Labor, Material to Provide Elect. Upgrade at Ree Alario Center

expired opportunity(Expired)
From: Louisiana(State)
JPP-50-00142284

Basic Details

started - 20 Sep, 2023 (7 months ago)

Start Date

20 Sep, 2023 (7 months ago)
due - 31 Oct, 2023 (6 months ago)

Due Date

31 Oct, 2023 (6 months ago)
Bid Notification

Type

Bid Notification
JPP-50-00142284

Identifier

JPP-50-00142284
State of Louisiana

Customer / Agency

State of Louisiana

Attachments (1)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

Bid Number 50-00142284 Labor, Material, Equipment Necessary to Provide Electrical Upgrades at the Ree Alario Center for the Jefferson Parish Department of Parks and Recreation BID DUE: October 19, 2023 AT 2:00 P.M. ATTENTION VENDORS!!! Please review all pages and respond accordingly, complying with all provisions in the technical specifications and Jefferson Parish Instructions for Bidders and General Terms and Conditions. All bids must be received on the Purchasing Department’s eProcurement site, www.jeffparishbids.net, by the bid due date and time. Late bids will not be accepted. Jefferson Parish Purchasing Department 200 Derbigny Street General Government Building, Suite 4400 Gretna, LA 70053 Buyer Name: Doris Abraham Buyer Email: DABRAHAM@jeffparish.net Buyer Phone: 504-364-2690
target="_blank">http://www.jeffparishbids.net/ mailto:DABRAHAM@jeffparish.net Bid Specifications for Bid No. 50-142284 Page 1 of 28 Furnish all labor, tools, materials, fixtures, equipment, accessories, transportation, etc., required for a complete electrical lighting and power systems, complete with necessary auxiliaries as indicated on the drawings and specifications. Section 1.0 – NON –MANDATORY Pre-Bid Conference: Location: Ree Alario Center, 6900 Saints Dr., Metairie, LA 70003 Date: October 9, 2023 Time: 9:00 A.M. All prospective bidders are invited to attend this non-mandatory pre-bid conference which will be held; date and location to be determine. However, failure to attend the non- mandatory pre-bid conference shall not relieve the bidder of responsibility for information discussed at the conference. Furthermore, failure to attend the non- mandatory pre-bid conference and inspection 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 with no additional cost to the owner. This conference is held to allow questions to be answered and to inspect the site with the owner’s representative. Section 2.0 – Scope: We extend this bid to cover all labor, materials, and necessary essentials to for a complete electrical lighting and power systems, complete with necessary auxiliaries as indicated on the drawings and specifications. Removal of existing electrical equipment not being reused. Owner has first right of refusal. Section 3.0 –License Requirements: The following Louisiana State license shall be required for this project: Electrical Bid Specifications for Bid No. 50-142284 Page 2 of 28 Section 4.0 - Bonds: • Surety Bond – A 5% “ELECTRONIC” Bid Bond is required with bid submission. • Performance Bond - A Performance Bond in the amount of 50% of the total bid price is required at the signing of the contract. If the successful bidder does not provide a performance bond, the bid may be awarded to the next or subsequent successful bidder. • Payment Bond - A Payment Bond in the amount of 50% of the total bid price is required at the signing of the contract. If the successful bidder does not provide a payment bond, the bid may be awarded to the next or subsequent successful bidder. Section 5.0 – Quantities/Inspection: Bidders must inspect the site and perform their own measurements in order to determine the proper quantity of materials and equipment required to complete this project. All measurements given in these specifications are informational only. Section 6.0 – Bid Specifications: 6.1 BASIC ELECTRICAL REQUIREMENTS PART 1 - GENERAL RELATED DOCUMENTS All drawings and general provisions of the contract, including General Conditions, Supplementary Conditions, and other Division 1 Specifications, apply to this section. Bid Specifications for Bid No. 50-142284 Page 3 of 28 Separation of Specifications into Sections is for convenience only and is not intended to establish limits of work or liability. The following sections apply to this project: 6.1 – Basic Electrical Requirements 6.2 – Basic Electrical Materials and Methods 6.3 – Panelboards DRAWINGS AND SPECIFICATIONS The drawings showing the layout of electrical work indicate the approximate location of transformers, switchboards, panelboards, disconnects, outlets, and conduit routing. The contractor shall refer to architectural, structural, and mechanical drawings as well as equipment manufacturer’s shop drawings and rough-in drawings, and adjust work accordingly to provide a coordinated installation. All adjustments and minor deviations necessary shall be made without additional cost to the Owner. It shall be the electrical contractor’s responsibility to see that all equipment such as pull boxes, junction boxes, panelboards, and other apparatus, that may require maintenance from time to time, is made accessible. Any condition that may occur during construction which conflicts with accessibility to the proposed installation of the electrical equipment, shall be brought to the Owner’s attention prior to the point at which a change in location would require additional cost and delays to construction All electrical gear shall be mounted at or above the first-floor slab or base flood elevation, whichever is higher, unless noted otherwise. The drawings and specifications are complementary and what is shown and/or called for on one shall be furnished and installed the same as if shown and/or called for on the other. Where the Contractor is not certain about the method of installation, he shall ask the Owner for further installation details. Lack of details, not requested, will not be an excuse for improper installation. When a color or other condition for a product is specified to be determined by the Owner, the submittal for that item shall be clearly marked with the available options. (Do not select a color or other condition in the submittal) The Owner shall be specifically asked by the contractor to provide the required information, and that product shall not be manufactured prior to obtaining such information. Bid Specifications for Bid No. 50-142284 Page 4 of 28 LAWS, CODES, AND PERMITS The latest accepted edition of the National Electrical Code (NFPA 70), National Fire Alarm Code (NFPA 72), and all State, Parish, City, and local building codes shall be considered a part of these specifications, and pertinent articles will not be repeated herein. These codes establish the minimum acceptable criteria where more stringent requirements have not been defined in these specifications and/or drawings. The Contractor shall apply for all permits and pay all fees incidental to completing the electrical work. This Contractor shall give notice to the proper authorities in ample time for the work to be inspected and approved as it progresses, and no work shall be concealed until inspected and approved by authorized inspectors. If the plans or these specifications in any way conflict with the Code, State or Local Rules, these latter are to be followed, without expense to the Owner, and the Owner shall be notified of this condition and approval secured before changes are made. Comply with utility company standards. Coordinate all work for installation of metering, outages, and all aspects of the service with the utility company prior to rough-in. Upon completion and before acceptance of work, a certificate of approval from the appropriate regulatory agency shall be furnished. No work shall be concealed until approved by the local inspector. Local regulations shall be adhered to. The contractor shall assure that he does not install electrical equipment including raceways in or through areas restricted by the international building code and local building codes including elevator shafts and stairs. JOB SITE Prior to submitting quotation for electrical work, Contractor shall visit and examine the job site with all authorities concerned in order to become familiar with all existing conditions pertinent to the work to be performed thereon. No additional compensation will be allowed for failure to be so informed. Where existing equipment including raceways and wiring is in conflict with work of this project, the contractor shall rework/reroute/relocate this equipment as necessary. Bid Specifications for Bid No. 50-142284 Page 5 of 28 TEMPORARY POWER The Contractor shall be responsible for providing temporary light and power to the construction site as necessary to meet all of the OSHA requirements for construction, and as required by the general contractor and various sub-contractors. SERVICE INTERRUPTIONS Services to the buildings shall be kept in operation at all times during construction. If a situation occurs that the service needs to be interrupted, the Contractor shall be responsible for contacting the proper authorities to schedule the outage at a time that is convenient to the occupants. It shall be understood that this outage may have to be scheduled after regular working hours or on the weekends. Allowances shall be added to the Contractors bid to cover the cost of any overtime work. This shall come at no additional cost to the Owner after the bid date. WARRANTY The contractor shall guarantee all labor and materials for a period of twelve (12) months from the date of final acceptance. All defective materials and work shall be replaced with new materials or equipment. This shall come at no additional cost to the Owner. PART 2 – PRODUCTS MATERIALS Equipment and materials shall be new and shall be listed by Underwriters Laboratories for the purpose for which they are being used. All material of similar use shall be of the same manufacturer. Substitutions to materials listed on the drawings and specifications can be made as long as they are approved as acceptable by the Owner. Requests for prior approval shall be submitted no later than seven working days prior to bidding. All requests for prior approval shall be in writing by providing a hard copy of the submittal data to the engineer’s office. All termination lugs shall be rated 75-degree C minimum and shall be compatible with the number and size of wires to be terminated. Bid Specifications for Bid No. 50-142284 Page 6 of 28 SUBSTITUTIONS Names of manufacturers or catalog numbers are mentioned herein in order to establish a standard as to design quality. Other products similar in design and of equal quality may be used if submitted to the Owner and found acceptable by him. Refer to the general conditions for additional information. Any substitution to items specified, that are not approved prior to bidding, shall be brought to the attention of the Owner as an alternative product prior to the official submittal of electrical products along with the specific reason for the proposed substitution. Refer to the general conditions for additional information. When the contractor elects to use an acceptable alternate manufacturer’s equipment, the contractor shall be responsible to coordinate the change with all trades affected and pay for any additional work required under this or any other division affected by the substitution. SUBMITTALS Within thirty days of the award of the contract, the Contractor shall be responsible for submitting six (6) copies of submittals containing catalog cuts and performance data for all material and equipment proposed for use. These submittals shall be reviewed by the Owner for general compliance to the contract documents. The Owner’s review of these submittals in no way modifies the contract or relieves the Contractor from compliance with the contract unless a difference is clearly stated in the submission and specific acceptance is given by the Owner as a change to the contract. Submittals shall be identified with the project name and the contractor’s name and have the contractor’s stamp showing that he has reviewed the submittal and found it to be in accordance with the plans and specifications. Submittals shall be bound. Items of division 16 shall be submitted in one package. Submittals that do not comply with the above may be returned, without review, for resubmission. All shop drawings must be reviewed before the various factories start fabrication. The contractor shall allow a minimum of 30 days for this review. Developing electronic or CAD files shall be the responsibility of the contractor. Electronic CAD drawings will not be provided to the contractor. Bid Specifications for Bid No. 50-142284 Page 7 of 28 PART 3 – EXECUTION INSTALLATION Ask for details whenever uncertain about installation methods. Lack of details requested shall not excuse proper installation and corrections shall be the responsibility of the contractor. AS-BUILT DRAWINGS & OPERATING INSTRUCTIONS The Contractor shall be responsible for providing As-Built drawings at the completion of the project. The Contractor shall make a reproducible set of the original contract drawings, and in a neat and understandable manner, show any significant changes made during construction. Unless noted otherwise in the contract documents, the Contractor shall provide one additional copy of these drawings. The Contractor shall pay for all reproduction costs. Final payment shall be withheld until these drawings are accepted. The Contractor shall furnish two bound sets of any operating instructions and maintenance manuals upon completion of the project. CUTTING AND PATCHING The Contractor shall be responsible for all cutting and patching that is required to complete the installation of the electrical systems. All work shall be coordinated between trades with strict accordance with the requirements of the General Conditions. Structural members shall not be cut or modified without approval. The Contractor shall be responsible for covering, caulking, or otherwise to make weatherproof all openings left in the structure for electrical work. This includes openings around conduit penetrations. EXCAVATING AND BACKFILLING The Contractor shall be responsible for all excavating and backfilling required to complete the installation of the electrical systems. All excess material and debris shall be removed. All backfilling shall be with sand. Backfilling shall be thoroughly tamped and compacted. Bid Specifications for Bid No. 50-142284 Page 8 of 28 It shall be the Contractor’s responsibility to locate all underground utilities before trenching and excavating. Care shall be taken to avoid damage to the existing utilities. Any damage shall be repaired or replaced by the Contractor at no expense to the Owner. PAINTING No painting shall be required under DIVISION 16, except for factory-finished items. Any damaged surfaces of factory items shall be repaired by the Contractor to an acceptable level determined by the Owner. EXISTING EQUIPMENT The Contractor shall be responsible for the removal and reinstallation of any electrical equipment, such as light fixtures, that shall be reused. Any existing electrical equipment that is removed and not reused shall be returned to the Owner. Any material that the Owner does not wish to keep shall be removed from the site by the Contractor. When existing electrical items such as outlets are removed from service, care shall be taken to keep the integrity of the remaining electrical systems. SERVICE EQUIPMENT MARKING In addition to other marking requirements, all service equipment shall be marked with the available fault current and the date of calculation of the fault current. See other areas of these specifications for additional labeling requirements. Labels shall be engraved metal or laminated-plastic nameplate mounted with corrosion-resistant screws. TESTING AND ADJUSTMENTS Provide a complete fault current coordination study and an arc flash hazard study and beling on all switchgear and switch boards. Adjust all trip and parameter settings in accordance with the calculations. Bid Specifications for Bid No. 50-142284 Page 9 of 28 6.2 - BASIC ELECTRICAL MATERIALS AND METHODS PART 1 - GENERAL SUMMARY This Section includes the following: 1. Raceways 2. Wires, cables, and connections 3. Wiring devices 4. Grounding 5. Safety Switches and fuses 6. Supporting devices for electrical components 7. Equipment for utility company’s electricity metering QUALITY ASSURANCE Electrical Components, Devices, and Accessories shall be listed and labeled as defined in NFPA 70, Article 100, by a testing agency acceptable to authorities having jurisdiction, and marked for intended use. Devices for Utility Company Electricity Metering shall comply with utility company published standards. Comply with NFPA 70. COORDINATION Coordinate chases, slots, inserts, sleeves, and openings for electrical supports, raceways, and cable with general construction work. Sequence, coordinate, and integrate installing electrical materials and equipment for efficient flow of the Work. Coordinate installing large equipment that requires positioning before closing in the building. Bid Specifications for Bid No. 50-142284 Page 10 of 28 Coordinate electrical service connections to components furnished by utility companies. Coordinate installation and connection of exterior underground and overhead utilities and services, including provision for service entrances and electricity-metering components. Coordinate location of access panels and doors for electrical items that are concealed by finished surfaces. Where electrical identification devices are applied to field-finished surfaces, coordinate installation of identification devices with completion of finished surface. PART 2 - PRODUCTS RACEWAYS EMT: Electrical metallic tubing; ANSI C80.3, zinc-coated steel. FMC: Flexible metal conduit; zinc-coated steel. IMC: Intermediate metal conduit; ANSI C80.6, zinc-coated steel, with threaded fittings. LFMC: Liquid tight flexible metal conduit; zinc-coated steel with sunlight-resistant and mineral-oil-resistant plastic jacket. RMC: Rigid metal conduit; galvanized rigid steel; ANSI C80.1. RNC: Rigid nonmetallic conduit; NEMA TC 2, Schedule 40 or 80 PVC, with NEMA TC3 fittings. Raceway Fittings: Specifically designed for raceway type with which used. WIRES, CABLES, AND CONNECTIONS All conductors shall have 600V insulation type THHN/THWN Conductors in outdoor underground raceways shall be type THWN Conductors, No. 10 AWG and Smaller: Solid or stranded copper. Conductors, Larger Than No. 10 AWG: Stranded copper. Bid Specifications for Bid No. 50-142284 Page 11 of 28 No wire shall be smaller than #12 awg unless noted otherwise. All Conductors shall be copper. Insulation: Thermoplastic, rated 600 V, 90 deg C minimum, Type THHN-THWN, or USE depending on application. Wire Connectors and Splices: Units of size, ampacity rating, material, type, and class suitable for service indicated. WIRING DEVICES Wall Switches shall be 20A, 277V, AC type designed for quiet operation. Duplex receptacles shall be 20A/2 pole, 3-wire, 125V, grounding type. All devices shall be specification grade Hubbell, Leviton, or equal. All device plates shall be brushed stainless steel with matching counter sunk screws unless noted otherwise. All boxes shall have a cover plate. Consult with the Owner for color selections before ordering devices. Use multi-gang plates where devices are grouped together. Boxes and fittings shall comply with article 314 of the NEC. Particular attention shall be paid to the number of conductors allowed in an outlet box or junction box. Contractor shall make provisions to prevent overcrowding outlet and junction boxes regardless of the number of conductors shown on the plans at the outlets. In locations where power, combination, and tele/data outlets are mounted together, care shall be taken to minimize the overall spacing along the wall. Consult with the Owner for specific details. GROUNDING The grounding system shall be in accordance with N.E.C. Article 250. A grounding conductor shall be provided in all conduit. Bid Specifications for Bid No. 50-142284 Page 12 of 28 SAFETY SWITCHES AND FUSES Safety switches shall be of the quick-make, quick-break, heavy-duty, fusible or non- fusible type with cover interlock to prevent opening of the door when the switch is in the “ON” position. Use NEMA 3R enclosures outdoors and NEMA 1 enclosures indoors, unless otherwise noted. Provide a complete set of dual-element, class RK-1 or class J fuses of ampere rating shown on the drawings. Furnish the owner with 20% spare fuses with at least one set for every rating. All fuses shall have a minimum interrupting rating of 200,000 A. SUPPORTING DEVICES Material: Cold-formed steel, with corrosion-resistant coating. Metal Items for Use Outdoors or in Damp Locations: Hot-dip galvanized steel. Slotted-Steel Channel: Flange edges turned toward web, and 9/16-inch- diameter slotted holes at a maximum of 2 inches o.c., in webs. Strength rating to suit structural loading. Slotted Channel Fittings and Accessories: Recommended by the manufacturer for use with the type and size of channel with which used. Raceway and Cable Supports: Manufactured clevis hangers, riser clamps, straps, threaded C-clamps with retainers, ceiling trapeze hangers, wall brackets, and spring- steel clamps or click-type hangers. Pipe Sleeves: ASTM A 53, Type E, Grade A, Schedule 40, galvanized steel, plain ends. Cable Supports for Vertical Conduit: Factory-fabricated assembly consisting of threaded body and insulating wedging plug for non-armored electrical cables in riser conduits. Plugs have number and size of conductor gripping holes as required to suit individual risers. Body constructed of malleable-iron casting with hot-dip galvanized finish. Bid Specifications for Bid No. 50-142284 Page 13 of 28 Expansion Anchors: Carbon-steel wedge or sleeve type. Toggle Bolts: All-steel springhead type. EQUIPMENT FOR UTILITY COMPANY'S ELECTRICITY METERING Comply with requirements of electrical power utility company for current transformer cabinets, meter sockets, and modular meter centers. PART 3 - EXECUTION ELECTRICAL EQUIPMENT INSTALLATION All fire alarm wiring shall be in EMT. Headroom Maintenance: If mounting heights or other location criteria are not indicated, arrange and install components and equipment to provide maximum possible headroom. Materials and Components: Install level, plumb, and parallel and perpendicular to other building systems and components, unless otherwise indicated. Equipment: Install to facilitate service, maintenance, and repair or replacement of components. Connect for ease of disconnecting, with minimum interference with other installations. Right of Way: Give to raceways and piping systems installed at a required slope. RACEWAY APPLICATION Outdoor Installations: 1. Exposed: RMC. 2. Concealed: RNC. 3. Underground, Single Run: RNC. 4. Underground, Grouped: RNC. 5. Connection to Vibrating Equipment: LFMC. Bid Specifications for Bid No. 50-142284 Page 14 of 28 6. Boxes and Enclosures: NEMA 250, Type 3R or Type 4, unless otherwise indicated. Indoor Installations: 1. Exposed: EMT except in wet or damp locations, use IMC. 2. Concealed in Walls or Ceilings: EMT. 3. In Concrete Slab: RNC. 4. Below Slab on Grade or in Crawlspace: RNC. 5. Connection to Vibrating Equipment: FMC; except in wet or damp locations: LFMC. 6. Boxes and Enclosures: NEMA 250, Type 1, unless otherwise indicated. RACEWAY AND CABLE INSTALLATION Conceal raceways and cables, unless otherwise indicated, within finished walls, ceilings, and floors. Exposed conduits shall be installed with runs arranged perpendicular to walls and ceilings. Keep legs of raceway bends in the same plane and keep straight legs of offsets parallel. Install pull wires in empty raceways. Leave at least 12 inches of slack at each end of pull wires. Connect motors and equipment subject to vibration, noise transmission, or movement with a maximum of 72-inches flexible metallic conduit. Install LFMC in wet or damp locations. Install separate ground conductor across flexible connections. Set floor boxes level and trim after installation to fit flush to finished floor surface. Unless a larger size is indicated, raceways, troughs, and junction boxes shall be sized in accordance with the fill requirements of the NEC. Provide color-coding of wires and mark panels in accordance with NEC article 210.5 (C) and NEC article 215.12 (C) when more than one voltage is present for branch circuits. Bid Specifications for Bid No. 50-142284 Page 15 of 28 WIRING METHODS FOR POWER, LIGHTING, AND CONTROL CIRCUITS Application: Use wiring methods specified below to the extent permitted by applicable codes as interpreted by authorities having jurisdiction. Exposed Feeders: Insulated single conductors in raceway Concealed Feeders in Ceilings, Walls, and Gypsum Board Partitions: Insulated single conductors in raceway. Concealed Feeders in Concrete: Insulated single conductors in raceway. Exposed Branch Circuits: Insulated single conductors in raceway. Concealed Branch Circuits in Ceilings, Walls, and Gypsum Board Partitions: Insulated single conductors in raceway. Concealed Branch Circuits: Insulated single conductors in raceway. Underground Feeders and Branch Circuits: Insulated single conductors in raceway. Remote-Control Signaling and Power-Limited Circuits, Classes 1, 2, and 3: Insulated conductors in raceway unless otherwise indicated. Not Allowed: NM for branch circuits. Type MC cable shall not be acceptable. WIRING INSTALLATION Make splices and taps that are compatible with conductor material and that possess equivalent or better mechanical strength and insulation ratings than un- spliced conductors. No wires shall be pulled in until the conduit system is complete. Ideal “Yellow 77” or other approved pulling lubricant shall be used. Bid Specifications for Bid No. 50-142284 Page 16 of 28 Each circuit/homerun shown shall have a separate neutral for each phase conductor. 3 or 4 wire homeruns for multiple circuits are not acceptable. This does not apply to multi-phase circuits. Do not route more than 1 multi-phase circuit in a raceway. ELECTRICAL SUPPORTING DEVICE APPLICATION Damp Locations and Outdoors: Hot-dip galvanized materials or nonmetallic, slotted channel system components. Dry Locations: Steel materials. Strength of Supports: Adequate to carry present and future loads, times a safety factor of at least four with, 200-lb minimum design load for each support element. SUPPORT INSTALLATION Support parallel runs of horizontal raceways together on trapeze- or bracket-type hangers. Size supports for multiple raceways or cable runs so capacity can be increased by a 25 percent minimum in the future. Support individual horizontal single raceways with separate, malleable-iron pipe hangers or clamps except use spring-steel fasteners for 1-1/2-inch and smaller single raceways above suspended ceilings and for fastening raceways to slotted channel and angle supports. Install sleeves for cable and raceway penetrations of concrete slabs and walls unless core- drilled holes are used. Install sleeves for cable and raceway penetrations of masonry and fire-rated gypsum walls and of all other fire-rated floor and wall assemblies. Install sleeves during erection of concrete and masonry walls. Secure electrical items and their supports to building structure, using the following methods unless other fastening methods are indicated: 1. Wood: Wood screws or screw-type nails. 2. Gypsum Board: Toggle bolts. Seal around sleeves with joint compound, both sides of wall. Bid Specifications for Bid No. 50-142284 Page 17 of 28 3. Masonry: Toggle bolts on hollow block and expansion bolts on solid block. Seal around sleeves with mortar, both sides of wall. 4. New Concrete: Concrete inserts with machine screws and bolts. 5. Existing Concrete: Expansion bolts. 6. Structural Steel: Spring-tension clamps. 7. Light Steel Framing: Sheet metal screws. 8. Fasteners for Damp, Wet, or Weather-Exposed Locations: Stainless steel. 9. Light Steel: Sheet-metal screws. 10. Fasteners: Select so load applied to each fastener does not exceed 25 percent of its proof-test load. IDENTIFICATION MATERIALS AND DEVICES Install at locations for most convenient viewing without interference with operation and maintenance of equipment. Coordinate names, abbreviations, colors, and other designations used for electrical identification with corresponding designations indicated in the Contract Documents or required by codes and standards. Use consistent designations throughout Project. Install continuous underground plastic markers during trench backfilling, for exterior underground power, control, signal, and communication lines. FIRESTOPPING Penetrations through rated construction shall be sealed with a material capable of preventing the passage of flames and hot gases when tested in accordance with ASTM-EB14. a) Notify the Owner for inspection of all completed fire and/or smoke barrier walls before any construction is installed that would conceal construction and prevent a proper inspection. Access to random selected areas may be required at the time of final inspection if this notification is not given. Bid Specifications for Bid No. 50-142284 Page 18 of 28 b) Provide detailed instructive cut sheets of the fire penetration sealing system used at the time of inspection. Random selective sampling by the Contractor will be observed by the Owner and the Fire Marshall’s inspector. MOUNTING HEIGHTS Unless otherwise noted on the drawings or required by the Owner, the following mounting heights shall apply. Unless noted otherwise, mounting heights are to the centerline of the device: 1. Receptacles 18” above floor 2. Toggle Switches 48” above floor 3. Panelboards 72” to top 4. Telephone Outlets 18” above floor 5. Data Outlets 18” above floor 6. Meter Can 60”-72” to centerline Mounting heights may be adjusted in masonry applications to simplify installation where approved by the Owner. Coordinate counter top outlets with the height of the back splash. 6.3 – PANELBOARDS PART 1 - GENERAL SUMMARY This Section includes distribution and branch-circuit panelboards. Bid Specifications for Bid No. 50-142284 Page 19 of 28 SUBMITTALS Product Data: For each type of panelboard, overcurrent protective device, accessory, and component indicated. Include dimensions and manufacturers' technical data on features, performance, electrical characteristics, ratings, and finishes. Shop Drawings: For each panelboard, including the following: 1. Dimensioned plans, elevations, sections, and details. Show tabulations of installed devices, equipment features, and ratings. Include the following data: a) Enclosure types and details for types other than NEMA 250, Type 1. b) Bus configuration, and current, and voltage ratings. c) Short-circuit current rating of panelboards and overcurrent protective devices. d) Features, characteristics, ratings, and factory settings of individual overcurrent protective devices. 2. Wiring Diagrams: Power, signal, and control wiring. Panelboard Schedules: For installation in panelboards. Submit final versions after load balancing. Operation and maintenance data. QUALITY ASSURANCE Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70, Article 100, by a testing agency acceptable to authorities having jurisdiction, and marked for intended use. Comply with NEMA PB 1. Comply with NFPA 70. Bid Specifications for Bid No. 50-142284 Page 20 of 28 PART 2 - PRODUCTS MANUFACTURERS Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: 1. Siemens Energy & Automation, Inc. 2. Square D Co. 3. General Electric FABRICATION AND FEATURES Enclosures: Flush- and surface-mounted cabinets. NEMA PB 1, Type 1, suitable for environmental conditions at installed location. 1. Outdoor Locations: NEMA 250, Type 3R. 2. Other Wet or Damp Indoor Locations: NEMA 250, Type 4. 3. Hazardous Areas Indicated on Drawings: NEMA 250, Type 7C. Front: Secured to box with concealed trim clamps. For surface-mounted fronts, match box dimensions; for flush-mounted fronts, overlap box. Finish: Manufacturer's standard enamel finish over corrosion-resistant treatment or primer coat. Directory Card: A clear plastic directory holder shall be mounted inside panelboard door. Provide arc flash hazard warning labels on all sections. Bus: Hard-drawn copper, 98 percent conductivity. Equipment Ground Bus: Adequate for feeder and branch-circuit equipment ground conductors; bonded to box. Panelboard Short-Circuit Rating: Fully rated to interrupt symmetrical short- circuit current available at terminals. Panelboards with Main Service Disconnect: Listed for use as service equipment. Bid Specifications for Bid No. 50-142284 Page 21 of 28 Spaces for Future Devices: Mounting brackets, bus connections, and necessary appurtenances required for future installation of devices. Feed-through Lugs: Locate at opposite end of bus from incoming lugs or main device. LIGHTING AND APPLIANCE BRANCH-CIRCUIT PANELBOARDS Branch Overcurrent Protective Devices: Bolt-on circuit breakers, replaceable without disturbing adjacent units. Doors: Front mounted with concealed hinges; secured with flush latch with tumbler lock; keyed alike. DISTRIBUTION PANELBOARDS Doors: Front mounted, and secured with vault-type latch with tumbler lock; keyed like. Branch overcurrent protective devices shall be one of the following: 1. Bolt-on circuit breakers. 2. Fused switches. INTEGRATED TRANSIENT VOLTAGE SURGE SUPPRESSION DEVICES Surge Protective Device (SPD) 1. SPD shall be Listed and Component Recognized in accordance with UL 1449 Second Edition to include Section 37.3 highest fault current category. SPD shall be UL 1283 listed. 2. SPD shall be installed by and shipped from the electrical distribution equipment manufacturer’s factory. 3. The TVSS devices in lighting and appliance panelboards shall be bus mounted between the main and branch devices. TVSS devices bussed off the end of the panelboard are not allowed. Panelboards with TVSS will accommodate thru-feed lugs and sub-feed circuit breakers in single section and multi-section panelboards. 4. The TVSS devices in power distribution panelboards shall be cable connected. Bid Specifications for Bid No. 50-142284 Page 22 of 28 5. SPD shall provide surge current diversion paths for all modes of protection; L-N, L-G, N- G in WYE systems. 6. SPD shall be modular in design. Each mode including N-G shall be fused with a 200kAIR UL recognized surge rated fuse and incorporate a thermal cutout device. TVSS shall safely reach an end-of-life condition when subjected to fault current levels between 0 and 200 kA, including low level fault currents from 5 to 5000 amperes. 7. Audible diagnostic monitoring shall be by way of audible alarm. This alarm shall activate upon a fault condition. An alarm on/off switch shall be provided to silence the alarm. An alarm push to test switch shall be provided. 8. SPD shall meet or exceed the following criteria: a. Minimum surge current capability (single pulse rated) per phase shall be: 1) Service Entrance Panelboard locations: 240kA per phase 2) Distribution and lighting and Appliance Panelboard locations: 160kA per phase b. UL 1449 Suppression Voltage Ratings: VOLTAGE LOCATION L-N L-G N-G 208Y/120V Distribution: 400V 400V 400V 480Y/277V Distribution: 800V 800V 800V 9. SPD shall have a minimum EMI/RFI filtering of up to –30 dB over the range of 100 kHz to 100 MHz. 10. SPD shall be provided with one set of NO/NC dry contacts. 11. The manufacturer of the electrical equipment in which the TVSS is installed shall warrant the integrated TVSS device to be free from defects in material and workmanship for a period of ten (10) years from the date of invoice the manufacturer or its authorized sales channel. OVERCURRENT PROTECTIVE DEVICES Molded-Case Circuit Breaker: NEMA AB 1, with interrupting capacity to meet available fault currents. Bid Specifications for Bid No. 50-142284 Page 23 of 28 1. Thermal-Magnetic Circuit Breakers: Inverse time-current element for low-level overloads, and instantaneous magnetic trip element for short circuits. Adjustable magnetic trip setting for circuit-breaker frame sizes 250 A and larger. 2. GFCI Circuit Breakers: Single- and two-pole configurations with 5mA trip sensitivity. 3. Application Listing: Appropriate for application; Type SWD for switching fluorescent lighting loads; Type HACR for heating, air-conditioning, and refrigerating equipment. 4. Shunt Trip: 120-V trip coil energized from separate circuit, set to trip at 55 percent of rated voltage. Verify exact voltage of shunt trip with fire alarm vendor. Fused Switch: NEMA KS 1, Type HD; clips to accommodate indicated fuses; lockable handle. PART 2 - EXECUTION INSTALLATION Install panelboards and accessories according to NEMA PB 1.1. Mounting Heights: Top of trim 86 inches above finished floor, unless otherwise indicated. Highest switch or breaker at 72” max above finished floor. Mounting: Plumb and rigid without distortion of box. Mount recessed panelboards with fronts uniformly flush with wall finish. Install filler plates in unused protective device spaces. Wiring in Panelboard Gutters: Arrange conductors into groups and bundle and wrap with wire ties after completing load balancing. Locate panelboards so that ratings are not reduced by heat from external sources. Bid Specifications for Bid No. 50-142284 Page 24 of 28 IDENTIFICATION Identify field-installed conductors, interconnecting wiring, and components; provide warning signs as specified in Division 16 Section "Basic Electrical Materials and Methods." Panelboard Nameplates: Label each panelboard with engraved metal or laminated-plastic nameplate mounted with corrosion-resistant screws. Circuit Directory: Create a directory to indicate installed circuit loads after balancing panelboard loads. Obtain approval before installing. Use a computer or typewriter to create directory; handwritten directories are not acceptable. FIELD QUALITY CONTROL Testing and Inspection: After installing panelboards and after electrical circuitry has been energized, demonstrate product capability and compliance with requirements. Balancing Loads: After Substantial Completion, but not more than 60 days after Final Acceptance, measure load balancing and make circuit changes as follows: 1. Measure as directed during period of normal system loading. 2. Perform load-balancing circuit changes outside normal occupancy/working schedule of the facility and at time directed. Avoid disrupting critical 24-hour services such as fax machines and on-line data-processing, computing, transmitting, and receiving equipment. 3. After circuit changes, recheck loads during normal load period. Record all load readings before and after changes and submit test records. 4. Tolerance: Difference exceeding 20 percent between phase loads, within a panelboard, is not acceptable. Rebalance and recheck as necessary to meet this minimum requirement. Bid Specifications for Bid No. 50-142284 Page 25 of 28 TESTING AND ADJUSTMENTS Provide a complete fault current coordination study and an arc flash hazard study and tag all gear accordingly. Provide labeling on all switchgear and switch boards. Adjust all trip and parameter settings in accordance with the calculations. Section 7.0 - Hours of Work: Work shall be performed during normal working hours. All work must be scheduled with owner representative 5 days in advance. Section 8.0 – Cleaning Area and Safety: Job site must be clean and free of all litter and debris daily and upon completion of the contract. Passageways must be kept clean and free of material, equipment, and debris at all times. Inflammable material must be removed from the job site daily, because storage will not be permitted on the premises. Precautions must be exercised at all times to safeguard the welfare and safety of the general public, employees of Jefferson Parish, and other Parish officials. Section 9.0 – Existing Structure Should any cutting, patching, alteration, addition, or repairs to existing structure, wall, floor, ceiling, or part of building be required of this project, the successful bidder shall restore the alteration to its original condition, with the same type materials, finish, and workmanship. Section 10.0 – SDS: The bidder shall notify the Jefferson Parish Department of Parks and Recreation contact person of any hazardous substances that will be brought to and/or used at the workplace. The bidder shall provide SDS as per this requirement to the Director of the Jefferson Parish Department of General Services. Section 11.0 – Permits: Bid Specifications for Bid No. 50-142284 Page 26 of 28 The successful bidder shall obtain any and all permits required by the Jefferson Parish Department of Inspection and Code Enforcement and/or the City of Gretna. The successful bidder shall also be responsible for payment of these permits. All permits must be obtained prior to the start of the project. Section 12.0 – Pre-Construction Conference and Notice to Proceed: A Pre-Construction Conference shall be held between the successful bidder and the owner before any work commences. No work shall be performed until the successful bidder receives a written “Notice to Proceed” to begin work, from the Department of Parks and Recreation. Section 13.0 – Construction Term: Upon receiving a notice to proceed, the Bidder agrees that all work shall be completed as follows: Vendor agrees to commence actual physical work on the site with an adequate force and equipment within 10 days from the date of Notice of Proceed. All equipment shall be completed ordered in THIRTY (30) consecutive calendar days from date of Notice to Proceed. All work shall be substantially completed in TWENTY ONE (21) consecutive calendar days from date of equipment shipment. Section 13.1. Extension of Time: 1. The Owner may grant an extension of time to the Contractor for unusual circumstances which are beyond the control of the Contractor and could not reasonably be foreseen by the Contractor prior to bidding. Delays beyond the control of Contractor shall include, but not be limited to, acts or neglect by Owner, acts or neglect of utility owners, or other contractors performing other work as contemplated by the Contract, fires, floods, epidemics, abnormal weather conditions, or acts of God. Delays attributable to and within the control of a Subcontractor or Supplier shall be deemed to be delays within the control of Contractor. 2. Requests for time extensions must be made in writing to the O w n e r within five (5) days following the event occasioning the delay. The Owner shall be the sole judge of the validity of any claims for extension of time. Bid Specifications for Bid No. 50-142284 Page 27 of 28 3. Apart from extension of time for unavoidable delays and the waiving of any applicable liquidated damages, in no event shall Owner or Design Professional be liable to the Contractor, any Subcontractor, any Supplier, or any other person or organization, or any surety for or any employee or agent of any of them, and no payment or allowance of any kind shall be made to the Contractor as compensation for damages because of hindrance or delay for any cause in the progress of the Work, whether such delay be avoidable or unavoidable. Time limitations required by Owner shall be for the benefit of Owner and contractors under other contracts who have entered into such contracts with Owner in reliance on the time limitations set forth in these Contract Documents. Any claim by Contractor for damages due to delay by another contractor shall be asserted against that contractor. Contractor shall accept the risk of any delays caused by the rate of progress of the Work to be performed under the Contract or other contract. 4. The Contractor shall note that weather conditions shall not be an automatic cause for time extension. The Contract Times specified in the Bidding Documents and Agreement include an allowance as stated in the Bidding Documents for inclement weather. In order to document and claim days lost to inclement weather conditions, the Contractor shall, on a monthly basis submit a report to the Design Professional, stating the time lost to inclement weather, within seven (7) days to the end of the report period. The Design Professional will review the report for submittal to the Owner within seven days of receipt of the report and make recommendations for either acceptance or rejection of each claimed time period lost to inclement weather. The Owner will then instruct the Design Professional to approve or reject the report. There shall be no additional compensation due the Contractor for inclement weather days allowed hereunder. Bid Specifications for Bid No. 50-142284 Page 28 of 28 The report for lost days due to inclement weather shall account for all days during the reporting period, including weekends and holidays. Claims for lost days on either weekends or holidays will not be considered unless the Contractor can show that the inclement weather affected Work production on the following work day. The reporting periods shall be from the first day of the month through and including the last day of the month. Lost time accounting shall be in one- half day increments. Non-work days shall be defined as days in which the Contractor worked less than four (4) hours due to inclement weather conditions. Lost time shall be considered only if the weather occurrence is in excess of the normal weather patterns as established by the nearest office of the National Weather Service, U.S. Department of Commerce. When the Contract utilizes critical path method scheduling (C.P.M.), the Design Professional will determine if the days lost due to weather conditions actually affected the critical path activities. If weather conditions did not affect the progress of the critical path activities then no time extension will be granted. Section 15.0 – Liquidated Damages: In accordance with Resolutions 113646 and 136353, Bidder agrees to pay, as liquidated damages, the sum of $240.00 for: (1) each consecutive calendar day after the agreed date of completion that the work remains substantially incomplete, or (2) each consecutive calendar day after substantial completion that the work has not been finally completed. In addition to, but not in lieu of the per diem liquidated damages, Owner shall also be entitled to recover from Contractor or Contractor’s Surety additional liquidated damages as detailed in Resolutions 113646 and 1136353. INVITATION TO BID THIS IS NOT AN ORDERDATE: BID NO.: 9/20/2023 50-00142284 Page: 1 LATE BIDS WILL NOT BE ACCEPTED NOTE: ONLY BIDS WRITTEN IN INK OR TYPEWRITTEN, AND PROPERLY SIGNED BY A MEMBER OF THE FIRM OR AUTHORIZED REPRESENTATIVE, WILL BE ACCEPTED. PENCIL AND/OR PHOTOSTATIC FIGURES OR SIGNATURES SHALL RESULT IN BID REJECTION. HOWEVER, ELECTRONIC SIGNATURES AS DEFINED IN LSA - R.S. 9:2620(8) ARE ACCEPTABLE. SIGNATURE MUST BE A SECURED DIGITAL SIGNATURE. Visit our website at HTTP://PURCHASING.JEFFPARISH.NET JEFFERSON PARISH PURCHASING DEPARTMENT P.O. BOX 9 GRETNA, LA. 70054-0009 504-364-2678 INSTRUCTIONS FOR BIDDERS AND GENERAL CONDITIONS THE FOLLOWING INSTRUCTIONS APPLY TO ALL BIDS 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 of this bid proposal reference. By submitting a bid, vendor agrees to comply with all provisions of Louisiana Law as well be in compliance with the Jefferson Parish Code of Ordinances, Louisiana Code of Ethics, applicable Jefferson Parish ethical standards and Jefferson Parish Resolution No. 136353 and/or Resolution No. 141125 as amended. Jefferson Parish adheres to the Louisiana Code of Governmental Ethics, contained in Louisiana Revised Statutes Annotated, R.S. 42:1101, et seq. Vendor/Proposer by this submission, warrants that there are no "conflicts of interest" related to this procurement that would violate applicable Louisiana Law. Violation of the Louisiana Code of Governmental Ethics may result in rescission of contract, permit or licenses, and the imposition of fines and/or penalties, without contractual liability to the public in accordance with applicable law. All vendors submitting bids should register as a Jefferson Parish vendor if not already yet registered. Registration forms may be downloaded from http://purchasing.jeffparish.net and by clicking on Vendor Information. Current W-9 forms with respective Tax Identification numbers and vendor applications may be submitted at any time; however, if your company is not registered and/or a current W-9 form is not on file, vendor registration is mandatory. Vendors may experience a delay in payment if your company is not a registered vendor with Jefferson Parish. All quotations 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 to public works projects JEFFERSON PARISH requires all products to be new (current) and all work must be performed according to standard practices for the project. Unless otherwise specified, no aftermarket parts will be accepted. Unless otherwise specified, all workmanship and materials must have at least one (1) year guaranty, in writing, from the date of delivery and/or acceptance of the project. Any deviations or alterations from the specifications must be indicated and/or supporting documentation supplied with bid submission. Bidders should submit all questions in writing via email to the Purchasing Specialist’s email address as indicated above, no later than Five (5) working days prior to the bid opening. Bid numbers should be mentioned in all requests. If submitting online, vendors may send questions via the E-Procurement site no later than Five (5) working days prior to the bid opening. If this bid requires a pre-bid conference (see Additional Requirements section), bidders are advised that such conference will be held to allow bidders the opportunity to identify any discrepancies in the bid specifications and seek further clarification regarding instructions. The Purchasing Department will issue a written response to bidders’ questions in the form of an Addendum. Please note that all official communication will be expressed in the form of an addendum. 2:00 PM, 10/19/2023BIDS WILL BE RECEIVED ONLINE VIA WWW.JEFFPARISHBIDS.NET UNTIL PURCHASING SPECIALIST II dabraham@jeffparish.net AND PUBLICLY OPENED THEREAFTER IN THE WEST BANK PURCHASING DEPT, SUITE 4400, JEFFERSON PARISH GENERAL GOVERNMENT BUILDING, 200 DERBIGNY STREET, GRETNA, LA 70053. At no charge, bidders are to submit via Jefferson Parish’s electronic procurement page by visiting www.jeffparishbids.net to register for this free site. Additional instructions are included in the text box highlighting electronic procurement. DATE: BID NO.: 9/20/2023 50-00142284 Page: 2 INSTRUCTIONS FOR BIDDERS AND GENERAL CONDITIONS A. AWARD OF CONTRACT: JEFFERSON PARISH reserves the right to award contracts or place 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. Every contract or order shall be awarded to the LOWEST RESPONSIVE and RESPONSIBLE BIDDER, taking into consideration the CONFORMITY WITH THE SPECIFICATIONS and the DELIVERY AND/OR COMPLETION DATE. SPLIT AWARDS MADE TO SEVERAL VENDORS WILL ONLY BE GRANTED TO THOSE DEEMED RESPONSIVE AND RESPONSIBLE. All bid prices shall remain valid for 45 days. Jefferson Parish and the lowest responsive and responsible bidder(s) by mutual written consent may mutually agree to extend the deadline for award by one (1) or more extensions of thirty (30) calendar days. PROTESTS: Only those vendors that submit bids in response to this solicitation may protest any element of the procurement, in writing to the Director of the Purchasing Department. Written protest must be received within 48 hours of the release of the bid tabulation by the Purchasing Department. After consultation, the Parish Attorney’s Office will then respond to protests in writing. (For more information, please see Chapter 2, Article VII, Division 2, Sec. 2-914.1 of the Jefferson Parish Code of Ordinances.) PREFERENCE: Unless federal funding is directly spent by Jefferson Parish for this purchase, 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. “LSA – R.S. 38:2251-2261” B. USE OF BRAND NAMES AND STOCK NUMBERS: Where brand names and stock numbers are specified, it is for the purpose of establishing certain minimum standards of quality. Bids may be submitted for products of equal quality, provided brand names and stock numbers are specified. Complete product data may be required prior to award. C. CANCELLATION OF CONTRACT: JEFFERSON PARISH reserves the right to cancel all or any part if not shipped promptly. No charges will be allowed for parking or cartage unless specified in quotation. The order must not be filled at a higher price than quoted. JEFFERSON PARISH reserves the right to cancel any contract at anytime and for any reason by issuing a THIRTY (30) day written notice to the contractor. For good cause and as consideration for executing a contract with Jefferson Parish, vendor conveys, sells, assigns and transfers to Jefferson Parish or its assigns all rights, title and interest in and to all causes of action it may now or hereafter acquire under the antitrust laws of the United States 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-R.S. 47:301 (8)(c). All prices for purchases by Jefferson Parish of supplies and materials shall be quoted in the unit of measure specified and unless otherwise specified, shall be exclusive of state and local taxes. The price quoted for work shall be stated in figures. In the event there is a difference in unit prices and totals, the unit price shall prevail. Quantities listed are for bidding purposes only. Actual requirements may be more or less than quantities listed. Bidders are not to exclude from participation in, deny the benefits of, or subject to discrimination under any program or activity, any person in the United 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 Rehabilitation Act of 1973, or on the basis of religion, except that any exemption from such prohibition against discrimination on the basis of religion as provided in the Civil Rights Act of 1964, or Title VI and VII of the Act of April 11, 1968, shall also apply. This assurance includes compliance with the administrative requirements of the Revenue Sharing final handicapped discrimination provisions contained in Section 51.55 (c), (d), (e), and (k)(5) of the Regulations. New construction or renovation projects must comply with Section 504 of the 1973 Rehabilitation Act, as amended, in accordance with the American National Standard Institute’s specifications (ANSI A17.1-1961). NOTE: A sample corporate resolution can be downloaded from our website http://purchasing.jeffparish.net or you may provide your own document. A sample certification of sole proprietorship can also be downloaded from our website http://purchasing.jeffparish.net or you may provide your own document. All formal Addenda require written acknowledgement on the bid form by the bidder. Failure to acknowledge any Addendum on the bid form shall cause the bid to be rejected. JEFFERSON PARISH reserves the right to award bid to next lowest responsive and responsible bidder in this event. JEFFERSON PARISH will accept one price for each item unless otherwise indicated. Two or more prices for one item will result in bid rejection. Bidders 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 not alter the bid forms. Doing so will 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 entities, such written evidence may be a printout of the Louisiana Secretary of State’s website listing the signatory as an officer. Such printout shall be included with the bid submission. Bids submitted by Owners or Sole Proprietorships must include certification that he or she owns the entity for which the bid is signed. This documentation must be submitted with the bid. Failure to do so will result in bid rejection. ADDITIONAL REQUIREMENTS FOR THIS BID PLEASE MATCH THE NUMBERS PRINTED IN THIS BOX WITH THE CORRESPONDING INSTRUCTIONS BELOW. 2, 3, 4, 5, 6, 8, 9, 10, 11, 13, 15 The general specifications for construction projects and the purchase of materials, services and/or supplies are those adopted by the JEFFERSON PARISH Council by Resolution No. 136353 or 141125 as amended. The general conditions adopted by this resolution shall be considered as much a part of this document as if they were written wholly herein. A copy may be obtained from the Office of the Parish Clerk, Suite 6700, Jefferson Parish General Government Building, 200 Derbigny Street, Gretna, LA 70053. You may also obtain a copy by visiting the Purchasing Department webpage at http://purchasing.jeffparish.net and clicking on Online Forms. IN ACCORDANCE WITH STATE REGULATIONS JEFFERSON PARISH OFFERS ELECTRONIC PROCUREMENT TO ALL VENDORS This electronic procurement system allows vendors the convenience of reviewing and submitting bids online. This is a secure site and authorized personnel have limited read access only. Bidders are to submit electronically using this free service; while the website accepts various file types, one single PDF file containing all appropriate and required bid documents is preferred. Bidders submitting uploaded images of bid responses are solely responsible for clarity. If uploaded images/documents are not legible, then bidder’s submission will be rejected. Please note all requirements contained in this bid package for electronic bid submission. Please visit our E-Procurement Page at www.jeffparishbids.net to register and view Jefferson Parish solicitations. For more information, please visit the Purchasing Department page at http://purchasing.jeffparish.net. DATE: BID NO.: 9/20/2023 50-00142284 Page: 3INSTRUCTIONS FOR BIDDERS AND GENERAL CONDITIONS Jefferson Parish and its partners as the recipients of federal funds are fully committed to awarding a contract(s) to firm(s) that will provide high quality services and that are dedicated to diversity and to containing costs. Thus, Jefferson Parish strongly encourages the involvement of minority and/or woman-owned business enterprises (DBE’s, including MBE’s, WBE’s and SBE’s) to stimulate participation in procurement and assistance programs. The purpose and intention of this invitation to bid is to afford all suppliers 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. Items bid must meet specifications. Advertised bids will be tabulated and a copy of the tabulation will be forwarded to each responding bidder. 1. All bidders must attend the MANDATORY pre-bid conference and will be required to sign in and out as evidence of attendance. In accordance with LSA R.S. 38:2212(I), all prospective bidders shall be present at the beginning 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. 2. Attendance to this pre-bid conference is optional. However, failure to attend the pre-bid conference shall not relieve the bidder of responsibility for information discussed at the conference. Furthermore, failure to attend the pre-bid conference and inspection 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 with no additional cost to the owner. 3. Contractor must hold current applicable JEFFERSON PARISH licenses with the Department of Inspection and Code Enforcement. Contractor shall obtain any and all permits required by the JEFFERSON PARISH Department of Inspection 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 and 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 the project. DATE: BID NO.: 9/20/2023 50-00142284 Page: 4 INSTRUCTIONS FOR BIDDERS AND GENERAL CONDITIONS 4. A LA State Contractor’s License will be required in accordance with LSA R.S. 37-2150 et. seq. and such license number will be shown on the outside of the bid electronic envelope. Failure to comply will cause the bid to be rejected. When submitting the bid electronically, the license number must be entered in the appropriate field in the electronic procurement system. Failure to comply will cause the bid to be rejected. 5. It is the bidder’s responsibility to visit the job site and evaluate the job before submitting a bid. 6. Job site must be clean and free of all litter and debris daily and upon completion of the contract. Passageways must be kept clean and free of material, equipment, and debris at all times. Flammable material must be removed from the job site daily because storage will not be permitted on the premises. Precaution must be exercised at all times to safeguard the welfare of JEFFERSON PARISH and the general public. 7. PUBLIC WORKS BIDS: All awards for public works in excess of $5,000.00 will be reduced to a formal contract which shall be recorded at the contractor’s expense with the Clerk of Court and Ex-Officio Recorder of Mortgages for the Parish of Jefferson. A price list of recordation costs may be obtained from the Clerk of Court and Ex-Officio Recorder of Mortgages for the Parish of Jefferson. All awards in excess of $25,000.00 will require both a performance and a payment bond. Unless otherwise stated in the bid specifications, the performance bond requirements shall be 100% of the 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 contract. 8. NON-PUBLIC WORKS BIDS: A performance bond will be required for this bid. The amount of the bond will be 100% of the contract price unless otherwise indicated in the specifications. The performance bond shall be supplied at the signing of the contract. 9. NON-PUBLIC WORKS BIDS: A payment bond will be required for this bid. The amount of the bond will be 100% of the contract price unless otherwise indicated in the specifications. The payment bond shall be supplied at the signing of the contract. 10. All bidders must comply with the requirements stated in the attached “Standard Insurance Requirements” sheet attached to this bid solicitation. Failure to comply with this instruction will result in bid rejection. 11. A bid bond will be required with bid submission in the amount of 5% of the total bid, unless otherwise stated in the bid specifications. All sureties must be in original format (no copies) When submitting a bid online, vendors must submit an electronic bid bond through the respective online clearinghouse bond management system(s) as indicated in the electronic bid solicitation on Central Auction House. No scanned paper copies of any bid bond will be accepted as part of the electronic bid submission. 12. This is a requirements contract to be provided on an as needed basis. JEFFERSON PARISH makes no representations on warranties with regard to minimum guaranteed quantities unless otherwise stated in the bid specifications. 13. Freight charges should be included in total cost when quoting. If not quoted FOB DELIVERED, freight must be quoted as a separate item. Bid may be rejected if not quoted FOB DELIVERED or if freight charges are not indicated on bid form. 14. PUBLIC WORKS BIDS - Completed, Signed and Properly Notarized Affidavits Required; This applies to all solicitations for construction, alteration or demolition of public buildings or projects, in conformity with the provisions contained in LSA-RS 38:2212.9, LSA-RS 38:2212.10, LSA-RS 38:2224, and Sec 2-923.1 of the Jefferson Parish Code of Ordinances. For bidding purposes, all bidders must submit with bid submission COMPLETED, SIGNED and PROPERLY NOTARIZED Affidavits, including: Non-Conviction Affidavit, Non-Collusion Affidavit, Campaign Contribution Affidavit, Debt Disclosures Affidavit and E-Verify Affidavit. For the convenience of vendors, all affidavits have been combined into one form entitled PUBLIC WORKS BID AFFIDAVIT. This affidavit must be submitted in its original format, and without material alteration, in order to be compliant and for the bid to be considered responsive. A scanned copy of the completed, signed and properly notarized affidavit may be submitted with the bid, however, the successful bidder must submit the original affidavit in its original format and without material alteration upon contract execution. Failure to comply will result in the bid submission being rejected as non-responsive. The Parish reserves the right to award bid to the next lowest responsive and responsible bidder in this event. 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, performance review, or hearing pursuant to JPCO 2-155.10(19). By signing this document, every corporation, partnership, or person contracting with PARISH, 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 or program, attests that it understands and will abide by all provisions of JPCO 2-155.10. See Page 1 for Conflicts of Interest Statement 15. NON PUBLIC WORK BIDS - Completed, Signed and Properly Notarized Affidavits Required in conformity with the 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 submit with bid submission COMPLETED, SIGNED and PROPERLY NOTARIZED Affidavits, including: Non-Collusion Affidavit, Debt Disclosures Affidavit and Campaign Contribution Affidavit. For the convenience of vendors, all affidavits have been combined into one form entitled NON PUBLIC WORKS BID AFFIDAVIT. This affidavit must be submitted in its original format, and without material alteration, in order to be compliant and for the bid to be considered responsive. A scanned copy of the completed, signed and properly notarized affidavit may be submitted with the bid, however, the successful bidder must submit the original affidavit in its original format and without material alteration upon contract execution. Failure to comply will result in the bid submission being rejected as non-responsive. The Parish reserves the right to award bid to the next lowest responsive and responsible bidder in this event. 16. The ensuing contract for this bid solicitation may be eligible for FEMA reimbursement and/or Federal funding/reimbursement. As such, the referenced appendix will be applicable accordingly and shall be considered a part of the bid documents. All applicable certifications must be duly completed, signed and submitted as per the appendix instructions. Failure to submit applicable certifications per the appendix instructions will result in bid rejection. 17. For this project, the Contractor shall not pay any state or local sales or use taxes on materials and equipment which are affixed and made part of the immovable property of the project or which is permanently incorporated in the project (hereinafter referred to as "applicable materials and equipment."). All purchases of applicable materials or equipment shall be made by the contractor on behalf of and as the agent of Jefferson Parish (Owner), a political subdivision of the State of Louisiana. No state and local sales and use taxes are owed on applicable materials and equipment under the provisions of Act 1029 of the 1991 Regular Session - Louisiana Revised Statute 47:301(8)(c). Owner will furnish to contractor a certificate form which certifies that Owner is not required to pay such state or local sales and use taxes, and contractor shall furnish a copy of such certificate to all vendors or suppliers of the applicable materials and equipment, and report to Owner the amount of taxes not incurred. DATE: BID NO.: 9/20/2023 50-00142284 Page: 5 INSTRUCTIONS FOR BIDDERS AND GENERAL CONDITIONS All Public Work Projects are required to use the Louisiana Uniform Public Work Bid Form DATE: BID NO.: DELIVERY: FOB JEFFERSON PARISH INDICATE DELIVERY DATE ON EQUIPMENT AND SUPPLIES FIRM NAME: ADDRESS: CITY, STATE: ZIP: FAX:( )TELEPHONE: ( ) EMAIL ADDRESS: AUTHORIZED SIGNATURE: Printed Name TITLE: TOTAL PRICE OF ALL BID ITEMS: $ 9/20/2023 50-00142284 LOUISIANA CONTRACTOR’S LICENSE NO.: (if applicable) NOTE: All bids should be returned with the BID NUMBER and BID OPENING DATE indicated on the outside of the envelope submitted to the Purchasing Department. All prices must be held firm unless an escalation provision is requested in this bid. Jefferson Parish will allow one escalation during the term of the contract, which may not exceed the U.S. Bureau of Labor Statistics National Index for all Urban Consumers, unadjusted 12 month figure. The most recently published figure issued at the time an adjustment is requested will be used. A request must be made in writing by the vendor, and the escalation will only be applied to purchases made after the request is made. Are you requesting an escalation provision? YES _______________ NO ______________ MAXIMUM ESCALATION PERCENTAGE REQUESTED __________% INITIAL BID PRICES WILL REMAIN FIRM THROUGH THE DATE OF _________________________. For the purposes of comparison of bids when an escalation provision is requested, Jefferson Parish will apply the maximum escalation percentage quoted by the bidder to the period to which it is applied in the bid. The initial price and the escalation will be used to calculate the total bid price. It will be assumed,for comparison of prices only, that an equal amount of material or labor is purchased each month throughout the entire contract. SIGNING INDICATES YOU HAVE READ AND COMPLY WITH THE INSTRUCTIONS AND CONDITIONS. Page: 6 NUMBER:Acknowledge Receipt of Addenda: NUMBER: NUMBER: NUMBER: BID FORM Non Public Works In the event that addenda are issued with this bid, bidders MUST acknowledge all addenda on the bid form.Bidder must acknowledge receipt of an addendum on the bid form by placing the addendum number as indicated. Failure to acknowledge any addendum on the bid form will result in bid rejection. THIS SECTION MUST BE COMPLETED BY BIDDER: INVITATION TO BID FROM JEFFERSON PARISH - continued DATE: BID NO.: Page SEALED BID ITEM NUMBER QUANTITY U/M DESCRIPTION OF ARTICLES UNIT PRICE QUOTED TOTALS 9/20/2023 50-00142284 7 1.00 1 JOB Labor, Material, Equipment Necessary to Provide Electrical Service Upgrades at the Ree Alario Center for the Jefferson Parish Department of Parks and Recreation 0001 - Electrical Service Upgrades at Ree Alario Center 6900 Saints Dr. Metairie, LA 70003 PER PLANS AND SPECIFICATIONS $__________$_________ CORPORATE RESOLUTION EXCERPT FROM MINUTES OF MEETING OF THE BOARD OF DIRECTORS OF INCORPORATED. AT THE MEETING OF DIRECTORS OF ____________________________________ INCORPORATED, DULY NOTICED AND HELD ON _________________________, A QUORUM BEING THERE PRESENT, ON MOTION DULY MADE AND SECONDED. IT WAS: RESOLVED THAT _________________________________________, 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 PARISH OF JEFFERSON OR ANY OF ITS AGENCIES, DEPARTMENTS, EMPLOYEES OR AGENTS, INCLUDING BUT NOT LIMITED TO, THE EXECUTION OF ALL BIDS, PAPERS, DOCUMENTS, AFFIDAVITS, BONDS, SURETIES, CONTRACTS AND ACTS AND TO RECEIVE ALL PURCHASE ORDERS AND NOTICES ISSUED PURSUANT TO THE PROVISIONS OF ANY SUCH BID 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 COPY OF AN EXCERPT OF THE MINUTES OF THE ABOVE DATED MEETING OF THE BOARD OF DIRECTORS OF SAID CORPORATION, AND THE SAME HAS NOT BEEN REVOKED OR RESCINDED. SECRETARY-TREASURER DATE Non-Public Works Bid Affidavit Instructions • Affidavit is supplied as a courtesy to Affiants, but it is the responsibility of the affiant to insure the affidavit they submit to Jefferson Parish complies, in both form and content, with federal, state and parish laws. • Affidavit must be signed by an authorized representative of the entity or the affidavit will not be accepted. • Affidavit must be notarized or the affidavit will not be accepted. • Notary must sign name, print name, and include bar/notary number, or the affidavit will not be accepted. • Affiant MUST select either A or B when required or the affidavit will not be accepted. • Affiants who select choice A must include an attachment or the affidavit will not be accepted. • If both choice A and B are selected, the affidavit will not be accepted. • Affidavit marked N/A will not be accepted. • It is the responsibility of the Affiant to submit a new affidavit if any additional campaign contributions are made after the affidavit is executed but prior to the time the council acts on the matter. Instruction sheet may be omitted when submitting the affidavit Page 1 of 3 Updated: 02.27.2014 Non-Public Works Bid AFFIDAVIT STATE OF _________________ PARISH/COUNTY OF _________________ BEFORE ME, the undersigned authority, personally came and appeared: _____________ ___________________, (Affiant) who after being by me duly sworn, deposed and said that he/she is the fully authorized _______________________ of ___________________ (Entity), the party who submitted a bid in response to Bid Number ___________, to the Parish of Jefferson. Affiant further said: Campaign Contribution Disclosures (Choose A or B, if option A is indicated please include the required attachment): Choice A ______ Attached hereto is a list of all campaign contributions, including the date and amount of each contribution, made to current or former elected officials of the Parish of Jefferson by Entity, Affiant, and/or officers, directors and owners, including employees, owning 25% or more of the Entity during the two-year period immediately preceding the date of this affidavit or the current term of the elected official, whichever is greater. Further, Entity, Affiant, and/or Entity Owners have not made any contributions to or in support of current or former members of the Jefferson Parish Council or the Jefferson Parish President through or in the name of another person or legal entity, either directly or indirectly. Choice B ______ there are NO campaign contributions made which would require disclosure under Choice A of this section. Page 2 of 3 Updated: 02.27.2014 Debt Disclosures (Choose A or B, if option A is indicated please include the required attachment): Choice A ______ Attached hereto is a list of all debts owed by the affiant to any elected or appointed official of the Parish of Jefferson, and any and all debts owed by any elected or appointed official of the Parish to the Affiant. Choice B ______ There are NO debts which would require disclosure under 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 secure the public contract under which he received payment, other than persons regularly employed by the Affiant whose services in connection with the construction, alteration or demolition of the public building or project or in securing the public contract were in the regular course of their duties for Affiant; and [The remainder of this page is intentionally left blank.] Page 3 of 3 Updated: 02.27.2014 That no part of the contract price received by Affiant was paid or will be paid to any person, corporation, firm, association, or other organization for soliciting the contract, other than the payment of their normal compensation to persons regularly employed by the Affiant whose services in connection with the construction, alteration or demolition of the public building or project were in the regular course of their duties for Affiant. ____________________________________ Signature of Affiant ____________________________________ Printed Name of Affiant SWORN AND SUBSCRIBED TO BEFORE ME ON THE _______ DAY OF ___________, 20___. ____________________________________ Notary Public ____________________________________ Printed Name of Notary ____________________________________ Notary/Bar Roll Number My commission expires ________________. 1 | P a g e Revised 10 22 2020 STANDARD INSURANCE REQUIREMENTS FOR BIDDING PURPOSES All required insurance under this bid shall conform to Jefferson Parish Resolution No. 113646 or No. 113647, as applicable. Contractors may not commence any work under any ensuing contract unless and until all required insurance and associated evidentiary requirements thereto have been met, along with any additional specifications contained in the Invitation to Bid. Except as where otherwise precluded by law, the Parish Attorney or his designee, with the concurrence of the Director of Risk Management or his designee, may agree on a case-by- case basis, to deviate from Jefferson Parish’s standard insurance requirements, as provided in this Section. Vendors requesting deviation therefrom shall submit such requests in writing, along with compelling substantiation, to the Purchasing Department prior to the bid’s due date. Any changes to the insurance requirements will be reflected in the bid specifications and addenda. Prior to contract execution and at all times thereafter during the term of such contract, contractors must provide and continuously maintain all coverages as required by the foregoing Resolutions, and the contract documents. Failure to do so shall be grounds for suspension, discontinuation or termination of the contract. For bidding purposes, bidders must submit with bid submission a current (valid) insurance certificate evidencing the required coverages. Failure to comply will cause bid to be rejected. The current insurance certificate will be used for proof of insurance at time of evaluation. Thereafter, and prior to contract execution, the low bidder will be required to provide final insurance certificates to the Parish which shall name the Jefferson Parish, its Districts Departments and Agencies under the direction of the Parish President and the Parish Council as additional insureds regarding negligence by the contractor for the Commercial General Liability and the Comprehensive Automobile Liability policies. Additionally, said certificates should reflect the name of the Parish Department receiving goods and services and reference the respective Jefferson Parish bid number. JEFFERSON PARISH REQUIRED STANDARD INSURANCE  WORKER’S COMPENSATION INSURANCE As required by Louisiana State Statute, exception; Employer's Liability, Section B shall be $1,000,000 per occurrence when Work is to be over water and involves maritime exposures to cover all employees not covered under the State Worker’s Compensation Act, otherwise this limit shall be no less than $500,000 per occurrence. Note: If your company is not required by law to carry workmen’s compensation insurance, i.e. not a Louisiana company, sole employee of the company, then bidders must request a workmen’s compensation insurance declaration affidavit prior to the bid opening date. This insurance declaration affidavit must be fully completed, signed, properly notarized and submitted with the bid. A scanned copy may be submitted with the bid; however, the successful bidder must submit the original affidavit in its original format and without material alteration upon contract execution. Failure to comply will result in the bid submission being 2 | P a g e Revised 10 22 2020 rejected as non-responsive. The Parish reserves the right to award bid to the next lowest responsive and responsible bidder in this event.  COMMERCIAL GENERAL LIABILITY Shall provide limits not less than the following: $1,000,000.00 Combined Single Limit per Occurrence for bodily injury and property damage.  COMPREHENSIVE AUTOMOBILE LIABILITY Bodily injury liability $1,000,000.00 each person; $1,000,000.00 each occurrence. Property Damage Liability $1,000,000.00 each occurrence. Note: This category may be omitted if bidders do not/will not utilize company vehicles for the project or do not possess company vehicles. Bidder must request an automobile insurance declaration affidavit prior to the bid opening date. This insurance declaration affidavit must be fully completed, signed, properly notarized and submitted with the bid. A scanned copy of the completed, signed and properly notarized affidavit may be submitted with the bid; however, the successful bidder must submit the original affidavit in its original format and without material alteration upon contract execution. Failure to comply will result in the bid submission being rejected as non-responsive. The Parish reserves the right to award bid to the next lowest responsive and responsible bidder in this event. DEDUCTIBLES - The Parish Attorney with concurrence of the Director of Risk Management have waived the deductible section of the Terms and Conditions for all Invitations to Bid, until further notice. UMBRELLA LIABILITY COVERAGE An umbrella policy or excess may be used to meet minimum requirements. FOR CONSTRUCTION AND RENOVATION PROJECTS: The following are required if selected below. Such insurance is due upon contract execution. ☐ OWNER’S PROTECTIVE LIABILITY To be for the same limits of liability for bodily injury and property damage liability established for commercial general liability. ☐ BUILDER’S RISK INSURANCE The contractor shall maintain Builder’s Risk Insurance at his own expense to insure both the owner (Parish of Jefferson) and contractor as their interest may appear.

1201 N. Third Street, Baton Rouge, Louisiana 70802Location

Address: 1201 N. Third Street, Baton Rouge, Louisiana 70802

Country : United StatesState : Louisiana

You may also like

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.