to-wit;

1) Scope of Work: Contractor shall furnish and mstall new Little Tilees playground equipment/or equal and no fault pour-in-place safety surfacelor equal at Alabama Playground in accordance with Sealed Bid No. 17-6397. The City's Director of Parks and Recreation will serve as the City's represeutative and will instruct Coutractor on project details such as :finish and color.

2) Term: Effective Date:' This Agreement shall be effective upon execution by all parties hereto. Termination Date: Contractor shall cOlllplete all work within 30 days from the issuance of aNotice

to Proceed by City. Renewal Provision: Not applicable.

3) Maximum Agreement Amount: $51,017.00.

4) Terms of Payment: Contractor shan submit invoices to Department of Parks and Recreation at the address specified in Section 11 ("Notices"), below. An invoice shall be submitted by Contractorupon completion of all work required.

5) Special Provisions: ~D t--J. -~.J

-~.J ----r-'j h .. l

Representations of Contractor; Jn order to induce City to enter into this Agreement, Contractor:;z .,::: represents that Contractor has familiarized itself with the nature and extent of the Agreemen1f; 2: documents, the work, the locality, and all Federal, State, and local laws, ordinances, rules, and - ~ regulations which may in any marmer affect the progress of perfonnance of the work. Further,t, D

Contractor bas given City written notice of any conflicts, errors or discrepancies that Contractor h"-';D ::-' discovered in the Agreement documents, and hereby accepts the writteu resolution thereof. ;;:; :ii

:;;:r;. 6) Insurance and Bonds: COlitractor shall maintain insurance coverage in accordance with th~ ~

requirements set forth in any Bid, Request for Proposals, or Statement of Qualifications that constitute~ S a part of this Agreement, and the attached Insurance Requirements, if any, which are incorporatecg m herein by reference. A payment bond will be requited for this bid. 7; ::;j

-fi0

7) Termination for Canse: City may tencinate this Agreement for cause based upon the failure at:; 5; Contractor to complywifu the terms andlor conditions of the Agreement, orthe failure of Contractor to" Ul

fulfill its performance obligations pursuantto this Agreement, provided that City shall give Contractolb ~ written notice specifying Contractor's failure. Ifwithin thirty (30) days after receipt of such notic?, t Contractor shall pot have corrected such failure, or in the case of failure which cannot"be corrected 1ki ~ thirty (30) days, begun in good faith to correct such failure and thereafter proceeded diligently t~; £

..f:.>. III

Page 1 of6 _ I-"

C:' D

, complete such correction, then City may, at its option, place Contractor in default and the Agreement shall terminate on the date specified in such notice. Contractor may exercise any rights available to it under Louisiana law to tenninatefor cause upon the failure of City to comply with the terms and conditions of this Agreement, provided reasonable opportunity for City to cure the defect.

Termination for Con"Venience: City may terminate the Agreement at anytime by giving thirty (30) days written notice to Contractor of such termination.

In the event of termination of this Agreement dueto. any ofthe above, Contractor shall be paid fur work performed in a satisfactory manner prior to Contractor's receipt of written notice of termination.

8) Conflict ofInterest: By signing this Agreement, Contractor covenants that there is no public or private interest, direct or indirect, and that Contractor shall not acquire directly or indirectly in the future any such interest which does or may conflict in any manner with the performance of services rendered by Contractor or obligations under this Agreement. Any conflicts shall be timely disclosed to City and City shall detennine whether the conflict is cause for non-execution or termination of this Agreement. Contractor further covenants that, in the performance of tliis Agreement, no person bavlng such an interest as described above shall be employed by Contractor.

9) Criminal Background Records: In the eventthat Contractor and/or employees/agents of Contractor are required to work with or vohmteer directly with children in the performance of services required under this Agreement, then Contractor and/ Of employees/agents of Contractor shall submit to criminal background checks pursuant to the requirements of the Louisiana Child Protection Act.

10) Notices: Any communications to be given hereunder by either p arty to the other shall be deemedto be duly given if set forth in writing and personally delivered or sent by certified mail, postage prepaid with return receipt requested, as follows:

Notices should be sentto City at the following address:

City of Kenner, Department Parks and Recreation clo Director 1905 24th Street Kenner, Louisiana 70062

Notices should be sent to Contractor at the following address:

Hahn Enterprises, Inc. c/o Tania Hahn, President Post Office Box 19495 New Orleans, Louisiana 70179

Written notices hereunder delivered personally or by certified mail, postage prepaid, return receipt requested, shall be deemed communicated as of actual receipt, in accordance with this paragraph.

ll)Non-Discrimination Clause; Contractor agrees to abide by the requirements of the following as applicable: Title VI and V1I of the Civil Rights Act of1964, as amended by the Equal Opportunity Act of1972; Federal Executive Order 11246; Federal Rehabilitation Act of1973, as amended; Vietnam Era

Page 2 of6

Veteran's Readjustment Assistance Act of 1974; Title IX ofthe Education Amendments of 1972; Age Discrimination Act of 1975. Contractor agrees to abide by the requirements of the Americans with Disabilities Act of 1990. Contractor agrees to provide a work envil'Onmentfree of potential harassment and to not discriminate in its employment practices, and that it will render services under this Agreement without regard to race, color, religion, sex, sexual orientation, national origin, veteran status, political affiliation, or disabilities. Any act of discrimination committed by Contractor, or failure to comply with these statntory obligations, when applicable,. shall be grounds for termination of this Agreement.

12) Auditor's Clause: It is hereby agreed that City or its designee shall have the option of auditing all accounts of Contractor which relate to this Agreement.

13) N onassignability: Contractor shall not assign any interest in this Agreement and shall not transfer any interest in the same (whether by assignment or novation), without the prior writteo consent of City thereto, provided, however, that claims for money due or to become dueto Contractor from City under this Agreement may be assigned to a bank, trust company, or other financial iostitntion without such approval. Notice of any such assignment or transfer shall be promptly furnished to City.

14) Taxes: Contractor hereby agrees that the responsibility for payment of taxes from the funds thus received under this Agreement andJor Council appropriation shall be said Contractor's obligation. Pursuant to LSAR S. 47:301 et seq., City is excluded from the payment ofthe state sales and use tax and the sales and use tax levied by any pOlitical subdivision.

15) Independent Contractor: While in the perfonnance of providing services or carrying out obligations under this Agreement, Contractor and/or its employees shall be acting in the capacity of independent contractor(s) and not as employee(s) of City. City shall not be obligated to any person, firm, corporation, or other entity for any obligation of Contractor arising fwm performance of services under this Agreement. Contractor herein expressly acknowledges and agrees that nothing contained in this Agreement shall be construed in any manner as creating or establishing the relationship of employer/employee between Contractor and City. It is further expressly declared and acknowledged by all parties to this Agreement that Contractor and/or its employees are independent contractor(s) and as such shall not receive nor be entitled to any benefits from City, including but not limited to benefits relating to life and/or medical insurance, worker's compensation coverage, accrued sick or annual leave, retirement, Federal Insurance Contributions Act (FICA), or unemployment compensation coverage. Sole compensation consists of fees earned in connection with the scope of work described above and, which shall be rendered in accordance with the terms of payment specified herein.

16) Ownership of Records: All records, reports, documents, 01' other material related to this Agreement and/or obtained or prepared by Contractor in connection with the performance of the services contracted for herein shall become the property of City, and shall, upon request, be returned by Contractor to City, at Contractor's expense, at the t=ination or the expiration of this Agreement.

17) Entire Agreement: This Agreement, together with any Bid solicitation, Request for Proposals, or Request for Qualifications issued by City, any Bid response, Proposal, or Statement of Qualifications submitted by Contractor in response to City's request, and any exhibits specifically incorporated herein by reference, constitute the entire Agreement between the parties with respect to the subject matter for this Agreement. Any alterations, variations, modifications, or waivers of provisions of this Agreement shall be valid only when they have beenreduced to writing, duly signed, and attached to the original of this Agreement. No claim for services furnished or requested for reimbursement by Contractor, not

Page 3 Df6

provided for in this Agreement, shall be allowed by City.

18) Order of Precedence: In the event of any inconsistent or incompatible provisions in agreements entered into pursuant to a Bid, Request for Proposals, or Statement of Qualifications, this executed Agreement shall take precedence, followed by the provisions of City's Bid solicitation, Request for Proposals, or Request for Qualifications, and then by the terms of the Contractor's Bid response, Proposal, or Statement ..

19) Hold Harmless Provision: Contractor agrees to protect, defend, indemnify, save andholdhannless the City of Kenner, its Departments, Agencies, Boards, Commissions, officers, agents, public servants, and employees, including volunteers, from and against any and all claims, demands, expense and liability arising out of injury or death to any person or the damage, loss or destruction of any property wbich may occur or in any way grow out of any act or omission of Contractor, its agents, servants, and employees, as well as any and all costs, expenses andlor attorney fees incurred by Contractor as aresnlt of any claim, demands, andlor causes of action, except for those claims, demands, andlor causes of action arising out of the negligence of the City of Kenner, its Departments, Agencies, Boards, Commissions, officers, agents, public servants, and employees, including volunteers.

20) Fiscal Funding: This Agreement is subject to and contingent upon the continued availability and appropriation of funds to fulfill the requirements of the Agreyment by the Council for the City of Kenner. If the Council fails to appropriate sufficient funds to provide for the continuation of the Agreement, or if such appropriation is reduced by the veto ofthe Mayor or by any means prOVided for in the Charter for the City of Kenner or applicable Louisiana law to prevent the total appropriation for the year from exceeding the revenues for that year, or for any other lawful purpose, and the effect of such reduction is to provide insufficient funds for the continuation of the Agreement, then the Agreement shall terminate on the date of the beginning of the fiscal year for which funds are not appropriated. It is the responsibility of Contractor to advise City in advance if Agreement funds or Agreement terms may be insufficient to complete Agreement objectives.·

21) Code of Ethics: Contractor acknowledges that Chapter 15 of Title 42 of the Louisiana Revised Statutes (LSA R.S. 42:1101 et seq., "Code of Governmental Ethics") applies to Contractor in the performance of services and work authorized under this Agreement. Contractor agrees to immediately notify City ifpotential or actual violations of the Code of Governmental Ethics arise at any time during the term of this Agreement.

. 22) Severability: The parties to this Agreement understand and agree that the provisions herein, shall, between them, have the effect oflaw, but in reference to matters not provided herein, the Agreement shall be governed by the laws and regulations ofthe United States of America, the State of Louisiana, and the City of Kenner. If any provision of this Agreement is held to be illegal, invalid,. or unenforceable uuderpresent orfutnre laws effective during the term ofthis 4-greement, such provision is fully severable, and this Agreement must be construed and enforced as if such illegal, invalid, or unenforceable provisions never comprised a PaIt ofthis Agreement; and the remaining provisions of this' Agreement remain in full force and effect and may not be affected by the illegal, invalid, or unenforceable provision or its severance from· this Agreement.

23) Applicable Law and Venue: This Agreement shall be consummated in the State of Louisiana, and shall be governed andlor construed in accordance with the laws of the State of Louisiana. Venue shall be the Twenty Fourth Judicial District Court for the Parish of Jefferson, State of Louisiana. By entering this Agreement, Contractor expressly waives any objections to jurisdiction and venue, regardless of

Page 4 of6

Contractor's residence or domicile. In the event that either City or Contractor commences a legal praceedingto enforce or interpret any of the terms of this Agreement orto terminate this Agreement, the prevailing party in any snch suit shall receive from the other a reasonable sum as attorney's fees and court costs as may be fixed by the court.

24) Subcoutractors: Contractor shall not euter into any subcontract for work or services contemplated under this Agreement without first obtaining written approval of City, which, if granted, shall be attached to the original Agreement. Any subcontracts approved by City shall be subject to ccnditions and provisions as City may deem necessary; provided, however, that notwithstanding the foregoing, unless ~therwise provided in this Agreement, such prior written approval shall not be required for the purchase by Contractor of supplies and services which are incidental but necessary for the performance of the work required under this Agreement; and provided, further, however, that no provisions of this clause and no such approval by City of any subcontract shall be deemed in any event or marmer to provide for the incidence of any obligation of City beyond those specifically set fortb herein.

25) Federal Clauses: Contractor agrees to the following miscellaneous terms and provisions for aU federaUy funded and reimbursable contracts: A) Contractor shall comply with Executive Order 11246 of September 24, 1965, entitled, "Equal

Employment Opportunity", as amended by Executive Order 11375 of October 13, 1967, and as supplemented in Department of Labor Regulations (41 CFR Chapter 60).

B) Contractor shall comply with the Copeland "Anti-Kickback" Act (18 U.S.C. 874) as supplemented by Department of Labor Regulations (29 CFRPart 3).

C) Contractor shall comply with Sections 103 and 107 of the Contract Work Hours and Safety Standards Act (40 U. S. C. 327-330) as supplemented by Department of Labor Regulations (29 CFR Part 5).

D) Contractor shall comply with all notices of awarding agency requirements and regulations pertaining to reporting.

E) Contractor shall comply with all notice of awarding agencyrequirem ents and regulations pertaining to patent rights with respect to any discovery or invention which arises or is developed in the course of or under such contract.

F) Contractor shall comply with all awarding agency requirements and regulations pertaining to copyrights and rights in data.

G) Contractor shall provide access by the State of Lon is ian a, City ofKeimer, United States of America, Federal Emergency Management Agency, ControIler General of the United States, or any oftheir duly authorized representatives, to any books, documents, papers and records of the Contractor which are directly pertinentto this specific Agreement forthe purpose of making audit, examination or excepts, and transcriptions.

H) Contractor shall retain all required records for a period of at least three years after the State of Louisiana or City of Kenner has made final payments and all other pending matters are closed.

I) Contractor shall comply with all applicable standards, orders or requirements issued under Section 306 of the Clean Air Act (42 U.S.C. 1857(b», Section 508 of the Clean Water Act (33 U.S.C. 1368), Executive Order 11738, and Environmental Protection Agency Regulations (40 CFR Part 15).

1) Contractor shall comply with all mandatory standards and policies relating to energy efficiency which are contained inthe State Energy Conservation Plan issued in compliance with the Energy Policy and Conservation Act (public Law 94-163, 89 STAT 871).

K) Contractor certifies that Contractor will not and has not used any Federal funds to influence an employee or member of Congress in obtaining auy federal award (Byrd Anti-Lobbying Amendment).

Page 5 of6

L) Contractor declares that Contractor, its principles or affiliates (subcontractors), are not currently disquaJified as a result of debannent or suspension.

THIS AGREEMENT CONTAINS OR HAS ATTACHED HERETO ALL OF THE TERMS AND CONDmONSAGREED UPONBYTHECONTRACTING PARTIES. INWITNESS WHEREOF, THIS AGREEMENT HAS BEEN SIGNED ON THE DATE(S) INDICATED BELOW.

~~:v?~.~. . . ~ m Print· \ ,~~~~~~~~~~

Date: /; ( g-, /r)

WITNESSES: HAHN ENTERPRISES, INC.

By: "} ~ ilL-T<:l:iriaHabn, President

Date: r,.( 2J } J1

Page 6 of6

CI""Y""'F' 'J'rE' ''':Them'"" ·.ill .. 0,. ,:-....~J:.~:.l:"GJ.~

DEPARTMENt: RECRE3ATION

BIJi)TT'ALl Y sHEEt

·r~

BlD'i\rQ)', '11~9:}9'il'

I2Si ~~:$')~,cill3'rq ,0 telephonel3kl o tetter Bid

:a'fo bESCRiprrdN: NEW ,p[ikVGRDUN1tl,$..P®,Ql%llN ;PtAc);f 'IglA"LABAMA:jtVE:, BID OPENiNG: bATEI, MAY';4\ '20.117'

VEl'loqR TOTAL,BID; cONiMIi1N'II:S

HAHN ENTERPRISES INc,; -" ,-[ -, ' - $5'\1:,017.0.0.

Nb corp-orate: rgsoiutidrY suss PRODlJCTS ~SERVICESfN't;::, "\$51i683.78

I QUAUTYcQUBT1NDU$TRIES, LLCI $54,313{00. PLAN'ET RECESS - - -1- -$54,622.17

>

=,'h

"i: .. " .... oir

IDYNA=PLAY'CCC . -I -- - NQa!ol ,,:~

TN1$~:

"";.

S·J;lAj.,ED~tD :NO, j¥,!{{97

. PROJECt NAME: . lUnrtsh and'llislall:NeWP1iljigrollndEqlfipmenf and NewPourllFPJace At 41~bama Playgrolllld,4221. Alabanl~. Avel1Ue;Kemle(~ LA 100(i~ .

~ItiJN1:lER$I911p;[j llIDDItR,Jiavlng{aniitl".rlZec! hlnise[fwEththeWOR;(retji:iiredbytliespeCi£!datilin1i, i!lie~itewhe1:e the 1(lQRK Isllinepe!'fOl:meu,locaI labor cOl1(litions !llli[all laws, l;egu.)~tion~atld other f!\ciqrs '4tt<1dti.J1gJ((jffQ~inance Qf!be WORK,~lld haying satisfiedliimself pfthe.e'fpense and difficultiesaftending llj}~&<irmj\n'<l~ OE'tlie WORK; . .

fIEREBYP'RCX!?OSESalldaglees; l'filiis Blc!baccept~d, tp:enter int(J BJl)\:gree'ntenUnt\te [opu atia6)w:d.~ to JjJ~J;i.'Ql'ill!l11 WORK, l[loludingjhe assl)!)iptiQnbfallobligalions,.tinties aM re~p()ilsibilittcsnecessary fod~ snccessfi1190l11p]etipn .ofili~ Gon(raqt allejt))e fUl'lllsning,ofl!l[m"tel'iaisal1dequiphlentreqtljl'ed to be ihC01:p01'ated.in imdfornia permii:ii.ent partoi'tlie WORK; Iools,equipment, suppUes, :t:t'allSportatim,:\"fayiUlie,s, l?bol'j snpedntendellCeajldselYicll~ leqvir~d topeLfop.ilthe WORK.; allGbbnGs, lnsJltiin¢e ahdsubl11ittills; aOils

. iMicated ;ol''!jJeClftedl11 !be attaolieo speci'fl.catioh~and "o:ii.fra·ctdo~t1I11¢ntsta'beFej:foi'I11edorfyml§.\lefl flY OPNTRAQTORib,CW)?fqUowij)g: .. .. .. '. .

)!1U:CE OFAN'lt:liJt':tE'irn"A:'TESAcc.oR'iUl'lG TO sPEctFrCATIONS: Cmg;:f;ONE;.. .• ~DfDEDUC'I'l:VBiX ,t!iLTEp,NA'I'E NO. T:

r~DJDBJ)u'ttr) .;AJ:)'(/J;RNATENQ, '2:

''l'l'IE uNDERSIGNED B1b'Jilll'RACKN0"l\l'fED@~REgETPT9l"8tJ1E J!bttoWJ:l\lG A;jjDm'[)Aw~pn iHA\TEBEEN. CQNS)IJEREJ) INPREPARJi.nON·OliTHISBIDc .

ADDENDA'}fO. _~~~~~

·ADDENDAN(\ __ ~_~~

?,\l;i~E1'!l:Q~'i§!~i~.; ~~~~=

~;@~1;I,i;W:~iM' ~~~~.

P~)?ij::.= ... ~~~'"i

·i:tj:,rt~P:;;,,,,;··~~~ .. . "" ...

. J:tA'i!'@: --~~~

:~

'il' an f:lltli'\flll~l'Eil:r ..... ... . . . ..... . . (!nqlvltltlilP sNarne f

{Business· Address)

(CO)P9ratipll'Nan1e)

i~6.u1 j {C, •. ;",

'(TMep)101)6j\.furnber)

.3i 'I' '"'1 f I ~ 3r6 (. ,.(Facsiriiile .. Nllrnber.)

~:;BliJDER 'Ii'J ~OrNT'lffim:ORE; TME:ibj;tNTICAL' JNFORMATIONMtr.'S'll'·BEERJ:J'II;m~FO!{ EACFt JOINT vE1JTo:RER. .. . . ". . ..

-;i

'jfI:ilE'iGRAYJNSURANCE GOMI'AN"i' ;j;kf{~RA:i C~~U~1Y$[st4Rlfnr~(\~~llY, !,flllll11ni\liJ'pWillf'OF ~;~~qRNEY:. .... . . ..... . .;,::,'; X~QVl.A:LLB.y THESE. P RESENTS!. THAP:Dh~:Gni.y Immrimce, C01i.~paI1Y ·~*l.'T~fdJ~ilY'Ca.suaftYc~, ~iir~ty RQ~B:~.~,t~)£Q:~R¢_mfi~:tis"l;!W2', '''' ' Jirgant!:_ed:a,nd -ex.is.l:hlg i.-lI,!q~J :theJ~ws-.oftollj-sian:fll. :anA h~~in.g their- pri!1G_jp,al otfJce~, ii1:Mdil,rte, Louisi"aila,\lo "hereby ltJake; tn~_n:~trtLlte, "atid ap'pTjlnt;: ·1\!,l.om·~.s J. M.-~Mnbo~. ,~r .. " EIi.z_n,bcth M.-: ~ra·ri?l~~r-,. ~,L .. ,-§w.a.yze.t ~ym.Qn4·J·; P9~ce,e}1i'; Jr.",Norm,::): 'r:Qll~S: 13\]YCl;iy 'J<r1tia:l.¥nri, -~n~' C]i~t ~QmIg· ''Of-M~~a.~rle,,_·'Lo~i~h~l1~ JOi,l~H~' m 'sevc.r~i~y on bGhaltof each"of-the'Cbni_pim"ies na,med at-aye its. h:ue a~d IaWfill Attbrn~>~(sH':1~F,a~ti f(i ifi~~~, . -cxecut,~'~ 's:~a~ ®~ 9~lfv~l'itot ~r-c! 'qp:,1t.'f:o~h:~lrard,fl~ iri.'{l.ecd, hpil,ds, 9): 'ptbCF\'u:it,ings _Qb_~rgatQ,):t·fI1'-fhf;rrratuTe qf~'b:pnd?~as,;slJr~lY~:CQn.tr!:lct~rpf iu:t;-etysh:ip as'are_o·r,l'nay,he.te·quired brpehtlitted b:( laW; i'.egI11'a,ti6n; -c~irttra0t {Jr:?tl:i-erwis,c,- pro.vili:f!q tJ~at h'o b!;)nd ,6(\.l11_dcrtUf(mg"~:i(coTIJra-cit.-qf :$g~~y.snjp ~x.ecuted·lJn{icr-thk ~tit~Qrit)n:sh~H exc~~d-the amQ\lut of$10,OOO,OOO.OO· ' 'Th\s -ppw.et-or A~to"t'.l1ey.is· grapte.d'·ai.ld #.sign~~:by racsimi.le- il.~4er-~Ii.d 'by th~_.'au~h~l:ilY,rirtJ.l~' ~<'l1.oWill:g;$.~~9JBf}ori§-' a'4op'i~9 'by fQc:Jj,o-$h:is', hr"! Pirectors Q.fboth:·The Gray h1StLranCe CQmpany aild The Gj'ay CasuliJty"~_.surcb'·Compai1y at mee!iqg::o,d"u15'- c~i1lcd.uhd' held on ,lhe'26Ih day of)diic-, 1,90J, , . , . . . .

,'I' ,

:.'FR)3S'c)LV _ED, (i1~t '$_iiffes¥d!eh(!;'E*'ecutIv~ Vice Pfc.sl'd;~~H; aIiy"-Y~~'e: J)r~_S.Id~:nf';"-pr't1te'B'~tf~t~ry"D:e ~l1:tf'~?~h-p:r:K~rQf~hcrri ,hOl;~~y_l~ ,'_ · fr~~lpri~~.d~to;'tm,~lite: a.PQWei:9f.Attorn~y qualifyIng the'utiQtn~¥ n£tm~d in th,e_ given.P(j.wer.Gf-Attorn~y:ta ,~~ecute on· behaf(oftl1e ~o~paDibonds, P!l}~.~t~Jqii8!~~'~i(q 'all,Fo!),~l'~cJ~·of ~~J_!~t)l~:an.dctl::i~t:each:or any of.t~,em _Is-.hereby :i!-l,lthodzed, 19 alfes~,to: th.({ yX,~culiol} ot'sp:en 'fq.we,r ~)fAltorneYi '.im~' to affacfthe5ea'1 bfthe CornpanY;'·and_it.J.s ' . . -'c' - ,

R\XRTI:IEl{ t{g'$~t{VEt('thaHlie s~'~tlature 'Qf\sci.:~4)'Q'tl1p!!rs:,anrl {h~AI~~u~tthelComp'any'mn~ he '$.'ttl-xeB 'to any _suci1 'Power cii Att6tliT:it':i:i'I;' t9 a:\ty'~'~rM~,a~e;i"eiating .t~.r.eto·by fuc~hil!l~,; a-q~'~any $lI.ctt, P6w~r ,qf..AJt.qi'r-ei ar Cen~J:1c~te q'~ari.ng sU'c,p fa~.simiJ.e-,<;.ignawn'-,.D-i· f~~simjle ~,~a:l :s~~lr

· b~ hi-!ldjng:npon'th~ COJJ~pan)-'.now:!1nd in ,ale .futL11e-:when"so affixed:with tcghrd to any bond, ,undertaking.tit' c'oiltri;(tt ofsurct)f- !o-"\¥ltic-~ it- is: lY'4i.cfi'e'd; ,- -. . .. '.'.' ''-' -, .'

1trwj~&~~EO-F~_ Th~'G~afjh$:~raM~, c't}mpi'qiy1;~& The, PhlY,-C;,3si;]\1.Ily, ~ -§Et~J}(~qh1Ii?n)j~h@~ ¢(}JJ~~d Uii.iy -(J'fficr~] ~t:P;W i,o. 'De)1.C:il~!D"to-' 4ttlxCd:/ ail~fihcseprc_s~uts-to bti: si.gne~ by theil' antho.-rizt.:d officers this" 121h-day ot;Seplembel\.20 1.1., ',_ '.

By: f .. ~ 1." '..f .. ·. i? 7~_,_··"'[j"st . . Ai,. 1" .. ,Ji/ ... '.}f.· •• • ...... ' .. . ' ~ y~~fr4,4i#~~ ... YIl4fM/JJ7?~/~ ','"'' , ' :.",Mkha.~rr; @,wx ' - 'M.ar~:-{S, M~~guno , -r.r.~sitlerlt"i'-:rh:eOray"ldsllnmce' C,OII}pany _~ __ , ,'_ '_ "_S~cr~t~r~" , __ , __ '

'"'' [and . . . . . ,"< ',"" 'n1Q(·~~:YATns'~1.r.~h~e·:GptrJpaI;l!, ,Yjq~J~l#ddcnt; '~",' - ,i' -!'{'he~"(11;"J;Iif,:casu,~liy-_& Sure~y Corb,pany

The,fll;~y:Cis~~~fi&slll"ety Campaq)' ._, .,.." . \ -

Padsll'l'>fJ#iOtsim. .... ...... .... ... ' .. ' '.' .. . ... .. .' ... . ' · P~~tli~, 12* .d~ 'y:q'fS'~~mo,~i' ,:1(}i I,~~'"D~:Rif~ f9~' :~''f~r~tilij~J1!4pJ~9;' pe~?0na.Uy, ap p~aJ;~d _tvi-tch ad :'F:..- 9rRY, 'Pr~stt!ent:oJ 7hc' Gf,t,lY' in:sum;tl'Q~:, ~amr.'mY ·.{U1~)I:ici¢;Pn~side~~t:ofThe Grfty q~~Lip.l:ty-.& SUTety C(lrrrpa.n~;,.afld lyliirk: S., .rxta.ngimq, SC.Pt9l$"y pfTh,e, (lJ~Y Tn~~l'a'n,c.~ C9inpany -'!~t.fThg_,-Gl'~Y " "~aiSl;j,<ilo/'&··S~.rc_ty 'Co~p~ny;.,:pc(SomlllY kn,own:.-to,:.me;_hdng duJy sworn,_ :tt.cknowlcdged that they si~rrte-(l )~e" a:bove j)tn'veuifAltorncy and,affixeci :tb\:l.~.eai~:~ftl!~:0.omp:ah!eS ;ci,~fn~,~rs of, ifiid. ackn9,vl~d.ged sf!.id ~1;"!:str'ume,nt to. b,c thc;llqluQtaJY .<lp'(and deeik9rthe:tr\~.9m.pa'ni~?, .

;",*\U\';:~Mj>1';v"" ;"" ,'~.

lfa~~f\"¢?«{lg:J :3 \*\ 'W6, .1*1 :~.~?'-S; .Mjil~~_,NQ'ta,1'Y,'Public,_'Pa.d~Il,~f0rjc.aQs' _~&'~J'." I'UBl,G /~y :,~~l~·.p(J~:oiiisi,au~ '''_ ''-' __ '

~';;tla·FLoil~$<- . ,-:,' "J¥.Ij-Commlsslon".js.io'cLife' . ,

·;..JVIatk s~)M-8nBTU'~~:'S'~~~:.;~;<f!,)j~~fJt;he"Gr_~Y-1nsilv_an"Ce:.Cow~¥_,·~tiu/hle Gray':C~suilfJ/&':S~~et)'- ,Cb~lpatiy~ dtf_~~r:-e~~}~t~fy,,\~,at 't~e~'ifJO~'~,..ti!.iA ~fo'r#o,h1g i:S'A-t.r~~ iq'Q,.con~cl-'g.opy:o.r~'J?QwyroOr /.iT!®jey,gm,~n::py th9_-COlJlpani~,s, '-W:IVe.n:'i$'~i<lfin in Jul.l forcv ~nd:_~.ffe;ct.-

(;)' ," "·r

./

"Nc:o...~~, ~**:' :P~QD!1q.wAI!.MNn"STATEMEN1

~~~~~~~~~;,;t~:tZ:(PiitTj,~ifffiqi;lfony prtldUa' ~o",p,,",,!,W 'bird\le.lt! d~~fu,in mn!~;\J; <M~~0n{jn-~[p, wl~.lin ~My:~~fr~m i:l~I,~ .. f-dalNery. PPll~{ilI f\':pOlr o(,!!!.pl(!c:ll ~uo~,d.["cl1y~ ~",pa"en~,fr",~·_of'o~nr!l"., , , __ . "":ClddilJon, l~e:rrlIIP¥li"!l.limIJcd w.or~n~e~ ",pp\t From iJale <;>f di.1N..l)" fo,rhli 6110"'1;(19 PPli pro~lich ami o:tJmp,,,i"nt;,

: Limli-'iq:l.O(I-Xeor W;;'m:intr: , .'-On ofl·Kidlli.rHdor:i',ln ri)uminu'r'.llo\h~_O!l:-d',' ;.,t"ddomp~i q~~a1 nf;!mlgl U~ ,,~d. ';r~~~'~ 'm~II1"~Ill1""" <'i:I<lin~1 ,lrlltil!rtli !o,lurt: d~~ ro" o:Irr~')on or dek-r1;;rtiH~n ho", <!Xp"lur~.f¢ , ,~Ih.~ "o:Ul~d 6y-,d&.:n.ln-JT1Ilforiok..,md :work'l1a""hiF:' . "UJn1i';',fiOO,Y';;'~,W"'h-<lntt; OIlJ'!dSu'.lde_ril"!. ~kY5uiltk!lTh1,}li!Y'- __ au_lld.r~lM o:md M~Clt"',t~l.l>om end;

'_~l6inleij ,11.d,~ord;Vqrt', 'tlnilornol'mol u:i~' Md pro"P~f marnlt:nt;n~( ,~a:oin,_!,IrIJi;hJrol .. 'folbJre.due lo:oorrolion Qr"de).,icrnl\<ln Iron-., !;--tpo.ure lc ,="lh'7" co~s"d by d,ered; ,in,:

'-mnl~d~!I "nd:WJ)ri:q,~r.i~;p. . _.

.:_,tin:ii'ed,:i5.y.,a_;'War.~hty' ·0" '~_P~ffgIJi\<;<~·~._".f-l.cnd,';~ri.t Rubber' 'C,II(ri~ ~ar,ty,illrr.oo::in~'

liinih;;ci':is,Yi:il~ wo;irTOiity' 9n K!~~~ild.rll.";.SVlluild.-t:l?f, pf\"l)'~\iM,:' ~, .• ~_an'd Mi1>tl'bY"" .m<lin 5!r1)duf-:-{,(md.{, .ne'1'l,;hl1o and'proPFf_ !)l~l,nt.!:nolio.:;'u~i~l ,ltfllcluldl ft,iI\J~ duo: 1e,(c(r<?~lc!l or older!!>", '~liljn'fr'cm,~pbw,,,,'fu ,VI~Dlher 6o"-,~d Fr ·doFoth in m:*,ria\' andwor,6nO(llhip, Thll," -'wtiITQrlty includ"l' ,,~~ Ihevinyl cbI ded,<~ ro~li, \,;.op.,afld ry_~~ lh"l ~r'i'~.lbe.mc!n: ~ir!'<:Iu,!l","

Lirilit.'td l.s·YiOiiiW<m;jnr:r, bn all'Kl~B\iJkl~-[":ITl;!( s~aolldOt:lt";il'l~W .5i1ild ... rn ond MOl\'pI~l:\\ pplyelhyl~I1e,. ~Iide!;. e_ndo.ur.:.~, -cmd plCt!.ijc,~ompon:¢J;ll.' il!ider n~rm;,1 u~_~ pn~,prqper-<)191nl~ne~~:!(J as?;r)! ~1&!;Iu,ol fi,1!u.--~ o;.Puled by deii!C~;Jii: mClie(iol •. ~~~ '1'=1fkm"n~hip. llmit"d .I0,Y .. trrWa~;.p;l,iy '6~ dI5f1~d~lIul1der.~' ~teel, frijmet'J!J#~r, ""rm9lu~ ar,d Pl"par mai,n)e,"",rl1;O:-ngbil\'lj\ rollur~ du" 1O,cc)11'0,;Q~"d*rlyrp~M.or ' ' f,;urlY"workmot\$~lp;

Ltin;',ed-S',Yetrr 'Worrcn'!y,; On J.r:;!ld..alIT'1R"bb.ICt~tnb &fOil" ,~~ft:i,~tio,,," , ,

limJtnd S-Vei:rr . .w"" ....... nfy''' on-I'll! sh"iJHuilc!er;:tM fo~r;':- duo ici iiol:'_ LN:' d~"'ri¢ltl~on I,h"d"" ofmd o.to Jiml~d Ie 3:' )'11QIIl or. deTodiI'Q ,",orm,CllI!Oloip. ,

L1mi~'3":t~rW(2l'rdl1t1 I'-'f_,,,!;, an ollplcygr9und So:lj»~fe~ ",'!I.:P-JtiYl.-:'i'iiJ~! p,l;>lxeI1i0"1l~'~li~, ~?d",u~,:mcln ~Irt;t- '. rut<; ~""r.J(.'lnd 1'1a:1~~<:Ol1)p,,,,,"n~ "sc,,»!: Icllu:", Clu,.d b·/dd,.cl$ in mO~floklll\d

'wQ,km"(!l1lhip"

Limlt"d·'3·r~Clti\Va\Ta[lJr.: " On K1dTil<\-IT"'i Kiqnmli~/lT>ol I!eide! P':'~': 'cmd cU kid~;d~r."n prodlJt;_ti:(=:I~dinq ~prlllg'c;tIl~mbl;""l:as~in.1 .trlldultlli""[u[ .. :,, due 1n dd .. d"'n'ino~rlC1t. and w,,,kmon.hij;-;(

. ,tn~·ai.i;'; _"";;ii"i.c·~ w~rr,.~iir._, a<i n!:il hi;:Jud~':ln't' ¥;rn.li,di,~~~' ;',G, '1m,)Ji.;" d~;'i<,;mdrri~gt'fnd;io'g:Qf o:;~ ... , and.ar,':"[,,;;'Mbn ;,.rw.;;~ "du~, :~ w~"II'~ri!ig'-~nd .i;.", ~d q,nly.,if Ino rroduc~,,,,,r~ 'mfOltod In,Oo"rifa(lJ\lty,Wilh.lhQ 1~)'I;lut plM "nd/orin.lol~ion lnlllll(;fjQol,f!,mloh.d I-ff mr;::-·hm." b~"[1 m"io",in.d.cnd lo,pod.4_101 a=rdooC1l wllh ppU', iru!J1!clicn.; h""~M) b"-"_~"~~l~~ 19 mhw._al_ ~eali8~"""·~ro",lde~I;_b,,,," nal M!."l ,ubi"<;"'d,_~ cold_ilion ofwbI1iru~~n Df p,!ru.;, ell~ _ho· .... .-nct bMn'l1)<>di~od,' ol!.Il:~ o~rap"ir~d.b~ ~ou';I\'.cI},..t Ih,in rflT ",r p:p_r;r~ ~G'!~~~ lnlx.r uJ).-.;f 'damQ9ecfelwll;~a [rom ·1d"d,t~m,.ab"olm_,,1 v,~,I~_~~d ;n'lcilla~a;'''orl~~k~l '1laiOl~"'W"""':mll ~_"",,'n:dbr,lhin''l!ri''~It. _ '" ,_" __ ' ",,'O!'pl ?<,.p~ltt<lllly),I,~r.id;);,~'~I~; IlIl,Y·"~Il_~1 Q~P~~" of I"'-p]iod, i~a,~dio9 ~~~ ~9Llimllri~_le any,_'mp)i.d wbrr<;in7,of M1:RdlANfA'B!tlJY "i ~In~"

,_~( u_ part1<vIClr_ pu. if'",e ,,~:,~C~~ ~C.WPEtl, TI,j1_\'!Ul')"CI"tf:~uCI".t e,~ II<lb~i!y eili •• !h"" ~pr;'''!r ~1<l~)ndudm3 bul ""~.Irlfliltd I~ "1\Y,;n~id~n', :·",1 ~r.ttln~~uonti"l dll""".g<i.: ... .. . .." '

. ~'?O: A~ditf<i~l~[~PlT'~oi;'C:ie~", y' __ , :.

f<,l'"inlormll~on:on:Wo.rr~n,ly. dclrri_p'iocctli1I)ci~"eo\'llde1>i1i'~'W"titli;t ~PLl'"IO(~~"n b~e,b~~\i.~O'ie~ "rw'll<: I!': ~I«y pa-;;.,r IT-F<ilmln!jlon:­Inc.,).Q, 8w0:.897, F"ifuinginh,-MblQ"rl6361!O. '

tf~~~~". !.r~. .._~bl""J.I~·~. ~~;'.'8:e .!i1.·.·i~;;'4.' . .'ii6I1ta. Atl ~rJ·;r"O'i.e .. w~Iit! ... J(!: ',opp'ro%1 !:;y-~ o~"p"oWi!r IT rarmini:llc~, l~c\'.9~n~rol "flit(!, P.rici~ cr~.f.0:B.- f'1'rml"8!on, Mjs_lour\"Jexdudij19 _t(m<:rd~ -_~.o.II.:Kil&, eneri OnttuiO):and d" (lor )tld,ude',&olg~~ leco~ PU!;t.I!~!n_g:op'liorj;t~\ CIV(ij~blc.lh~ug,Ii:~,~,lt,,~~e P~,?~~m;,' ,

. -~~d~~~:~~'~~~o'''' i~:thli ~qiQIO:~ ~_e ,i:oir.:ci 'bf'rh~ liln~ i;f.pGIr-' Ikc'rlion. Hcwc:vcr, -Plcr.P-"V!er JT -I'cinnlngjeni-'rx:'i.h<:l~ ~-hi>lo')' ",,~, p'aUq:<)f.,~~linUoU'l-pradlJ.d_d";ro[opmenl-a~d jmpl?'f"rnenl·~n~: ·lhe_rt:lc;r~H\:oc~I .. ~~· ,lah!. fi>:imPf¥, al!-"r cir drl;:~nl;n.\i~:~p~i.AG'I'I"" n9l)~ :1i!~owl,no\k<1':, ' .

:i<:iils:liifDi:imi:fsp'tflU'Trbils:1h ,1>;,lsn.d ~il! oll_ad[_~9 i~ our '~ipl·lToj~,ti'~'''rrici-lh';;l our Ihiptn.int 'Ii> )'o\l},.,o;- ~ol11J'I,*",Clnd in g"od ocondilicn .. Il~fglO )'<Iu:$lar.; pie",,,, ch,~ck:J\ii~_ bill ,cof_lco~in9'plrdu[\y,w~M 'J~e, ~hipm~nl req~hel you 10_ ·;n<l~e~U\ll-\n.;r~ Qre.l\O·darn"g~.l ar l~tlrl~~eji Once th~ lhlf)mcnl I~"t',:"ur Fl~nl, w~ 1;I("Ii"lI~n8cr.M:.!pcn~.ibl!O' lor ~fl(d~f11~S"'.!.o,,~ ,a"OJl,?d~o'~·

1:;(:lIlcc_nciilori~'and,tu:i-tur,n~: '~, _", _' _-. ,._ _ . ,C:a.n~c\le\i~~s.1<Il1\ b~ coi::o!:Plt!a.'lIp'on'\\Iilil~'~·,ronft~a~ol\-'p~Qllt:'di~,j~, '~. ~.Wrnl will b'~ o,~flfi:d_conly.when !i-clshl~hco!El~ 0,/1 prepalil.: Mdw~:~DVti ""'p{" .. I~:oll\h';rir;;a In,a t_~li!rn,,_f"rl> nat\nd"d~d_ qre-; ~~~~m ~"rI;,:"" .,..<:1\ \;I' IIs,,_d-ordll!nOe«:i-p_ar\<. 1hdo:witl b",{j',

',e,j"dclng,fe;", f,,(col! reluriieJ'orcl~f~ ond M c"'n~lI"do,J"r<;

:R~.p:1ater·m"e~t,'t;~~@:i'_ _ ", frlr pcuk rJn~)\<m:I,ound' m"pT .. ~~m~ol ,p'cr!sl .. rnn!t;l~l i¥_f:'iiii~J'. 'rpl1-I"",""~' I'M ~co,<;~ ~r),

,~

, . , ___ , r'

- ". .:".':: ... .'! "'~~i~i')~.-NOI\O~ .. at.,Ca._ -n.l~r-'ii:or:B~iI";Il~~ Pl~idU~~ .•. I>'lug~ Ihi..:t.rn4i~.o. fei o';~le~lt:d plaxgi.ou .. ndjll ..• ,,'dd m .. ed" SQu.'nd!"" ~"r!I . . "';un'iJ.1'~ / ;if!;;:: .... ' P~rfDrmonc~.CrIl~nco'onol ['?n ~C<!y"cnol bllmtr-lreb'l'loy .n111O,1I~"U.hprl'ro· .. de.I<J ... {l'Jop.menlril Od'MIu~ [oc'cb,ld",n "f"lI, ,<

r:(_ ;;' ab\lil\~ •. '.6.<?u'1dl~~ l'-!l:onlrolo"d, I, !h~ fr"ll)b-l\q~QI nanp!-Dlil 01BQ[1k<!fion 'd<<!iocol<:d too 6~lpj;g 6>mil)u~l~el (:1)l~~,p\ay9ro\Jnd~.wh"r'''' ;,;;'",,-. :-... ' "~il.d.ron l'(ith,ond_:,>,il~~U)_ dilabil;)~~'9'I~·d.<;I'<O~1', 1¥~~li~.I,!!dII,.~r 1.Lf" e, !hOY locor,n, N,9.,lh~i ihrou~~ pl<>Y,. ,~""~9Jd~~d~ j!,i:ll ,;,~~t ,.' .. , "".~~ ..•. oun.d. [~ .. rlo/lIroU.~d<,.,,~ndp,-~. o' . .I~~.ry'lIcp.".n eOfOU~ <I. tKI thol .. ".ne,r,g lor l>'I~ryo. no, I,n 0. d.d\I'C~]':' Ioio. rur.ng o<.'."!~m~C~I'~!\!:,.!.o.r-,

"_ ~ , ,.hlldr.n wilh'phyil,d, dov~\op,"~nl~I;-tcSrJI1~~ end .~~i~ry di:mbllilicf. Th~ ~'" ofh"nl:lb,-pl~'ound., IC!l"·'ig~;~.~ .that (I'5'rl,,"rl~ ;,h.t¥ ,l"9;'i-roawri~en ~aUdot;~~ r""in,lIo~nd!e_" ~)~,oill1d • .1ho! Iha_lr;.,iloJ~.{p~.til\a.d_ <ompl~ ~llh..s.~v,:dJ''',~''Yll~~nJ._ ~.~.ipni1an~~ Cri!~rlq. ch~<~-iI;~ ,N.;,h~~~lI:r;nt~r. fD~ ,~aun:lt<\> •. Ph!!"'U"~'-W.,];"1o "1.\~~~bo~!'~lo<.'l'I!iJ']!,ouiJ,.org.J,,:r,Q:ln~rm'lIID.n !e\ p.rl\cl."~ "'lM<;<hD,"-,

;:i't~~t~b~le~1%~c~~11;'~; ele~;,q((~J~~ .aloo,,!l(old, ~l).6002 ,_. ',. ·Web,,!.; •. ",,,,,,,.'<>ourdlo¥pl'l):'iilfl:lUM,.,Hl:!j E'fI\ail"lnr.;e~o~ndl.'.l,p,)"nl"'bndi.'Q'§ ,

'Cammil'm"ort£:',~llifi:, . ", ",. ,,', __ '_ ., _ :NC!.lh'"9 b mOrdmpctfi:"lnkCl" a'{or\,; pD,,\ti~~ ~1'2ry ~1\~fronmi:iirr~r~hild'''<lJtr,pt6'ii",oyr-OiIli-milm'''riFli~:;' .', _.' >

,prov1'f'ng .lh.;'~ p,,-.!II1~_ ... n~h.eA:"'~~t. '.10(i:i "'ith. rrie'.oling cind/."r "X .. ~. ~!ng OJlnp.t?'.I~."'. "",;Ih II,. '. "."'fon::"'"n~.;'.~a~tt ... ; ;!?ed~ro.1i"n:; :.,~bl"h.i:l-Iif oIgCnl~OIIM' lu"h a. A5TM, 9'SC,-CSA<md,EN. B'o/Il,~d ""01,,1'[1;"1=,:""" "I."-<m 0,1\,10 pori1olp<lntm mon~, of :lhe."'5tclnd<lrdwri~n9 bodie. providing inpullnta tlik :11<lndard ~eYd"r'Mnl pr,,~~: GIlT OSSOcilltl!s. !lild _replll-Iel\!lJliyej lia-Je: JI, .. ~"<1I'!I"dgi Clod ,,"xp~ri':n'~ to_ p"'~id~ PQlliive pl"1 d~,ign.s lhat pro',ide 1ft" ~h"lI~ng~ aod'play ~1:I1~~. f9_r'a!L<~jldre~.,

COin_\1l'ih-nc(Jt,io_lb~ Envi~anIlHmf.. __ , __ ,_ '", _ _" ' p«lI~<Ii"Q't>(I~ p~"'"rvir.g, tho "-O:Ni«l_nm';orl;', our"hiid,e.I:<'- !OJ'',,,,lj'<I-p~criiypf<!)'!!rla~e 01 Ploy r"w'.i'tr f~llliiflai,,'"; IflO::. We ci',,,; mmffijl""a 1<1 do!ini:llhe·rec . .Y~ir.9'lci.op by u,ing pre q~,.;j_fX"l-fo"'.~m"r,.r~cyd.d mottrio\Vfh.reYei~"1,j61" o(ld b)' ~n'Urin9,I\,\l'to. oany' "yctjthing ,.,a,mok~ c:iIl be r~r;;ydod bt>~kinjn me envl'onmonl,h-tom $teel Clnd ulumlnum 10 rubbur elld ~Iwtlc, almol! e'llloyihing, We _ .', mob"u.~ IQ!"'" a!nounl or r~"Yded maleriat ~y in'I<>IIin9 a U~le,\lke:o""!lI~y_ Strui:1ul,e:We-tl[O! cll',dQin~ Qur parrle en)Ur& n ~el~r''''''rkL­.forour'(hlldis,:. ' ' .. ,

-Guid"lIlld end St'cod'ii-i(J;;:'" (Pst 'V '. ,,', ___ • ", _ '.,'" ___ " '." _ •

T1w c;or;1!lm'~r:Prcdlll<l ffOloli Gt>(j))11ii!ion-*,~<!I;i~~P'!q)'Qt9,\l)\# ..c;f~1y:6uld;,llnej Ie h~lp 10",,1 comlllunilie5, ~ckoJj. Jay_",,_c '~O;\leD~:':"rpcr<llicni ond olh~r !)IOUfo bvikl3"fe_ playoroundI.. .. ,The ffandbo~K lor publi';Plciysround Si:of~ly; nf~t_pvpliih~d In WEll l~duol~!:3a~11 guldelin~l fcr d~ieningi~~~\nJdh'g, qp~rc.llna an~ l1'ainlgininD p~bli~ playground.; " , U:~._ Cc~~~mp.r Prduol Scofuly J:;o'l'm.;',i,,!!'

'etA _, '_' ",,' .." tQ\io.djtin:StQ~'dard ';'>lodalion -ken ir'i~~-p~lidiirtl'9rg-briii;ii;", lion whOle mllllcn I! 10 p'~Q"llde on_ op~o Md ~ffe~liY~ fo'1Jm f';~' ac:livlli~~.f;j~lilcl;n9,rhe,d"",leprriQnl, Qf.jl\:J~oI<1,'h1O m.""1 0"': lionel nccrl~.lhec;A5tq"dord CAN/q;A.-U14, A GlJidell<¢,'p,,: Cj,lldren', Pb~;J>=~ Md E'1uil'>ma,lItw"f!:,p_?~d .. Can<ldlnn SI<1n<icld I\,,,,,clqlicn.

W""bi~9jOf\,,!J,c. 29297.-~'!nol~ fnlolitcP<C:go{ 'vww.cps<::.gOV

,50.60 Sp_"~:kum.wOy suaa.l00 Mi5si.10ugCO, Onlerio, Cap-ad,=! L4W-~tiI61' HQO·J;\:H7.27

,.WW"!.=cco:·

f~~,~r)"cin_ S'Qa~f}£r't~H"g-Md));"I~rl~l; 'j~ 1m i~J~Pi!hJ~"t; W"H~'I'IICw/j~d. c;le-ieloper of. "'h.ol~Qlll\:Jni:Jt,~ ul!L':::.:d-i.n'''''~:nJi: pr.,dui:h~ skll1dllrd C".momll(- Sdn.1y p!!.(l;;,nnan'~ Spei'ikrnrion, hJr: ""'., ..•. ",.d,fq,ulPrri_ellffor P~bll~.;U<e., FU87 ~:;lcb .. li;hell\<lli.·or."[~ ro-Ollgnj,:J:d-~t1ft,t)' 3land<lrd~ bq;ubli" playground ~qUipll1"hf, Am,;rkbl\·,sodely "'rT""linll_~,~d Molcrloll .

rlW;,P,fetlo"tliS'ei';,I'cm" _ '" /., : . 1\N produ<;i-s"rvk"-I! ,Q ';;o~a r~n_neJ I~ailor II) ~'~ng",iiJ . qrliikalion ".;!Ni'riM.- EurQP~e.~ 5lqntbrd l'l'l1176'i~-lh~ mo~l,up! , 1o-d!'!iIl ~om~lr,cd E~to~edf\ 5londn,dJcr Commercial Pl"l:'9,e~!1d EqUiPI11Mt. U!" p_t Ihn TOv c~r)i~C<!tkm'(!\o,k II ~idel\ce to ),IW cu,lomer _Qf prad~d '1udi.ty <;EoiJ '::OmFli",n<~ In .lring,:,,1 Jjlf.;ty, ,Ia~derd~,

100Bcll,Hdrbor,P,riy,f· . Y-f~~I_C6r.:ih"hbo:kcon, -PA,~T9~&-;;;'?!,n' F.Moil: U:l"lk~lil1"~fI\~rg

:rUy rrn~~d S~@ Ridlerillrc.m,31 e0339Jtlunkh,_i;>em,~i-.}. E·Mail: i .. r..~I~!~b.!l.~ffl: .

1i.STMiF-l!l,ll1. ,':CI1%(:' 'CAIil/t;~~Z6Vl: ,ENlt7(,-",_ , _.' __ "_"'_'",'_'~' Kid nuildar.sn-'I Plo}: IlUild" .... ,f"l. Max!'la~TM5Y.llcmr<lml PIO'lQ;n!a'l Ol:i.".;p. OIe,riI.Jim b"",n j",letho b • .1o egnformonce wilh :cli::ly f!!'1uirem""h and .jondartb 'iel forlh:: bYASTHi, Stond~,d ~1,4B7;,e~dud!nfl,ledio(1l.lO.o;Ind 1~;;!i:1. "

"",;'i~::~:::-\;,· \:tE~!~~X

"""".;,,-

::;<~~~~''"', -,~ CEllt~rm;: .;,,;,~-,";::

In Jk:lnf~r6; of ~I~)-.gr"~ii-'" _,a!etY:.lPEMA' p~o~jd~> !l Thlri P"iti' b:rl;R~i:It1~i\ ' S~ryi'c" wh~/llb»o dOlj9'noT~d in"d~pend~nl,lllbQrol"I)' ~lid"'I~' a pMidp<;,nt', cerllff...,nQn of""nformc~c~ ",'ASTM F1467, Slond~rd CortlumorS.:sToiy Pc<fcrroon __ '_~' 5p~d~':oli"(l [0. t PJ.o"ro.",. d.EqUiPm~hHor. '.ubliC.U'.';; ex',epJ-,I~clion. 1.0 (i: 12.6:ti .• CAN/CSA .u14{Chjtd •• n,,·PI,.ylFa~ a~d,E'1"ipmc~l, c;o;c~pt dow.~t 9,6,10.5 ,t;," 1l.1.F~r:bc!b,'T~e 11.'0 Qf.lh~'""m;i!!"hdina 1"131'1:1" ~rlle'nkes-Comljle .. do! <;:tdola9', 'i!i';iif~_ilhcHiHI~ Tik~'J'CJtnmmlgl b~ I",,,",;""d wriJl~',"\"'l'lUd"lion,-f,om,lhe.in_dei,' p~nolMlla6~"'I"ry Iholjh~f;r"dLIC11,)-_o .. "dol~d will, ll)~ U,s ~r tnu Joae ~nronn': wjt~ Ih~ mtui(~nienl< of llie..indi",,/d .llondard: c\lO~k tho I~EMt..- ... ..,b'ik! Iw""",,;' lpem~,o,g) la <Dnfirm:pmdud vo!;d,9,~'i>n,

~.""'o"""i"", .. ~ 'o"dy.C."iti,d oL\·

vdido_lion' II 0" ~,,~oli\g pic~~,~ ~, _~~_pf"'d~cts"nte ~oj1iW"d' cind!p;fe~,"d,'l'liGi~ cc'nl\:J_i:tyour 1~~C,eF"_c_,enloli~e.lprtfri up(lal,~d-H,f,nll ~nljslt cur web_ille 01 n1tP.W www.litilallh!Camm6,"ial.egm . . •.

... '--- ',.,., "p;,"cdicin\'i@l!l\J = :', 6~",a",Ci!rll~"'; ,.

When .lriMolied q.c"",din;Oco·,Q\lr 'I;:'youl d'iCIW1"!l" "oJ in,lci\tqlioli ,in'!rutrrC:inli,Kid; _'," ,Builderl_n.,;, pJcij Duildm'!",_MoxPI"Y'~' SYlromi rind P!oyCo~I>:r& pie.')' t"lulpm"cr.t me~l. 8ulil"-'IM~'lld:~Md in Jhe ll.S. 0:>llSum~r ~'o~ilr;tSaf,,1y Commiulon', Ho. ndbeok ler Publk.ple)9rpu~d Somly rmd the Ccncod,,,o $]Ondn,oI CAN/CSA~14.

K,1.cl,Du_lld~t:I'!·', pj~ Ilillld~ill~', M<txPI_~)'7M; Pj,irc.iiiloi'~ "n~ ~prhiB,!!id~rI, hqy~~bl:~oilj-· ~erll~o,d lo·tIo~'-EN 1176 6~ TUV P..;d~d$,~rli,~_GI,'.BH,,"

r:tiI~;~M~; MEMEl5i'l .,

',.~-,---,.,-.-",-"'-'''''''''''''.'~-'--''

~r~t f'tr;"or ITFormingli;Il1 ~1.1;:<O".~1a'l~ 3"~~~~njin9 ~f-I~E'JM;;. 1\,,,_lnl~rna!i6~~\ rloy EqU'pllllUll ¥,,~'ufod"':"t! A<:!aci~licn . .IrEMA Is a momh","-'~~n \nl.mo.ll~MIIr"d" "m"nl",~::>ri thaI n!p""cin"-cn<t pr_~fT\at.... \l,;.~p~n m",k~I,f.o_l·l1'd';"I"dtJro" ~l p!f:f G'1vi~rncnl.

1\'idghl charges sfj-tilild 1)(' JfiClllded'ill.'toflfltQs( . W 11,,11 qU6tfhg, 'tfhOt91Illitl'd'ji6f§ till Ll\iEFJ;D;fte:l~lltj)1¢stIl~ij\jQf~d a$~s?p~r"ie.item.')31d ;nl!ybe disqll~Jiji,dlfhilt quoted FOE DELIVEREDOI'iffr¢ig!lt charg?sare hofindiciit~a Oil oid ~, . '

i:J@l1j:j]j'~$.Ji§'ted arc f6i'~!ddit\g plirposes. 0111y. ,Ji:d'I(lJl"q1iiie!'nelit$1i)!i~ be \1101e o(Jes§ f!\~jj q\l~nl!tibs jl'iitelJ;·

i,l)!BICtiy iifi<:eljf1errequ)l-es a 'turnpike; (lj)J'es~~JII~'1ylse stl\teil~

':!iJ't;t§,~Qf''ill1'¢r<t¢h~1:~i1~mjl' tlle tij1it: pi'ice sball' jillevai!.

,;<\if]'.hid~ililt;hltffea'slliiiLi'eiii~tl\ lli'il'(!ii\g'!ll14 m~y ,ipt'biwi thdrawri fora petibd of fDrty,fjV>fli'(45J~.aO'~ '"nodii" Beheilll)e,l -.pldsili.g; date· for; 'l'ece,[ving:blds,

,():l\,NCEIXAfiOH6F ¢.(jNtRAGi;;. TtW~~1lfe n~onne.t' loserves tlJe ,'[ght t6tiijic&1 aU m,'aj\y;piiirrlf,r;Qf.ship.ped 'prb1\iptly. '[he order in'ust'pql,befilled ill,a lj;i~)¢!,price th~h'lu"ti;d ..

'Tli¢Qiiy1)fl(e111ler)'eseryes t1i'l i'[g1jt't~Wiil)ci¢,F~ljO'Qoiitract a(~liytlme.and r()l"ailYj:e~B\ln'13y1~$1l'il1g.a1'F1'll1,'n"tB:~).d[y writtejj lJoljeo'lothe, cOljtr~ctoL ." .., . ...... .

:MrSC:f)LLA'HEoaS:. ~X'@!R1:iO'illl~~ llDitiJ~c'li)SNeta11{)ITf6r ~1'¢C\ltifig'"'ti1fdjif~ ,coiltNi'cHvl'lf'r fhe~ Cll)'iiif Kellner, 'y.etr9or conveys" sells assi!lnsal1dti~'nsfersto City of Kennel',ol'its?ssigns all l-[ghts; title and. 'interest In.andto all causes o.faCtion i(lUay !lOW .pi' hei'e'nf!eracql!ireljhd~rt.he aiititr\lst·laWsofthe Uni\es.·St~tes.a1idthe Stat" of L9bisia1laird~tiug 't.Q~the':pa]'ticlilill' gooo'ol'se!'iiices pmelmsed OJ' aC9llll'e4 9yCity .dfKenner.

Slddel'S 4g\-eefu !iBfae'6yit)leor"'l(il,<miell,s;;;f;tfi1,'f8il6Whjil~j;appllcabie' 'tille-vi and VU ({fib~ C;'iilRi!ll1(S Act .fif r964,~Slllnen\led by \IJelJtju,a1 OppOJtllljjtyA'Ct.ofl97.2,E'eder~J ExeClftiye Oroor 11246, the\:FcderaIM\abilitauon Act of ,)97:3,)[s ~nWllde'd, 't11e.VieuliImEra Veterrill'.B. ReadJOsMe1jtk;sht~oee;Acto.fJ97 4, TltlelX OftlleE>lncatiqll·Ailleiidr*p,i", ,Of \972, the Age Act of 1975, abd cbl1tract6r agrees to uIJltieby .rhe rcqnh;em"nts9f rho Amorlcall,~wilh'DiBabilijiesAct of ')990, BidderalsoalP'eesnmto dis.criminat" 1)) )ts.emll!oYlnent p(abtices; and wiljl'epuersel'vlbes41ldertbiscontr","YI ithollt. ,t¢g~r<ito Taee~cQIor, religion, sex; ~ex9~roii"",tEitio!l,iiatiolJal orig('l,Vetel'aJi ~tatus/rbJi1ioaJ affiliation, OJ' dis.abilities. Any . il''it}pfflisd)j'nl!patipn c01l11)iitted by biM~I'",.6i·fajIiIl"'to OQI)iply with fhesestatlltoryobligatlons wh~n ::m:p1icible $iaiJ,;by '!IToUM~ fiJj' te,rinin'\ioncif;hiscolltrapt,' ,

'J'(~w Lc.,j;t)~tni¢,i1btioJ":renov~'fiQn pEo;Ie!i\,\, mostcoJhp 10' wiihS'¢ctibI15p;J<iftl,,, \'~tr(R,,~iiijffltatfotr tX,ct; :ii~ ·1lrn~jx4"j>h): ;i(el1Qrila'tl~elwrth '~lO A'1l'ioti\"a'i1''N'at16Jj~'1 $lmidaI'd' Institute'S; sp~cifi!:irtioll~.(ANSI.ft!:i17 .1'0 lP6J), '

lcnl;)ItIO}ti{L::RBQ'llfREMENTSFQR,TIIrS:BID . .

,1.YENDoRsWILLlmID;QUiREtlTOS'iJ£illntRNE-VERTFYA¥l'lDAVITWll'Ii'.AloI,BmS·VNLES§: bTHERIDSESPECIFlJj;]); In, aKcqr~~ll.ce )'I'riiOAl;R.$,38,~21~AQ, ye~dqrs o<ijI"'~cti"g1V\th tPe City lif·,l(eJlllel' W:!isl'sul>l11itan iIf!1<1av)fattc'.tingtojh¢il· j>lii'tiCipati(lIl ill RS.iill:u.$vei\t1catioli sy~tein 'f:oetisurethalallmnpIQyi;es i'if'tlie§tllt~' orj,A ·~t~Jeg~ltitizehs,pi' legal:i)lejis pftIl.eUllt/ell Sfales,:lliddeli InllYnse'tltea'ftld'l\~l fGrllj . . J,)ljQ'IJded . .,j,j(l ilfjii~hto t!ie,jlrilposalif ne.eded.

2. J\ioiii'ie,W\1st:l\ll:c!eaitldlj! 'ft'ee bran litter "ndife'~)~i:ilaltr~b,1f ilpon bi'>iiil)teifbllllfthec~lJ'tra6t. 1:a~~ag~W1l,)§;musf.b~ .Jieptelea~al1(lf1'<'e lif l)latel;ia1~, ~qulpJ\)ent; ~I;ddeIii'IS~.tall tunes, . P Jfl.Jjji1ja~liihl'qt¢l:ialIt!jll;tb~l'ejn6ved fj'qlD the)ob !~jtciJ~jiYbe,a\[?e stql:age wiO 110t beperinlt\eCl'ijlithcj>l:emlses, Prec~!itlpiisji\l!sfhe,¢xer~ise1{ alalLtime. fQcsaf6gll~rd :ti\e\'ielfi!reoftli~ City ilfK¢!1lJehh\(ithe iteMralpubU,,, ." '.

,3" ~,\,witJf~ilih;""!I;eeSSLOiFWJl.i;)tl.j)T6I:lh:b.Dr'~mhl1~~i~t:[iI,l~'''iv)jJ b~redu8ed J<i ~fOll1l~'i cO.llitMl an~)or 'pu .. ch~sc9rd'i;r;. .

ij" ~j~jfjtistbe'il''''¢~J)l'paliledby \l,tOiso"iil1!y. huli'! fCi,l111.qfL4 #eJ'Hjio4clt~ei(; 'i;@hf~l~,$ !iJj'll:cri~:th oMy ordel,,6f'bl dho)'., ~l"~~~le tg't!le QltyqfJ';'e~Mri,tl theglUQ'ul1t Qf 5 .. % 6f tpo t6t~1 Bid'.ljtu'biiiJ1tlijgbi'd'·eledl'Ofl'kally,th~?'. bidsec:.ili'ifO' llitm! il!¢ if! thi! forlil 6j/Jii//ioiido;'!y.No ,;ashior:s\lheck;certified .y1)eek.oJ' money order Willh'i'ilCCl1ptyd,Jlaihi,i'e tb'iqiJillJy ',¥illeause'yoUl' bid to be nOll"l(es:PMsive, ..' ... . ,

, ,

, . }

5,.Iitsi)Jia.llee ("j~tl)fibi\les:\i$'iil&fetit ,0 .. 1 egiM~ityeilpjl.tbv~tull[hj',n,)ttfi~'floh t6 the ye!id"J'. as ihe. ilpjiaf01'it'fo"" M'dl/(jl;;tilo 'lgmdbr sli§.ILcomn1ellCP "sccu1'ing ~ll :,:eGcssal'Y-:'insunit:i6e, and boirtis') if..tmy" '~ls'·r~g·lllnJ(1. :111 The bid sp~pifjcatipl~s" The ClJ9{ifioaflqn by the City of Kenller ~1Ja,1i not ptmstitute .<laep'gni:iep'R'tlje·bld, l;iillytildssllance".oTia..'Purchase otd~J' OJ' a '~:ipuy!lcontJ'~ijtconstiii'f()S acceptance QIl,the.p'll-!cftjJeCity.o:fl(enilel,"

~";.&'tptf{~il(jfffstatecdlitr~ct61's'Hc",,se y,Jifl t",Ye'l"rreilin (i..Qc6:td~ii\\e with.f"SA.-R,:S,31fl?15'6. efse~.f.llMel:sJ\l(tst ·'Wi,n,€;Jlreir.LolllsiaJ-1R' s'tate,_contrBdQr~s 'lJcense"llmuhel' on tlIe-_Cl1its~de.,ofthe bid etl.ye:lope pl'ior~t0,,"'bld stlOmisSioll,·fol" p;ilbHc' wodes' .cohstrU'cfiCn1, -proJects esti"mn.ted .a~ ,$S·Oj\bOO~o.O aTIthHiove; ltfii1l1re··~o· nlad(':ih~ 011ts.ici"e dfthe:'bid' en~il~pe ;\¥lth your. mate contract0r~S licens~ ,~l11),nber )~'.ill ¢alJSe yotlf bi.d tq ·be iip:1)1edl:ate,IYTf?j~cted 'as b~lng n,q·n..,:respoDslv,e;: In ihec?seofcillclectroillc bidproppsaj,a (,onfractor may SUb]l1it an autlJ:~nt[c digital sigl1aful'0 011 thdc1cctnmlc .'bid prdposql.accompankd by the contractor:s [iecus", I1Jmrbeihi order to meet ihe reC[uirelllellts ofthis .Pat(!gIaph, Except as other,,}se ptovide(il,V';1'ein, iIth~ ,bid di1~snpt yontain tl1ecq!)tr~ctOl~'S certitkatiOl1 and '$h6W th6 b5lithiGto\"s licenscJ1l1i1Wer 011 the bid envelope,iheThid'shall be ihiioinatically rejected,shall be Tcl\irnedto thebiddej'l11mked "Rej ected",and ~haibot,be re~a'ajQlld

'1, By sIgnIng tile !bfff"tJ\" biM",. peiii ftoscomplTance wlfl,,, il i,ns'fr~otio!lsJo., 6lUqers;'tcl'il1§; generl1J'eonifltWirs:ail,ili s]Je'cl!1eafibj]s,~Mflirtl.1er Mi'lil1estha! lileperSf)'T signi'lgthe bid is "cllrrentcorporateofflcer,iiill'tnelShipnieluner oj' • @th~r ,iljruvidu.al; ottliatthepei'sQI)is an inclivl<;lofTl aliirbdzeq tQhiLi(1 tile vendor fb')lP~Y, J1' tllehid exceeqs,$25;QOO 1j,ud the bid.del' is an. ag"!)cy,corpbmt1011, p1!lt')ei'ship, vi' otheiJega1 entit)",lI,e ]lreside!jt,Ylce~pr~sideJlt, '.~.ereta!yltreastJrer, or ,an au(hoiiz"d agel1t,siwll sign the Pl'oposal,,,,,iLsatisfactbl'Y evidence of tlie auiboni)' oftne perSall' !\lJgning fortllO agellcy,cOi'jJoraiioll, p~rtnel'ship,b·r olaci' legaJ6Jitily'sbaU be.atli\oheq to the Jll'OposaL ''F,Uul'e folncluile ;.~;~lmY .!Jftlie ~PPTOpi~~·~.!~'·~igllatlll.'e. fi~th*n:i:z.~tio.~,.lfreq.ili~'¢~)\:J~ay ;I'~s~lt i~i t.lie·'f~je,{!ti,ort:.¢.ft]le b.id: ~n.l~ss Q,id:d.·ei' 'llillCl'il!>Iripliell ;vithLa,RS;38:2212(A)(1,)(q QrLi" RS;38::ZZ:t2(Oj}' .

:t.AllbiMers "f01'thc.ccihtrriits fOJ; pllrc11aileciMliJferialS?rid. supp'Ues ar{dl'bffurnish ariilinslall.u\ls[. cOll\plefe?nd subiililc ,¥lith their bid the ''Non,CqJ[usian.Al'fidav(t'' FOrm "ttached hereto, ..

fJ. kllaYfi1~j.it b9ittl wi11gereq\;;ce4·r~(~ls\,id.'Trje~ii)Qtili~:b£the j16bdwiIJ .100 50% of the Coh\!:aC!jli'tc"Jlrlii;$il' ...... . ,&therwjse incl)Cat~dJl]'the techl1.ic.aISpecifjcatiOi)s .. The ,,[,cb~ssfll)biddersball SllPP\y the paYQ1eolbol1f[ sball U!>supp[ i¢(i tothe,.Pllrcha,sing Dep?rtmeni. .

1'0, )h'i\J:,m·'ii:S.38i:t'ji21!Ir.cir cful1lgef!/'lleJ'.fofl piibi;d W(Il:kil!¢ll¥J'iicliii'iif ,,",(Wi"flef (pi' Il1nteiWsl'mW's(ipjlli~ . ,,'.~', ,. .:. '. .. : '. '. .' ..... ,. ~ '.':'. ' .. '.,:., ... , ... :, ... ,.. .::" .: ': .... , . , .. : . . .', . , . .,. :. ,:.', . ,:., . ,., , .; .

~if!!iidr ({({d~ {Ill. fiih~Uaf.·of t.¢h' p~i.'~eli.101' ,1wii i!f i,,~·q'i'!g(lt(r{Cf!./~iJ"a.¢{ aJi/~~I;~t., uhe/ H4i i~/i iltldifio~?dritl1!'rJ.lfjlt."lr;ilrl.eii$l ~~liNlOilfial!dc(([J1lal'S, sbiJll be j·ec9I(rf~d;;'.l/ie.J!fiJJ'(f!age O[ftdii'ififieJeffeJ'S111'l'mM! Cle,ko[COlli'T,

il ."J"eNLSA ~lt~, ~8:2227, the si1t6e~sril[~t~de(onrhe ab?y~e'.l1.ftledj)uhn" WOI'k. p.r?Je6~aft'eiisfu p~§tcl;n!1(~a). . 't'o)tViction? if any, 'l'Jpon r~!i!'iptof'notice ofi1idawal'i1,dlcsncte.ssful Pi",j"i' nliIs.N!i.clos~tliis hli'ol'll1a!j~u'withj,j te.n (iO, husi.ll';ss iI~j!s.

'I'RES,E'{iEN'E'RAL .SPECtrrCJ\.'TIONS!\:ND .!NSn~uCtmN$ FORBJfDDERSRAVE B.'¢'Ii\N • ,.' ,.,. •.. ..~ .'.'. •. • - .• , . •. • . ....'. '. , • • • .• ' ; .•• ',., '. • •. ,",' , ".,,, '''. • ..• " " •. ; 0·' • . ' ,. ,_. , .. ; ••

lillVmWED AND ARE HEREBVACKNUWLEDGEDANDAGREED urONUYVENDOR :ltURTRER!I1'IJRE,VENDORHA$ READ j..tU)l'mRimY: fi,(XN'OWLEDGjnS ANY AND ALL ~S1JRANCEREQDIREMEN'lrB. Al'TAGHE])I.lEllliTO TI;U:SBIPMI)fIA,SJi'A,CTO.l.lEI) suei!' ~OSTS INTO TcrrAL:aID J,>RICE:

7 0 1 7'1

.

;rJtfli.lJidl11'l~f be $\gned!lY. ilrl ~lit!JO\;i~e!fr,epl·es~)lt.l\#Yl)l>fJhe~o~p~nYffi';!l~Idl''lli~ .~i1 ':p¢¥l!'lllf;· ,Si nin indltat~sY{)llhave i'ead and.com lywitli the in~tl'U~tiPlis ai\dcolldiHons.

i i !

.,[ ;,

u,

:E1.§QERPT FRO)ll!'MINUTES Ol'MEETrNG oFT\lE':BOARD UPDiRE8T0R8911 : 1 I 1'- ,t' ,

==~",-,-r_, ;;t,k:.~ t;:;<~\ .. E!:_f.:.'''"'''''=-J ;..-,-~'cc;;,,---,-I:c"l~-j2:.~'-' ~~_,_~~~~ __ ~~~_~

,Alt''l!i;IE~i1littiOf'D\RE('/l'Oi'$ioyl-f C, h., t;:,,-.-h W" .,'.r .' )

;e~limK)N, . ,i'1i) C\ "!~?, ",d ,,'ia l 7 ,Al;2UQRlIM BEnTOTJ-lBRE,)?ISESENT,011'Nt¢iTION )JULY M(\btlj;jIj

',CONsTiTUTED lmw DgSi01NATIIDAS'AGEm~'An-0RNEyc!1ilFlij:):tkiJ):rME· <::01tPQ!O\TIOl\f W!rH FUeL POWER

A1l'DAUTJ'rORITYT@:bCTP1N:ll~lc)'A'I,)j';QF'rfJA$(?QIRK~Rf,TION.' IJ:'tM':LNEG$n'IAfj()JjS,BIl:ibiN<ii,e0~!C;EI\NS'A'f.!b

tRlli)tSAC't'lONS'ilITH'i11,E CITY 0 l' KENNER OR ANY OF [TS AGENcIES". DEPA,1l:tMENTS,EMPtiJt'EEsOR AGENTS;

~lNl'lt@WBJliiIJi1,(O'i(b1MiTE)J'Td" -THE'EXEOUTION'QP'~M,--aIJ1$,PROPO$j(!;S; PAPERS,. J)oelJ)II!ENTs,

4&j;jp~YTrq:,~ONDS; $Vll-EJ'rESj ,cOiitpJ\CTSj'A'ND~G,T$),*p'r0t1<tifi:ErvE A NDR:ECEi]!r'tJl'ltRE:tiijRE;.A~L

i!'iIIl-CHASEQ)ti)ER~J;NDNO~E.S'j'SStJEfj'jiiJR$:\JA1ififfd TtlE"pltbVISIoNSONANY SUcHI'lID, PRopt)SAt,OR

;C:;!)NtRAGT, TI-lIS cORrO'tt'A'T10f'i lilEl12EJl!f'MClI''1'lU!Q, flI'RQ~5,i:GiONllJJli1\1lNGi;A'NP }(CCIlJ'IlNG'fl'i¥Olif 'AJiflP. , , -", '"

IHE.RBEYCERTIFY'TNEP()RECOI}iG'l1P::BEA.1RtlEANWCQR!{$Cl" 'CQPy.oF FoN. E4CEp;P1'7QF TH[';MIN1)TE~O.F :n,IE AIlPVE PAlCED 'l'(IEEI'ING OF THE BOARD OF Dlp;E8TORS OHiMD C.oRl'ORf,TIoN· ~i;fD ;fHli:SAM~ HA$'N QT:i3EE'NREVOI(ED Ql{[(i:;CINPED, .'

~(

:§li!§:w-r:AK¥ -:-<:

-Ii 'I

~,

§T ATE OF LQP!$-iA'NA l'ArusrclQFJEFFEll.SDN

''):!BPi;JRE lylE, THB'Ul'lbERSTGJ\TEtii'6RSONlffiREBY CERTIfIES Tl:lATHE/S}!E l,tTHE FUlXYAl;ITRoJllZ.ED

(HEREIN REFERRED TO As "', _: __ :P{>esr-~le~·d" . _ , ._ ' 9.F.,._rttlJi,~ t¥t'te.r{;'V'jl~2:..$,,/Y](". "'-;~i~tl~ 9fpetson sIgning b~d,forrp!pl~~5e'pl:.int) (il~mW' of"QQtopany{plt;11:i>e pri.l1t) .

• i'&iDDER"} )'HEBTDtiER'lNTENDS TO SUBMjT i\'jjflD FOR N e.cJ?iI'; Tl "j #,}

Wiil~Blb isbvETq BIH{BCElVBiJ'BY1}(!1 ¢)TVPF kgNifE'il?otl c<;)u,;' 7

'XHE UNDERSIGNED PERSbr;rF\JRTHER CERTIFIES' c{ioid duo.d~teJ

THj\oTTl'1B B'JPDER BlYfPW)'E!JN'C)PERsoRtbRP'0R,A 1'1 ON . FIRM 1<SSGCIAT!Q1'[ ORO'nJER ORGANlZATIPN, BITHER. Qlf'EC'lJ;V.OR iNDIl{ECTCy,'TCYSEGURE 1:f:JE PUBLICCONTRACTUNDBRWHTCB

. HEMAY RECEIVEPA,YiVIENT, OT)-IER THANI'ERsOJ~s RECJULARLY EMPLOYE]) i1YTHE.~JQPE)?i, WHO.SE SERVlCESiN. CONNEimON ,WITHT11E CONSTRUCTIONDF THE PUEiLlCBU1LPING OR PRomCrOll. IN SECURING tHEPUBUC CONTRACf W~REnNTHEREGULARCOURSE OF tHEiR IiQTniS POR BlDDER ANP:

{{i) 'TH1'ITNO l'ART'Ol'''I:i'J)i'iql)'hltRACT PRICI': rU:iCE1VEP BVB IQDERWil:SP ND QR"?{!L(/BE'PAriJ'tt'I:AN'il5 PERSON, C;Q(lPORATlo.:N:l'1RlYi ASSbCJAtlON.0R OTHERORq'ANIZATio'NfQ\<"SQLlc;ITINOnlE 'CONTRACT,OTHERTI;lANTHE PAYMj]N.tOI'TfTSIJ~ NORMALC.o,MPIONSA'nONTO f'W{80NS~QULARLY EMPLOYED BY TflEJlIDJ)ER, WHOSElS~RVICBSIN CONNECTION WITH THE C0NSTRUQJ'JO'N01' THE }'\JBLlCBUltIiING OR ]iRDJE9t ,WERE INTI'IE REG1.U.AR CQOURSE DF THEJRDUTlES FORj3h:JPBR,

(~)SArDfirD'ls'tEl'l'UINE AND'tBE IlJtiDER wAs NOT qQ~iXIQED,{=ONSPl8,ED PRAQREEOIilRECTLYKiR . TNQJRECTLY WCHI ANY OtHER BlDbER TO. 0EFERA SHAM bE, CO.r"LUS IVEBlP,

H),'SAtb i'ftODEji,i!JASc'Not, IN'AJiI;qMA NNIlR D:rl<)':CTJ, Vbll,I'NPJREC1L)c:,AGREBb i¥IT~1A:N't6i'HEj\,I'ERSQJ\!' "f"O'FiXT'HB e10 PRTCg·OFAFF1ANTOR ANYOTHER1>'J'bbER, PR TO,FIXANYOVERHEADPROFITOR cosy llLEMENT OFSl\ID BID PRICE; 0KTI1ATQl' ANYQTHEJi. BIDPIill,OR TO. lNPUC.EANVOTHER PERSON 1'.9 ~FRAIN FROMBID01I'TG. .

~5)$Aib Bib ISNQ'ttfn'fN1;}'EIlTOSIlCW,S ANlJJ5fFAJRAPVAl'lT1I'GETiY'BEJ'iEFIT r~OM tRE qTY QF 'KENNER OR IN'FAVOR 9)'ANY I'liIlSQNINTERES:T)3P Jl1 YHEI'ROBOSEQ CONTR'\CT:

:iij>~A1;;I1STA:t)il~'fs,eCG'N'fA'INED:rNSArt5 EIDeMit TROE ANP9QRREGT';

·(jjl1EITHElfAffU<NTNQRAm WE.liI11lERX1!lmS·CtiMI'AN'Y .RASD1VULGgDINFoi'<MA:nON .RBGARDl;N<:F$Ni:l BlIi'OR ANYDATARELA,TEPTHERliTOTO'ANYOi'HERl'ERSDN; tnt'ViiJRCORPORATIQtT,.

:(~} . SNP BIPDtlRtr0.E§lirotl)Wl'ii8.$MB~Wi\*j,AI, 'l'rNANCIALINTERE.$T1N:t\NY FIRM. FuRNlSHING 'r,lATEll,IAPOR'tfiECQNstl,l)ctlON OF j3I]jPROJECY, .' .. .

'SWGll.ftwQJ\'NbsUESCRIBED iiEFoitB ME;TBTS 5';: (/ PAY OF· :;/,i,,~ "/,,.'20 /'i,

/'

:,:/~: .. "j~~.:<. // /,~'-!/2:":';':2f;V 'il,OTARY ,PUBLIC ' '<. ,.~ j

-:"''';-' -'

J~ "'['1" :i;,,+cr~v"It';lvlc'~, .' 'fdAMBOrC;oK1PANYJ~L ASRPRiNT)' .,,,,,'j':.':l,;h r':l!:~",

... :}c-=ccc /J-Ll~st;;;:~;;::?·;·::'~9~:>. :i@hl'If!G1i.rzED 31GNATURIi <:l' :/

oAVWJ[lOAVlEt Jalm~}J~~JJ~.!\11\t SJili11~Yel'lUcailbll

ST1iTE OJF iLOtl1.§I,\NA . *Aj,{[SlJ[ OF JEliFm;IWoN

(1)' rtj'(lfb)i:!d~, is registei;~d all~ll!aj;frcfl!a'tfs lfial\flitii1{ yjiijiffjca:t101i 'Iy;;t¢m to yedfy tlw;twl 4JiJlilmY~:"§'~l!:ithe S'tiie 0fLoliisiari:it"t",legalci~~l1s of khc;Unhe4 St'ltesmareleg[(1 aliens.

~) tll,at biclqe'['sbiII cgtlthlqe; l'llltipgillejerr;nnf'tpe corih~ct, tQ ;qti1i:z;~ a:·sra~u$veri$catrOti sistemt()y~tifJthe1egiil 'stafusdfallliew emplqyees:ill thestilfe:ofLol!isiiiil'!.,

(f\0;:t!W},'!1it1del·'lih'iillr~tJ.ulg~ a!h't.rbcol1t)'l1:ctors to. oJlbllll(tothe biddeta sy;tp1't!itffl4ayftvel1fjirig oomplian¢e wlt!l$latemel1t,,/n (lPo. (2)., . ."

J'lWORNTO i'Nn.:SumlC'R.IBED J:j:EEQ)<.EMj:;.Ol'lTH]S:'- c ,.,'

~~Y-~f /1}.A-,~/· :~,20;/-'T~

. --,--",'.c-", y'- . ,',' " > .r/~·:.:;/ ,,,,,:::>~--,,

//:i-'--' ,[.-.h'<.r' :'.-):" .;:-

~'< NOtARY'litn3di;:~\

:¢toa~d: :~7§79,!!.i1 1fH<;~ ~ >§.;m:O: .. lQ{¥Qfl)

,;

-j :~

, '[

I

1

, , I

I i

'"".

!1'lyrtA'rioN'roiHD

',IfS)(fj{ (iiv'~mNN]lJ:R

,I aOIWIL~~!;~;.~t';;~ ~~i~~E~'~UiTE 302 KENNER"LA 70062 ' , " 'so,f46S,1161. .

Bill Ni:o.l'1~IlM'I 1I1'lfil)esCl'lpll"Il:FlIrl)I~il11lI(i )th~i~1I New 'lP''faygrinmmEq'!l:ilPm!in~lwilJPo11l' fifJP'Iiice;~f Aliibllm;?i

:r1aygr",;i>1Ji, i!221 Pi.hibilmll Mel)u~,JKe,jn1l,,,,,:l.A 700;]5 :IitlM;QpMmgD'~:1Fhur~!Iay,M'l!lY 4, :2IH'l .

:~1'ti>fP$[:WcthJi~t,J'I:!lJiti:(l;rt:E?tBD

>'!9XEli(JNLY OJ'lR (J)B!.DPRRVlt\\tDOR !s,;. Lt6:WEn. ti\\lt¥lllli'Ws !lV1tlTTEN IN INll"UifrYPEWl~rt'1'Ei'i:\)!iN[j Ji',ROPERLYSIGNEri lilY AMEMllER·OFTHEFIRTvl OR AliTHORiZEI) REI'RES8N'rATIYE,WILL liE ACCJ;;PTEj), ., ... ..,.. ,,-', .. ' -' ,..' .. . , , " .",.",. . -,

INSTR1.JC.T!ONS FlJlr)lIDllEr{s' .fmi\!'OLL01VINGrNSTRUGTIQNS ArPLy'l'g ALLB~

•. f'LL'BlDS'SBBMl1'IED AR.B SllSJEC'j>ifo/i'HESii'GEN'ERAL cor-itiitiONS, iWbj'!'iONAL REQlilREMENTS; AND A1':IY C$PEC[AL CCJNDITJONS AND SP ECJFicATIONS,CONT ArNED.llliRETN,ALLOF WHICH' ARE. MAIiEl'A RTOFTHE,BID .!'ROPClSAL .. ' .'. .... . . . . .' . . . ..' .

. ~;fl"QN'SETQ J'NVITATIO]'J:lllddel's, whoal'e Ll",{hl,,'to hia on thi~!equest;ii'feUsked t6 stareyoUTre'$o~.l'bf "pt . j'jifjinlttijig g ti,d bUtbi BidI!orm and VeJUl'lllho saiJ)~iq'tIlj~ office before bid operiingdate.1Fallure!to .dil,~o may result in

'Your jJame being lem.6Yeq fron) theYenqQr list .

Q'jesll",mon,thrs.blH aretp 'be ,t,jx~d"fo(504)468'·66~Siji:rhf!j!~;fliititFWg:f5) working da?Sprlortoliif[dMJ,lng. 'I!~¢:#,s.~ l!~f';tert"e\Jrd,'numberil1 ,aIi req1,lests. . . .. .

,.i.\1jjF¢Oi'oh'¢llilMto P!li'fiofu;ofthcjJI,j fOJ'(il t4i,ti;lt!'¢ ~.lf.mi£!~tliti'~y;tl!eJi~~qei·musfbelnlffaled.

TheOllyof"K'ennef ieSet;v~s.tj'~ i'ighito accept 0]' reje.c\ anygnil ali j)ids, w,y;rh'ufe&l'jnyatt,"!laf"1~jvc Xn[(l1111aIffies. '!1qwwer,lh~pro>dsions and. requiremeiits Ofthe.Lotiisiana.robJicBidJaw, tjlose stated' in theadyertlsempilt forpids;Jhilse .rt<lvjdedill'ihe~idf01;ln «nd WI'jtlen sl'eciflcafioJJsihallnoi.beconsjdered as informalities ai1ash~li.n:ot be wi;)yei!.bl'the '!:'ity orl(¢illier: ..

The;Cl!:.Yof L(ellri ef wJJ1' ac¢~pt (iii'itp,'te'ffo\\ \\\i~~ . [ielfl' nlll¢ssbili~t'\Vl$eil\dic~led, itl'\'~ !<j1w.gt~pilw~fi\)"o/"e~lI1!"lYlfl r,~su1firthidJ'<6eciioll, .

W)19J·e.brand)lam~§~hdst(ickl1'tm1j~s·al·e. 5p~"'1f,ed, v:i~ fox.illecPlil1:lose(.>¥esttfl:>lishlng be\Ii\!i'i'fh~f~iii'il'i#'~frtiii\\ifij'~'Qf [email protected];· IUds f11iiY b.es.ll1imJl:\eq fOI: pt:oPUjjtS .of eq1li1! QPalityprov'idiiti1,,';md'names and siock .nlIUibersaj'e specilied. l!;oi)Jpletl' pJ.'o.Pl!pt data of ¢tjUaXp!:o dilQ [S\in&l pe l'e~lIji·"d pdQl'tQ aj¥ariV .

\J\,1("mafu,,1al s fandlQi,pl'oi! u6t~ Uill§t'b~.,iew ~)1(1 ofcl1lren rmajl~fa9t(j1e\,mIt<i,5'$c\:itiiervfjseC~t~d:. :4!il1'jJi;o'd9"1 1)1' ~ etvl(j~" :f!ii.;lsh!il!confqrm to a.1I applicab1ecfeilelfaiamj state i'aws'i>l)d regul!rt!ons,'anil thesp"eCificlitic;ns.cot)tajr(ediiJ the ~(ilkitii\i6n; .

l'lieEl\(i!1l&~i~hiir41i>y ,~lvcll t6. illateMrs; s[(ppi)e:l iil}dp ro"isiopsp,bdl)ced, mrtl)tltactul'ed. 9i'gtQj¥iJ iljL.b liis (~l1if; qtl~Hiy o~lill§!eql!,a1·l:0·8cti6:resol'I\::l·ed 1})'coljipe·~joJ~o\ltsioJetljestate. Vcndotnwsl req)lestfhj.spr<i~i'''tN.ef(L$A·R, SJ38:.2PSi. &4Ptj; ; . . .. .;. . .. . . . . . . . .. '..

AW~'0tl¢ONTRACT:¥he eIlyof!~?l1n .• r J'esel"ies't1r~1;1:l,b.N"'~watd,colilract"",pj;laim6ta.ers"vitil ihe·JoweSf xi)'sp!irislvo b iii 96]".Q n~I11\n p,~tjblqi iUdhMuaj J\~,i11p~sIS~f~ LIp], ~b lriblgafjoll!;SSpa11iniisJudgmelItJle inih e,hest'. . . ini'erestoffhecfiY.,41iYarp<;wiII be l1as¢d on ¢l1mj?H~"c6Wii[i.thespepifipatibLjSaU{{W~aeli;v'fYlil1.4ior 9c)!ilplet1911 date,

;Ajrord~i~/se;!y[ce:lm\)st Pe' de ITW\'eilfpl'ovm~d.within·'·ili<1 ~ill'i~'",PSQltt'e:diil) jheB;dS pediflcalionsc

~11.T¢ES':.AlT1Jifbe$.§hlif,tp¢<Ij~jjl~y~\.@~p).ti~ 9'fme~p,W~ srreoln~l, ~ni!'!JnresS;t'\tJ\1>l'wjse '~peQifj~~d; slial! be. exclusivei)f' "Sf1lie ~B.dl';"rish ta"es .. Ascpei' LSJ),.){S ,!'7:JOI \J\seij.,.IIgl1ycj'nnwittaipodl"s are exchid~dfrOl\lpaylJ)el1!of :;ates lax""' ~o;arty:LQuisjanata"rtig bodY. . .

'J;~~i}:r t:<it~ ~ 'Il,BY~Il~il~

'.,-'

t.fi}f J'iO'Q)lrrient Jl$[Mi:

IEHdBond ;R~OW A':D;t, M:EN iE!"Yi :'ihlESE ,1?EES);ll:ji'ifs,. th",i; ,we; asian Enterprises, Inc" 1 ;eJiiA,b Bo;>" iL9,,4:9:'5: f ','Si-Ei'W'; ,brlean.si.c' L6uls.-iana ':7!.Qjtt:'t9.,

as ';B';i:;-~nt'ipal ;b:e:r'~4 tfa£"'=-"e;:G" Gl~zi,l.ied, t~he~ P!r3l.'1:H::dlp:aI.,"",( :~,~ttd, Dihe q:t,~~r ~'?A~'it~:.t!=y '& ;·s:frr~~~;:":.EoTIlpa£;_r~"·&ia;~5 ':~:~'-E (iau:se:W'a:~ i¥:pp±6ach, ·'M§.ndevi.clle,. !.6.1.i'isi.an:a -70·A71.

"'~ iq"1';J>!l>",,,,~iQrl duly 6~\\i,_£z'e<i 'tind"", til'1'e ~j;aws, <:xii 'itJ1e'

.,b~t;S:tK!;'AH~"relnaf'ter 'call:e,a; tlfxe 'Su,re'ty, 'are beta.

,;;(5 ,O:bi:i:-sr.ee'l her-e'fnar-t-,er .;,c:at:ie.-a ·t'ne' 'Qhi±,=!"ee f in_, -:1tihe·'

p:~~~~'e :9~ ~;e~~$;_~?t.;~p'~o EliI1d: f ir,m,i y :b:b1Jaf.d! ':i1'b:d7d~

Flve'''erX;el1l!'{?'o/~r of th~Tbta! Ambunt B'li!~""""":"""-"'~"">':~~'c"''''PC"'~'''",,~;:'':b 0 liars, , " " ", Xor ~~~ :pi:i),!h-elit ~d~f"w.hi~_~_~_suW w~qJ .. ah4 ttl!:ly to ~'h~ tnaa e~ th.~ s:~Jd,:PXiJ,1c,ipal WrQ .~h,e, sai ~l S\l'(~tY~ )ind ::oti:r.s:'l~liie:si ~~:Ur h,eh's, -executorsi, .. a.dinip.ts':tr~t6i$~·Al¢,ce~~9r:s ::and: ~'slgns,.J QiI~.tly ~4,t{ $'evet~lJy:, ffrrtllY by th~$e wesep(s;

tmEIl;fl1:li$" tjii;§ lE't'indip,al ':hiilcti i~iibmi ttE\d 'abi'd ;:E'.i5j!,B,~a ).tiL 'X7~'!:1:3 97" :~""n.kSha.nO;l,ns'ta.tl ~"'W j)';La'¥grC)'-1n.d $q~l?ment ,and ll'ouJ:'~'j;'n, Elace' .at 'cll\j;,~1:!~m~ naygroun.¢: ,4221. 'i>:t~i'ma i~1t"t*X;ge ;i.ferrrre't ,jt,l).7Q o~~

:,mQ~h ~f:tEE:~-Q.~~'},' )if' \:tre; Qi?1Jg,~'~ ~~~tj" f:!:f?-cept', :,titr--.:hi;~ :~~ "fp:-g ~?J:).1?-c;:,~:&,~1 an.d ::the )?d.nc~pa.l ~hgQ;';( .en.bi'g~: ,$f+-t:::Q .:,a, ~{~'t.hP;~~,1t. ifiLt.h ,the ;Obli,g-~e:_ in ·~'b.c::O:t'dan9-e_ ;Xrl:ttp. ~he t:~ro:~ );:i;f ;,$,uch, bid, ~~p:d' -giVe :moh band, :0:);-< 'bonds ;as iR~Y' _be- :l.;P~~$ea.:, .i-h :t1J.e_ .h;i:~d.ins tir, ~.~:n;~r'a".c;e Do-cTI:me-nts- '!;~d;'th g&i;pd ~illid sUu,ic:ient ~ety, ro±,'-£Jie

:~~!:~:!!i\~~f~:~!:. '~;~~::i~~!!t:;p!:i~ti~;~tJz!l'i!~~~i:ir~~n:;~t!~~m~f~: :pgp,<:tl,ty 4-e:t;eof, b'!!t,..-een" the, ?nro_~n:t sJ?'e'p'i.f:i"e,d ,in, ~a.i~,_\biQ ,~ ,_9V-.P: ).-,?,pg,er,.-'arm;nJ,nt :(()~ :",}~:j..,c;h 'rtP.:..e; ,p1:?l}gee, ~ij1,g.'Y, ";in ,g-po-d .fa.it,ll'con't~ac't" '~li"tl"t ia,~pthre-r; ;E>.a:ity ·to :'P'¢.j;#cipn., ~:ffie\ WO;cX; e'~V¢r.e"4 hy,- AA'i_~ :p-id, ;we1.\t::h.er 'the Qoiitr<;lctor: nor 'the'. ScH.'ety :utider i:.'1.~s boricl and. bid. to' :.whiCh :Lt, .;i..S., aXtacred ;iirill ,be JieTd: ::eesti,Q:rtsiii-v.8

i~~i*~;i~,~~;:~~it{=~~i'~~\:~:~~~~;;i~E;iS~~~~:=<i:O ~~S~;t6~~~~;~:6~~~1~Y:~ :t7~ .,<,,,;'0

g,ll)i Ii.fIlflAY A!'J'.'i'

r HAHN E'ii!TERPRJSES, iNC,

(~i.h.-qipi! 1) {Seal)

'.(s:u:ce-"tj) , ."l5fii~i)

{

" THtG.RAYCASUALfY'& SQRETY CO.rJlPANlY ','-c_" ,,_,

,y!Q,b.Ft"lb. l 1,0" dq ) <;c"~''C'C-~'''--i7 __ i ~';. c;-~,,;.,-: l:\\brrlia Toqps, (TiUe) ilouisiana Ag'$M ,md

,Att6rriey~ihi;fatt

" a;.i:;i,: r,i.-CiQPV,!;E'N~ ib3JiQ ;."; ,~!;AA ~'O~tI- ,-.; 2O.);i '0,' .\.' '-:Rl':.it,RUA.'lt-y. ;t,~"tO,;"B,D' ' .. - ,TBE ~,~j;:~-;rrQjuf iJijY:SJ1,;Pr::U;t'W P:f:>~l<.'?H-wl)PLe':f§:" i3,3'5 ,~:,/l-,.; )~Jrei'_!i ~d1"" lllt._~H:IL~G'r9F~" ';p::,.~", l;2;9:'.O;Q~;

"19)

COUNCIL CAPITAL FUND ACCOUNT FORlVI

Date: 3/14/2017 COUNCIL DISTRICT: 3

ITEMS REQUESTED /DESCRIPTION OF PROJECT:

New tot lot at Alabama tennis courts.

ACCOUNT NO: .3a4(]()tf5- 5323

INITIATING ADMINSTRA TIVE DEPARTMENT: . Parks and Recreation Department

'3. - I~- t7 DATE

L/j(;b? C OFFICER

~ DA E

3~/}; 7 , . DATE

THIS FORM MUST BE USED FOR ALL PURCHASE REQUESTS FOR COUNCIL DISTRICTS AND MUST ACCOMPANY SUPPORTING DOCUMENTATION FOR PAYMENT.

SPECIFICATIONS FURNISH AND INSTALL NEW PLAYGROUND AT ALABAMA PLAYGROUND - 4221 ALABAMA AVE.

KENNER, LA 70065

The Kenner Parks and Recreation Department requires an furnish and install of Little Tikes play equipment and No Faull Pour-In-Place Safety Surface/ or equal to be installed at Alabama Playground located at 4221 Alabama Ave.- Kenner, LA 70065

This equipment shall be new, of current manufacture, and must meet all State and Federal Safety Standards in effect at the time of installation. Any items appearing in the manufacturer's regular published specifications furnished by the bidder are assumed to be included in "Bidder's Proposal". Any deletions or variations from manufacturer's regular published specifications must be outlined in an attached letter. Minor deviations from these specifications which do not impair comparative functional equivalency will be accepted.

SCOPE OF WORK: Furnish and install No Fault Pour-In-Place Rubber Safety Surface/ or equal as stated below. Furnish and install Little Tikes/ or equal playground equipment 2 to 12yrs. as stated below.

The following list of items is for reference only. Any certain brands or item numbers are used to denote the level of quality, play value, and product intent desired and not to restrict bidders to a specific brand. However, any deviation from the actual specifications of the items requested MUST be submitted with bid on a separate document labeled "LIST OF DEVIATIONS" per item and be accompanied by the required specifications and installation instructions.

POUR-IN-PLACE

Bidder shall provide and install 2,244 square foot No Fault Pour-In-Place Safety Surface / or equal on an 4" concrete slab. Shall be 2 %" thick to meet the required fall height. Shall be 1 00% black and trowelled to provide for a resilient, seamless rubber surface installed over the specified rigid base and composed of premium quality SBR and EPDM rubber mixed with a non-flammable, non-shrinking, one part moisture cured polyurethane adhesive as recommended by the Manufacturer and capable of bonding to concrete, asphalt or compacted stone. No Fault Safety SUrface/ or equal shall be stable and slip resistant to comply with, meet or exceed all requirements set forth in the Americans with Disabilities Act (ADA) and the American Standard Testing Methods (ASTM and Consumer Products Safety Commission (CPSC) for manufactured Safety Surfaces as detailed below.

• Binder for safety surfacing shall be specifically designed for use with rubber granule material for outdoor installations.

• Binder is a single component polyurethane pre-polymer formulated using a polymeric foam of Diphenylmethane 4,4' Diisocyanate (MDI), Amber Viscosity-4500cps, NCO content - 9.0, Density - 20dc-68, PCF Flash Point ->390dF, Elongation - 550%, tensile - 3900 lb./sq. in.

• No toluene diphenyl isocyanate (TDI) shall be used. • No filler materials shall be used in urethane such as plasticizers and the catalyzing agent

shall contain no heavy metals.

Alabama Playground

• Weight of Polyurethane shall be no less than 8.5Ibs/gal (1.02 Kg/i) and no more than 9.5 Ibs/gal (1.14 Kg/i)

• Color tinted binder will not be allowed. • Only 100% shredded styrene butadiene rubber may be used. • Strands of SBR may vary from 0.5mm - 2.0mm in thickness by 3.0mm - 20 mm in

length. • EPDM particles shall meet requirements of ASTM 0 412 and CSA Z614-98 for tensile

strength and elongation and ASTM 0 2240 (Shore A) hardness of 55-65, not less than 26% rubber hydrocarbons,

• EPDM shall be peroxide cured with an EPDM content of 26% and shall include a processing aid to prevent hardness with 26% poly content to maintain dynamic testing characteristics, weatherization and UV stability.

• Size of rubber particles shall be not less than 1.00 mm, or greater than 3.0 mm across with minimum EPDM content of 25% by weight and certified letter from Manufacturer stating this content. All rubber shall remain consistent in gradation and size.

• Strailds, Shaved, Chipped or shredded rubber is not acceptable in the poured cap. o TPV material shall be angular granules with Shore A hardness of 65 degrees A:t, a

Tensile strength equal to or greater than 3.0 Mpa, and an Elongation at Break greater the 400%.

• Size of TPV particles shall be not less than 1.00 mm, or greater than 4.0 mm across.

Shall meet requirements and recommendations of the applicable portions of the latest editions of standards by the American Society for Testing and Materials ASTM-F-1295-95, and the ANSI "c" Head Form.

SYSTEM:

Color: 1 00% Black

Base: To be laid on a 4" concrete pad.

Mixing:

1. Polyurethane binder and SBR will be mixed on site in a rotating tumbler to ensure components are thoroughly mixed and are in accordance with manufactures recommendations.

2. Binder shall be not less than 14 percent (14%), no more than 20 percent (20%), of the total weight of rubber, and shall provide 100 percent (100%) coating of the particles.

3. The SBR and binder mixture will then be pour-in-place by means of screeding, and hand-trowelled to maintain a seamless application.

Alabama Playground

UUie Tikes I or eguai playground equipment for ages 5 to 12 are as follows

Material All materials shall have a demonstrated record of durability in the playground or similar outdoor setting. All metals shall be painted, galvanized, or otherwise treated to inhibit rust. Black steel is not acceptable. The bidder shall be responsible for all labor, materials, tools and equipment to perform all work and services for the installation.

Hardware All required hardware for assembly of the structure shall be included. All fasteners shall be18-8 grade stainless steel. (300 series) Capped lock nuts which cover bolts ends shall be included. Tamper-resistant hardware is utilized on principle clamping mechanisms. Special tools shall be provided for assembly and maintenance. Clamp connection disassembly and slippage is eliminated by using drive rivets. Physical locking devices are used on all e)(posed and accessible connection points, such as lock nuts. A nylon thread-locking patch is applied to certain hardware. Liquid thread-lock is also used to hinder fastener removal

Installation Instructions Explicit installation instructions shall be provided which will include a detailed top view and footing drawings plus written instructions to assure proper installation of the equipment. Maintenance guidelines and inspection checklists shall also be provided. The provided installation instructions and maintenance instructions shall be "project" specific containing component information that is part of the playground design.

Plastic Caps shall fit snugly into 127 mm (5") and 33 mm (1.315") tube ends and shall be injection molded Low Density Polyethylene. This plastiC shall be stabilized against ultraviolet (UV) degradation and shall have color molded in. All caps will be installed at the factory and 127 mm (5") caps will be secured with aluminum hammer drive pins.

Aluminum Caps shall fit snugly into 127 mm (5") tube ends. The Aluminum cap shall be made from SAE 413 aluminum with a minimum wall thickness of 4 mm. prior to insertion into the post, all caps shall be painted per PAINT Specification. All caps will be installed at the factory and 127 mm (5") caps will be secured with aluminum hammer drive pins.

Paint Primer shall be electrostatically applied and cured in an infrared oven. Paint shall be an electrostatically applied polyester TGIC (triglycidyl isocyanurate) powder coating which shall be cured at temperatures between 400 and 500 degrees Fahrenheit. The thickness of the combined primer/paint shall be between 5 mils and 11 mils. The polyester powder shall comply with ASTM standards: 0-2794 (Impact Resistance Test), B-117 (Salt Spray Resistance Test), G26 (Weatherability Test), and D3359B (Adhesion Crosshatching Test).

Rotationally Molded Plastic Parts (ROTa) shall be molded from linear low density polyethylene with ultraviolet (UV) light stabilizers, anti-static guard and color molded in. This material shall comply with ASTM-D-790 (Flex Modulus), ASTM -D-638 (Tensile Strength), ASTM-D-648 (Heat Distortion Temperature) and ARM-STD (Low Temperature Impact) and rated UL 94.

PVC Textured Poly-Vinyl-Chloride coating shall be an average of 3 mm (.125") thick. Poly-vinyl­chloride coating shall be oven cured and textured for added traction when wet or dry.

Alabama Playground

Hardware: Bolts, Nuts, Screws, Threaded Spacers, Washers and Other Hardware used in the assembly of components shall be metric stainless steel and tamper resistant. All necessary hardware shall be provided.

Deck Clamp assemblies shall consist of two steel half-clamps. Clamp profiles shall be designed to eliminate protrusions. Clamps shall be die formed from 12 gauge HRPO steel. Clamps shall have a 6 mm (.25") radius rib formed in the top and bottom of the clamp for structural integrity. The clamp attachment bracket shall be formed from 11 gauge sheet steel and shall be welded securely to the clamp half. All clamp halves shall be zinc plated, yellow dichromate coated and phosphate coated before being TGIC polyester powder coated. Tamper-resistant fasteners shall be used to retain clamps and shall consist of MiD six lobe socket head stainless steel cap screws and MiD slab-base Tee nuts. All clamps shall be provided with aluminum hammer drive pins to protect against slippage.

Rail Clamp assemblies shall consist of two steel half-clamps. Clamp profiles shall be designed to eliminate protrusions. Clamps shall be die formed from 12 gauge HRPO steel. Clamps shall have a minimum 6 mm (.25") radius rib formed in the top and boltom of the clamp for structural integrity. All clamp halves shall be zinc plated, yellow dichromate coated and phosphate coated before being TGIC polyester powder coated. Tamper-resistant fasteners shall be used to retain clamps and shall consist of MiD six lobe socket head stainless steel cap screws and MiD slab­base Tee nuts. All clamps shall be provided with aluminum hammer drive pins to protect against slippage.

Wing and Panel Clamp assemblies shall consist of two steel half-clamps. Clamp profiles shall be designed to eliminate protrusions. Clamps shall be die formed from 12 gauge HRPO steel steel. Clamps shall have a 6 mm (.25") radius rib formed in the top and boltom of the clamp for structural integrity. The clamp wing bracket shall be formed from 7 gauge sheet steel and shall be welded securely to the clamp half. All clamp halves shall be zinc plated, yellow dichromate coated and phosphate coated before being TGIC polyester powder coated. Tamper-resistant fasteners shall be used to retain clamps and shall consist of MiD six lobe socket head stainless steel cap screws and MiD slab-base Tee nuts. All clamps shall be provided with aluminum hammer drive pins to protect against slippage.

All Steel Tube Components shall comply with ASTM standards: A-500, Or A-513. The steel tube components contain five layers including an inside galvanized coating, high tensile strength cold formed steel, hot dipped pure zinc meeting ASTM B-6 applied at 3.5 tenths of an once per square foot, and a proprietary conversion and advanced polymer coatings. The components are freed of excess weld spalter and shall be cleaned in a multiple bath system which shall include a rust-inhibitive iron phosphate wash prior to painting. Exceptions: 127 mm (5") 0.0. aluminum posts.

Brackets shall be fabricated from punched and formed 4.5 mm pre­galvanized sheet steel.

Gaskets shall be rubber injection molded from ultraviolet (UV) protected synthetic rubber. Rubber gaskets shall provide an aesthetic seal around the wonder fastener and bracket.

Footing for 127 mm (5") diameter upright posts shall be 305 mm (12") diameter x 940 mm (37") depth. Galvanized steel posts shall be 127 mm (5") 0.0., 11 gauge pre-galvanized round tubing. Minimum tensile strength shall be 330MPa (48,000 psi). Minimum

Alabama Playground

yield point shall be 310MPa (45,000 psi). The bottom portion of all upright posts shall be crimped slightly.

Component Specifications:

Activity Panels, Tic-tac-Toe, Spemng, Math and Anima~ shall consist of a cylinder assembly and enclosure panel. Cylinders shall have vertical support bars which shall be fabricated from 25 mm (1") 0.0., pre-galvanized steel tubing. Panel and cylinders shall be rotationally molded per ROTa Specification. The molded-in graphics shall not be raised above the surface of the plastic. Panel mounting brackets shall be fabricated from 7 gauge pre-galvanized sheet steel. After fabrication, all steel parts shall be painted per PAINT Specification.

Bllbble Pal1e~ shall be fabricated per ROTa Specification. Bubble shall be fabricated from 6 mm (.25'') thick, an extremely tough, impact resistant Polycarbonate material (Lexan) and shall be optically clear. The bubble panel shall be attached to the Lexan bubble to provide an enclosure and attached with 7 gauge panel brackets painted per PAINT Specification ..

Co~ored Kick Plates and Deck to Deck Activity Plates shall be fabricated from 13 gauge (2.3 mm) pre-galvanized sheet steel for the 8", 12", and 16" models and shall have fun faces laser cut into them. The 24", 28", and 32" models shall be fabricated from 11 gauge (3.0 mm) pre­galvanized sheet steel. After fabrication, deck to deck plates shall be painted per PAINT Specification. 24", 28" and 32" plates shall have grooves cut into them with optional slider "Parachute/shapes" fabricated from CNC Routed high density polyethylene sheet.

Cllrly Climbers shall be of a design which will not allow children to climb into the interior of the coil. Curly Climber coils shall be fabricated from 33 mm (1.315") 0.0. pre-galvanized steel tubing. The center support post shall be fabricated out of 42.2 mm (1.66") 0.0. pre-galvanized steel tubing. Enclosure shall be fabricated from 33 mm (1.315") 0.0. pre-galvanized steel tubing. Curly Climbers shall be an all welded construction and shall be painted per PAINT specification.

Double Wide Slide shall be rotationally molded per ROTa Specification. Plastic double wide slide sides shall be 203 mm (8") high from the slide surface and slide bedway shall be designed with a 406 mm (16") minimum width. Double wide slide shall be a one-piece deSign with a center divider having no seams, joints or gaps. Slide end support shall be fabricated from 38 mm (1.5") square tubing. Mid support shall be fabricated from 60.3 mm (2.37") tubing. All steel tubing shall be painted per PAINT Specification.

Elbow Slides side rails shall be a minimum of 229 mm (9") high from the slide surface. Slide and Slide Enclosure shall be rotationally molded per ROTa Specification. Slide end support shall be fabricated from 38 mm (1.5") square tubing. All steel tubing shall be painted per PAINT Specification.

Identification label shall be fabricated from aluminum sheet .016" (4 mm) thick and attached with aluminum pop rivets.

Infinity Climber Ground to Deck shall be rotationally molded from linear low density polyethylene. Footing supports are fabricated from pre-galvanized 42.2 mm (1.660") diameter steel tubing welded with 11 gauge pre-galvanized sheet steel. The enclosure shall be fabricated from 42.2 mm (1.66") 0.0. and 33.4 mm (1.315") 0.0. pre-galvanized steel tubing and from 11

Alabama Playground

Vil1yi Clad Clatter (SUSPENSION) Bridge (U.S. Patent #5,118,099) planks shall be pre­assembled at factory for ease of installation. Clatter Bridge planks shall be fabricated from one piece of 11 gauge punched and formed hot rolled sheet steel. The clatter bridge plank shall be dipped per PVC Specification. Assembly of planks shall be such that no open gaps occur between planks. Plank to plank joints shall be pinch proof to the user. No cables or chains shall be used in the assembly of the planks. Clatter bridges with Safety Rails shall be fabricated from 33.4 mm (1.315") pre-galvanized steel tubing, 42.2 mm (1.66") 0.0. pre-galvanized steel tubing, and 3/4" )( 1" FSO pre-galvanized tubing. Safety Rails shall match the curve of the bridge and provide user stability at a consistent height along the bridge. Safety rails shall be painted per PAINTspecification.

VinylClad Step Ladder shall be a one piece all welded assembly coated per PVC Specification. The stair/step assembly shall be fabricated from punched 13 gauge hot rolled sheet steel. The stair/step assembly shall attach to the deck edge and shall be supported by 25.4 mm (1") 0.0.)( 14 gauge pre-galvanized posts at the bottom riser. Handrails shall be fabricated from 33 mm (1.315") )( 11 gauge pre-galvanized steel tubing. Enclosure shall be fabricated from 33 mm (1.315") 0.0. pre-galvanized steel tubing, 3/4")( 1" FSO pre-galvanized steel tubing and 4.5 mm (7 gauge) galvanized sheet steel. Handrails and enclosures shall be painted per PAINT specification.

Transfer Station shall consist of two triangular decks, a three step assembly for the 1.2 m (48") and two step assembly for the 915 mm (36") and handrails. Each triangular deck shall be fabricated from 11 gauge sheet steel, covering .37 square meters (575 square inches) and have three 25 x 152 mm (1" x 6") hand slots incorporated into the deck surface for aid in user transition. The step assemblies provide access from the transfer decks to a 1.2 m (48") deck height or 915 mm (36") deck height. Each step shall have a tread depth of 406 mm (16") and a tread width of 953 mm (37.5"), with each rise 203 mm (8") or less. Each step assembly shall have an all welded construction from 11 gauge sheet steel. Each step assembly and Transfer Deck shall be dipped in a textured poly-vinyl-chloride coating. Transfer Station handrails1shall be fabricated from 33 mm (1.315") 0.0., pre-galvanized, 14 gauge tubing. Transfer Station loops shall be fabricated from 42.2 mm (1.66") 0.0., pre-galvanized, 11 gauge tubing. All welded handrail assemblies shall have a baked-on electrostatically applied polyester dry powder coating.

Additional Contractors Requirements:

../' A contractor or person representing the contractor shall supervise the installation of the surfacing. This representative shall be a graduate of the Playground construction school as administered by the National Playground Contractors Association .

../' Bidders must be companies with at least 5 years' experience .

../' A contractor or person representing the contractor must be a "Qualified" playground installer as recognized by the National Playground Contractor's Association

../' The successful bidder shall protect all areas of construction with a heavy duty (commercial orange) barricade fence until inspection and approval. The use of "caution tape" only is unacceptable .

../' Installers shall not leave adhesive on adjacent surface or play equipment. Spills of excess adhesive shall be promptly cleaned .

../' Installers shall properly dispose of all material and packing waste before leaving the job site .

../' Provide a drawing along with the bid.

Alabama Playground

gauge pre-galvanized sheet steel. The supports and enclosure shall have a baked-on electrostatically applied polyester dry powder coating. Assembly hardware is stainless steel.

Deck to Deck Step with Safety Rai~ shall consist of welded tread, riser and stringer sections fabricated from 13 gauge hot rolled steel. This assembly shall be coated per PVC Specification. Handrails shall be fabricated from 33 mm (1.315") 0.0. pre-galvanized tubing for the top rail, 15 gauge 3/4" )( 1" obround pre-galvanized steel for vertical rungs, and 13 gauge pre-galvanized sheet steel for the bottom plate. Safety rails shall provide an enclosure and shall have no gaps greater than 80 mm (3.15") and less than 254 mm (10"), especially between vertical rungs and posts. Safety Rails shall be painted per PAINT specification.

leg lift Bar shall be fabricated from 25 mm (1") 0.0., pre-galvanized steel tube. Mounting tab shall be fabricated from 7 gauge pre-galvanized sheet steel. After fabrication, all parts to shall be painted per PAINT specification.

P~astic Steering Wheel shall be rotationally molded per ROTO Specification. Steering Wheels shall mount to a machined stub welded to a 4.5mm thick (7ga.) steel plate. Weldment shall be painted per PAINT Specification.

Plastic steering Wheel shall be rotationally molded per ROTO Specification. Steering Wheels shall mount to a 25 mm (1") 0.0. pre-galvanized steel tube. Steel tube shall be painted per PAINT Specification.

Safety Panels shall provide a non-climbable enclosure. The panel shall be rotationally molded per ROTO Specification. Brackets for mounting panel to posts shall be fabricated from 7 gauge pre-galvanized sheet steel. Brackets for mounting panel to deck shall be fabricated from 11 gauge pre-galvanized sheet steel. After fabrication, all steel components shall be painted per PAINT Specification.

Snake Pole center support post shall be fabricated out of 42.2 mm (1.66") 0.0. pre-galvanized steel tubing. Snake pole loops shall be fabricated from 33 mm (1.315") 0.0. pre-galvanized steel tubing. The snake pole shall be an all welded construction. Enclosure shall be fabricated from 33 mm (1.315") 0.0. and 3/4")( 1" FSO pre-galvanized steel tubing. After fabrication all parts shall be painted per PAINT Specification.

Wave Slide With Hood enclosure shall be rotationally molded per ROTO Specification. Plastic slide side rails shall be a minimum of 203 mm (8") high from the slide surface and slide bedway shall be designed with a 406 mm (16") minimum width. Slide bed shall be one-piece with no seams or jOints. Slide end support shall be fabricated from 38 mm (1.5") square tubing. Mid support shall be fabricated from 60.3 mm (2.37") 0.0. tubing. All steel components shall be painted per PAINT specification.

Square Vinyl Clad Metal Decks shall cover a minimum of 1.03 square meters (1,596 square inches) of top surface area. Metal decks shall be fabricated from punched and formed 11 gauge hot rolled sheet steel. This assembly shall be coated per PVC specification.

Steel Post shall be 89 mm (3.5") 0.0., 11 gauge pre-galvanized round tubing. M Minimum tensile strength shall be 380MPa (55,000 psi). Minimum yield point shall be 345MPa (50,000 psi). Plastic caps shall be positioned in the top of each post. Posts shall be painted per PAINT Specification.

Alabama Playground

GENERAL:

Work is to be completed within 45 days of the Notice to Proceed letter is issued.

Clean up and removal of all debris is the responsibility of the bidder.

Contractor is responsible for all measurements pertaining to this project. [t is recommended that the contractor visit the job site to view the project and to ask any questions he/she may have pertaining to the project. Any questions pertaining to the project should be directed to Eddie Corcoran, Maintenance Superintendent @ 504-388-7243- cell or 504-468-7211 office. Any questions pertaining to this bid should be directed to Theresa Neve[s, Director of Purchasing (504)468-7261.

WARRAN1Y: Lifetime warranty on posts and clamps 15 Year warranty on perforated steel decks and all plastic components. 10 Year Warranty on steel we[dments, rail, [oops, rungs and sheet steel. 5 Year Play Equipment shall be warranted for labor and materials

Bidder must supply written warranty with bid.

Alabama Playground

i I 23'.:.g 112." " t

Genera!N~:

hJe Groop 01-; p1n Q] 5-12 J.m I2J :Hl }~

" 21'-S· 'III

INFlNrrY CLIMBER "TRIPLE

SGLPLAsnc WAVESUOE

sTEP

PCST WHEaPlASTlC

LEG LIFT BAR.

SAFEr.{ PANEl..

WHEEl."

" SNAKE POLE

CLATTER BRIDGE

TIC-TAC-TOE ~l PANR

OflLWlDE PlAS1lC SUDE

TRANSFER STATION

BlJBBLE PANEl "

~

i oj

~ ~ ~

HAHiIIEiIIT-01

CERTIFICATE OF LIABILITY iNSURANCE DATE (MMiODNYYYJ

THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMAnVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER.

IMPORTANT: If the If SUBROGATION IS WIIIVloD, this certificate does not confer

an ADDITIONAL INSURED, the policy{ies) must :;,'_. __ .:_ the terms and conditions of the policy, i

INSURED provisions or be endorsed. may require an endorsement. A statement on

INSURED

Hahn Enterprises, Inc. P. O. Box 19495 New Orleans, LA 70179

COVERAGES

certificate holder in lieu of such

CERTIFICATE NUMBER REVISION NUMBER'

THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLlCIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLlCIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.

IN+,: TYPE OF INSURANCE t8~r5-~ POLICY NUMBER If~~}-6%~\ If~2M%~\ LIMITS

A X COMMERCIAL. GENERAL lIABILlTY EACH OCCURRENCE $ 1,000,000

I CLAIMS-MADE [!J OCCUR HSLR18-02967-04 02116/2017 02116/2018 DAMAGETOE~~~J~~enc , 100,000

MED EXP (Anv one person) $ 5,000

r--- 1,000,000 PERSONAL & ADV INJURY $ r--- 2,000,000

R'LAGGREGATE LIMIT APPLIES PER GENERAL AGGREGATE $

POLICY [K] r~8T 0 LOC PRODUCTS -COMP/OP AGG $ 2,000,000

OTHER: $

B ~TOMOBIL.E LIABILITY ~~~BIS1e~t:SINGLE LIMIT $ 1,000,000

L ANY AUTO r-- MPP101167401 02116/2017 02116/2018 BODILY INJURY (Per oerson) $ OWNED SCHEDULED

BODILY INJURY (Per accident Ii X

AUTOS ONLY ex AUTOS HIRED ~8~o~vml9 P~?~tc\1};;};PAMAGE $ ~ AUTOS ONLY r---

$

c UMBRELLA LlAB lj OCCUR EACH OCCURRENCE $ 2,000,000

X EXCESS LlAB _I CLAIMS-MADE HFFOO04531 02116/2017 02116/2018 AGGREGATE $ 2,000,000

OED I I RETENTION $ $

D WORKERS COMPENSATION X m~l:UIE L IgjH-AND EMPL.OYERS' LIABILITY YIN 028000016578117 02116/2017 02116/2018

E.L. EACH &CCIDENT 1,000,000 ANY PROPRIETORiPARTNERlEXECUTIVE ffil $

~fJ~i~/WT~~H~ EXCLUDED? NIA

E.L DISEASE - EA EMPLOY~ $ 1,000,000

If yes, describe under 1,000,000 DESCRIPTION OF OPERATIONS below E.l. DISEASE- POLICY LIMIT $

DESCRIPTION OF OPERATIONS I LOCATIONS {VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) Additional Insured forms with form titles for General Liability blanket if required by written contract subject to terms, conditions and exclusions of the fonns:

CG2010 04/13 edition date- Additional Insured-Owners, Lessees or Contractors CG2037 04/13 edition date- Additional Insured Owners, Lessees or Contractors-Completed Operations CG2001 04/13 edition date- Primary & Non-Contributory- Other Insurance Condition CG2404 05109 edition date-Waiver,of Transfer of Rights of Recovery Against Others to Us

SEE ATTACHED ACORD 101

CERTIFICATE HOLDER CANCELLATION

SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELlVERED IN ACCORDANCE WITH THE POLlCY PROVISIONS.

City of Kenner, Department Parks and Recreation AUTHORIZED REPRESENTATIVE cIa Director

~~ ,~~~5n!;t~;~~~!2 ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All fights reserved.

The ACORD name and logo are registered marks of ACORD

~ ACORD" ~

AGENCYCUSTOMERID:~~_A_~_N_E_N_T_-_OI ________________________ D_E_B_I

LOC#: ..:.1 __________ _

ADDiTIONAL REMARKS SCHEDULE AGENCY

Eustis Insurance, ~II1C. POLICY NUMBER

SEE PAGE 1 CARRIER I~NAIC CODe

SEE PAGE 1 SEE P 1

ADDITIONAL REMARKS

THIS ADDlTlONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM,

FORM NUMBER: ACORD 25 FORM TITLE: Certificate ofUability Insurance

Descriptloll1. of Operatioll1ls/Locatior1J.sNehic~es:

NAMED INSURED Hahn Enter~rjses, Inc. P. O. Box 1 495 New Orleans, LA 70179 Orleans

EFFECTIVE DATE; seE PAGE 1

Additional insured form fol!' with coverage titles fOil" Automolbi~e Liabi~ity b~alnket if requiredllby writtell1l cOlllrtract subject to terms, conditions, and exciusions of the 'form:

CA990187 07/15 edition date~ Business Auto Coverage ExpanSion Erullorsemell1t· inciudes B~anketAddntionallnsured Status for Certain Entities- Section A item #1 letter F; Waiver of Subrogation for Auto Liability losses Assumed Uncler Insured Contract -Section P; Insurance is Primary and Non-Contributory· Section Q

Waiver of Subrogation form with form title for Worker's Compo bla.nket if required Iby written contract sulbject to terms, conditions, and exclusions of the form:

Worker's Compo form WCOO 03 13 4/84 edition date- Waiver of Our Right to Recover From Others Endorsement

Project: Playground Equipment and SurfaCing at Alabama Playground

ACORD 101 (2008/01) © 2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD

P.O. Box 19495 New Orleans, LA * 70179 504-488-3536 * Fax 504-488-3506 www.hahn-enterprises.com

LEITER OF TRANSMIIT.U

TO: City ofKelIDer, Dept ofP&R 1905 24th St

Kenner, LA 70062 ATTENnON: Sandra Averette DATE: 6/2512017 RE: Alabama Playground

WE ARE SENDING YOU I2Sl Attached 0 Under separate cover via UPS the following

items:

o Shop drawings

o Plans

o Specifications

o Change order

COPIES DATE 1 6126 3 6/26 I 6126

NO.

o Prints

o Samples

o Copy ofletter

l8J Other

DESCRIPTION Payment Bond - needs to be dated when contract is signed Signed Contracts W-9

THESE ARE TRANSMITTED as checked below:

o For approval o Approved as submitted 0 As requested

I2Sl For your Use

SIGNED 1'!I1iia Halm

(~IRAY SURETY The Gray Casualty & Surety Company

The Gray Insurance Company

P.O. Box 6202

Metairie, Louisiana 70009-6202

BOND NUMBER: GSM 35681

PAYMENT BOND

KNOW ALL PERSONS BY THESE PRESENTS, that we, J:Hlla!Lhwn-,E"-n!!!te,"-rQprwis,-,e",s~lwn,,c.~ ___________ ----, __ ----c-__ , as Principal and The Gray Casualty & Surety Company r a Louisiana corporation, as Surety,

are held and firmly bound unto -,C",it"YeJonfJ:K"e2LnWn"eLr -------------=---::---::-==::-:c::-----" as Obligee, i)1 the :"um of Twenty Five Thousand Five Hundred Eight and fifty cents-- --------------- Dollars ($ 25,508.50 ) for the payrhr:nt whereof said Principal and Surety bind themselves, jointly and severally, as provided herein.

I ~,'" WHEREAS, Principal has entered into a contract with Obligee, dated ____________ .L~:::.i q to ped'orm

Construction Work for the project described as Bid No. 17-6397 Alabama Playground ("Projc:cf).

NOW, THEREFORE, the condition of this obligation is such that if Principal shall promptly make payment to all Claimants, as hereinafter defined, for labor and material actually used, consumed or incorporated in the performance of the Construction Work, then this obligation shall be null and void.

Notwithstanding any contrary provision in the Contract Documents, the Surety's obligation hereunder to a Claimant shall not arise unless the following conditions are satisfied:

1. Claimants, who do NOT have a direct contract with the Principal: 1.1.1. Must furnish a written notice of non-payment to the Principal, stating with substantia! accuracy the amount claimed and

the name of the party to whom the materials were furnished or supplied or for whom the labor was done or performed, within ninety (90) days after having last performed that labor or last furnished those materials included in the Claim; and

1.1.2. Have sent a Claim to the Surety. 2. Claimants, who are employed by or have a direct contract with the Principal, have sent a Claim to the Surety.

The Surety's total obligation shall not exceed the amount of this Bond, and the amount of this Bond shall be credited for any payments made in good faith by the Surety.

No suit or action shall be commenced by a Claimant under this Bond after the expiration of one year from the date: (1) on which the Claimant sent a Claim to the Surety or (2) on which the last labor or service was periormed by anyone or the last materials were

furnished under the Contract, 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 of the suit shall be applicable.

No suit or action shall be commenced by any Claimant other than in a court of competent jurisdiction in the county, parish or other political subdivision of the state in which the project is situated, or in the United States District Court for the district in which the project is situated, and not elsewhere.

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 of this Bond conflicting with said statutory or legal requirement shall be deemed deleted here from and provisions conforming to such statutory or other legal requirement shall be deemed incorporated herein. When so furnished, the intent is that this Bond shall be construed as a statutory bond.

Notice and Claims to the Surety, the Owner or the Principal shall be sent by certified mail, registered mail or postage prepaid! to the address shown on the first page of this Bond.

The term Construction Work as used herein shall mean the providing of all labor and/or materials necessary to complete Principal's

scope of work under the Contract. The term Contract Documents as used herein shall mean all the documents that comprise the agreement between Principal and Obligee. The'term Claim as used herein shall mean a written statement by the Claimant including at a minimum:

Payment Bond Form (Rev. 07f31/Z01Z) GS-300 Page 1 of2

1.1. The name of the Claimant; 1.2. The name of the person for whom the labor was done or materials furnished; 1.3: A brief description of the labor or materials furnished; 1.4. The date on which the Claimant last performed labor or last furnished materials for the performance of the Contract; 1.5. The total amount earned by the Claimant for labor or materials furnished as of the date of the Claim; 1.6. The total amount due and unpaid to the Claimant for labor or materials furnished as of the date of the Claim.

The term Claimant as used herein shall mean an individual or entity having a direct contract with the Principal or with a subcontractor of the Principal to furnish labor or materials for actual use, consumption or incorporated in the peliormance of the Construction Work. The term Claimant also includes any individual or entity that has rightfully asserted a claim under an applicable mechanic's lien or similar statute against the real property upon which the Construction Work is located.

f'-Signed and sealed th is db day of _..,J"Lv'-'-,,'-t.-=--_____ _ 20/7

Hahn Enterprises Inc. The Gray Casualty & Surety Company Principal Surety

6y~---,--J.JL-__ _ ! . . .

By: ~ ~" ..,.,_, '. . NormJTCUps, Attorney-in-fact

Payment Bond Fonn (Rev. 07/31/2012) GS-300 Page2of2

~im~~!lil!l~_~~."!!l:!:ltK! .. ~!ll'~_~~J,~l\(I!"m'l!M&11-J:;.J'~.Ji\ill1~~JliIl~:!!i'l!ll1'm\w~~~k~,[~ll~al!:K~s~~~l!'"f>~!ll\~W,:!)'I~~~&~ ,

THi GRAY CASUALTY & SURETY COMP A~HIE GRAY [NSllJRANCIE COM!' ANY 202338 , GENERAL ll'OWlEIR OF ArrOIRNEY KNOW ALL BY THESE PRESENTS, THAT The Gray Insurance Company and The Gray Casualty & Surety Company, corporations duly organized and existing under the laws of Louisiana, and having their principal offices in Metairie, Louisiana, do hereby make, constitute, and appoint Thomas J. McMahon, Jr~, Elizabeth M. Blancher, RL. Sw~yze, Raymond J. Posecai, Jr., Norma Toups, Beverly Jo Barimy, and Clint Romig ofMetai~ie, Louisiana jo'iritly or severally on behalf of each of the Companies named above its true and lawful Attomey(s)-in-Fact, to make, execute, seal and deliver, for and on its behalf and as its deed, bonds, or other writings obhgatory in the nature of a bond, as surety, contracts of suretyship as are or may be required or permitted by law, regulation, contract or otherwise, 'provided that no bond or undertaking or contract of sur~-tyship' executed under this authority s,hall exceed the amount of $10,000,000.00 This Power of Attorney is granted and is signeq by facsimile under and by the authority of the following Resolutions adopted by the Boards of Directors of both The Gray Insurance Company' and The Gray Casualty & Surety Company at ~~etings duly called and held on the 26th day of June, 2003. . .

"RESOLV ED,-that the President, Executive Vice President, any Vice President, or the Secretary be and each or any of them hereby is authorized to execute a po~er of Attorney qualifYing the attorney named in the given Power of Attorney to execute on behalf of the Company bonds, undertakings, and all contracts of surety, and that each or any oftfuem is hereby authorized to attest to the execution of such Power of Attorney, and to attach the seal of the Company; and It is I / '

I .-FURTHER RESOLVED, that the signature of such officers and the seal of the Company n1ay be affixed to any such P.ower of Attorney or

to any certificate relating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be binding upon the Company now and in the future when so affixed with regard to any bond, und~rtaking or contract of sur~ty to which it is attached. --~-\ '

IN WITNESS WHEREOF, The Gray Insurance Company and The Gray Casualty & Surety Company have caused their official seals to be hereinto affixed, and these pres~nts to be signed by their authorized offic{rs this 12th day of September, 2011. ./ \

BY) ~ ~~ Attest ~~~r-----. Michael T. Gray Mark S. Manguno

President, The Gray Insurance Company Secretary,

\ and The Gray Insurance· Compaq.:)'-,

V· Pr 'd The Gray Casuall & Surety Company ~\ Ice' , eSl en!, ry The Gray Casualty & Surety Company

State of Louisiana 5S:

Parish of Jefferson· On this 12th day of September, 2011, before me, a Notary Public, personally appeared Michael T. Gray, President of The Gray Insurance Company and Vice Presid~nt of The Gray Casualty & Surety Company, and Mark S. Manguno, Secretary of The Gray Insurance Company and The Gray Casualty & Surety Company, personally known to-me, being duly sworn, acknowledged that they signed the above Power of Attorney and affixed the seals of the com:":,~,~,~,,as officers-of, and acknowledged said instrument to be the VOlunorttary act and deed, Of~)eir companies.

"""'S.Mll'f",, ~ »,"'='''' ........... 1.:''1'",« _=_ ...... -~_ l---'f:">··~~i~;·· ... f\ . --==-~ .# -::> (*\ ~ \)*) .J Lisa S. Mill~r,. Notary Public, Parish of Orleans

\oP"':-." PUBL\C ••• "'~~~ State of LoulSlana """tl'~·········u:...~~~ My Commission is for Life , """,g,f,,,!;,R,,,,,"" I I I

I, Mark S. Manguno, Secretary of The Gray Insurance Company and The Gray Casualty & S1.!~ety Company, do hereby certifY that theiibove au.d forg6ing is a true and correct copy of a Power of Attorney given by the companies, which is still in full force and effect.

~) " [N WITNESS WHEREOF, I have set my hand and affixed the seals of the Companies this day of ( ,

~~~rw;a Mark S. Manguno, Secretary The \qray Insurance CompaJ}Y~ The Gray Casualty & Surety Company

/ ~)

I~

\

['

J

Fann W .. g Request flilf Taxpayer Give fo~m to the ll"eqlUl€'sitell". [Dc lI1lo'it (Rev. October 2007) Identification Numl:iler <llmll Certific<llthm se"d to the DRS.

~~~r~m~:~~~~~~:~i~~ury Name (as shown on your income tax return)

N ID

Hahn Inc. 0>

Business name, if different from above ID 0. C 0 . " Chec!" appropriate box: 0 Individual/Sole proprietor fiZl Corporation 0 Partnership .

o.§ o Exempt o Limited liability company. Enter the tax classification ([);:,disregarded entity, C=corporation, P=partnership) ~ o ______ ~:;:; payee ~ . 02 D other (see I ~

~- Requester's name and address (optional) c" Address (number, street, and apt. or suite no.) ";: .5 "-. P.O. Box 19495

!E 0 City, state, and ZIP code ID "- New Orleans. LA 70179 '" ID Ust account number(s) here (optional) ID

Cf)

D ; ~di I NumbeariNl

Enter your TIN in the appropriate box. The TIN provided must match the name given on Line 1 to avoid backup withholding. For individuals, this is your social security number (SSN). However, for a resident alien, sole proprietor, Of disregarded entity, see the Part I instructions on page 3. For other entIties, it is your employer identification number (E1N). If you do not have a number, see How to get a TIN on page 3. '" Note. If the account is in more than one name, see the chart on page 4 for guidelines on whose Employer identification number number to enter. 72 1488372

Ceritifk:atiol1

Under penalties of perjury, I cet1ify that:

1. The number shown on this form is my correct taxpayer identification number (or I am waiting for a number to be issued to me), and

2. I am not subject to backup withholding because: (a) I am exempt from backup withholding, or (b) I have not been notified by the Internal Revenue Service (IRS) that I am subject to backup withholding as a result of a failure to report all interest or dividends, or (c) the IRS has notified me that I am no longer subject to backup withholding, and

3. [am a U.S. citizen or other U.S. person (defined below).

Certification instrLllctions. You must cross out item 2 above if you have been notified by the IRS that you are currently subject to backup withholding because you have failed to report all interest and dividends on your tax return. For real estate transactions, item 2 does not apply. For mortgage interest paid, acquisition or abandonment of secured property, cancellation of debt, contributions to an indfvidual retirement arrangement (IRA), and generally, payments other than interest and dividends, you are not required to sign the Certification, but you must provide your correct TIN. See the instructions on page 4.

Sigl1 Here

Signature of U.S. person ~

General Instructi ns

I-I--L-

Section references are to the Internal Revenue Code unless otherwise noted.

Purpose of Form A person who is required to file an information return with the IRS must obtain your corfect taxpayer identffication number (TIN) to report, for example, income paid to you, real estate transactions, mortgage interest you paid, acquisition or abandonment of secured property, cancellation of debt, Of contributions you made to an IRA.

Use Form W-9 only if you are a U.S. person (including a resident alien), to provide YOUf correct TIN to the person requesting it (the requester) and, when applicable, to:

1. Certify that the TIN you are giVing is correct (or you are waiting for a number to be issued),

2. Certify that you are not subject to backup withholding, or

3. Claim exemption from backup withholding if you are a U.S. exempt payee. If applicable, you are also certifying that as a U.S. person) your allocable share of any partnership income from a U.S. trade or bUsiness is not subject to the withholding tax on foreign partners' share of effectively connected income.

Note. If a requester gives you a form other than Form W-9 to request your TIN, you must use the requester's form if it is substantially similar to this Form W-9.

Date ~

De1'[nit[on oil' a U.S. person. For federal tax purposes, you are considered a U.S. person if you are:

8 An individual who is a U.S. citizen or U.S. resident alien, Ie A partnership, corporation, company, or association created or organized in the United States Dr under the laws of the United States, " An estate (other than a foreign estate), or (J A domestic trust (as defined in Regulations section 301.7701-7). Speciai wUes for pa.rtll1lerships. Partnerships that conduct a trade or business in the United States are generally required to pay a withholding tax on any foreign partners' share of income from such business. Further, in certain cases where a Form W-9 has not been received, a partnership is required to presume that a partner is a foreign person, and pay the withholding tax. Therefore, if you are a U.S. person that is a partner in a partnership conducting a trade or business in the United States, provide Form W-9 to the partnership to establish your U.S. status and avoid withholding on your share of partnership income.

The person who gives Form W-9 to the partnership for purposes of establishing its U.S. status and avoiding withholding on its allocable share of net income from the partnership conducting a trade or business in the United States is in the following cases:

\9 The U.S. owner of a disregarded entity and not the entity,

Cat. No. 10231X Form W-9 (Rev. 10-2007)

SMAll CONTRACTS CONSTRUCTION CONTRACfOR

CONTRACT INSURANCE REQUIREMENTS

PLEASE READ INSURANCE REQUIREMENTS CAREFUIlLYTO ENSURE AlL INSURANCE COSTS ARE INCLUDED lIN BID.

I. INSURANCE REQUIREMENTS:

THE CONTRACTOR IS CA!fI"!ONED 10 ASSURE THAT THE TOTAl. INSURANCE REQUIREMENTS FOR THE CONlRACT ARE llfOROUGHlY REViIEWED/ UNDERSTOOD AND MET. mE ClTY OF KENNER (HEREIN AFTER REFfERRED TO AS OWNER) THROUGH ITS RISK MANAGEMENT CONSUlANT, WILL 1lI0ROUGHLY REVIEW THE COMPI.IETE INSUAANCEDOCUMENTATION SUBMITTED. FAILURE TO COMPLY WITH THE TERMS AND CONDmONS MAY BE GROUNDS FOR RElECTIOI\! OF AND/OR REFUSAL TO AWARD A CONTRACT. IF APPLICABLE, SUBCONTRACTORS MUST MEET THESE REQUIREMENTS AS WElL COVERAGES CANNOT EXG.UDE SERVICES PROVIDED roOTY OF KENNER.

A. GENERAL:

The following insurance requirements shall be provided and shall apply on a primary basis, any insurance carried by OWner shall be excess and not contributing insurance. The total limit of insurance must be equal to or greater than the minimum acceptable limits indicated below. Additionally, each line of insurance may have its own set of requirements that must be met. uCLAIMS MADE" IPOUCIES OF INSURANCE ARE NOT ACCEPTABLE for auto liability, general liability, employers' liability, and umbrella liability, but are acceptable for professional liability, pollution liability and errors and omissions policies.

B. INSURANCE:

Insurance obtained and maintained in the name of the ContradDr shall contain the following coverages and limits:

1. WORKERS' COMPENSATION:

a. State Act - Louisiana Statutory Requirements; b. Employer's Uabiiity coverage with minimum acceptable limits of $100,000/$300,000/

$100,000; c. A Waiver of Subrogation in favor of The City of Kenner, its elected and appointed

offiCials, agents, directors, servants, employees, volunteers, and any other entities who may require waivers by specific contract; and

G;==-=_=c __ = __ = .. === .. =---=--=--= ... _=--= ..... ====== .... = ... _., ----,.,.~::-" ===22 COK_2010_12_29 Insurance Requirements for Small Construction Contracts - DRAIT Page 1

d. Thirty (30) days prior writtell notice of G'mceliation, nOll-renewal or adverse material change to The City of Kenner by spedfic endorsement to tile applicable policy.

2. GENERAL UABIU1Y:

a. Commerdal General liability form CG 00 01, or pre-approved equivalent; minimal acceptable limits: $500,000 per oocurrence; $500,000 aggregate;

b. An Additional Insured endorsesmem: ill favor of The Oty of Kenner, its elected alld appointed offiCials, agents, directors, servol'lts, employees and vollJllreers CG 20 10 Form B (edition 07 04) or approved equivalent;

c. A Waiver of Transfer of Rights of Reoovery Against Others to Us in favor of The City of Kenner, its elected alld appointed offidals, agents, directors, servants, employees, and vollJnreers; and

d. Thirty (30) days prior written notice of cancellation, non-renewal or adverse material change to The Oty of Kenner by specific endorsement to the applicable policy.

Note: 77Je General liability policy shall not exdude any standardized roverage induded in the required basic form or limit Contractual Coverages for the Work in any way that would prohibit or limit the reporting of any daim or suit and the subsequent defense and indemnity there for which would normally be provided by the policy. The General liability policy shall indude CDverage under fire legalliability.

3. AUTO lIABILITY:

ill. Minimal aa:eptable limit: Statutory Umits of $15,000/$30,000/$25,000; lb. Uability coverage to be provided for Any Auto or All OWned Autos and Hired and

Non-{)wned Autos. If Contractor owns no vehides, then a Hired and Non-{)wned Auto Uability policy is required;

c. An Additional Insured endorsement in favor of The City of Kenner, its elected and appointed offidals, agents, directors, servants, employees, and VOlunteers;

d. A Waiver of Transfer of Rights of Recovery Against Others to Us in favor of The City of Kenner, its elected and appointed offidals, agents, directors, servants, employees, and volunteers; and

e. Thirty (30) days prior written notice of cancellation, non-renewal or adverse material change to The Oty of Kenner by specific endorsement to the applicable policy;

:u GENERAL SPECIFICATIONS:

A. Contractor's Liability Insurance:

The Contractor shall purchase, in its name, and maintain, at its sole cost and expense, such liability and other insurance as set out in the insurance requirements of this Document. This insurance will provide coverage for claims and/or suits which may arise out of or result from the Contractor's performance and furnishing of the Work, whether it is performed by the Contractor, any SUbcontractor, partner, supplier, or by anyone directly or indirectly employed by any of them to perform or furnish any of the Work, or by anyone for whose acts any of them may be liable.

="' ==-=~, __ , -- ,-, '~""_~,,=~,~~~ __ ~===-',=',-_~~~=-c,~_,-o COK_2010_12_29 Insurance Requirements for Small Construction Contracts - DRAFT Page 2

----------

If applicable, the Contractor shall require all sub-oonboctors to maintain, in limits equal to or greater than Contractor's, the same insurance ooverage for Work performed or materials provided for the Work. Contractor shall insert this requirement in all contracts or agreements with all entities and/or persons wllo perform any Work under this contract. At flO time shall Contractor allow any subcontractors to perform Work without tile required types and limits of insurance coverage. In the event of a suboontractor's non-compliance with this reqUirement, the Contractor sllall be responsible for any damages or liabilities arising from the subcontractors work, actions, or inactions.

B. GenerallRequiremellt5:

10 Qualifications of Insurers:

a. All insurance required for the Contract is to be purcllased and maintained by the Contractor from insurance companies that are duly licensed and authorized by the State of louisiana to issue insurance policies for the limits and coverages so required. Such insurance companies utilized are to have a minimum rating of A- VI (or the current requirements of the State of louisiana Public Bid law (RS: 38:2211-2296)) as of the most current edition of A.M. Best's Key Rating Guide. Any variance must be approved by the Oty of Kenner.

b. If any insurance company providing any insurance coverage fumished by the Contractor is declared bankrupt, becomes insolvent, loses its right to do business in loUisiana, or ceases to meet the requirements of this Document, the Contractor shall, within thirty (30) days thereaft:er, substitute another insurance company acceptable to the OWner. The OWner reserves the right to mandate cessation of all Work until the receipt of acceptable replacement insurance.

2. Partnerships and Joint Ventures: If the Contractor is a partnership or joint venture then the evidence of all primary and excess liability insurance required to be maintained during the term hereunder shall be fumished in the name of the partnership or joint venture. Evidence of continuing primary commerCial general liability insurance, which shall remain in effect in the name of the partnership or joint venture shall 'llso be fumished.

3. certificate!> of Insurcmce/Policies of Insurance: a. The Contractor shall deliver to the OWner Certificates of Insurance, with copies to

each additional insured identified in the Contract, evidencing all insurance which the Contractor has purchased and shall maintain in aocordance with this Document. It is mandatory that within ten (10) days after the notification of the award of the Contract, the Contractor shall fumish to OWner the required certificates of insurance.

b. The Owner may require that any impaired aggregate(s) be replenished in its favor prior to commencement of work and/or during the progress of the Work.

c. The OWner reserves the right to request removal of any endorsernent(s) that it finds jr::?p1l.r~izes its own ins_u~~ce portfolio.~ailure to reach a compromise may

,-,-,.-- - - -"'-- - - ------ '- -,.- __, - -- ____ " ---'""C""'---= .. -""" =='" COK_2010_12_29 Insurance Requirements for Small Construction Contracts - DRAFT Page 3

--------------------

result ill Clmtrac\: cancellation or disqualification of bidder. The Owner resenles the right to requesl: oertmed mpies of any policy(s) evidenced by the Certificate(s) of Insurance. The requested certified copies should be provided to the Owner within ten (10) days of the written request.

d. Any and all communications regarding the insurance polities shall indude the Project name, Project number, Proposal number and Owner's address as indentmed in the Contract.

4. ObjectWn by the Owner: If Owner has any objection 10 title ooverage afforded by, or any other provisions of, the il1SUrance required to be purcl1ased am! maintained by the Contractor in acoordance with \he insurance requirements for the Work on the basis of non-conformance with tile COntract, Owner shall notify the COntractor in writing within fifteen (15) days after recelpt of the Certificates. The COntractor shall provide a written response to OWner's objections within ten (10) days from the date of the letter request.

S. The Contractor's Failure: Upon failure of the Contractor or his subcontractor to purchase, furnish, deliver or maintain sucl1 insurance as required herein, at the election of the Owner, the Contract may be forthwith declared suspended, discontinued, or terminated. Failure of the Contractor to purchase and maintain insurance shall not relieve the Contractor from any liability under the Contract, nor shall the insurance requirements be construed to conflict with the obligations of the Contractor concerning indemnification.

6. No Waiver of Uability: Acceptance of evidence of the insurance requirements by the Owner in no way relieves or decreases the liability of the COntractor for tile performance of the Work under the COntract. Additionally, the Contractor is responSible for any losses, expenses, damages, claims and/or suits and costs of any kind which exceed the COntractor's limits of liability or which may be outside the coverage scope of the COntractor's insurance polides. The insurance requirements outlined in this Document shall in no way be construed to limit or eliminate the liability of the Contractor that may arise from the performance of Work under the Contract. The Contractor's coverage is to be primary for any and all claims and/or suits related to, or arising from, the Work; and any insurance coverage maintained by the Owner is to be deemed as excess of the Contractor's insurance coverage and shall not contribute with or to it in any way.

7. No Recour.;e Against the Owner: The insurance companies issuing the policies slhall have no recourse against the OWner for payment of any premiums, deductibles, retentions or for assessments under any form or policy_ These shall be borne by and be the sole responsibility of the Contractor.

8. The OWner's Liability Insurance: In addition to the insurance required to be provided by The Contractor above, the Owner, at its option, may purchase and maintain at Owner's expense its own liability insurance as will protect the Owner against claims which may arise from operations under the Contract.

--·'''-C ___ ·_-::::.~

COK_201O_12_29 Insurance Requirements for Small Construction Contracts - DRAIT Page 4

---------~-----

P-21-17 On motion of Councilmember , seconded by Councilmember ____________ , the following ordinance was introduced:

SUMMARY NO. ORDINANCE NO. ___ _

AN ORDINANCE APPROVING THE PLAN OF RESUBDIVISION OF LOTS 9 THROUGH 14 AND LOTS 35 THROUGH 40, SQUARE 41, HIGHWAY PARK SUBDIVISION, CITY OF KENNER, JEFFERSON PARISH, LOUISIANA, INTO LOT 9-A, IN ACCORDANCE WITH A SURVEY PERFORMED BY DON R. WOOD, II, P.L.S., DATED MARCH 27, 2017, WHICH LOTS ARE OWNED BY O'REILLY AUTOMOTIVE STORES, INC.

WHEREAS, O'Reilly Automotive Stores, Inc. is the owner of Lots 9 through 14 and Lots 35 through 40, Square 41, Highway Park Subdivision, Kenner, Jefferson Parish, Louisiana, which they acquired by act before Charles A. Marts Notary Public, dated June 9, 2017, registered in COB 3389, Folio 728, Parish of Jefferson; and,

WHEREAS, said owner desires to resubdivide said lots into a new lot to be designated as Lot 9-A, Square 38, Highway Park Subdivision.

THE COUNCIL FOR THE CITY OF KENNER HEREBY ORDAINS:

SECTION ONE: That the plan of resubdivision performed by Don R. Wood II, P.L.S., dated March 27, 2017, showing the resubdivision of Lots 9 through 14 and Lots 35 through 40, Square 41, Highway Park Subdivision, Kenner, Jefferson Parish, Louisiana, into Lot 9-A, in said square, and the resubdivision of such lots in accordance with said plan are hereby approved and accepted.

SECTION TWO: That the Council President be and is hereby authorized and empowered to sign any plans or documents which may be necessary to carry into effect the foregoing.

This ordinance having been submitted to a vote, the vote thereon was as follows:

YEAS: NAYS: ABSENT: ABSTAINED:

This ordinance was declared adopted on this, the _ day of _______ , 2017.

CLERK OF THE COUNCIL PRESIDENT OF THE COUNCIL

MAYOR

16A

CITY OF KENNER DEPARTMENT OF PLANNING

September 28, 2017

To: Mayor Zahn and City Council

JAY HEBERT DIRECTOR

SUBJECT: Case P-21-17 - An ordinance approving the plan of resubdivision of Lots 9 through 14 and Lots 35 through 40, Square 41 , Highway Park Subdivision, Kenner, Jefferson Parish, Louisiana, into Lot 9-A, Square 41, Highway Park Subdivision.

Dear Mayor Zahn and Council Members:

The Planning Commission recommends approval of the above subject case.

Sincerely,

i.,1.:!~" Department of Planning

JH/kd

1610 REVEREND RICBARD WILSON DRIVE. KENNER, LOUISIANA 70062. OFFICE 504.468.7280 FACSIMILE504.468.7587 • [email protected]

Pagel!

DEPARTMENT OF PLANNING Kenner, Louisiana

Land Use & Zoning Report

APPLICATION:

PROPOSAL:

APPLICANT:

PROPERTY OWNER:

PETITIONED PROPERTY:

ZONING OF THE PETITIONED PROPERTY:

ANALYSIS OF THE SURROUNDING PROPERTY:

10/3/2017

Resubdivision

Resubdivision of Lots 9 tbrough 14 and Lots 35 tbrough 40, Square 41, Highway Park Subdivision, into new Lot 9-A.

Polaris Services, L.L.C. (obo O'Reilly Automotive Stores, Inc.) 3602 North Market St. Shreveport, LA 71107

O'Reilly Automotive Stores, Inc. 233 S. Patterson St. Springfield, MO 65802

The subject property fronts Williams Boulevard and is generally bounded by 42nd Street to the north, Vintage Drive to the south, and Georgia Avenue to the east.

C-2 - General Co=ercial.

Lots 5 through 8 and 41 through 44 located adjacent north of the site are zoned C-2 General Co=ercial and are undeveloped. The property to the south is governed by Special Ordinance 9808 adopted November 8, 2008 and contains a Walgreens Drugstore. The property located due east across Georgia Avenue in Square 42 is zoned R-3 Three and Four-Family Residential and contains both four-family residential uses and vacant land. The property fronting the west side of Williams Boulevard is zoned C-2 General Co=ercial and contains general co=ercial uses.

FINDINGS:

PLANNING COMMISSION RECOMMENDATION:

10/312017

Page 12

Purpose ofthe Resubdivision

To accommodate the future development of an O'Reilly Auto Parts store on proposed Lot 9-A. Existing Lots

Lots 9 thru 14 and 35 thru 40 all measure 25' x 127.5' and contain 3,187.5 square feet.

Proposed Lot

Proposed Lot 9A measures 150' x 255 and contains approximately 38,250 square feet.

Lot 9A will be a "through lot" having frontage on both Williams Boulevard and Georgia Avenue.

Utilities

Jefferson Parish Department of Engineering - No objection to the resubdivision since there are no mains or servitudes located in the referenced property. Jefferson Parish indicated they maintain a 12" water line along Williams Boulevard that is available for service.

Veolia North America - No objection provided they are granted access to the City's sewer, gravity main, and service lines for inspection and maintenance purposes.

Entergy - No objection provided a ten (10') foot clearance is maintained from conductors located in the public right of way

AT&T - No objection to the resubdivision.

Atmos Energy - No objection to the resubdivision.

Other Comments

The proposed resubdivision meets the criteria of a simple resubdivision (Article XIII, Section 13.1 (d) Unified Development Code) based on no new street or easement of access, or the extension or creation of any public improvements being required.

The proposed parcel meets the minimum lot area requirements of the C-2 General Commercial zoning district.

Approval

MAP SHOWING THE RE- SUBDIVISION OF LOTS 9-14 AND 35-40

INTO LOT 9A SQ, NO, 41, HIGHWAY PARK SUBDIVISION,

LOCATED IN SECTION 38, T12S-R10E, CITY OF KENNER, JEFFERSON PARISH, LOUISIANA

FOR: O'REILLY AUTOMOTIVE STORES, INC,

BASIS OF BEARING BASIS OF BEARI NG FOR THIS SURVEY IS GRID BASED ON THE LOUISIANA STATE PLANE COORDINATE SYSTEM, SOUTH ZONE, NAD 19B3 (NA 2011) (EPOCH 2010,00) PER GPS 08SERVA TlONS WITH THE LSU C4G GPS NETWORK, VERIFIED TO NGS MONUMENT DESIGNATION JPE 5 8. NGS MONUMENT DESIGNATION JPE 5 8 HAS A COMBINED SCALE FACTOR OF O.99993015~ND A MAPPING ANGLE OR CONVERGENCE OF (00"31'54") :;:I~'

NGS MONUMENT JPE 5 8 N 553,546.00 E 3,617,282.92

l '*' ,.;i§j' ' T~

I -r ~ I::~""' ·ve;~

0,' I }

'SUBJECT, SURVEY :

I FLOOD CERTIFICATION:

DESC.: STAINLESS STEEL ROD GRAPHIC SCALE Kenner Louisiana BY GRAPHIC PLOTTING ONLY AND ACCORDING TO FEMA FLOOD INSURANCE RATE MAP,

COMMUNITY PANEL NUMBER 220051C0035E, REVISED DATE MARCH 23, 1995, lHlS PROPERTY IS IN ZONE ~AE" . lHE BASE FLOOD ELEVATION (BFE) FOR ZONE "AE" IS INDICATED TO BE -3.5 FEET NAVD 1988. NO FIELD SURVEYiNG WAS PERFORMED TO DETERMINE THIS ZONE AND AN ELEVATION CERTIFICATE MAY BE NEEDED TO VER!FY THIS DEl£RMINATlON. THIS PROPERTY IS LOCATED IN AN AREA SUBJECT TO SUBSIDENCE OF THE EARTH.

RESEARCH: THE SURVEYOR AND POLARIS SERVICES, L.L.C. DO NOT GUARANTEE TIRE, OWNERSHIP OR THAT ALL SERVITUDES OF RECORD OR USE AFFECTING THIS PROPERTY ARE SHOWN HEREON. THE TIRE, OWNERSHIP, SERVITUDES AND RESTRICTIONS SHOWN ARE LIMITED TO THOSE SET FORTH IN THE INFORMATION PROVIDED TO THIS FIRM. THE SURVEYOR AND POLARIS SERVICES, L.L.C. HAVE NOT MADE A COMPREHENSIVE TITLE SEARCH OR PUBLIC RECORD SEARCH IN COMPILING THE DATA FOR THIS MAP.

® 0

-------------

+ (90 ')

NW CORN ER LOT 1 42nd Street

60'

120.0' RIGHT OF WAY

- - - '-'--'- -

is a ~ w

FOUND 1/2" IRON ROD

~ f-I --+-

wr 7

LOT 8 (Zon ed C -2) (VACANT)

SB6°18'19"E (127.50') O;;no~ 1611

Revokin9 Dedi\::otion LOT 9 of 1.5' wide Alley

i ll

I : I

LEGEND MONUMENT FOUND MONUMEN T SET (1/2" IRON ROD) SUBJECT PROPERTY LINE PROPERTY LINE CENTERLINE RESUBDIVIDED/ABANDONED LOT LINES LINE NOT TO SCALE RECORD/DEED CALL

__ ~N~E~CO~ER~OT __ 4_8

FOUND 1/2" IRON ROD

Wf 42

wr 41

255,00' .'7.( 1 'e""" 5;;:0"')-

LOT ..

FOUNDI I /2" ~ IRON ROD 8

~

is ~ i" ~

~

in AJI of squo~e 41 I _=".;B:k;..::808~ol;~5.30 Seq. 4

(127.50') (127.50') ti~

< ~

"C

"' I~ ('Il 1)')

> oot ~ ::::l

~ I >, o

" £

~ I¥ ,- <{ = ...J

~ ~

°1· ~.& ~ .... ,,,

o

o ~

5 m

~ ~

H-~ ~, ~ ~

s ~I

~f--l~ :;~ • g" Z$

I wr 10 LOT 39

(127.50')

Wf ll

(127 .50')

wr 12

(127.50')

Wf B

(127.50')

Wf 14

i!P""5,,,O'L) __ __

11 I

I r I LOT 9A (127.50 ' )

: 0.B7B acres LOT 38

~U~~I 3B.25C!...s~ r_t, __ (12750')

: wr 37 + (12750)

~n';;-C-2J (VACANT)

wr 35

~

~ ~, o ~

~ ~ I:d' z ~

5,----( 3 m ~

s o

is ~

~I <t ('Il

.~

o Q)

C!) I

( IN FEET

inch = 40

~

~ I,.,

if

fSl' FOUND 1/2" IRON ROO

50'

RIGHT OF WAY

FOUND 1/2"r~ IRON ROO g

~ 255,00'

(Zonl!:d SP. ORD.(C-J)

(8USINESS DRUG STORE)

NB6°18'19"W LOr 12k!

is a

SET 1/2 " IRON ROO

~

Drive 41st

32nd S(

Vot.,,,,, . 61"" ft.

NOTES: VICINITY MAP - N. T.S, I. II IIS property Is with in the incorporated limits of Kenner, LA. 2. Th is Plat does not const itute the fo llowing: A. Wet Lands determination;

B. Sub surface determinations; C. Environmental assessments. 3. Subject Su rvey has access to a public right-of-woy, Williams Blvd. (LA HWY 49)

and Georgia Avenue. 4. Set corner is 1/2 inch iron rod capped "WOOD" "LA 4716" unless noted otherwise. 5. Th e word "certi fy" , "certIfied", or "certificotion~ as shown and used hereIn means on

expression of pro fessional opin ion, by the surveyor, regarding t he facts of the survey and does not constitute a warranty or guarantee expressed or impl ied.

APPROVAL: CITY OF KENNER PLANNING COMMISSION

RECOMMENDATION: APPROVAL: ________ __ DENIAL: ________ __

DATE

CITY OF KENNER COUNCIL

APPROVED:

DATE

CHAIRM AN

PRESIDENT

ORDINANCE NO, __________________________________ _

CERTIFICATION: THI S MAP IS CERTIFIED TO MADE ON THE GROUND WITH TH E REQUIREMENl SURVEYS" FOR A CL SEAL IS IN RED INK.

IN ACCORDANCE WITH A PHYSICAL SURVEY OF TH E UNDERSIGNED, AND COMPLIES

~ " I~ANDARDS OF PRACTICE FOR BOUNDARY TI-lI.~ {"t':P;RT1~Ir.AllON VALID ONLY IF SURVEYOR'S

3/27/2017

DATE

1

2

3

,.A

B-A

11-A

15

16

17

18

,. 20

, , I I I

I 22·A I

I

\

?5 -' / 24 .-/

,8

" 46

45

" 43

42

" ' 0

39

36

37

Ml 36

35

34

33

32

31

30

29

22·B 2B

27

26 IJ ,./

~~

v

r

• • "'C >

"'C > --ca ca en en E co E co .------.--S s

26·A ~ I I 2,.A I ·3

" L

--L 42nd St. ~ ~ I " , r

• Q) ~ " 1 '

J"'o&.. 46A 2·A

'" 2 " 3 .. 4 45

5 " 6 43

I : 41 : I

7

40

10 39

11 3B

12 37

13 36

14 35

22A-1

Vintage Dr. n ~

co _ ' A -o ¥ '- I

() I

~I 6A 42A

A , 5

-

~ I : 8A 40A

U I 10 A 3BA

12 36-A4

,',

0

B 43 u 11 A

36-A3 13

36·A2

14 36-A1

13A 3!

I-

15A 33IA

17A 31-11

34A-1 L

~ ---

" .. j£il • I 24

231 P-21-17 Zoning

C-2 General Commercial

R-3 Three and Four-FamilY Residential

R-1 A Single-Family Residential 2-A

13A

15A t3-A

22A-1 34A-1 S.0.9808 17A

I

Polaris Serl es, L.L.c. Consulting Engineers - Land Surveyors

Randall B. Noble, P.L.S. (AR & TX) Don R. Wood n, P.L.S. (LA)

Tim Blankenship, P.E. (AR, LA, TN), P.L.S. (AR)

CITY OF KENNER Department of Planning

3602 North Market St. Shrevepolt, La 71107 [email protected]

July 14, 2017

1610 Rev. Richard Wilson Drive Kenner, Louisiana 70062

Ph: (318) 673-9985 Fax: (318) 673-9986

RE: Resubdivision of Lots 9-14 and 35-40, Square 41, Highway Park Subdivision, Located in Section 38, Tl2S-RIOE, City of Kenner, Jefferson Parish, Louisiana.

To Whom It May Concern:

Please accept this cover letter and the information submitted herewith for a Resubdivision Application to combine the said lots into a one lot subdivision.

Our Contact Information: Polaris Services, 1.1. C. Don R. "Ricky" Wood, II, P.L.S. 3602 North Market Street Shreveport, Louisiana 711 07 phone - (318) 673-9985 fax - (318) 673-9986 [email protected]

SitelProperty Information: Address: 4120 Williams Blvd. Kenner, LA Property: Lots 9-14 and 35-40, Square 41, Highway Park Subdivision,

City of Kenner, Jefferson Parish, Louisiana.

Current Owner: O'Reilly Automotives Stores, Inc. 233 S. Patterson Springfield, Missouri 65802

Resubdivision: This submittal is to request a combination of said Lots 9-14 and 35-40, Square 41, Highway Park Subdivision, City Of Kenner, Jefferson Parish, Louisiana, into one lot being "Lot 9A, Square 41, Highway Park Subdivision, City of Kenner, Jefferson Parish, Louisiana".

(

Development: This combination of lots into one lot will be necessary for the development of this

site into a single retail business subject to the limitations of the current zoning of this property. Naturally, the OwnerlDeveloper will seek approval and permitting through all necessary and required departments as their design and development proceeds.

CITY OF KENNER \ DEPARTMENT OF PLANNING 1610 REV. RICHARD 'VU.SON DR

KENNER, LOUISIANA 70062 PHONE (504) 468-7280

STATEMENT OF OWNERSHIP

Application Type PLEASE CHECK ONE

'""' Alley Closing 0 Conditional Use 0 Mobile Home 0 Revocation of Servitude

'""' Amusement Center D Day Care " Modular Home D Simple Resubdivision

'""' C-2 Use In Industrial 0 General Advertising n Nonconforming '""' Use on a Property Sign Residential Structure Zoned AH- l

0 Community/Group 0 Hazardous/Obnoxious ~ Resubdivislon Home Use

Owner Information PLEASE CHECK OFF THE POINT OF CONTACT POINT OF CONTACT O'Reilly Automotive Stores, Inc. SEE "APPLICANT'

@Name By: Scott Kraus, Sr. VP of Real Estate Daytime Phone (417) 862-2674

Mailing Address 233 S. Patterson Springfield, MO 65802

Email [email protected]

OName _ _____________ Daytime Phone ______ _

Mailing Address'-______________________ _

Email Address ______________ __________ _

@Name ____ _ _________ DaytimePhone ___ ___ _

Mailing Address, _ ______________________ _

Email Address ______ _______ ___________ _

(USE ADDITIONAL FORMS IF NECESSARy)

Applicant Information (IF DIFFERENT FROM OWNER) Polaris Services, LL.C.

Name Don R. "Ricky" Wood, II, P.l.S. Daytime Phone (318) 673-9985

Mailing Address 3602 North Market Street Shreveport, LA 71107

Email [email protected]

Property Information

Legal Description:

Subdivision _...:H",i",gh:.::w:.::a"y...:P...:a::.rk,,-__ Square, _ _ 4:..:1 __ Lol Number(s) 9-14 & 35-40

Address (if known) 4120 Williams Boulevard

all of the Information above is true and correct.

Signature of Owner Date

April 20, 2017

Louie Hartmann, PLS Gilbert, Kelly & Couturie, Inc., Surveying 2121 N. Causeway Blvd., Suite 121 Metairie, LA. 70001

Entergy Distribution P.O. Box 61000 New Orleans. LA 70161-1000

RE: Proposed construction of Lots 9, 10, 11, 12, 13, 14, 35, 36, 37, 38, 39 and 40, in Square 41 of Highway Park Subdivision in Lot 9A, City of Kenner Jefferson Parish

Dear Mr. Hartmann,

As per your request, this office has reviewed the above described property. Please know Entergy Louisiana, LLC. does not have any objection to the proposed resubdivision of said lots into LOT 9A. Please know Entergy Louisiana has and maintains facilities located in the street right of way and a clearance of no less than ten (10') feet must be maintain from all electric conductors at all times.

Should you need additional information regarding this matter, please do not hesitate to call me.

~ y Noel B. Coari Contract Sr. Right-of-Way Agent (504) 595-3812

ATMOS energy

Mr. Louie Hartmann, PLS Gilbert, Kelly & Couturie' , Inc. 2121 N. Causeway Blvd., Suite 121 Metairie, LA 70001 [email protected]

April 18,2017

RE: Letter ofNo-ObjectionlHighway Park Subdivision

Dear Mr. Hartmaan;

Please be advised that Atmos Energy Company has no objection to the re-subdivision of Lots 9, 10, 11, 12, 13, 14,35,36,37,38,39 and 40 with proposed property address of 4120 Williams Blvd., Kenner, LA 77065 as shown on the survey you provided.

If I can be of further assistance, please feel free to contact me.

Sincerely,

Stephanie Lewis

Engineer 2 Atmos Energy Corporation 10 1 Airline Drive Metairie, LA 70001 (504) 849 - 4417 0 (504) 208 - 8059 M

',:' ,L: . .:; : : \ .oj' .1.(:'"

G)veOllA

April 24, 2017

Mr. Louie Hartmann, PLS Gilbert, Kelly, & Couturie', Inc. 2121 N. Causeway Boulevard, Ste. 121 Metairie, LA 70001 Email: [email protected]

Re: Resubdivision of Lots 9, 10, 11, 12, 13, 14,35,36,37, 38, 39, and 40, Square 41, Highway Park Subdivision (proposed address is 4120 Williams Boulevard)

Dear Mr. Hartmann:

In response to your request regarding the resubdivision of the above referenced property, I offer the following infonmation:

• There are gravity main sewer lines under the sidewalk of the East side of Williams Boulevard and on the South side of 42nd Street.

• There are gravity sewer service lines on Williams Boulevard. Furthermore, there are sewer service lines that traverse 42nd Street from North to South.

Veolia North America does not object to the resubdivision as long as we have access to the City's sewer gravity main and service lines for inspection and maintenance purposes.

If you require any further infonmation, please do not hesitate to contact me at 504-234-2146.

Sincerely,

./ Joanne L. Massony Project Manager I

cc: Douglas J. Dod!, City of Kenner Public Works Interim Director Bill Duplaisir, City of Kenner Public Works Assistant Director Jay Hebert, City of Kenner Planning Director Jonathan Patterson, Veolia North America Project Manager III

Veolia North America 161 0 Rev. Richard Wilson Drive, Kenner, LA 70062 P.O. Box 730, Kenner, LA 70063 Tel: 504·234·2146 Fax: 504-468-6661 [email protected] www.veolia .com

~ ~at&t

AT&T 840 Poydras St, Room 1419 New Orleans, LA 70112-1016

T: 504.299.6630-F: 504.561.0409 [email protected]

April 25, 2017

Gilbert, Kelly & Couturie, Inc. 2121 N. Causeway Blvd Suite 121 Metairie, Louisiana 70001

RE: Re·subdivision of Lots 9·14 & 35·40, Square 41, Highway Park Subdivision, Kenner, Jefferson Parish, Louisiana .

AT&T has no objection to the re-subdivision Lots 9·14 & 35·40, Square 41, Highway Park Subdivision. AT&T has no main lines or servitudes on this propertY and its use will not be required in the future.

Please note that any request for rearrangements of existing AT&T telephone poles, cables or wires will be billed at the approved tariffed rates and will be the responsibility of the landowner to pay before any work is performed.

Please also note that this letter does not relieve you of the responsibility to notify Louisiana One Call of your plans to dig near buried facilities such as Gas, Water, Sewer, Telephone, Electricity, Cable TV, Gas Pipelines and other Buried Utilities.

If you need any additional information, please contact myself or Jake Lipari, Right of Way Contractor - Byers Engineering at (504) 289·8736.

Sincerely,

JJh~""" a-J4QO-'.

Shannon Hagan Mgr. OSPE -AT&T

___ ,. __ "..-' __ M ____________ ~ ___ ---------

Louis C. Hartmann

From: Sent To:

KSchexnayder < [email protected]> Wednesday, April 12, 2017 11 :52 AM Louis C. Hartmann

Subject RE: Resubdivision of Lots 9,10,11,12,13,14,35,36,37,38,39 and 40 Into One Lot of Record, Square41, Highway Park Subdivisiion, Kenner

Based on the information you emailed me on Monday, April 10, 2017, Jefferson Parish has no objection to the proposed resubdivision since there are no utilities, mains, and servitudes located within the referenced property and the Parish has no future use for the property. Jefferson Parish maintains a 12" water line along Williams Blvd. that is available for service.

Ken Schexnayder, P.E. Jefferson Parish Dept. of Engineering - Public Works Joe Yenni Bldg. - Suite 801 1221 Elmwood Park Blvd. Jefferson, LA 70123 504-736-6820 504-736-6526 (fax) [email protected]

--Original Message-From: Louis C. Hartmann [mailto:[email protected]] Sent: Monday, April 10, 20174:30 PM To: KSchexnayder <[email protected]> Subject: Utility Determination

Good afternoon,

An original of the attached will follow by mail.

Thank you,

Louis Hartmann, PLS Gilbert, Kelly & Couturie', Inc. 2121 N. Causeway Blvd, Suite 121 Metairie, LA Phone 504- 836-2121 Fax 504-832-1158 [email protected]

----Original Message--From: [email protected] [ma ilto:[email protected]] Sent: Monday, April 10, 2017 3:40 PM To: [email protected] Subject: Scanned image from GKC Survey

Reply to: [email protected] <[email protected]> Device Name: GKC Survey Device Model: MX-5141N Location: Not Set

File Format: PDF MMR(G4) Resolution: 200dpi x 200dpi

Attached file is scanned image in PDF format. Use Acrobat(R)Reader(R) or Adobe(R)Reader(R) of Adobe Systems Incorporated to view the document. Adobe(R)Reader(R) can be downloaded from the following URL: Adobe, the Adobe logo, Acrobat, the Adobe PDF logo, and Reader are registered trademarks or trademarks of Adobe Systems Incorporated in the United States and other countries.

http://www.adobe.com/

1

10m' ..

Louis C. Hartmann

From: Sent: To:

Bill Duplaisir < [email protected]> Wednesday, April 19, 20171:49 PM louis C. Hartmann

Cc: Scott Broussard Subject: RE: Scanned image from GKC Survey

Mr. Hartmann: Please not that no old survey was attached and I show a street R/W (Georgia St.) behind this property not a 15' alley. Records show no sewer or drain line located within this old street R/W but you must contact Jefferson Parish for any water line located within this area.

Bill Duplaisir Assistant Director Department of Public Works City of Kenner 1610 Reverend Richard Wilson Drive Kenner, LA 70062 Office 504-468-7515 ext 3316 Fax 504-468-6662

[email protected] www.kenner.la.us

--Original Message--From: louis C. Hartmann [mailto:[email protected]] Sent: Thursday, April 13, 2017 1:25 PM To: Bill Duplaisir <[email protected]> Subject: FW: Scanned image from GKC Survey

Good afternoon Mr. Duplaisir,

Attached is a request for utilities as required by the City of Kenner for a resubdivision survey. I will forward a copy of this letter by mail.

Thank you,

louis Hartmann, PLS Gilbert, Kelly & Couturie', Inc. 2121 N. Causeway Blvd, Suite 121 Metairie, LA Phone 504- 836-2121 Fax 504-832-1158 [email protected]

---Original Message--From: [email protected] [mailto:[email protected]] Sent: Thursday, April 13, 2017 12:38 PM To: [email protected] Subject: Scanned image from GKC Survey

Reply to: [email protected] <[email protected]> Device Name: G KC Survey Device Model: MX-S141N location: Not Set

File Format: PDF MMR(G4) Resolution: 200dpi x 200dpi

Attached file is scanned image in PDF fonmat. Use Acrobat(R)Reader(R) or Adobe(R)Reader(R) of Adobe Systems Incorporated to view the document. Adobe(R)Reader(R) can be downloaded from the following URl: Adobe, the Adobe logo, Acrobat, the Adobe PDF logo, and Reader are registered trademarks or trademarks of Adobe Systems Incorporated in the United States and other countries.

1

On motion of Councilmember , seconded by Councilmember ___ ______ , the following ordinance was introduced:

SUMMARY NO. _ __ _ ORDINANCE NO. _ __ _

AN ORDINANCE APPROVING THE UTILIZATION OF JEFFERSON PARISH CONTRACT NO. 55-16828 WITH TRANTEX TRANSPORTATION PRODUCTS OF TEXAS, INC. TO PROVIDE THERMOPLASTIC PAVEMENT MARKI NGS ON AN AS NEEDED BASIS IN AN AMOUNT NOT TO EXCEED $50,000.00 ANNUALLY FOR THE DEPARTMENT OF PUBLIC WORKS

WHEREAS, in accordance with LSA R.S. 38:2212.1 (F.), any public entity may procure materials, supplies, and equipment pursuant to the cooperative purchasing provisions of Part VII of Chapter 17 of Subtitle III of Title 39 of the Louisiana Revised Statutes of 1950, R.S. 39:1701 et seq .; and,

WHEREAS, thermoplastic pavement markings meeting City of Kenner needs is available through Jefferson Parish Contract No. 55-16828; and,

WHEREAS, Trantex Transportation Products of Texas, Inc. has agreed to provide the City of Kenner with the same pricing and terms that it provides to the Parish of Jefferson; and,

WHEREAS, it is the recommendation of the Deputy CAO of Public Works that the aforementioned contract be util ized for these purchases; and,

WHEREAS, funding is available in Account No. 0012900-5730.

THE COUNCIL FOR THE CITY OF KENNER HEREBY ORDAINS:

SECTION ONE: That the utilization of Jefferson Parish Contract No. 55-16828 with Trantex Transportation Products of Texas, Inc. to provide thermoplastic pavement markings on an as needed basis in an amount not to exceed $50,000.00 annually is hereby approved.

SECTION TWO: That any amendments or change orders for this contract may be approved by resolution.

SECTION THREE: That the Mayor of the City of Kenner is authorized to execute any and all documents as may be necessary to fulfill the intent of this ordinance.

This ordinance having been submitted to a vote, the vote thereon was as follows:

YEAS: NAYS: ABSENT: ABSTAINED:

This ordinance was declared adopted on this, the __ day of _ _____ , 2017.

CLERK OF THE COUNCIL PRESIDENT OF THE COUNCIL

MAYOR

llAMfX TRANSPORTATION PRODUCTS OF TEXAS, INC.

October 9, 2017

Ms. Roxane Driscoll Contract Specialist City of Kenner Public Works Dept. 1610 Reverend Richard Wilson Drive Kenner, LA 70062

RE: Jefferson Parish Contract No. 55-16828 for Thennoplastic Pavement Markings City of Kenner- Contract Utilization

Dear Ms. Driscoll

We are pleased that Jefferson Parish has granted your request to piggyback our Thermoplastic Pavement Markings Contract No. 55-16828. Trantex Transportation Products of Texas Inc. agrees to provide these materials on an as needed basis under the same terms and conditions as Jefferson Parish.

Please proceed with legislation to formalize this agreement. We look forward to working with the City of Kenner.

If you have any question or concerns please contact me at 281-448-7711 or by email below.

Thank you,

H. St'::.e ..... rtf . . President Trantex Transportation Products of Texas, Inc. 3310-0 Frick Road Houston, Texas 77086 0281.448.7711 F 281.591.6827 [email protected] www.t rantexinc.com

3310 FRICK ROAD, BUlLDING D· HOUSTON, TEXAS 77086· PHONE 281.448.7711 . FAX28L591.6827 E-MAIL: [email protected] . INTERNET: http://www.trantexinc.com

On joint motion of all Councilmen present. the following resolution was offared:

RESOLUTION NO. --:;9;:..51:::.;8:.;:.9 __ _ A resolution granting authorization to any local Public Procurement Unit within the State of Louisiana as dafined in LSA - R.S. 39: 1701. to purchase materials and SeMceS, as needed undet Jefferson Parish approved contracts and blanket purchase orden!. (Parishwida - All CauncJ DfatliCtsJ WHEREAS, 3rr/ local PubfJc Procurement Unit within tha Stale of

Louisiana as defined in LS .... R.S. 38:2212.1F arwi10r 39:1701. at seq .• i. authorize to purchase materiall .nd setV""" eS neodad under Jefferson Parish', approved contracta and blanket purchase ardars,

'NHEREAS, 3fJcM cooperative purchasing between any local Public Procurement Unit within tile State of Louisiana is authorizad pursuant to LSA-R.S. 3B:2212.1F and R.S. 39:1701 at seq.

NOW TliEREFORE BE IT RESOLVED by tha Jefferson Perish CouncJ of Jefferson Parish. louisiana actJng a. govemlng authority of said Parlsh:

SECTION 1. That Iil. CouncJ aulhorizas the PUrchasing Dl.-.clOr fD grant approval to any local Public Procurement Unit within tile Stale of Louislana as defined in LSA - R.S. 39: f701, to purchase matariala and saMcw, as needed under Jelferson Parish app!QVad contrads and blank&! ;Jurchase oroers:

SECTION 2. That the financial obligalfons for ,uch purchases must be met by the naquesUng Purehasing authority of Iile local Public Procurement Un~ within tile SfJIte of louisiana as defined in LS .... R.S. 3B:2212.1F andlorJ9:1701, at seq.;

Th'" foregoing t<!SOlutlon having been submitted to a vote and til", vota thereon 'Has as (ollows:'

YEAS: 7 :!lAYS. lien.. AJ!SI!NT. Hona The resolulfon was declared to be adopted on this th .. _1",2",t",h,,-__

day of n .. .,." • 2001.

THI fOReGCrNG IS camFlSl TO BE A 1FLI1! I. CORRSCT COPY

~~OJ. P~." . lCRFueT. ~;;G~~ --jj-

PAAISH CLeRK JEFFERSON PARISH C01JNCIL.

JEFFERSON PARISH Department of Purchasing

Michael S. Yenni Parish President

Theresa Nevels, Director of Purchasing

City of Kenner

1801 Williams Blvd., Suite 302

Kenner, LA 70062

October 5, 2017

Brenda C. Patel Director

RE: Request to utilize Jefferson Parish's Contract #55-16828 for Thermoplastic Pavement Markings

Dear Ms. Nevels:

We are in receipt of your request for a cooperative purchasing agreement (piggyback purchase) with Jefferson Parish. As a public entity within the State of Louisiana as defined in LSA-R.S. 38:2212.1F and/or 39:1701, et seq., and further expounded in LA R.S. 38:321.1, your request has been granted.

Please note that bids forthe above referenced contract 55-16828 were opened on 6/29/2017. Therefore, as stipulated by Jefferson Parish Resolution No. 95189 (attached) and with the concurrence of the vendor, approval is granted to utilize Jefferson Parish's above referenced contract which was approved by Council Resolution No. 129794 dated 8/23/2017. The contract is effective from 9/22/2017 to 9/21/2019. The contract cap was authorized for the not to exceed amount of $150,000.00 and as of 10/5/2017 total expenditures are $14,569.50.

If you require further assistance or have any questions, please call (504) 364-2678.

Sincerely,

Purchasing Department

BCP/nmw Attachments

General Government Bldg. -200 Derbigny St -Suite 4400 - Gretna, LA 70053 Office 504.364.2678

Email: [email protected] Website: www.jeffparish.net

AGREEMENT

BETWEEN

THE PARISH OF JEFFERSON

AND

TRANTEX TRANSPORTATION PRODUCTS OF TEXAS, INC.

TillS AGREEMENT made and entered into on this 25:':':'day of Sew I'D ocr , 2017, by and between the Parisb of Jefferson, hereinafter called "OWNER", duly represented

herein by Christopher L. Roberts, Chairman of Jefferson Parish Council, duly authorized to act

by virtue of Resolution No. 129794, dated August 23, 2017, which is made apart hereol; and

Trantex Transportation Products of Texas, Inc., represented by H. Steven Nelson, President,

hereinafter called "CONTRACTOR".-

NOW THEREFORE, for the considerations hereinafter expressed, the parties do agree

as follows:

SCOPE OF WORK

The OWNER does hereby grant and confum unto CONTRACTOR a two (2) year

contract for Preformed Thermoplastic Pavement Markings at the bid tabulation price of

$232,966.80 for the Department of Engineering - Traffic Engineering Division, as per the

General Conditions, any Supplementary Conditions, the Drawings and Specification on the file

in the Office Dfthe Chief Buyer for the Parish ofJefferson under Proposal No. 50-119827, and

the Contractor's written Bid Proposal dated June 29, 2017, copies ofwW.ch are attached hereto

and made a part hereof. Max:imum expenditures shall not exceed one hundred flfty thousand

dollars ($150,000.00) for the two (2) year period and compensation shall not exceed this amount

by a factor of more than 10% without an amendment to the contract authorized by resolution of

the Council.

The CONTRACTOR and its successors -and assigns hereby agree to perform the Contract

well and faithfully in strict coufonnity with the terms and conditions of the Contract, including

the General Conditions, any Supplementary Conditions, the Drawings and Specifications, the

Instructions to Bidders, and CONTRACTOR's written Bid Proposal attached hereto.

PAO-Kl10413 10f7

O~R'SREPRESENTATIVE

The Director for the Engineering Department is responsible for the Project which is the

subject oftrus Agreement and is hereinafter referred to as the managerlDesign Professional, who

is to act as OWNER's representative, and who is to assume all duties and responsibilities and

have the rights and authority assigned to the ManagerlDesign Professional in General Conditions

in connection with the completion of Work in accordance with the General Conditions.

PAYMENT AND PERFORMANCE BOND

CONTRACTOR hereby fmnly and truly binds himself as principal with __ ..IN,"I:.;:A,-~

as surety, unto the OWNER in the full and true sum of N/A for

the payment whereof Contractor and Surety bind themselves, their heirs, executors,

administrators, successors and assigns, jointly and severally, fmnly by these presents, according

to the terms and conditions of the attached performance and/or labor and materials payment

bond(s).

CONTRACTTTIMESORTERM

The Contract shall be for two (2) years beginning on September 22, 2017, and shall

tenninate at midnight of the date immediately preceding the second aruriversary date thereafter.

LIQUIDATED DAMAGES

In accordance with Section 17 of the General Conditions, OWNER and CONTRACTOR

agree that as stipulated ("liquated") damages for the delay (but not as a penalty) CONTRACTOR

shall pay the OWNER N/A for each day after the time specified

for Substantial Completion until the Work is substantially complete. After Substantial

Completion of the Work CONTRACTOR shall p ay OWNER ___ ---'N"'-!"'A~ ____ ~

for each day after Substantial Completion mill the Work is complete and ready for final

acceptance in accordance with the General Conditions.

Also, in addition to and not in lieu of the foregoing, liquidated damages, OWNER and

CONTRACTOR agree that OWNER shall be entitled to recover for CONTRACTOR or

CONTRACTOR's surety additional liquidated damages in accordance with Section 17 of the

General Conditions.

PAO,Kl10413 20f7

PAYMENT AND TERMS

The OWNER binds and obligates itself to pay to said CONTRACTOR on proper

completion of the Work under this Agreement those amounts due under the terms :rod conditions

set forth in the General Conditions attached hereto.

Notwithstanding anything to the contrary in the foregoing, CONTRACTOR

acknowledges and agrees that, pursuant to the applicable Laws and Regulations, this Agreement

is subject to an annual appropriation dependency requirement to the effect that the renewal

andlor continuation of this Agreement is contingent upon the appropriation of funds to fulfill the

requirements of the Agreement. If the OWNER fails to appropriate sufficient monies to provide

for payments under this Agreement, the Agreement shall terminate on the last day of the last

fiscal year for which funds were appropriated. This ground for termination is in addition to any

other grounds that are identified in the General Conditions of the Supplementary Conditions.

CONTRACTOR'S REPRESENTATIONS

In order to induce OWNER to enter into this Agreement, the CONTRACTOR makes the

follo-wing representations:

1. CONTRACTOR has visited the Site, has fanriliarized himself with and is satisfied

as to the nature and extent ofilie Contract Documents, Work, locality, and as to

all general, local and Site conditions and federal, state, and local Laws and

Regulations, which may affect cost, progress, perfoID1ance or firrnishlng of the

Work.

2. CONTRACTOR has examined and carefully studied the Contract Documents

(including any Addenda) and the other related data identified in the Bidding

Documents including "technical data. II

3. CONTRACTOR has carefully studied all (1) reports of explorations and tests of

subsurface conditions at or contiguous to the Site and all drawings of physical

conditions in or relating to existing surface or subsutf'ace structures at or

contiguous to the Site (except Underground Facilities) which have been identified

in the Bidding Documents or in the Supplementary Conditions and (2) reports and

drawings of a Hazardous Environmental Condition, if any, at the Site which has

been identified in the Bidding Documents or in the Supplementary Conditions.

CONTRACTOR accepts the determination, if any, set forth in the Bidding

PAO-Kl10413 30f7

Documents of the extent of the ntechnical datal! contained in such reports and

drawings upon which CONTRACTOR is entitled to rely. CONTRACTOR

acknowledges that such reports and drawings are not Contract Documents and

may not be complete for CONTRACTOR'S pmpose. CONTRACTOR

acknowledges that OWNER and Design Professional do not assume responsibility

for the accmacy or completeness of infonnation and data shovvn or indicated in

the Contract Documents with respect to Underground Facilities at or contiguous

to the Site. CONTRACTOR has obtained and carefully studied (or assumes

responsibility for having done so) aU such additional supplementary

examinations, investigations, explorations, tests, studies and data concerning

conditions (surface, subsurface and Underground Facilities) at or contiguous to

the Site or otherwise which may affect cost, progress, performance or furnishing

of the Work ar which relate to any aspect of the means, methods, techniques,

sequences and procedures of construction to be employed by CONTRACTOR

and safety precautions and programs incident thereto. CONTRACTOR does not

consider that any additional examinations, investigations, explorations, tests,

studies or data are necessary for the performance and furnishing of the Work at

the Contract Price, withln the Contract Times and in accordance with the other

terms and conditions of the Contract Documents.

4. CONTRACTOR is aware of the general nature of work to be performed by

o V7NER and others at the Site that relates to the Wark as indicated in the

Contract Documents.

5. CONTRACTOR has correlated the information known to CONTRACTOR,

information and observations obtained from visits to the Site, reports and

drawings identified in the Contract Documents and all additional examinations,

investigations, explorations, tests, studies and data with the Contract Documents.

6. CONTRACTOR has given Design Professional written notice of all conflicts,

errors, ambiguities or discrepancies that CONTRACTOR has discovered in the

Contract Documents and the 'Written resolution thereof by Design Professional is

acceptable to CONTRACTOR, and the Contract Documents are generally

PAO-Kl10413 40f7

sufficient to indicate and convey an understanding of all terms and conditions for

performance and furnishing of the Work.

CONTRACTOR'S CONTRACTS

REPRESENTATIONS FOR NON-CONSTRUCTION

I. CONTRACTOR has visited the Site and familiarized himself with and is satisfied

as to nature and extent of the Contract Documents, Work, Locality, and as to all

general, local and Site conditions and federal, state and local Laws and

Regulations, which may affect cost, progress, perfonnance or furnishing of the

Work.

2. CONTRACTOR has examined and carefully studied the Contract Docmnents

(including any Addenda) and the other related data identified in the Bidding

Documents including "technical data" relating to the requirements for the

services, equipment, materials or supplies.

3. CONTRACTOR is aware of the general nature of work to be performed by

Owner and others that relates to the work as :indicated :in the Contract Documents,

4. CONTRACTOR has correlated the information known to CONTRACTOR,

information and observations obtained from visits to the Site, reports and

drawings identified in the Contract Documents,

5. CONTRACTOR has given the OWNER or the ManageriDesign Professional, if

any, written notice of all conflicts, errors, ambiguities or discrepancies that

COl\TTRACTOR has discovered :in the Contract Documents and the written

resolution thereof is acceptable to CONTRACTOR, and the Contract Documents

are generally sufficient to indicate and convey an understanding of all terms and

conditions ofperfonnance and furnish of the Work,

ASSIGNMENT

Neither the OWNER nor the CONTRACTOR shall assign, sell, transfer or otherwise

convey any interest in this Agreement, including any monies due or to become due to the

CONTRACTOR under the contract, vvithout the prior written consent of the other, nor without

the consent of the surety unless the surety has waived its right to notice of assignment. Unless

specifically stated to the contrary in any written consent, no assignment, sale, transfer, or

conveyance v.Jill act as a release or discharge of a party from any duty or responsibility under this

Agreement or the General Conditions.

PAO·Kl10413 50f7

SUBMISSION TO JURISDICTION OF JEFFERSON PARISH COURTS

This agreement shall be deemed to be a contract made under the laws of the State of

Louisiana, and for all purposes shall be inte!preted in its entirety in accordance with the laws of

the State. The CONTRACTOR hereby agrees and consents to the jurisdiction of the courts of

the State of Louisiana over its person. The parties agree that the sale and exclusive venue for

any suit or proceeding brought pursuant to this contract shall be the 24th Judicial District Court

for the Parish of Jefferson, State of Louisiana.

ENTIRE AGREEMENT

1bis Agreement and the attached documents represent the entire agreement between the

OWNER and CONTRACTOR and supersede all prior negotiations, representations or

agreements, either written or oral. Tills Agreement may be amended only by a written

instrument signed by both the OWNER, through its Council Chairman, and the CONTRACTOR.

SEVERABILITY CLAUSE

Any provision or part of the Contract Documents held to be void or unenforceable under

any Law or Regulation shall be deemed stricken, and all remaining provisions shall continue to

be valid and binding upon OWNER and CONTRACTOR, who agree that the Contract

Documents shall be reformed to replace such stricken provision or party thereof with a valid and

enforceable provision that comes as close as possible to expressing the intention of the stricken

provision

Thus done and signed on the date first written, in the presence of the undersigned

competent witnesses.

WITNESSES:

7Juax4~kw {k,uJ-ljj~

WITNESSES: T TRANSPORTATION PRODUCTS OF TEXAS, INC.

BY:~ H.SHENLSON PRESIDENT

60f7

On motion of Mr. Roberts, seconded by Ms. lee-Sheng, thliJ following resolution was offered: .

RESOLUTION NO. 129794 A resolution accepting the lowest responsible bid from Trantex Transportation Products of Texas, Inc. under Proposal No. 50-119827 in the amount of $232,966.75, for a two (2) year supply contract for Preformed Thermoplastic Pavement Markings for the Jefferson Parish Department of Engineering - Traffic Engineering Division. Expenditures shall not exceed $150,000.00 for the two (2) year pertod. Compensation shall not exceed this amount by a factor of more than 10% without amendment to the contract authorized by resolution of the Council (Parishwide).

WHEREAS, Jefferson Parish received bids on June 29, 2017 for a two (2) year supply contract for Preformed Thermoplastic Pavement Markings for the Jefferson Parish Department of Engineering - Traffic Engineering Division; and

WHEREAS, There were five (5) responsive bids received by the Purchasing Department; and

WHEREAS, Trantex Transportation Products of Texas, Inc, submitted the only responsive bid, bidding on all items for Proposal No. 50-119827 in the amount of $232,966.75

WHEREAS, expenditures under the current (2) year contract (09/22/15 -09121117), Contract No. 55-15011, with Ozark Materials LLC are $112,177.01 (through 07/25/2017).

NOW, THEREFORE, BE IT RESOLVED by the Jefferson Parish Council, the governing authority of said Parish:

SECTION 1. That the lowest responsible bid received from Trantex Transportation Products of Texas, Inc. under Proposal No. 50-119827 for a two (2) year contract for Preformed Thermoplastic Pavement Markings for the Jefferson Parish Department of Engineering - Traffic Engineering Division, is hereby accepted.

SECTION 2. That the term of this contract shall commence upon September 22, 2017. Expenditures associated with this contract shall be charged to Account Number 22200-3005-7232.3.

SECTION 3. That the cumulative total of expenditures under Proposal No. 50-119827 shall be limited to $150,000.00 for the two (2) year period. Compensation shall not exceed this amount by a factor of more than 10% without amendment to the contract authorized by resolution of the Council.

SECTION 4. That the Chairperson of the Jefferson Parish Council, or in their absence the Vice-Chairperson, be and is hereby authorized, empowered and directed to sign and execute a contract with Trantex Transportation Products of Texas, Inc.

The foregoing resolution having been submitted to a vote, the vote thereon was as follows:

YEAS: 7 NAYS: None ABSENT: None The resolution was declared to be adopted on this the 23,d day of August, 2017.

'!I-lE FOREGOING 1S CIlA'ill'1ED 'Ill'eEATRlIE 'COIlfiE"" GO.""

4f~. do ~~ ~,-l'!,IlAA..~T" ,-I'AAW/ClERI(

"""'''' .... e''i16OMH PARI~H e{n~rL

Bid No.: );Q·OG119827 Affid,w~ • Pag., 1 of:>

NOll-Public Works Bid

AFFIDAVIT

STATEOF fo~

1'.illISHlCOUNTYOF ll-h..~l,)

BEFORE ME, the lJndersigned authority, personally came and appeared; »hrw&.J NGv...J ________ -', (Affiant) who after being by me duly sworn, deposed and said that

'. . 'i7~ ~ 'f-RAN1(;x:l,eA.,-';i'd'.:fAT'o;l ~q l:F Ti;>dl), llie., he/she 1S the fully authoIlzed fl(f;In/i5)l) of . , (Entity),

the party·who submitted a bid in response to Bid Number li>·OO!l~/, to the Parish of

Jefferson.

Affiant further said:

Campaign Contribution Disclosures

(Choose A or B, if option A is .indicated pleaseindude the requked

attachment):

Choice A __ _

Choi~e B __ 1_

Attached hereto is a list of all campaign .contributions, inclUding the date and {lffiount of each contribution, made to. current or former elected officl,ais,ofthe Parish ofJefferson by Entity, Affiant, andlor officers, directors and owners, including employees; owning 25% or more of the· Entity during the twe'year 'period immediately preceding the. date oft4ls affidavit orthe currentteim of the elected official. whichever is greater. Further. Entity, Affiant, andlor Entity Owners have noEmade any contributions to or in support of current'or former members pfthe Jefferson Parish Council or the Jefferson Parish President through or in the name of another person or Jegal entity, eitherdirectiy or indirec1)y.

there¥e NO campaign contributions made Which would require disclosure unaer Cb.aice A of this section.

Updated: 02:272014

Bid No.: 50-00119827 Affidavit - PageZ ofS

Debt Disclosures

(Choose A or B, if option A is indicated please include the required

attachment):

CboiceA __

Choice B __ 1_·

Affiant further said:

Attached hereto is a list of an debts owed by the affianttoany elected or appointed official of the Parish of Jefferson. and any and all debts owed by anye!ected or appointed official of the Parish to the Affiant.

There are NO debts which would require disclosure under Choice A of this section.

T!Jat Affiant has employed no pers<m. .;orporation, firm, association, erother 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 0.£ the public Quilding 9r projector in securing the public contract were in the regular course of their duties for Affiant; and

[The remainder oftlris page is iitlenlionaliy lift blank.]

Updated: 02.27.2014

Bic:i No.: 50-00119827 Affidavit - PageS of3

·Thalno part of the contract price received by Affiant was paid or will be paid to. any pe(S~mt cOI:poration, firm~ assocja~ion~ or oth~r organization for soliciting the contJ;act, dt\ler than tbe .payment of their normal compensation to per$o.o. regularly employe,! by the Affiant whose services in connection with the construction, alteration or demolition of the public building Or project were iothe regular course of their duties for Affiant.

~ Printed Name of Affiant

SWORN AND SUBSCRIBED TO BEFORE ME

ONTHE21fh DAYOFJUVlf,2Jl

Printed Name of otary

12q 1) 141ft; ~D . Notary/Bar Rofl Number

My commission expires ra11126W

Ashley Plerlger Nola!)i Public SIal.o/11l><l!s

Ccmm. Exp.00/07= Notery 10"" 12001476-()

Updated: 02.2720.I4

~--" I DATE (MMJODIYYYYj A, CERTIFICATE OF LIABILITY INSURANCE 9/11/2017

THIS ~C,,'or'~R'" IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER.

IMPORTANT: If the , hold.r is an ' ' the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. ; and If SUBROGATION IS w'''«n, ,"hloot"

''':::''~:I_'''~ .• ,,-~"--•. _~OO . Ihis ri, t conf~"iOhts tothe

I~(~. ) so~~~ Management Services, Inc. Crystal \/, IINh,n

,713· If~ 71: \3 t Loop Suite 1600 , e,"<'.1 V.II : 77027

NAle. 'NSURau I 'Co of. i 125666

INSUREO CENTSUP-02 INSURER I I ' Property ICO 125674

3310-F~i~~~~~i~~~ Products of Texas, Inc. INSURER' . Oak Fire I, , (" 125615

i D

I ,NS"""",'

I,NSURERF

COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE PQUCIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NANiED ABOVE FOR THE POlley PERIOD INDICATED. N01lJlJ1THSTAND1NG ANY REQUIREMENT, TERM OR COND1T10N OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO ViJHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POUCIES DESCRlBED HERElN IS SUBJECT TO ALL THE TERMS, EXCLU$IONSAND CONDITIONS OF SUCH poLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PA1D CLA.lMS.

INSR LTR TYPE OF lNSURANCE INSD WVO POLlCY NUMBER !(~M%~ 1~~L1CYEX? MIDDIYYYY UMITS

A -"- COMMERCIAL GENERAL LIABIliTY Y Y63D5H1525Bi 918/2017 918J2018 EACH OCCURRENCE $1,000,000

- P CLArM5-MADE W OCCUR ~~~~~9E~~~f1oo1 5100,000

- MED EXP (Anyone pe(sO\l) S5,000

PERSONAL &ADV INJURY 51,000,000 -R'L AGGREGATE LIMIT APPLIES PEf< GENERAL AGGREGATE S2,000,000

POlley 0 ~~8r 0 LOC PRODUCTS - COMPiQP AGG S2,000,000

OTHER: S

C AUTOMOBILE UABIUTY Y BA5H152581 918/2017 9/B/2-018 ~~~~~~~l~IN\';Lt:. LINIL I $1,000,000

fx ANY AUTO BODILY INJURY (Per pelSorl) S I- O'f.nllED r- SCHEDULED BODILY I NJURY (Per acddentJ S I- AUTOS ONLY I- AUTOS

HlRED NON-OVVNED fre'?~~de~gAMAGE S I-

AUTOS ONLY I-

AUTOS ONLY

S

B X UMBRELlA LIAB nOCCUR y ZUP41M6462A 9/8/2017 9/8/2018 EACH OCCURRENCE $10,000,000

I-EXCESSLTAB CLA1M$.MAOE AGGREGATE S10,000,000

OED IX I RErENT[ONS10,OOO S A WORKERS COMPENSATION UB5J16227A 918/2017 9/8/2018 X I ~f~TUTE I I~H-

AND EMPLOYERS' UABILlTY Y'N

ANY PROPRIETORfPARTNERiEXECUTIVE 0 NfA' E.L. EACH ACCIDENT 51,000,000 OFFICERIMEM8ER EXCLUDED? (Mamlatory in NH) E.L. DISEASE - EA EMPLOYE $1,000,000 If yes, descril>e-under DESCRIPTION OF OPERATIONS below E.L. DISEASE - POLlCY WMIT 51,000,000

DESCRWTION OF OPERATIONS I LOCATIONS /VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached If more space Is required)

RE: Two (2) year supply contract of Preformed Pavement Markings; Bid #: 50-119827; Resolution#: 129794. Certificate Holder is included as additional insured with regards to the General Liability, Auto Liability and Umbrella Liability when required by wrItten contract.

CERTIFICATE HOLDER CANCELLATION

Resolution #129794 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE

The Parish of Jefferson. its Districts, Departments and THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN Agencies under the direction of the ACCORDANCE WITH THE POLICY PROVISIONS. Parish President and the Parish Council Jefferson Parish Traffic Engineering DivisIon

~PRESENTAT1VE 2100 Dickory Avenue Harahan LA 70123 \~J~ USA

I

ACORD 25 (2016103)

© 1988~2015 ACORD CORPORA liON. All nghts reserved_

The ACORD name and logo are registered marks of ACORD

Bid No.: 5(M)0119847 Specifications - pag~ 1 of 17

J.EFFERSON PARISH DEPARTMENT OF ENGINEERING TRAI'l'IC ENGINEERING Ol1llSIGN ~PECIFfCA T1ortTE-sTMAT-2017

SPECIFICATION FOR THERIVIOPl.AS1IC PAVEMJ"Nr MARKINGS MATERIAL ONlY

GENERAL NOTES: The following s!,edficatians deselibe are for a uva-year oontract to prq~iJJe retroreflective pavel)1ent marking (MATERIAL ONLY). Tile mate.ria.! shaH iilclude·putnot.be.limited to: Raised Pavement Markers, Pavement Ma,kln", and Preformep letters, LegeMs, and Symbols. All material'and legends shalf conform to these speciffcatlo!is and to those listed· in the Manual of Uniform Traffic Contra! DeVices, -2009 Edition.

\.!pon Te!Juest bidders mast submit references prior to' award. References shall include contact information for municipalities where material has been lJ5ed successfulJy on roadways ih similar environmental conditions,

HOT APPLIED THERMoN-ASTle PAVEMENT MARKING

DESCR)PTION; :this. speciflCation describes a refi,;ctorized'tbermopfastlcpBvementsttiping materiaf that is BPolied using the propane torch method recommended by the inail~cturer, to tlie road surface In a molten state ~y mechanical means. The materiarmust be able to be appr.ed withou\ minimum requirements forambfent and road temperature-sand without any preheating of the pavement to a sp.ecific temperature, IJpon coerrngto normal'pavement temlJeratures the resultingtrafficmarkiag shall produce a stripe. of 5pedfied thickness· and width that is. reWreflective in dry arid wet conditlons and capable of reslstihll deformation llytrafflc,

a) The markings muat be a resilrentwhite oryeJ[9wthermpp!ast1.t prod.oct with onjfurmly distributed glass beads throughout the entire cross ser;ttimal area. Tfulmaikingsmust be resi~ant uHhe detrimental effects of motorfueis, lubrieants, hydraulfcfluids etc. ill'lEs, legenUs, and symbols.are cap!l.Qle. or being: affixed to bitwnincillscarrdjor ?m1!an.d ,ament runerete. pavement>; hy ,he uSe anhe rtotma! heat of a propane torch." other colers-snall be ayailable as-reqvlred.

b) The markings must be ~pable of conformir'lgto pavement contours, breaks and faults through the actIon ofil1lffiQt norm.al pa<rementtemp.eratures. The m.ikiollS shall have resealing·cl1~rageri.tiGS, such mat it is ,apable offusing with ItSelf ;lnd previo.osly applied !herrnoplaStitwh<'ti heated wrrnthe torch.

c) The marklng~ must be able to be applied in temperatures down to·S4.degrees F, without any spet;iaf.$lornge, preheating,. or treatment oftne material before appfication.

dl SEaler shari i)e requlredTor all markjngson portland cell1ent cantr,;fe and otnei'nof1-bituminous sVITaei"s where the marking Is at street level and would pe ;stibIe[:te~ to vehlculartraffie. The ;;-ea!ers.haJI be suppliEi\I ill S galion iY<!lfs. Expiration datHorihe .s,ealer shall.be clearly stamped on the con'talner label,

TE-STM4T-2017

Bid No.: 50-001 i 9527 Specifications - Page2 of 17

MATERIALS, The tnerrpoplaspc material shali be. homogeneously campos~d o.f pigment, bin.t!er, and glass beads. PII.EHEA teD MATERIAL WILL NOT BE I\.CCEPTED. All material shail cpnfOl:m to th" Manual oftJniform Traffli: Control Devil;eS,2Q09 Edi1;ioi].

The materia r shaH be comprised of malelc·modjffed rosin esteneslo anil high boiling p(!!5fltjzer resistant to degradation lly matotfuels, IUQriC1ln;S, etc In conj"nction with aggregates, pigments, hinders, i!nd glass beads which have.been factory produced as a iinished product, llnd meets the reqalrementsnftne currenh,dltion of the Manual on Uniform TrafficContraJ D~vic.es. The hlndershall he a minimum of SO% maleic modified rosin ester.

Tile thermoplastic mat~.rial shall conform to AASHTO designation M249-79 ra6.), wlth the exception of the relevant djff,mmce> due·to th'" material being supPliec( in a preformed state.

The thermoplastic materIal shall be free of ~kins, dirt am;! foreign debrls_

The reflective media slian l1e made up bythelntemal and extematappJicatjon QtglassGeads and shaJi conform to the following requirements:

Glass Beads- The material must erintain a mlnlm~m oftlility percent {30'AiJ graded glass.beads by weight a'nd shall in the "received state" have surface beads fir;nly affi~ed, The beads'shall)Je d~ar <!nd transparent. Not more than twenty percent (20%) of the beads shalf consist uflrregufariused spheroIds, Qr siITc@, The Index of refraction shall 'nOt be less than 1.50.

The thermoplastic materials shall hav8c the following cha.rnct"Ij"stios!

• ShiJll (lot ~e):erlorate. upon contact with pavement ma.terials, petroleum droppings frQmtraffic and .chemicals, s.\ldi,as socjium ch10ride or caJ<i!um Chloride, used to prevent formatlon ofice on roadways or streets.

• Shari not scorch, discolor, or qeteriOrate ffkeptattfle manLlfaclure(s recommended ap)'Ilitatiort temperature, or deteriorate If kept·at the manufacturer~ re.c;llTll'lTend.ed applico.tion t;;mpetatut'€, or at least 400° F (2.04.4' Cj for 4 hours. - . .

• Hes." temperature versus.YiscQsity-.characterlstic that remains constant from batch to batch through 3-4 .e"heat cyeres,

o The tli.ermoplastit materieth; the plastic state sh.~1J not e~ude fume$ that are tbXI" or cause InJury to person~ or property.

The Thert1lopl~stlc mat~rials shall ha~e thefollowinj{ composition:

.. The pigment, (:>eads and iillersoal/ be ;miformly dispersed in ihe resin, The thermoplastic shall be free of skins, dirt, and foreign dbjecl;J; ,md sfi.all wmply with req4irements according to. TabIe 3.

TB-STMAT-2011

Bid No.: 50-o01i9627 Specitica~ons " Page 3 of 11

'Tab!e g" COMPOSITION

Note 1-The amount ofyeilow pigment! ca!d'um carbpnate and ;nertnllers sh.1i be at the option oNhe' manufacturer, proviping all otherrequirements Dfth!. specification are met.

• Tbethermoplastic materia! shall be prod1)ced witnQQti;h" use of lead chrotnate orarseni,-

& The thermoplastic shall rontain dear glass heads as described above.

• , The thermoplastk shall be formulated and manufactured f(Om first-grade materials and specificalJy taro pounded for traffic markings. '

• The thermoplastic shall resist smearing ar spreading undernormaltraffic conditions beIQw120' F(WC)·

• Tne finished line.shall mait)tain its original dimel1sil;>"s'and placement.

• The linishedlfne shall be free from tack bslow12D-" F (49"'Q and is notsiippe,ry when wet.

• The thermoplastic line shal! he homogenous With elren ,!i~tlip'ut!o)) qfp"lgrilents, ,and beads tnr0ughoutthe plastfcmatrfx_

« 'rhe physical properties of'the,thermopfastic ,line shail be tiriiform throughout the plastic,matrlx_

• the tbermopl.stic lUte shall resist lifting from the pavement fn freezing weatner and possess c'atd ductillty properties that permit reasona!;>!e movement resulting from thermal <iXpansion 'and tOlitraction with the road surfaceto miillmize1!nIpping or c/'?c!<ing.

TheTl1erinoFlil~tic mareri;!f5 shaH, have tM fuflowilig physical charoJ::teristics;

Storage Life - The thermopj!>!;lic material shall m"etthe requirernefrtS afthis spedfica.tJon and melt uniformly with, no evidence of sklns'dt un-meltea particles for a period of one y~ar.

Yellowness !nd!ill-Test-accprilihg to recommendations'in ASTM D 496D. and make ye!iowness indsx meas\lf~ments acconlingto'ASTM E:1S49 u.slng a 2 ctegree'Qbserver:ana D 65 iIIuminant.1heyellolVneS5 indexforthe whitetherlT)oplasticshil,l! not e~ceed 1?c

Speoiflcations - Page 4 of 17

tracking Resistane<> at lowTem)1eratur~- After heating the thermoplastlcfor 240,+/"5 minutes at 425' +/-3' F (218' +/- 2' C) and then applying to concrete blocks" and cooling to 15' +/-3.6< FJ-9.4' +/.2.0< C) the materfal sh~lf show no, crackS. Ref: (AASHro T-250-D4 section 12). '

Impact Resistance - After heating the thermopl;micfor 240 +J-5 mlnutes,at 425' +/-3' F (218' +/. 2" C) and making test spedmsns and testing per ASTM 256, Method,A (un'-tlotched}, the impact resistance shall bl'> a minimum of 8.8 inch-Ibs. (1.0 J) Ref: (AASHTQ T-15a·04 section 14).

Softening point· After be;;ting the thermoplastic for 240 +/-5 minutes at 425' +/-3' F (218' +/-2',Ct and testing in accordance with AS'fM 0 36 the materials sflall havea softening point of215'+/-15' F {lOZ,S' ')-j-S' Cl.

ftowability- After heating the trrermoplasticf<1f 240 +{-5 mInutes at425',+/-3' F {liS' +/-2' q;md testIng forflowabillty; the white thermoplastIc shalf have a maximum percent residue aU8 and thE> yellow thermoplastic shall have a' maximum percent residue of 21. Ref. (AASHTO T·250·Q4sectlon 11.).

flowabllityWlth Extended Heating - Af'..er heating,the thennopiasticfor a.o +/- 0.5 hrs. at 425' +1-3.' F (218' +/-2' C), with stirring the last 6 hrs., and testingforfJowabillty, the thel1TIoplastlcshall have a maximum percent reSidue or21t Ref: (AASHTO T"250-D4 seotion 17).

Flasb Poiht-When tested in accordance with ASTM 092 the thermoplastic wiH have a flash 'point nat {esstnan 475' F (l,48'q.

Jndel)tation Reslstan~ -'Test accordihll to ASTM D 2240 Shore Durometer, A2. Durometer and panel'at 110~ F (43.3' c) wIth a 4.4 It> load applied. Me.surel'l)ent Is takeaafter 15 seconds, The thermoplastiC should have a minimum value of 40 and d maximum value of is. Note! Extra nara s:nouid qe t,,~en to ensure'th1! i,ntermi~lsthorotJghIy mixed and uniform Inthe'test samples. A non-uniforrn samp.le wilf result'in .efl'il~c: measurement values.

• Note~ During measuremenHlHhermOpJastfc containing lar,ge glass bea.ds thedurometer ~mbe may ,impacta large Dead cfuring'the~st resulting ina: much higher than e~pectec! 'resUlt. If the valw,is unreasonably high, it may be necessary to retest'ln another !ocatipn on the sample.

5pscific'Gl'aviiy - Test accordingto,!\STM 0 1!;3. The thermopl.asttc should have a'rilinirillJTTl no less than 1.9 maxfmum of n'D more than 1,.3.

W'lter J;I<SQiption- Test <i~cQrpingio ASTM rr 570. 'The thi'tmopl"sticsainple should have a maximum of 0:5%,wate( abwtptioh.

Ultra Violet Liglit'and conden,sate Exposure- Ma[<e sampfesand testaccordlng to A5TM G 154. After 30& hrs. exposure the lliertl'1dpfastlcsamples shali meet the requirements below.

C9Ior=l'Ila~e and testthermoplastlc samples ,rccQrdlnll to ASTJvI D 49.50. M~ke :COlbfmeaSUtem:e,it!i according toASi'M D 662'8-03 u$ing,a 2 clegre,e observer and D 651l1uminant. The therrnorlastic l)1aterial, al'tef beating fo r 24.0 +{-5 m'lnutes at lIZS' +J 3' F {2lS' +F 2' Cj arid then cooled to 77' +{-3" F (25' tf,2' C) shell me,at the:Ti5lloWii'lg criteria:

Bid No.: 50-00119827 SpecificalioQS - Page 5 of 17

o White RefJectanoe~ D;;ylight reflectance (Cap YJ meosured at 45/0 llegr.ees is 75% mlnimqm_

o White Colpr: The· colOr shall reasonably match' Federal Test Standard number 595&, cdior 17&86 Md shall he within the following chromaticity fimr..s "color box" defined by plotting the foilowingfour {x,yl pairs on a C.t.£.1931 chr.omatTcity diagram, (Xl,yl)= {O.355,Q.355)

(x2.y2)" (D.,3US, 0.30S)

(x3,y3) " (0.285, 0.325)

(X4,y4) = (0,335, 0375)

o Ye!fowRefJectance.: D;lylfgl1tref!ectatil:;e (Cap Y) measUred at 45/0 degrees is 45% minimum.

<) VeUow Color: Tbe color shall reasonably match FederaiTest Standard number 595Ei, color13538 and shall be within the foito.wing chrorrtaticity limits "cctlor box" defined by plotting the fol!owlng four Ill,Y) pairs on aCJ.E. ~9il1- cbromatic!l;y !\Illgram. (Xl,yli'" (0.560, O.441l)

(x2,Y2) " {0.4S0, 0.510)

tx3,y3) = (.Ct420, 0,440)

{x4,y4) ,,·(0.460,0.40C!)

RetrorEflectence ~ lypicalln1tial i'etron!fi'ectance are shtlwn in the T .. bl" 4 below.;ypical retroreflectivf!:y'averaged'QverlTlany readings [mcd(tt-2j{fc·lj] metric equivalent [mcd{m-2j(1ux-l)j

Table 4 Typical I"ili.JRworafl~c!Mtr .

Av.erg-e val~es' over' inany appIi~tions (med eft-i) (fe-I) ;' ~me\'rie 'eauivaJerit mCd (m-2~ {ux-nl

White Yellow Dry (AllTMEl1.W) 900 700

Wet recovery (ASl'M EZ117). 345 280

We~ Contfnuous (AS'l'ME2!16) 125 90

.. .. '*Note fr.yplcai Relrorilflectlvrty results represent average perform~nce f~r smooth paVetnent surfaces. Results mal'var'l dueto tlfl1'eteftces irrpa~"mert!i:yPe·.nd ~tl1fucerouill1ness. Increased element drQ-j.1 rate·mffY be necessary to compensate fOf"im:teased surface area character"fsdcs of rough paUEme,iit 5umc:es.

T.E~STMAT-2017

Bid No.: 50-D0119827 speciiica1ions - Page 6 of 11

Some re,aeonable variant,,· should be expected {fon~xample, applkatlon on very roUgh road SlITfilces 9r dUrerenees in glass bea.ds}.

The initial retroreflectance afa singleinstE/lation shall be the average vqltre determined to tOe measurement <lnd sampling procedures outllne"d fnA:\TM 0 6359, using a 30-meter(9IM·feet) retrofefledome.ter. RLshall be expressed in units ofmil)icandeias per square foot perfoot-candle [mcd.!ft-2)(fc-l)j metric equivalent [mcd(m-2](!m<-1)]. . Initial performance of pavement m.rking shall be measured no·soonerth.an 4-7 days after application.

Wet retroreflectance yalues m~a'iured under a "Gondftlon of c.ontiJiuoti, wetting" (simtlrat~d rain) ~hall be in accordance; with.ASTM EZ·176, and to reduce variability betweel1measurements, the test method shall be performed in a controlled laboratory environment while the marking is positioned with a 3 to 5 degree lateral slope. Measurements sharr be reported as the. awerege of the mintmum efthree I"catton$. Samples of the completed finished productshaJi be applied to fjat panels during applica;itm ~nd bro~ght back to the Jab r"rtestlng.

On ihe Ro.a<J Trac[{'Fre.e Time - Whtln: applhid at a temperatore rnnge of 412.5" +/.12.5" F (Z11' +/-7' C) and a thtdmess of 60 mils tQ185. mils (i5mm-4,7mm) tfue malerial shall setto'bear traffiCin n~t more than 2 minutes wh$rthe.air·arrd road temperature Is. EQ" -r/- 3.' F. (ier +1-2·~.) and not more than ten. mInute.s when theeir and road {emperatufEr is 90' +/- 3'1' (32' +/-2.' C).

o Track Free-shall be· consIdered asthe condition wnBre nav/sua! depQsition of taetraf/it ma!klngto th~ pavement suifa<:€> is observed when viewe? from a (list1lhceof 5Q feet, after a rree-iotlinglravallng vehich,'stlres have passed overthe line.

Color After Application - ihe coler of the appll£d ·white and yellow strjpes·and,m~rkings (With bEads) shall Cllnfarm to the daytime and nighttime. r;oJOl' requjrements ib ASTM Designation: 0 6628-03.

o Wh·!le Refiect.Inct?' Daylight reffectonce (Cap n mejISUrea at 45/0·degrees Is 35% mInimum.

o Whjte C"Jor, ihe coJorshall reasonobly matG(l Fe?eraITesj:Sfa:ndard nmnter 5958, color 17886 and shalf be w,thin the following chromaticity Iimits "color box" defined by pfottingthe folloWIng four (x,Yl.i,airs on a C,I.E. 1931 chromaticity diagram. . [Kl,y1) ~ (O.aS5, 0355) (x2,y2j = (0.395, 0.30£) (x3,y3) = (0.285, 0.;)25) (X4,y4) = IQ.~35, O::fZ5j

b Yellow Reflectence: Daylight r~f1ectanc" (Cap y). mei'f5ured atc45/0 segre<;s is25% minimum.

TE-STMA'I'-201J

Bid No.: 50-001 1M2! SpeOificatlons - Page ( of 17

a Yellow Color: The color shall reas.;>nabty m.atch Federal test Standard number $958, colar 185:38 and' sl:tafi oe' withln the fullowing cnromaticlty lim Its "color b<:>x' defined by 'pJotting the foliOwirigfoUi" [x,y) pairs ona C.l'£. lS31 chromatiCity dIagram. [)<1,)'1) = (0.S60, 0.4401 . . (x2,y2) = (0.490, 0.510) (x3,y3) = (0.420, 0.440) (i<;4,y4)'= (OA60, 0.400)

PACKAG.!NG: The preformed thermoplastic tl]arklllgs shall be placed In protective plafotic film with car.dbo1irn stiffe'nerswhere necessarytiJ'prevent damage In transit. WIesr matenal must be cuttl>a maximum of 3' long pieces. legends and symbois must also be supplfed in flat pieces. The carransin which par;ked shall be non-returnable' ancl shalingt exceep 40" in lellgth and 25" irrw'dti1" and be labeled for ~ase "f Identificat!on. The weight Qf the jnqMdual carton must not ei«:eed seventy (70) pounds. A protective film ardund the hOx mast be applflld in order to j:frotectthe material ITom rain Dr p·temature aging.

PAYMENT: Refrectarized thermoplastic.pavement striping material will be paid for at tne· contract unit price, under. (Ptica5 are not to be .included on this page. Prices mustbe provided.on the Jefferson Parish BId From.)

ITEM NO, 0010 lidzo OO~Q 0040 0050 OQ60 ·oQ70 G080 oaso own 'ono 0120 013D. 0140 0150 0160 0170 0180 0.:1.90 W.OO

PAY ITEM left Arrow Pavement Marking Straight ArroW Pavement Marking Right Arrow Pavement Mar~lng Right/Straight Arr:Qw Pavement Marking left/straight Arrow Pavement Marking ~ONLyiT Legehd Pavement Marking "R X R" Kit ~avement Marking Eight Foot "SCJ{OOL" LegeM PaY$nien, I\:!a ,king Ten !'oat "SCHOOL" Legend Pllvemelit Marking Handlt;aj> Klt, White on Blue l'l1tycie;'Symbtll Shared Lane Symbol Left Shared BIKe Lane~ymbol Light Green wne Four Inl'h Soud White' pavement Marking Paur Il'lch Solid YeHaw Pavemeht MarkIng Eight Inch SoM White PaVement Marking Twel~e Inch Solid WhIte Pavement Marking Twelve Inch solid· Yellow Pavement Marking TWenty Four Inch Sblid White Pavement Marking

'""* TE-ST~T·2.ot7

PAYUNll 'Package Package Package .Pack.ge PackagE! Package Package Pat!<gge Package Package Package PaCkage Pac.kage Packag~

Package Package Package Package Fackage ·Package

Bi<;f No.: §I)-poi 19827 Specifications- PageS of 17

PavenJent Marking Tape -·Patterned Pavement Marking Tape for Inte!'S<ictions

DeSoription! This specification describes Pavelnen~ Markl.ngT.ape Series VB liS retrbnaflecti've pattemed jlo!ymw pavement markifig~hatcan be used·"san lnlayma.rking dn newaspl1?1torasan overlay marldng on asphalt arid COQcrete pavement surfaces In good conditian, S'eries 270 ES tape shaIT offer "Extended Season" applications "11th pressure sensitive adhesive (P.SAl package on the bottom surface. Series 270 ES shall not require sUITece preparation adnesive peitirto appllcatkm.

Mater1als1 Serles:A2711 ~S; Unlinered. Used for long lines, edge lines, channelizing lines, gore ·marRings, stop bars and crosswalks.

Series l270 liS, liner~d. lJsed to cutsymboJs ahd legends.

5eriesSMS·l270 ES~ Linered. Precut symbols and legends,

Prol'.ertles: A. Pro(juct FeatUres:

• Durable, confOrmable to pavement.and retrorefiective • Embedded rlet provides increased tear resistance • Press!!re sensltiye adhesive (PSA) on bottom surrate • NO surface tw"paration ~dhesiviHequfred When applied withIn standard tape .applieation

Sllason • Retroreflective layer ()f glass beads bonded In a highly durable )lofyurethane topcoet • Manufactuted Without the use of !lea",! m",tafs, lead ehr=te pigments or other similar, I."d

cO)ltaining ~hemkals • Nomiruil thlcknessofll.(J~5 in. (i.$-mm) at pattern helgnts • Whlte:270ES • Yellow; 2.71,ES

.8, R~ectanl:l'1

Serfes 27ft ES tape snill! have the follo\<llng llHt!al minimum t~tioref[actanc<; values whel> measured in aOCo~danc" with ASTM-D4b61 and ASTM4.505. The pnp,omeltjc qUafltyto be measlired is coefficient of retroreflected lumInance IRL) and shall be el<jlfessed as:.

:Engllsh ilL, millitandelas per-square foot per footcan:dle [{med • ft-'!:) • fe-lTor equ.lvaf.entll' as:

MetrkRl: milHcandelas per square meter per lux [(mcd • m-zj -1x-1J

_Entrance Angle OoservaJ;llm Angle I\etrqt<;flected Luminance* RL[(mcd • ftc2) 'fu-l]

White 88.7&"

1.05" 300

Yellow g8:76" .1.05~·

250

*The quantity of retroreflected luminance (RL) "re!ates to the way the effectiVe retroi"!'flectlve .urface is focused on the retina of the Quman eygiloMo the vfsual·effettthere.by proQtited, It Is. recommenCled fat desctlbing the performance of highway slgns and striping, or large vehleular markln·gs whlch are commonly Viewed as .dJscemIPje surface areas!' PederaiTest Method Standard 370,3.1.2, Note 6, rvlardh 1,:1977,

Bid Mo,: So-00t198-27 Sp~cificalf"ns - Psgo 9 of 17

c. coior The- preformed markings consist ofwhlte oryeJIowfllms wfth pigments selected and blended to conform to standard higoway ""rOfS.

D.Skfd Re5fS1:a!)~e The patterned sllrface oftne ret(orefiectrve pliant p'olymer shaH prDvide aD initial minimum skid resistanee valu" of45 BPN whente>ted-acr:or!lihg to ASfM E 303 eXceptvaftlesWili betaken in one direction and at 45" angle from that directlo.n. These.twa valll$s Willthen.be averoged ta find the skid fE;sistance atth" patterned surface.

E, Patchabilitv Heavy traffic may caUse wear and ~ai))?ile. Newinater["Js shaH be easify [hataJIed.in 'these areas With minimal ~Qrface preparation by folfowingt!re m~nufacturer's recommendations.

PAYMENT! R~flectoriied thermoplastic pavement striping material will be paid far atthe c\1nlractunlt price, under: (PrIces are notta be induded on this page. Prices must l:Je provided orr the Jefferson Parish Bid From.)

lTEMNO. MY ITEM PAYUmr 0210 four Inch· W~jte 470 ES pa~kage

0220. Eight Inch White 270 ES Packa~e

m30 1\velVe Inch Wblte 27U ES pa€.~age

0240 Four Incn Yellow 271 ES Paekage 0250- TwelVE! Im:o YellilW 171 ES Package 02.60 Pre mark Sealer Each

TE-S'J'MAT-2017

Bid No.: 50-ll011S&27 SIJecifi.catians, Page 10 of 17

DURABlE, ABRASI ON-RESIST AjIlT, RETlWREFI,ECTIVE RAISED PAVEMENT MARKERS

DESCRIPTION, This specification describes durable, abrasion,res/stanf, retroreflectrve raised pavement markers designed for installation on aspbaItand portland cement .;onere!. ro.o. s~rfuces. The m.rkers shall be designed to provide highly effEctive, lont-fife nighttime visibility,

MAT!;R1Ats: The markershalJ be prod\lcedfro/l'lliO engineering polymer selected forsuperiorimpact resist.nce and WeatherabIlity. The color ofthe marker body shall be ~lIher neutral white or as specified. The markErshali· incorjJbrate an abiasion-resislant,·retrore:f!ective element designed' to provide long­!asting nIghttime vislbllft'!. These markers are intended for applic<ltJon directly onto aspi)"lt orPortian'd concrete' pavement surfaces and shaH be crimpatible. wfth,commerciafly avaffable j)ltmnen or epOXY' resTn adhesives tle51gned.for ose with raised pavement markers aodas (ecommended' by the marker manl.lfuctu(er. All other adhesivES must be tested by the userto·cfetermine.suitabIHty.

The markers shal! be durable,lmpact and abrasion-resistant reUoreflec:tive .raised pave'(nsnt market's designed for US" wJth IqngjtudJna.1 and gore markings on new and existing ro,j'ds in noo-snow plow regto-ns.

The roarker shall be installed by use of a nOBc1:oxic, Z~to Y.O,C" prefQrmed'th~'rmoplastic adhesive Bundy pad designed' to adhere raised pavement marRe", to the roati surra,,, when heated wllh a (orch. [5");5°, U5-mil thic:ksquaresjo

The marker shalf rneettl1e foJlowing spec1fied requirements: Tha marker body shall 'he produced in neutral white OfilS speclfied. The color'ofthe retroreflectil{e elementshafl be white,jleHow, reci)·green'Or blue.s ,specIfied. Dimensions: The typical dimensions of the marker shall be: Height: O.li25;!; O.(J50'jn. {15.1i!\± 1.27I'rlm), Whlth~ .4.00 ;;.0,50 in. (101.6' ± 1Z:7ffiniJ length: 3.50 .± 0,50 in. (8:1.:1, ± ;l2.1mm),

The w.l:tite!req, "nd·yellow/amber markers shall have initial mInimum retrarefiectance valtres specified as the product·aftne value<"in Table 1 wheIl meastired in accordaneewith ASTM EllIJ9. 11)e PDotom?tric quantity to be measured is the cQe!f1eierrt: of(etrorellected lumin6uslntensity (Ri), expressed as mi!licandefas per lux (roed/lx). One cande,l;, per IUJi equals lO.7? ~ande[as·perfoot-ca)\dle.

'l'E-STMAT-z1l17

Bid No.: 50-DO 1191>27 Specifications" Page 11 of 1-7

Tabie 1, Minimum 'HI Vafues

. EDIT,,,"" .,gr. p.

ill., ~!'f'). " o· =l-W

Obsen':Uitlr:l.aiJgIe- :r .2' ..

Minimun\ Cclor MirumtL'l1I Mmf:mm:n Min[mum 1,.1",<';1.,.1 R, (edifi,d) ll, (lI1Q:l!l,} R, IclIllcd)

While 279 l.OO ,

III nQ I 1: ello, .. 1Ambe; 16'7 l.SO '67 9.11

Red to IUS Z8 0.10

Blue 1~ U2S 1;) 0,11 GrC!::n 93 LOll 31 D.40

The mark<!1sshall have initial minimum retrorefiectance values sp~cifted as the product of the values in Tabla:2 ;!nct Ta!Jle 3 when measured in accordance wltl'cASTM E809" In Table 2, the angles refurance,; correspond to the entral1ce, rotation a'nd observation geometry for a driver 1n a standard vehicle with pavement markers plijcer;!PI1 "lane !lne to the left of the vehicle. The measured value, at each simulated distance is the sum ofth" mar-ker rettnreflecticn from the intidentillumination ,ofthe left ami right headlights. Test set up'and measurement geometry rs lIfustra,ted in Fiiltlre 1.

Tank 1: R, ~Drl:\'cr Gcom.t",~ Sinml:l,tcd C.b!itf~;uro;l1 .Rucstlon Entrancl!' ;\Ifu.iruumRr TYl'l<"t~ JHstilufc- ~\I:lglli- (q} An:~:k {~} AI1l!!e Ul) 'Dl"Cal1l;i.t~ (medii",,)

.&l! )i~'f!.""" fl!:adlj~llf: (ds"'rt!t='i'-t '!d!.l"f£l!!iY l!! ~ Jefl + r!-tf~l' l~ft + rMlf !DO 30 bn 0.9$ 19 ..!.Q -I,S 40 8<1'

Rlgl11 2.91 -72 4,6 ' -~.9

3'ilO 91 'W OJ5 -24 ...0.7 .{),$ ,150 5GO RiJ!h. u.9Q "';9 t.4 -I,P

500 m !.eli. iJ32 24 .0.4 -03 oO!l 1000 Rigi1t 0,,3 -<is iJ.~ .0,(,

!'fQre: 'In 1i3.b£lr.ttotY Icst.itfg Etltrone-e.Angtes- p:. ::l:M Gz.::lr:; SG lo.equal (f and LefrJRiliJ!t R.ola-~jerr Afl:g:!~:z llIU sit to '!fff,.10~ .::IS -;Ih n:pproximalian ~.:iili llitre- fits> of ~i:laurnc'y.

TE-STMAN1)17

Bid No.: 50-00119827

Fl~ .(~tifp!OvS;1:og Rtr mdloo..:Iwui the rtrstll>l:f

t.laWi'!f:!tHl~,~g ht sno'Ctl bbtirl flllt zoc;ttltt;a!l.lI.

Specilicalions • Page 12 of 17

Table:!: Celor Mllltiplyilig ractors

Color l\TnltipMnu Fador

White 1 Y eUow! Amber 0.6 R¢d 0.25 Blue C.! Green 6.33

The retrareflected color oftne markersshal! lie Wfthlnthe respective retroreflected color gamut

coordinates,. plotted Ofl the 1931 tiE Chromaticity [x,yl iliagram, described in Table 4and Figure 1 when tested In accnrdance with ASTM ES11 using Cle muniiiiim1;Sout'ce A and ~iewing eooditiotu;.of 01' observation angle, 0" entrance angle. The source and receptor angulBr aperture~ are each. S mmutes·of afC.

,ahlo >I: Rclrel1llle<t.d· Color Gumut Coordlll:ttc,

'"'bile \~now R.d llIue Gn!llil

f:UT!lt N"ll [fl'hr!:l' , , i ,- .< , ~

,. ,. l'

0..3)0 0,34$ tl515 0,41" Mso. 0.330 u.u:Jy u:Jia o..oo~ U7.lJ i: 0..453 0.440 0.$99 (J,4jg o..66S ·a3J1l 0.16Q lJ..J2o. 0.288 IJ&'ZO 0 ·o~oo 0..140 0.009 OJ9{) 0,734 0.26$ 0.1,0 0..240 ·0.209 ~J95 'I: 0-500 ~ (>380. {}.397 .OJ90 {D2j 0..259 o..)~:i 0>2.18 O))12 0.,94 5 0..410 0.3"80 '- MS3 ltN2

.6: MW (j.283 ~

ffl$a points 11~-M1h~ .sp;;cttUh1IOC~n!l~i1hcymust not he connCdJbY.!l slmJ~ktf,n~'~p[ :rn*~ should. in·lms t!lSC'.'~ jpin.."'ll by the bOlitufary Oflhe sp.cctj:um Ioa!,s.

Bid N<r.: 5()"OO1t9ii27 Specifications· Page 13 of 17

Figure 2: erE 193! thron1alicity Chart

The coeffidentof retr~rei)ect;ed .luminous Int.ensltv of the markers is measured after subjecting th~ ·entire lens surface to the test described In ASTM D 4280 section !lSusing'a sand drop apparatus. After the exppsure de$cribed ahove,. retrorefleded VlfllIes shall not be less than (lStlmes the values listed In T.ble.lll.

ThE!.m.arker shall comlJl¥ Wit~·th<> initial tninimu'm briglitrress requirements asspedfledln Tablal and the product of the va rues jnTableS 2; arid S afterconditioofngfor12 hours. at 145"F± 5"F {52,]"!;! 2.S"Cj.

Th",·marker hody shall display no cracking or break.ge When tasted accoj'cling t<>ASTi'v1 D2444 TlIpA, tif;inglllOOO gm weight from a height ofi meter. The marker shall be positioned .i.11 sudl a way thatthe Tup sl:rlkes-the'top of the marker: The m~rker lens shaU display no cr.,eking "qtslde the impact'a'rea when tested according to ASTM D2444 TUP,A, us[ng a,1000 gm weight from a heignt of 1 meter. The marker shalf b~ placecHo a ste"l fixiure des!llnedfo 'hold the mprker lerrsliorizontaland pasftloned such thatthe Tup strikes the-center ofthe .lens.

The marKers shal! be conditlonedfar 10 minutes atl45'F ± 5°F (62.7'C± 2.S"C) and then immedlately submerged In a Waler bath at 70'F ± S"C{21'F ± 2.5"Cj for 10,minutes. The markers ~nouJd tben!Je temov"d f,-om the water bath, vliped cfrywith ~ soft ddili, visu,alIy inspected for penetration oflvater behind the lens,. and measured for reffectivity in .accordance with JlsfM E809. The markers shall meet ·the initial minimum retr'orefiect<irrce specified values' fn Table :1 <1ncf the prodUct oftM vafues ifl Tables Z anaS ..

ihemarkers shall meettne performance reqUIrements contained in the current ASTMD 4280 for RaIsed Retro"refrect1ve Pavement Markers. This warrentyexcliIoes (Without limitation) damage from Improper fnstaJ(ation, 'exfJosure to memlcals at misnandfin'g.ShoulQ the mark~rfail.to conform. tathis warranty, ilie manufacturer shall, at Its expense for materials ONLY, furnIsh repla,em<1nt trIarkersfor-tliosB non" c'onfm:miiJg rill!rkers. Jefferson Parish iraffie Engineering Division wl!! mll/maln anq track, alll11sraltatioo information.

TE-STMAT-Z017

Bid No.: 60-00119627 ·SpecIfica1101ls.- Page 14 ()f 17

PAYMENT: Raised pavement markers snair be paid for at the contract unit· price. payment will h. made under: (PrIces are not to be inclUded tm "ihls page. Prices ml1!it.bepravided on "the Jefft!rson Parish ffid From.)

ITEM MO. 0270 0280

PAY iTEM White I Red Raised Pavement Marker Yellow Raised Pavement Marker

TE·STMAT-Z017

PAYUN1T Box Box

Bid No.: 00-0011-9827 SpeqificalioD$ - Pag~ 15 of17

HlGH IMPACT PEUNI:ATOR POSTS

High Performance Surface Mount PostAss~[l1\1ty

PJ:SCrupTION; Thfs.speclfication tffiscrlbes. a high performance sur:fqqe mount delineator· post as's~mbly. The delineator.; shall be composed.of a highly d\lrabls, ursthar:te plaslkand feature a '3" post<;liameter. The posts shQII be able to withstand overZGO impacts at 60 mph, and' snail be designed far arellswith a hJgh impact frequency. The posts sh"lI remain extremely flexible, even 'at eXlremetemj:lsraiures and returns to an upright position.after impact.

MATERfA!$: Heav.y DDty D!1lineatQf Post

• Injection molded thermoplastic [100% polyurethane-nO' blends aa:epted) • Diameter. 3" from all viewing angles • ·Height: 35" • Standard Coloi'S: Yeifolv, White • om, piece design

Abrasive R€sistant Reflective Sheeting • Horizontlll band.,

(1) 2,. Or 3) 3" wide X g %" IlJr1ghoriZontat ~ands per post assembly • Vertical strips

{lor 2)3" )( lZn vertical str.1'ps per post assembly • Standard.Col.ors: SilveY or Amber

Surf~ Mount Sase • Lnjection molded high-impact polystyrene • Base shell be one color throughout • C.ofnr: Black ... Inc>odescold fihislied Aluminum .retaining pin fer [oeldA§. pest in base. (Coo requirad per.posli) • Quick Chang" retaining pir • Centerscrew moum: bas", .. B'lseshall be installed by use "fa rrbn~tbxic, zerciV.O.C, preformedthE®oplasticadhesive

SuperBundy pad designed te adhere delineator pasts.io the roadsuITa:c.e wiTen heated wlth a propane torch. (8" j( 8"; lOo-mil thick, TWO-piece system)

Performance o Testing

fnstalred with the pin 'perpendiculart" tI<lffic; tbe dura"post asse.mhlyWithstands in €xcess of :100 vehiCle impaWi'at 60 mph.

• National Transportation Product Evaluation Program (NTI'EP) Tested.

TE-STMAT-Z017

SpecificaUans - Page 16 of 17

l'AYMENT. High impact D~ltneator posts shalf be paId fur at the contract unIt price. Payment will be matj.e under. (Prices are not to be included on this pagl!. Prices inusl:be provided on the Jefferstm Parish Sid From.)

ITEM NO. PAY ITEM PAYIJNIT 0290 White Delineator-Post Each OSDD Yellow Delineator Post !;\len 0310 Base with Lock PIn Each 0320 Bundy Pack 0330 Super Bundy Pack

Bid Nc>.! 50-00119827 SpeCfficaftons - Page 17 or 17

PROPANE FIE!.D TORCH I<IT

DEsCRIPTION: This'specification descripe$ an Extra-long, rrdpane fuel Field Tarof) !<It. The !<lfeh shaH be propaM gas fueied and used with" propane gas !lottie to heatthemO'piasttc pavement markings when applyingtd asphalt oreo'ncrete roads, surmees,etc. 'he 1;prohshall De Used to apply thermoplasticlines, letters, and thermoplastic iegertas on a variety of different surfu;;es to treate a durable finish that can be waiked 6n and driven over w!th.ln minutes. Thetorch shalf De easily operated byarie p.erson. The gas torch shaH attach to .-gas bottle {nat provided) and work by manual appJicatfbn.

MATERIALS: The torch kit shall Include the following: ~ 24" Extra·Long brass'torcn handle with 70m(l'l electronIc nozzle ~ 600.,000 BTU

• 33' U/l listed regulator • Swivel hOse cOl]ne<;tor • Saretystand • lightweight and balanced • Brass constructed • jntercha~geable nozzles .. Electronic 19nition

PAYMENT: The propane fietd ton:h kit shall be paid for a,t W, ccintmct unitprice. Payment will be made under: (Prices efre not to be (ncJuiied fiii'this page. Pikes must be pravtded on the jefferson Porish ,Bid From.j

ITEM NO. 0340.

PAYlTEM EJ.(tTa-long Prop,me Field Torch Kit

TE-STMAT-.4{)l,7

P!l.YUNlT Each

Euund !r'l7ii.zmm} diameter 3S- (974Amm) post witIJ one, two or tlJre~ hIgh-intensity r.fl.ctitl~ naRPs. for Diimi-di.(Ect.ian.aJ reneetivlty~ fb(jltnl~ sJUface mount base 'or !lDtf anr:hru.

Sill/FACE M(]IJNF '3" fl5.2mm"')"Bi:a=n"d --,,~'-cO"ra=ng::,e:-;P"'lJS=! --,., --;Wb',f';:PDSi' "-"~rY,,!rDlN Post

an. a". SIil3'SM~-OS-ll3 I SHUlllSMA-WS'1l3 l' SHU'sMA-YS-ro Two B,nd. SIil3'~Ml\E10S'()O I SHL35sMAE1WS,03 SHLreSMAEY8-ffil

Thre~8'~ds SHL1SSMAE20S-ro 1._,SHt$€¥ftlWS'W L_~HI.3~MAE,\YS-ll3 ~_1JIL_A_NG~fi!lR __ i ___ I ~

~ t --1----'---1 fine Band- ! SHl355P3--0S-03 .J SHLSSG?'s'-WS':-03 ! SH136Gf13.-\'B-03

lWe- Gands SHl:lSGP3ElWS-(l3

SH L3613P381WS-!13

! I SHI.36IlP'E1Ys,1!l i

Il,umd r(1Q2IT!m! ifiameierJ5" rSUAmm}.pos! witb 3" X 12" {l1i.lmmx30iESmm) stiip.fJir dfrectioRal"'eflefitivity~]Jtr;lude$ surface mnl!lli base iir:suiJ anc/lOr.

t ~ . ~ SUflF/WE MfJllJlJT I ; ; ,

____ -:------'---,-----~t------~-l---------,' 9" J( 12" larips I Omn~"P~sl I Wl1l\~ I'<>sl; i Y~!low Post

17G.2mm x i1t11.8'nlmJ i ~ ; 'On, ~trip i SHUlSSMA,·Oe-l1 SH,3SSMA-WS-lt sKL3EsMA-YS-12

lW,Strlps, ! S~I:3,SIifAE1DS,1Z SHLBSSN!A'IWS·12 "SHl<!5SMAElYS·ll $7.i;iAl'iiiiiii{~ i., J-._-'.' ------"----- -, ""'~""""-- ,,· .... · .. "'-1----------,-------·-·.....,.-.. ·1.---·-·.,..------

,O[!.8 Strip ~ ,SfH.36G:r3~-OS-fi Sl:lt36GPs-:WS';12 {SHL1fiGPa:~wYS-12 , , 1\vo SulPS i ~ill36GP3ElOS'12 SHl366PAElws.n; SHI.36GP3E1YS,12

;

S/fllFACliMOUNT ~1if!Ij!~CE!A!!!~,_", ____ ,_~,~, ----I Refltmtwe Type ! fPartNa.. .N< Sheeting j 'SHL2024S,'M--Wlt Pn";!"""''' .1',2mm, iSRUlZ4SMA-WS-oa lWo;>b,.nds 17S2mm ISHlUZ4SMAEIWS Thr .. 3" b.nd~ ~S,Zmm t SHl024SMAE2IVs , ,Un.Yerlio .. Jl3")<jZ"l '1'7a~mmx:mMmm 'j"H!.I)l4SMPc-WS-12 ' 1\va Vertical W'Xl.:i!"j 7!i.Zmm x3Sif,8,1lm 1 SJ:lLG."bl'SMAelWS:-12 $Ol-LA-m;-'-YO-'II--,--L ----'",---

--T '-·----'---iSHLti1'uP!i---IVX-'j7l.2mm jSHL<l14BM--WS-o, 7a2mm 'Sfllll24GP3El'iis

Three'" b!nQS 1762mll> 1$IIUI24~PjE2WS One Vertical [3"xn:) i7a2mm ,;ll14<imll' I SHlQ2IGP~-WS-12 Two Vattlc.aL[S"x-l2"r V&.2mmX3lJ4.amm [SHtJI2.{6P3~~~12

SAJF5ci{Gl'@ DQJi!iilAcPQS1f® SURI"ACIE MJO!JJlNlu ~O$l' A$$~M§lIL,{ GeI\liE~AL 5;l?ECiFiCATIOINlS

I, GENERAL

All SAFE-HIT DURA-POST BurraGe Mount Post As)'lemolies shail be manufactured by Energy Af),sorpllon Systems, incorporated, of Chioago, liIinols,

RI. DESCRIPTiON

A Heavy Duty Delineator'pos!

sAFE-Hit Part Number S[4L:36SMR--XX Injection molded thermop!astlo polyureihane shall meetihe folloWing physical properties:

SpeCiiic Gravity; 1.20 Ultimate Elongation: 500 % Ulllmate Tepsile Str$gth: 550q psi

.' Hardness; 55+/-·5. SITote D Tear Slr(;n[Jth: 680 !b/ln Diameter: 3" Height: 3.6" Standard .Colors; YelJow,Orange, Wh~.e Patented one-piece design with tapered wall thickness

8. 3M High Intensify Grade Reflective Sheeting

Horizontal Bands (1, 2 or 3) 3' wide x 9 %" lang horizontal bands per post assembly

Vertioal Strips (1 or 2) 3' x 1'2' vertical qtFip& per post assembly

Colors; Sliver OJ Amber Brightness: 250 Csndlepower

C. DUR'AcPOSTSlirface Mouht BaSe

. SAPE-HIT Part Number SLSMA~-BL Injection molded hIgh-impact polystyterJe 8ase $hall be one colorthrdughoU! Color: blaok Inoludes cold finfsi1ed aluwi!lum ratainlng pin farJocking pO$JJn base

III. PERFORMANCE

Installed wilh the pin perpendiGu[ar tD traffio, the SAfE~Hlr DVM-POST Surfa.ce Mount Post Assembly withstands in exoes:sof 200 vehicle 'Impacts, at 60 mph ..

MagnumIl""tTorCh

Sl'EQFICATION BAND HELD REAT GUN

{7r'S1~ ~~oolrqgj.1 1'n'9' 1 j13 fV1 .±F- ~4-

1. USE: This specificatiOi1 is fot a proF weled Heat Gun fuM is suitable for lhoapplicatiDll af preformed lhormoplastie paveruentmarkings on bofuasphalt and =rete sm:fuces.

'2. 1JL A!?P.R,OVALr The 'Heat GlJJl shfIll be lJL listed and approved.

'3. CONSTRUCTION: The HeatOun :il1o).l!d. be 6:1;' stur4jr design Jitili.zingan M<Jejerated thrust of cit heated by" shortflame.

3.1. Size: Th& JOOgih of the' H'eat GUll from lhe end ofllie handle to' the enel.of the nozile shroud must boo a urinfmum of29 fils. The!l!hri;mum length oftl:!e hose shall he 30 a

.3.2. Weight: A lightweight, properly balanced design that lncoIporates ·an· alnminum counterweight that decreases operatorfati~e, thllS fa<;ilifa1'ing proGuction..

33. Material: Toren bod.y shall be all bn£ss coOSfmctloll. The handie must be .rullde of ~gl'Ja,s!ie.

3.4. Ignition: Piezo¢lect;ic i;y]Je j~tetmust lie ptriltfui;o the Nozzje.$roDd.

3.5.. Gas Cylinder Valve: TheHea! Gun shall have an. aulDruatic,safety shut of'f'valve in ellSe of leakage or breakage of has" a, OOll!1ectars.. The Heat G\Ju sblill haYe 'iri adillsmble regulator val",,_

4. 'OPERA-TIQN: Hea! PerfurtnaIice: The Heat Gun nIDsfbe·abk to produce 2111,OO(J to 300,~OO BTU at sea kvel.altitude.

5 'tECHNIcAL SEliVICES, The successful 'b,dder shall provide tee'hntca1 semces and ensura spareJ'ar/s supplY-as required.

(), WARRANTY, The successful bidder ~hallprovide a twelve {12J month wammty coveting piltts and labur. Dm:1J;;ge tjue to negligem;e, rome or llc.ci.<:iWltls exelllple4,

G1.3Ll'1

Michael S. Yenni Parish President

Bid No.: 50·00119827

JEFFERSON PARISH Department of Purchasing

June 23, 2011

ADDENDUM#1

Brenda C. Patel Director

Bid Opening Date: June 29,2011,2;00 PM

For: Two (2) Year Contract f[wa Supply of Thermoplastic Pavement Markings forthe JefferSon Parish Traffic Engineering DivisIon

? CLA~IFICATION OF SPE;CIFICATIONS FOR ITEMS 0210 -0250

Items 02:

Sincerely,

Melissa Ovalle, Buyer II: Jeffe!);(jn Parish Pun;:ha$ing Department

, BiddelS must acknowledge all addenda on the bid form. Bidder acknowledges receipt of

, this addendum onille bid fcrm as indicated. FaUure to do so will result in bid rejection.

This addendum is a part of the ,contract documents, al;ld modifiesthe'origina! bidding documents and specifications. The C,ontents of this addendum shall be il1cluded in the contract documents. Changes mad", by tbis addendum shall take precedel1ce,over the documenis of earlier date •

.(i2DE.re! Govet!1rnent Bldg. -200 Dernlgoy St -Suite 4400- Gtetl'la~ lA 10053 Offlr:e.504.36!-l.iQ78 - FalC.S04.3 64 j Zp93

Email: pU·rchB:.llng@jE!ffparish.net~·Web:Slte:\.J.\v\Y.leffpaiish.net

DATE: 6{1412017

BID NO.: 50-00119827

INVITATION TO BID THIS IS NOT AN ORDER

JEFFERSON PARISH PURCHASING DEPARTMENT

P.O. BOXS GRETNA, LA. 70054-0009

504,384-267.8

Page: 1

BUYER: [email protected]

BlDS WILL BE RECEIVED IN THE WEST BANK PURCHASING DEPT, SUITE 4400, JEFFERSON ·PARISH. GENERAL GOVERNMENT .BUILD1NG,200 DERBIGNY STREET, GRETNA, LA 70053 UNTIL 2:00 PM, 6129{2017 .AND PUBL!CLYOPE;NEO THEREAFTER. For.convenienc~1 b[~~rs may also submit.~ids rn the E;ast San,k Purcnasin'g Department,'SuIte-404. Jefferson ,Parish ·Joseph S. Ye,nm BuJldmgl-1221 ~fmwood Park Sfvd., ~eff~rson LA 701,.23. 'However. jfsubmftUng:bids'on.the day o:fbJd op~mng, bIdders must .submtt,at the west Bank, location only •. AU bIes'Win be publicly (lpened at tb~ We~ Ba_ntc,lo-ca.UOry.

At no charg'et bidders may also submit via ,Jefferson ?arishl.s electromc procUrement page by viSiting ~~vw.Je~arjshbids~net to register for this fr~ site. Additional instruCtions ar:e included in the text box highlighting electrOniC proGurement. " ,.

LATE .BIOS WILL NOT BE.ACCEPTEO

UnJess submillio.9 via.6hffne, (see' Page 3). ·ea¢h.b[d must be submitted in a seared envefope beanng 011 the-.Quts,iae;'llie nam~ of the Bidder, his-addres5. and the name of the projectforwhIch the.bIdis submitted and the bid number. .

~OTE: O~LY BIDSWRITTEN IN iNK OR TYPEWRITTEN, AND PROPERLY SIGNED BVA MEMBER.oP THE FIRM OR AUTHORIZED REPRE;9ENTATIVe, ·WlLL BE ACCEPTED" PENCIL ANDIOR PHOTOSTATIC FIGURES OR SIGNATURES SHALL RESULTIN BID REJECTION. .

INSTRUCTIONS FOR BIDDERS AND GENERAL CONDITIONS

THE FOLLOWING INSTRUCTIONS APPLY TO ALL SIDS All ,bids submitted are subject to these 'ir1strucii9ns and general,' cooditions -and'_~my speciai conditfons and specifications contaIned herein, an of whfch are made part of this bid proposai reference. By subm'itting a bld ... vendot agrees to compiy wITh aU provisions, of LouisiiOlna Law as Wen be in compiIance)'lith.1he, Jefferson Parish .. Code ofOrdinances1 LouisIana Code. of EthiCS.,applicable Jefferson Parish elhiea-' stan~rds -and JerrrersfJn P~rish Resp,lUlion No. 1'1-364$ and/or Reso(u:tion No, f1:3647.

All venders submitting bids should regIster as aJeffef$on PariSh vendor if not already yet regJs1ered. Registn;t.non forms may be downloaded from hUp:ffpurchasing.jeffparish.netand'by clicking on'Vendor Information .. CurrentW-9 forms wifh respectiv.e'Tax Identification numbers and. vendor apputauons may be submitted at any time; haW'ever, 'ifYDU(COmpany is hot regis~.ed atiqlor a.currentW~9 form IS not onJiIe, vendor registration IS mandatory. Further, a current W~S farm and respectiv~'Tax identification m,fmber must be suppiied upon contract execution, should you be awarded a -contract and/or Tssued p~ircha:se .order. Failure to do so may result in delay of payment~

All quotations !lha1t be based on F.O.B. Agenq ware~ouse or-job s!te, anyv-there within the Parish as designated-'by the PiJrchasi~g Department: This provision does not apply to pubITc works projects

J,EFFERSON PARISH requires~ail products to be new (cun:ent) and:all work-must"be performed "lcco:roing tl,) standard practi~'fQr the p(oj~cl. Unless otherwise specified, no aftermarke~ pa~s Will be -a.9'cep.ted~ Unless otheiv6-5!~' spec,iii.edt all workJi1",nship, ~nd materials f11ust have- at lea~t brye tn year guaranty, in" writing] from the date of derlVery and/or a~ptante of "the project. Any de:vi~tion's or alterations, from the specifications. must be fndicated arid/or supporting documentation:suppIied with bid submission.

B.idders shoq!d submit aIle questions in wri5ng and fax them .tt> lhe PurchaSing .Department at (51)4) 364-~693 no later than RVE (5) workihg days prior' to' biq opening. Bid numbers sllould -he menti.on.~~ in all requesl$. QU¢$t1tms (nay also be e:maiI~d to the buyer fOi

this bid at the emaii add~ssrrs:te~.above.ifsubmitijtig.dnlin.e.vei)(:fors may send ~uesfions via the E-P(odurenient s~e no J~ter than .Five (5) 'working days priC!r to the bid opening.

jf this bid requires a pre~bid' conference (see .Additionaf Requirements section)'; bidders ar,e adv.ised that such cohferenC¢ \vi!t ~ 'held' to allow bidders th.e opporjunity .to i!1sn1ify any dfsCf~pru'cies' t, tone bId '!Spedfi~ap9ris and seek further darfficat!on regarding i.n$fruGlit:)j:l~. The Purchasing Department wiU. is_sue a writt€(I response to bidders' qu~sl;io'!)s in' th~ form of an Addendl1itL ,Please nole that ail tiffi~iar cOn:m1unication wIll be' expressed 'in Ule form of an adden,dum.

.All formal Addentla require lJ'mHen- acknowfedgement ori the bid for:m ,by the· bidder. FallQre to. aclmowfedge an Addenpum o"n- t~e i:)id form shall ·.C3use the bid to be rejectEd. JEFFEFiSON PARISH reselVesthe right to award bid to next lowes! respqnsiv.e and responsible bidder in thJs event

The purpose and fntenliq-n of thrs invitation to' bid is to afford,all 'supplters .an equaJ opporlUriity to. bid on aU construction, maintenance. repair, operating supplies andinr equipment listed·;" this bid p{OpnsaL JEFF.ERSON PARISH WILL ACCEPT ONE81DONLY FROM EACH VENDOR. ftems bid must rrieet specifiCations.

Visit our wet>sj(e at HTTP;IIPIJRCHASING.JEFFPARISH.NET

DATE; 611412017

BID NO.: 50-0011982.7 Page:

JEFFERl?ON P !'IRISH willa~pt ane price for each item unless otherwise indicated. Two or mdreprices for one ilem willresult in bid rejecbon. Bidders are ,required iq complete. s1gn and return the bld· farm 'anO/or carnpleta and retilm the associated fine item pricing forms a~ indicated.. VenQors· mU-st not a[~er the bId forms. DOing S,O will cause _the bId to h.e reJected. . .

. A.~orporate resQlut~on or writt~n ~VIden~ of the' individuaJ st9n_ing:!~e btd havi!lg such authprity must 1:)e su.brn~ed WRh U]~ bid. Failure-to comply WIn cause bid to be rejected. For,corporate entities, suco wntten evidence mathe·a pnntout-ofJhe. LaUlsfana Secretary of State's web~-rte listing the signafory as an officer. Such prjntout'snall he included with the bfd .submission. :Erifs sl.J~mitted_ by Owners or ~ole Propr'ietarstiips must'ihclude certification. that he. or she. owns'the entity for which the bid IS signed. ThIs documentation must be 5ubmitfed with the bid. FaiIure to do 50 will result in bid-rejection." -

NOTE: A sample corporate resoiu~on can he downloaded fi:om qurwePsite 'http://pllrc;has.ing_jeffpans1').netoryou·mayprovide your own document A sampTe cerVfjc?tion 9f sole propri~tQ'rship c.an aJsQ.be.dowtIloaded from. our website http1fpurchasingJeffpaijs!:1.net or-you may provide _your own docu(Tlent.

INSTRUCTIONS FOR BlUDERS AND GENERAL CONDlTIONS

2

A. AWA~D OF CONTRACT:: JEFFERSON PARISH reserves the right to award' contracis Qr place orde'rs an a lump .stirn orim:JMduat i,tem basls~ or such combination. as sh;ill In its judgment be in the best inten:mt of JEFFERSON- PARISH- Every contractor order shall be awarded to the LOWEST RESPON$IVE and RESPONSIBLE BIDDER. faking into considerafion theCONFORMITY'MTH THE SPECIFICATIONS andlhe DELIVERYfWDIOR COMPLETION DATE. spur AWARDS MADE TO SEVERAL VENDORS 'MLL ONLY BE GRANTED TO THO$E DEEMED RESPONSIVE AND RESPONSIBLE.

All bid prices shall remain valid fOf.45 Gays. Jefferson- Parish ami the 100'Vest responsive and responsiQle bi~d!;!r(s)" by rnutuaf Y;ritten consent may muru"Uyagree to ""tend the deadline for award by one (1) or mare extensions of thirty (30) calendar days.

F:ROTESTS: Only those. vendors {hat submitted -a bid in ~ponse to ·this· solicitation may suhml~ a protest [n writing 16 the pi(eator Qf the Purch.::;smg within 48 hours of bid opening. The Purchasing Dit-ettorwilJ review it in' connection willi the Pa·rish Attomeyrs Office' wh,icn wnl then respond in writing as soon as possible.

PREFERENCE: lJntess fede~J funding is .directly spent by Jefferson Parish for this. purchase, pr~ference is h~rebY givel1. to materials, supplies, and provisions. produced, manufactured or grown In-tauist~. quality'being .equal to articles offered. by compefitors-, outside the slate. "LSA - R.S. 38;2251-2261" .

R USE OF BRAND NAMES AND STOCK NUMBERS: Where brand names and stock.numbeis atespecitied. iUs for!he purpose of establishIng certain mfnimum standards of-quality_ :Sids.may be submitted for productS of equal quality, provIded brand names and Slock numbers ate specified. Complete product' data may be required pdor10- award.

O. CANCELLATION OF CONTRACT: JEFFE.RSON PARISH reserveslhe righlto cancelaJlorany par\.ifnatshfppedpromplly. No charges wilt be snowed fer p~rking or ca"rlage' Ullre~ specified in q.uotali-an. TheorP~r must notbe -tilted at a hlgher.:pdcelhan quoted. JEFFERSON PARISH re-;:;erves the right to' cancel any contract at anytime and' f9r any reas!;m.by issuing:.a THIRTf ((0) day wn1ten notice-to the·contractor.

For gqod cause and .as consideration f-on:xecuting a con1ractwiih Jefferson Parish, vendor-~n\l'eys. selrs~ assisns and transfers: to Jefferson Parish qr its a~fgns .all rights, li.U.e. ami interest in and to an ~Uses 'of action it may noW 'or .h.~reaftl1;rr' -acquire u:oder ~e antitrust laws of the Unfted States"and the State of Louisiana. relating fa the particular good or .services purchased or acquired. by Jeffe'~oi1 Parish. '

o. PRICES: Jefferson P-<;3rish-is exempt frem paying. safes tax'under lSA-'f:< .• S~ 47:301" (8)(c)-. AU p"flceS"fot purchases oy Jefferso~ .' Parish of .supplies 'and materials shat! be quoted In the untt of measure spedfied and unless otJ:ietwise"speclfied, 'shalf l:ie excl~siv~ of state and Parish. taxes. The. price-quoted for work shalf be stated in fi9Ure5. In the·evj;!nt there, is- a difference in unit prices and totals. the·unit price. shall prevail. .

Quantifies listed are for oidcflng purposes onJy. 'Aclual requJrements may be more or less' than quanfllies I!Sfed~

Bidders are not to exclude· from ,parti,cipation In. deny the b:eJ12fits, Of" or subject 10: drscrimina¥on under any' program or ~ctMty, any person'ln the United States on fhe·grounds af raCe, 'Color, riatipnal origfri, cir'sehj"r1br discriminate 9n the baSi.s· bfage:.iJrider ~eAge Dis.cr1r9!na!ion Act of 1975, 'or with respect·to aq '!theNJise qualified.l:1andkappe.c;l jntlivI.d~1 ~s p!~~ided 'infte0i~n> .~O~. 9fthe , Behab}htatlonAct of 1973, or on the. basis of rehglon~ ,except that any _exemphon from such prohibition .<;!.gamst,d(sc;mJ1m~-lian ,on 1he basis of religion as provId.ad in the Civil Rights Act of 1964, or Tille VI·am;fVIJ. of the Act of April.11,.1968, sh~1t ?ls~:.~p~Iy'. :nus 'assurance indudes co.mpliance with the adminfstrative requirements· Qflhe Revenue 8.lJa"rfng flila.l h~dlcapped .discnfIJfQ.atipO 'provislons contained in .Sectiol) 51.5$ {c), {d}, (e), 9Dd (k){5) ofilie RegulflUons~ New canstru~(,l10 ar.renqvao9n projects mus! ·comply with Sedion 504 of the 1973 Rehabilitation Act. as -amended, in, ;:fctdrdance with the Ameiican Nalior~l Standard .1nstttute·s speCifications (ANSI A17_1-1.961).· ..

Jeffe(son P'ilrish and its· paiUJers as :t!1e recipIents of federal funds' are fully committed.to aw-arding .a'·contract(-s} 10 flrm(s),th,at will prOVIde high quaJity services '~nd that are dedicateq to dlvers}ty a·n.d to 'containing cost~, Thus, Jefferson. Parish .strongly .~ncou:rages the involvement of minority .and/orwoman-owm9d business enterprises (DBes, indudfng MBE's, 'WBEl,s and SBE~s).to: stImulate participation in procurement ana assistance prqgrams. .

DATE: SI1412017

810 NO.; 50·00119827 INSTRUCT[ONS FOR SlDDERSANO GENERAL CONOmONS

Pag.: 3

Advertised bids will be labulated and a Copy ofthe'labulation Will be forwarded·to each responding blader,

[N ACCORDANCE WITH STATE REGULATIONS JEFFERSON PAR[SH OFFERS ELECTRONIC PROCUREMENT TO ALL VENDORS ...... ... . . . - . .'

ThIs e[ectronlc pr9l'lIronlMt system allowsvertdors the c~nvenience of reviewing an<tslibmiturigbid;;; ·on[Ine • . Thi~ !!S a sectl~e sltea~d aut.horlzed persq.nnel: iiave; [1In~e~ r~a_d 'iccess Only. Bldd~1'S <Ire .em~o~raged to .

submit electronIcally usmg. thiS free service;. whdethe website accepts Variqllsfile j'ypes, oneslngf •. PDF. file c.ontaining all appropriate and required biddocunjents Is preferred. ·Sidde·rs;'ubtiJfW\lg.!lploi!de\l jmag~s-of bId responses are solely responsible· for clarity. Ifuploaded imagesidocutiJents are'not:li>gibfe, lhenbidiler's

$ubmission will be 'rejected. Please note all' requirements .coniainedin:-flil$ bid p~ckagefor:elecfrciriic :bid . <.- supm~ssi9n~' . . . , .

Please visit our E.Procurement Page atviww.jeffparishhlds.net to register and View Jeffe';onParish solicitations. For' mor~ inforrriat;Qt.1J pt~ase visit the Ptlrghasing .D~p'attn1ent,pai;fe.at "," .

hltp:lIpurchaslng.jeffparish.nef. . ' .... .

The general specifications ror.constwctirit'! projects ,and the ~l.!rchase Qf materiais; servici:s anq!or supplies c!.re tho~:adopt;erlbY- the JEffERSON PARISH CounCil by ResolUtion No. 1135460r113647 daled121!l9109. The general conditions.adoptedbytf1ls re5~Jutioh shall ~e con51de~? as muCh apart oftflis dod1me:nt "<::.s if fht'j!yV(ere written wholly h~reiq. ,/\ cppy.may· b€:'DQta;iDed from. the Office olthe Pansh Clerk,.SUI!e 6700. Jenerson Parish General' Govemment Buil<:fmg, 2QO Derbigny Street, Gretna,. LA. 70053. You may also obtain a" copy' by visiting me Pvrchasing Departmentwebpage at hffpYJpurcha'sing.jeffParish.net and-c1ickmg on Online Forms. .

ADDITIONAL REQUIREMENTS FOR THIS BID

PLEASE MATCH THE NUMBERS pRINTED lI'1 THI§ SOX WITH THE CPRRESpONDINGINSTRUCTl0NS BELOW.

10,12,13,15

1,. All bidders must a~tend. the MANDATORY pre-bid ~n(erence and wl1.i be require!i to sigQ.in.a:n.d ot,It,as·~:vl.qenreofa:tte(1cf2Ilc~, In accordance with. LSA ReS. 38:2212(1), all prospective bidders shall be present alllle beginning of lIle MANDATORY pre-Pi4 .,conference and sh,alI remain in attendance for the durati.a-n of 1b:e conrerence. Any prospective bIdder who·falls to attend the conference or remain for the durat!o£1 shall" be prohibit!?d from submitting a bid fer the project.

2. .Artenifanceto thIs pre--bid conference.-iS optional. However, ,failure to ~Jtend. the, pre:-bidcei)fereqce _ shall' n-o~ reli.eve the bidder. of responsib.ility·Tor informatfon discusseq at the CDnference. Fur1hermare~. failure to ,attend' the pre-bid conference and inspection does not reJiev.e: the successful bidderfrom the necessij.}'" offt.lmi.snmg materiafs orpetformmg any\~orldhatJl.13.Yber~quired to ,complete·ti1e work.lri acCordanc~'wJth the.sPaciftc;ation wHh no addioon;;d cost lo'the qwner. "

3. Contractor must hold currerit applIcable JEff~SON PARISH Iicl?nses with fbe·.D~pa,rtm~n.t ,ct Inspection an~ ~_de .,. . Enforcement. Contractor shall obtain· any anctall patmils reqUired by lhe~EFFERSON ... PARISH. De. partm. .e. nt of Ins~ectlon,.and Cade· Enforcemenf. The contractor shall. be re.sp'cjn5Ible fQr the paYl.l1ent of1hese. p~rmits:, All permits· ml!st be o.otaloed poor to the start of;the project Contractor must also ltofd any and all applicable Federa!.and ~laIe Iicenses, C"antfadorsh;an be re?ponsibfe far th~ payment of thes~ permi~s ~nd sbaJl o~tarrrthem p.rio.r to,the ?!prt offh~ project .

4. A LA State Contra.ctor's license will be requU'ed in accordance with:LSARS. 37-21S0.et. seq •. and such iicense numb~r ~m be shown on the Ciutside of the bId envelope .• Faflora' to c.omp.ly.wifi ca.use ihe.'bi<Ho be refe9ted.j\dd~fon,~liY.if sublfliWl}g::~e bid ~!ectronicafly. then :the license number must be'entered In ,the approprlafEdreld in the Efedrortlc Ptocul'etp.er':tt sy~tem.. Failu(e to ~rl1ply wilI cause ~he"bid to be reject.eq. '

·5. II is'the bk~de(s responsibility to visilthe job site and evalUate the job before submitting a bid.

6. J9h :Site must.be :;:Iean and free efa!! titter and <febris daily an.d upon, comp.leUdn·9f~he conlra~t f:'?:ss~,geways.trtusl b~ kept cI.ean and free ,of m:alerial" equipment, and 'debrls at aU times., flsmmable material must b.e ~moved from t~e job sne;da~y beca~~e storage wi.l[ flQ_t b~ p~rroitl~ pn fue; prenils!3s. p"r¢.cau1Ions must be ~er.ci.!3~q',a.t-al.f .frry:tss iO;S?3fegui;lrd the weliare of JEFFERSON PARISH. and tile general pubnc.

DATE: 611412017

BID NO.: 5D-0011Ss27

INSTRUCTIONS FOR BIDDERS AND GENERAL CONDITIONS

7. PUBLIC WORKS BIDS: All awarosfor publIc works fn excess cii$5 000.00 will be reduoedto a fOrmal contractwhfch shaIl.oe r.e,corded,?t fh? r::ontractors expeQ.s~' with the. Clerk of C.Qurtand ,Ex;Offlclo Hecorder (:11' Mottgag.esJQrihe P~rish ofJeffefSon. A price hstof re?Jrdation costs may be oetamed "from {he Clerk ofCourt;and'Ex'-Offldo' Recorder of Mortgages for·the Parish"of Jefferson .. An ~war.d5.In. excess of 525,000.00 Will {f:qu,ire .both a performance and:a payment bond; U-':"iless otherWise $ted,in the: bitt spe~C?fions. the. performance bOrrd requirements soalf be 100% af the":contract pOnce •. Unl~s riti1erwis,e.· sia:te'"{ri lite- bid specffications,. the payment bond requirements :shaH be'1 00% of the contract price. Bo~.h bonds shall be -supplfed" at the sigriinS of ~e cont.~cL

8. NON-pus.uC-WORKSBfDS: Aperfbrmance bond will bereql,firedforthis bid. The amount ofilia bon,d'Wili be 100% ofU1e cobtract price uni-ess otherwise inpicated:in the specificatIons. The perfonnance bond"shall be supplied. at the ~jgnlrig·ofthe:contract.

g. NON-PUBLIC WORks SIDS: A payment bond wm be required for this bi.d. The amount of the bond will batOO% of !be contract price tlnle~s otherwise in.dicated in ,the specificatj-ons. Tne PCiyrn.e:nt bo:nd shaIl"be supplied at the sighing of tfle co.otract.

to. Unless otherwise stated in"the bid spec.ifications. "the successful pidderWllfbe required to procure standard· insurance: policies evidencing. Parish-mandated insurance requIrements· as: ii1dIcated on the'aftached "insurance requirements" s~et. ·An bidders 'must compty with the instructions in this. sheet. Failure ta complyWi!(caus:e bid to pe·reJeded. .

11.. A bid bond-will be required. with bid submissIon in the -?l11o~mt of 5% Of the total bid, unless otnerwise stated in the bi'd specificatIons. Ac:ceptabJe forms snail .. be limited to cashier's cbeck. certified· cheCk •. or surety bid bond. PJfsur:eties mus~ .be in o:riginaf format (n'o copies) If .submitt~ng a hid onlinel vendors. mu;::t-submit.an electronic. bid bond throogh the ,respective. online clearinghouse bond. ' rnanag~ment systerri{sJ. ~s indjca1ed. in the electronic bid· soficftaUon 00· Central Auction House;. No scanned".papercopies of anY bid" bof!.d" WIll be accepted as part'of the ei!e~tronic bid subrnfssroo.

12. Thi~ is a requiremeryts: contracUo be provideo on an as n~ed~ basis. JEFFERSON PARiSH makes no representalfons dn warranties' with regard to minimum guaranteed q~anmies unless .otherwise stated ih the bid· spe:cifi.eations.

13.

14.

15.

16.

17.

Freight cbarges: shauld:be included in total cost when qu.oting. If not qUoted FOB O'alVEREb;·fre·ighf must.be·quoted as'a,sE!parate i!em. Bid may be rejected if not quoted FOa DELIVERED or if freight charges are not indicated on bid fOlm.

PUBUC WOR.f<$ BIDS - Completed, S'ign~d and Properly Not3rlzed:Affidavffs· Requfred;.This. appffes ~() ,:ill ,saJicitatiOi'lfdorconstruction, alteration or demolition of public buildings or projects, inconfprmity with lhe pravisio~s c6nlainep in LSiA-RS~!\:2212.9. ~SA,.RS 38:2212.10, LSA-RS 38:2224, and Sec2'92J5 of llJe ~effe",on Parish Code of Oldm"lOces. For·.biddlng purposes, all bidders must submit with bid submission COMPLETED, SIGNED and PROPERLY NOTARIZED Affidavils,.incltiding: Non-Convicfioll Affidavfi, Non,Co!!"sion Affidavit, Campaign ConlributionAffidavit, DebtDisclosures Affidavil andE-VenfYtJjidavil- Forlhe.con.veniencem vendors, all affidavits. have been combined in!o one form entilled PUBLIC WORKS BIDfIFFIDAVIT. This affidavit most be submitled in its·origin.a\ furma~. and without materi21 alteration. in order"tD·b~ c.ompifaI)ianc}:fcr the bid to. be considered responsive. A scanned !=9PY· ofthe completed t j;iigned and prop-soy.notarized .affida.vit maybe subm1tt?cJ. with the blQ" however. The sucCessful. bidder must submit the QrigirIC:!I 'afflda\(~t in- [ts original format and' without matenal.atteration upon contract execution. FailUi:Edo rompIy-wilf"resuU·in the bid stibmis.sion. being rejected.as ·no·n-responslve. The Parish ):"e$enreS" toe. tight to. award bjd·~· .the neXt !~eSt tespaosive,'aiip: responSible brdd.er I.n thIS event.

!'JON PUBLIC WORK.BIDS - Completed. ~igr)ed ai1d.P.rop~.rlYNot.aili:ed Aft1davIts Reqi.ttr.~·!n.conforinitywilli·.1h~ pIOvi~io~s ~n~l!;ed 10 lSA - RS 38:2224 and Sec 2~923 .. 1 of the Jefferson Paflsh Code. of Ordinances:, For bIddmg p:f:lrposes~ an. bldd.er.s·.must submltWlth bid subm1ssion COMPLI2TED, SIGNEDaoct PROPERLY NOTARIZED Affidavits,including; NOn-.CdllusJonAftidavi~'Deb! Disclos(Jres Affidavit and Campaign ContnOUlion Affidavit. For !be convenience ohelidorS; all affidavit".have,been combined Ipto.onefiirin,enlilled NON pusqc WORKS SID AFFIDAVIT. This.affidavit must be submitted in its original forma!, aof! Without malerialallel2\ion, in orde, to be \Oomphan! ·and for !be bid to be considered respons!ve. A scanned copy of !be completed, Slgned and properi'j notal)Zed affid""lt may be 5ubmiUep. with .1he bidt however~ th13 socce,ssful bidder mQs~ suomit the prig-inal afjida\lit·ili.its original format and without material afteration ,upon, contract execution. Failure to cCHTIpfy Viilf resuftin the b,id submisslo'Rbslng rejected as·non-responsNe. The Parish reserves the right to award bid btn.e next loW~~·re$pOn5ive aftd respol"!.sibre bfdder"in.ihfs. evenl ..

The ensuing, contract fc;ar'this bid solicitation may be. elfgibie' for. FEMA rejrnb~ement and/or J:e\iera! fvndjng!re~~.bu~~ment. 1j.s s~, tile referenced ·appen<lIxwllI be appfi~leaccordingIy and shall be.consl.dereda part of the bId documents. AJI appllcable certificatIons. must be duly com.pleted; signE!d and su:bmilted with bfd SUbmission.. F~n.ore 10 submit applicable certiii~JloriS.wtlh qii;f.sub·missfari wm: resUlt in bid r~j~ci!o.n. . .

For this project, tJ1e Contra_ctat shaH not pay i3f1.Y State or 1~9f"s,~1.e$ or us~ taxes on ·materials a~d equipJ'!leryt .~'Jhlqfl'are·.~ffixed and made part· of the lmm.ovabl!3 property ofthe·pI'OJectorwhlch pennanenUy Incorporaied In the .. project (tJerelpaft~.r r.ef:f?:,J'(ed .. to ~ "appli.cable maierials,.ana equipment"). All purchases: of applicable ma:terl~s or equipment' shan. be m;ipe by)he: conlra'ctor on, behalf of and as the agent of Jefferson Parish (Owner}., a poiilieai SubdMs!on of the State .ofLouT:Siana NO·5~~te ~nq lpcaf s~es ana U5~ taxes an~ oWI)"ed ~n appPGabl~ l)1atenal.s.an{1 eq!Jipment und~r fr1~ prq"vision§pfA.ct1p29 of~e .. 1991. ~~u'ar S!,~io1! -~O.~isr~~~ R~yised :Stat':lte 47:301 (8)(c). Owner will fl!misn ·cqntractQr a ceIMicale form whIch ¢ertijies tha{ OWrier ,IS. noJ ~qUJreq t~ pay s:~~ ~t.ate or local s'a1e:s qn~ use. taxes, .arid cpn.~rac~or ,~h~1 furnish ~ cppy pf"such ce:rli,ficate to ?In li'endor,s.}Jr:~.upphers o.f.the, appllGabl.e mruenalS ·and eqUipment

t ~~an be the quty of"every parish offic.er,.er(tployee. d¢partmen~ agenCYt sp-ecfal distric,t) l:J:oar:qt.Bl1d cfJ!ll~i~sio.r1': an~1":tp;~ uty pf every contractor •. subcontractor.. and Ucensee pfthe parish •. and the· duty of every app.ucant fat certification of figibHity for ~ pari~n contract-or program. to COQpe.rate·witq ~e Jnspec~iJt Gen,eraUn :any Jnvestiga~o.!1~ a,l:ldf~ "il~p~G~?n~_ . erf0llTIance review, ,,,'hearing pursuant to JeffersGnParlsn Code o{Ordinances SeGtion·2-155.10(19J. BY suol])ltting aD1el, I' ndor acknowledges thj~ and ~n ~~iq.e. b.y rilJ p.rQyi.sJons·9ffu.~ ref~flmced Jefferson Parish ~ade.·.of Ordinanc.es. .

DATE: 5{14/2017 Page: 5

BID NO.: 50-00119S27 SID FORM Non Pub,He Works

All Public Work Projects a.re required to use the Louisiana Unifoon public W6rkBid Form

Ali prices mus~ be held finn unless an escafatl:olJ provision Is requestedin'.thfs bfd. JeffersQo Palish wllt allow.on~:escaJ.aUon dunng. the tenn of the contract, which may- n:ot ~xceed t,he-U.s. 6tireaO'-Qf"LaborStatisfics National Index. for aU Urbar:t C!li'lStlmers. unadjusted ·f2,~on[h figu~'7' T~e .lUostreceqtty pUblI$hed 'figure Issued at the tfme an adjusunEmt is.requeSfed w.iIl be used. A "request must be m.a~e In writing by the. vendor;.and the.escafation:wm . only be'applied to ptlTcha"seS made after, the- request IS made. . Are you requestin~ qn ,escalation provision?

YES ____ _ 1'10_""":""/_ MAXIMUM ESCALATION PERCaITAGE REQUESrcb %

IN.mAL BID PRiCESWlLL REMAiN RRM THROUewiJ:lEDATJ;1 OF It. O!"h{t.~ cl--keL~. Forthe· purposes of comparIson ofbTds When <In 'eScaJatlon- provision is requested, Jefferso,n Farish wm .apply tfte ma:#m"tm escalation percentage quoted by the bidder to the (lerioa to wmC:b it 15 applied iIi the-bId. The- initial"price and the" escaJitlio.1-will be·lJsed to calcurate the total bid prlce •. It will be assumed~f()r compar./san Df·pripes_on~y •. thatan -equal amount ofma!erlaf· or labor is purchased each month throughout t!1e entire co~ct

DELIVERY: FOB JEFFERSONPARlSH

INDicATE DELIVERY DATE ON EQUIPMENT ANDSUPPUFS

LOUISJANA CONTRACTOR'S LICENSE NO.: (if applicable)

TH!S SECTION MUST BE COMPLETED BY BIDDER:

Trantex Tnmsportatlon P~ucts of Texas, ,In~ FIRM NAME: ______________________________ _

ADDRESS, 33 \ D - t) Eel ct CITY,STAre \1<'>\A.5\00! TX TELEPHONE: [JiB \ l 41-\ % ~ J 7 \ I

2lP: _7....L· ---,7'-l..OLl.22.l<1o~ __ _

FAx: J~ h 51{ t __ If)t6~'7 EMAIL ADDRESS: tE'x\fe~tCQ,O+f¥-fnc, Cdm

In the- evant that addenda are'issued with· this bEd, .bidders MUST acknowledge air arl.denda on f!iei p~~ f9rm.Sidder:mp:st 2cknowledge receipt of an-acldendum on the bid fonn as indicaicck Failure to ac_knowle~.ge 2111 .acq~n~Llm £In :;he brci form 'will ~ultjn.b!d·refe.ctIoI1. '

-Acknowledge Rece1~t-of Addenda! NUMBER:. __ -' ___ ~~ __

NUMBER: ___ ~ ____ _

NUMBER: ________ _

NUMBER: _~~~ __ ..".-_~

,--""'V,,ID.MITE~. ~ (Ph· So

TITLE::_ -.\.-L~.l.\.llL' ~.t'~n-!....!\-______ -SIGNING INDICATES YOU HAVE READ ANDCOMPLYW!iH THe iNSTRUCTioNS AND C9No(TloN1;.

NOTE: All bids shoul<i be retllrnedwith th~ BID NUMBER and BID OPENING DATE indicated on the outside. ofthe envelope submitted to the Purci]asing Department.

Jefferson Parish HlS DATE 7!DUll HME 13:05:42

sm:. 50-00119827 0010 LEFT TURN ARROW

[TEfl DESCRIPTION

VENDOR TOTALS FOR BID: VENDOR FL I?lT TR.~lNG 1 riC SHARCO iNDUSTRiES INC 3H co: TRAFFI£ tONTROL 'IIATERIAL E&NIS· PAINT INC T~1TEX iRAASPORTA'0oN OZARK ,iATtRrAL:'; LLt CRO,m TECHNOLOGY LLe

TOTAL ITHIS ON 810 . , , ,

FINA,C1AL MANAGEMENT BID ANALYSIS LlSJING

QUANTiTY UIM REQUEST BY RECUESmR

B lD WDlitiT 106.1:13.4900 125.:):;3:--0500 <ill. m, 0000 4.740.0000

232.960-7500 13,5.897.50GO 103,.359,7500

PAGE II 800190 HO\)ALLf

BidReje¢t

Michael S. Yenni Palish President

JEFFERSON PARISH Office of the Parish Attorney

CERTIFICATION

Michael J. Power Parish Attorney

Jeremy D. Dwyer Deputy Parish Attorney

In compliance with Jefferson Parish Code of Ordinances § 2-890, I certify that the proposed

contract described below has been reviewed by the Parish Attorney's Office and it is my legal opinion

that the proposed contract complies with all current legal requirements for such contract under federal,

state and parish law. However, compliance with Jefferson Parish Code of Ordinances § 2-895.1, 2-

925.2 and 2-933.5 cannot be determined due to the lack of an enforcement procedure in the

ordinances. This Office has not reviewed any technical specifications of any contract and this

certification applies only to the legal terms of the contract This certification is made in reliance upon

the certification of the requesting Department's Director that the Parish is in compliance with all grant

requirements, as well as certification of the Department of Finance regarding the availabjjjty of funds,

and the legality of all financial transactions pursuant to Jefferson Palish Charter § 4.02(A)(5).

Contract Description: Accepting the lowest responsible bid from Trantex Transportation Products of Texas, Inc. under Proposal No. 50-119827 in the amount of $232,966.75, for a two (2) year supply contract for Preformed Thermoplastic Pavement Markings for the Jefferson Parish Department of Engineering - Traffic Engineering Division. Expenditures shall not exceed $150,000.00 for the two (2) year period. Compensation shall not exceed this amount by a factor of more than 10% without amendment to the contract authorized by resolution of the CounciL

Parish Council Approval: Resolution No. 129794 adopted on the 23'" day August 2017.

• > • Notary or Bar Roll Number

Michael J. Power Palish Attorney, Jefferson Palish

f"

Gina M. Chiasson Notary Public

LA Bar No. 35856 Pansh of Jefferson, 'State 01 LA

My Commission is Issued for Ule

Joseph 5,Yenni Building -1221 Elmwood Park Boulevard -Suite 701-Jefferson. LA 70123 Office 504.736.6300 - Fax 504-136.6307

General Government Buildlng- 200 Derbigny St -Suite 5200 -Gretna, LA 70053 Office 504.364.3822 P.O. Box9-Gretna, l.Jl. 70054 Website: www.jeffparish.net

On motion of Councilmember , seconded by Councilmember _________ , the following ordinance was introduced:

SUMMARY NO. ___ _ ORDINANCE NO. ___ _

AN ORDINANCE ACCEPTING THE LOWEST RESPONSIVE BID RECEIVED FROM BLISS PRODUCTS & SERVICES, INC. TO FURNISH AND INSTALL NEW PLAYGROUND EQUIPMENT AND POUR-IN-PLACE AT AP. CLAY IN ACCORDANCE WITH SEALED BID NO. 17-6405 IN AN AMOUNT NOT TO EXCEED $37,270.82 FOR THE DEPARTMENT OF PARKS AND RECREATION

WHEREAS, sealed bids were solicited , opened and tabulated by the Purchasing Department on September 11, 2017 to furnish and install new playground equipment and pour-in-place at A P. Clay; and,

WHEREAS, it is the recommendation of the Director of the Department of Parks and Recreation that the lowest responsive bid received from Bliss Products & Services, Inc. be accepted; and,

WHEREAS, funding is available in Account No.3648085-5171-1227.

THE COUNCIL FOR THE CITY OF KENNER HEREBY ORDAINS:

SECTION ONE: That the lowest responsive bid received from Bliss Products & Services, Inc. to furnish and install new playground equipment and pour-in-place at A P. Clay in accordance with Sealed Bid No. 17-6405 is hereby accepted.

SECTION TWO: That an agreement between the City of Kenner and Bliss Products & Services, Inc. in an amount not to exceed $37,270.82 is hereby authorized.

SECTION THREE: That the Mayor of the City of Kenner is authorized and empowered to sign any and all documents as may be necessary to give this ordinance full force and effect.

This ordinance having been submitted to a vote, the vote thereon was as follows:

YEAS: NAYS: ABSENT: ABSTAINED:

This ordinance was declared adopted on this, the __ day of _______ , 2017.

CLERK OF THE COUNCIL PRESIDENT OF THE COUNCIL

MAYOR

COUNCIL CAPITAL FUND ACCOUNT FORM

Date: 10/3/2017 COUNCIL DISTRICT: 1

ITEMS REQUESTED/DESCRIPTION OF PROJECT:

Furnish and install a new playground at A.P. Clay.

COST: $ 37,270.82 I J.d.1 I 5 '

ACCOUNTNO:~(P'-l'60jS5Ill $ 3; If'j.L!'-j

INITIATING ADMINSTRA TIVE DEPARTMENT: Parks and Recreation Department

l 01 7:.:>1 n

DATE

10-1, 11 , j ,

DATE

THIS FORM MUST BE USED FOR ALL PURCHASE REQUESTS FOR COUNCIL DISTRICTS AND MUST ACCOMPANY SUPPORTING DOCUMENTATION FOR PAYMENT.

E. "BEN" ZiAHN III :MAYOR

Date: September 11, 2017

CITY OF KENNER OFFICE OF PuRCHASING

MEMORANDUM·

To;

From:

Kenneth MClrroccoli, Directpr of RecreCltion

Theresa Nevels, Director of Purchasing 4\~

TfiERESA L. NEVELS pUR6!-lA$1.NG

Re: Sealed Bid 17-6405 Furnish & Install New PlaygrolJnd and Pour In Place at A.P. Clay

Attached is a copy of the bid tally sheet and bids received, regarding the above referenced subject. Please review and forward your recommendation by selecting the appropriate bo)( below.

The responsive bidder is Bliss Products & Services, Inc. with a total bid of $37,270.82. If you are recommending this vendor for award, pleClse mark the appropriate box below and return to the Purchasing Department. Since the ambunt is over $5,000.00, Couhcil apprbval is required. Therefore, your department will need to prepare the necessary legislation.

If for any reason the lowest bid is not recommended, please mark the appropriate box below and furnish the Purchasing Department with a detailed explanation of your ju~tification for the recommendation. The Purchasing Department will then review your sUbmitted recommendation for appropriate action.

Should you have any additional questions or concerns, pleasecQntact my office.

TN/sf ..... ~ ........ ~ ... ~ ....•............... ~ .............. ................................ .

o Accept Lowest Responsive Bidder

Reject Lowest Responsive Bidder

R,ecommen,ded Vendor: (Explanation Must Be A:-:t-:-ta-cC;-h-e-;d:-) ----------

Approved: . ~ 'direCtor

CC : Bonnie Moran

PURCHASING DEPARTMENT' 1801 WILl"IAMS BOULEVARD' BtnLDINd C/LENTINJ BUILDING 3RO FLOOR I<E:NNER,LOUISlANA 7CiCi62 • .ollllIC~E (504) 468"7261 • EMAIL: [email protected]

CITY OF KENNER BID TALLY SHEET

DEPARTMENT: RECREATION

BID NO. 17-6405

r2]Sealed Bid

o Telephone Bid

o Letter Bid

BID DESCRIPTION: NEW PLAYGROUND EQUIPMENT & POUR IN PLACE@ARTHUR CLAY PLAYGROUND

BID OPENING DATE: SEPTEMBER 11,2017

VENDOR TOTAL BID COMMENTS

HAHN ENTERPRISES INC. $47,556.00 BLISS PRODUCTS & SERVICES INC. $37,270.82 QUALITY COURT INDUSTRIES, LLC $40,840.00 PIONEER SALES COMPANY No response PLANET RECESS No response .

DYNA - PLAY LLC No response TN/sf

Detailed Request Information .. Page 1 of 1

Good Afternoon, BONNIE

Current Date: 312812017 Current Time: 4:38:36 PM

MENU

New Bid Request

New Purchase Request

Unsubmitted: Bids Purchases

Unapproved: Bids Purchases

Submitted: Bids Purchases

Closed:

Search:

Bids Purchases

Bids Purchases

Request Status

Confirm a Shipment

Email Purchasing

Questions/Comments

Logoff

Back to Main Menu

City of Kenner Main Page

Purchasing Department

Detailed Request Information

Request Status: Unprocessed

General Request Information

RequestlBidloeptlorderedl Bid I Est Cost IBid Entry Bid;! ILOC~tionl Open Acet # Action ID # # By Type Date Date

31558 I \5-000 [BONN IE!Contraclii57 ;461.0013/28/201-7! 10015069530860150 --I I View I " I i iMORAN! 13:30:51 ~ I I

I

1! ; rPM ~ I I I

Request Desc: ***ACCQUNT NUMBER WILL CHANGE*** PLEASE TAKE THE NECESSARY STEPS TO GO OUT ON BID FOR AN FURNISH AND INSTALL OF NEW PLAYGROUND EQUIPMENT AND NEW POUR IN

PLA.CE AT ALABAMA PLAYGROUND.

Suggested Vendors Vendor I I Contact I I 10 Vendor Name Contact Person Phone # Contact Email Action

0800495 ;HAHN !TON'A 11504-488- I· II V,·ew I

(ENTERPRISES, 3536 r: : . .

'INC c ~ i 1'-------' 160350'1-tPIONEER SALES -iISALLO:MART!NO 504-469- [email protected]

,CO., INC., 1396 I I View 1"0""c43"4702"3C"-!OYNA_PLAY, LLC 1EVE MAR"iE'"-1504-342- "!TMLAPARA@COXNETI-I-v---I·

. ~WERNER /2875 ; I, lew. 160294'5tP'LANET RECESS ~JOYCEADAMS 800-344----~;-·---·"--·------i-I-· -.- -·"-1

1 ~ 6255 i I' View 1403600 iNO FAULT IALFREDO 800-462- INOFAULT@CYBERVIEWNET;I-I-v:-·'I-

,SPORTS TRULLENQUE 7766 ; lew . !PRODUCTS, INC ! ]

17Oo161fauALITYcoURT ;MIKESTEWART !225-774- -;_ - .---- ,fcl=-==il ~INDUSTR!ES ~~E-.< ~ ___ ~~~~~ 9974 __ ~ __________ ~" Vje~ _-'-

I .. BL.ISS PRODUCTS t.GREGG BLISS Ir8oo-248- nl'[email protected] I AND SERVICES, ; 2547, 'L __ ..J. IINC _ _ ~ 1 ~

Back to Kenner Purchasing Main Page

http://secure1.kenner.la. usIKPURIRequestInfo.asp?BidID=315 5 8&PRlD=&SType=&Acti... 3/28/2017

SPECIFICATIONS FURNISH AND INSTALL NEW PLAYGROUND AT

ARTHUR CLA Y- 200 DECATUR ST.- KENNER, LA 70065

The Kenner Parks and Recreation Department requires an furnish and install of Little Tikes play equipment and No Fault Pour-In-Place Safety Surface! or equal to be installed at Arthur Clay- 200 Decatur St.- Kenner, LA 70065

This equipment shall be new, of current manufacture, and must meet all State and Federal Safety Standards in effect at the time of installation. Any items appearing in the manufacturer's regular published speCifications furnished by the bidder are assumed to be included in "Bidder's Proposal". Any deletions or variations from manufacturer's regular published specifications must be outlined in an attached letter. Minor deviations from these specifications which do not impair comparative functional equivalency will be accepted.

SCOPE OF WORK: Furnish and install No Fault Pour-In-Place Rubber Safety Surface! or equal as stated below. Furnish and install Little Tikes! or equal playground equipment 2 to 12yrs. as stated below.

The following list of items is for reference only. Any certain brands or item numbers are used to denote the level of quality, play value, and product intent desired and not to restrict bidders to a specific brand. However, any deviation from the actual specifications of the items requested MUST be submitted with bid on a separate document labeled "LIST OF DEVIATIONS" per item and be accompanied by the required specifications and installation instructions.

POUR-IN-PLACE Bidder shall provide and install estimated of 1,400 square foot No Fault Pour-In-Place Safety Surface! or equal on an existing 4" concrete slab. Shall be 2.;;''' thick to meet the required fall height. Shall be 1 00% black and trowelled to provide for a resilient, seamless rubber surface installed over the specified rigid base and composed of premium quality SBR and EPDM rubber mixed with a non-flammable, non-shrinking, one part moisture cured polyurethane adhesive as recommended by the Manufacturer and capable of bonding to concrete, asphalt or compacted stone. No Fault Safety Surface! or equal shall be stable and slip resistant to comply with, meet or exceed all requirements set forth in the Americans with Disabilities Act (ADA) and the American Standard Testing Methods (ASTM and Consumer Products Safety Commission (CPSC) for manufactured Safety Surfaces as detailed below.

• Binder for safety surfacing shall be specifically designed for use with rubber granule material for outdoor installations.

• Binder is a single component polyurethane pre-polymer formulated using a polymeric foam of Diphenylmethane 4,4' Diisocyanate (MDI), Amber Viscosity-4500cps, NCO content - 9.0, Density - 20dc-68, PCF Flash Point ->390dF, Elongation - 550%, tensile - 3900 Ib.fsq. in. .

• No toluene diphenyl isocyanate (TDI) shall be used. • No filler materials shall be used in urethane such as plasticizers and the catalyzing agent

shall contain no heavy metals. • Weight of Polyurethane shall be no less than 8.5 Ibs!gal (1.02 Kg!1) and no more than

9.5 Ibs!gal (1.14 Kg/1) • Color tinted binder will not be allowed.

Arthur Clay Playground

• Only 100% shredded styrene butadiene rubber may be used. • Strands of SBR may vary from 0.5mm - 2.0mm in thickness by 3.0mm - 20 mm in

length. • EPDM particles shall meet requirements of ASTM 0412 andCSA Z614-98 for tensile

strength and elongation and ASTM D 2240 (Shore A) hardness of 55-65, not less than 26% rubber hydrocarbons,

• EPDM shall be peroxide cured with an EPDM content of 26% and shall include a processing aid to prevent hardness with 26% poly content to maintain dynamic testing characteristics, weatherization and UV stability.

• Size of rubber particles shall be not less than 1.00 mm, or greater than 3.0 mm across with minimum EPDM content of 25% by weight and certified letter from Manufacturer stating this content. All rubber shall remain consistent in gradation and size.

• Strands, Shaved, Chipped or shredded rubber is not acceptable in the poured cap. • TPV material shall be angular granules with Shore A hardness of 65 degrees A 2:, a

Tensile strength equal to or greater than 3.0 Mpa, and an Elongation at Break greater the 400%. .

• Size of TPV particles shall be not less than 1.00 mm, or greater than4.0 mm across.

Shall meet requirements and recommendations of the applicable portions of the latest editions of standards by the American Society for Testing and Materials ASTM-F-1295-95, and the ANSI "C" Head Form.

SYSTEM:

Color: 1 00% Black

Base: To be laid on an existing 4" concrete pad.

Mixing:

1. Polyurethane binder and SBR will be mixed on site in a rotating tumbler to ensure components are thoroughly mixed and are in accordance with manufactures recommendations.

2. Binder shall be not less than 14 percent (14%), no more than 20 percent (20%), of the total weight of rubber, and shall provide 100 percent (100%) coating of the particles.

3. The SBR and binder mixture will then be pour-in-place by means of screeding, and hand-trowelled to maintain a seamless application.

Arthur Clay Playground

Little Tikes I or equal playground equipment for ages 5 to 12 are as follows

Material All materials shall have a demonstrated record of durability in the playground or similar outdoor setting. All metals shall be painted, galvanized, or otherwise treated to inhibit rust. Black steel is not acceptable. The bidder shall be responsible for all labor, materials, tools and equipment to perform all work and services for the installation.

Hardware All required hardware for assembly of the structure shall be included. All fasteners shall be18-8 grade stainless steel. (300 series) Capped lock nuts which cover bolts ends shall be included. Tamper-resistant hardware is utilized on principle clamping mechanisms. Special tools shall be provided for assembly and maintenance. Clamp connection disassembly and slippage is eliminated by using drive rivets. Physical locking devices are used on all exposed and accessible connection points, such as lock nuts. A nylon thread-locking patch is applied to certain hardware. Liquid thread-lock is also used to hinder fastener removal

Installation Instructions Explicit installation instructions shall be provided which will include a detailed top view and footing drawings plus written instructions to assure proper installation of the equipment. Maintenance guidelines and inspection checklists shall also be provided. The provided installation instructions and maintenance instructions shall be "project" specific containing component information that is part of the playground design.

Plastic Caps shall fit snugly into 127 mm (5") and 33 mm (1.315") tube ends and shall be injection molded Low Density Polyethylene. This plastic shall be stabilized against ultraviolet (UV) degradation and shall have color molded in. All caps will be installed at the factory and 127 mm (5") caps will be secured with aluminum hammer drive pins.

Aluminum Caps shall fit snugly into 127 mm (5") tube ends. The Aluminum cap shall be made from SAE 413 aluminum with a minimum wall thickness of 4 mm. prior to insertion into the post, all caps shall be painted per PAINT Specification. All caps will be installed at the factory and 127 mm (5") caps will be secured with aluminum hammer drive pins.

Paint Primer shall be electrostatically applied and cured in an infrared oven. Paint shall be an electrostatically applied polyester TGIC (triglycidyl isocyanurate) powder coating which shall be cured at temperatures between 400 and 500 degrees Fahrenheit. The thickness of the combined primer/paint shall be between 5 mils and 11 mils. The polyester powder shall comply with ASTM standards: 0-2794 (Impact Resistance Test), B-117 (Salt Spray Resistance Test), G26 (Weatherability Test), and D3359B (Adhesion Crosshatching Test).

Rotationally Molded Plastic Parts (ROTa) shall be molded from linear low density polyethylene with ultraviolet (UV) light stabilizers, anti-static guard and color molded in. This material shall comply with ASTM-D-790 (Flex Modulus), ASTM -0-638 (Tensile Strength), ASTM-D-648 (Heat Distortion Temperature) and ARM-STD (Low Temperature Impact) and rated UL 94.

PVC Textured Poly-Vinyl-Chloride coating shall be an average of 3 mm (.125") thick. Poly-vinyl­chloride coating shall be oven cured and textured for added traction when wet or dry.

Arthur Clay Playground

Hardware: Bolts, Nuts, Screws,. Threaded Spacers, Washers and Other Hardware used in the assembly of components shall be metric stainless steel and tamper resistant. All necessary hardware shall be provided.

Deck Clamp assemblies shall consist of two steel half-clamps. Clamp profiles shall be designed to eliminate protrusions. Clamps shall be die formed from 12 gauge HRPO steel. Clamps shall have a 6 mm (.25") radius rib formed in the top and bottom of the clamp for structural integrity. The clamp attachment bracket shall be formed from 11 gauge sheet steel and shall be welded securely to the clamp half. All clamp halves shall be zinc plated, yellow dichromate coated and phosphate coated before being TGIC polyester powder coated. Tamper-resistant fasteners shall be used to retain clamps and shall consist of M 10 six lobe socket head stainless steel cap screws and M10 slab-base Tee nuts. All clamps shall be provided with aluminum hammer drive pins to protect against slippage.

Rail Clamp assemblies shall consist of two steel half-clamps. Clamp profiles shall be designed to eliminate protrusions. Clamps shall be die formed from 12 gauge HRPO steel. Clamps shall have a minimum 6 mm (.25") radius rib formed in the top and bottom of the clamp for structural integrity. All clamp halves shall be zinc plated, yellow dichromate coated and phosphate coated before being TGIC polyester powder coated. Tamper-resistant fasteners shall be used to retain clamps and shall consist of M10 six lobe socket head stainless steel cap screws and M10 slab­base Tee nuts. All clamps shall be provided with aluminum hammer drive pins to protect against slippage.

Wing and Panel Clamp assemblies shall consist of two steel half-clamps. Clamp profiles shall be designed to eliminate protrusions. Clamps shall be die formed from 12 gauge HRPO steel steel. Clamps shall have a 6 mm (.25") radius rib formed in the top and bottom of the clamp for structural integrity. The clamp wing bracket shall be formed from 7 gauge sheet steel and shall be welded securely to the clamp half. All clamp halves shall be zinc plated, yellow dichromate coated and phosphate coated before being TGIC polyester powder coated. Tamper-resistant fasteners shall be used to retain clamps and shall consist of M 10 six lobe socket head stainless steel cap screws and M10 slab-base Tee nuts. All clamps shall be provided with aluminum hammer drive pins to protect against slippage.

All Steel Tube Components shall comply with ASTM standards: A-500, Or A-513. The steel tube components contain five layers including an inside galvanized coating, high tensile strength cold formed steel, hot dipped pure zinc meeting ASTM B-6 applied at 3.5 tenths of an once per square foot, and a proprietary conversion and advanced polymer coatings. The components are freed of excess weld spatter and shall be cleaned in a multiple bath system which shall include a rust-inhibitive iron phosphate wash prior to painting. Exceptions: 127 mm (5") 0.0. aluminum posts.

Brackets shall be fabricated from punched and formed 4.5 mm pre­galvanized sheet steel.

Gaskets shall be rubber injection molded from ultraviolet (U.v.) protected synthetic rubber. Rubber gaskets shall provide an aesthetic seal around the wonder fastener and bracket.

Footing for 127 mm (5") diameter upright posts shall be 305 mm (12") diameter x 940 mm (37") depth. Galvanized steel posts shall be 127 mm (5") 0.0., 11 gauge pre-galvanized round tubing. Minimum tensile strength shall be 330MPa (48,000 psi). Minimum

Arthur Clay Playground

yield point shall be 31 OMPa (45,000 psi). The bottom portion of all upright posts shall be crimped slightly.

Component Specifications:

Curly Climbers shall be of a design which will not allow children to climb into the interior of the coil. Curly Climber coils shall be fabricated from 33 mm (1.315") 0.0. pre-galvanized steel tubing. The center support post shall be fabricated out of 42.2 mm (1.66") 0.0. pre-galvanized steel tubing. Enclosure shall be fabricated from 33 mm (1.315") 0.0. pre-galvanized steel tubing. Curly Climbers shall be an all welded construction and shall be painted per PAINT specification.

Double Wide Slide shall be rotationally molded per ROTO Specification. Plastic double wide slide sides shall be 203 mm (8") high from the slide surface and slide bedway shall be designed with a 406 mm (16") minimum width. Double wide slide shall be a one-piece design with a center divider having no seams, joints or gaps. Slide end support shall be fabricated from 38 mm (1.5") square tubing. Mid support shall be fabricated from 60.3 mm (2.37") tubing. All steel tubing shall be painted per PAl NT Specification.

Identification label shall be fabricated from aluminum sheet .016" (4 mm) thick and attached with aluminum pop rivets.

Deck to Deck Step with Safety Rail shall consist of welded tread, riser and stringer sections fabricated from 13 gauge hot rolled steel. This assembly shall be coated per PVC Specification. Handrails shall be fabricated from 33·mm (1.315") 0.0. pre-galvanized tubing for the top rail, 15 gauge 3/4" Xi" obround pre-galvanized steel for vertical rungs, and 13 gauge pre-galvanized sheet steel for the bottom plate. Safety rails shall provide an enclosure and shall have no gaps greater than 80 mm (3.15") and less than 254 mm (10"), especially between vertical rungs and posts. Safety Rails shall be painted per PAINT specification.

Loop Climber shall be fabricated from 33 mm (1.315") 0.0. pre-galvanized steel tubing. The loop climber shall be an all welded construction. Enclosure shall be fabricated from 33 mm (1.315") 0.0. pre-galvanized steel tubing, 3/4" Xi" FSO pre-galvanized steel tubing and 4:5 mm (7 gauge) galvanized sheet steel. After fabrication all parts shall be painted per PAINT Specification.

Vinyl Clad Triangle Deck shall cover a minimum of .45 square meters (680 square inches) of top surface area. Metal decks shall be fabricated from punched and formed 11 gauge hot rolled sheet steel. This assembly shall be coated per PVC Specification.

Nu-Edge Arch Log Climbs shall have steps made from NA TURTEK material formed into the shape of small logs. They will be attached to a climber fabricated from 4.5mm (7ga) pre­galvanized sheet steel and 60.3mm (2.375") 00 pre-galvanized tubing. Enclosures shall be fabricated from 33. mm (1.315") 0.0. pre-galvanized steel tubing and 3 mm (11 gauge) pre­galvanized sheet steel. Hand support shall be made from 42.2mm (1-5/8") 0.0. pre-galvanized steel tubing. Climbers, hand support and enclosures shall be painted per PAINT Specification. NATURETEK material is a Polyester Composite: Color impregnated, UV stabilized, non-mold­supporting, formed from virgin corrosion-resistant polyester resin; with 1/2- to 3/4- inch (12 to 18 mm) wall thickness, with the following characteristics: Flexural Strength, ASTM 0790: 18,000 psi. ; Tensile Strength, ASTM 0638: 9,000 psi. ; Compressive Strength, ASTM 0695: 17,000 psi.; Barco I Hardness, ASTM 02583: 40 minimum.

Arthur Clay Playground

Nu-Edge Log Slice Climbers shall have steps made from NATURTEK material formed into the shape of slices of logs. They will be attached to a climber fabricated from 4.5mm (7ga) pre­galvanized sheet steel, 48.3mm (1.875") O.D. pre-galvanized tubing, and 42.2mm (1.625") O.D .

. pre-galvanized tubing. Enclosures shall be fabricated from 33 mm (1.315") 0.0. pre-galvanized steel tubing and 3 mm (11 gal pre-galvanized sheet steel. Climbers and enclosures shall be painted per PAINT Specification. NATURETEK material is a Polyester Composite: Color impregnated, UV stabilized, non-mold-supporting, formed from virgin corrosion-resistant polyester resin; with 1/2- to 3/4- inch (12 to 18 mm) wall thickness, with the following characteristics: Flexural Strength, ASTM D 790: 18,000 psi. ; Tensile Strength, ASTM D 638: 9,000 psi. ; Compressive Strength, ASTM D 695: 17,000 psi.; Barcol Hardness, ASTM D 2583: 40 minimum.

Rung Ladder shall be designed to incorporate a one-piece, welded construction to aid installation. Rung ladder side rails shall consist of 33 mm (1.315") O.D. pre-galvanized steel tubing. Rungs shall be fabricated for 25 mm (1") O.D. pre-galvanized steel tubing. Brackets shall be fabricated from 7 gauge pre-galvanized steel. Available with hand loops or safety loops. Safety Loops shall be fabricated from 33 mm (1.315") O.D. pre-galvanized steel tubing and 3 mm (11 gauge) pre-galvanized sheet steel. Hand Hold Loops shall be fabricated from 33 mm (1.315") O.D. pre-galvanized steel tubing. After fabrication all components shall have a baked­on electrostatically applied polyester dry powder coating.

Nu-Edge Stumps shall have be made from NATURTEK material formed into the shape of either a pine or birch stump at several differing heights. The stumps shall have integral mounting tabs formed from 4.5mm (7ga) pre-galvanized sheet steel. The Inground support shall be fabricated from 4.5mm (7ga) pre-galvanized sheet steel and60.3mm (2.375") OD pre­galvanized tubing. Tabs and supports shall be painted per PAINT Specification. NATURETEK material is a Polyester Composite: Color impregnated, UV stabilized, non-mold-supporting, formed from virgin corrosion-resistant polyester resin; with 1/2- to 3/4- inch (12 to 18 mm) wall thickness, with the following characteristics: Flexural Strength, ASTM D 790: 18,000 psi. ; Tensile Strength, ASTM D 638: 9,000 psi. ; Compressive Strength, ASTM D 695: 17,000 psi.; Barcol Hardness, ASTM D 2583: 40 minimum.

Shade Builder Pyramid, Sails, Hexagon and Umbrella Integrated into the Playground Product Specifications: ALL STRUCTURES ARE DESIGNED TO MEET THE REQUIREMENTS OF ASCE 7-05 (IBC 2006, IBC 2009, CBC2010) AND ASCE 7-10 (IBC 2012). LIVE LOAD 5 PSF-SNOW LOAD 10 PSF-DESIGN WIND SPEED 90MPH (3-SEC GUST) EXPOSURE C (FROM ASCE 7-05)-DESIGN WIND SPEED 115 MPH RISK CATEGORY II (FROM ASCE 7-10)AII tube shall conform to ASTM A500. Steel plate shall conform to ASTM A572, Fy = 50 KSL All fabrication and erection of structural steel shall conform to the current edition of AISC "Specification for the Design, Fabrication and Erection of Structural Steel for Buildings". All fabrication and erection of the light gauge pipes shall conform to AISI cold-formed steel specifications. Steel welds shall conform to AWS D.1: Electrodes, Class E70XX, Low Hydrogen. Frames are to be painted per Paint Specification. Structural Steel Columns are made of 88.9 mm (3.5") 0.0. pre-galvanized tubing for PB and are made of 127 mm (5") O.D. pre-galvanized tubing for KB. Structural Steel Rafters are made of 88.9 mm (3.5") 0.0. pre-galvanized tubing. Shade Panels: Fabric shade cloth has been specifically developed to produce a very strong and stable outdoor fabric for use in tension structures and shade awnings. This range offers the ultimate combination of maximum sun protection plus the strength and durability to ensure maintenance-free, long life performance. Mildew and Rot resistant, Heat and hail resistant. Maintains color in all weather conditions. High Density Polyethylene (HDPE), UVstabilized with

Arthur Clay Playground

a monofilament and lockstitch sewing construction producing a fabric that will not tear or fray if cut. Available in Standard and Fire Retardant Fabric, 6 Colors in Standard Fabric and 7 Colors in Fire Retardant Fabric. Provides shade factors up to 94% and blocks up to 95% of dangerous UV solar radiation for Standard Fabric. Provides shade factors up to 86% and blocks up to 84% of dangerous UV solar radiation for Fire Retardant Fabric. Temperature reduction of up to 30 degrees. It is recommended to remove Shade fabric prior to snowfall. Structural framing may remain in place during winter months.

Leg Lift Bar shall be fabricated from 25 mm (1") 0.0., pre-galvanized steel tube. Mounting tab shall be fabricated from 7 gauge pre-galvanized sheet steel. After fabrication, all parts to shall be painted per PAINT specification.

Matching Panel shall be fabricated from 33.4 mm (1.312") 0.0. and 25.4 mm (1") 0.0. pre­galvanized steel tubing. Panel and side plates shall be fabricated from 3 mm (11 gauge) sheet steel. Assembly shall contain a specific weather activity insert assembled from various thickness of compression molded polyethylene and polycarbonate routed with various weather activities. Prior to assembly, panel shall be painted per PAINT Specification.

Plastic Steering Wheel shall be rotationally molded per ROTa Specification. Steering Wheels shall mount to a machined stub welded to a 4.5mm thick (7ga.) steel plate. Weldment shall be painted per PAINT Specification.

Wave Slide with Hood enclosure shall be rotationally molded per ROTO Specification. Plastic slide side rails shall be a minimum of 203 mm (8") high from the slide surface and slide bedway shall be designed with a 406 mm (16") minimum width. Slide bed shall be one-piece with no seams or joints. Slide end support shall be fabricated from 38 mm (1.5") square tubing. Mid support shall be fabricated from 60.3 mm (2.37") 0.0. tubing. All steel components shall be painted per PAINT specification.

Square Vinyl Clad Metal Decks shall cover a minimum of 1.03 square meters (1,596 square inches) of top surface area. Metal decks shall be fabricated from punched and formed 11 gauge hot rolled sheet steel. This assembly shall I be coated per PVC specification.

Steel Post shall be 89 mm (3.5") 0.0., 11 gauge pre-galvanized round tubing. M Minimum tensile strength shall be 380MPa (55,000 psi). Minimum yield point shall be 345MPa (50,000 psi). Plastic caps shall be positioned in the top of each post. Posts shall be painted per PAINT Specification.

Transfer Station shall consist of two triangular decks, a three step assembly for the 1.2 m (48") and two step assembly for the 915 mm (36") and handrails. Each triangular deck shall be fabricated from 11 gauge sheet steel, covering .37 square meters (575 square inches) and have three 25 x 152 mm (1" x 6") hand slots incorporated into the deck surface for aid in user transition. The step assemblies provide access from the transfer decks to a 1.2 m (48") deck height or 915 mm (36") deck height. Each step shall have a tread depth of 406 mm (16") and a tread width of 953 mm (37.5"), with each rise 203 mm (8") or less. Each step assembly shall have an all welded construction from 11 gauge sheet steel. Each step assembly and Transfer Deck shall be dipped in a textured poly-vinyl-chloride coating. Transfer Station handrails1shall be fabricated from 33 mm (1.315") 0.0., pre-galvanized, 14 gauge tubing. Transfer Station loops shall be fabricated from 42.2 mm (1.66") 0.0., pre-galvanized, 11 gauge tubing. All

Arthur Clay Playground

welded handrail assemblies shall have a baked-on electrostatically applied polyester dry powder coating.

Additional Contractors Requirements:

./ A contractor or person representing the contractor shall supervise the installation of the surfacing. This representative shall be a graduate of the Playground Construction School as administered by the National Playground Contractors Association .

./ Bidders must be companies with at least 5 years' experience .

./ A contractor or person representing the contractor must be a "Qualified" playground installer as recognized by the National Playground Contractor's Association

./ The successful bidder shall protect all areas of construction with a heavy duty (commercial orange) barricade fence until inspection and approval. The use of "caution tape" only is unacceptable .

./ Installers shall not leave adhesive on adjacent surface or play equipment. Spills of excess adhesive shall be promptly cleaned .

./ Installers shall properly dispose of all material and packing waste before leaving the job site .

./ Provide a drawing along with the bid.

GENERAL:

Work is to be completed within 45 days of the Notice to Proceed letter is issued.

Clean up and removal of all debris is the responsibility of the bidder.

Contractor is responsible for all measurements pertaining to this project. It is recommended that the contractor visit the job site to view the project and to ask any questions he/she may have pertaining to the project. Any questions pertaining to the project should be directed to Eddie Corcoran, Maintenance Superintendent @ 504-388-7243- cell or 504-468-7211 office. Any questions pertaining to this bid should be directed to Theresa Nevels, Director of Purchasing (504)468-7261.

WARRANTY: Lifetime warranty on posts and clamps 15 Year warranty on perforated steel decks and all plastic components 10 Year Warranty on steel weldments, rail, loops, rungs and sheet steel 5 Year Play Equipment shall be warranted for labor and materials Bidder must supply written warranty with bid

Arthur Clay Playground

..• _ ........ _ .. __ .•.• _---- ---

f General Notes:

Age Group D 2~5 years rzJ 5-12 years 1Zl2-12 years

1.Th~ Americans with Disabillties Act (ADA) may re~ulre tl1atyou make your park and/or playground ac(ernb ~ when viewed Tn Its entirety. Please con~ultyour leg~l

2.~~~~:1 ~!~~~~~~~~h~ ~~~a~C~%~ldo~c(~ible, 3 atCEss%~e surfacing must be utiliz.ed in appli<:able areas .

• Although a particular ~laygrOund cle5"ign may not meet the proposed Access oard Re~ulation,o; in regards to ,he a~rofUiate number of ground evel events, tile actual p aygrourJd may I1a In compliance when cOrlsldenng 1>Xis1I~ h'rc comp<:ment5.

~.AII de e ghtS" are measured from top of ~round cover . • Fall ab.orbing ground I;OV.r is required un e( and

6.Th~;;,t,i~~~ re~*~:~~ed fiiU zone around 1M. anli!" rrlaystructure is shown. This :tOrte is to be free of aH ri Pbil19 or collisiof) haurds (i.e. roots, rocks. border

7 .~ra ~~t~~n~' are identified ~ te>i\:5i1owing the po5t lengths,. I.e. 96 represents a 961nctl P05t

a.Not all.egulP.ffient may be appropriate for aU d"rIldren. \.. SupeJVIslon \s requl~d.

35-~~----------------~

LEG LIFT

OBL MDE Pl..ASl1C SLIDE

2.00200330

~dO~~312 ----"\

LOOP CLIMBER

PINE snJMP 200202770

DECK TO DECK STEPS 200061703 BIRCH snJMP

200202771

12 X 12 SAIL FR 200203047

SGLPLASTIC WAVE SLIDE 200201025

Arthur Clay Playground

RUNG TRANSFER STATION

2.00200757

POST WHEEL Pl..A5T1C

200166556

ARQ-I LOG CLIMBER

200202785

7'-7 1/2"

t'

r

I (

I

l

-- --------~----- --

r .

.~

J . ~

[[~vjTAjtIONt0J1l:0

cttv otrlmNNER rUll;Ct:lA$iNO DEPARtMENt

.1$01 :wtGt;JJ~M$JILvI>.,·iiiJ)l1ijXN G.:C; sti.rtJt3bt ;!'ENN!!il*;X;A7QQD~ .

'.50A·4~8.7.2(;I Biil i-{6. i1-6405 :am ))e,~'¢!:ilJ#!ilf: l1'll)'(lj$l(Mi:J.;IU$tajj N~}Yl'li1y,gpdWlj&Bq\iJl)jljjjj)tajjd :Ni\tVP oljbIii"Ph\ceat Ai'tHill'CIlty

." . . ... . ....••• ". ...... .'Rlliygr\iltJi\! '. ..' .. ' . . .' ." •. ' . Brit bpe}11jjl{,.PiJtc~MOiid;\y,SeR fetilh01' 11,.2017 LAJ:l1l WriS:WXi';[;NOT U·NAC¢¢r.tttp

NoTE; QNVI; ON!lO.)UlDPERY:EN1iQ1US ALLOWED.bNLYhrDs WRittEN iNINKoR'rWb:WRIT1'EN, ANlt TI);QPllr<12f SIGNED iJYN1\1Ji;l\'1ll.llRPll if:r:r.El'jil:JV( oR)lDrB.ORr2;ilip RBPItIlSIlNtATIY¢;.WIlLtR.ACCRl'1'ffii:i;

.1NSTltl:JC1'lONsltdruJIIDDJ;;RS 'TJ;[!!: F9J,LOW.lN9'WSTKQ9.l'rgN§/il'PL:y.:rOAPI"lf!m~

.ALiJBlbs;;sUsMtttEbARE'SDBjE.brit¢tf.!Esi:l\OBN!,Rf\LgoWE) ItJ.(Sr\is, AOP ITr()N,liLltEQVTJ\.EMENT0,. ANI> ANY spIECfAL.C0l1bltioNS'·Al1DsPEdFIGXrloNS.cdNTAiNBp·.i-rEt&:81'N, AG£QPW\'lI'E;t1ARg M)i'l)$'PAR'r .OF·TJlEBID 'BlWyosM~.· .' ...... ...... . ......... '.. ... ... ,.

:RESPGNSE ~Q INyiTATION;. i:ljd'cl~(s,wiipAfe\)n:~bJi?'tb.liipblltlJi$ i:eCJ\jesI,;t~liii(~t( tqs!al~y(Jn!' re~~q!lj'6i'116t: Spf)Jllt~!ltg:a~ido.il t401ilct lpr~faljd !'~t\i!'pth~ s~'\1e.td·tI)i;ofi1G~·befdJe bKlCij:ief)iiig:date,. Failure lodose mayresulfih y!,!tn'linijj~pel\tit·i6ii!o:vei1 f!'Q(il11i~"elido!'lisl. . . .

Qu.e.stionsonthis. bJ,Lal'eto l!d?xeqtq'(50'ii)4;p~.-$0$~ Iwfoter (h,ait f,'Yv,g'(S)wpd\i fll!:::day~pt'lblto ~j'd •. (jp.eln!ig, i.l1easQ '14e"e,lic:e..pid"l1!l:Q.J=!~j.jJi4[b'e(J.lLestii;. . . . ." . '. .

'i\r(y \io!'\'Ci'nOlis:,to:rlodiQlIs'Of.theiUfti.foym tl!ahu'.~~ompr"f~d .by th&·blclilej'll.illS.\ pe.,li(jij",I,,(!,

'1:by;()i~"0!'l~~nry~i' !·e§lly~"s .. tw.rig.1it.t9·.a<5q'Ji:rqi'):eJ~btGl1)'jil~~IIJiiii.;,!!) WhQ{e.6r'i!i·Jj~"t,.·iiud,W~iy.e:tft61'!pM.i\ie~. j-lbW~,,<\]',:·tli.~ijl'(j.\:lSi(\Jjs'atid·.j'~giii[eijlejrts Q(tbp;Lbitlsi~i)~· .. EubliG Bid law, iIlose.stateci'in the.adv,dis.eJnent !ol'hidsj • tllose 'j)l:o:vi(led .. lil .!iio'.5id. fbr lii·alrd: wdt(en spec iff ca t1 a 113 shalJ 11 6tb etol1§ideted:.~s iiJf~nJi~li.tI~r:~1\9i? I\p IIi) Ii.t ge",,!") yed ily· flr" :Clty,ofKemler:. . .

'the. R!ty()f.l{~Wjet:wlll;ii6c(;jjrbI1eJ)i;ke.foJ' 'oa6h;lte!i} lillje§$ qtlielWli.~ .filii ioated. TWQ.orTnore;l,rkes f01".dJleAtemwIll ;f';\Wt.flf,:i%. hW'f6j¢t}iI,btL .'

WJ1)1l,~.Gl:~.q\lr~anl"".·~r\i(~\QckMmb~"eai~:SJ!.edliqq!.iti:i.t[,i'the·pt)j·p~lie. ;J{$$t~6li~hi.ijg.·qerfafli.lnhiilii\jtilsfcti\haj'ds'Of i'(ii,{jii5:.,J?ic\s. m~Y :q",iinb)i)itteti fd.rJirp~llc!'S· o(egd~l,gjialf,y·pr!5VIMd'bJiilid namesand.sfo¢kmllubers·are spe.cified. ·GOlii'p\ete:pi·Qdri~(Oat.ai)f\:qua.l..81'O(ltlctS)Jla)'he·requiceli priDl' t,r~wilrd,

ArJ:'j'rf'te]~,l'~r~- .Wi9~bl·-·P,t9'~I!'~t~~'nlq~t_;~:~)1~_',%;.}.~}J~} ~~:t~t]tt~.I~~?n,ahgf~.9t(j',I_!~\·qjll~~$-3~.ti):~fwJs'~~:$_~t¢d,:: ;A:iW'l~Fct4\1.6r9:~.;);~~'f:y[-ce b:t",*ajt:GOii.fQljij·ti:>aU'ap.plk~i)!¢:f'ede]'"I.ill1d stafejaWSia!ja.l·egL11~ti6ijSl,.';Iid.tliespecifrclltiQl1SColltailledJIl the sd·ijQiflitl'OP3· .

:P:r~fel:elrS.Y-. j's: hqeq y' g.f~(~tr',~9, .:q;r~~~l,~t~li:$,~:_:s~:p,p 1~,~s,<~~i4' p tQV:i~'{b.ti'$, .:IJ.r:bdj:re"¢d ~ :tti,a~~~!f<\dti.j.i:~,~: ',d(~,~:ow:n;J:h LQ1rt'$i~]t~L' q}l a 1J t~-, b~i1ige.tfijaJ !g~iti'io'l"Sioffet~,!byoojnp~tiiQh6tiWde:thest4tj; ... VeiiIjqj;ih(rstj·~g,(l~sttli;js preference (DSAcR. 8·.38:2251' llGlt .. ' . " .

j AWARtJG:t'CONT)lA,G'P: TIj~ ¢itY·.Qfr~el1i)er re~"ty"stl1ijtjgl!t (q.a)Yllj.<:l·Q(jil.t!,~6t~·9!:pJilge>{)l#ers··w1t1i theililwe$i l te~jl9'\j~jy~,~id4~r,6.lpil(iliip.s91ij:Qi'ii19ividljalit¢!1; lli\sls6i'·.~OQhcQiiibilla'tioh as gl)al! iO::its JUdgll1~lltibein ihe.best

i(it6reStqnb~.Cjt>", Awarij~wilLbe base:iloncnmpli'anpe'with the;s~ecit1GatibJjSiiljdthe··q.,Hyei;; iiiiil/Qr·~C2!I,i:t)hj'lqi) claN.

,t., ..

"" .

AI1QI.dcrsiserv[''''s·!))!!§ibedejlv"teqlpl'pV.[de4>yfllill) .ti!";.iJil]d.sp¢!;,lfj¢d, ilj.jheIl{ilSp~tifrC'lti6ljs.

truCES;. Aflp\'iGi!,ssliaJlh~q (iPled i!FtIl~ \biitQf.ni6iiSlJie Speci!1eil,and unless other",lsespeoified;ih~ii b¢e.xcJtI~J yeqf Sf~te>ai)d.pad§h.bxes, As pel:LSA,RS17;3 0 Iet seq',.aij gOliernl)1ental bo~.i~s~re exe]lld~afJ:9ijl P~YOWijtQfS~les tilXe.s: to.any [;(j91§)gl1(jfa,xi!lg iJ()~ly. .

"

j-

1'!·~iglir<;llnig¢s'.sfj qlilq ,'b ""li161,l!d~d i!i tot~ I coifWliell glio [jilg" "If 11Ot. qtloteq'j'OJ3' D1lSlV$llJ1Q; ,f!¥r~l1.tnll1,s,t\1$qrI9~~iJ <iP,tiSCliiii'cifei(qiii:., ,m,diniiji bcdls'fJilallfiedJfilot'ql)Ore(!I'QEl,DE~rV$RI3Qqr)j' f!:~ighl\hatg,~f~te'l;qI,i!ldiqat",dQI1:l5Jd' .form"

. QLll!iimiQS;J[:SJe~;~i'~ f9f"bj~diil~;:VQiUj¢~ 8S',9,\IV. j\6tliid ,i;~qlri l:Ome nts,lnqybe "11oXe'0':! e,e?, ,tJ1!'n'QI!aljtities, l,is,te,Cl"

The ,city' 6fKeiill ef'l'bq uires aJllmp rice ,l1,nr!),!, .otll~i vii a"s t~tei:L

~l!, Pa8",:,Q,failey,((lilS) 9ijeri'f:!I'i1!e\il\h~pj'i¢(~l\a i! pi'eY;(ij; ,

An '8i!r$ S\lbl1fiiied,:"Ii<ilJ'rei)1aih,bindingfllld:maX'l1o,1he lI{l\hclJa)\'11cf9I'ti"lJetiq(df:f6ny~FiY~i(45).ciriys',i\fi¢r.,tll¢;s~h~d(i,l"d dosing .. cral:e foneo,elviligbids, " ,,"

Gz\J>1PBI,l,A'tXQ;NQP'(:lPNj;BA.¢l';, Th"!.0ity,.QfKe11il(:rT.eserves',H1e'l'igl[( to,CellCerl!'!Jql"l!llYjJ~lj; ifN'ltshtjl'P~4 ]61'O\l\IJtl.1; Th'edi'c(eJ"Jiilisi hoUhefiUed.at fl'liii\her pliiwlhan:q~o(ed: .",",. " " , ,

the Cll)' ofI(ell!;l~rJ,e~e~'y~s ,tJie/ffiht f\?:,(j~IW~lai\jI;Q61jtra()t iitiilytllh¢ajjt)for, any;reusonb)f i$SV;llg~T#IRTX (3'O)'~,!y :w!'.it;f.~'~Yg'.gtj.tf.~~t9 :th~:;P9)itr'aQ{9i~,. . ..

N!IS.0ELLANEQIlS,. EorgoodcmlSeaI1q!Mc911si<1By!ltiqljfcit,~xeqiitiilgllbjljdi.ljgC!i1ilt'atJWi\1iilj~" .0Ity ofKe)11iel;, 1Ien(l01: cOilveyS, seJlsa§sigJl);.alj\f~'f1lj~fql;$tR"Gity, cif'f\'eillj~r.dl;ltsi(ssjgiis'a1j"l'ig;lits,Hne'?Jld interestll1'3!\d.tq,,'all,,{)lw~eS qf"~t)qjl.i,ti)J~Y, LlpWqi"he;!:,eW1~1'((9qlii!'!O' lni(jer fIi ~ii,ii'titjos tla wsoffhe Ullites~tat",s"lifl tlj~o'ltate9tk9.tijsi~)jf\; l:e(~tlii~',' '16the Piil:tiC\llaii~6,b"dd)j"sefli16e~.·I~lI!;crjased 01' aO,q1ill'ed':by GiCy 'ofI<~llnei"

Biddel';agl'eetoabide'byf1w t~qlliJeil1~[jt~"o.:t'tl)~)'ciJj~lvtl)ga~"i(I)P'li"HbJG: THI~VJ,and VII' offlleCiyif ,ltiillltsAchif )P.~1, 8,;;:[1]0 pci~q llythe, ~gticil.'.OljP01:lillll t,y'AptofX9TZ",FederaJ Exeouii" eO;,tler j, Jf16, ti",iF"fi ""~I)<'.~lj(\~il1\:ati911Agtof· I5in, .aS~ (t1~lltl$~l,tll~ \(1 ~tii~jjjEi'AV~,tejall'sReadjtlstn~el1tAssi si?Dq"A;efof.l,,974,.'Ti,tl ,!IX9fUl.e:E(lticatlqllAlll~fiililj0)its ,'of't27Z~,tlieA1>eAcitof t97$"4!rd ",ont!'actol',a1>r;~"s (q'abideity IJre!,~q[j!,em~!jt~,of.fbeAiii~l'·iGaus,wjt11 Di$fli)ilitiesAct of" t;990.Bi(Iilel,nisqagI'~esliottcj~f§cl11'tilh~t"jl.t.l;i;1j\ip:(qynj¢!ltpl'i\9tlce~;,aild,wilrrelliJer,Sel'yites i!!jqe:\'IJl,j~O()\i.trflc.r\V\!fib,!!t )',~g4ntt~J~~P:~; _~~,pJO!\ )'.6.1 tgtOji~: $e:*) ·4eX)iM '~ol~J:eI):tR:t~:O:11';:ol ratf~n ,~l o,i,;_ig;}~,)~ v.i-.t~r?!} ,:s.J~~~}_~_i., ,1'. :b;I:n,iq,~}.~!(t.l ~.~t!b.t);: 'cit- ,qJ,:$"tibi1ft res,', 'Axqr iiti~,"Qf·dj~Gri1UJ,u~f1qJ1COnl111itte(rb'( ,bldgel\'q,,'fail\ire'\b.G,o:n1vlY'Wltll tli~seitatiitol.y~bHgilti6ns ",;hel) ~Plilibable."sbarl,be :gl' Ollllils.fOl'te\'mi)!ilfiqnpfi 1).1 $C9Ijf)'~(5t " ' '

lVo\\i9PJlW'ustip][ qFl'eli6\!~ir9Jj 'J.ji'&jects,'lrmS'tcoiili'fy WitII' S'cetioI15M,9f#lej21~:Re!ihljiiitt)tjtiliAbt.a$ Jiins!jq(j(l; Ii) :ac(j'6'l'dhl!Q'{ ;\tiIJi t11 o'AI11 el'i 0.8 n,1i!~ ti (};nI'K91~i) d4fqT [lprittit!;' sSl',e,&ifjcl(ti6!is~(AN'Sl All 7 .• 1J j,261) , .

l·NENDORSWl1JLBEREQV~P·''1'Os~WtA.NE~y'¢.ttJItY,AFlfmAvrf WJJ'fIALLJ31DSlJNLESS O+,f!.Ei~)'\It$jl),~.t!:rt~wtF;;th',.1(~i'.odl'd~1I';'e,~YhljLn;,R,S ",.3.8;:221Z:,lQ,,,enii 01,.,,0 II.tl'~~ijllg1Yjtll' t\rgfjify , tif'J(e,lljle~' mirstsll);riIjt:,,\ll,li (f:41!tYita.tte,tjl)g li\ tMil"jJa1:ticipaiio n;jn:.~, •• s ~(ttus.y"tillca@)t~NJeiii tQiih'1~t¢' (fl. t,iill, em pJby ~cs' ii\.IIi~;slatc oiLA a)'e legalcltizen~qneg:alalf~nsof:.ili~\'Ji\\ted}jJ~tes;J3i4qei;~ ma}'@etl!ejffluilvifform ' " pr:QylM\1"rrifiJ'!fa~ftJQ'i!i0DXpp(j,allf!W~ii~(j, ' '

}.>J~8'~i([);iii,js.tih~ cte~ir4i(d fre~of,,[j,ll!;tef,nildde,bdsdaI!)rand;qpQn'COIl1Jlleti9n,qr!!!eCPJlti'il!Ot', ,P~~s~g&wtiysi1i[,~r;l:i~ )criPE "'lean a II d (ree; 0 t'matedals, "~ 0pipjn~Jlt,,\j1.qcl~ R!'le'l\ '\Jlt ii\1 (;$; ,1l)f\lJllll,~,ble 1\);it¢\%lX111ts(b e J"eni0YeMmm "thejob sitoibl1)! I,!"cM§e.,,,.igtaMwiII ij91;~e P':1'111ille4 blitH" pnl(iiisi!s,.P/e¢aiitiQlls,riiosthe exercised at'\fI \ij11e1(9)~fell\!a".(

,f)le}Yejfii\,e'9ft!i,,¢!tY'iJfT~eljileJ'.';jiliLtlje Iiell$('1 i.i~Wic. ' ", ,', . " .. , ".

AII$W~i'(I§ ill exc~ss',Qq5QOb'for laQor and l11atorial, 1l!ilrlj~ !:ed'nc"Ciilci ~;I'cjjl11aL'6qrill'WI4ild!Ol"VilrcJ\iiseoi(leJ,

:4, B,idll11!~.f,i?e.'lr"co)!lpgj\ieq[;iy k1d·,,,B@i:,1!Y i\lth""fbtii)praQei'fjtj~a'611,epj1>¢asl;lel\'s.cJ1eckjlnoilqyojCle!';,QI"b.)g,'O.<:i11c!, P~y~)l1.9ctbtl1Iic 0i\y:pfJ~~i.\.i,je~'i.iJthe'·~!\1.bLtilt;Qf§%,of"tlre .• total, hid',. ,Jf,uQlll/t!bigl!kl€I~.9rl'91iic.afly; tli¢!11)jif,r~il!!'ity liiiii;! be iii the/i);');! iij'hid1;ondo.l1IYil'lo cashieJ;\, oheck;,c,,,'ti:fie~' cijepk,t,jr ,iponey Oi#e(WiJJlle~Qcep\~d:, l' aU lll:¢'to,.cQmply viii! caUs.e,YOlll' bia,f9iJ~'l)91hl'~SPQ11sjy~,' " '

t f " i{

IE • \~

(1" ;j: i"

!t,

5,JV~1!la1)C" Qerrifiqaj¢s.:$\IPjcstt"legislatiYiiamJ1'9i'U(UI1QI\(!otif1c$ti06.w tllii yejidol'hsth¢ It!Jjl8r6jlt.lowIiidilej·, .tlY, :vehdo.li·shil)lpO)ijIlieLjQcsi<Giil'ing alt licc~ssiryHlsi"'ajlQealldbonds;.ifany; ~srequjl'edjll the hid specifk~t\ol\s Jlle llO'ii.ficationby ilie City of Kel111el' sliaJJ il"tQ911stit(1t'!!lq9~pf'lnceqi\[\)~~it!,'I)!1JY~1:e: lSsti$[1ceot"j)lj(Ci)as,!cjl'de!: 01:,1 ,s)gg<;d0011!mci<;pu,stiiJIles39C¢iJtallc.eO.Jltile'i'arti)f·tfl,,'Gjty .. ot'Keriller,·.

'6, Ail}l)!l!)'etit; DO)ld wJllhe,'eg\111ed fo I' fhis'.lii cL ·tIl ".amonlliq NI'$' bD,ll~. jvliJ. b~5(l%QftQeQt!lJi,'act'p \)c~ i'\l'fe~$ qtlH;rwbeFirsll¢a~e4;i} ti]f;tedtlliG:ar}~e",if;ij~~ioLi,\ 1h~ ~m;ces$fii.l8jddWslliJli ~lIPP r!,(hec[3.~YijJ(llt bcilid s)l"ll·be.~(fJjpl i.eil' .tqt)i,e'Qqi'"hasil1g' ])¢!,))l'tiit¢ill'; .

7: By·si~liijig. the bid, tlle,,&i.ddel' certffJe:'GOl1l rliaJjcewith'~11,ii)~\jliCfioI)sfol'iliiaci~js;.t~r)1)$\ gejl~j:i1[.C(1)(litj9!1e anil sp"Gnic~\i9!ls '!UXd·.~"I:q) ~r·gel#fJ&~t!Iattll.ep¢1"Oil.si~IJ.ijj.fftl\ 'l bidi~' a.c[j\'lel)t<,oI)?Ql'aJe.of[l¢e\) .lia\'li1,:",$ll iill.neh18~i'Ql o(li:lorliJ ~.iYi dUi,l; 6'1"m~\ tl,e'IMsQii islu\lIj qiyiij llara ;1. tHori,!:ed J6 .bi'id.tb e: velidol,.QOmpanx: lftheb iii exceeds" .$25;0.0 () end. tli<j "[Milt',; S'l'iP agcijiG~,Qo)' [lqVU ti .oil) partll <;rsiljp,.o}'Qther . Jega I enti];),) !ll~' Ilres,iiJ ~11t, yic;e-jl)'e,1ct;e1lt, . ..... . secretary/fre "sqrer,'Ol.a n'iilllbDi'iz~d 'ilgeJj!, sl)aI1,sigi)th~. pro~osal"aj) d satisfDc!,)Iy¢,iiil<;ji e~q f~h.e: !lPli)Qi'i(yOf' tile'B~fsoli. sf glii1ig.fqtrb~.~g~;leY; C1,l)P9t~tibli(Pi!itl;"dh)p;oj' pth"l'legal~ij\jlysil~fl.ll.~ a(tilbMd 16tile.jii'op.6'saL,'·"FRiIli!1ii l;J .. ·nIClildiJ· 'Ii ¢iiljYQf.f)i~ i'iPiidjixdilt~ sig!iiilli i'IUi 11 tllp.fizatioIl,lfl'eq ilil'£d, .)!lay l'es 1l1t'luctrW'l'e jecfiJ1ll 9ft(i e hil!. Il!1IeSs~}illi ~r h~s£or!lpIied'';ithLR.R;K38:'tiI'tlA')(i.)(C.jor L~; ~ts,:)lJj2iJ~{9)i' . . . .

. 8r4Jtbl4d.el:s!t(;i'{I.i~ ,~o II tiCa".!,. fO.l' Jill "base·bfijlateI1iil.sal1clsliPj) ii"s'bi1di6i' fQi:Jii;,h. 'al\dji1~(ffil1 inti s\'c¢i)1I)\efii))d $lib.li:]ft 'WilheliQll"bTci t!1~'."i3i(j'iIej"s'St&teljl¢!it.6fNbiltCol [1[i;jolj??;Fonnattacilcd.ijer'eto,. .

9., .. PeJ'La, R:S, 38:222 2.!M eft clirtIJge: 0 telet 1~«ljl! 'hli0WI!1'/(S ¢o Jt(!'iJ(gqY/ (Ja' co)t!!'«(c(jd;' /11((( ei'iill"'iijid,< [iilt /!.eswn/c)t .ct(ld~qiIctl)rOIlNr(Jft(j1 Il! q'cel iTiii'1il OI:e ol(/I~ .iJl'il{htfftt:Mi i'fl<;(fili i a mit:,tii (fl,'" ir!Jt iii/iii liD hatdlJi 0([ Iii (sai k(,ilteii: il/d,ii,\'iil1ti((qf/(Ii'.1·stilin,be·('#¢'tij'riiiiljrl'llrelkfOI'lgll~i·.O})1i:eofitlreFe}feJ'soH·i/({tisJl··Cle}'Ic:PfCfJ.iiCii

'l;HESEGJtNJr;~h:$'pECIFICATIQ;NS~~]).I~STRTJc;rI()NSlfOl{BIPllEB$';FfA.Y'E)1F;E~ REVIE;\YEJ) AND l,\J3,E'f!Ji)REBY .ll:Cl{NOWJoEDGEU AND. AGREED' UPON BY VENDOR, FU.RTI:IERM9RE, :ni~Q~l'(4$:gIiJM5 A!':II:l1:IE1~BYA¢t~.QWLED(]E.s.ANx'ANj) ALL.· :fNSURA~tEltEQtJtMlY(~NTSATTACHEDHERETO'·T~II$. )3;IJ)A:N;1)',Q'A,Sl1A..(iT.QUP:SUC),I . QO$.1)$1 ~Nt.Q·XO:;rAJ.,;13tIlJimC:E:

··FJRi\'l:NAM:¢';,\;I;, \ 1 f'Jl'1:;· r • i"t~ih(~ 1,.SJ2,:CiJ,'· ((J.'5\.. J fTC:;'

. ·$lGNA'fP.R.E:: . . '. Ilk Y\K ·t.?".TITLE:V:f{,f),cJ;,ACCL

. ')':Rl.JSt9iUhr.P.E:NAviii".( j.; .]/,1 t<I',t),]' 'E).WA:rL AIiDMS$: Infodhl'.u. c.J:-Sc tty(Y::'!

.. 1.

·tlils)jJd·l.il·Mt)j~·${gne&jjYi!h;aiitholij'ted j'el)f~s;;iJfciHve·of·th.ecompany!firmi(H··bN .. tp •• ~\,y~l[q:, i . Slg.i)lfig'indicatesYol( ir~Yi! 1'0i'fdandc!)llljilY'\vlth thb!iIstJ'ii'Ctioiislilldc'dnditi6ris,. .

Rb'y •... 02i12

t

~ .~.,.

BlDFORLV(

. 8BALBPl:\m·Nl.1~1l:\E).<;;r1,(j'fo$: PKOJEG1'NAME:'·lhl)nish'and.Jlls!?,l1.N,w Playgr0L\!14Eq1Jipw~nt .. ~ .. Rwll~-J:iJ2l?\Rge;?,tN'tljUl' cr~y

r>Jay:~tirLiji'd! ZOb Di'iC<lt~li'Stjii'i$e,K~lli1~i"'LA 7oM1

.T1~l); lJflJ:)l'iR$rQ1';1.?p.BIPP.:e;E.,J\~){)j1gt:1l1)i!1~n~~,1'.hi111s~trwith th.eW\;iR!<; re~\.(lJ;~#liytlie:·.~.PMmmfi!J1!il,. the·.sltewheiie.tke·WdRk.isfQ'bejjei'fol11ie~lb.cilJ. labor co1\ifitiol1Si1mbUlaws,.,·legul"tiQlls·.anq'otheYlaciots ·affeqtillt~¢l<f6@l.\n¢e Q(th"Wd1'ZK, .. fil1.o hi\Vhiil s~ti$fi~.tL.hiLijs~tf'o:t·the,~xB~lis"·'a)1d.dit$.¢illtie$iitten:di)Ig' petf9J;n1~lw",of\l),e, WQB;r",; ." . . . '.

HEREBYPROP0SESand.agl'ees,ifthi'sBkLis .. (lcc,!pte(lit(Jrn(er.il~t9a!1Al;C!'e1l1<l11flllt(w fOTjl)!&tiach\'lcfito pel'forth $lLWQkK,jjiC1tldinit1i~.~sslinlptf6ii:6rafiobl1gaubll",ih\ilesanill'e~ptul~ibJlitiesjJ1de~sat~' foJ' the ;\Wq0&s£\,11~9111j.:)I ettwx Of.i[l[lCo!+ll!E)ol' ~txcf tlie f(ltni$Jii)tg Q~.iill)liaterl$·LS imp qq\!ij1mellt.teq\d l'~d. fob? illCOl'pOl~tec1,ilianc1form,·~.pe1tn~llel)t P§l't •. ofllie'VlORJ£;.top'l~"eq'lipl1~el)t; •. ·.~uppri'e~iitr~lFP9rt.alitJ.~1jfa?i.litie~; lahol'~·.supei'lnt"ifclellc<!ajldsetvices.l'eq].1il'ec1.f6pm'f6riil·,.tIieWOlUZ;.andbbnds,fl1stlrancitaucj,sltbll1ittaJs;alf as 1ni:lic~iegOKS?epi'Ti~p il1fhe "jtacil,e(l~peoif19:~ti~)1~ "ili:lebI1t!,~cttIQ(l1!111~i).ts t'i b~ P0!I<;i!'lli1\(jorfi)i'i).(Sl).eclby .. CONTRACTORfor.llie fgnawing: .

TQtAI.o13AS)3{13:rIlOF:$ .. '6'..1 &'Cvex\thlJv, 'In·' t\J\loht»lldrca. dPvt(,tiS CtJAO &1fJ'hfTIf1),vv(;eiYYITJ

proCIDaIi' AJ\I:¥Al;'I'ERN'ATltS ACCQroJINGTO SPECIFICAtIONS, CiitciJl.bNE, C!\PJ:)(pEP1;!C;rIYr:;X j!i1);tEI,tl'{A.!EftP,

(ADD/tJEDTJCT)

(Abbl.t)Eb'O.ot)

AL1'ERNi1TENO, 2:'

. AIJtER~M1EN0; Jr

$:--. ~~.N=}"'CA:--. ~-'i---'~

$ .. Wk. ""--~~~~~~

$~. ~_-",N"",/A"",··~. __ _

'TOTAL B'IIiOF;$~-4'W=I1""IA",,,.· ... ~. ~~~~~==-~~~==-~==-+c±==-~

"l'f.IE;tlNDIiRStoNEDBcfDDERACKN0WLEDGES.RECEIPT OFTfIBFOLLDWING·i1DDENDA WHICH . HAVE; BBENGQNSft)'BRED lliP:R.EKARAttO'N OF tHIs Brb, . .

ADDEND'ANO;, ~~~~~~

AQD:E:f,fti4NQi.~~~~~=,

AQDltND'A'NO,.~~~~~

DATED •. ~~~~

lYAl'E15; .~ ... ~~i--'-c:-­

'DA'tED: __ ~~

i~ J!

'~C~,(;w«l .. .... ... . .... . ........... . , .. L,ltqOJg;J;RA910R',5 LICj;NSENO, "R¢q\ih'GdJfTotalB~seBiq ~s $5R,QQQ,QOQl'E\l\9Y~;·~~ .p~{LSA-F..,S, 31:'2t5o,et $O.cj. ,., .'" . -, - " - - -- .-. ..

IfiihJl1dlvIdu~h .. . .. .... ..... ' . . (IJl8iYiduat's'Nai11e)'

IF·BIDDEius A JOINT VENTURE; THglPB'N'rlCALINBQRNiAttbN .MtrStBE.I'RQVIDED;POR BACB: JQill'.11'VB:NtukBtt. .

'" .

. ~." ,

,:, .

:t :.-

'GCiRPCiRATIl.RIT,sCiLUTJON

J';X¢J';rj.~TjlRgJi'1M:mjjtE,sQf;rv\j3'EtjBGQF:nlJ'(Eib AIi,D'Qf'iJ:iREd'tORSdi;

pIMSPrrooA)JJr,. [ttl/X .£trV't,;cC6"",'J,l.'-;' :.ukl"l~t~·'·,,~~~~~~~

'AtTHEMEEtl,~GO~·:DliteCTORSOJl, t2JIi%'Wr6,a,W;i8I(t)14S{'Jrv1~&b~~~:TEDi Pl'!!'iY110TlC@Al'lj)

'H'EL1:iQN,z1f,e1erf\betr.'i(j'10···"~'~"'li",AQGQRGJvLj3l3INO·T.fl'GKEjl'RESJlNJ;;OU'li10tfo}l'b0tYMADEAND t... lY.:,'iJ.'f,', I" ·,",'},·i".t,',r,·.' ~[ld():NPEPi IJ' M'h~!RIj$1':9Yl'lg,i;J-iiW,_~·",01Ll." Lf'I""(;v'41",c'I=,-"ltLv'L'I",.,,,iJ,,",' ,,~. ~~_~. ,~J';;Jililpr~·ttpill,g;~"lAPJ'OntrEb,

J-! ¢@$tfTAJ,TJ';pANPbE~(ON",tl':b,As:AGENt'ANiS.Ni,tORNEY'tN'.FAttOFtRBcoRilDJtATIOH'.Wr'ffIJ'{JLLd'OWER

ANbAuti'iOIijTy·td:ACt:,dN'B.EHALJ"O~tRt$,tOR1',ORAttON rNAiLNEGOTiATICiNS, BmPIHO,'COJ'lCBRNS,·A.NP

TRANSACtiONS WltfLtEffi;c,Clty'OP'XBNNEJt'OI1.Al'lX' OFlTSAOENC1.ES: ' PEPAR"rMENT"!, ",MPLO\"EEs6RAoENTs',

ING40PIN.o,SET.NQT.LJM.lT?p··TO,·TltJj··Jj?;JjQUTI0N O.PAL.I"'.·L>·lDS;,v:rr.Ol'O'lAI;.S,.PI.\.PE!l:1JJ. Il9¢0~(EN'[Si.

·.k..fyrp"V1r$;J39}lpS,SQR$iT$S,CqN;tM CTSAUP'A.C.T$ ·A110 TcJ"ii.E9Ei.Y~ A'TID'R.$cj;:lth'T!;(ITREFO.ii..rr, .• ALL

Ji.vM.ijhS,ii,oii):i$1t$ "Np blQT:I.QEp;.r$sDED. PU RsDANT TO ,Tl;IEPftov,JS LONS ONANYStJCH BIJj"PR0POSAL,OR

bbNtRACT;i tFflS;Cojfl?bM'ttoiJil.EREBYRAttfYmG,.APPll.OVINd"CbNFlKMrNGANDACCEPTINOEAOH:.AlID·

BVERY SiJt1H ACt. VSm'OKMED:B'r$A.IDAGENT·ANPA1'rQJ~NEY-IN:FACT,

y-\

J .

BIDDER1S STATitlviliiNT OF NONztottUsfoi'l' ·.F6yLlIbtir,,,n'd·Mat.eilttls· Pl'i'i.](;t.ts

A~· .. a;I:iic19'mDrp[0~pedti'v"bidtfurto·.th.e.CityCifKetih.e1',.8:ildas..Eb.coildifionfol'oontibUibgto' siipmitBich td :die q~to.f K'ebiie~ t'oxJ:(fate\'iil; atld l~1:ibf, J:1rei'ell!.ceftiflth~t} . . .

. .t, Thave l1otcoll11decl witlfarly eJ'11p1?iee.ol'eiecreclOr"iipp6lilteciorncIaLof . 1li¢.Qit¥ofI(E;til1~r jjian:ywl\Yll1the.jJl·~p1\~a(ici)i9!,$qtmissiQnofro¥.(l1\ipci~~1,.

2. NO emploxeeor "lecfed orappolltteckOliiClaI oithe city. OnKCll11er ""111 J!ece'iye ~ti)'tliifrgJ(rfeQOllQliltcvalijeJid111; me prln), c;OnljilllJ.y,eitIlt\l'· qlteqtj)iQl'il191i;~QtlY, ffJ "ip+)i:C$qqgqsM 1()w prOpo:s"~ f,qrt!!y.s~.l"fo Ur~ CityiiEKeilherol'mateJ'ialsmid lah6r:

TM~statel11ent.shal1 be cotlsideredas .. oit,golhg.fdr •.. as lOllg aScI cbt1tlll:lic.to·sllbffiit·blds···tolheCiiY· 6t.i(erniei:f'of:m:ateJ'ii'it·iail(l.lAl)oi,:.sh61jl(lltb~det~tniJj1e9th.4tjh~.st4ltel11en.tS·i.llaaeJieiein·.iifi':. falSI"} l).tl}i~tsfal1d:tll!itJ 0'111\)e ill#igible, 10 liupmjr apyfl#"ll'eblds V.@l ~lm 91!;J QfTq~lm~r,

tt!\j'QS'VY1)otuGfS (tMcl .. J'EtVfce~D 1JC. Qo'EvlPA1'lYNAM:E crt-EASE f~)

fu0?H;S'\&G\).e:erwGt-HtrlZol.., A.bPEESS .. .... ..... .. .... .

\j(1:V:\r6Ls\2(Th~lL fn~QlJ.tkt?? CITY;;STATE\ ZIYCQDR

7[09

.TITLE

c··

'stAt::ExOE:LOIDSIANA :PAR'J$H: PF;JlJIfl!'J))RsQN

M:ttfJ)AYXT EI1Il.lfoYIll'91It Sf~flls Yi'\titicatrQli.

BEFORE lYill; the l)llilersrgned.litd:horith,person&1TYC!ul1e and£\ppeated, . -.. ',.<.' ".. '-" -,' - ,

el) J:liatbldoetj$l'~gj'steiedtilidpatticipatesil,[j .. litaf[lii.yetIflcatioh systi\iii, to y~rifytl\at!il!· e\\1jll(Jjl~,~s)1l tf1:¢$fi\(~·9.{~iiJl,i~!~lti\gf9!Wga!¢iti."'''I1.S';(jf th.e TJ1l1\",1$[~t¢s {jl'a.i'~' J~g?ii (\1) o\)~;

@ Tliat15idder,shallboilJiliUe, diiiingtjieterh10Jtj1i~oontttitit, .. to.ut£Ili~.asfatils'vedfi6atibji ~y,St¢)lJ!0'Vgi:l:fJi th~ legal G!!ltn.~ 9{aUli<\W· ?!J1p.!ojYe.esii,tlte $\atedt:LoU:lSi,M~.

(3DThiltbtddei'sliittl!j'eq~ilreai.t,sjiG¢Ol)fi'iidoj;§tosubii1Ltta fhe h):c1del'<t sw6tti;affrdlivkvei'lfyiilg 66Iiiplla)i6'¢Mth $tat~t\:\@J$ (t)~Jl~(Z),

;c. /)"{

( ·./ ... ! ... ~~.·.· .. , .. t'.'.:. ,." .. ".; ... '. _ : .. ..... :t:.: .... '....Jt.,/f .,;,..,~ . ;', ' /' ~.-, :.",,- It.)~~· .. "L , ........ <., .. ,.

,j!

. ij

·<;:0N'1:1])lrr;;1'91', (~Til ;)j;~·~i~f!.i;i.:~t;'1ltf;,'t;'/(l;;dj t6":~: J;;Ht~s::pr{)d.w,Q!<l:'.'i!f)(r:~~P;f.¢_§!,s/liii:L

SURETI\ jr5t;;li:,,:A'j;j/:rti!!Ji:(·t:ilii'/'f'1.7)jiijJJlij/M(i!.q/1/J/,-}iii,I:Y

United' s~~ t8 5' eEl rei I i"isuriin cli,:C 6m_i~;:i.J ny:

(5B.~)\~9~1(~:',:_$W?~~;«,~i"!;,[j~0p.9;, '~i_\hla.Spr:(i·lg~ 3.Qb, ~1~,dl~,~·n.?X~i;!nGe;.:M6riisrO\vn:;:-NJi07962-.;f3A,~Y)':f22"

9Y~B,f '. (,Q){(iiJlI.\,k!!{r/JiE1nfs-:,rltd'1Iddi:"I.J)(

¢t!Y:·.oii<enr.r~'(;

"t8(11 WjJl[a~s.:igb:i:J[B::\itJb:J,,"KcriheG~·_LA.J.0063-.

:~:QNp:::41YI·Qpt'i:!.t~ F;jV~;:p:~t:Qeh~.;(~%),.9tJ~,~,:~;~(~bb~(J'~\l[i'*.J;;

MO;E¢:r; {N?f.!~j~7J :)(f(i~ii;!?I.:Xf([.rl&'i!J{i.Wl!t:.12i!{jiii.'.:!?I!Rll/~!;' ·.ll~W):J., :P.~oYW:f!!:<lni:I 1)~~f;:iii:,r-'!~l'gmJ.I.I]1;r.~_qqipn:l,?p-~\af1d",:$~iiij~ciqg

fti 54°'!J.'

1!~~~~ii!~t~~~!I~~I~l~~" ~~~~~~~~t~t~il~i~ ~f~1;!:!~~~~;;~,~;~~;;)1,i;n;~~!1:~;,~~,;;m;~~;~;f~llft;~;;!~~r~:;~i£~!i,~:~tl~;,~:~;t'i~~~;~;;~r:~;l~,::b~~~;~:t~(l J{ti:;:ls;::So:ri c"U.:J.'S j,s5ti,e~n(FtblYj1-ei!:_ci6'n :i;,i,iltii;,i:i: ~I.f,15t<;:lh,L-r:1f;;'tQ}:I'k'ijid i,e)', :1' ~h6,te t'Qi:.-:'C~)l1tL'i,1;~.tiJ h tl\ ~b'f.~:.1;h~ 1-r~L$.l~f\ tt h:-:d~,¢1T,t~d::-tg_l~~"$0.b:cQJ).}:;t~rc:~l~,~;:iln.d-,thc:,t~,W) O~"tl'(;-r,_~.j~i~t r;):<"'·d"c:~!))~~t.r,~~:'!:ie:_:(b\l~h~,c:t_!;!r.

~6ri{ji;:,:.:~~~;~)/~~" ~:i~~-~~,i~~~~:;~::.;~\~1;"9· (

.:",:, '(. ··;!:.''F-r't;!,-t~'''1.. .t;: ~ '-'~ ;,~~r-... 'G:"~"'" ~ -..;..~-----,-\~~""",-,=1' ~-'""" ~

:n]7t4'_G"SN?y[)e:';~'10¢'_~dl~a,"A!.l;m~y"I~'~'F~~(~~~

::~y i0n~'!1~i~~:~Qt;:-~~>1t[i,,: tlie: i~.l.i\~jj~a.15 . Tfi~l~,\it~: :,(~f'.-j\~clii,~~~:_lsHl1.~,: ~;:hi\:l.~0hj :)\~$9t1.~tf'i_~:t~' :~'ir :~,_\~~ty ,:~qr~~l ;Pto.? ~,~em' (l~/\pB;PJ, ('\'\~l\l;, \'dligb O/lL;~ l' l1ju k~$Jh jg to,hn_~.d{)Cli iil~11lil.V_~ ibble lb· jI!-;, me:ri~"btH:Si {[jfjJi~tc~',?hd :'t,sSot:iit'i' £;,~' j~,: :;\lii,Q[;'~:Cffr Wtird:;!I:U111'a I :~r,':(l $G:,,:i Ii'.' fll.e_-,):~~gLi]~ll;",.~Otlr;,e.-of.SlJl<elY:· O,llsri,les:{" +l,~\S.B I~ .VQ['!Gj.i~~;,~1111( :tl!~,_Qriiii!g t t!f~l ~.(;i:; Jhi~ ;_clqq_~lC\l~n~ __ GQn:~iin~'~_'&~'l~t~y, t?(~b_e, .te0'(- .. j!\ A~~\ 89J:;h1m,~p~ tpJ >Q~fo.JP;;:{3; l/f~,.l?_6,l~4: :Sl!~~.~qt'i.t;iJn:nQ~.lW,cjttfL'l))~ j\1~ib:~:.tIJ~ifI~}9, VIe,prig-lila) -!~<;t'Qf U.liii .. ~OG_llri.feJ)~ b)I.'l\$~~:,_~Q::Sqi:~#lb::~~~i~\:{¢it) l'1 '\-\iQitljligali~ ... d'b"ilslliiad()il \1,I[tli ;fLMltt6n'Ji::'~(al'i.:'; i:'ti'c:o_i:Iii:lge-d' :Gef(-;i'f:o,:'i"(So,ttll'np !eli6tl ;,: exec "tltlOli "or 'ifC.i\iplii t:JGl\

,~

[.-... -.... -,. '}!'(j\.;;iL{lt·("t:ll ~tt.1'()ltN'£:'/ rfi\~FrE>J)\~+X~F£:~: .. E:(mt:Yt~;S'lht;tI\i{;·Er06,\n}Xl0'\t"

J)t~lN:ctP~\Lt'X)prf.,Q~:."'~Jql~:rps,'T~!)Y~ri'..\".i:I:;~V-~I.l'·q~~?,E:y '1

l

:~~ !);:,9.\\Lr,tP; ~~:P:<;~91 H.:·f"''l)1J~.S.1~Y gE8;.ENI $f T[t~t:~r!.i":i.l~,9.',~"«i:t~~, r::.i:~-:I@t\t;i~l!3b,·C\i~il~i\ if>i,:.iii.:rifT,ijrii!:1Uii :db 'b:" o.\~g:<li1h;'diJ:IiYI 'J\;",d~~ lii\W{l trJ'~f--\b~ h:~ \'~ ).)/.t ti~:, ',sh,lc::o(i)d a\\'ar~,. htl:;- -1-11'a de>l:tl:USlJ 1 utc-d' un if. u.f?po:i 11 [e d~ arnJi dtl()S iJe ~e.r1,,~" nUl ~~, :CO nsU ru t.e.:.,nl1 \]";\ PPQI n l~~

i,..~' :J.i}i.F-1(i"!,:iii6(;lrrdl,t, l(ot{IFJ.'l) ,Ai¢:C(!l:tJi:([~rf1)JJ!!,r,s; 7?-<TJ:!tlrij!d':'4(:-Ci!/!.Q~,I?·

\l.~q (lil1:,?:CW:i:$.n:O:;{HfO). ... . ,. .

J

1

.. ·.

Tll} H!'r.ny.<:r:r.~t:Ai!:o,rq~? ryyQ'1{.;s-:aii PL~Y~\"O~?)\q!Xt:'\',s;(.) (At1\) l:l~Cy .J~% ~lGA~o)1J)~!J: (IWi,\ t 1'!j_¢_:-(~H~:i'i~oV~il'li'~I;'rl(L:'.!l'!lr.rt~~f},l~?l~y~, o~\fi~_I'-S-\~,i-i~<!-~"gid:iiii uarS' 3:\./ i~h-gi I

:,1, )0j,W~:eb:h-tf.~tA1:~:9h~Y: j~-, :gt~:r.it-~_~{::-Ri.r\~iL\r:fi\: -~i;),\ij'.iFr~: J'M ,0t·~I),~'~':f?}':-!..1~~~\\':~ '(i'li U'ii:;kd S[l)1~'5 f'ird'; i-iisiWlil1C,C' CU,ihpiin~,'-1!lS ftdi:iiri.'. t1'i\.1: il';1:a.e,- :-i'oH '''t;::_Q~\)t~ lilJd :'" :c~nsJ1tPl\t.:l\iJ[l.)'t;li-c;-.re.lLt lhe:~:e,tlr-\\"ljj'~h:/j.1:-[r~i~s::p.r\lY'I:d~.'/h,:p~)",nn;,:uJ',par:f:;'

~t:~~~~i{i~~l~J:~~~;~~;l~~~~f~I;]J~~~;'f:~~~!;;!:!~~:~'\~~i~~\~!,(~1t~~J~t;;i~~~\~ili~i~~t~~~;~~:~~~~;:S~:}~Ti\~~~~'~~~~E:~;~; m).-"l:_~; ~i~bb.'ii\ti_,-r-'ii,,*n\!i~_g:\ ~~J)~' ()/11:;~'1-:Y-l~'ei,:il'ii,~;"_1?r:llht L1 r'.ii H (WThc "r-liii.-;il5;t~~nh'::-',\ i ibWc~ l ;in>! -iiJ __ r h~t'~; __ [111~ _[~rli·tl¥Vl,i.~h:,{~():. :."!:ir6lLfU}ri¥ ~((ff.;l-I)~ dit\: 5c;:~LQ'C\\1~;,Cb.rPJJ\:n:.l:i~).ll.;

I

i<:sliG~l, bk tlk,--C61~1?-li:C<lit6~i~';li:i~l}:bt! l~rJ:illn~-d.:, Il:-bEWJll-i!~';, [j_ll,l~?:~:i't\pbl!l1 JJJ:- __ Orll.c:l:'~V\,$q-, pl:i.:~,W'::~{)~', _.!)1' i.fdd ,\'titrQ';, ~r-ftjl,d, _':,$"_~~th(~,l:\!,-C,~r--py·:-:tl1\~ If~H~J."~1 ,t,lf

,t111(hr.i nit';l 1:Lr-&i..~ri ~s1.klt,tns (lJJ111i:;'Jil'S '?il" i~~h i~j;l'-r,i r.tl.1e" ~~0qji}l'<l.tjp.l,1:.. X I,~B: (\1ITJ.lrlll:[(r.lJ.":'i1,11,lY :h:(lnlb)llg:, __ to"~11 ~.c:' JQP tii~ :'tH)t~ns_~s __ ;:~'~.r_c,( ~ _.,2J:iItlcT. ~,h~(

::~~~;~mf~;6~:~:~;l~;tl.~~~~:::J~~j{';;t~_i~j;~~-W!~'~~-~~~~:~;i~~,i.r;:1~;-~~;;;i;~t~J~-i(;~:n,~~;:iti;~~j! \l: r -o,mt~0rs: ~;ir ,[! id C (J:rpdN(tro'n:;'"ll0f.\~'l~I'l~tdl1djl~~" .l11 ~'jh~~ lll:,lf, h¢>

: l~":X\~ftt!rnj$:$_:'W~J.~:R~-,9F:~ .lU:!J t_~~,t;!ShI(~*;,:Gtj,~_ ,'(u~\ kit!'! :G~,t .G'ii jj_\~rii))1 : Do:r~Oi:al~~e-,i.i hCj:eJjll~o,iiJ_:$.')\.c,d'lh{s "tJJ~I~'(Ifi~.' -ofMarcJi;' .1Jh6\· - -'-'

":;d"',~: :11i'.(~1 ,~~:--

~. '

,~-.

sT!IYiJ qt'cy,¢F~$Nfii=~ j.B01)IVILliAMS .BLl/b KEi\iN.$R~'fj\;·79662 .' T::(504)A6Sd20q

tl]iss:'P;roaucts:.andServices,Inc $8~JS.'SWee\Wa{erHd: Lithia $ptiti~~;,GA3b122 .(BOO) 24e'2~47 ((70)9.20,19t!3 F$X

ShipNla

'T<ixapi,,,Subto!ilf

f](iling1ng "'i)bVi:a~i864;6,lll(ii.6h.!b i1)"ype;~ya.ij~r;;le P",ij<:lihg"t$~i\~rtpti)Yali'

'Quo(e,vallCl'for:j'o,dElYs' unJess"oll1ervJise:noted, . , .• ,' . ,_ . , ,. _.~ ; '.__ _,." , . ...... :, ,:,,:,' '" ," ,-0,: .. .'.- ': ,_ ,_ • ,. ;, ,

i>~I\\sFWp'.·p<jdl W~bbet P$I)I@iJ,li#~fir~il(iG!$Cbn)' .0. (?~[n §~O~@7t

DateS!22i2i:i1;1; p,qjadBiaNo,'fTc646s AdhurClaY' f'1~Yf!found

.c:olj'ta.ch T,qete.saN<%yels ." ·Dlre.ijti'itpfPqt~Ii~§10iJ Phcil1el(504) .4El.a, 726.1 F .. -. ax;; . (504}468;(j66~ ... --.- "" -'.'

TBrnlS Net,3d'

suhre!ai ·····FreihHf

tax

$35551;$0' ·1;T1~;.22

·····0.00.

$37\270.·82

rt1§!a]laJlon.pticesiilrEi baSBd oittiltcka¢6ess·{d ·tn·~csim·ahdH6imal·'soiLcondition""Any buried:rocl(;ordebris··may 01'; dalis$for,~ddltibh~1 GI1'i1rges,,)l(i1y;'Sif~Piiip~@tIQn brilemiiliti6l\ h6bpiicifled ahove musfliiioi:liiiple(ed"p1lot 10 .iYist~Jlatip:!l9t·t.b.",·e.~Ui8m"nt,.$lt".r";$!'MtiQn;'lhJ@~ QthgfVii$"$,t1qt$d:,l.s·p6ji.!'ipIWql1'Q. f'1~.iJ,se· tef~f'tQydur iijstall~tiori"~fe!im~brJQriurthef~$J~II!3,.$arEi*ta)( li.applloiiqleisnotipi'J'1ged.S"'lii;; tgVii)cempn'~iiili¢ale·Win hE! tequir"d;joriixeblpliq0.··AII,btcleNa.resqbjeoLib.·,jPpro\i~1;?I'i<:tat.c.$flt$nc$,py.the;m?jjwNlQtUr$t"

'CQnlpteteTerm~·iln~.'Cdn9itro1)sc"n.pe,foui1d.aIBlissr'r6dud$icon'li~(!lJ}ai1d,QQi1~iiii)ijli-,I)hijl

!"-,

L

, J"'AtthurCfayPlilygtdllhd tily6f f<¢rjbEjr '"

.'

V, , , , ,

• ••••• • •••

POUEllt ' SLi 28!~4}l