ERNEST N. MORIAL CONVENTION CENTER

LINEAR PARK

New Orleans, Louisiana

MCCNO Project No. CO0517 MCCNO Contract No. C-1391

PROJECT MANUAL

BID SET

VOLUME 1 of 3

Procurement/Contracting Requirements

DATE: 16 January 2018

New Orleans Morial Convention Center Linear Park Bid Set New Orleans, Louisiana 16 January 2018 © MA EDR N10.043.00\14027

VOLUME 1 INTRODUCTORY INFORMATION

00 01 01 TABLE OF CONTENTS 00 01 03 PROJECT DIRECTORY 00 01 07 SEALS PAGE COOPERATIVE ENDEAVOR AGREEMENT 00 31 32 GEOTECHNICAL DATA

PROCUREMENT AND CONTRACTING REQUIREMENTS

ADVERTISEMENT FOR BIDS INSTRUCTIONS TO BIDDERS PROCUREMENT SUBSTITUTION PROCEDURES BID FORM UNIT PRICE FORM BID BOND GENERAL CONDITIONS AIA A201 - 2007 SUPPLEMENTARY CONDITIONS CONTRACT BETWEEN OWNER AND CONTRACTOR AIA A101, 2007 PERFORMANCE AND PAYMENT BONDS, AIA A312, 2010 AFFIDAVITS

DIVISION 01 - GENERAL REQUIREMENTS

01 10 00 SUMMARY 01 22 00 MEASUREMENT AND PAYMENT 01 23 00 ALTERNATES 01 26 00 CONTRACT MODIFICATION PROCEDURES 01 29 00 PAYMENT PROCEDURES 01 31 00 PROJECT MANAGEMENT AND COORDINATION 01 32 00 CONSTRUCTION PROGRESS DOCUMENTATION 01 32 33 CONSTRUCTION PHOTOGRAPHS 01 33 00 SUBMITTAL PROCEDURES 01 35 13 HAZARDOUS MATERIALS PROCEDURES 01 35 19 OPEN ACCESS PLAN - SMALL BUSINESS 01 40 00 QUALITY REQUIREMENTS 01 42 19 REFERENCE SPECIFICATIONS 01 43 39 MOCK-UPS 01 45 00 QUALITY CONTROL 01 50 00 TEMPORARY FACILITIES AND CONTROLS 01 58 00 PROJECT IDENTIFICATION SIGNS 01 60 00 PRODUCT REQUIREMENTS 01 71 23 FIELD ENGINEERING 01 73 00 EXECUTION REQUIREMENTS 01 73 29 CUTTING AND PATCHING 01 74 00 CLEANING 01 77 00 CLOSEOUT PROCEDURES 01 78 00 CLOSEOUT SUBMITTALS 01 79 00 DEMONSTRATION AND TRAINING [END OF VOLUME 1] Section 000101 TABLE OF CONTENTS Page 1 of 5

New Orleans Morial Convention Center Linear Park Bid Set New Orleans, Louisiana 16 January 2018 © MA EDR N10.043.00\14027

VOLUME 2 DIVISION 02 - EXISTING CONDITIONS & MISCELLANEOUS SITE WORK

02 30 00 SUBSURFACE INVESTIGATION 02 41 13 SELECTIVE SITE DEMOLITION

DIVISION 03 - CONCRETE

03 21 00 PLAIN STEEL REINFORCEMENT 03 30 00 CIVIL CAST-IN-PLACE CONCRETE 03 30 33 STRUCTURAL CAST-IN-PLACE CONCRETE 03 31 13 CIVIL CAST-IN-PLACE CONCRETE FORMING

DIVISION 04 - MASONRY

04 22 00 CONCRETE MASONRY UNIT 04 72 00 CAST STONE MASONRY

DIVISION 05 - METALS

05 05 14 FLUOROPOLYMER COATINGS FOR METAL 05 12 00 STRUCTURAL STEEL 05 12 13 ARCHITECTURALLY-EXPOSED STRUCTURAL STEEL 05 30 00 STEEL DECK 05 40 00 COLD-FORMED METAL FRAMING 05 52 00 HANDRAIL AND GUARDRAIL ASSEMBLIES 05 58 13 COLUMN COVERS 05 75 00 DECORATIVE FORMED METAL

DIVISION 06 - WOOD, PLASTICS AND COMPOSITES

06 10 53 MISCELLANEOUS ROUGH CARPENTRY 06 16 43 EXTERIOR GYPSUM SHEATHING 06 20 13 EXTERIOR FINISH CARPENTRY 06 74 13 FIBERGLASS REINFORCED GRATINGS

DIVISION 07 - THERMAL AND MOISTURE PROTECTION

07 11 13 BITUMINOUS DAMPPROOFING 07 19 00 WATER REPELLENTS 07 21 00 THERMAL INSULATION 07 27 00 WATER AND AIR BARRIER 07 41 13 METAL ROOF PANELS 07 42 16 METAL PLATE PANELS 07 44 56 FIBER REINFORCED CEMENTITIOUS (FRC) PANELS 07 54 19 POLYVINYL-CHLORIDE (PVC) ROOFING 07 62 00 SHEET METAL FLASHING AND TRIM 07 92 00 JOINT SEALANTS

Section 000101 TABLE OF CONTENTS Page 2 of 5 New Orleans Morial Convention Center Linear Park Bid Set New Orleans, Louisiana 16 January 2018 © MA EDR N10.043.00\14027

DIVISION 08 - OPENINGS

08 31 00 FLOOR ACCESS HATCH 08 41 13 ALUMINUM ENTRANCE DOORS 08 44 00 GLAZED ALUMINUM CURTAIN WALL 08 81 00 GLASS AND GLAZING

DIVISION 09 - FINISHES

09 2900 GYPSUM BOARD 09 91 00 PAINTING 09 96 00 HIGH PERFORMANCE COATINGS

DIVISION 10 - SPECIALTIES

10 14 53 TRAFFIC SIGNAGE

DIVISION 11 - EQUIPMENT (Not Used)

DIVISION 12 - FURNISHINGS

12 93 00 CUSTOM SITE FURNISHINGS 12 93 13 BICYCLE RACKS 12 93 43 SITE SEATING AND TABLES

DIVISION 13 - SPECIAL CONSTRUCTION

13 12 00 WATER FEATURE MECHANICAL 13 12 15 WATER FEATURE ELECTRICAL

DIVISION 14 - CONVEYING EQUIPMENT

14 32 00 MOVING WALKS

[END OF VOLUME 2]

Section 000101 TABLE OF CONTENTS Page 3 of 5 New Orleans Morial Convention Center Linear Park Bid Set New Orleans, Louisiana 16 January 2018 © MA EDR N10.043.00\14027

VOLUME 3 DIVISION 21 - FIRE SUPPRESSION

21 00 00 FIRE SUPPRESSION

DIVISION 22 - PLUMBING (Not Used)

DIVISION 23 - HEATING, VENTILATING AND AIR CONDITIONING (Not Used)

DIVISION 25 - INTEGRATED AUTOMATION (Not Used)

DIVISION 26 - ELECTRICAL

26 05 00 COMMON WORK RESULTS FOR ELECTRICAL 26 05 19 LOW-VOLTAGE ELECTRICAL POWER CONDUCTORS AND CABLES 26 05 26 GROUNDING AND BONDING FOR ELECTRICAL SYSTEMS 26 05 29 HANGERS AND SUPPORTS FOR ELECTRICAL SYSTEMS 26 05 33 RACEWAY AND BOXES FOR ELECTRICAL SYSTEMS 26 05 53 IDENTIFICATION FOR ELECTRICAL SYSTEMS 26 05 74 OVERCURRENT PROTECTIVE DEVICES ARC-FLASH STUDY 26 06 50.16 LIGHTING FIXTURE SCHEDULE 26 22 00 LOW-VOLTAGE TRANSFORMERS 26 24 16 PANELBOARDS 26 27 13 ELECTRICITY METERING 26 27 26 WIRING DEVICES 26 28 16 ENCLOSED SWITCHES AND CIRCUIT BREAKERS 26 43 13 SURGE PROTECTION FOR LOW-VOLTAGE ELECTRICAL POWER CIRCUITS 26 50 10 ARCHITECTURAL LIGHTING FIXTURES, LAMPS, BALLASTS 26 55 61 NETWORK LIGHTING CONTROLS

DIVISION 27 - COMMUNICATIONS

27 05 00 COMMON WORK RESULTS FOR COMMUNICATIONS SYSTEMS 27 05 26 GROUNDING AND BONDING FOR COMMUNICATIONS SYSTEMS 27 05 29 PATHWAYS FOR COMMUNICATIONS SYSTEMS 27 05 43 UNDERGROUND DUCTS AND RACEWAYS FOR COMMUNICATIONS SYSTEMS 27 05 44 SLEEVES AND SLEEVE SEALS FOR COMMUNICATIONS PATHWAY 27 05 53 IDENTIFICATION FOR COMMUNICATIONS SYSTEMS 27 10 00 STRUCTURED CABLING SYSTEMS 27 11 00 COMMUNICATIONS EQUIPMENT ROOM FITTINGS 27 13 00 COMMUNICATIONS BACKBONE CABLING 27 15 00 COMMUNICATIONS HORIZONTAL CABLING 27 16 00 COMMUNICATIONS CONNECTING CORDS, DEVICES AND ADAPTERS 27 18 00 COMMUNICATIONS TESTING

DIVISION 28 - ELECTRONIC SAFETY AND SECURITY

28 05 44 SLEEVES AND SLEEVE SEALS FOR ELECTRONIC SAFETY AND SECURITY PATHWAYS AND CABLING 28 23 00 VIDEO SURVEILLANCE SYSTEM

Section 000101 TABLE OF CONTENTS Page 4 of 5 New Orleans Morial Convention Center Linear Park Bid Set New Orleans, Louisiana 16 January 2018 © MA EDR N10.043.00\14027

DIVISION 31 - EARTHWORK

31 00 00 EARTHWORK 31 10 00 SITE CLEARING 31 20 01 EARTHWORK FOR BUILDING FOUNDATIONS 31 23 18 GROUNDWATER CONTROL 31 25 00 EROSION AND SEDIMENTATION CONTROL 31 62 00 TREATED TIMBER PILES 31 62 01 OPEN-END PIPE PILES

DIVISION 32 - EXTERIOR IMPROVEMENTS

32 14 00 UNIT PAVING 32 15 00 AGGREGATE SURFACING 32 84 00 PLANTING IRRIGATION 32 92 00 TURFGRASSES 32 93 00 PLANTS 32 93 02 TREES 32 93 13 BOLLARDS 32 94 50 SILVA CELL 2 32 94 56 PLANTING SOIL FOR SILVA CELLS

DIVISION 33 - UTILITIES

33 4610 LANDSCAPE UNDERDRAINAGE

DIVISION 34 - TRANSPORTATION

34 41 00 DESCRIPTION OF WORK 34 41 01 REGULATIONS AND CODES 34 41 02 SUBMITTALS AND AS-BUILT DOCUMENTATION 34 41 03 MILL TEST REPORTS AND CERTIFICATIONS 34 41 04 TRAFFIC SIGNAL ITEMS 34 41 05 TRAFFIC SIGNAL CONTROLLER ASSEMBLIES 34 41 06 TRAFFIC SIGNAL CABLE 34 41 07 TRAFFIC SIGNAL CONDUIT 34 41 08 PAINTING AND SURFACE FINISHING 34 41 09 EMERGENCY VEHICLE PREEMPTION SYSTEM 34 41 10 RADIO-ACTIVATED GPS-BASED TRAFFIC SIGNAL PREEMPTION AND PRIORITY CONTROL SYSTEM 34 41 11 COMMUNICATIONS 34 41 12 SURGE PROTECTION 34 41 13 SIGNAL TESTING 34 41 14 LED TRAFFIC SIGNALS 34 41 15 RECTANGULAR RAPID FLASHING BEACON SIGNALS

[END OF VOLUME 3]

Section 000101 TABLE OF CONTENTS Page 5 of 5 New Orleans Morial Convention Center Linear Park BidBid SetSet New Orleans, Louisiana 27 September21 July 20172017 © MA EDR N14023\14027

Owner: Ernest N. Morial Convention Center Contact: David Mason 900 Convention Center Blvd New Orleans, LA 70130 504.582.3001

Architect of Record: Manning Architects / Eskew + Dumez + Ripple, A Joint Venture Contact: Miwako Hattori 650 Poydras St, Suite 1250 New Orleans, LA 70130 504.412.2000 [email protected]

Landscape Architect: Spackman Mossop+ Michaels 7735 Maple St. New Orleans, LA 70118 504.218.8991

Civil Engineer: Stuart Consulting Group 1018 Central Ave., Suite 200 Metairie, LA 70003 504.888.5733

Structural Engineer: Morphy Makofsky 336 N. Jefferson Davis Pkwy, Suite 200 New Orleans, LA 70119 504.488.1317

Thornton Tomasetti 2323 Grand Blvd., Suite 900 Kansas City, MO. 64108 816.221.7771

Electrical Engineer: Moses Engineers 909 Poydras St., Suite 2150 New Orleans, LA 70112 504.586.1725

Fire Protection/Life Safety: Howe Engineers 101 Longwater Circle, Suite 203 Norwell, MA 02061 781.878.3500

Lighting Designer: Horton Lees Brogden Lighting Design 8580 Washington Blvd. Culver City, CA 90232 310.837.0929

Traffic Engineer: Stantec 500 Main Street Baton Rouge, LA 70801 225.765.7400

Section 000103 PROJECT DIRECTORY Page 1 of 2 New Orleans Morial Convention Center Linear Park BidBid SetSet New Orleans, Louisiana 27 September21 July 20172017 © MA EDR N14023\14027

IT/AV Engineer: TLC Engineering for Architecture 13099 S. Cleveland Ave. Fort Myers, FL 33907 239.985.2002

Transportation Consultant: Hall Planning & Engineering, INC. 322 Beard Street Tallahassee, FL 32303 850.222.2277

END OF SECTION

Section 000103 PROJECT DIRECTORY Page 2 of 2 New Orleans Morial Convention Center Linear Park BidBid Set Set New Orleans, Louisiana 2727 September September21 July 2017 2017 © MA EDR N14023\14027

1.1 DESIGN PROFESSIONALS OF RECORD

A. Architect:

1. Manning Architects / Eskew + Dumez + Ripple, A Joint Venture 2. Responsible for the following Sections: 01 10 00 SUMMARY 01 23 00 ALTERNATES 01 26 00 CONTRACT MODIFICATION PROCEDURES 01 29 00 PAYMENT PROCEDURES 01 31 00 PROJECT MANAGEMENT AND COORDINATION 01 32 00 CONSTRUCTION PROGRESS DOCUMENTATION 01 32 33 CONSTRUCTION PHOTOGRAPHS 01 33 00 SUBMITTAL PROCEDURES 01 35 13 HAZARDOUS MATERIALS PROCEDURES 01 35 19 OPEN ACCESS PLAN - SMALL BUSINESS 01 40 00 QUALITY REQUIREMENTS 01 43 39 MOCK-UPS 01 45 00 QUALITY CONTROL 01 50 00 TEMPORARY FACILITIES AND CONTROLS 01 58 00 PROJECT IDENTIFICATION SIGNS 01 60 00 PRODUCT REQUIREMENTS 01 71 23 FIELD ENGINEERING 01 73 00 EXECUTION REQUIREMENTS 01 73 29 CUTTING AND PATCHING 01 74 00 CLEANING 01 77 00 CLOSEOUT PROCEDURES 01 78 00 CLOSEOUT SUBMITTALS 01 79 00 DEMONSTRATION AND TRAINING 04 72 00 CAST STONE MASONRY 05 05 14 FLUOROPOLYMER COATINGS FOR METAL 05 12 13 ARCHITECTURALLY-EXPOSED STRUCTURAL STEEL 05 40 00 COLD-FORMED METAL FRAMING 05 52 00 HANDRAIL AND GUARDRAIL ASSEMBLIES 05 58 13 COLUMN COVERS 05 75 00 DECORATIVE FORMED METAL 06 10 53 MISCELLANEOUS ROUGH CARPENTRY 06 16 43 EXTERIOR GYPSUM SHEATHING 06 20 13 EXTERIOR FINISH CARPENTRY 06 74 13 FIBERGLASS REINFORCED GRATINGS 07 11 13 BITUMINOUS DAMPPROOFING 07 19 00 WATER REPELLENTS 07 21 00 THERMAL INSULATION 07 27 00 WATER AN D AIR BARRIER 07 41 13 METAL ROOF PANELS

Section 000107 SEALS PAGE Page 1 of 4 New Orleans Morial Convention Center Linear Park BidBid Set Set New Orleans, Louisiana 2727 September September21 July 2017 2017 © MA EDR N14023\14027

07 42 16 METAL PLATE PANELS 07 44 56 FIBER REINFORCED CEMENTITIOUS (FRC) PANELS 07 54 19 POLYVINYL-CHLORIDE (PVC) ROOFING 07 62 00 SHEET METAL FLASHING AND TRIM 07 92 00 JOINT SEALANTS 08 41 13 ALUMINUM ENTRANCE DOORS 08 44 00 GLAZED ALUMINUM CURTAIN WALL 08 81 00 GLASS AND GLAZING 09 91 00 PAINTING 09 96 00 HIGH PERFORMANCE COATINGS 12 93 00 CUSTOM SITE FURNISHINGS 14 32 00 MOVING WALKS

B. Civil Engineer:

1. Stuart Consulting Group 2. Responsible for the following Sections: 01 22 00 MEASUREMENT AND PAYMENT 02 30 00 SUBSURFACE INVESTIGATION 02 41 13 SELECTIVE SITE DEMOLITION 03 21 00 PLAIN STEEL REINFORCEMENT 03 30 00 CIVIL CAST-IN-PLACE CONCRETE 03 31 13 CIVIL CAST-IN-PLACE CONCRETE FORMING 08 31 00 FLOOR ACCESS HATCH 10 14 53 TRAFFIC SIGNAGE 31 00 00 EARTHWORK 31 10 00 SITE CLEARING 31 23 18 GROUNDWATER CONTROL 31 25 00 EROSION AND SEDIMENTATION CONTROL 34 41 00 DESCRIPTION OF WORK 34 41 01 REGULATIONS AND CODES 34 41 02 SUBMITTALS AND AS-BUILT DOCUMENTATION 34 41 03 MILL TEST REPORTS AND CERTIFICATIONS 34 41 04 TRAFFIC SIGNAL ITEMS 34 41 05 TRAFFIC SIGNAL CONTROLLER ASSEMBLIES 34 41 06 CABLE 34 41 07 CONDUIT 34 41 08 PAINTING AND SURFACE FINISHING 34 41 09 EMERGENCY VEHICLE PREEMPTION SYSTEM 34 41 10 RADIO-ACTIVATED GPS-BASED TRAFFIC SIGNAL PREEMPTION AND PRIORITY CONTROL SYSTEM 34 41 11 COMMUNICATIONS 34 41 12 SURGE PROTECTION 34 41 13 TESTING 34 41 14 LED TRAFFIC SIGNALS

Section 000107 SEALS PAGE Page 2 of 4 1HZ2UOHDQV0RULDO&RQYHQWLRQ&HQWHU/LQHDU3DUN BidBid Set Set New Orleans, Louisiana 2727 September September21 July 2017 2017 © MA EDR N14023\14027

C. Landscape Architect:

1. Spackman Mossop+ Michaels 2. Responsible for the following Sections: 12 93 13 BICYCLE RACKS 12 93 43 SITE SEATING AND TABLES 32 14 00 UNIT PAVING 32 15 00 AGGREGATE SURFACING 32 84 00 PLANTING IRRIGATION 32 91 15 SOIL PREPARATION 32 92 00 TURFGRASSES 32 93 00 PLANTS 32 93 02 TREES 32 93 13 BOLLARDS 32 94 50 SILVA CELL 2 32 94 56 PLANTING SOIL FOR SILVA CELLS

D. Structural Engineer:

1. Morphy Makofsky 2. Responsible for the following Sections: 03 30 33 STRUCTURAL CAST IN PLACE CONCRETE 31 20 01 EARTHWORK FOR BUILDING FOUNDATIONS 31 62 00 TREATED TIMBER PILES 31 62 01 OPEN-END PIPE PILES

E. Structural Engineer: 07/21/17 1. Thornton Tomasetti 2. Responsible for the following Sections:

05 12 00 STRUCTURAL STEEL 05 30 00 STEEL DECK

F. Fire-Protection Engineer:

1. Howe Engineers 2. Responsible for the following Sections:

21 00 00 FIRE SUPPRESSION

G. Electrical Engineer:

1. Moses Engineers 2. Responsible for the following Sections: Section 000107 6($/63$*( Page  of  New Orleans Morial Convention Center Linear Park Bid Set New Orleans, Louisiana 27 September21 July 2017 © MA EDR N14023\14027

26 05 00 COMMON WORK RESULTS FOR ELECTRICAL 26 05 19 LOW-VOLTAGE ELECTRICAL POWER CONDUCTORS AND CABLES 26 05 26 GROUNDING AND BONDING FOR ELECTRICAL SYSTEMS 26 05 29 HANGERS AND SUPPORTS FOR ELECTRICAL SYSTEMS 26 05 33 RACEWAY AND BOXES FOR ELECTRICAL SYSTEMS 26 05 53 IDENTIFICATION FOR ELECTRICAL SYSTEMS 26 05 74 OVERCURRENT PROTECTIVE DEVICE 26 22 00 LOW-VOLTAGE TRANSFORMERS 26 24 16 PANELBOARDS 26 27 13 ELECTRICITY METERING 26 27 26 WIRING DEVICES 26 28 16 ENCLOSED SWITCHES AND CIRCUIT BREAKERS 26 43 13 SURGE PROTECTION FOR LOW-VOLTAGE ELECTRICAL POWER CIRCUITS

END OF DOCUMENT

Section 000107 SEALS PAGE Page 4 of 4

New Orleans Morial Convention Center Linear Park Bid Set New Orleans, Louisiana 16 January 2018 © MA EDR N14023\14027

A. GEOTECHNICAL INFORMATION

Geotechnical Engineering Services were conducted by The Beta Group, 1428 ½ Claire Ave., Gretna, Louisiana, 70053, 504-227-2273. The report is dated September 22, 2017. The entire, original report and pile plan is available for download from www.lettermansdigitalvault.com.

END OF DOCUMENT

Section 003132 GEOTECHNICAL DATA Page 1 of 1

ADVERTISEMENT FOR BIDS

Sealed Bids will be received by the Ernest N. Morial New Orleans Exhibition Hall Authority, a political subdivision of the State of Louisiana, (the “Authority”) at 900 Convention Center Boulevard, New Orleans, Louisiana 70130 outside of the Board Room located on the mezzanine level above Hall B for the Ernest N. Morial Convention Center - New Orleans Linear Park Project, Project No. CO0517, Project No. C-1391 (the “Project”) until 2:00 P.M, Monday, February 26, 2018; at which time, such timely received bids will be opened publicly and read aloud.

Complete Bidding Documents for the Project are being distributed in electronic form by Letterman’s Blueprint and Supply Company (“Letterman’s”) and may be obtained without charge and without deposit from the Public Plan Room at www.lettermansbidconnect.com. Questions about this procedure shall be directed to Letterman’s at 2475 Canal Street, Suite 101 New Orleans, Louisiana 70119, phone: (504) 821-9997, fax: (504) 821-9947, and email: [email protected].

Specific questions about the Project shall be directed to the designer, [Manning Architects, APAC 650 , Suite 1250 New Orleans, LA 70130, phone: (504) 412-2000, fax: (504) 412- 2001] in writing via e-mail only at [email protected].

Sealed bids must be received by the Authority at 900 Convention Center Boulevard, New Orleans, Louisiana 70130 outside of the Board Room on the mezzanine level above Hall B before 2:00 P.M. on Monday, February 26, 2018. The exterior of the envelope of the sealed bid shall prominently display the Project Name: Ernest N. Morial Convention Center – New Orleans Linear Park Project, Project No.: CO0517, Contract No.: C-1391, bidder’s name, contact information, and license number. As more fully set forth in the Bidding Documents, bidders also have the option to submit bids electronically at www.lettermansbidconnect.com. Bids submitted electronically must be fully uploaded to www.lettermansbidconnect.com and available for download by the Authority before 2:00 P.M. on Monday, February 26, 2018. Any bid received after 2:00 P.M. on Monday, February 26, 2018 will not be considered and will be returned to the bidder.

Each bid shall be accompanied by a certified check, cashier's check, or bid bond payable to the Authority, the amount of which shall be five percent (5%) of the base bid. If a bid bond is used, it shall be written by a surety or insurance company currently on the U.S. Department of the Treasury Financial Management Service list of approved bonding companies which is published annually in the Federal Register, or by a Louisiana domiciled insurance company with at least an A- Rating in the latest printing of the A.M. Best's Key Rating Guide to write individual bonds up to ten percent (10%) of policyholders’ surplus as shown in the A.M. Best's Key Rating Guide, or by an insurance company in good standing licensed to write bid bonds which is either domiciled in Louisiana or owned by Louisiana residents. The bid bond shall be issued by a company licensed to do business in Louisiana and who is under contract with the surety company or bond issuer as a licensed agent in this state and residing in this state. The certified check, cashier's check or bid bond shall be given as a guarantee that the bidder shall execute the contract, should it be awarded to it, in conformity with the Bidding Documents.

No bidder may withdraw its bid for at least forty-five (45) days after the time scheduled for the opening of bids. Each bid shall be submitted only on the bid form provided with the Bidding Documents. The successful contractor will be required to execute performance, labor and material payment bonds in the full amount of the contract as more fully defined in the Instructions to Bidders and Bidding Documents for the Project.

A NON-MANDATORY PRE-BID CONFERENCE will be held at 10:00 A.M. on Thursday, February 8, 2018 at the Authority’s Board Room which is located on the mezzanine floor above Hall B at 900 Convention Center Boulevard, New Orleans, Louisiana 70130. Participation is not required but strongly encouraged.

Contractors must maintain a current contractor license with the Louisiana State Licensing Board for Contractors for the following classifications of Building Construction, Heavy Construction, and or Highway Street and Bridge Construction.

Bids will be evaluated by the Authority based on the lowest responsive and responsible bid submitted which is also in compliance with the Bidding Documents. The Authority reserves the right to reject any and all bids for just cause in accordance with Title 38 of the Louisiana Revised Statutes. Bids which have not bid in accordance with the Bidding Documents shall not be considered.

The mission of the Authority is to promote growth and development of local businesses. The Authority encourages small and emerging businesses to participate on the Project.

Any person requiring special accommodations to participate in this solicitation shall notify the designer at [email protected] or by phone at (504) 412-2000 as soon as possible but in no event later than seven (7) days before the bid opening date.

Ernest N. Morial New Orleans Exhibition Hall Authority

INSTRUCTIONS TO BIDDERS

COMPLETION TIME: The Bidder shall fully complete the contract within seven hundred and thirty (730) consecutive calendar days, subject to such extensions as may be granted the General Conditions and the Supplementary Conditions, and acknowledges that this construction time will start on the date specified in the written “Notice to Proceed” from the Owner.

LIQUIDATED DAMAGES: The Bidder shall pay as Liquidated Damages the amount of (two thousand, five hundred) Dollars ($2,500.00) for each consecutive calendar day for which the work is not substantially complete, beginning with the first day beyond the substantial completion date stated on the “Notice to Proceed” or as amended by change order.

ARTICLE 1 which modify or interpret the Bid Documents by additions, deletions, clarifications, corrections and DEFINITIONS prior approvals.

1.1 The Bid Documents include the following: 1.4 A Bid is a complete and properly signed proposal to do the work or designated portion Advertisement for Bids thereof for the sums stipulated therein supported by Instructions to Bidders data called for by the Bid Documents. Bid Form Bid Bond 1.5 Base Bid is the sum stated in the Bid for which General Conditions of the Contract for the Bidder offers to perform the work described as Construction, AIA Document A201, 2007 the base, to which work may be added, or deleted Supplementary Conditions for sums stated in Alternate Bids. Contract Between Owner and Contractor, AIA Document A101, 2007 1.6 An Alternate Bid (or Alternate) is an amount Performance and Payment Bond, stated in the Bid to be added to the amount of the AIA Document A312, 2010 Base Bid if the corresponding change in project Affidavit scope or materials or methods of construction Attestation Clause described in the Bid Documents is accepted. User Agency Documents (if applicable) Asbestos Abatement (if applicable) 1.7 A Bidder is one who submits a Bid for a prime Other Documents (if applicable) Contract with the Owner for the work described in Specifications & Drawings the Bid Documents. Addenda issued during the bid period and acknowledged in the Bid Form 1.8 A Sub-bidder is one who submits a Bid to a Bidder for materials and/or labor for a portion of the 1.2 All definitions set forth in the General work. Conditions of the Contract for Construction, AIA Document A201 and the Supplementary Conditions 1.9 Where the word "Architect" is used in any of are applicable to the Bid Documents. the documents, it shall refer to the Prime Designer of the project, regardless of discipline. 1.3 Addenda are written and/or graphic instruments issued by the Architect prior to the opening of Bids

1

ARTICLE 2 2009-378 and 2010-128); and neither he nor any principal of the Bidder with a controlling interest PRE-BID CONFERENCE therein has an immediate family relationship with the Designer or any principal within the Designer’s 2.1 A Pre-Bid Conference will be held at 10:00 firm. (see La. R.S. 42:1113). Any Bidder A.M. on Thursday, February 8, 2018 at the submitting a bid in violation of this clause shall be Authority’s Board Room which is located on the disqualified and any contract entered into in mezzanine floor above Hall B at 900 Convention violation of this clause shall be null and void. Center Boulevard, New Orleans, Louisiana 70130. The purpose of the Pre-Bid Conference is to 3.2 The Bidder must be fully qualified under any familiarize Bidders with the requirements of the State or local licensing law for Contractors in effect Project and the intent of the Bid Documents, and to at the time and at the location of the work before receive comments and information from interested submitting his Bid. In the State of Louisiana, Bidders. Revised Statutes 37:2150, et seq. will be considered, if applicable. 2.2 Any revision of the Bid Documents made as a result of the Pre-Bid Conference shall not be valid The Contractor shall be responsible for determining unless included in an Addendum. that all of his Sub-bidders or prospective Subcontractors are duly licensed in accordance with law. ARTICLE 3 ARTICLE 4 BIDDER'S REPRESENTATION BID DOCUMENTS 3.1 Each Bidder by making his Bid represents that: 4.1 Copies 3.1.1 He has read and understands the Bid Documents and his Bid is made in accordance 4.1.1 NOT USED therewith. 4.1.1.2 As an alternative method of distribution, the 3.1.2 He has visited the site and has familiarized Designer is providing the Bid Documents in himself with the local conditions under which the electronic format. They may be obtained without work is to be performed. charge and without deposit as stated in the Advertisement for Bids. 3.1.3 His Bid is based solely upon the materials, systems and equipment described in the Bid 4.1.1.2.1 Printed copies will not be available from Documents as advertised and as modified by the Designer, but arrangements can be made to Addenda. obtain them through most reprographic firms and/or plan rooms. 3.1.4 His Bid is not based on any verbal instructions contrary to the Bid Documents and Addenda. 4.1.1.2.2 NOT USED

3.1.5 He is familiar with Code of Governmental 4.1.1.2.3 NOT USED Ethics requirement that prohibits public servants and/or their immediate family members from 4.1.2 Complete sets of Bid Documents shall be bidding on or entering into contracts; he is aware used in preparing Bids; neither the Owner nor the that the Designer and its principal owners are Architect assume any responsibility for errors or considered Public Servants under the Code of misinterpretations resulting from the use of Governmental Ethics for the limited purposes and incomplete sets of Bid Documents. scope of the Design Contract with the State on this Project (see Ethics Board Advisory Opinion, No.

2

4.1.3 The Owner or Architect in making copies of required of the Bid Documents if the proposed the Bid Documents available on the above terms, do product is used. Prior approval is given contingent so only for the purpose of obtaining Bids on the upon supplier being responsible for any costs which work and do not confer a license or grant for any may be necessary to modify the space or facilities other use. needed to accommodate the materials and equipment approved. Written request for approval 4.2 Interpretation or Correction of Bid Documents shall be sent, via email, to the following address: [email protected] 4.2.1 Bidders shall promptly notify the Architect of any ambiguity, inconsistency or error which they 4.3.3 If the Architect approves any proposed may discover upon examination of the Bid substitution, such approval will be set forth in an Documents or of the site and local conditions. Addendum. Bidders shall not rely upon approvals made in any other manner. 4.2.2 Bidders requiring clarification or interpretation of the Bid Documents shall make a 4.4 Addenda written request for clarification to the Architect via the following email address, at least seven working 4.4.1 Addenda will be posted electronically to days prior to the date for receipt of Bids: plan holder listed in the Advertisement for Bid to all [email protected] who are known by the Architect to have received a complete set of Bid Documents. 4.2.3 Any interpretation, correction or change of the Bid Documents will be made by Addendum. 4.4.2 Copies of Addenda will be made available Interpretations, corrections or changes of the Bid for inspection wherever Bid Documents are on file Documents made in any other manner will not be for that purpose. binding and Bidders shall not rely upon such interpretations, corrections and changes. 4.4.3 Except as described herein, Addenda shall not be issued within a period of seventy-two (72) hours 4.3 Substitutions prior to the advertised time for the opening of Bids, excluding Saturdays, Sundays, and any other legal 4.3.1 The materials, products and equipment holidays. If the necessity arises of issuing an described in the Bid Documents establish a standard Addendum modifying plans and specifications of required function, dimension, appearance and within the seventy-two (72) hour period prior to the quality to be met by any proposed substitution. No advertised time for the opening of Bids, then the substitutions shall be allowed after Bids are opening of Bids shall be extended at least seven but received. no more than twenty-one (21) working days, without the requirement of re-advertising. The 4.3.2 No substitution will be considered unless Owner shall be consulted prior to issuance of such written request for approval has been submitted by an Addendum and shall approve such issuance. The the Proposer and has been received by the Architect revised time and date for the opening of Bids shall at least seven (7) working days prior to the opening be stated in the Addendum. of Bids. (RS38:2295C) Each such request shall include the name of the material or equipment for 4.4.4 Each Bidder shall ascertain from the which it is to be substituted and a complete Architect prior to submitting his Bid that he has description of the proposed substitute including received all Addenda issued, and he shall model numbers, drawings, cuts, performance and acknowledge their receipt on the Bid Form. test data and any other information necessary for an evaluation. A statement setting forth any changes in 4.4.5 The Owner shall have the right to extend other materials, equipment or work that the bid date by up to (30) thirty days without the incorporation of the substitute would require shall be requirement of re-advertising. Any such extension included. It shall be the responsibility of the shall be made by Addendum issued by the Architect. proposer to include in his proposal all changes

3

ARTICLE 5 page submitted with the bid package as required by R.S. 38:2212(B)(5). BID PROCEDURE (b) When a corporation, partnership, or other legal entity has filed in the records of the Secretary of 5.1 Form and Style of Bids State, an affidavit, resolution or other acknowledged or authentic document indicating the names of all 5.1.1 Bids shall be submitted on the Louisiana parties authorized to submit bids for public Uniform Public Work Bid Form provided by the contracts. A bid package submitted by such a legal Architect. entity shall include a current Power of Attorney certifying agent's authority to bind Bidder, as 5.1.2 All blanks on the Bid Form shall be filled in required by R.S. 38:2212(B)(5). The name and manually in ink or typewritten. license number on the envelope shall be the same as the entity identified on the Bid Form. 5.1.3 Bid sums shall be expressed in both words and figures, and in case of discrepancy between the 5.1.10 On any Bid in excess of fifty thousand two, the written words shall govern. dollars ($50,000.00), the Contractor shall certify that he is licensed under R.S. 37: 2150-2173 and show 5.1.4 Any interlineation, alteration or erasure his license number on the Bid above his signature or must be initialed by the signer of the Bid or his his duly authorized representative. authorized representative. 5.2 Bid Security 5.1.5 Bidders are cautioned to complete all Alternates should such be required in the Bid Form. 5.2.1 Each bid shall be accompanied by a Failure to submit Alternate prices will render the certified check, cashier's check, or bid bond Bid non responsive and shall cause its rejection. payable to the Authority, the amount of which shall be five percent (5%) of the base bid. If a bid 5.1.6 Bidders are cautioned to complete all unit bond is used, it shall be written by a surety or prices should such be required in the Bid Form. insurance company currently on the U.S. Unit prices represent a price proposal to do a Department of the Treasury Financial specified quantity and quality of work. Unit prices Management Service list of approved bonding are incorporated into the Base Bid but are not the companies which is published annually in the sole components thereof. Federal Register, or by a Louisiana domiciled insurance company with at least an A- Rating in 5.1.7 Bidders are strongly cautioned to ensure the latest printing of the A.M. Best's Key Rating that all blanks on the bid form are completely and Guide to write individual bonds up to ten percent accurately filled in. (10%) of policyholders’ surplus as shown in the 5.1.8 Bidder shall make no additional stipulations A.M. Best's Key Rating Guide, or by an insurance on the Bid Form nor qualify his Bid in any other company in good standing licensed to write bid manner. bonds which is either domiciled in Louisiana or owned by Louisiana residents. The bid bond shall 5.1.9 The bid shall include the legal name of be issued by a company licensed to do business in Bidder and shall be signed by the person or persons Louisiana and who is under contract with the legally authorized to bind the Bidder to a Contract. surety company or bond issuer as a licensed agent Written evidence of the authority of the person in this state and residing in this state. The certified signing the bid for the public work shall be check, cashier's check or bid bond shall be given submitted at the time of bidding. The authority of as a guarantee that the bidder shall execute the the signature of the person submitting the bid shall contract, should it be awarded to it, in conformity be deemed sufficient and acceptable under any of with the Bidding Documents. the following conditions: (a) A corporate resolution or a copy of the detailed 5.2.2 The Owner will have the right to retain the record from the Secretary of State’s business filings bid security of Bidders until either (a) the Contract

4 has been executed and bonds have been furnished, 5.3.4 Oral, telephonic or telegraphic Bids are or (b) the specified time has elapsed so that Bids invalid and shall not receive consideration. Owner may be withdrawn, or (c) all Bids have been shall not consider notations written on outside of rejected. Bid envelope which have the effect of amending the Bid. 5.3 Submission of Bids 5.4 Modification or Withdrawal of Bid 5.3.1 The Bid shall be submitted in person in a sealed opaque envelope. The exterior of the 5.4.1 A Bid may not be modified, withdrawn or envelope of the sealed bid shall prominently canceled by the Bidder during the time stipulated in display the Project Name: Ernest N. Morial the Advertisement for Bids, for the period following Convention Center – New Orleans Linear Park the time and bid date designated for the receipt of Project, Project No.: CO0517, Contract No.: C- Bids, and Bidder so agrees in submitting his Bid, 1391, bidder’s name, contact information, and except in accordance with R.S. 38:2214 which license number. The envelope shall contain only states, in part, "Bids containing patently obvious one bid form and will be received until the time mechanical, clerical or mathematical errors may be specified and at the place specified in the withdrawn by the Contractor if clear and convincing Advertisement for Bids. It shall be the specific sworn, written evidence of such errors is furnished responsibility of the Bidder to deliver his sealed to the public entity within forty-eight hours of the Bid to New Orleans Ernest N. Morial Convention Bid Opening excluding Saturdays, Sundays and Center, at the appointed place and prior to the legal holidays". announced time for the opening of Bids. Late delivery of a Bid for any reason, including late 5.4.2 Prior to the time and date designated for delivery by United States Mail, or express receipt of Bids, Bids submitted early may be delivery, shall disqualify the Bid. modified or withdrawn only by notice to the party receiving Bids at the place and prior to the time 5.3.2 Bids shall be deposited at the designated designated for receipt of Bids. location prior to the time on the date for receipt of Bids indicated in the Advertisement for Bids, or any 5.4.3 Withdrawn Bids may be resubmitted up to extension thereof made by Addendum. Bids the time designated for the receipt of Bids provided received after the time and date for receipt of Bids that they are then fully in conformance with these will be returned unopened. Instructions to Bidders.

5.3.2.1 Bidders may submit bids electronically 5.4.4 Bid Security shall be in an amount in accordance with Louisiana Revised Statute sufficient for the Bid as modified or resubmitted. 38:2212, A(1)(f)(i). Bids may be submitted at www.lettermansbidconnect.com. All other documents requested to be submitted at the time ARTICLE 6 of bid, shall be scanned fully and included with CONSIDERATION OF BIDS the bid submission. Bids submitted electronically must be fully uploaded to 6.1 Opening of Bids www.lettermansbidconnect.com and available for download by the Owner prior to the 6.1.1 All Bids timely received by the Owner prior designated time and date for receipt of Bids to the designated time and date for receipt of Bids indicated in the Advertisement for Bids. indicated in the Advertisements for Bids shall be opened publicly and read aloud, and a tabulation 5.3.3 Bidder shall assume full responsibility for abstract of the amounts of the Base Bids and timely delivery at location designated for receipt of Alternates, if any, will be made available to Bidders. Bids.

5

6.2 Rejection of Bids 7.1.2 The Contractor will be required to establish to the satisfaction of the Architect the reliability and 6.2.1 The Owner shall have the right to reject any responsibility of the proposed Subcontractors to or all Bids for just cause and in particular to reject a furnish and perform the work described in the Bid not accompanied by any required bid security or sections of the Specifications pertaining to such data required by the Bid Documents or a Bid in any proposed Subcontractor's respective trades. The way incomplete or irregular. Contractor shall be responsible for actions or inactions of Subcontractors and/or material 6.3 Acceptance of Bid suppliers. The Contractor is totally responsible for any lost 6.3.2 It is the intent of the Owner, if he accepts time or extra expense incurred due to a any Alternates, to accept them in the order in which Subcontractor's/or Material Supplier's failure to they are listed in the Bid Form. Determination of perform. Failure to perform includes, but is not the low bidder shall be on the basis of the sum of the limited to, a Subcontractor's financial failure, Base Bid and the Alternates accepted. However, the abandonment of the project, failure to make prompt Owner shall reserve the right to accept Alternates in delivery, or failure to do work up to standard. any order which does not affect determination of the Under no circumstances shall the Owner mitigate low bidder. the Contractor's losses or reimburse the Contractor for losses caused by a subcontractor or material ARTICLE 7 supplier’s failure to perform.

POST-BID INFORMATION 7.1.3 Subcontractors and other persons and organizations selected by the Bidder must be used 7.1 Submissions on the work for which they were proposed and shall 7.1.1 At the Pre-Construction Conference, the not be changed except with the written approval of Contractor shall submit the following information to the Owner and the Architect. the Architect. 7.1.4 The lowest responsible bidder shall submit 7.1.1.1 A designation of the work to be performed to the Architect and the Owner prior to award of the by the Contractor with his own forces. contract a letter/letters from the manufacturer stating that the manufacturer will issue the roof system 7.1.1.2 A breakdown of the Contract cost guarantee complying with the requirements of New attributable to each item listed in the Schedule of Orleans Ernest N. Morial Convention Center based Values. No payments will be made to the on the specified roof system and include the name of Contractor until this is received. the applicator acceptable to the manufacturer at the highest level of certification for installing the 7.1.1.3 The proprietary names and the suppliers of specified roof system. This manufacturer shall be principal items or systems of material and one that has received prior approval or is named in equipment proposed for the work. the specifications.

7.1.1.4 A list of names and business domiciles of all In accordance with La. R.S. 38:2227, La. R.S. Subcontractors, manufacturers, suppliers or other 38:2212.10 and La. R.S. 23:1726(B) each bidder on persons or organizations (including those who are to this project must submit the completed Attestations furnish materials or equipment fabricated to a Affidavit (Past Criminal Convictions of Bidders, special design) proposed for the principal portions of Verification of Employees and Certification the work. It is the preference of the Owner that, to Regarding Unpaid Workers Compensation the greatest extent possible or practical, the Insurance) form found within this bid package. The Contractor utilize Louisiana Subcontractors, Attestations Affidavit form shall be submitted to the manufacturers, suppliers and labor. Owner within ten (10) days after the opening of Bids.

6

7.1.5 Refer to Article 7.1.4 of the Supplementary Conditions to the General Conditions of the 8.2 Time of Delivery and Form of Bond Contract for additional information required. 8.2.1 The Bidder shall deliver the required bond 7.1.6 The lowest responsible bidder shall submit to to the Owner simultaneous with the execution of the the Architect and the Owner within fourteen (14) Contract. calendar days of bid opening a preliminary project schedule in accordance with specification section 8.2.2 Bond shall be on the AIA A312, 2010 form, 013200, “Construction Progress Documentation” as a copy of which is included in the Bid Documents. well as a preliminary traffic control and construction traffic management plan in accordance with 8.2.3 The Bidder shall require the Power of specification section 015000 “Temporary Facilities Attorney who executes the required bond on behalf and Controls.” of the surety to affix thereto a certified and current copy of his power of Attorney. ARTICLE 8

PERFORMANCE AND PAYMENT BOND ARTICLE 9 FORM OF AGREEMENT BETWEEN OWNER 8.1 Bond Required AND CONTRACTOR

8.1.1 The Contractor shall furnish and pay 9.1 Form to be Used for a Performance and Payment Bond written by a company licensed to do business in Louisiana, 9.1.1 Form of the Contract to be used shall be which shall be signed by the surety's agent or AIA A101-2007 Standard Form of Agreement attorney-in-fact, in an amount equal to 100% of the Between Owner and Contractor where the basis of Contract amount. Surety must be listed currently on payment is a Stipulated Sum, a copy of which is the U. S. Department of Treasury Financial bound in the Bid Documents. Management Service List (Treasury List) as approved for an amount equal to or greater than the 9.2 Award contract amount, or must be an insurance company domiciled in Louisiana or owned by Louisiana 9.2.1 Before award of the Contract, the successful residents. If surety is qualified other than by listing Bidder shall furnish to the Owner a copy of a on the Treasury list, the contract amount may not Disclosure of Ownership Affidavit stamped by the exceed fifteen percent of policyholders' surplus as Secretary of State and a certified copy of the shown by surety's most recent financial statements minutes of the corporation or partnership meeting filed with the Louisiana Department of Insurance which authorized the party executing the Bid to sign and may not exceed the amount of $500,000. on behalf of the Contractor. However, a Louisiana domiciled insurance company with at least an A- rating in the latest printing of the 9.2.2 Prior to signing of Contract, the successful A. M. Best's Key Rating Guide shall not be subject Bidder shall, at the time of the signing of the to the $500,000 limitation, provided that the contract Contract, execute the Non-Collusion Affidavit amount does not exceed ten percent of included in the Contract Documents and submit to policyholders' surplus as shown in the latest A. M. the Owner. Best's Key Rating Guide nor fifteen percent of policyholders' surplus as shown by surety's most 9.2.3 When this project is financed either recent financial statements filed with the Louisiana partially or entirely with State Bonds, the award of Department of Insurance. The Bond shall be signed this Contract is contingent upon the sale of bonds by by the surety's agent or attorney-in-fact. The Bond the State Bond Commission. The State shall incur shall be in favor of the New Orleans Ernest N. no obligation to the Contractor until the Contract Morial Convention Center. Between Owner and Contractor is duly executed.

7

PROCUREMENT SUBSTITUTION PROCEDURES

1.1 DEFINITIONS

A. Procurement Substitution Requests: Requests for changes in products, materials, equipment, and methods of construction from those indicated in the Procurement and Contracting Documents, submitted prior to receipt of bids.

1.2 QUALITY ASSURANCE

A. Compatibility of Substitutions: Investigate and document compatibility of proposed substitution with related products and materials. Engage a qualified testing agency to perform compatibility tests recommended by manufacturers.

1.3 PROCUREMENT SUBSTITUTIONS

A. Procurement Substitutions, General: By submitting a bid, the Bidder represents that its bid is based on materials and equipment described in the Procurement and Contracting Documents, including Addenda. Bidders are encouraged to request approval of qualifying substitute materials and equipment when the Specifications Sections list materials and equipment by product or manufacturer name.

1.4 SUBMITTALS

A. Procurement Substitution Request: Submit to Point of Contact Architect via email. Any procurement Substitution Request must be made in writing in compliance with the following requirements:

1. Requests for substitution of materials and equipment will be considered if received at least 7 working days prior to date of bid opening. 2. Submittal Format: Submit one copy of each written Procurement Substitution Request, using form bound in Project Manual.

a. Identify the product or the fabrication or installation method to be replaced in each request. Include related Specifications Sections and drawing numbers. b. Provide complete documentation on both the product specified and the proposed substitute, including the following information as appropriate:

1) Point-by-point comparison of specified and proposed substitute product data, fabrication drawings, and installation procedures. 2) Copies of current, independent third-party test data of salient product or system characteristics. 3) Samples where applicable or when requested by Architect. 4) Detailed comparison of significant qualities of the proposed substitute with those of the Work specified. Significant qualities may include attributes such as performance, weight, size, durability, visual effect, sustainable design characteristics, warranties, and specific features and requirements indicated. Indicate deviations, if any, from the Work specified.

1 PROCUREMENT SUBSTITUTION PROCEDURES 5) Material test reports from a qualified testing agency indicating and interpreting test results for compliance with requirements indicated. 6) Research reports, where applicable, evidencing compliance with building code in effect for Project, from ICC-ES. 7) Coordination information, including a list of changes or modifications needed to other parts of the Work and to construction performed by Owner and separate contractors, which will become necessary to accommodate the proposed substitute.

c. Provide certification by manufacturer that the substitute proposed is equal to or superior to that required by the Procurement and Contracting Documents, and that its in-place performance will be equal to or superior to the product or equipment specified in the application indicated. d. Bidder, in submitting the Procurement Substitution Request, waives the right to additional payment or an extension of Contract Time because of the failure of the substitute to perform as represented in the Procurement Substitution Request.

B. Architect's Action:

1. Architect may request additional information or documentation necessary for evaluation of the Procurement Substitution Request. Architect will notify all bidders of acceptance of the proposed substitute by means of an Addendum to the Procurement and Contracting Documents.

C. Architect's approval of a substitute during bidding does not relieve Contractor of the responsibility to submit required shop drawings and to comply with all other requirements of the Contract Documents.

END OF DOCUMENT

PROCUREMENT SUBSTITUTION 2 PROCEDURES SUBSTITUTION REQUEST

TO: [email protected]

PROJECT: New Orleans Morial Convention Center Linear Park

SPECIFIED ITEM:

Section Page Paragraph Description

The undersigned request consideration of the following:

PROPOSED SUBSTITUTION:

Attached data includes product description, specifications, drawings, performance and test data adequate for evaluation of the request; applicable portions of the data are clearly identified.

Attached data also includes a description of changes to the Contract Documents that the proposed substitution will required for its proper installation.

The undersigned certifies that the following paragraphs, unless modified by attachments, are correct:

1. The proposed substitution does not affect dimensions shown on Drawings. 2. The undersigned will pay for changes to the building design, including engineering design, detailing, and construction costs caused by the requested substitution. 3. The proposed substitution will have no adverse affect on other trades, the construction schedule, or specified warranty requirements. 4. Maintenance and service parts will be locally available for the proposed substitution.

The undersigned further states that the function, appearance, and quality of the proposed substitution are equivalent or superior to the specified item.

Submitted by:

Signature For use by A/E

 Approved  Approved as Noted Firm  Not Approved  Received too Late Address By

Date Date

Remarks Telephone

Email

Attachments

3 PROCUREMENT SUBSTITUTION PROCEDURES

LOUISIANA UNIFORM PUBLIC WORK BID FORM

TO: New Orleans Ernest N. Morial BID FOR: New Orleans Morial Convention Center Convention Center Linear Park 900 Convention Center Blvd. NOENMCC Project No. CO0517 New Orleans, LA 70130 NOENMCC Contract No. C-1391 (Owner to provide name and address of owner) (Owner to provide name of project and other identifying information)

The undersigned bidder hereby declares and represents that she/he; a) has carefully examined and understands the Bidding Documents, b) has not received, relied on, or based his bid on any verbal instructions contrary to the Bidding Documents or any addenda, c) has personally inspected and is familiar with the project site, and hereby proposes to provide all labor, materials, tools, appliances and facilities as required to perform, in a workmanlike manner, all work and services for the construction and completion of the referenced project, all in strict accordance with the Bidding Documents prepared by: Manning Architects / Eskew + Dumez + Ripple, A Joint Venture and dated: 16 January 2018

Bidders must acknowledge all addenda. The Bidder acknowledges receipt of the following ADDENDA: (Enter the number the Designer has assigned to each of the addenda that the Bidder is acknowledging) ______.

TOTAL BASE BID: For all work required by the Bidding Documents (including any and all unit prices designated “Base Bid” * but not alternates) the sum of:

Dollars ($ )

ALTERNATES: For any and all work required by the Bidding Documents for Alternates including any and all unit prices designated as alternates in the unit price description.

Alternate No. 1 Add Fountain; add, for the lump sum of:

Dollars ($ )

Alternate No. 2 Moving Walkway Structural Foundation System; add, for the lump sum of:

Dollars ($ )

Alternate No. 3 Moving Walkway Equipment and Above Ground Elements; add, for the lump sum of:

Dollars ($ )

NAME OF BIDDER: ADDRESS OF BIDDER:

LOUISIANA CONTRACTOR’S LICENSE NUMBER: NAME OF AUTHORIZED SIGNATORY OF BIDDER: TITLE OF AUTHORIZED SIGNATORY OF BIDDER:

SIGNATURE OF AUTHORIZED SIGNATORY OF BIDDER **: DATE: ______

* The Unit Price Form shall be used if the contract includes unit prices. Otherwise it is not required and need not be included with the form. The number of unit prices that may be included is not limited and additional sheets may be included if needed.

** If someone other than a corporate officer signs for the Bidder/Contractor, a copy of a corporate resolution or other signature authorization shall be required for submission of bid. Failure to include a copy of the appropriate signature authorization, if required, may result in the rejection of the bid unless bidder has complied with La. R.S. 38:2212(B)5.

BID SECURITY in the form of a bid bond, certified check or cashier’s check as prescribed by LA RS 38:2218.A is attached to and made a part of this bid.

LOUISIANA UNIFORM PUBLIC WORK BID FORM UNIT PRICE FORM

TO: New Orleans Ernest N. Morial BID FOR: New Orleans Morial Convention Center Convention Center Linear Park 900 Convention Center Blvd. NOENMCC Project No. CO0517 New Orleans, LA 70130 NOEMCC Contract No. C-1391

UNIT PRICES: This form shall be used for any and all work required by the Bidding Documents and described as unit prices. Amounts shall be stated in figures and only in figures. DESCRIPTION: BASE BID SCOPE NOT COVERED BY OTHER LINE ITEMS (LUMP SUM)  Base Bid or  Alt. # ____ UNIT PRICE EXTENSION (Quantity REF. NO. QUANTITY UNIT OF MEASURE UNIT PRICE times Unit Price) LS-BB 1 LUMP SUM  DESCRIPTION: CLEARING AND GRUBBING  Base Bid or  Alt. # ____ UNIT PRICE EXTENSION (Quantity REF. NO. QUANTITY UNIT OF MEASURE UNIT PRICE times Unit Price) C201(01) 1 LUMP SUM DESCRIPTION: REMOVAL AND DISPOSAL OF EXISTING PORTLAND CEMENT CONCRETE PAVEMENT  Base Bid or  Alt. # ____ UNIT PRICE EXTENSION (Quantity REF. NO. QUANTITY UNIT OF MEASURE UNIT PRICE times Unit Price) C202(52)(C) 44,500 SY DESCRIPTION: REMOVAL AND DISPOSAL OF EXISTING CONCRETE SIDEWALK OR DRIVEWAY  Base Bid or  Alt. # ____ UNIT PRICE EXTENSION (Quantity REF. NO. QUANTITY UNIT OF MEASURE UNIT PRICE times Unit Price) C202(52)(D.1) 520 SY DESCRIPTION: REMOVAL AND DISPOSAL OF EXISTING BRICK SIDEWALK OR DRIVEWAY  Base Bid or  Alt. # ____ UNIT PRICE EXTENSION (Quantity REF. NO. QUANTITY UNIT OF MEASURE UNIT PRICE times Unit Price) C202(52)(D.2) 14,500 SY DESCRIPTION: REMOVAL AND DISPOSAL OF EXISTING CONCRETE CURB  Base Bid or  Alt. # ____ UNIT PRICE EXTENSION (Quantity REF. NO. QUANTITY UNIT OF MEASURE UNIT PRICE times Unit Price) C202(52)(E) 20,550 LF

Bid Set Page 1 of 19 16-January-2018

DESCRIPTION: REMOVAL OF EXISTING ASPHALTIC CONCRETE PAVEMENT  Base Bid or  Alt. # ____ UNIT PRICE EXTENSION (Quantity REF. NO. QUANTITY UNIT OF MEASURE UNIT PRICE times Unit Price) C202(52)(G) 805 SY DESCRIPTION: SAW CUT CONCRETE PAVEMENT (UP TO 6” DEPTH (+/- ½”))  Base Bid or  Alt. # ____ UNIT PRICE EXTENSION (Quantity REF. NO. QUANTITY UNIT OF MEASURE UNIT PRICE times Unit Price) C202(55)(A) 310 LF DESCRIPTION: SAW CUT CONCRETE PAVEMENT (7” – 9” DEPTH (+/- ½”))  Base Bid or  Alt. # ____ UNIT PRICE EXTENSION (Quantity REF. NO. QUANTITY UNIT OF MEASURE UNIT PRICE times Unit Price) C202(55)(B) 840 LF DESCRIPTION: SAW CUT CONCRETE CURB  Base Bid or  Alt. # ____ UNIT PRICE EXTENSION (Quantity REF. NO. QUANTITY UNIT OF MEASURE UNIT PRICE times Unit Price) C202(55)(C) 40 LF DESCRIPTION: SAW CUT, WHEEL CUT OR SPADE CUT EXISTING ASPHALT (UP TO 8” DEPTH)  Base Bid or  Alt. # ____ UNIT PRICE EXTENSION (Quantity REF. NO. QUANTITY UNIT OF MEASURE UNIT PRICE times Unit Price) C202(56) 100 LF DESCRIPTION: ROADWAY EXCAVATION  Base Bid or  Alt. # ____ UNIT PRICE EXTENSION (Quantity REF. NO. QUANTITY UNIT OF MEASURE UNIT PRICE times Unit Price) C203(51) 15,300 CY DESCRIPTION: UNSUITABLE SUBGRADE EXCAVATION & SAND FILLING  Base Bid or  Alt. # ____ UNIT PRICE EXTENSION (Quantity REF. NO. QUANTITY UNIT OF MEASURE UNIT PRICE times Unit Price) C203(58) 1,000 CY (TRUCK MEASURE)

Bid Set Page 2 of 19 16-January-2018

DESCRIPTION: GEOTEXTILE FABRIC  Base Bid or  Alt. # ____ UNIT PRICE EXTENSION (Quantity REF. NO. QUANTITY UNIT OF MEASURE UNIT PRICE times Unit Price) C203(59) 57,500 SY DESCRIPTION: GEOGRID  Base Bid or  Alt. # ____ UNIT PRICE EXTENSION (Quantity REF. NO. QUANTITY UNIT OF MEASURE UNIT PRICE times Unit Price) C203(60) 57,500 SY DESCRIPTION: BASE COURSE  Base Bid or  Alt. # ____ UNIT PRICE EXTENSION (Quantity REF. NO. QUANTITY UNIT OF MEASURE UNIT PRICE times Unit Price) C302(51) 14,000 CY DESCRIPTION: SUBBASE COURSE  Base Bid or  Alt. # ____ UNIT PRICE EXTENSION (Quantity REF. NO. QUANTITY UNIT OF MEASURE UNIT PRICE times Unit Price) C302(53) 5,000 CY DESCRIPTION: SCARIFYING & COMPACTING ROAD BED  Base Bid or  Alt. # ____ UNIT PRICE EXTENSION (Quantity REF. NO. QUANTITY UNIT OF MEASURE UNIT PRICE times Unit Price) C306(52) 57,500 SY DESCRIPTION: TRAFFIC MAINTENANCE AGGREGATE  Base Bid or  Alt. # ____ UNIT PRICE EXTENSION (Quantity REF. NO. QUANTITY UNIT OF MEASURE UNIT PRICE times Unit Price) C402(51) 800 CY (TRUCK MEASURE) DESCRIPTION: REINFORCED CONCRETE PAVEMENT (4” THICK)  Base Bid or  Alt. # ____ UNIT PRICE EXTENSION (Quantity REF. NO. QUANTITY UNIT OF MEASURE UNIT PRICE times Unit Price) C601(54)(A) 1,600 SY

Bid Set Page 3 of 19 16-January-2018

DESCRIPTION: REINFORCED CONCRETE PAVEMENT (9” THICK)  Base Bid or  Alt. # ____ UNIT PRICE EXTENSION (Quantity REF. NO. QUANTITY UNIT OF MEASURE UNIT PRICE times Unit Price) C601(54)(I) 57,500 SY DESCRIPTION: SURCHARGE FOR HIGH EARLY STRENGTH (9” THICK)  Base Bid or  Alt. # ____ UNIT PRICE EXTENSION (Quantity REF. NO. QUANTITY UNIT OF MEASURE UNIT PRICE times Unit Price) C601(55)(I) 18,000 SY DESCRIPTION: REINFORCED CONCRETE PIPE (15”)  Base Bid or  Alt. # ____ UNIT PRICE EXTENSION (Quantity REF. NO. QUANTITY UNIT OF MEASURE UNIT PRICE times Unit Price) C701(53)(F) 4,010 LF DESCRIPTION: REINFORCED CONCRETE PIPE (18”)  Base Bid or  Alt. # ____ UNIT PRICE EXTENSION (Quantity REF. NO. QUANTITY UNIT OF MEASURE UNIT PRICE times Unit Price) C701(53)(G) 120 LF DESCRIPTION: REINFORCED CONCRETE PIPE (24”)  Base Bid or  Alt. # ____ UNIT PRICE EXTENSION (Quantity REF. NO. QUANTITY UNIT OF MEASURE UNIT PRICE times Unit Price) C701(53)(I) 565 LF DESCRIPTION: REINFORCED CONCRETE PIPE (36”)  Base Bid or  Alt. # ____ UNIT PRICE EXTENSION (Quantity REF. NO. QUANTITY UNIT OF MEASURE UNIT PRICE times Unit Price) C701(53)(M) 915 LF DESCRIPTION: REINFORCED CONCRETE PIPE (48”)  Base Bid or  Alt. # ____ UNIT PRICE EXTENSION (Quantity REF. NO. QUANTITY UNIT OF MEASURE UNIT PRICE times Unit Price) C701(53)(O) 280 LF

Bid Set Page 4 of 19 16-January-2018

DESCRIPTION: YARD DRAIN SERVICE LINE (4” PVC)  Base Bid or  Alt. # ____

UNIT PRICE EXTENSION (Quantity REF. NO. QUANTITY UNIT OF MEASURE UNIT PRICE times Unit Price) C701(57)(A) 385 LF DESCRIPTION: DRAIN HOUSE CONNECTION (UP TO 8”) FROM NEW DRAIN LINE TO BACK OF CURB  Base Bid or  Alt. # ____

UNIT PRICE EXTENSION (Quantity REF. NO. QUANTITY UNIT OF MEASURE UNIT PRICE times Unit Price) C701(70) 12 EACH DESCRIPTION: DRAIN HOUSE  Base Bid or  Alt. # ____ CONNECTION (UP TO 8”) BEYOND BACK OF CURB UNIT PRICE EXTENSION (Quantity REF. NO. QUANTITY UNIT OF MEASURE UNIT PRICE times Unit Price) C701(71) 600 LF DESCRIPTION: REMOVAL AND DISPOSAL OF EXISTING DRAIN LINES (NOT IN SAME TRENCH)  Base Bid or  Alt. # ____ INCLUDING BACKFILLING WITH RIVER SAND AND COMPACTION (6”) UNIT PRICE EXTENSION (Quantity REF. NO. QUANTITY UNIT OF MEASURE UNIT PRICE times Unit Price) C701(74)(B) 165 LF DESCRIPTION: REMOVAL AND DISPOSAL OF EXISTING DRAIN LINES (NOT IN SAME TRENCH)  Base Bid or  Alt. # ____ INCLUDING BACKFILLING WITH RIVER SAND AND COMPACTION (10”) UNIT PRICE EXTENSION (Quantity REF. NO. QUANTITY UNIT OF MEASURE UNIT PRICE times Unit Price) C701(74)(D) 195 LF DESCRIPTION: REMOVAL AND DISPOSAL OF EXISTING DRAIN LINES (NOT IN SAME TRENCH)  Base Bid or  Alt. # ____ INCLUDING BACKFILLING WITH RIVER SAND AND COMPACTION (18”) UNIT PRICE EXTENSION (Quantity REF. NO. QUANTITY UNIT OF MEASURE UNIT PRICE times Unit Price) C701(74)(G) 377 LF

Bid Set Page 5 of 19 16-January-2018

DESCRIPTION: REMOVAL AND DISPOSAL OF EXISTING DRAIN LINES (NOT IN SAME TRENCH)  Base Bid or  Alt. # ____ INCLUDING BACKFILLING WITH RIVER SAND AND COMPACTION (36”) UNIT PRICE EXTENSION (Quantity REF. NO. QUANTITY UNIT OF MEASURE UNIT PRICE times Unit Price) C701(74)(M) 930 LF DESCRIPTION: REMOVAL AND DISPOSAL OF EXISTING DRAIN LINES (NOT IN SAME TRENCH)  Base Bid or  Alt. # ____ INCLUDING BACKFILLING WITH RIVER SAND AND COMPACTION (48”) UNIT PRICE EXTENSION (Quantity REF. NO. QUANTITY UNIT OF MEASURE UNIT PRICE times Unit Price) C701(74)(O) 182 LF DESCRIPTION: NO. 1 STANDARD DRAIN MANHOLE  Base Bid or  Alt. # ____ UNIT PRICE EXTENSION (Quantity REF. NO. QUANTITY UNIT OF MEASURE UNIT PRICE times Unit Price) C702(52)(I) 90 FH DESCRIPTION: NO. 2 STANDARD BRICK DRAIN MANHOLE  Base Bid or  Alt. # ____ UNIT PRICE EXTENSION (Quantity REF. NO. QUANTITY UNIT OF MEASURE UNIT PRICE times Unit Price) C702(52)(K) 15 FH DESCRIPTION: NO. 3 STANDARD BRICK DRAIN MANHOLE  Base Bid or  Alt. # ____ UNIT PRICE EXTENSION (Quantity REF. NO. QUANTITY UNIT OF MEASURE UNIT PRICE times Unit Price) C702(52)(M) 50 FH DESCRIPTION: STANDARD DRAIN MANHOLE FOR CIRCULAR PIPE GREATER THAN 36”  Base Bid or  Alt. # ____ UNIT PRICE EXTENSION (Quantity REF. NO. QUANTITY UNIT OF MEASURE UNIT PRICE times Unit Price) C702(52)(O) 45 FH DESCRIPTION: VERTICAL CATCH BASIN  Base Bid or  Alt. # ____ UNIT PRICE EXTENSION (Quantity REF. NO. QUANTITY UNIT OF MEASURE UNIT PRICE times Unit Price) C702(53)(M) 11 EA

Bid Set Page 6 of 19 16-January-2018

DESCRIPTION: DOUBLE VERTICAL CATCH BASIN  Base Bid or  Alt. # ____ UNIT PRICE EXTENSION (Quantity REF. NO. QUANTITY UNIT OF MEASURE UNIT PRICE times Unit Price) C702(53)(N) 1 EA DESCRIPTION: 24”X30” CLEAR OPENING STANDARD DROP INLET  Base Bid or  Alt. # ____ UNIT PRICE EXTENSION (Quantity REF. NO. QUANTITY UNIT OF MEASURE UNIT PRICE times Unit Price) C702(53)(S) 68 EA DESCRIPTION: TAP-IN TO EXISTING DRAIN LINE  Base Bid or  Alt. # ____ UNIT PRICE EXTENSION (Quantity REF. NO. QUANTITY UNIT OF MEASURE UNIT PRICE times Unit Price) C702(54)(K) 14 EA DESCRIPTION: ADJUST EXISTING MANHOLE OR DROP INLET UP TO 6” WITH BRICK AND MORTAR  Base Bid or  Alt. # ____ UNIT PRICE EXTENSION (Quantity REF. NO. QUANTITY UNIT OF MEASURE UNIT PRICE times Unit Price) C702(54)(A)(1) 150 EA DESCRIPTION: ADJUST EXISTING MANHOLE OR DROP INLET OVER 6” WITH BRICK AND MORTAR  Base Bid or  Alt. # ____ UNIT PRICE EXTENSION (Quantity REF. NO. QUANTITY UNIT OF MEASURE UNIT PRICE times Unit Price) C702(54)(A)(2) 55 FH DESCRIPTION: DRAIN CLEANOUT FOR ROOF DRAINS (4”)  Base Bid or  Alt. # ____ UNIT PRICE EXTENSION (Quantity REF. NO. QUANTITY UNIT OF MEASURE UNIT PRICE times Unit Price) C702(55)(B) 39 EA DESCRIPTION: DRAIN CLEANOUT FOR ROOF DRAINS (6”)  Base Bid or  Alt. # ____ UNIT PRICE EXTENSION (Quantity REF. NO. QUANTITY UNIT OF MEASURE UNIT PRICE times Unit Price) C702(55)(C) 5 EA

Bid Set Page 7 of 19 16-January-2018

DESCRIPTION: DRAIN CLEANOUT FOR ROOF DRAINS (12”)  Base Bid or  Alt. # ____ UNIT PRICE EXTENSION (Quantity REF. NO. QUANTITY UNIT OF MEASURE UNIT PRICE times Unit Price) C702(55)(G) 8 EA DESCRIPTION: CONCRETE SIDEWALK (4” THICK)  Base Bid or  Alt. # ____ UNIT PRICE EXTENSION (Quantity REF. NO. QUANTITY UNIT OF MEASURE UNIT PRICE times Unit Price) C706(51)(A) 1,700 SY DESCRIPTION: CONCRETE DRIVEWAY (6” THICK)  Base Bid or  Alt. # ____ UNIT PRICE EXTENSION (Quantity REF. NO. QUANTITY UNIT OF MEASURE UNIT PRICE times Unit Price) C706(52)(C) 465 SY DESCRIPTION: HANDICAPPED RAMPS (CONCRETE)  Base Bid or  Alt. # ____ UNIT PRICE EXTENSION (Quantity REF. NO. QUANTITY UNIT OF MEASURE UNIT PRICE times Unit Price) C706(56) 360 SY DESCRIPTION: BRICK SIDEWALK  Base Bid or  Alt. # ____ UNIT PRICE EXTENSION (Quantity REF. NO. QUANTITY UNIT OF MEASURE UNIT PRICE times Unit Price) C706(57) 1,250 SY DESCRIPTION: RELAYING BRICK SIDEWALK  Base Bid or  Alt. # ____ UNIT PRICE EXTENSION (Quantity REF. NO. QUANTITY UNIT OF MEASURE UNIT PRICE times Unit Price) C706(58) 300 SY DESCRIPTION: 6” CONCRETE MOUNTABLE CURB (STRAIGHT, CIRCULAR, OR DEPRESSED)  Base Bid or  Alt. # ____ UNIT PRICE EXTENSION (Quantity REF. NO. QUANTITY UNIT OF MEASURE UNIT PRICE times Unit Price) C707(55) 4,150 LF

Bid Set Page 8 of 19 16-January-2018

DESCRIPTION: 6” CONCRETE BARRIER CURB (STRAIGHT, CIRCULAR, OR DEPRESSED)  Base Bid or  Alt. # ____ UNIT PRICE EXTENSION (Quantity REF. NO. QUANTITY UNIT OF MEASURE UNIT PRICE times Unit Price) C707(56) 4,325 LF DESCRIPTION: 9” CONCRETE BARRIER CURB (STRAIGHT, CIRCULAR, OR DEPRESSED)  Base Bid or  Alt. # ____ UNIT PRICE EXTENSION (Quantity REF. NO. QUANTITY UNIT OF MEASURE UNIT PRICE times Unit Price) C707(57) 3,300 LF DESCRIPTION: 9” CONCRETE BARRIER CURB AND GUTTER BOTTOM  Base Bid or  Alt. # ____ UNIT PRICE EXTENSION (Quantity REF. NO. QUANTITY UNIT OF MEASURE UNIT PRICE times Unit Price) C707(61) 160 LF DESCRIPTION: TEMPORARY SIGNS, BARRICADES, PAVEMENT MARKINGS  Base Bid or  Alt. # ____ UNIT PRICE EXTENSION (Quantity REF. NO. QUANTITY UNIT OF MEASURE UNIT PRICE times Unit Price) C713(51) 1 LUMP SUM DESCRIPTION: TRAFFIC SIGN  Base Bid or  Alt. # ____ UNIT PRICE EXTENSION (Quantity REF. NO. QUANTITY UNIT OF MEASURE UNIT PRICE times Unit Price) C729(51) 100 EA DESCRIPTION: STREET NAME SIGN ON EXISTING POST  Base Bid or  Alt. # ____ UNIT PRICE EXTENSION (Quantity REF. NO. QUANTITY UNIT OF MEASURE UNIT PRICE times Unit Price) C729(71)(A) 10 EA DESCRIPTION: STREET NAME SIGN ON NEW POST  Base Bid or  Alt. # ____ UNIT PRICE EXTENSION (Quantity REF. NO. QUANTITY UNIT OF MEASURE UNIT PRICE times Unit Price) C729(71)(B) 30 EA

Bid Set Page 9 of 19 16-January-2018

DESCRIPTION: PLASTIC PAVEMENT STRIPING (SOLID LINE) (4” WIDTH)  Base Bid or  Alt. # ____

UNIT PRICE EXTENSION (Quantity REF. NO. QUANTITY UNIT OF MEASURE UNIT PRICE times Unit Price) C732(52)(A) 40 LF DESCRIPTION: PLASTIC PAVEMENT STRIPING (SOLID LINE) (8” WIDTH)  Base Bid or  Alt. # ____ UNIT PRICE EXTENSION (Quantity REF. NO. QUANTITY UNIT OF MEASURE UNIT PRICE times Unit Price) C732(52)(C) 1,800 LF DESCRIPTION: PLASTIC PAVEMENT STRIPING (SOLID LINE) (12” WIDTH)  Base Bid or  Alt. # ____ UNIT PRICE EXTENSION (Quantity REF. NO. QUANTITY UNIT OF MEASURE UNIT PRICE times Unit Price) C732(52)(D) 110 LF DESCRIPTION: PLASTIC PAVEMENT STRIPING (SOLID LINE) (24” WIDTH)  Base Bid or  Alt. # ____ UNIT PRICE EXTENSION (Quantity REF. NO. QUANTITY UNIT OF MEASURE UNIT PRICE times Unit Price) C732(52)(E) 650 LF DESCRIPTION: PLASTIC PAVEMENT STRIPING (BROKEN/SKIP LINE) (4” WIDTH)  Base Bid or  Alt. # ____ UNIT PRICE EXTENSION (Quantity REF. NO. QUANTITY UNIT OF MEASURE UNIT PRICE times Unit Price) C732(53)(A) 7500 LF DESCRIPTION: PLASTIC PAVEMENT LEGENDS AND SYMBOLS  Base Bid or  Alt. # ____ UNIT PRICE EXTENSION (Quantity REF. NO. QUANTITY UNIT OF MEASURE UNIT PRICE times Unit Price) C732(54) 30 EA DESCRIPTION: PLASTIC PAVEMENT STRIPING REMOVAL  Base Bid or  Alt. # ____ UNIT PRICE EXTENSION (Quantity REF. NO. QUANTITY UNIT OF MEASURE UNIT PRICE times Unit Price) C732(55) 600 LF Bid Set Page 10 of 19 16-January-2018

DESCRIPTION: LOOP DETECTOR  Base Bid or  Alt. # ____ UNIT PRICE EXTENSION (Quantity REF. NO. QUANTITY UNIT OF MEASURE UNIT PRICE times Unit Price) C736(59) 1,000 LF DESCRIPTION:6” PVC NEW WATER MAIN WITH MAIN LINE FITTINGS  Base Bid or  Alt. # ____ UNIT PRICE EXTENSION (Quantity REF. NO. QUANTITY UNIT OF MEASURE UNIT PRICE times Unit Price) C741(51)(B) 305 LF DESCRIPTION:8” PVC NEW WATER MAIN WITH MAIN LINE FITTINGS  Base Bid or  Alt. # ____ UNIT PRICE EXTENSION (Quantity REF. NO. QUANTITY UNIT OF MEASURE UNIT PRICE times Unit Price) C741(51)(C)(1) 510 LF DESCRIPTION:16” PVC NEW WATER MAIN WITH MAIN LINE FITTINGS  Base Bid or  Alt. # ____ UNIT PRICE EXTENSION (Quantity REF. NO. QUANTITY UNIT OF MEASURE UNIT PRICE times Unit Price) C741(51)(F)(1) 905 LF DESCRIPTION: NEW 8” VALVE  Base Bid or  Alt. # ____ UNIT PRICE EXTENSION (Quantity REF. NO. QUANTITY UNIT OF MEASURE UNIT PRICE times Unit Price) C741(52)(C) 1 EA DESCRIPTION: NEW 16” VALVE  Base Bid or  Alt. # ____ UNIT PRICE EXTENSION (Quantity REF. NO. QUANTITY UNIT OF MEASURE UNIT PRICE times Unit Price) C741(52)(F) 3 EA DESCRIPTION: TAPPING SLEEVE & VALVE ASSEMBLY TO NEW MAIN (6”)  Base Bid or  Alt. # ____ UNIT PRICE EXTENSION (Quantity REF. NO. QUANTITY UNIT OF MEASURE UNIT PRICE times Unit Price) C741(53)(B) 8 EA Bid Set Page 11 of 19 16-January-2018

DESCRIPTION: NEW FIRE HYDRANT  Base Bid or  Alt. # ____ UNIT PRICE EXTENSION (Quantity REF. NO. QUANTITY UNIT OF MEASURE UNIT PRICE times Unit Price) C741(54) 8 EA DESCRIPTION: REPLACE 5/8” TO 1” WATER HOUSE CONNECTION WITH 1” WATER HOUSE CONNECTION  Base Bid or  Alt. # ____ FROM MAIN TO METER UNIT PRICE EXTENSION (Quantity REF. NO. QUANTITY UNIT OF MEASURE UNIT PRICE times Unit Price) C741(55)(A) 10 EA DESCRIPTION: REPLACE 1-1/2” WATER HOUSE CONNECTION FROM MAIN TO METER  Base Bid or  Alt. # ____ UNIT PRICE EXTENSION (Quantity REF. NO. QUANTITY UNIT OF MEASURE UNIT PRICE times Unit Price) C741(55)(B) 10 EA DESCRIPTION: REPLACE 2” WATER HOUSE CONNECTION FROM MAIN TO METER  Base Bid or  Alt. # ____ UNIT PRICE EXTENSION (Quantity REF. NO. QUANTITY UNIT OF MEASURE UNIT PRICE times Unit Price) C741(55)(C) 2 EA DESCRIPTION: REPLACE 4” WATER HOUSE CONNECTION FROM MAIN TO METER  Base Bid or  Alt. # ____ UNIT PRICE EXTENSION (Quantity REF. NO. QUANTITY UNIT OF MEASURE UNIT PRICE times Unit Price) C741(55)(D) 2 EA DESCRIPTION: 8” WATER LINE OFFSET UP TO 24”  Base Bid or  Alt. # ____ UNIT PRICE EXTENSION (Quantity REF. NO. QUANTITY UNIT OF MEASURE UNIT PRICE times Unit Price) C741(71)(C-01) 4 EA DESCRIPTION: 12” WATER LINE OFFSET UP TO 24”  Base Bid or  Alt. # ____ UNIT PRICE EXTENSION (Quantity REF. NO. QUANTITY UNIT OF MEASURE UNIT PRICE times Unit Price) C741(71)(E-01) 4 EA Bid Set Page 12 of 19 16-January-2018

DESCRIPTION: ADJUST WATER VALVE BOX  Base Bid or  Alt. # ____ UNIT PRICE EXTENSION (Quantity REF. NO. QUANTITY UNIT OF MEASURE UNIT PRICE times Unit Price) C741(73) 8 EA DESCRIPTION: NEW WATER VALVE MANHOLE (4” THROUGH 12” VALVES)  Base Bid or  Alt. # ____ UNIT PRICE EXTENSION (Quantity REF. NO. QUANTITY UNIT OF MEASURE UNIT PRICE times Unit Price) C741(74)(A) 1 EA DESCRIPTION: NEW WATER VALVE MANHOLE (16” THROUGH 20” VALVES)  Base Bid or  Alt. # ____

UNIT PRICE EXTENSION (Quantity REF. NO. QUANTITY UNIT OF MEASURE UNIT PRICE times Unit Price) C741(74)(B) 4 EA DESCRIPTION: ADJUST COMPLETE WATER METER BOX TO GRADE  Base Bid or  Alt. # ____ UNIT PRICE EXTENSION (Quantity REF. NO. QUANTITY UNIT OF MEASURE UNIT PRICE times Unit Price) C741(76) 16 EA DESCRIPTION: REPLACE BROKEN WATER METER BOX (5/8” TO 1”)  Base Bid or  Alt. # ____ UNIT PRICE EXTENSION (Quantity REF. NO. QUANTITY UNIT OF MEASURE UNIT PRICE times Unit Price) C741(77) 3 EA DESCRIPTION: PLUG EXISTING WATER MAIN 4” THROUGH 16” AND FILL WITH FLOWABLE FILL  Base Bid or  Alt. # ____ (SAND/CEMENT MIXTURE) UNIT PRICE EXTENSION (Quantity REF. NO. QUANTITY UNIT OF MEASURE UNIT PRICE times Unit Price) C741(78)(A) 1,500 LF DESCRIPTION: INSTALL SEWER MAINS (6” – 10.1’ TO 12’ DEEP)  Base Bid or  Alt. # ____ UNIT PRICE EXTENSION (Quantity REF. NO. QUANTITY UNIT OF MEASURE UNIT PRICE times Unit Price) C742(51)(B)(D) 25 LF Bid Set Page 13 of 19 16-January-2018

DESCRIPTION: INSTALL SEWER MAINS (8” – 0’ TO 6’ DEEP)  Base Bid or  Alt. # ____ UNIT PRICE EXTENSION (Quantity REF. NO. QUANTITY UNIT OF MEASURE UNIT PRICE times Unit Price) C742(51)(C)(A) 50 LF DESCRIPTION: INSTALL SEWER MAINS (8” – 6.1’ TO 8’ DEEP)  Base Bid or  Alt. # ____ UNIT PRICE EXTENSION (Quantity REF. NO. QUANTITY UNIT OF MEASURE UNIT PRICE times Unit Price) C742(51)(C)(B) 200 LF DESCRIPTION: INSTALL SEWER MAINS (8” – 8.1’ TO 10’ DEEP)  Base Bid or  Alt. # ____ UNIT PRICE EXTENSION (Quantity REF. NO. QUANTITY UNIT OF MEASURE UNIT PRICE times Unit Price) C742(51)(C)(C) 150 LF DESCRIPTION: INSTALL SEWER MAINS (8” – 10.1’ TO 12’ DEEP)  Base Bid or  Alt. # ____ UNIT PRICE EXTENSION (Quantity REF. NO. QUANTITY UNIT OF MEASURE UNIT PRICE times Unit Price) C742(51)(C)(D) 50 LF DESCRIPTION: INSTALL SEWER MAINS (12” – 0’ TO 6’ DEEP)  Base Bid or  Alt. # ____ UNIT PRICE EXTENSION (Quantity REF. NO. QUANTITY UNIT OF MEASURE UNIT PRICE times Unit Price) C742(51)(E)(A) 20 LF DESCRIPTION: INSTALL SEWER MAINS (12” – 6.1’ TO 12’ DEEP)  Base Bid or  Alt. # ____ UNIT PRICE EXTENSION (Quantity REF. NO. QUANTITY UNIT OF MEASURE UNIT PRICE times Unit Price) C742(51)(E)(B) 50 LF DESCRIPTION: INSTALL SEWER MAINS (15” – 0’ TO 6’ DEEP)  Base Bid or  Alt. # ____ UNIT PRICE EXTENSION (Quantity REF. NO. QUANTITY UNIT OF MEASURE UNIT PRICE times Unit Price) C742(51)(F)(A) 20 LF

Bid Set Page 14 of 19 16-January-2018

DESCRIPTION: INSTALL SEWER MAINS (15” – 6.1’ TO 12’ DEEP)  Base Bid or  Alt. # ____ UNIT PRICE EXTENSION (Quantity REF. NO. QUANTITY UNIT OF MEASURE UNIT PRICE times Unit Price) C742(51)(F)(B) 60 LF DESCRIPTION: INSTALL SEWER MANHOLE  Base Bid or  Alt. # ____ UNIT PRICE EXTENSION (Quantity REF. NO. QUANTITY UNIT OF MEASURE UNIT PRICE times Unit Price) C742(55) 80 FH DESCRIPTION: RE-CONNECT EXISTING SEWER HOUSE CONNECTION TO NEW MAIN UP TO THREE FEET  Base Bid or  Alt. # ____ UNIT PRICE EXTENSION (Quantity REF. NO. QUANTITY UNIT OF MEASURE UNIT PRICE times Unit Price) C742(61) 10 EA DESCRIPTION: REPLACE EXISTING SEWER HOUSE CONNECTION BEYOND BACK OF CURB (UP TO 6”)  Base Bid or  Alt. # ____ UNIT PRICE EXTENSION (Quantity REF. NO. QUANTITY UNIT OF MEASURE UNIT PRICE times Unit Price) C742(63)(B) 120 LF DESCRIPTION: ADJUST SEWER HOUSE CONNECTION  Base Bid or  Alt. # ____ UNIT PRICE EXTENSION (Quantity REF. NO. QUANTITY UNIT OF MEASURE UNIT PRICE times Unit Price) C742(64) 5 EA DESCRIPTION: REMOVE AND REPLACE SEWER LIFT STATION LID  Base Bid or  Alt. # ____ UNIT PRICE EXTENSION (Quantity REF. NO. QUANTITY UNIT OF MEASURE UNIT PRICE times Unit Price) C001 1 LUMP SUM DESCRIPTION: REMOVE OR ABANDON SEWER LINES IN PLACE  Base Bid or  Alt. # ____ UNIT PRICE EXTENSION (Quantity REF. NO. QUANTITY UNIT OF MEASURE UNIT PRICE times Unit Price) C002 380 LF

Bid Set Page 15 of 19 16-January-2018

DESCRIPTION: COBBLESTONE SAFETY STRIP  Base Bid or  Alt. # ____ UNIT PRICE EXTENSION (Quantity REF. NO. QUANTITY UNIT OF MEASURE UNIT PRICE times Unit Price) C003 1,610 SY DESCRIPTION: TRENCH DRAIN  Base Bid or  Alt. # ____ UNIT PRICE EXTENSION (Quantity REF. NO. QUANTITY UNIT OF MEASURE UNIT PRICE times Unit Price) C004 231 LF DESCRIPTION: TRAFFIC SIGNAL SYSTEMS (POYDRAS STREET INTERSECTION)  Base Bid or  Alt. # ____

REF. NO. QUANTITY REF. NO. QUANTITY REF. NO. C005 1 LUMP SUM DESCRIPTION: TRAFFIC SIGNAL SYSTEMS (ENTRANCE TO HARRAH’S GARAGE)  Base Bid or  Alt. # ____ UNIT PRICE EXTENSION (Quantity REF. NO. QUANTITY UNIT OF MEASURE UNIT PRICE times Unit Price) C006 1 LUMP SUM DESCRIPTION: TRAFFIC SIGNAL SYSTEMS (JULIA STREET INTERSECTION)  Base Bid or  Alt. # ____ UNIT PRICE EXTENSION (Quantity REF. NO. QUANTITY UNIT OF MEASURE UNIT PRICE times Unit Price) C007 1 LUMP SUM DESCRIPTION: TRAFFIC SIGNAL SYSTEMS (ST. JOSEPH STREET INTERSECTION)  Base Bid or  Alt. # ____ UNIT PRICE EXTENSION (Quantity REF. NO. QUANTITY UNIT OF MEASURE UNIT PRICE times Unit Price) C008 1 LUMP SUM DESCRIPTION: TRAFFIC SIGNAL SYSTEMS (CALLIOPE LAKEBOUND & MULIT-MODAL CROSSWALK  Base Bid or  Alt. # ____ INTERSECTIONS) UNIT PRICE EXTENSION (Quantity REF. NO. QUANTITY UNIT OF MEASURE UNIT PRICE times Unit Price) C009 1 LUMP SUM

Bid Set Page 16 of 19 16-January-2018

DESCRIPTION: TRAFFIC SIGNAL SYSTEMS (CALLIOPE RIVERBOUND & HOV RAMP INTERSECTIONS)  Base Bid or  Alt. # ____ UNIT PRICE EXTENSION (Quantity REF. NO. QUANTITY UNIT OF MEASURE UNIT PRICE times Unit Price) C010 1 LUMP SUM DESCRIPTION: RECTANGULAR RAPID FLASHING BEACON  Base Bid or  Alt. # ____ UNIT PRICE EXTENSION (Quantity REF. NO. QUANTITY UNIT OF MEASURE UNIT PRICE times Unit Price) C011 20 EA DESCRIPTION: CONVERT EXISTING CATCH BASIN/DROP INLET TO DRAIN MANHOLE  Base Bid or  Alt. # ____ UNIT PRICE EXTENSION (Quantity REF. NO. QUANTITY UNIT OF MEASURE UNIT PRICE times Unit Price) C012 15 EA DESCRIPTION: CONVERT EXISTING CATCH BASIN/DRAIN MANHOLE TO DROP INLET  Base Bid or  Alt. # ____ UNIT PRICE EXTENSION (Quantity REF. NO. QUANTITY UNIT OF MEASURE UNIT PRICE times Unit Price) C013 15 EA DESCRIPTION: YARD DRAIN  Base Bid or  Alt. # ____ UNIT PRICE EXTENSION (Quantity REF. NO. QUANTITY UNIT OF MEASURE UNIT PRICE times Unit Price) C014 2 EA DESCRIPTION: TRUNCATED DOMES  Base Bid or  Alt. # ____ UNIT PRICE EXTENSION (Quantity REF. NO. QUANTITY UNIT OF MEASURE UNIT PRICE times Unit Price) C015 1,300 SF DESCRIPTION: REMOVAL OF EXISTING TRAFFIC SIGNAL SYSTEMS (PER INTERSECTION)  Base Bid or  Alt. # ____ UNIT PRICE EXTENSION (Quantity REF. NO. QUANTITY UNIT OF MEASURE UNIT PRICE times Unit Price) C016 6 EA

Bid Set Page 17 of 19 16-January-2018

DESCRIPTION: SELECTIVE SITE DEMOLITION  Base Bid or  Alt. # ____ UNIT PRICE EXTENSION (Quantity REF. NO. QUANTITY UNIT OF MEASURE UNIT PRICE times Unit Price) C017 1 LUMP SUM DESCRIPTION: REMOVAL AND DISPOSAL OF EXISTING BRICK PARKING LOT PAVEMENT – LOT E  Base Bid or  Alt. # ____ UNIT PRICE EXTENSION (Quantity REF. NO. QUANTITY UNIT OF MEASURE UNIT PRICE times Unit Price) C018 4,000 SY DESCRIPTION: REMOVAL AND DISPOSAL OF EXISTING CMU WALL  Base Bid or  Alt. # ____ UNIT PRICE EXTENSION (Quantity REF. NO. QUANTITY UNIT OF MEASURE UNIT PRICE times Unit Price) C019 630 LF DESCRIPTION: REMOVAL AND DISPOSAL OF EXISTING BRIDGE PIER PROTECTION  Base Bid or  Alt. # ____ UNIT PRICE EXTENSION (Quantity REF. NO. QUANTITY UNIT OF MEASURE UNIT PRICE times Unit Price) C020 600 LF DESCRIPTION: 12” CONCRETE BARRIER CURB  Base Bid or  Alt. # ____ UNIT PRICE EXTENSION (Quantity REF. NO. QUANTITY UNIT OF MEASURE UNIT PRICE times Unit Price) C021 300 LF DESCRIPTION: NEW PVC DRAIN LINE (12”)  Base Bid or  Alt. # ____

UNIT PRICE EXTENSION (Quantity REF. NO. QUANTITY UNIT OF MEASURE UNIT PRICE times Unit Price) C022 610 LF DESCRIPTION: 24”X36” ADA COMPLIANT DROP INLET  Base Bid or Alt. # ____ REF. NO. QUANTITY UNIT OF MEASURE UNIT PRICE UNIT PRICE EXTENSION (Quantity times Unit Price) C023 21 EA

Bid Set Page 18 of 19 16-January-2018

DESCRIPTION: 12” PVC CASING FOR SEWER LINE  Base Bid or Alt. # ____

UNIT PRICE EXTENSION (Quantity REF. NO. QUANTITY UNIT OF MEASURE UNIT PRICE times Unit Price) C024 220 LF DESCRIPTION: ALTERNATE #1 (LUMP SUM)  Base Bid or  Alt. # 1____ UNIT PRICE EXTENSION (Quantity REF. NO. QUANTITY UNIT OF MEASURE UNIT PRICE times Unit Price) LS-ALT1 1 LUMP SUM DESCRIPTION: SPECIAL DROP INLET FOR 36” PIPE  Base Bid or  Alt. # 1____

REF. NO. QUANTITY UNIT OF MEASURE UNIT PRICE UNIT PRICE EXTENSION (Quantity times Unit Price) C025 3 EA

DESCRIPTION: ALTERNATE #2 (LUMP SUM)  Base Bid or  Alt. # 2____ UNIT PRICE EXTENSION (Quantity REF. NO. QUANTITY UNIT OF MEASURE UNIT PRICE times Unit Price) LS-ALT2 1 LUMP SUM DESCRIPTION: ALTERNATE #3 (LUMP SUM)  Base Bid or  Alt. # 3____ UNIT PRICE EXTENSION (Quantity REF. NO. QUANTITY UNIT OF MEASURE UNIT PRICE times Unit Price) LS-ALT3 1 LUMP SUM All quantities are estimated. The contractor will be paid based upon actual quantities as verified by the Owner.

Bid Set Page 19 of 19 16-January-2018

BID BOND

Date: KNOW ALL MEN BY THESE PRESENTS:

That of , as Principal, and , as Surety, are held and firmly bound unto the Ernest N. Morial Convention Center (Obligee), in the full and just sum of five (5%) percent of the total amount of this proposal, including all alternates, lawful money of the United States, for payment of which sum, well and truly be made, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally firmly by these presents.

Surety represents that it is listed on the current U. S. Department of the Treasury Financial Management Service list of approved bonding companies as approved for an amount equal to or greater that the amount for which it obligates itself in this instrument or that it is a Louisiana domiciled insurance company with at least an A - rating in the latest printing of the A. M. Best's Key Rating Guide. If surety qualifies by virtue of its Best's listing, the Bond amount may not exceed ten percent of policyholders' surplus as shown in the latest A. M. Best's Key Rating Guide.

Surety further represents that it is licensed to do business in the State of Louisiana and that this Bond is signed by surety's agent or attorney-in-fact. This Bid Bond is accompanied by appropriate power of attorney.

THE CONDITION OF THIS OBLIGATION IS SUCH that, whereas said Principal is herewith submitting its proposal to the Obligee on a Contract for:

______NOW, THEREFORE, if the said Contract be awarded to the Principal and the Principal shall, within such time as may be specified, enter into the Contract in writing and give a good and sufficient bond to secure the performance of the terms and conditions of the Contract with surety acceptable to the Obligee, then this obligation shall be void; otherwise this obligation shall become due and payable.

PRINCIPAL (BIDDER) SURETY

BY: BY: AUTHORIZED OFFICER-OWNER-PARTNER AGENT OR ATTORNEY-IN-FACT(SEAL)

SUPPLEMENTARY CONDITIONS

These Supplementary Conditions modify, change, delete from or add to the General Conditions of the Contract for Construction, AIA Document A201, 2007 Edition. Where any Article of the General Conditions is modified or any Section, Paragraph, Subparagraph or Clause thereof is modified or deleted by these supplements, the unaltered provisions of that Section, Article, Paragraph, Subparagraph or Clause shall remain in effect.

Articles, Sections, Paragraphs, Subparagraphs or Clauses modified or deleted have the same numerical designation as those occurring in the General Conditions.

ARTICLE 1

GENERAL PROVISIONS

1.1 BASIC DEFINITIONS

1.1.1. The Contract Documents

In Section 1.1.1 delete the third sentence, and add the following sentence: The Contract Documents shall include the Bid Documents as listed in the Instructions to Bidders and any modifications made thereto by addenda.

1.5 OWNERSHIP AND USE OF DRAWINGS, SPECIFICATIONS AND OTHER INSTRUMENTS OF SERVICE [REFER TO La R.S. 38:2317]

1.5.1 Delete the first sentence of the paragraph.

1.5.1 In the third sentence: delete the remainder after the word “publication”.

ARTICLE 2

OWNER

2.2 INFORMATION AND SERVICES REQUIRED OF THE OWNER

2.2.1 Delete this Section.

2.2.2 In the first sentence, delete: all before “the Owner shall secure”.

2.2.5 Delete Section and substitute with the following: The Contractor shall be responsible for securing and shall pay for copies of Contract Documents to use for execution of the Construction Contract.

SC 1

ARTICLE 3

CONTRACTOR

3.1 GENERAL

3.1.1 In the second sentence, delete “if required in the jurisdiction where the Project is located.”

3.2 REVIEW OF CONTRACT DOCUMENTS AND FIELD CONDITIONS BY CONTRACTOR

Delete Section 3.2.1 and substitute the following:

3.2.1 Execution of the Contract by the Contractor is a representation that the Contractor has visited the site, is familiar with the local conditions under which the Work is to be performed, and correlated personal observations with requirements of the Contract Documents.

Add the following Section:

3.2.1.1 The Contractor is to accept the area of the Work in its present condition and therefore shall carefully examine the area of the Work and determine for himself all existing conditions visually discernable and/or reasonably expected from his understanding of the Contract Documents and/or reasonably inferable from the Contract Documents or his particular knowledge of this particular type of project, and he shall be responsible for Same.

3.3 SUPERVISION AND CONSTRUCTION PROCEDURES

Add the following Section:

3.3.4 The Contractor solely shall be responsible for all grades, lines and levels and responsible for the work being within permissible limits established by survey required by Section 2.2.3.

3.4 LABOR AND MATERIALS

3.4.2 Delete this Section.

3.4.3 Delete Section 3.4.3 and substitute with the following: Contractor and its employees, officers, agents, representatives, and Subcontractors shall conduct themselves in an appropriate and professional manner, in accordance with the Owner’s requirements, at all times while working on the Project. Any such individual who behaves in an inappropriate manner or who engages in the use of inappropriate language or conduct while on Owner’s property, as determined by the Owner, in its sole discretion, shall be removed from the Project at the Owner’s request. Such individual shall not be permitted to return without the written permission of the Owner. The Owner shall not be responsible or liable to Contractor or any Subcontractor for any additional costs, expenses, losses, claims or damages incurred by Contractor or its Subcontractor as a

SC 2

result of the removal of an individual from the Owner’s property pursuant to this Section. The Contractor shall not permit employment of unfit persons or persons not properly skilled in tasks assigned to them.

3.5 WARRANTY

Add the following Section:

3.5.1 All warranties shall take effect on the date of Substantial Completion for the respective phase of the Work, or designated portion thereof which includes items covered by warranties not on the date of installation of any specific product.

3.6 TAXES

Delete Section 3.6 and substitute with the following:

3.6 No sales tax is applicable on goods and services sold to New Orleans Ernest N Morial Convention Center. This includes use tax.

3.7 PERMITS, FEES, NOTICES, AND COMPLIANCE WITH LAWS (La R.S. 40:1724[A])

Delete Section 3.7.5 and substitute the following:

3.7.5 If, during the course of the Work, the Contractor discovers human remains, unmarked burial or archaeological sites, burial artifacts, or wetlands, which are not indicated in the Contract Documents, the Contractor shall follow all procedures mandated by State and Federal law, including but not limited to L.R.S. 8:671 et seq., R.S. 49:213.1 et seq., and Sections 401 & 404 of the Federal Clean Water Act. Request for adjustment of the Contract Sum and Contract Time arising from the existence of such remains or features shall be submitted in writing to the Owner pursuant to the Contract Documents.

3.8 ALLOWANCES

Delete Sections 3.8.1, 3.8.2, and 3.8.3 in their entirety and add the following new Section 3.8.1:

3.8.1 Allowances shall not be made on any of the Work.

3.9 SUPERINTENDENT

3.9.1 Add the following to the end of the paragraph: Important communications shall be confirmed in writing. Other communications shall be similarly confirmed on written request in each case.

3.10 CONTRACTOR’S CONSTRUCTION SCHEDULES

3.10.1 Add the following: For projects with a contract sum greater than $1,000,000.00, the Contractor shall include with the schedule, for the Owner’s and Architect’s information, a network analysis to identify those tasks which are on the critical path, i.e. where any delay in the completion of these tasks will lengthen the project timescale, unless action

SC 3

is taken. A revised schedule shall be submitted with each Application and Certificate for Payment. No payment shall be made until this schedule is received.

3.10.3 Delete the word “…general…” Add the following: If the Work is not on schedule, as determined by the Architect, and the Contractor fails to take action to bring the Work on schedule, then the Contractor shall be deemed in default under this Contract and the progress of the Work shall be deemed unsatisfactory. Such default may be considered grounds for termination by the Owner for cause in accordance with 14.2.

3.10.4 Add the following: Submittal by the contractor of a schedule or other documentation showing a completion date for his Work prior to the completion date stated in the contract shall not impose any obligation or responsibility on the Owner or Architect for the earlier completion date.

3.10.5 In the event the Owner employs a commissioning consultant, the Contractor shall cooperate fully in the commissioning process and shall require all subcontractors and others under his control to cooperate. The purpose of such services shall be to ensure that all systems perform correctly and interactively according to the provisions of the Contract Documents.

3.11 DOCUMENTS AND SAMPLES AT THE SITE

Add the following: This requirement is of the essence of the contract. The Architect shall determine the value of these documents and this amount shall not be approved for payment to the Contractor until all of the listed documents are delivered to the Architect in good order, completely marked with field changes and otherwise complete in all aspects.

3.18 INDEMNIFICATION

Delete Section 3.18.1 and substitute the following:

3.18.1 To the fullest extent available by law, the Contractor covenants and agrees to immediately defend, indemnify and save harmless, and protect the Owner, separately and severally, from any and all liability claims, losses, suits, actions, demands, arbitrations, administrative proceedings, awards, judgments, pertaining to economic loss or damages, labor disputes, safety requirements, performance or nonperformance obligations, certification, property rights of third parties, personal injury, bodily injury, sickness, disease, death, or damage to or destruction of property (including loss of use thereof) which are caused in whole or in part by the acts or omissions of the contractor, which arise from or occur in connection with work undertaken or to be performed by the contractor, its subcontractors, or other third parties, or the agents or employees of any of them and its architects, contractors, subcontractors, their agents or employees, or other third parties, or the agents or employees of any of them, for this Project at the immediate outset of any such claims, losses, suits, actions, demands, arbitrations, administrative proceedings, awards, judgments, pertaining to economic loss or damages, labor disputes, safety requirements, performance or nonperformance of obligations, certification, property rights of third parties, personal injury, bodily injury, sickness, disease, death, or damage to or destruction of property (including loss of use thereof). The foregoing covenants and indemnity obligations shall apply to the fullest extent allowed by law. To the extent that the indemnity and defense obligations purport to indemnify, defend, or hold harmless, or has the effect of indemnifying, defending, or holding harmless, the

SC 4

Owner resulting from the negligence or intentional acts or omissions of the Owner, an agent or employee of the Owner, or third party over which the contractor has no control is null, void, and unenforceable.

ARTICLE 4

ARCHITECT

4.1 GENERAL

Delete Section 4.1.1 and substitute the following:

4.1.1 The term Architect, when used in the Contract Documents, shall mean the prime Designer (Architect, Engineer or Landscape Architect), or his authorized representative, lawfully licensed to practice architecture, engineering or landscape architecture in the State of Louisiana, identified as such in the Agreement and is referred to throughout the Contract Documents as if singular in number.

4.1.3 Delete the words: “as to whom the Contractor has no reasonable objection and”

4.2 ADMINISTRATION OF THE CONTRACT

4.2.1 In the first sentence, delete the phrase: “the date the Architect issues the final Certificate for Payment” and replace with the phrase “final payment is due, and with the Owner’s concurrence, from time to time during the one year period for correction of Work described in Section 12.2.”

4.2.2 In the first sentence, after the phrase: “become generally familiar with”; insert the following: “and to keep the Owner informed about.”

In the first sentence, after the phrase “portion of the Work completed”, insert the following: “to endeavor to guard the Owner against defects and deficiencies in the Work,”

4.2.10 Add the following sentence to the end of Section 4.2.10:

There shall be no restriction on the Owner having a Representative.

4.2.11 Add the following sentence to the end of Section 4.2.11:

If no agreement is made concerning the time within which interpretation required of the Architect shall be furnished in compliance with this Section 4.2, then delay shall not be recognized on account of failure by the Architect to furnish such interpretation until 15 days after written request is made for them and received by the Architect.

4.2.14 Insert the following sentence between the second and third sentences of Section 4.2.14:

If no agreement is made concerning the time within which interpretation required of the Architect shall be furnished in compliance with this Section 4.2, then delay shall not be

SC 5

recognized on account of failure by the Architect to furnish such interpretation until 15 days after written request is made for them and received by the Architect.

ARTICLE 5

SUBCONTRACTORS

5.2 AWARD OF SUBCONTRACTS AND OTHER CONTRACTS FOR PORTIONS OF THE WORK

Delete Section 5.2.1, and substitute the following:

5.2.1 Unless otherwise required by the Contract Documents, the Contractor shall furnish at the Pre-Construction Conference, to the Owner and the Architect, in writing, the names of the persons or entities (including those who are to furnish materials or equipment fabricated to a special design) proposed for each of the principal portions of the Work. No Contractor payments shall be made until this information is received.

Delete Section 5.2.2 and substitute the following:

5.2.2 The Contractor shall be solely responsible for selection and performance of all subcontractors. The Contractor shall not be entitled to claims for additional time and/or an increase in the contract sum due to a problem with performance or non- performance of a subcontractor.

Delete Subparagraph 5.2.3 and 5.2.4 and add the following:

5.2.3 The contractor shall notify the Owner when a subcontractor is to be changed and substituted with another subcontractor.

5.4 CONTINGENT ASSIGNMENT OF SUBCONTRACTS

Delete Sections 5.4.1, 5.4.2 and 5.4.3.

ARTICLE 7

CHANGES IN THE WORK

7.1 GENERAL

Add the following Sections:

7.1.4 As part of the pre-construction conference submittals, the Contractor shall submit the following prior to the Contractor’s initial request for payment:

7.1.4.1 Fixed job site overhead cost itemized with documentation to support daily rates.

7.1.4.2 Bond Premium Rate with supporting information from the General Contractor’s carrier.

SC 6

7.1.4.3 Labor Burden by trade for both Subcontractors and General Contractor. The Labor Burden shall be supported by the Worker’s Compensation and Employer’s Liability Insurance Policy Information Page. Provide for all trades.

7.1.4.4 Internal Rate Charges for all significant company owned equipment.

7.1.5 If the General Contractor fails to submit the aforementioned documentation as part of the pre-construction submittals then pay applications shall not be processed until such time as the Owner receives this information.

7.2 CHANGE ORDERS

Delete Section 7.2.1, and substitute the following Sections:

7.2.1 A Change Order is a written instrument prepared by the Architect and signed by the Owner the Architect, and the Contractor issued after execution of the Contract, authorizing a change in the Work and/or an adjustment in the Contract Sum and/or the Contract Time. The Contract Sum, the Contract Time and the Unit Price quantities may be changed only by Change Order. A Change Order signed by the Contractor indicates his agreement therewith, including the adjustment in the Contract Sum or the Contract Time. Any reservation of rights, stipulation, or other modification made on the change order by the contractor shall have no effect.

7.2.2 “Cost of the Work” for the purpose of Change Orders shall be the eligible costs required to be incurred in performance of the Work and paid by the Contractor and Subcontractors which eligible costs shall be limited to:

7.2.2.1 Actual wages paid directly to labor personnel, with a labor burden markup exclusively limited to applicable payroll taxes, worker’s compensation insurance, unemployment compensation, and social security taxes for those labor personnel performing the Work. Wages shall be the basic hourly labor rate paid an employee exclusive of fringe benefits or other employee costs. The labor burden percentage for the “Cost of the Work” is limited to categories listed herein. Employer-provided health insurance, fringe benefits, employee training (whether a requirement of employment or not), vacation pay, etc., are examples of ineligible labor burden costs which shall not be included, as these costs are already compensated by the Overhead and Profit markup.

Supervision shall not be included as a line item in the “Cost of the Work”, except when the change results in a documented delay in the critical path, as described in Section 7.2.7. 7.2.2.2 Cost of all materials and supplies necessary and required to perform the Work, including the identification of each item and its individual cost, including taxes. Incidental consumables are not eligible costs and shall not be included.

7.2.2.3 Cost of each necessary piece of machinery and equipment required to perform the Work, identifying each item and its individual cost. Incidental small tools of a specific trade (i.e., shovels, saws, hammers, air compressors, etc.,) and general use vehicles, such as pickup trucks even for moving items around the site, fuel

SC 7

for these general use vehicles, travel, lodging, and/or meals are not eligible and shall not be included.

7.2.2.4 Eligible Insurance costs shall be limited to documented increases in “Builder’s Risk” insurance premium / costs only. Commercial General Liability, Automobile Liability, and all other required insurances, where referenced in the Contract shall be considered part of normal overhead. These costs are already compensated by the Overhead and Profit markup.

7.2.2.5 Cost for the General Contractor Performance and Payment Bond premium, where the documented cost of the premiums have been increased due to the Change Order.

7.2.3 Overhead and Profit - The Contractor and Subcontractor shall be due home office fixed overhead and profits on the Cost of the Work, but shall not exceed a total of 16% of the direct cost of any portion of Work.

The credit to the Owner resulting from a change in the Work shall be the sum of those items above, except credit shall not be required for Overhead and Profit on Lump Sum items. Contractor acknowledges and agrees that unit prices are totally inclusive of all costs and changes to compensation. Consequently, deductive change orders for unit price items resulting in reduced quantities shall include a corresponding deduction for Contractor’s profit and overhead on the unit price item for the reduced, or eliminated, quantity. When both additions and credits covering related Work or substitutions are involved in a change, the allowance for overhead and profit shall be figured on the basis of net increase, if any, with respect to that change.

7.2.4 The cost to the Owner resulting from a change in the Work shall be the sum of: Cost of the Work (as defined at Section 7.2.2) and Overhead and Profit (as defined at Section 7.2.3), and shall be computed as follows:

7.2.4.1 When all of the Work is General Contractor Work; 8% markup on the Cost of the Work.

7.2.4.2 When the Work is all Subcontract Work; 8% markup on the Cost of the Work for Subcontractor’s Overhead and Profit, plus 8% markup on the Cost of the Work, not including the Subcontractor’s Overhead and Profit markup, for General Contractor’s Overhead and Profit.

7.2.4.3 When the Work is a combination of General Contractor Work and Subcontract Work; that portion of the direct cost that is General Contract Work shall be computed per Section 7.2.4.1 and that portion of the direct cost that is Subcontract Work shall be computed per Section 7.2.4.2. Premiums for the General Contractor’s bond may be included, but after the markup is added to the Cost of the Work. Premiums for the Subcontractor’s Bond shall not be included.

7.2.4.4 Subcontract cost shall consist of the items in 7.2.2 above plus Overhead and Profit as defined in 7.2.3.

SC 8

7.2.5 Before a Change Order is prepared, the Contractor shall prepare and deliver to the Architect the following information concerning the Cost of the Work, not subject to waiver, within a reasonable time after being notified to prepare said Change Order:

A detailed, itemized list of labor, material and equipment costs for the General Contractor’s Work including quantities and unit costs for each item of labor, material and equipment.

An itemized list of labor, material and equipment costs for each Subcontractor’s and/or Sub-Subcontractor’s Work including quantities and unit costs for each item of labor, material and equipment.

7.2.6 After a Change Order has been approved, no future requests for extensions of time or additional cost shall be considered for that Change Order.

7.2.7 Extended fixed job-site costs are indirect costs that are necessary to support the work in the field. Examples of fixed job-site costs are field office rental, salaries of field office staff, field office utilities and telephone.

Extended fixed job-site costs or equitable adjustment, may be included in a Change Order due to a delay in the critical path, with the exception of weather related delays. In the event of a delay in the critical path, the Contractor shall submit all changes or adjustments to the Contract Time within twenty-one (21) days of the event giving rise to the delay. The Contractor shall submit documentation and justification for the adjustment by performing a critical path analysis of its most recent schedule in use prior to the change, which shows an extension in critical path activities.

The Contractor shall notify the Architect in writing that the Contractor is making a claim for extended fixed job-site overhead as required by Section 15.1.2. The Contractor shall provide proof that the Contractor is unable to mitigate financial damages through Alternate Work within this Contract or replacement work. “Replacement Work” is that work which the Contractor is obligated to perform under any construction contract separate from this Contract. Reasonable proof shall be required by the Architect that the delays affected the Completion Date.

7.2.8 “Cost of the Work” whether General Contractor cost or Subcontract cost shall not apply to the following:

7.2.8.1 Salaries or other compensation of the Contractor’s personnel at the Contractor’s principal office and branch offices.

7.2.8.2 Any part of the Contractor’s capital expenses, including interest on the Contractor’s capital employed for the Work.

7.2.8.3 Overhead and general expenses of any kind or the cost of any item not specifically and expressly included above in Cost of the Work.

7.2.8.4 Cost of supervision, refer to Section 7.2.2.1, with exception as provided in Section 7.2.7.

SC 9

7.2.9 When applicable as provided by the Contract, the cost to Owner for Change Orders shall be determined by quantities and unit prices. The quantity of any item shall be as submitted by the Contractor and approved by the Architect. Unit prices shall cover all costs associated with each line item as described in Section 012200 “Measurement and Payment.”

7.3 CONSTRUCTION CHANGE DIRECTIVES

7.3.3 In the first sentence after “following methods” add: “, but not to exceed a specified amount.”

7.3.7 Delete the following from .1 of the list: “fringe benefits required by agreement or custom,”

Delete the following from .5 of the list: “and field office personnel”

Delete Section 7.3.9 and substitute the following:

7.3.9 Pending final determination of the total costs of a Construction Change Directive to the Owner, amounts not in dispute for such changes in the Work shall be included in Applications for Payment accompanied by a Change Order indicating the parties’ agreement with part or all of such costs.

ARTICLE 8

TIME

8.1 DEFINITIONS

Add the following:

8.1.5 The Contract Time shall not be changed by the submission of a schedule that shows an early completion date unless specifically authorized by change order.

8.2 PROGRESS AND COMPLETION

Add to Section 8.2.1 the following:

Completion of the Work must be within the Time for Completion stated in the Agreement, subject to such extensions as may be granted under Section 8.3. The Contractor agrees to commence Work not later than fourteen (14) days after the transmittal date of Written Notice to Proceed from the Owner and to substantially complete the project within the time stated in the Contract. The Owner will suffer financial loss if the project is not substantially complete in the time set forth in the Contract Documents. The Contractor and the Contractor’s Surety shall be liable for and shall pay to the Owner the sum stated in the Contract Documents as fixed, agreed and liquidated damages for each consecutive calendar day (Saturdays, Sundays and holidays included) of delay until the Work is substantially complete. The Owner shall be entitled to the sum stated in the Contract Documents. Such Liquidated Damages shall be withheld by the Owner from the amounts due the Contractor for progress payments.

Delete Subparagraph 8.2.2

SC 10

8.3 DELAYS AND EXTENSIONS OF TIME

8.3.1 In the first sentence after the words “Owner pending: delete the words: “mediation and arbitration” and add the word “litigation,” and delete the last word “determine” and add the following: “recommend, subject to Owner’s approval of Change Order. If the claim is not made within the limits of Article 15, all right for future claims for that month are waived.”

Add the following Section:

8.3.1.2 If pile driving or earthwork operations are interrupted by order of the Corps of Engineers or Levee Board, due to river stages exceeding elevation (plus) 11.0 N.G.V.D. at the Carrollton gauge, extension of time will be granted for each day lost for this cause.

Delete Section 8.3.3 and substitute the following:

8.3.3 Contractor shall not be entitled to, and hereby expressly waives recovery of, any monetary damages suffered by reason of delays of any nature, and extensions of time shall constitute the sole liability of Owner and Contractor’s sole remedy for delays.

ARTICLE 9

PAYMENTS AND COMPLETION

Delete Section 9.2 and substitute the following:

9.2 SCHEDULE OF VALUES At the Pre-Construction Conference, the Contractor shall submit to the Owner and the Architect a Schedule of Values prepared as follows:

9.2.1 AIA Document G703 shall be used. If applicable, the cost of Work for each section listed under each division, shall be given. The cost for each section shall include Labor, Materials, Overhead and Profit.

9.2.2 The Total of all items shall equal the Total Contract Sum. This schedule, when approved by the Architect, shall be used as a basis for the Contractor’s Applications for Payment and it may be used for determining the cost of the Work in deductive change orders, when a specific item of Work listed on the Schedule of Values is to be removed. Once the Schedule of Values is submitted at the Pre-Construction Conference, the schedule shall not be modified without approval from the Owner and Architect.

9.3 APPLICATIONS FOR PAYMENT

Delete Sections 9.3.1 and clause 9.3.1.1 and 9.3.1.2 and substitute the following:

9.3.1 Monthly, the Contractor shall submit to the Architect an Application & Certificate for Payment on the AIA Document G702-1992, accompanied by AIA Document G703-1992, and supported by any additional data substantiating the Contractor’s right to payment as the Owner or the Architect may require. Application for Payment shall be submitted on

SC 11

or about the first of each month for the value of labor and materials incorporated into the Work and of materials, suitably stored, at the site as of the twenty-fifth day of the preceding month, less normal retainage as follows, per La R.S. 38:2248:

9.3.1.1 Projects with Contract price up to $500,000.00 – 10% of the Contract price.

9.3.1.2 Projects with Contract price of $500,000.00, or more – 5% of the Contract price.

9.3.1.3 No payment shall be made until the revised schedule required by Section 3.10.1 is received.

9.3.1.4 The normal retainage shall not be due the Contractor until after substantial completion and expiration of the forty-five day lien period and submission to the Architect of a clear lien certificate, consent of surety and invoice for retainage.

Delete Section 9.3.2 and substitute the following:

9.3.2 Unless otherwise provided in the Contract Documents, payments shall be made on account of materials and equipment delivered and suitably stored at the site for subsequent incorporation in the Work. Payments for materials or equipment stored on the site shall be conditioned upon submission by the Contractor of bills of sale or such other procedures satisfactory to the Owner to establish the Owner’s title to such materials and equipment or otherwise protect the Owner’s interest, including applicable insurance.

9.5 DECISIONS TO WITHHOLD CERTIFICATION

Section 9.5.1.7: Delete the word “repeated”.

Delete Section 9.5.3

9.6 PROGRESS PAYMENTS

Delete Section 9.6.1 and substitute the following:

9.6.1 After the Architect has issued a Certificate for Payment, the Owner shall make payment within twenty days except for projects funded fully or in part by a Federal reimbursement program. For such projects the Owner will make payment in a timely manner consistent with reimbursement.

9.6.2 Delete the phrase: “no later than seven days” from the first sentence.

After the end of the second sentence, add the following:

La R.S. 9:2784 (A) and (C) require a Contractor or Subcontractor to make payment due to each Subcontractor and supplier within fourteen (14) consecutive days of the receipt of payment from the Owner. If not paid, a penalty in the amount of ½ of 1% per day is due, up to a maximum of 15% from the expiration date until paid. The contractor or subcontractor, whichever is applicable, is solely responsible for payment of a penalty.

SC 12

9.6.4 Delete the first two sentences of Section 9.6.4 and add the following to the end of the Section:

Pursuant to La. R.S. 38:2242, when the Owner receives any claim of nonpayment arising out of the Contract, the Owner shall deduct 125% of such claim from the Contract Sum. The Contractor, or any interested party, may deposit security, in accordance with La. R.S. 38:2242.2, guaranteeing payment of the claim with the recorder of mortgages of the parish where the Work has been done. When the Owner receives original proof of such guarantee from the recorder of mortgages, the claim deduction will be added back to the Contract Sum.

9.7 FAILURE OF PAYMENT

Delete Subparagraph 9.7

Delete Section 9.8 and substitute the following:

9.8 SUBSTANTIAL COMPLETION

9.8.1 Substantial Completion is the stage in the progress of the Work when the Work is sufficiently complete in accordance with the Contract Documents so that the Owner can occupy or utilize the Work for its intended use. The Architect shall determine if the project is substantially complete in accordance with this Section.

9.8.2 When the Contractor considers that the Work is Substantially Complete, the Contractor shall - notify the Architect that the project is ready for inspection by the State Fire Marshal's Office; submit to the Owner and confirm Owner's receipt of the executed Roofing Contractor's and Roofing Manufacturer's guarantees, where roofing work is part of the Contract; and prepare and submit to the Architect a comprehensive list of items to be completed or corrected prior to final payment. Failure to include an item on such list does not alter the responsibility of the Contractor to complete all Work in accordance with the Contract Documents.

9.8.3 Upon receipt of the Contractor’s list, the Architect shall make an inspection to determine whether the Work is substantially complete. A prerequisite to the Work being considered as substantially complete is the Owner’s receipt of the executed Roofing Contractor’s and Roofing Manufacturer’s guarantees, where roofing Work is part of the Contract. Prior to inspection by the Architect, the Contractor shall notify the Architect that the project is ready for inspection by the State Fire Marshal’s office. If the Architect’s inspection discloses any item, whether or not included on the Contractor’s list, which is not sufficiently complete in accordance with the Contract Documents so that the Owner can occupy or utilize the Work for its intended use, the Contractor shall, before the Work can be considered as Substantially Complete, complete or correct such item upon notification by the Architect. In such case, the Contractor shall then submit a request for another inspection by the Architect to determine Substantial Completion.

9.8.4 When the Architect determines that the project is Substantially Complete, he shall prepare a punch list of exceptions and the dollar value related thereto. The monetary value assigned to this list will be the sum of the cost estimate for each particular item of Work the Architect develops based on the mobilization, labor, material and equipment costs of correcting the item and shall be retained from the monies owed the contractor,

SC 13

above and beyond the standard lien retainage. The cost of these items shall be prepared in the same format as the schedule of values. At the end of the forty-five day lien period payment shall be approved for all punch list items completed up to that time. After that payment, none of the remaining funds shall be due the contractor until all punch list items are completed and are accepted by the Architect. If the dollar value of the punch list exceeds the amount of funds, less the retainage amount, in the remaining balance of the Contract, then the Project shall not be considered as substantially complete. If funds remaining are less than that required to complete the Work, the Contractor shall pay the difference.

9.8.5 When the preparation of the punch list is complete the Architect shall prepare a Recommendation of Acceptance incorporating the punch list and submit it to the Owner. Upon approval of the Recommendation of Acceptance, the Owner may issue a Notice of Acceptance of Building Contract which shall establish the Date of Substantial Completion. The Contractor shall record the Notice of Acceptance with the Clerk of Court in the Parish in which the Work has been performed. If the Notice of Acceptance has not been recorded seven (7) days after issuance, the Owner may record the Acceptance at the Contractor’s expense. All additive change orders must be processed before issuance of the Recommendation of Acceptance. The Owner shall not be responsible for payment for any Work associated with change orders that is not incorporated into the contract at the time of the Recommendation of Acceptance.

9.8.6 Warranties required by the Contract Documents shall commence on the date of Acceptance of the Work unless otherwise agreed to in writing by the Owner and Contractor. Unless otherwise agreed to in writing by the Owner and Contractor, security, maintenance, heat, utilities, damage to the Work not covered by the punch list and insurance shall become the Owner’s responsibility on the Date of Substantial Completion.

9.8.7 If all punch list items have not been completed by the end of the forty-five (45) day lien period, through no fault of the Architect or Owner, the Owner may hold the Contractor in default. If the Owner finds the Contractor is in default, the Surety shall be notified. If within forty-five (45) days after notification, the Surety has not completed the punch list, through no fault of the Architect or Owner, the Owner may, at his option, contract to have the balance of the Work completed and pay for such Work with the unpaid funds remaining in the Contract sum. Finding the Contractor in default may constitute a reason for disqualification of the Contractor from bidding on future projects let by the Owner. If the surety fails to complete the punch list within the stipulated time period, the Owner may not accept bonds submitted, in the future, by the surety.

9.9 PARTIAL OCCUPANCY OR USE

Delete Section 9.9.1 and substitute the following:

9.9.1 Partial Occupancy is that stage in the progress of the Work when a designated portion of the Work is sufficiently complete in accordance with the Contract Documents so the Owner can occupy or utilize the designated portion of the Work for its intended use. The Owner may occupy or use any substantially completed portion of the Work so designated by separate agreement with the Contractor and authorized by public authorities having jurisdiction over the Work. Such occupancy or use may commence provided the Owner

SC 14

and Contractor have accepted in writing the responsibilities assigned to each of them for payments, if any, security, maintenance, heat, utilities, damage to the Work and insurance, and have agreed in writing concerning the period for correction of the Work and commencement of warranties required by the Contract Documents. When the Contractor considers the designated portion substantially complete the Contractor shall prepare and submit a list to the Architect as provided under Section 9.8.2. Consent of the Contractor to partial occupancy or use shall not be unreasonably withheld.

9.10 FINAL COMPLETION AND FINAL PAYMENT

9.10.1 After the first sentence, add the following:

If the Architect does not find the Work acceptable under the Contract Documents, the Architect shall make one additional inspection; if the Work is still not acceptable, the Architect, and each of the Architect’s principal consultants, shall be paid $175.00/hour for their time at the project site, for each additional inspection, to be withheld from the unpaid funds remaining in the Contract sum. The payment shall be made by the Owner and deducted from the construction contract funds.

Delete Section 9.10.4 and replace with the following:

9.10.4 The making of final payment shall not constitute a waiver of claims by the Owner for the following:

9.10.4.1 Claims, security interests or encumbrances arising out of the Contract and unsettled;

9.10.4.2 Failure of the Work to comply with the requirements of the Contract Documents irrespective of when such failure is discovered; or

9.10.4.3 Terms of special warranties required by the Contract Documents.

ARTICLE 10

PROTECTION OF PERSONS AND PROPERTY

10.2 SAFETY OF PERSONS AND PROPERTY

10.2.2 In the first sentence, between the words: “bearing on” and “safety”, add the words: “the health and,”

10.3 HAZARDOUS MATERIALS

10.3.1 In the first sentence after (PCB) add: “or lead”

10.3.2 After the first sentence, delete all remaining sentences.

Add at the end: “The Contract time shall be extended appropriately.”

SC 15

Delete Section 10.4 and substitute the following:

10.4 EMERGENCIES

In an emergency affecting the safety of persons or property, the Contractor shall notify the Owner and Architect immediately of the emergency, simultaneously acting at his discretion to prevent damage, injury or loss. Any additional compensation or extension of time claimed by the Contractor on account of emergency Work shall be determined as provided in Article 7 and Article 15.

ARTICLE 11

INSURANCE AND BONDS

Delete Sections 11.1, 11.2, 11.3 and 11.4 and substitute the following:

INSURANCE REQUIREMENTS FOR NEW CONSTRUCTION, ADDITIONS AND RENOVATIONS

11.1 CASUALTY INSURANCE COVERAGES

11.1.1 The Contractor shall purchase and maintain without interruption for the duration of the contract insurance against claims for injuries to persons or damages to property which may arise from or in connection with the performance of the Work hereunder by the Contractor, its agents, representatives, employees or subcontractors. The duration of the contract shall be from the inception of the contract until the date of final payment.

11.2 MINIMUM SCOPE AND LIMITS OF INSURANCE

11.2.1 Worker’s Compensation

Worker’s Compensation insurance shall be provided in compliance with Louisiana statutory requirements. Employers Liability will be included with a minimum limit of $1,000,000 per accident/per disease/per employee. If Work is to be performed over water and/or involves maritime exposure, applicable LHWCA, Jones Act or other maritime coverage shall be included.

11.2.2 Commercial General Liability

Commercial General Liability insurance, including Personal and Advertising Injury Liability and Products and Completed Operations Liability, shall have a minimum limit per occurrence based on the project value. The Insurance Services Office (ISO) Commercial General Liability occurrence coverage form CG 00 01 ISO 2007 version, is to be used in the policy. Claims-made form is unacceptable.

The aggregate loss limit must apply to each project. ISO form CG 25 03 (current form approved for use in Louisiana), or equivalent, shall also be submitted. The State project number, including part number, and project name shall be included on this endorsement.

SC 16

COMBINED SINGLE LIMIT (CSL) PER OCCURRENCE

Projects over Type of Projects $1,000,000 up to Projects over Construction up to $1,000,000 _$10,000,000__ $10,000,000

New Buildings: Each Occurrence Minimum Limit $1,000,000 $2,000,000 $4,000,000

Per Project Aggregate $2,000,000 $4,000,000 $8,000,000

Renovations: The building(s) value for the Project is $______.

Each Occurrence Minimum Limit $1,000,000** $2,000,000** $4,000,000**

Per Project Aggregate 2 times per 2 times per 2 times per occur limit** occur limit** occur limit**

**While the minimum Combined Single Limit of $1,000,000 is required for any renovation, the limit is calculated by taking 10% of the building value and rounding it to the nearest $1,000,000 to get the insurance limit. Example: Renovation on a $33,000,000 building would have a calculated $3,000,000 combined single limit of coverage (33,000,000 times .10 = 3,300,000 and then rounding down to $3,000,000). If the calculated limit is less than the minimum limit listed in the above chart, then the amount needed is the minimum listed in the chart. Maximum per occurrence limit required is $10,000,000 regardless of building value. The per project aggregate limit is then calculated as twice the per occurrence limit.

11.2.3 Automobile Liability

Automobile Liability Insurance shall have a minimum combined single limit per occurrence of $1,000,000. ISO form number CA 00 01 (current form approved for use in Louisiana), or equivalent, is to be used in the policy. This insurance shall include third- party bodily injury and property damage liability for owned, hired and non-owned automobiles.

11.2.4 Excess or Umbrella

Excess or Umbrella Insurance may be used to meet the minimum requirements for General Liability and Automobile Liability only.

11.2.5 Builder’s Risk

Builder’s Risk Insurance shall be in an amount equal to the amount of the construction contract including any amendments and shall be upon the entire Work included in the contract. The policy shall provide all risk coverage including flood and earthquake. The policy must include architects’ and engineers’ fees necessary to provide plans, specifications and supervision of Work for the repair and/or replacement of property

SC 17

damage caused by a covered peril, not to exceed 10% of the cost of the repair and/or replacement.

If flood is included in the builder’s risk insurance policy, then the sub-limit shall not be less than ten percent (10%) of the total contract cost per occurrence. If flood is purchased as a separate policy, the limit shall be ten percent (10%) of the total contract cost per occurrence (with a max of $500,000 if NFIP).

The policy must include coverage for the Owner, Contractor and any subcontractors as their interests may appear.

11.2.6 Pollution Liability (required when asbestos or other hazardous material abatement is included in the contract; and/or when work is being done near a waterway; and/or when digging or any pile driving is part of the contract.)

Pollution Liability insurance, both third party and first party cleanup, including gradual release as well as sudden and accidental, shall have a minimum limit of not less than $1,000,000 per claim. A claims-made form will be acceptable. A policy period inception date of no later than the first day of anticipated Work under this contract and an expiration date of no earlier than 30 days after anticipated completion of all Work under the contract shall be provided. There shall be an extended reporting period of at least 24 months, with full reinstatement of limits, from the expiration date of the policy if the policy is not renewed. The policy shall not be cancelled for any reason, except non- payment of premium.

11.2.7 Deductibles and Self-Insured Retentions

Any deductibles or self-insured retentions must be declared to and accepted by the Owner. The Contractor shall be responsible for all deductibles and self-insured retentions.

11.3 OTHER INSURANCE PROVISIONS

11.3.1 The policies are to contain, or be endorsed to contain, the following provisions:

11.3.1.1 Worker’s Compensation and Employers Liability Coverage

11.3.1.1.1 To the fullest allowed by law, the insurer shall agree to waive all rights of subrogation against the Owner, its officers, agents, employees and volunteers for losses arising from Work performed by the Contractor for the Owner.

11.3.1.2 Commercial General Liability Coverage

11.3.1.2.1 The Owner, its officers, agents, employees and volunteers are to be added as Additional Insureds as respects liability arising out of activities performed by or on behalf of the Contractor; products and completed operations of the Contractor, premises owned, occupied or used by the Contractor. ISO Form CG 20 10 (for ongoing work) AND CG 20 37 (for completed work) (current forms approved for

SC 18

use in Louisiana), or equivalent, are to be used. A waiver of subrogation shall be provided in favor of the Owner, its officers, agents, employees and volunteers.

11.3.1.2.2 The Contractor’s insurance shall be primary as respects the Owner, its officers, agents, employees and volunteers for any and all losses that occur under the contract. The coverage shall contain no special limitations on the scope of protection afforded to the Owner, its officers, officials, employees or volunteers. Any insurance or self- insurance maintained by the Owner shall be excess and non- contributory of the Contractor’s insurance.

11.3.1.4 All Coverages

11.3.1.4.1 Notice of cancellation shall be provided in accordance with policy provisions. Notifications shall comply with the standard cancellation provisions in the Contractor’s policy. In addition, Contractor is required to notify Agency of policy cancellations or reductions in limits.

11.3.1.4.2 Neither the acceptance of the completed Work nor the payment thereof shall release the Contractor from the obligations of the insurance requirements or indemnification agreement.

11.3.1.4.3 The insurance companies issuing the policies shall have no recourse against the Owner for payment of premiums, retentions/deductibles or for any type of assessments under any form of the policies.

11.3.1.4.4 Any failure of the Contractor to comply with reporting provisions of the policy shall not affect coverage provided to the Owner, its officers, agents, employees and volunteers.

11.3.2 Acceptability of Insurers

All required insurance shall be provided by a company or companies lawfully authorized to do business in the jurisdiction in which the Project is located. Insurance shall be placed with insurers with an a current A.M. Best’s rating of A-VII or higher.

If at any time an insurer issuing any such policy does not meet the minimum A.M. Best rating, the Contractor shall obtain a policy with an insurer that meets the current A.M. Best rating requirement and shall submit another certificate of insurance within 30 days.

11.3.3 Verification of Coverage

Contractor shall furnish the Owner with Certificates of Insurance reflecting proof of required coverage. The Certificates are to be received and approved by the Owner before Work commences and upon any contract renewal or insurance policy renewal thereafter. The Certificate Holder must be listed as follows:

SC 19

Ernest N. Morial New Orleans Exhibition Hall Authority, New Orleans Public Facility Management, Inc., and Ernest N. Morial Convention Center - New Orleans City of New Orleans 900 Convention Center Boulevard New Orleans Louisiana 70130

Attn: Project # CO0571

The Owner reserves the right to request complete certified copies of all required insurance policies at any time.

Upon failure of the Contractor to furnish, deliver and maintain required insurance, this contract, at the election of the Agency, may be suspended, discontinued, or terminated. Failure of the Contractor to purchase and/or maintain any required insurance shall not relieve the Contractor from any liability or indemnification under the contract.

If the Contractor does not meet the insurance requirements at policy renewal, at the option of the Owner, payment to the Contractor may be withheld until the requirements have been met, OR the Owner may pay the renewal premium and withhold such payment from any monies due the Contractor, OR the contract may be suspended or terminated for cause.

11.3.4 Subcontractors

Contractor shall include all subcontractors as insureds under its policies OR shall be responsible for verifying and maintaining the certificates provided by each subcontractor. Subcontractors shall be subject to all of the requirements stated herein. The Owner reserves the right to request copies of subcontractor’s certificates at any time.

If Contractor does not verify subcontractors’ insurance as described above, Owner has the right to withhold payments to the Contractor until the requirements have been met.

11.3.5 Worker’s Compensation Indemnity

In the event Contractor is not required to provide Worker’s compensation coverage, the parties hereby agree the Contractor, its Owners, agents and employees shall have no cause of action against, and shall not assert a claim against, the Owner, its departments, agencies, agents and employees as an employer, whether pursuant to the Louisiana Worker’s Compensation Act or otherwise, under any circumstance. The parties also hereby agree that the Owner, its departments, agencies, agents and employees shall in no circumstance be, or considered as, the employer or statutory employer of Contractor, its Owners, agents and employees. The parties further agree that Contractor is a wholly independent Contractor and is exclusively responsible for its employees, Owners, and agents. Contractor hereby agrees to protect, defend, indemnify and hold the Owner, its departments, agencies, agents and employees harmless from any such assertion or claim that may arise from the performance of this contract.

11.3.6 Indemnification/Hold Harmless Agreement

Contractor agrees to protect, defend, indemnify, save, and hold harmless, the Owner, its officers, agents, servants, employees and volunteers, from and against any and all claims,

SC 20

damages, expenses and liability arising out of injury or death to any person or the damage, loss or destruction of any property which may occur, or in any way grow out of, any act or omission of Contractor, its agents, servants and employees, or any and all costs, expenses and/or attorney fees incurred by Contractor as a result of any claims, demands, suits or causes of action, except those claims, demands, suits or causes of action arising out of the negligence of the Owner, its officers, agents, servants, employees and volunteers.

Contractor agrees to investigate, handle, respond to, provide defense for and defend any such claims, demands, suits or causes of action at its sole expense and agrees to bear all other costs and expenses related thereto, even if the claims, demands, suits, or causes of action are groundless, false or fraudulent. The Owner may, but is not required to, consult with the Contractor in the defense of claims, but this shall not affect the Contractor’s responsibility for the handling and expenses of all claims.

11.4 PERFORMANCE AND PAYMENT BOND

Add the following Section 11.4.3:

11.4.3 Recordation of Contract and Bond [La R.S. 38:2241 thru 38:2241.1]

The Owner shall record within thirty (30) days the Contract Between Owner and Contractor and Performance and Payment Bond with the Clerk of Court in the Parish in which the Work is to be performed.

11.5 OWNER RESERVES THE RIGHT TO IMPLEMENT INSURANCE PROGRAM

The Owner is considering the implementation of an Owner Controlled Insurance Program (OCIP) as an alternative to contractor-provided General Liability, Excess Liability, Pollution Liability and stand-alone Builders Risk for all contractors and subcontractors participating in this project. If an OCIP is implemented, then: (1) the Contractor and its subcontractors will be required, enroll in this program and follow the procedures to be provided in the OCIP manual, which shall become part of the Contractor’s contractual requirements; (2) the cost of insurance coverages for the applicable lines will be deducted and removed from the contract price; and (3) the remaining insurance coverage requirements, such as Workers’ Compensation and Auto Liability, remain required and unchanged.

ARTICLE 12

UNCOVERING AND CORRECTION OF WORK

12.2 CORRECTION OF WORK

12.2.1 Before or After Substantial Completion

At the end of the paragraph, add the following sentences: “If the Contractor fails to correct Work identified as defective within a thirty (30) day period, through no fault of the Designer, the Owner may hold the Contractor in default. If the Owner finds the Contractor in default, the Surety shall be notified. If within thirty (30) days after notification, the Surety has not corrected the nonconforming Work, through no fault of

SC 21

the Architect or Owner, the Owner may contract to have nonconforming Work corrected and hold the Surety and Contractor responsible for the cost, including architectural fees and other indirect costs. If the Surety fails to correct the Work within the stipulated time period and fails to meet its obligation to pay the costs, the Owner may elect not to accept bonds submitted in the future by the Surety. Finding the Contractor in default shall constitute a reason for disqualification of the Contractor from bidding on future projects let by the Owner.

12.2.2 After Substantial Completion

12.2.2.1 At the end of the paragraph delete the last sentence and add the following sentences: If the Contractor fails to correct nonconforming Work, or Work covered by warranties, within a thirty (30) day period, through no fault of the Architect or Owner, the Owner may hold the Contractor in default. If the Owner finds the Contractor is in default, the Surety shall be notified. If within thirty (30) days after notification, the Surety has not corrected the nonconforming Work, through no fault of the Architect or Owner, the Owner may contract to have the nonconforming Work corrected and hold the Surety responsible for the cost including architects fees and other indirect costs. Corrections by the Owner shall be in accordance with Section 2.4. If the Surety fails to correct the nonconforming Work within the stipulated time period and fails to meet its obligation to pay the costs, the Owner may not accept bonds submitted, in the future, by the Surety.

ARTICLE 13

MISCELLANEOUS PROVISIONS

13.1 GOVERNING LAW

Delete paragraph and substitute the following:

The Contract shall be governed by the laws of the State of Louisiana.

13.2 SUCCESSORS AND ASSIGNS

13.2.1 In the second sentence, delete “Except as … 13.2.2”

Delete Section 13.2.2

13.4 RIGHTS AND REMEDIES

Add the following Section 13.4.3

13.4.3 The Civil District Court in and for the Parish of Orleans, State of Louisiana, shall have sole jurisdiction and venue in any action brought under this contract.

13.5 TESTS AND INSPECTIONS

In Section 13.5.1, delete the second sentence and substitute the following:

SC 22

The Contractor shall make arrangements for such tests, inspections and approvals with the Testing Laboratory provided by the Owner, and the Owner shall bear all related costs of tests, inspections and approvals.

Delete the last sentence of Section 13.5.1

13.6 INTEREST

Delete Section 13.6

13.7 TIME LIMITS ON CLAIMS

Delete Section 13.7 (See La.R.S. 38:2189).

Add the following Sections:

13.8 EQUAL OPPORTUNITY

13.8.1 The Contractor and the Contractor’s Subcontractors shall not discriminate against any employee or applicant for employment because of race, religion, color, sex or national origin. The Contractor shall insure than applicants are employed, and that employees are treated during employment without regard to their race, religion, color, sec or national origin. Such action shall include, but not be limited to, the following: employment, upgrading, demotion or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The Contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices setting forth the policies of non- discrimination.

13.8.2 The Contractor and the Contractor’s Subcontractors shall, in all solicitations or advertisements for employees placed by them on their behalf, state that all qualified applicants will receive consideration for employment without regard to race, religion, color, sex or national origin.

ARTICLE 14

TERMINATION OR SUSPENSION OF THE CONTRACT

14.1 TERMINATION BY THE CONTRACTOR

Delete Section 14.1.1.4

In Section 14.1.3, after the word “profit” add the following: “for Work completed prior to stoppage”.

14.2 TERMINATION BY THE OWNER FOR CAUSE

Add the following Section:

14.2.1.5 Failure to complete the punch list within the lien period as provided in 9.8.7.

SC 23

14.2.3 Add the following sentence:

Termination by the Owner shall not suspend assessment of liquidated damages against the Surety.

Add the following Section:

14.2.5 If an agreed sum of liquidated damages has been established, termination by the Owner under this Article shall not relieve the Contractor and/or surety of his obligations under the liquidated damages provisions and the Contractor and/or surety shall be liable to the Owner for per diem liquidated damages.

ARTICLE 15

CLAIMS AND DISPUTES

15.1 CLAIMS

15.1.1 In the first sentence after the word “money”, add the phrase: “extension of time,”

15.1.2 Add the following to the end of the paragraph:

A Reservation of Rights and similar stipulations shall not be recognized under this contract as having any effect. A party must make a claim as defined herein within the time limits provided.

Delete Section 15.1.5.2 and substitute the following:

15.1.5.2 If adverse weather conditions are the basis for a Claim for additional Contract Time, such Claim shall be documented by data substantiating that weather conditions were abnormal for the period of time and had an adverse effect on the critical path of scheduled construction. For purposes of this Section 15.1.5.2, a weather day shall be defined as any day of which less than six (6) productive hours by fifty percent (50%) or more of the workforce or fifty percent (50%) of the workforce working on critical path activities can be worked, or any day of which greater than 0.10 inches of precipitation occurs due to either inclement weather or due to inclement weather on a previous day or days which renders Work on the critical path of scheduled construction not feasible. An increase in the contract time due to weather shall not be cause for an increase in the contract sum. At the end of each month, the Contractor shall make one Claim for any adverse weather days occurring within the month. The Claim must be accompanied by sufficient documentation evidencing the adverse days and the impact on construction. Failure to make such Claim within twenty-one (21) days from the last day of the month shall prohibit any future claims for adverse days for that month.

Add the following Section:

15.1.5.3 The following are considered reasonably anticipated days of adverse weather on a monthly basis:

SC 24

January 11 days July 6 days February 10 days August 5 days March 8 days September 4 days April 7 days October 3 days May 5 days November 5 days June 6 days December 8 days

The Contractor shall ask for total adverse weather days. The Contractor’s request shall be considered only for days over the allowable number of days stated above. Note: Contract is on a calendar day basis.

Add the following Section:

15.1.5.4 If inability to the maintain noise control program is the basis for a claim for additional time, the Contractor shall document that scheduled events had an adverse effect on the scheduled construction. An increase in time the contract time due to scheduled events shall not be cause for an increase in contract sum. At the end of each month, the Contractor shall make on Claim for any adverse event days occurring within the month. The Claim must be accompanied by sufficient documentation evidencing the adverse days and the impact on construction. Failure to make such Claim within twenty-one (21) days from the last day of the month shall prohibit any future claims for adverse days for that month.

Add the following Section:

15.1.5.5 Noise days are anticipated to occur as follows: Two (2) days each month for the first six (6) months of construction and one (1) day each month thereafter. The Contractor’s request for additional time shall be considered only for days over said number of allowable days.

15.2 INITIAL DECISION

15.2.1 In the second sentence, delete the word “will” and replace with: “shall always”.

In the second sentence, delete the phrase: “unless otherwise indicated in the Agreement.”

In the third sentence, delete the word “mediation” and replace with: “litigation”.

In the third sentence, delete: “unless 30 days have passed after the Claim has been referred to the Initial Decision Maker with no decision having been rendered.”

15.2.5 In the middle of the first sentence, delete all after the phrase: “rejecting the Claim”.

In the second sentence, delete the phrase: “and the Architect, if the Architect is not serving as the Initial Decision Maker.”

In the third sentence, delete all after: “binding on the parties” and add the following: “except that the Owner may reject the solution or suggest a compromise or both.”

SC 25

Delete Section 15.2.6

Delete Subparagraph 15.2.6.1

15.3 MEDIATION

Delete Section 15.3

15.4 ARBITRATION

Delete Section 15.4

SC 26

® AIA Document A312TM – 2010 Performance Bond

CONTRACTOR: SURETY: (Name, legal status and address) (Name, legal status and principal place of business) « »« » « »« » ADDITIONS AND DELETIONS: « » « » The author of this document has added information OWNER: needed for its completion. The author may also have (Name, legal status and address) revised the text of the «Ernest N. Memorial Convention Center»« » original AIA standard form. Additions and Deletions «900 Convention Center Blvd. An Report that notes added New Orleans, LA 70130» information as well as revisions to the standard CONSTRUCTION CONTRACT form text is available from Date: « » the author and should be reviewed. Amount: $ « » Description: This document has important legal consequences. (Name and location) Consultation with an «New Orleans Morial Convention Center Linear Park» attorney is encouraged with «Project No. N14023\14027 » respect to its completion or modification. BOND Any singular reference to Contractor, Surety, Owner Date: or other party shall be (Not earlier than Construction Contract Date) considered plural where « » applicable. Amount: $ « » Modifications to this Bond: « » None « » See Section 16

CONTRACTOR AS PRINCIPAL SURETY Company: (Corporate Seal) Company: (Corporate Seal)

Signature: Signature: Name and « »« » Name and « »« » Title: Title: (Any additional signatures appear on the last page of this Performance Bond.)

(FOR INFORMATION ONLY — Name, address and telephone) AGENT or BROKER: OWNER’S REPRESENTATIVE: (Architect, Engineer or other party:) « » « » « » «900 Convention Center Blvd. « » New Orleans, LA 70130» « » « » ELECTRONIC COPYING of any « » ® portion of this AIA Document « » to another electronic file is prohibited and constitutes a violation of copyright laws as set forth in the footer of this document.

® AIA Document A312™ – 2010 Performance Bond. The American Institute of Architects. All rights reserved. WARNING: This AIA Document is protected by U.S. Copyright Law and International Treaties. Unauthorized reproduction or distribution of this AIA® Document, or any portion of it, may result in severe civil and criminal penalties, and will be prosecuted to the maximum extent possible under the law. 1 This draft was produced by AIA software at 10:20:53 on 07/20/2017 under Order No.8934153530_1 which expires on 11/01/2017, and is not for resale. User Notes: (1951285807)

§ 1 The Contractor and Surety, jointly and severally, bind themselves, their heirs, executors, administrators, successors and assigns to the Owner for the performance of the Construction Contract, which is incorporated herein by reference.

§ 2 If the Contractor performs the Construction Contract, the Surety and the Contractor shall have no obligation under this Bond, except when applicable to participate in a conference as provided in Section 3.

§ 3 If there is no Owner Default under the Construction Contract, the Surety’s obligation under this Bond shall arise after .1 the Owner first provides notice to the Contractor and the Surety that the Owner is considering declaring a Contractor Default. Such notice shall indicate whether the Owner is requesting a conference among the Owner, Contractor and Surety to discuss the Contractor’s performance. If the Owner does not request a conference, the Surety may, within five (5) business days after receipt of the Owner’s notice, request such a conference. If the Surety timely requests a conference, the Owner shall attend. Unless the Owner agrees otherwise, any conference requested under this Section 3.1 shall be held within ten (10) business days of the Surety’s receipt of the Owner’s notice. If the Owner, the Contractor and the Surety agree, the Contractor shall be allowed a reasonable time to perform the Construction Contract, but such an agreement shall not waive the Owner’s right, if any, subsequently to declare a Contractor Default; .2 the Owner declares a Contractor Default, terminates the Construction Contract and notifies the Surety; and .3 the Owner has agreed to pay the Balance of the Contract Price in accordance with the terms of the Construction Contract to the Surety or to a contractor selected to perform the Construction Contract.

§ 4 Failure on the part of the Owner to comply with the notice requirement in Section 3.1 shall not constitute a failure to comply with a condition precedent to the Surety’s obligations, or release the Surety from its obligations, except to the extent the Surety demonstrates actual prejudice.

§ 5 When the Owner has satisfied the conditions of Section 3, the Surety shall promptly and at the Surety’s expense take one of the following actions:

§ 5.1 Arrange for the Contractor, with the consent of the Owner, to perform and complete the Construction Contract;

§ 5.2 Undertake to perform and complete the Construction Contract itself, through its agents or independent contractors;

§ 5.3 Obtain bids or negotiated proposals from qualified contractors acceptable to the Owner for a contract for performance and completion of the Construction Contract, arrange for a contract to be prepared for execution by the Owner and a contractor selected with the Owner’s concurrence, to be secured with performance and payment bonds executed by a qualified surety equivalent to the bonds issued on the Construction Contract, and pay to the Owner the amount of damages as described in Section 7 in excess of the Balance of the Contract Price incurred by the Owner as a result of the Contractor Default; or

§ 5.4 Waive its right to perform and complete, arrange for completion, or obtain a new contractor and with reasonable promptness under the circumstances: .1 After investigation, determine the amount for which it may be liable to the Owner and, as soon as practicable after the amount is determined, make payment to the Owner; or .2 Deny liability in whole or in part and notify the Owner, citing the reasons for denial.

§ 6 If the Surety does not proceed as provided in Section 5 with reasonable promptness, the Surety shall be deemed to be in default on this Bond seven days after receipt of an additional written notice from the Owner to the Surety demanding that the Surety perform its obligations under this Bond, and the Owner shall be entitled to enforce any remedy available to the Owner. If the Surety proceeds as provided in Section 5.4, and the Owner refuses the payment or the Surety has denied liability, in whole or in part, without further notice the Owner shall be entitled to enforce any remedy available to the Owner.

® AIA Document A312™ – 2010 Performance Bond. The American Institute of Architects. All rights reserved. WARNING: This AIA Document is protected by U.S. Copyright Law and International Treaties. Unauthorized reproduction or distribution of this AIA® Document, or any portion of it, may result in severe civil and criminal penalties, and will be prosecuted to the maximum extent possible under the law. 2 This draft was produced by AIA software at 10:20:53 on 07/20/2017 under Order No.8934153530_1 which expires on 11/01/2017, and is not for resale. User Notes: (1951285807)

§ 7 If the Surety elects to act under Section 5.1, 5.2 or 5.3, then the responsibilities of the Surety to the Owner shall not be greater than those of the Contractor under the Construction Contract, and the responsibilities of the Owner to the Surety shall not be greater than those of the Owner under the Construction Contract. Subject to the commitment by the Owner to pay the Balance of the Contract Price, the Surety is obligated, without duplication, for .1 the responsibilities of the Contractor for correction of defective work and completion of the Construction Contract; .2 additional legal, design professional and delay costs resulting from the Contractor’s Default, and resulting from the actions or failure to act of the Surety under Section 5; and .3 liquidated damages, or if no liquidated damages are specified in the Construction Contract, actual damages caused by delayed performance or non-performance of the Contractor.

§ 8 If the Surety elects to act under Section 5.1, 5.3 or 5.4, the Surety’s liability is limited to the amount of this Bond.

§ 9 The Surety shall not be liable to the Owner or others for obligations of the Contractor that are unrelated to the Construction Contract, and the Balance of the Contract Price shall not be reduced or set off on account of any such unrelated obligations. No right of action shall accrue on this Bond to any person or entity other than the Owner or its heirs, executors, administrators, successors and assigns.

§ 10 The Surety hereby waives notice of any change, including changes of time, to the Construction Contract or to related subcontracts, purchase orders and other obligations.

§ 11 Any proceeding, 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 a declaration of Contractor Default 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. 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.

§ 12 Notice to the Surety, the Owner or the Contractor shall be mailed or delivered to the address shown on the page on which their signature appears.

§ 13 When this Bond has been furnished to comply with a statutory or other legal requirement in the location where the construction was to be performed, any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted herefrom and provisions 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 and not as a common law bond.

§ 14 Definitions § 14.1 Balance of the Contract Price. The total amount payable by the Owner to the Contractor under the Construction Contract after all proper adjustments have been made, including allowance to the Contractor of any amounts received or to be received by the Owner in settlement of insurance or other claims for damages to which the Contractor is entitled, reduced by all valid and proper payments made to or on behalf of the Contractor under the Construction Contract.

§ 14.2 Construction Contract. The agreement between the Owner and Contractor identified on the cover page, including all Contract Documents and changes made to the agreement and the Contract Documents.

§ 14.3 Contractor Default. Failure of the Contractor, which has not been remedied or waived, to perform or otherwise to comply with a material term of the Construction Contract.

§ 14.4 Owner Default. Failure of the Owner, which has not been remedied or waived, to pay the Contractor as required under the Construction Contract or to perform and complete or comply with the other material terms of the Construction Contract.

§ 14.5 Contract Documents. All the documents that comprise the agreement between the Owner and Contractor.

® AIA Document A312™ – 2010 Performance Bond. The American Institute of Architects. All rights reserved. WARNING: This AIA Document is protected by U.S. Copyright Law and International Treaties. Unauthorized reproduction or distribution of this AIA® Document, or any portion of it, may result in severe civil and criminal penalties, and will be prosecuted to the maximum extent possible under the law. 3 This draft was produced by AIA software at 10:20:53 on 07/20/2017 under Order No.8934153530_1 which expires on 11/01/2017, and is not for resale. User Notes: (1951285807)

§ 15 If this Bond is issued for an agreement between a Contractor and subcontractor, the term Contractor in this Bond shall be deemed to be Subcontractor and the term Owner shall be deemed to be Contractor.

§ 16 Modifications to this bond are as follows:

« »

(Space is provided below for additional signatures of added parties, other than those appearing on the cover page.) CONTRACTOR AS PRINCIPAL SURETY Company: (Corporate Seal) Company: (Corporate Seal)

Signature: Signature: Name and Title: « »« » Name and Title: « »« » Address: « » Address: « »

® AIA Document A312™ – 2010 Performance Bond. The American Institute of Architects. All rights reserved. WARNING: This AIA Document is protected by U.S. Copyright Law and International Treaties. Unauthorized reproduction or distribution of this AIA® Document, or any portion of it, may result in severe civil and criminal penalties, and will be prosecuted to the maximum extent possible under the law. 4 This draft was produced by AIA software at 10:20:53 on 07/20/2017 under Order No.8934153530_1 which expires on 11/01/2017, and is not for resale. User Notes: (1951285807)

® AIA Document A312TM – 2010 Payment Bond

CONTRACTOR: SURETY: (Name, legal status and address) (Name, legal status and principal place of business) « »« » « »« » ADDITIONS AND DELETIONS: « » « » The author of this document has added information OWNER: needed for its completion. The author may also have (Name, legal status and address) revised the text of the «Ernest N. Memorial Convention Center»« » original AIA standard form. Additions and Deletions «900 Convention Center Blvd. An Report that notes added New Orleans, LA 70130» information as well as revisions to the standard CONSTRUCTION CONTRACT form text is available from Date: « » the author and should be reviewed. Amount: $ « » Description: This document has important legal consequences. (Name and location) Consultation with an «New Orleans Morial Convention Center Linear Park» attorney is encouraged with «Project No. N14023\14027 » respect to its completion or modification. BOND Any singular reference to Contractor, Surety, Owner Date: or other party shall be (Not earlier than Construction Contract Date) considered plural where « » applicable. Amount: $ « » Modifications to this Bond: « » None « » See Section 18

CONTRACTOR AS PRINCIPAL SURETY Company: (Corporate Seal) Company: (Corporate Seal)

Signature: Signature: Name and « »« » Name and « »« » Title: Title: (Any additional signatures appear on the last page of this Payment Bond.)

(FOR INFORMATION ONLY — Name, address and telephone) AGENT or BROKER: OWNER’S REPRESENTATIVE: (Architect, Engineer or other party:) « » « » « » «900 Convention Center Blvd. « » New Orleans, LA 70130» « » « » ELECTRONIC COPYING of any « » ® portion of this AIA Document « » to another electronic file is prohibited and constitutes a violation of copyright laws as set forth in the footer of this document.

® AIA Document A312™ – 2010 Payment Bond. The American Institute of Architects. All rights reserved. WARNING: This AIA Document is protected by U.S. Copyright Law and International Treaties. Unauthorized reproduction or distribution of this AIA® Document, or any portion of it, may result in severe civil and criminal penalties, and will be prosecuted to the maximum extent possible under the law. 1 This draft was produced by AIA software at 10:19:14 on 07/20/2017 under Order No.8934153530_1 which expires on 11/01/2017, and is not for resale. User Notes: (1097419896)

§ 1 The Contractor and Surety, jointly and severally, bind themselves, their heirs, executors, administrators, successors and assigns to the Owner to pay for labor, materials and equipment furnished for use in the performance of the Construction Contract, which is incorporated herein by reference, subject to the following terms.

§ 2 If the Contractor promptly makes payment of all sums due to Claimants, and defends, indemnifies and holds harmless the Owner from claims, demands, liens or suits by any person or entity seeking payment for labor, materials or equipment furnished for use in the performance of the Construction Contract, then the Surety and the Contractor shall have no obligation under this Bond.

§ 3 If there is no Owner Default under the Construction Contract, the Surety’s obligation to the Owner under this Bond shall arise after the Owner has promptly notified the Contractor and the Surety (at the address described in Section 13) of claims, demands, liens or suits against the Owner or the Owner’s property by any person or entity seeking payment for labor, materials or equipment furnished for use in the performance of the Construction Contract and tendered defense of such claims, demands, liens or suits to the Contractor and the Surety.

§ 4 When the Owner has satisfied the conditions in Section 3, the Surety shall promptly and at the Surety’s expense defend, indemnify and hold harmless the Owner against a duly tendered claim, demand, lien or suit.

§ 5 The Surety’s obligations to a Claimant under this Bond shall arise after the following:

§ 5.1 Claimants, who do not have a direct contract with the Contractor, .1 have furnished a written notice of non-payment to the Contractor, stating with substantial accuracy the amount claimed and the name of the party to whom the materials were, or equipment was, furnished or supplied or for whom the labor was done or performed, within ninety (90) days after having last performed labor or last furnished materials or equipment included in the Claim; and .2 have sent a Claim to the Surety (at the address described in Section 13).

§ 5.2 Claimants, who are employed by or have a direct contract with the Contractor, have sent a Claim to the Surety (at the address described in Section 13).

§ 6 If a notice of non-payment required by Section 5.1.1 is given by the Owner to the Contractor, that is sufficient to satisfy a Claimant’s obligation to furnish a written notice of non-payment under Section 5.1.1.

§ 7 When a Claimant has satisfied the conditions of Sections 5.1 or 5.2, whichever is applicable, the Surety shall promptly and at the Surety’s expense take the following actions:

§ 7.1 Send an answer to the Claimant, with a copy to the Owner, within sixty (60) days after receipt of the Claim, stating the amounts that are undisputed and the basis for challenging any amounts that are disputed; and

§ 7.2 Pay or arrange for payment of any undisputed amounts.

§ 7.3 The Surety’s failure to discharge its obligations under Section 7.1 or Section 7.2 shall not be deemed to constitute a waiver of defenses the Surety or Contractor may have or acquire as to a Claim, except as to undisputed amounts for which the Surety and Claimant have reached agreement. If, however, the Surety fails to discharge its obligations under Section 7.1 or Section 7.2, the Surety shall indemnify the Claimant for the reasonable attorney’s fees the Claimant incurs thereafter to recover any sums found to be due and owing to the Claimant.

§ 8 The Surety’s total obligation shall not exceed the amount of this Bond, plus the amount of reasonable attorney’s fees provided under Section 7.3, and the amount of this Bond shall be credited for any payments made in good faith by the Surety.

§ 9 Amounts owed by the Owner to the Contractor under the Construction Contract shall be used for the performance of the Construction Contract and to satisfy claims, if any, under any construction performance bond. By the Contractor furnishing and the Owner accepting this Bond, they agree that all funds earned by the Contractor in the performance of the Construction Contract are dedicated to satisfy obligations of the Contractor and Surety under this Bond, subject to the Owner’s priority to use the funds for the completion of the work.

® AIA Document A312™ – 2010 Payment Bond. The American Institute of Architects. All rights reserved. WARNING: This AIA Document is protected by U.S. Copyright Law and International Treaties. Unauthorized reproduction or distribution of this AIA® Document, or any portion of it, may result in severe civil and criminal penalties, and will be prosecuted to the maximum extent possible under the law. 2 This draft was produced by AIA software at 10:19:14 on 07/20/2017 under Order No.8934153530_1 which expires on 11/01/2017, and is not for resale. User Notes: (1097419896)

§ 10 The Surety shall not be liable to the Owner, Claimants or others for obligations of the Contractor that are unrelated to the Construction Contract. The Owner shall not be liable for the payment of any costs or expenses of any Claimant under this Bond, and shall have under this Bond no obligation to make payments to, or give notice on behalf of, Claimants or otherwise have any obligations to Claimants under this Bond.

§ 11 The Surety hereby waives notice of any change, including changes of time, to the Construction Contract or to related subcontracts, purchase orders and other obligations.

§ 12 No suit or action shall be commenced by a Claimant under this Bond other than in a court of competent jurisdiction in the state in which the project that is the subject of the Construction Contract is located or after the expiration of one year from the date (1) on which the Claimant sent a Claim to the Surety pursuant to Section 5.1.2 or 5.2, or (2) on which the last labor or service was performed by anyone or the last materials or equipment were furnished by anyone under the Construction Contract, whichever of (1) or (2) first occurs. 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.

§ 13 Notice and Claims to the Surety, the Owner or the Contractor shall be mailed or delivered to the address shown on the page on which their signature appears. Actual receipt of notice or Claims, however accomplished, shall be sufficient compliance as of the date received.

§ 14 When this Bond has been furnished to comply with a statutory or other legal requirement in the location where the construction was to be performed, any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted herefrom and provisions 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 and not as a common law bond.

§ 15 Upon request by any person or entity appearing to be a potential beneficiary of this Bond, the Contractor and Owner shall promptly furnish a copy of this Bond or shall permit a copy to be made.

§ 16 Definitions § 16.1 Claim. A written statement by the Claimant including at a minimum: .1 the name of the Claimant; .2 the name of the person for whom the labor was done, or materials or equipment furnished; .3 a copy of the agreement or purchase order pursuant to which labor, materials or equipment was furnished for use in the performance of the Construction Contract; .4 a brief description of the labor, materials or equipment furnished; .5 the date on which the Claimant last performed labor or last furnished materials or equipment for use in the performance of the Construction Contract; .6 the total amount earned by the Claimant for labor, materials or equipment furnished as of the date of the Claim; .7 the total amount of previous payments received by the Claimant; and .8 the total amount due and unpaid to the Claimant for labor, materials or equipment furnished as of the date of the Claim.

§ 16.2 Claimant. An individual or entity having a direct contract with the Contractor or with a subcontractor of the Contractor to furnish labor, materials or equipment for use in the performance of the Construction Contract. 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 Project is located. The intent of this Bond shall be to include without limitation in the terms “labor, materials or equipment” that part of water, gas, power, light, heat, oil, gasoline, telephone service or rental equipment used in the Construction Contract, architectural and engineering services required for performance of the work of the Contractor and the Contractor’s subcontractors, and all other items for which a mechanic's lien may be asserted in the jurisdiction where the labor, materials or equipment were furnished.

§ 16.3 Construction Contract. The agreement between the Owner and Contractor identified on the cover page, including all Contract Documents and all changes made to the agreement and the Contract Documents.

® AIA Document A312™ – 2010 Payment Bond. The American Institute of Architects. All rights reserved. WARNING: This AIA Document is protected by U.S. Copyright Law and International Treaties. Unauthorized reproduction or distribution of this AIA® Document, or any portion of it, may result in severe civil and criminal penalties, and will be prosecuted to the maximum extent possible under the law. 3 This draft was produced by AIA software at 10:19:14 on 07/20/2017 under Order No.8934153530_1 which expires on 11/01/2017, and is not for resale. User Notes: (1097419896)

§ 16.4 Owner Default. Failure of the Owner, which has not been remedied or waived, to pay the Contractor as required under the Construction Contract or to perform and complete or comply with the other material terms of the Construction Contract.

§ 16.5 Contract Documents. All the documents that comprise the agreement between the Owner and Contractor.

§ 17 If this Bond is issued for an agreement between a Contractor and subcontractor, the term Contractor in this Bond shall be deemed to be Subcontractor and the term Owner shall be deemed to be Contractor.

§ 18 Modifications to this bond are as follows:

« »

(Space is provided below for additional signatures of added parties, other than those appearing on the cover page.) CONTRACTOR AS PRINCIPAL SURETY Company: (Corporate Seal) Company: (Corporate Seal)

Signature: Signature: Name and Title: « »« » Name and Title: « »« » Address: « » Address: « »

® AIA Document A312™ – 2010 Payment Bond. The American Institute of Architects. All rights reserved. WARNING: This AIA Document is protected by U.S. Copyright Law and International Treaties. Unauthorized reproduction or distribution of this AIA® Document, or any portion of it, may result in severe civil and criminal penalties, and will be prosecuted to the maximum extent possible under the law. 4 This draft was produced by AIA software at 10:19:14 on 07/20/2017 under Order No.8934153530_1 which expires on 11/01/2017, and is not for resale. User Notes: (1097419896)

______Name of Project Project No.

STATE OF ______

PARISH OF ______

ATTESTATIONS AFFIDAVIT

Before me, the undersigned notary public, duly commissioned and qualified in and for the parish and state aforesaid, personally came and appeared Affiant, who after being duly sworn, attested as follows:

LA. R.S. 38:2227 PAST CRIMINAL CONVICTIONS OF BIDDERS

A. No sole proprietor or individual partner, incorporator, director, manager, officer, organizer, or member who has a minimum of a ten percent (10%) ownership in the bidding entity named below has been convicted of, or has entered a plea of guilty or nolo contendere to any of the following state crimes or equivalent federal crimes:

(a) Public bribery (R.S. 14:118) (c) Extortion (R.S. 14:66) (b) Corrupt influencing (R.S. 14:120) (d) Money laundering (R.S. 14:23)

B. Within the past five years from the project bid date, no sole proprietor or individual partner, incorporator, director, manager, officer, organizer, or member who has a minimum of a ten percent (10%) ownership in the bidding entity named below has been convicted of, or has entered a plea of guilty or nolo contendere to any of the following state crimes or equivalent federal crimes, during the solicitation or execution of a contract or bid awarded pursuant to the provisions of Chapter 10 of Title 38 of the Louisiana Revised Statutes:

(a) Theft (R.S. 14:67) (f) Bank fraud (R.S. 14:71.1) (b) Identity Theft (R.S. 14:67.16) (g) Forgery (R.S. 14:72) (c) Theft of a business record (h) Contractors; misapplication of (R.S.14:67.20) payments (R.S. 14:202) (d) False accounting (R.S. 14:70) (i) Malfeasance in office (R.S. 14:134) (e) Issuing worthless checks (R.S. 14:71)

LA. R.S. 38:2212.10 Verification of Employees

A. At the time of bidding, Appearer is registered and participates in a status verification system to verify that all new hires in the state of Louisiana are legal citizens of the United States or are legal aliens.

B. If awarded the contract, Appearer shall continue, during the term of the contract, to utilize a status verification system to verify the legal status of all new employees in the state of Louisiana.

C. If awarded the contract, Appearer shall require all subcontractors to submit to it a sworn affidavit verifying compliance with Paragraphs (A) and (B) of this Subsection.

April 2017 Page 1 of 2

______Name of Project Project No.

LA. R.S. 23:1726(B) Certification Regarding Unpaid Workers Compensation Insurance

A. R.S. 23:1726 prohibits any entity against whom an assessment under Part X of Chapter 11 of Title 23 of the Louisiana Revised Statutes of 1950 (Alternative Collection Procedures & Assessments) is in effect, and whose right to appeal that assessment is exhausted, from submitting a bid or proposal for or obtaining any contract pursuant to Chapter 10 of Title 38 of the Louisiana Revised Statutes of 1950 and Chapters 16 and 17 of Title 39 of the Louisiana Revised Statutes of 1950.

B. By signing this bid /proposal, Affiant certifies that no such assessment is in effect against the bidding / proposing entity.

______NAME OF BIDDER NAME OF AUTHORIZED SIGNATORY OF BIDDER

______DATE TITLE OF AUTHORIZED SIGNATORY OF BIDDER

______SIGNATURE OF AUTHORIZED SIGNATORY OF BIDDER/AFFIANT

Sworn to and subscribed before me by Affiant on the _____ day of ______, 20___ .

______Notary Public

April 2017 Page 2 of 2

Non-Collusion Affidavit (La. Rev. Stat. Ann. §38:2224)

STATE OF LOUISIANA

PARISH OF ______BE IT KNOWN, that on this day of , 2018, before me the undersigned Notary Public, duly commissioned and qualified, within and for the Parish of , State of Louisiana, personally came and appeared , as the duly authorized agent of , who after being by me first duly sworn, did depose and say:

A. that has been selected as Contractor for the following project: Ernest N. Morial Convention Center – New Orleans Linear Park Project; Project No.: CO0517; Contract No.: C-1391.

B. that affiant and his firm employed no person, corporation, firm, association, or other organization, either directly or indirectly, to secure the public contract for the above referenced project with the Ernest N. Morial New Orleans Exhibition Hall Authority under which he will, if awarded the contract, receive or 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;

C. 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, alternation or demolition of the public building or project were in the regular course of their duties for affiant; and

D. Affiant further declares that they will, in all respects, comply with the public contract laws of the State of Louisiana, including Title 38 of the Louisiana Statutes, and particularly Section 2224, as amended, of such Title 38 of the Louisiana Revised Statutes.

WITNESSES: AFFIANT:

By: Name: Title:

Sworn to and subscribed before me this day of , 2018.

Notary Public

New Orleans Morial Convention Center Linear Park Bid Set New Orleans, Louisiana 16 January 2018 © MA EDR N14023\14027

PART 1 - GENERAL

1.1 SUMMARY OF WORK

A. Project is located at 900 Convention Center Blvd, New Orleans, LA, 70130. 1. Designer’s Estimate is fifty-five million dollars ($55,000,000) inclusive of alternates.

B. Work consists of providing labor, materials, equipment, services, and administrative services required in conjunction with or incidental to Project Construction, including work provided under other contracts or indicated as 'FOIC'.

C. Provide items required for complete operating systems, including items not necessarily specified or shown in these documents, but that can be reasonably inferred as being necessary.

D. Project Information: Refer to Project Directory, for Owner, Architect and Consultant contacts.

E. A Construction Manager has been engaged for this Project to serve as an advisor to Owner and to provide assistance in administering the Contract for Construction between Owner and Contractor, according to a separate contract between Owner and Construction Manager.

1.2 CONSTRUCTION CONTRACT AND RELATED WORK

A. Construct Project under single stipulated sum contract. Refer to Section 012300 - Alternates for separate prices for Work which may be incorporated into the Construction at Owner’s option.

B. For Installation by Owner or Others: Items listed in the Specifications or designated on the drawings by the abbreviation "FOIO", "FOIV", or "NIC", meaning "Furnished and Installed by the Owner", "Furnished by the Owner but Installed by the Vendor", and "Not in this Contract", respectively, will be furnished and installed by the Owner using his own forces or by means outside of the scope of this Contract. The Contractor shall coordinate its work with the Owner’s installation forces.

C. Work to be Performed Later: Wherever an item is shown on the drawings or referenced in the specifications as "Future", it is to be considered as included in work of another, and later contract.

D. The Owner will have a separate contract with Entergy for work on transmission poles. Contractor shall coordinate the following with Entergy: 1. Relocation of three (3) poles. 2. Removal of one (1) unused guy pole. 3. Removal of three (3) unused poles.

1.3 CONTRACTOR RESPONSIBILITIES

A. Contractor’s Duties: In addition to duties specified throughout the Contract Documents, the Contractor’s duties include the following: 1. Construction Costs: Except as specifically noted, provide and pay for labor, materials and equipment, tools, construction equipment and machinery, water, heat, electrical power and light, utilities required for construction, and other facilities and services

Section 011000 SUMMARY Page 1 of 5 New Orleans Morial Convention Center Linear Park Bid Set New Orleans, Louisiana 16 January 2018 © MA EDR N14023\14027

necessary for the proper execution and completion of the Work. Refer to Section 015000 - Temporary Facilities And Controls, for detailed requirements. 2. Regulations And Notices: Comply with Codes, ordinances, rules, regulations, and other requirements of public authorities which pertain to the completion of the Work and give all required notices, including written notice to the Architect of any observed variances in the Contract Documents with legal requirements. It is not the Contractor’s responsibility to make certain that the Contract Documents comply with codes and regulations, except where expressing written into individual sections of the specifications. Refer to Section 014000 - Quality Requirements, for additional requirements. 3. Coordination: Coordinate work of the various trades and subcontractors to assure efficient and orderly sequencing and installation of construction elements, including provisions for accommodation items to be installed by Owner under separate contracts, or as tenant improvements, installed at a later time. Refer to Section 013100 - Project Management And Coordination, for detailed requirements. 4. Permits: a. The Owner is responsible for obtaining permits from the following entities, whereas the Contractor shall be responsible for collecting said permits: 1) U.S. Army Corps of Engineers 2) Orleans Levee District 3) Coastal Protection and Restoration Authority 4) Sewerage and Water Board 5) Department of Public Works 6) Department of Safety and Permits 7) State Fire Marshall b. The Contractor shall be responsible for obtaining any and all permits from City of New Orleans entities not listed above.

1.4 OWNER'S OCCUPANCY REQUIREMENTS

A. Partial Owner Occupancy: Owner will occupy the premises during entire construction period, with the exception of areas under construction. Cooperate with Owner during construction operations to minimize conflicts and facilitate Owner usage. Perform the Work so as not to interfere with Owner's operations. Maintain existing exits, unless otherwise indicated. 1. Maintain access to existing walkways, corridors, and other adjacent occupied or used facilities. Do not close or obstruct walkways, corridors, or other occupied or used facilities without written permission from Owner and authorities having jurisdiction. 2. Provide not less than 72 hours' notice to Owner of activities that will affect Owner's operations. 3. Coordinate with Owner’s Schedule of Work Restriction Days found at the end of this Section to provide unfettered use by public, event staff and attendees, NOMCC management and personnel of the building for scheduled events, including set-up and breakdown dates per the published schedule.

B. Owner Occupancy of Completed Areas of Construction: Owner reserves the right to occupy and to place and install equipment in completed areas of building, before Substantial Completion, provided such occupancy does not interfere with completion of the Work. Such placement of equipment and partial occupancy shall not constitute acceptance of the total Work. 1. Architect will prepare a Certificate of Substantial Completion for each specific portion of the Work to be occupied before Owner occupancy. 2. Obtain a Certificate of Occupancy from authorities having jurisdiction before Owner occupancy.

Section 011000 SUMMARY Page 2 of 5 New Orleans Morial Convention Center Linear Park Bid Set New Orleans, Louisiana 16 January 2018 © MA EDR N14023\14027

3. Before partial Owner occupancy, mechanical and electrical systems shall be fully operational, and required tests and inspections shall be successfully completed. On occupancy, Owner will operate and maintain mechanical and electrical systems serving occupied portions of building. 4. On occupancy, Owner will assume responsibility for maintenance and custodial service for occupied portions of building.

1.5 WORK RESTRICTIONS

A. Contractor Use Of Premises: 1. General: Confine operations at the site to areas permitted by law, ordinances, permits and the Contract Documents. Allow no materials or equipment to unreasonably encumber the site. 2. Contractor shall have full use of premises for construction operations, including use of site within the construction limits. However since the premises adjoin, both public right- of-ways and private property, the Contractor's operations shall be governed by maintaining continuous use of all normal access on streets and driveways. 3. Where Contractors use of site includes existing streets, sidewalks or right-of-way, the Contractor shall obtain approval and pay for use of such areas in accordance with requirements of the City of New Orleans. a. Costs associated with de-energizing adjacent high voltage lines, as required, will be borne by the Owner. 4. Refer to Section 015000 - Temporary Facilities And Controls, for additional requirements for site utilization, traffic control and dust control. 5. Hot Work On The Premises: Hot Work at the project site will be restricted to the fabrication of structural components indicated on the Contract Documents. Provide Fire Watch procedures during all welding, cutting and other hot-work operations in strict compliance with UFC and City of New Orleans Amendments, Hot Work, and all other requirements of governing authorities, including restrictions and limitations by the Owner.

B. Lane Restrictions: Public right-of-ways adjacent to site shall be maintained to at least one lane in each direction, unless otherwise approved by The City of New Orleans. Written requests for interim closing of right-of-ways shall be submitted to The City of New Orleans in advance of scheduled work. Provided traffic control plan, stating purpose, including date and time duration for each request. Work outside the designated work zone which restricts the Metro Bus routes shall be prohibited during hours 8:30 am to 2:30 pm, Monday through Friday.

C. Hours of Operation: Contractor's operation on the project site are limited to the hours from 7:00 am to 5:00 pm, seven (7) days a week. 1. Early morning and Evening hours: With 72-hour prior Owner approval. 2. Hours for Utility Shutdowns: With 72-hour prior Owner approval. a. All electrical shutdowns are to be during the hours of 5:00pm to 12:00am: systems shall be re-energized by 12:00am.

D. Hours Restricted for Hauling: Contractor's operations for hauling to routes approved by the governing authority and are limited to the hours from 8:30 am to 3:30 pm, Monday through Friday.

E. Site: The Contractor is the custodian of the site and is responsible to provide access, storage, and work space for Contractor's work force. Due to site limitations the Contractor shall be

Section 011000 SUMMARY Page 3 of 5 New Orleans Morial Convention Center Linear Park Bid Set New Orleans, Louisiana 16 January 2018 © MA EDR N14023\14027

responsible to provide off site storage for materials, parking and transportation as may be required to maintain the scheduling of the Work. 1. Lay Down Areas: Lay down areas are available for staging and storage of materials as indicated on the Drawings.

F. Existing Improvements, Hardscape and Utilities: 1. General: Protect existing structures, sidewalks, curbs, streets, landscaping, utilities and work of any kind, which is to remain, from damage defacement, or interruption of service, except as may be specially directed or authorized by the Architect. All damage shall be repaired to approximate original condition within the Contract Sum. 2. Existing Trees: Trees to remain shall be protected and maintained throughout the Construction period. Trees designated to be removed and replanted shall be stored offsite and maintained by a qualified landscaper or NAA certified arborist whose work shall result in the successful re-establishment of all trees. 3. Utilities: Protect and maintain existing utilities from damage or interruption, except as required to make service connections. Verify locations of all utilities and coordinate interruption and relocation with respective utility company. 4. Hardscape: Where curbs and sidewalks are to remain, protect from settlement and Contractors operations. Site improvements which cannot be salvaged or which become damaged shall be replaced to City of New Orleans Standard Specifications and as required by the Contract Documents. 5. Documentation: Document condition of existing site improvements to remain by photograhic or other approved assessment as approved by the Architect in accordance with Section 013233 - Construction Photographs. Maintain records of assessment at the jobsite for Architect's and Owner's review.

G. Assume responsibility for protection and safekeeping of products stored on and off site under this Contract.

H. Conduct operations to ensure least inconvenience to public and to City of New Orleans.

I. Obtain and pay for use of additional storage or staging areas needed for operations.

J. Do not load structure with weight that would jeopardize its safety.

1.6 SPECIFICATION FORMATS AND CONVENTIONS

A. Specification Format: The Specifications are organized into Divisions and Sections using the 50-division format and CSI/CSC's "MasterFormat 2004 Edition" numbering system.

1. Section Identification: The Specifications use Section numbers and titles to help cross- referencing in the Contract Documents. Sections in the Project Manual are in numeric sequence; however, the sequence is incomplete because all available Section numbers are not used. Consult the table of contents at the beginning of the Project Manual to determine numbers and names of Sections in the Contract Documents. 2. Division 1: Sections in Division 1 govern the execution of the Work of all Sections in the Specifications.

B. Specification Content: The Specifications use certain conventions for the style of language and the intended meaning of certain terms, words, and phrases when used in particular situations. These conventions are as follows:

Section 011000 SUMMARY Page 4 of 5 New Orleans Morial Convention Center Linear Park Bid Set New Orleans, Louisiana 16 January 2018 © MA EDR N14023\14027

1. Abbreviated Language: Language used in the Specifications and other Contract Documents is abbreviated. Words and meanings shall be interpreted as appropriate. Words implied, but not stated, shall be inferred as the sense requires. Singular words shall be interpreted as plural, and plural words shall be interpreted as singular where applicable as the context of the Contract Documents indicates. 2. Imperative mood and streamlined language are generally used in the Specifications. Requirements expressed in the imperative mood are to be performed by Contractor. Occasionally, the indicative or subjunctive mood may be used in the Section Text for clarity to describe responsibilities that must be fulfilled indirectly by Contractor or by others when so noted.

a. The words "shall," "shall be," or "shall comply with," depending on the context, are implied where a colon (:) is used within a sentence or phrase.

C. Related Sections: Paragraphs entitled “Related Sections,” or similar titles, are provided as an aid in drawing the readers’ attention to other specification sections dealing with work directly related to this section, specific requirements pertaining to this work, or a system interface with other systems. The use of "Related Sections" does not, in anyway, relieve the Contractor's responsibility for coordination of the work.

D. Specification References: Specification section references indicated on the drawings by (Section) numbers enclosed in parenthesis, i.e. (09 91 20), are done as an aid to the Contractor in locating the quality of the materials indicated on the Drawings. These references do not relieve the Contractor of the responsibility for the material which might be specified in another section other than that referenced on the Drawings or for materials without reference to a specification section. Furthermore, these section references are not intended to direct specific trades to perform specific work.

1.7 DRAWING SYMBOLS:

A. Symbols are clarified on the Drawings. Questioned symbols or symbols used, but not clarified, shall be referred to the Architect for clarification

PART 2 - PRODUCTS - NOT USED

PART 3 - EXECUTION - NOT USED

END OF SECTION

Section 011000 SUMMARY Page 5 of 5

Events - List for Public

Event ID In Date Start Date End Date Out Date Account Description Forecast Attendance Anchor Venue Sales Manager Event Manager Food and BeverageCVB Manager Sales Manager

5392 01/11/18 01/16/18 01/18/18 01/20/18 The Society for Protective Coatings SSPC-SSPC 2018 1,800 Hall H Krane, Stew Ferrouillet, Demetria Hihar, Suzan Glover, Donna

5395 01/14/18 01/16/18 01/16/18 01/16/18 Ochsner Health System Ochsner-Leadership Kickoff 1,700 Great Hall, Hall B1 Hill, Mae Newton, Nicole Borgula, Carly

5387 01/16/18 01/16/18 01/21/18 01/21/18 of Endymion-Gentilly Carnival Club ENDYMION-Coronation 5,000 Hall FG Locatto, Gina Feichter, Brad Borgula, Carly

5400 01/16/18 01/21/18 01/23/18 01/23/18 Anheuser-Busch, LLC Anheuser-Busch-SAMCOM 2018 3,800 Great Hall, Hall BCDE Williams, Elaine Jones, Cassie Borgula, Carly Pavlovich, Sallee

5403 01/18/18 01/19/18 01/19/18 01/19/18 Little League International LLI-2018 Little League 1,200 New Orleans Theater Krane, Stew Newton, Nicole Hopkins, Cristin

5406 01/18/18 01/20/18 01/20/18 01/21/18 Mystic Krewe of Nyx NYX-Nyx Myx Ball 4,000 Hall IJ Williams, Elaine Lotten, Leslie Borgula, Carly

5396 01/19/18 01/19/18 01/20/18 01/21/18 JUGS Social Club/Krewe of Nomtoc NOMTOC-NOMTOC Ball 2,000 La Nouvelle Orleans Ballroom Wilton, William Lemoine, Garrett Herbert, Lindsey

5425 01/20/18 01/22/18 01/24/18 01/24/18 Pride Public Adjusters IMG-Insurance Mastermind Group Annual Meeting 2,000 Hall H Krane, Stew Castine, Lauren Jackson, PhoneciaPavlovich, Sallee

5386 01/23/18 01/26/18 01/29/18 01/30/18 Helen Brett Enterprises, Inc. HBE-New Orleans Gift and Jewelry Show 10,000 Hall J Williams, Elaine Labat, Ceara Herbert, Lindsey Lauto, Carl

5401 01/25/18 01/29/18 02/01/18 02/01/18 NHS Global Events IAUG-Avaya Engage 2018 2,000 Hall EF Hill, Mae Glaviano, Clifford Hihar, Suzan Hallaron, Lyn

5404 01/25/18 01/25/18 01/27/18 01/27/18 Young Men Illinois Club Inc. YMIC-Mardi Gras Ball 750 New Orleans Theater Locatto, Gina Newton, Nicole

5393 01/27/18 01/30/18 02/01/18 02/02/18 Informa Exhibitions U.S. Construction & Real Informa-2018Estate, Inc. The Special Event 1,200 Great Hall, Hall BC Williams, Elaine Lotten, Leslie Chauvin, Michelle Pavlovich, Sallee

5397 01/28/18 01/30/18 01/31/18 02/01/18 Gulf Publishing Company OPCTI-Underground Construction Technology 1,200 Hall D Krane, Stew Feichter, Brad Chauvin, Michelle Pennison, Ted

5399 01/29/18 01/31/18 02/02/18 02/03/18 Association of Marina Industries AMI-International Marina & Boatyard Conference 900 Hall I-1 Johnson, Kelly Boudoin, Judy Hihar, Suzan

6761 01/29/18 01/29/18 01/31/18 01/31/18 Calabrio Inc. IAUG-Calabrio 1 MR 383 Hill, Mae Glaviano, Clifford

6763 01/30/18 01/30/18 01/30/18 01/30/18 VOX Network Solutions IAUG-VOX 1 MR 384 Hill, Mae Glaviano, Clifford

5424 02/01/18 02/03/18 02/04/18 02/04/18 Empire Gymnastics Academy EG-New Orleans Jazz Invite 750 Hall H Williams, Elaine Newton, Nicole Hopkins, Cristin

5428 02/01/18 02/02/18 02/03/18 02/03/18 Krewe of Dorians DORIANS-Mardi Gras Ball 500 New Orleans Theater Locatto, Gina Lehn, Rose

5416 02/02/18 02/06/18 02/08/18 02/09/18 Naylor Association Solutions UI-Underwater Intervention Expo 1,000 Hall E Krane, Stew Oubre, Erin Herbert, Lindsey Glover, Donna

5420 02/02/18 02/06/18 02/08/18 02/10/18 Informa Exhibitions U.S. Construction & Real IRE-InternationalEstate, Inc. Roofing Expo 10,000 Great Hall, Hall BCD Williams, Elaine Lemoine, Garrett Jackson, PhoneciaPennison, Ted

5427 02/02/18 02/02/18 02/02/18 02/03/18 Mystic Krewe of Femme Fatale MKFF-Mardi Gras 2,000 La Nouvelle Orleans Ballroom Wilton, William Sulony, Leah Jackson, Phonecia

5410 02/06/18 02/11/18 02/12/18 02/13/18 BACCHUS-Rendezvous 8,500 Hall GHIJ Locatto, Gina Boudoin, Judy Hihar, Suzan

5423 02/07/18 02/07/18 02/07/18 02/07/18 Mystic Krewe of Nyx NYX-Parade Day Luncheon 2,850 Hall F Williams, Elaine Lotten, Leslie Borgula, Carly

5411 02/08/18 02/12/18 02/13/18 02/13/18 ORPHEUS-Orpheuscapade 6,000 Hall FGHI Locatto, Gina Ferrouillet, Demetria Borgula, Carly

5418 02/08/18 02/09/18 02/09/18 02/10/18 Zulu Social Aid & Pleasure Club ZULU-Coronation Ball 24,500 Hall FGHI Locatto, Gina Lemoine, Garrett Jackson, Phonecia

6780 02/12/18 02/12/18 02/12/18 02/12/18 Riverwalk Marketplace (New Orleans), LLC Lundi Gras Rex and Zulu 1,000 Minyard, Michelle

5417 02/14/18 02/19/18 02/21/18 02/23/18 American Rental Association ARA-The Rental Show 9,000 Hall DEFGHIJ Hill, Mae Jones, Cassie Chauvin, Michelle Lauto, Carl

5412 02/18/18 02/22/18 02/24/18 02/25/18 American Physical Therapy Association APTA-2018 Annual Convention 7,500 Great Hall, Hall BC Johnson, Kelly Glaviano, Clifford Borgula, Carly Glover, Donna

5439 02/25/18 02/26/18 02/27/18 02/27/18 Education Foundation of the LRA, INC LRA-Pro-Start 500 Hall J Johnson, Kelly Newton, Nicole

5433 02/27/18 03/07/18 03/09/18 03/12/18 American Academy of Orthopaedic Surgeons AAOS-AAOS Annual Meeting 30,000 Great Hall, Hall BCDEFGHI-1 Williams, Elaine Lotten, Leslie Benoit, Jillian Banasch, Cara

5419 02/28/18 03/02/18 03/03/18 03/04/18 Competitor Group, Inc. RNR-Rock 'N' Roll New Orleans Marathon 20,000 Hall J Williams, Elaine Labat, Ceara Marriott, Linsey

6663 03/01/18 03/01/18 03/10/18 03/10/18 BeauCoup Holdings, LLC BUKU-Buku Festival 38,000 Lot K Wilton, William

5437 03/02/18 03/03/18 03/03/18 03/03/18 Capella University CU-Commencement Ceremonies 7,000 New Orleans Theater Hill, Mae Newton, Nicole Hallaron, Lyn

5435 03/08/18 03/10/18 03/11/18 03/12/18 Worldwide Spirit Association WSA-Grand Nationals Cheerleading Event 5,000 Hall IJ Williams, Elaine Labat, Ceara Marriott, Linsey Hopkins, Cristin

5438 03/13/18 03/16/18 03/18/18 03/19/18 Paramount Shows, Inc. GNOIAS-Greater New Orleans International Auto Show/Spice2,500 Hallof Life I-2J Woman's Expo Williams, Elaine Castine, Lauren Glover, Donna

5432 03/14/18 03/19/18 03/21/18 03/23/18 American Chemical Society ACS-Semi-Annual Spring Convention 14,000 Great Hall, Hall BCDE Williams, Elaine Ferrouillet, Demetria Hihar, Suzan Pavlovich, Sallee

5434 03/21/18 03/25/18 03/27/18 03/29/18 Association of periOperative Registered NursesAPRN-AORN Congress 12,000 Hall FGHIJ Williams, Elaine Glaviano, Clifford Chauvin, Michelle Pavlovich, Sallee

5436 03/30/18 04/05/18 04/08/18 04/10/18 Event Services, Inc./Subsidiary of World WrestlingWWE-Wrestlemania Ent 30,000 Great Hall, Hall BCD Williams, Elaine Jones, Cassie Jackson, PhoneciaNedd, Fay

5444 04/08/18 04/11/18 04/13/18 04/13/18 Nonprofit Technology Network NTEN-The Nonprofit Technology Network-Nonprofit T2,000 Hall FG Krane, Stew Feichter, Brad Chauvin, Michelle Dufauchard, Raquel Event ID In Date Start Date End Date Out Date Account Description Forecast Attendance Anchor Venue Sales Manager Event Manager Food and BeverageCVB Manager Sales Manager

5450 04/10/18 04/12/18 04/13/18 04/13/18 National Safety Council NSC-2018 National Safety Council Southern Conference300 & ExpoHall (NSC E SC&E) Hill, Mae Oubre, Erin Herbert, Lindsey Hallaron, Lyn

5447 04/11/18 04/15/18 04/17/18 04/18/18 Association of Fundraising Professionals AFP-International Fundraising Conference 5,000 Hall CD Johnson, Kelly Ferrouillet, Demetria Benoit, Jillian Ives, Susan

6341 04/11/18 04/12/18 04/13/18 04/13/18 Intralox, LLC Intralox Customer Event 300 Hall Section B2-1 Krane, Stew Labat, Ceara

5448 04/13/18 04/14/18 04/15/18 04/15/18 The One Cheer & Dance Finals THE ONE-Cheer and Dance Finals 1,000 Hall I-2J Williams, Elaine Labat, Ceara Marriott, Linsey Hopkins, Cristin

5441 04/14/18 04/19/18 04/21/18 04/23/18 American College of Physicians ACP-Annual Session 2018 10,000 Hall GHIJ Johnson, Kelly Boudoin, Judy Jackson, PhoneciaDufauchard, Raquel

5446 04/18/18 04/21/18 04/24/18 04/24/18 American Planning Association APA-2018 APA National Planning Conference 5,500 Great Hall, Hall B Hill, Mae Castine, Lauren Hihar, Suzan Hallaron, Lyn

5452 04/19/18 04/20/18 04/20/18 04/20/18 Tulane University TSSE-Tulane Engineering Forum 500 La Nouvelle Orleans Ballroom Hill, Mae Newton, Nicole Dufauchard, Raquel

5445 04/24/18 04/30/18 05/02/18 05/03/18 American Association of Neurological SurgeonsAANS-2018 Annual Meeting 5,000 Hall HIJ Hill, Mae Glaviano, Clifford Borgula, Carly Hallaron, Lyn

5449 04/27/18 05/01/18 05/03/18 05/05/18 Founders US, Inc. CC-Collision Conference 2018 10,000 Hall DE Krane, Stew Jones, Cassie Borgula, Carly Pavlovich, Sallee

5469 05/01/18 05/02/18 05/03/18 05/03/18 International Association for Exhibitions & EventsIAEE-MATSO Meeting 30 Ma Maison Williams, Elaine Oubre, Erin

5463 05/06/18 05/09/18 05/11/18 05/12/18 Anne Holland Ventures, d.b.a. Marijuana BusinessMBD-Marijuana Business Conference & Expo 6,500 Hall I-2J Krane, Stew Lemoine, Garrett Herbert, Lindsey Pavlovich, Sallee

5466 05/06/18 05/08/18 05/10/18 05/11/18 Opus Events Agency Nutanix-Next 2018-Americas 8,000 Great Hall, Hall BCD Krane, Stew Lotten, Leslie Jackson, PhoneciaLee, Erica

5462 05/12/18 05/16/18 05/18/18 05/18/18 Envestnet Asset Management, Inc. EAMI-2018 Envestnet Advisor Summit 1,500 Great Hall, Hall B Hill, Mae Ferrouillet, Demetria Marriott, Linsey Dufauchard, Raquel

5465 05/13/18 05/14/18 05/17/18 05/18/18 Louisiana State University LSU-Interpore 10th International Conference on Porous750 MediaHall & Annual I-1 Meeting Krane, Stew Oubre, Erin Marriott, Linsey Hopkins, Cristin

5459 05/15/18 05/18/18 05/21/18 05/22/18 Helen Brett Enterprises, Inc. HBE-International Jewelry and Merchandise Show 15,000 Hall J Williams, Elaine Labat, Ceara Herbert, Lindsey Lauto, Carl

5457 05/16/18 05/21/18 05/22/18 05/23/18 American Academy of Physician Assistants AAPA-2018 AAPA 9,000 Hall CD Williams, Elaine Boudoin, Judy Benoit, Jillian Pavlovich, Sallee

5475 05/23/18 06/10/18 06/12/18 06/15/18 International Dairy-Deli-Bakery Association IDDBA-Annual National Convention 8,100 Hall DEFGHIJ Hill, Mae Glaviano, Clifford Benoit, Jillian Hallaron, Lyn

6591 05/24/18 05/24/18 05/27/18 05/27/18 New Orleans Wine & Food Experience NOWFE-2018 2,000 Hall BC Minyard, Michelle Ehlinger O'Brien, Rebecca

5464 05/29/18 05/30/18 06/01/18 06/02/18 Sound Planning CRCL-State of the Coast 2018 800 Great Hall Johnson, Kelly Feichter, Brad

5468 05/29/18 05/30/18 06/01/18 06/01/18 Louisiana Department of Education LDE-Teacher Leader Summit 5,000 Hall CDE Johnson, Kelly Sulony, Leah Hopkins, Cristin

5478 06/03/18 06/06/18 06/07/18 06/08/18 Experient NACE-National Association of Colleges & Employers 2,000 Great Hall Johnson, Kelly Labat, Ceara Hihar, Suzan Lauto, Carl

5476 06/06/18 06/10/18 06/13/18 06/14/18 American Specialty Toy Retailing Association ASTRA-Marketplace & Academy 1,500 Great Hall, Hall BC Hill, Mae Sulony, Leah Borgula, Carly Hallaron, Lyn

5460 06/13/18 06/15/18 06/16/18 06/16/18 Dancer's Pointe, LLC Dancer's Pointe-Dance Recital 2,500 New Orleans Theater Williams, Elaine Newton, Nicole

5472 06/15/18 06/17/18 06/19/18 06/20/18 National Sheriffs' Association NSA-NSA Annual Conference and Exposition 4,000 Great Hall, Hall BC Minyard, Michelle Oubre, Erin Chauvin, Michelle Ives, Susan

5471 06/18/18 06/18/18 06/28/18 06/28/18 American Library Association ALA-2018 Annual Conference and Exposition 20,000 Hall FGHIJ Hill, Mae Jones, Cassie Jackson, PhoneciaHallaron, Lyn

5477 06/19/18 06/20/18 06/24/18 06/24/18 National Parent Teacher Association NPTA-National PTA 1,500 Hall DE Minyard, Michelle Boudoin, Judy Chauvin, Michelle Glover, Donna

5479 06/20/18 06/20/18 06/21/18 06/22/18 Ochsner Health System Ochsner-Power of One, System Leadership Meeting, and1,500 SpiritHall of BLeadership Hill, Mae

5473 06/23/18 06/23/18 06/30/18 06/30/18 National Athletic Trainers' Association NATA-NATA Clinical Symposia & AT Expo 11,500 Great Hall, Hall BCDE Hill, Mae Lotten, Leslie Borgula, Carly Glover, Donna

5483 07/01/18 07/05/18 07/08/18 07/11/18 Essence Communications: ESSENCE Festival ESSENCE-2018 Essence Festival 125,000 Great Hall, Hall BC Williams, Elaine Lemoine, Garrett Hihar, Suzan Dufauchard, Raquel

5489 07/04/18 07/11/18 07/13/18 07/14/18 Billiard Congress of America BCA-BCA Expo 1,500 Hall I-2J Krane, Stew Feichter, Brad Marriott, Linsey Hopkins, Cristin

5484 07/10/18 07/12/18 07/15/18 07/18/18 Moose International, Inc. MI-Annual North American Convention 6,000 Great Hall Hill, Mae Boudoin, Judy Herbert, Lindsey Lauto, Carl

5487 07/16/18 07/18/18 07/22/18 07/23/18 Zeta Phi Beta Sorority Inc. ZPBS-Zeta Phi Beta Sorority 2018 Grand Boule 3,500 Hall B2C Minyard, Michelle Ferrouillet, Demetria Borgula, Carly Glover, Donna

5485 07/17/18 07/18/18 07/21/18 07/21/18 The Church Network TCN-The Church Network 1,000 Great Hall, Hall B1 Krane, Stew Glaviano, Clifford Jackson, PhoneciaLauto, Carl

5486 07/21/18 07/24/18 07/28/18 07/28/18 The Gideons International TGI-2018 Gideons International Convention 4,000 Hall I-2J Krane, Stew Labat, Ceara Chauvin, Michelle Dufauchard, Raquel

5488 07/21/18 07/23/18 07/25/18 07/26/18 Essence Girls Basketball EGB-Basketball on the Bayou 4,000 Hall FGH Williams, Elaine Newton, Nicole Hopkins, Cristin

5491 07/23/18 07/24/18 07/28/18 07/28/18 Star Dance Alliance, LLC, d.b.a. Imagine DanceIDC-Imagine Challenge Dance Challenge 1,325 Hall E Krane, Stew Hopkins, Cristin

5504 07/31/18 08/02/18 08/04/18 08/05/18 Netroots Nation Netroots Nation 2018 1,000 Great Hall, Hall B1 Johnson, Kelly Ives, Susan

5494 08/01/18 08/04/18 08/06/18 08/07/18 Education Foundation of the LRA, INC LRA-Food & Hospitality Expo 13,000 Hall IJ Johnson, Kelly Oubre, Erin Herbert, Lindsey Ehlinger O'Brien, Rebecca

5499 08/03/18 08/06/18 08/10/18 08/10/18 Ecological Society of America ESA Annual Meeting 4,500 Hall E Johnson, Kelly Boudoin, Judy Jackson, PhoneciaComboy, Allison

5507 08/04/18 08/06/18 08/09/18 08/10/18 PSA USGSA-2018 GSA Smartpay Training Forum 3,000 New Orleans Theater Johnson, Kelly Castine, Lauren Hopkins, Cristin

5495 08/13/18 08/16/18 08/19/18 08/20/18 Helen Brett Enterprises, Inc. HBE-New Orleans Gift and Jewelry Show 15,000 Hall I-2J Williams, Elaine Labat, Ceara Herbert, Lindsey Lauto, Carl Event ID In Date Start Date End Date Out Date Account Description Forecast Attendance Anchor Venue Sales Manager Event Manager Food and BeverageCVB Manager Sales Manager

5498 08/18/18 08/20/18 08/22/18 08/22/18 Ancient Egyptian Arabic Order of the Nobles ofAEAONMS-Annual the Mystic Shrine Imperial Session 6,000 Great Hall, Hall B Minyard, Michelle Ferrouillet, Demetria Herbert, Lindsey Dufauchard, Raquel

5497 08/21/18 08/21/18 08/28/18 08/28/18 National Guard Association of the United States,NGAUS-140TH Inc. NGAUS General Conference and Exhibition4,000 Hall HIJ Johnson, Kelly Jones, Cassie Mesfin, Helen

5501 08/21/18 08/23/18 08/24/18 08/24/18 Ochsner Health System Ochsner-Power of One, Power of the Practice 3,500 La Nouvelle Orleans Ballroom Hill, Mae

5496 09/05/18 09/06/18 09/08/18 09/08/18 New Orleans Ernest N. Morial Convention CenterFarm & Table 1,200 Great Hall Johnson, Kelly Lemoine, Garrett Lauto, Carl

5511 09/06/18 09/13/18 09/15/18 09/16/18 Rodan & Fields Dermatologists R&F-Project 38 18,000 Great Hall, Hall BCDEFGH Krane, Stew Glaviano, Clifford Jackson, PhoneciaLee, Erica

6556 09/17/18 09/17/18 09/19/18 09/19/18 Donovan Marine Donovan Marine-Annual Meeting 1,000 Hall C Minyard, Michelle Ehlinger O'Brien, Rebecca

5510 09/24/18 10/01/18 10/03/18 10/05/18 Water Environment Federation WEF-2018 WEFTEC 18,000 Great Hall, Hall BCDEFGHIJ Williams, Elaine Lemoine, Garrett Hihar, Suzan Pavlovich, Sallee

5515 10/06/18 10/15/18 10/15/18 10/15/18 American Academy of Family Physicians AAFP-AAFP Assembly and Congress of Delegates 13,000 Great Hall, Hall BCD Williams, Elaine Jones, Cassie Chauvin, Michelle Pavlovich, Sallee

5520 10/07/18 10/10/18 10/13/18 10/13/18 Mahindra USA, Inc. Mahindra USA, Inc.-North American National Dealer 1,300 Hall EFG Krane, Stew Boudoin, Judy Pennison, Ted

5514 10/10/18 10/14/18 10/16/18 10/17/18 International Foundation of Employee BenefitIFEBP-2018 Plans IFEBP Conference 12,000 Hall HIJ Williams, Elaine Glaviano, Clifford Borgula, Carly Pavlovich, Sallee

5517 10/17/18 10/22/18 10/25/18 10/27/18 Tableau Software, Inc. TS-Tableau Software 2018 15,000 Great Hall, Hall BCDEFGHIJ Williams, Elaine Lotten, Leslie Benoit, Jillian Pavlovich, Sallee

5518 10/28/18 10/31/18 11/02/18 11/03/18 Society of American Military Engineers * SAME-2018 Small Business Conference 1,500 Great Hall, Hall B Johnson, Kelly Feichter, Brad Borgula, Carly Ives, Susan

5519 10/29/18 11/01/18 11/02/18 11/02/18 WaterJet Technology Association/Industrial &WJTA-IMCA-Expo Municipal Cleaning Association 1,200 Hall I-2J Hill, Mae Hallaron, Lyn

5529 11/02/18 11/04/18 11/04/18 11/04/18 The Roman Catholic Archdiocese of New OrleansThe Roman Catholic Archdiocese of New Orleans-World2,000 YouthNew Day Orleans Theater Johnson, Kelly

6624 11/03/18 11/03/18 11/03/18 11/04/18 Brother Martin High School BMHS-Homecoming Dance 1,400 Great Hall Johnson, Kelly

5526 11/05/18 11/08/18 11/09/18 11/10/18 Athletic Business Media ABM-2018 Athletic Business Conference 1,700 Great Hall, Hall BC Williams, Elaine Glaviano, Clifford Pavlovich, Sallee

5527 11/05/18 11/07/18 11/09/18 11/09/18 Design-Build Institute of America DBIA-DBIA 2018 Annual Conference 1,600 Hall D Johnson, Kelly Boudoin, Judy Jackson, PhoneciaIves, Susan

5528 11/10/18 11/13/18 11/15/18 11/16/18 Access Intelligence, LLC AI-2018 Clean Gulf Conference & Exhibition 1,800 Hall D Krane, Stew Castine, Lauren Chauvin, Michelle Pavlovich, Sallee

5523 11/13/18 11/16/18 11/19/18 11/20/18 Helen Brett Enterprises, Inc. HBE-International Jewelry and Merchandise Show 30,000 Hall HIJ Williams, Elaine Labat, Ceara Herbert, Lindsey Lauto, Carl

5525 11/13/18 11/13/18 11/19/18 11/19/18 American Council on the Teaching of Foreign ACTFL-2018Languages ACTFL Conference 7,000 Great Hall, Hall BC Minyard, Michelle Oubre, Erin Borgula, Carly Ives, Susan

5532 11/13/18 11/15/18 11/15/18 11/15/18 Ochsner Health System Ochsner- System Leadership Meeting 1,400 New Orleans Theater Hill, Mae

5522 11/21/18 11/28/18 11/30/18 12/03/18 Diversified Communications IWBS-The International Workboat Show 14,000 Great Hall, Hall BCDEF Williams, Elaine Jones, Cassie Benoit, Jillian Pavlovich, Sallee

5524 11/28/18 11/28/18 12/04/18 12/04/18 American Epilepsy Society AES-2018 Annual Meeting 4,000 Hall GH Johnson, Kelly Ferrouillet, Demetria Chauvin, Michelle Glover, Donna

5535 12/04/18 12/04/18 12/14/18 12/14/18 International Association of Exhibitions & EventsIAEE-IAEE Expo! Expo! 2,700 Hall DE Williams, Elaine Lemoine, Garrett Borgula, Carly Pavlovich, Sallee

5536 12/06/18 12/08/18 12/10/18 12/11/18 Southern Association of Colleges & Schools CommissionSACSC-Commission on Colleges On Colleges 2018 Annual Meeting4,500 Great Hall, Hall B Minyard, Michelle Boudoin, Judy Hihar, Suzan Pennison, Ted

New Orleans Morial Convention Center Linear Park Bid Set New Orleans, Louisiana 16-January-2018 © MA EDR N14023/14027

SECTION 01 22 00

MEASUREMENT AND PAYMENT

PART 1 GENERAL

1.1 SCOPE

A. Payment for the various items of the Unit Price Form, as further specified herein, shall include all compensation to be received by the CONTRACTOR for furnishing all tools, equipment, supplies, and manufactured articles, and for all labor, Contractor and Subcontractor overhead and profit, extended job site costs, general requirements, operations, and incidentals appurtenant to the items of work being described, as necessary to complete the various items of the WORK all in accordance with the requirements of the Contract Documents, including all appurtenances thereto, and including all costs of permits and cost of compliance with the regulations of public agencies having jurisdiction, including Safety and Health Requirements of the Occupational Safety and Health Administration of the U.S. Department of Labor (OSHA). No separate payment will be made for any item that is not specifically set forth in the Unit Price Form, and all costs therefore shall be included in the prices named in the Unit Price Form for the various appurtenant items of work.

B. Definition: Unit price is an amount incorporated into the Agreement, applicable during the duration of the Work as a price per unit of measurement for materials, equipment, or services, or a portion of the Work, added to or deducted from the Contract Sum by appropriate modification, if the scope of Work or estimated quantities of Work required by the Contract Documents are increased or decreased.

1.2 RELATED DOCUMENTS

A. This Section References the following Standard Specifications:

(1) City of New Orleans Department of Public Works General Specifications for Street Paving – 2015 Edition

(2) New Orleans Sewerage and Water Board of New Orleans General Specifications – current edition

(3) Louisiana Department of Transportation and Development Standard Specifications for Roads and Bridges 2016 Edition (“Green Book”)

B. Section 01 26 00 – Contract Modification Procedures

C. Section 01 29 00 – Payment Procedures

Section 01 22 00 MEASUREMENT AND PAYMENT Page 1 of 36

New Orleans Morial Convention Center Linear Park Bid Set New Orleans, Louisiana 16-January-2018 © MA EDR N14023/14027

1.3 FINAL AUTHORITY

A. The ARCHITECT shall be the judge of the accuracy of measurements, or approximations made in lieu of accurate determinations and these decisions shall be binding upon both parties.

B. The quantities in the Unit Price Form are calculated approximations. Payment will be made in accordance with measurement and payment requirements for pay items shown on the Unit Price form and other requirements of the contract. Pay item quantities may be increased, decreased or eliminated by the ARCHITECT by way of a change order. If actual quantities differ from bid quantities by +/- 10% or less, ARCHITECT may elect to defer adjustments for these quantities until the final reconciliation of quantities.

C. Nothing in the plans, specifications, or anywhere else in the contract is intended to amend, prohibit or release the contractor from performance of the work specified in the plans and specifications for which no direct pay item is included.

1.4 INTERPRETATION OF DOCUMENTS

A. In the event of any conflicts between this Section and any other locations in the Contract Documents, this Section shall govern for the purposes of Measurement and Payment. Any other conflicts shall be governed by the procedures outlined in the Contract Documents.

PART 2 PRODUCTS (NOT USED)

PART 3 EXECUTION (NOT USED)

PART 4 BID ITEM SCHEDULE

4.1 BASE BID SCOPE NOT COVERED BY OTHER LINE ITEMS (LUMP SUM) – Bid Item No.: LS-BB

A. Pay Unit – Lump Sum (LS)

B. There will be no measurement for this item.

C. Payment for this item will be made at the unit price named in the Bid Form which price shall constitute full compensation for completion of all Base Bid work detailed on the plans that is not otherwise included in the other Bid Items. This generally includes, but is not limited to, the following scope: civil, landscaping, architectural, structural, electrical, mechanical, fire protection, earthwork, and transportation.

4.2 CLEARING AND GRUBBING - Bid Item No.: C201(01)

A. Pay Unit – Lump Sum (LS)

B. Measurement shall be performed in accordance with Section C201 of the City of New Orleans Department of Public Works General Specifications for Street Paving – 2015 Edition. Section 01 22 00 MEASUREMENT AND PAYMENT Page 2 of 36

New Orleans Morial Convention Center Linear Park Bid Set New Orleans, Louisiana 16-January-2018 © MA EDR N14023/14027

C. Payment shall be performed in accordance with Section C201 of the City of New Orleans Department of Public Works General Specifications for Street Paving – 2015 Edition.

4.3 REMOVAL AND DISPOSAL OF EXISTING PORTLAND CEMENT CONCRETE PAVEMENT - Bid Item No.: C202(52)(C)

A. Pay Unit – Square Yard (SY)

B. Measurement shall be performed in accordance with Section C202 of the City of New Orleans Department of Public Works General Specifications for Street Paving – 2015 Edition.

C. Payment shall be performed in accordance with Section C202 of the City of New Orleans Department of Public Works General Specifications for Street Paving – 2015 Edition.

D. For the purposes of bidding, Contractor shall assume 9” (+/- 1”) depth for existing concrete pavement.

4.4 REMOVAL AND DISPOSAL OF EXISTING CONCRETE SIDEWALK OR DRIVEWAY - Bid Item No.: C202(52)(D.1)

A. Pay Unit – Square Yard (SY)

B. Measurement shall be performed in accordance with Section C202 of the City of New Orleans Department of Public Works General Specifications for Street Paving – 2015 Edition.

C. Payment shall be performed in accordance with Section C202 of the City of New Orleans Department of Public Works General Specifications for Street Paving – 2015 Edition.

D. For the purposes of bidding, Contractor shall assume is up to 6” (+/- 1”) depth for existing concrete sidewalk and driveways.

4.5 REMOVAL AND DISPOSAL OF EXISTING BRICK SIDEWALK OR DRIVEWAY – Bid Item No.: C202(52)(D.2)

A. Pay Unit – Square Yard (SY)

B. Measurement shall be performed in accordance with Section C202 of the City of New Orleans Department of Public Works General Specifications for Street Paving – 2015 Edition.

C. Payment shall be performed in accordance with Section C202 of the City of New Orleans Department of Public Works General Specifications for Street Paving – 2015 Edition.

D. For the purposes of bidding, Contractor shall assume existing brick sidewalks and driveways are constructed in accordance with City of New Orleans Department of Section 01 22 00 MEASUREMENT AND PAYMENT Page 3 of 36

New Orleans Morial Convention Center Linear Park Bid Set New Orleans, Louisiana 16-January-2018 © MA EDR N14023/14027

Public Works standards (brick pavers underlain by mortar bed and 5” (+/- 1”) concrete base). Contractor may salvage and reuse brick pavers to be used to repair any damages that may occur to existing brick sidewalk to remain during construction.

4.6 REMOVAL AND DISPOSAL OF EXISTING CONCRETE CURB – Bid Item No.: C202(52)(E)

A. Pay Unit – Linear Foot (LF)

B. Measurement shall be performed in accordance with Section C202 of the City of New Orleans Department of Public Works General Specifications for Street Paving – 2015 Edition.

C. Payment shall be performed in accordance with Section C202 of the City of New Orleans Department of Public Works General Specifications for Street Paving – 2015 Edition.

D. This item shall include all forms of concrete curb designated for removal on the plans, including but not limited to: barrier curb, depressed curb, mountable curb, and all forms of concrete curb and gutterbottom. No additional payment shall be made for removal of gutterbottoms.

4.7 REMOVAL OF EXISTING ASPHALTIC CONCRETE PAVEMENT – Bid Item No.: C202(52)(G)

A. Pay Unit – Square Yard (SY)

B. Measurement shall be performed in accordance with Section C202 of the City of New Orleans Department of Public Works General Specifications for Street Paving – 2015 Edition.

C. Payment shall be performed in accordance with Section C202 of the City of New Orleans Department of Public Works General Specifications for Street Paving – 2015 Edition.

4.8 SAW CUT CONCRETE PAVEMENT (UP TO 6” DEPTH (+/- ½”)) – Bid Item No.: C202(55)(A)

A. Pay Unit – Linear Foot (LF)

B. Measurement shall be performed in accordance with Section C202 of the City of New Orleans Department of Public Works General Specifications for Street Paving – 2015 Edition.

C. Payment shall be performed in accordance with Section C202 of the City of New Orleans Department of Public Works General Specifications for Street Paving – 2015 Edition.

D. This item shall include all saw cutting of concrete pavement up to and including 6” (+/- ½”) depth. For sawcut of brick sidewalks and driveways, brick shall be included along with the concrete base in determining section depth. Section 01 22 00 MEASUREMENT AND PAYMENT Page 4 of 36

New Orleans Morial Convention Center Linear Park Bid Set New Orleans, Louisiana 16-January-2018 © MA EDR N14023/14027

4.9 SAW CUT CONCRETE PAVEMENT (7” - 9” DEPTH (+/- ½”)) – Bid Item No.: C202(55)(B)

A. Pay Unit – Linear Foot (LF)

B. Measurement shall be performed in accordance with Section C202 of the City of New Orleans Department of Public Works General Specifications for Street Paving – 2015 Edition.

C. Payment shall be performed in accordance with Section C202 of the City of New Orleans Department of Public Works General Specifications for Street Paving – 2015 Edition.

D. This item shall include all saw cutting of concrete pavement 7” (+/- ½”) depth to 9” (+/- ½”) depth. For sawcut of brick sidewalks and driveways, brick shall be included along with the concrete base in determining section depth.

4.10 SAW CUT CONCRETE CURB - Bid Item No.: C202(55)(C)

A. Pay Unit – Linear Foot (LF)

B. Measurement shall be performed in accordance with Section C202 of the City of New Orleans Department of Public Works General Specifications for Street Paving – 2015 Edition.

C. Payment shall be performed in accordance with Section C202 of the City of New Orleans Department of Public Works General Specifications for Street Paving – 2015 Edition.

D. This item shall include all saw cutting of all concrete curb according to plans, regardless of depth or type of curb.

4.11 SAW CUT, WHEEL CUT OR SPADE CUT EXISTING ASPHALT (UP TO 8” DEPTH) - Bid Item No.: C202(56)

A. Pay Unit – Linear Foot (LF)

B. Measurement shall be performed in accordance with Section C202 of the City of New Orleans Department of Public Works General Specifications for Street Paving – 2015 Edition.

C. Payment shall be performed in accordance with Section C202 of the City of New Orleans Department of Public Works General Specifications for Street Paving – 2015 Edition.

4.12 ROADWAY EXCAVATION - Bid Item No.: C203(51)

A. Pay Unit – Cubic Yard (CY)

Section 01 22 00 MEASUREMENT AND PAYMENT Page 5 of 36

New Orleans Morial Convention Center Linear Park Bid Set New Orleans, Louisiana 16-January-2018 © MA EDR N14023/14027

B. Measurement shall be performed in accordance with Section C203 of the City of New Orleans Department of Public Works General Specifications for Street Paving – 2015 Edition.

C. Payment shall be performed in accordance with Section C203 of the City of New Orleans Department of Public Works General Specifications for Street Paving – 2015 Edition.

4.13 UNSUITABLE SUBGRADE EXCAVATION & SAND FILLING - Bid Item No.: C203(58)

A. Pay Unit – Cubic Yard (CY), Truck Measure

B. Measurement shall be performed in accordance with Section C203 of the City of New Orleans Department of Public Works General Specifications for Street Paving – 2015 Edition.

C. Payment shall be performed in accordance with Section C203 of the City of New Orleans Department of Public Works General Specifications for Street Paving – 2015 Edition.

D. This item shall only be employed in locations authorized by the Engineer.

4.14 GEOTEXTILE FABRIC - Bid Item No.: C203(59)

A. Pay Unit – Square Yard (SY)

B. Measurement shall be performed in accordance with Section C203 of the City of New Orleans Department of Public Works General Specifications for Street Paving – 2015 Edition.

C. Payment shall be performed in accordance with Section C203 of the City of New Orleans Department of Public Works General Specifications for Street Paving – 2015 Edition.

4.15 GEOGRID - Bid Item No.: C203(60)

A. Pay Unit – Square Yard (SY)

B. Measurement shall be performed in accordance with Section C203 of the City of New Orleans Department of Public Works General Specifications for Street Paving – 2015 Edition.

C. Payment shall be performed in accordance with Section C203 of the City of New Orleans Department of Public Works General Specifications for Street Paving – 2015 Edition.

4.16 BASE COURSE - Bid Item No.: C302(51)

A. Pay Unit – Cubic Yard (CY), Net Section

Section 01 22 00 MEASUREMENT AND PAYMENT Page 6 of 36

New Orleans Morial Convention Center Linear Park Bid Set New Orleans, Louisiana 16-January-2018 © MA EDR N14023/14027

B. Measurement shall be performed in accordance with Section C302 of the City of New Orleans Department of Public Works General Specifications for Street Paving – 2015 Edition.

C. Payment shall be performed in accordance with Section C302 of the City of New Orleans Department of Public Works General Specifications for Street Paving – 2015 Edition.

4.17 SUBBASE COURSE - Bid Item No.: C302(53)

A. Pay Unit – Cubic Yard (CY), Net Section

B. Measurement shall be performed in accordance with Section C302 of the City of New Orleans Department of Public Works General Specifications for Street Paving – 2015 Edition.

C. Payment shall be performed in accordance with Section C302 of the City of New Orleans Department of Public Works General Specifications for Street Paving – 2015 Edition.

4.18 SCARIFYING & COMPACTING ROAD BED - Bid Item No.: C306(52)

A. Pay Unit – Square Yard (SY)

B. Measurement shall be performed in accordance with Section C306 of the City of New Orleans Department of Public Works General Specifications for Street Paving – 2015 Edition.

C. Payment shall be performed in accordance with Section C306 of the City of New Orleans Department of Public Works General Specifications for Street Paving – 2015 Edition.

4.19 TRAFFIC MAINTENANCE AGGREGATE - Bid Item No.: C402(51)

A. Pay Unit – Cubic Yard (CY), Truck Measure

B. Measurement shall be performed in accordance with Section C402 of the City of New Orleans Department of Public Works General Specifications for Street Paving – 2015 Edition.

C. Payment shall be performed in accordance with Section C402 of the City of New Orleans Department of Public Works General Specifications for Street Paving – 2015 Edition.

D. This item shall only be employed, as needed, to maintain traffic access during construction, as directed by the Engineer or the Contract Documents.

4.20 REINFORCED CONCRETE PAVEMENT (4” THICK) - Bid Item No.: C601(54)(A)

A. Pay Unit – Square Yard (SY)

Section 01 22 00 MEASUREMENT AND PAYMENT Page 7 of 36

New Orleans Morial Convention Center Linear Park Bid Set New Orleans, Louisiana 16-January-2018 © MA EDR N14023/14027

B. Measurement shall be performed in accordance with Section C601 of the City of New Orleans Department of Public Works General Specifications for Street Paving – 2015 Edition.

C. Payment shall be performed in accordance with Section C601 of the City of New Orleans Department of Public Works General Specifications for Street Paving – 2015 Edition.

D. This item shall include all 4” concrete pavement installed below concrete pavers.

4.21 REINFORCED CONCRETE PAVEMENT (9” THICK) - Bid Item No.: C601(54)(I)

A. Pay Unit – Square Yard (SY)

B. Measurement shall be performed in accordance with Section C601 of the City of New Orleans Department of Public Works General Specifications for Street Paving – 2015 Edition.

C. Payment shall be performed in accordance with Section C601 of the City of New Orleans Department of Public Works General Specifications for Street Paving – 2015 Edition.

D. This item shall include all 9” concrete roadway pavement and all 9” concrete pavement installed below concrete pavers and cobblestones.

4.22 SURCHARGE FOR HIGH EARLY STRENGTH (9” THICK) - Bid Item No.: C601(55)(I)

A. Pay Unit – Square Yard (SY)

B. Measurement shall be performed in accordance with Section C601 of the City of New Orleans Department of Public Works General Specifications for Street Paving – 2015 Edition.

C. Payment shall be performed in accordance with Section C601 of the City of New Orleans Department of Public Works General Specifications for Street Paving – 2015 Edition.

D. This item is intended to be used, as needed, in locations where it is deemed necessary to obtain high early strength. This item shall only be employed in locations authorized by the Engineer.

4.23 REINFORCED CONCRETE PIPE (15”) - Bid Item No.: C701(53)(F)

A. Pay Unit – Linear Foot (LF)

B. Measurement shall be performed in accordance with Section C701 of the City of New Orleans Department of Public Works General Specifications for Street Paving – 2015 Edition.

Section 01 22 00 MEASUREMENT AND PAYMENT Page 8 of 36

New Orleans Morial Convention Center Linear Park Bid Set New Orleans, Louisiana 16-January-2018 © MA EDR N14023/14027

C. Payment shall be performed in accordance with Section C701 of the City of New Orleans Department of Public Works General Specifications for Street Paving – 2015 Edition.

4.24 REINFORCED CONCRETE PIPE (18”) - Bid Item No.: C701(53)(G)

A. Pay Unit – Linear Foot (LF)

B. Measurement shall be performed in accordance with Section C701 of the City of New Orleans Department of Public Works General Specifications for Street Paving – 2015 Edition.

C. Payment shall be performed in accordance with Section C701 of the City of New Orleans Department of Public Works General Specifications for Street Paving – 2015 Edition.

4.25 REINFORCED CONCRETE PIPE (24”) - Bid Item No.: C701(53)(I)

A. Pay Unit – Linear Foot (LF)

B. Measurement shall be performed in accordance with Section C701 of the City of New Orleans Department of Public Works General Specifications for Street Paving – 2015 Edition.

C. Payment shall be performed in accordance with Section C701 of the City of New Orleans Department of Public Works General Specifications for Street Paving – 2015 Edition.

4.26 REINFORCED CONCRETE PIPE (36”) - Bid Item No.: C701(53)(M)

A. Pay Unit – Linear Foot (LF)

B. Measurement shall be performed in accordance with Section C701 of the City of New Orleans Department of Public Works General Specifications for Street Paving – 2015 Edition.

C. Payment shall be performed in accordance with Section C701 of the City of New Orleans Department of Public Works General Specifications for Street Paving – 2015 Edition.

4.27 REINFORCED CONCRETE PIPE (48”) - Bid Item No.: C701(53)(O)

A. Pay Unit – Linear Foot (LF)

B. Measurement shall be performed in accordance with Section C701 of the City of New Orleans Department of Public Works General Specifications for Street Paving – 2015 Edition.

C. Payment shall be performed in accordance with Section C701 of the City of New Orleans Department of Public Works General Specifications for Street Paving – 2015 Edition.

Section 01 22 00 MEASUREMENT AND PAYMENT Page 9 of 36

New Orleans Morial Convention Center Linear Park Bid Set New Orleans, Louisiana 16-January-2018 © MA EDR N14023/14027

4.28 YARD DRAIN SERVICE LINE (4” PVC) - Bid Item No.: C701(57)(A)

A. Pay Unit – Linear Foot (LF)

B. Measurement shall be performed in accordance with Section C701 of the City of New Orleans Department of Public Works General Specifications for Street Paving – 2015 Edition.

C. Payment shall be performed in accordance with Section C701 of the City of New Orleans Department of Public Works General Specifications for Street Paving – 2015 Edition.

4.29 DRAIN HOUSE CONNECTION (Up to 8”) FROM NEW DRAIN LINE TO BACK OF CURB - Bid Item No.: C701(70)

A. Pay Unit – Each (EA)

B. Measurement shall be performed in accordance with Section C701 of the City of New Orleans Department of Public Works General Specifications for Street Paving – 2015 Edition.

C. Payment shall be performed in accordance with Section C701 of the City of New Orleans Department of Public Works General Specifications for Street Paving – 2015 Edition.

4.30 DRAIN HOUSE CONNECTION (Up to 8”) BEYOND BACK OF CURB – Bid Item No.: C701(71)

A. Pay Unit – Linear Foot (LF)

B. Measurement shall be performed in accordance with Section C701 of the City of New Orleans Department of Public Works General Specifications for Street Paving – 2015 Edition.

C. Payment shall be performed in accordance with Section C701 of the City of New Orleans Department of Public Works General Specifications for Street Paving – 2015 Edition.

4.31 REMOVAL AND DISPOSAL OF EXISTING DRAIN LINES (NOT IN SAME TRENCH) INCLUDING BACKFILLING WITH RIVER SAND AND COMPACTION (6”) – Bid Item No.: C701(74)(B)

A. Pay Unit – Linear Foot (LF)

B. Measurement shall be performed in accordance with Section C701 of the City of New Orleans Department of Public Works General Specifications for Street Paving – 2015 Edition.

Section 01 22 00 MEASUREMENT AND PAYMENT Page 10 of 36

New Orleans Morial Convention Center Linear Park Bid Set New Orleans, Louisiana 16-January-2018 © MA EDR N14023/14027

C. Payment shall be performed in accordance with Section C701 of the City of New Orleans Department of Public Works General Specifications for Street Paving – 2015 Edition.

4.32 REMOVAL AND DISPOSAL OF EXISTING DRAIN LINES (NOT IN SAME TRENCH) INCLUDING BACKFILLING WITH RIVER SAND AND COMPACTION (10”) – Bid Item No.: C701(74)(D)

A. Pay Unit – Linear Foot (LF)

B. Measurement shall be performed in accordance with Section C701 of the City of New Orleans Department of Public Works General Specifications for Street Paving – 2015 Edition.

C. Payment shall be performed in accordance with Section C701 of the City of New Orleans Department of Public Works General Specifications for Street Paving – 2015 Edition.

4.33 REMOVAL AND DISPOSAL OF EXISTING DRAIN LINES (NOT IN SAME TRENCH) INCLUDING BACKFILLING WITH RIVER SAND AND COMPACTION (18”) – Bid Item No.: C701(74)(G)

A. Pay Unit – Linear Foot (LF)

B. Measurement shall be performed in accordance with Section C701 of the City of New Orleans Department of Public Works General Specifications for Street Paving – 2015 Edition.

C. Payment shall be performed in accordance with Section C701 of the City of New Orleans Department of Public Works General Specifications for Street Paving – 2015 Edition.

4.34 REMOVAL AND DISPOSAL OF EXISTING DRAIN LINES (NOT IN SAME TRENCH) INCLUDING BACKFILLING WITH RIVER SAND AND COMPACTION (36”) – Bid Item No.: C701(74)(M)

A. Pay Unit – Linear Foot (LF)

B. Measurement shall be performed in accordance with Section C701 of the City of New Orleans Department of Public Works General Specifications for Street Paving – 2015 Edition.

C. Payment shall be performed in accordance with Section C701 of the City of New Orleans Department of Public Works General Specifications for Street Paving – 2015 Edition.

4.35 REMOVAL AND DISPOSAL OF EXISTING DRAIN LINES (NOT IN SAME TRENCH) INCLUDING BACKFILLING WITH RIVER SAND AND COMPACTION (48”) – Bid Item No.: C701(74)(O)

A. Pay Unit – Linear Foot (LF) Section 01 22 00 MEASUREMENT AND PAYMENT Page 11 of 36

New Orleans Morial Convention Center Linear Park Bid Set New Orleans, Louisiana 16-January-2018 © MA EDR N14023/14027

B. Measurement shall be performed in accordance with Section C701 of the City of New Orleans Department of Public Works General Specifications for Street Paving – 2015 Edition.

C. Payment shall be performed in accordance with Section C701 of the City of New Orleans Department of Public Works General Specifications for Street Paving – 2015 Edition.

4.36 NO. 1 STANDARD BRICK DRAIN MANHOLE - Bid Item No.: C702(52)(I)

A. Pay Unit – Foot Height (FH)

B. Measurement shall be performed in accordance with Section C702 of the City of New Orleans Department of Public Works General Specifications for Street Paving – 2015 Edition.

C. Payment shall be performed in accordance with Section C702 of the City of New Orleans Department of Public Works General Specifications for Street Paving – 2015 Edition.

4.37 NO. 2 STANDARD BRICK DRAIN MANHOLE - Bid Item No.: C702(52)(K)

A. Pay Unit – Foot Height (FH)

B. Measurement shall be performed in accordance with Section C702 of the City of New Orleans Department of Public Works General Specifications for Street Paving – 2015 Edition.

C. Payment shall be performed in accordance with Section C702 of the City of New Orleans Department of Public Works General Specifications for Street Paving – 2015 Edition.

4.38 NO. 3 STANDARD BRICK DRAIN MANHOLE - Bid Item No.: C702(52)(M)

A. Pay Unit – Foot Height (FH)

B. Measurement shall be performed in accordance with Section C702 of the City of New Orleans Department of Public Works General Specifications for Street Paving – 2015 Edition.

C. Payment shall be performed in accordance with Section C702 of the City of New Orleans Department of Public Works General Specifications for Street Paving – 2015 Edition.

4.39 STANDARD DRAIN MANHOLE FOR CIRCULAR PIPE GREATER THAN 36” – Bid Item No.: C702(52)(O)

A. Pay Unit – Foot Height (FH)

Section 01 22 00 MEASUREMENT AND PAYMENT Page 12 of 36

New Orleans Morial Convention Center Linear Park Bid Set New Orleans, Louisiana 16-January-2018 © MA EDR N14023/14027

B. Measurement shall be performed in accordance with Section C702 of the City of New Orleans Department of Public Works General Specifications for Street Paving – 2015 Edition.

C. Payment shall be performed in accordance with Section C702 of the City of New Orleans Department of Public Works General Specifications for Street Paving – 2015 Edition.

4.40 VERTICAL CATCH BASIN - Bid Item No.: C702(53)(M)

A. Pay Unit – Each (EA)

B. Measurement shall be performed in accordance with Section C702 of the City of New Orleans Department of Public Works General Specifications for Street Paving – 2015 Edition.

C. Payment shall be performed in accordance with Section C702 of the City of New Orleans Department of Public Works General Specifications for Street Paving – 2015 Edition.

4.41 DOUBLE VERTICAL CATCH BASIN – Bid Item No.:C702(53)(N)

A. Pay Unit – Each (EA)

B. Measurement shall be performed in accordance with Section C702 of the City of New Orleans Department of Public Works General Specifications for Street Paving – 2015 Edition.

C. Payment shall be performed in accordance with Section C702 of the City of New Orleans Department of Public Works General Specifications for Street Paving – 2015 Edition.

4.42 24”X30” CLEAR OPENING STANDARD DROP INLET - Bid Item No.: C702(53)(S)

A. Pay Unit – Each (EA)

B. Measurement shall be performed in accordance with Section C702 of the City of New Orleans Department of Public Works General Specifications for Street Paving – 2015 Edition.

C. Payment shall be performed in accordance with Section C702 of the City of New Orleans Department of Public Works General Specifications for Street Paving – 2015 Edition.

4.43 TAP-IN TO EXISTING DRAIN LINE - Bid Item No.: C702(54)(K)

A. Pay Unit – Each (EA)

B. Measurement shall be performed in accordance with Section C702 of the City of New Orleans Department of Public Works General Specifications for Street Paving – 2015 Edition.

Section 01 22 00 MEASUREMENT AND PAYMENT Page 13 of 36

New Orleans Morial Convention Center Linear Park Bid Set New Orleans, Louisiana 16-January-2018 © MA EDR N14023/14027

C. Payment shall be performed in accordance with Section C702 of the City of New Orleans Department of Public Works General Specifications for Street Paving – 2015 Edition.

4.44 ADJUST EXISTING MANHOLE OR DROP INLET UP TO 6” WITH BRICK AND MORTAR - Bid Item No.: C702(54)(A)(1)

A. Pay Unit – Each (EA)

B. Measurement shall be performed in accordance with Section C702 of the City of New Orleans Department of Public Works General Specifications for Street Paving – 2015 Edition.

C. Payment shall be performed in accordance with Section C702 of the City of New Orleans Department of Public Works General Specifications for Street Paving – 2015 Edition.

D. This pay item shall apply to all manhole types.

4.45 ADJUST EXISTING MANHOLE OR DROP INLET OVER 6” WITH BRICK AND MORTAR - Bid Item No.: C702(54)(A)(2)

A. Pay Unit – Foot Height (FH)

B. Measurement shall be performed in accordance with Section C702 of the City of New Orleans Department of Public Works General Specifications for Street Paving – 2015 Edition.

C. Payment shall be performed in accordance with Section C702 of the City of New Orleans Department of Public Works General Specifications for Street Paving – 2015 Edition.

D. This pay item shall apply to all manhole types.

4.46 DRAIN CLEANOUT FOR ROOF DRAINS (4”) - Bid Item No.: C702(55)(B)

A. Pay Unit – Each (EA)

B. Measurement shall be performed in accordance with Section C702 of the City of New Orleans Department of Public Works General Specifications for Street Paving – 2015 Edition.

C. Payment shall be performed in accordance with Section C702 of the City of New Orleans Department of Public Works General Specifications for Street Paving – 2015 Edition.

4.47 DRAIN CLEANOUT FOR ROOF DRAINS (6”) - Bid Item No.: C702(55)(C)

A. Pay Unit – Each (EA)

Section 01 22 00 MEASUREMENT AND PAYMENT Page 14 of 36

New Orleans Morial Convention Center Linear Park Bid Set New Orleans, Louisiana 16-January-2018 © MA EDR N14023/14027

B. Measurement shall be performed in accordance with Section C702 of the City of New Orleans Department of Public Works General Specifications for Street Paving – 2015 Edition.

C. Payment shall be performed in accordance with Section C702 of the City of New Orleans Department of Public Works General Specifications for Street Paving – 2015 Edition.

4.48 DRAIN CLEANOUT FOR ROOF DRAINS (12”) - Bid Item No.: C702(55)(G)

A. Pay Unit – Each (EA)

B. Measurement shall be performed in accordance with Section C702 of the City of New Orleans Department of Public Works General Specifications for Street Paving – 2015 Edition.

C. Payment shall be performed in accordance with Section C702 of the City of New Orleans Department of Public Works General Specifications for Street Paving – 2015 Edition.

4.49 CONCRETE SIDEWALK (4” THICK) - Bid Item No.: C706(51)(A)

A. Pay Unit – Square Yard (SY)

B. Measurement shall be performed in accordance with Section C706 of the City of New Orleans Department of Public Works General Specifications for Street Paving – 2015 Edition.

C. Payment shall be performed in accordance with Section C706 of the City of New Orleans Department of Public Works General Specifications for Street Paving – 2015 Edition.

4.50 CONCRETE DRIVEWAY (6” THICK) - Bid Item No.: C706(52)(C)

A. Pay Unit – Square Yard (SY)

B. Measurement shall be performed in accordance with Section C706 of the City of New Orleans Department of Public Works General Specifications for Street Paving – 2015 Edition.

C. Payment shall be performed in accordance with Section C706 of the City of New Orleans Department of Public Works General Specifications for Street Paving – 2015 Edition.

4.51 HANDICAPPED RAMP (CONCRETE) - Bid Item No.: C706(56)

A. Pay Unit – Square Yard (SY)

B. Measurement shall be performed in accordance with Section C706 of the City of New Orleans Department of Public Works General Specifications for Street Paving – 2015 Edition.

Section 01 22 00 MEASUREMENT AND PAYMENT Page 15 of 36

New Orleans Morial Convention Center Linear Park Bid Set New Orleans, Louisiana 16-January-2018 © MA EDR N14023/14027

C. Payment shall be performed in accordance with Section C706 of the City of New Orleans Department of Public Works General Specifications for Street Paving – 2015 Edition.

4.52 BRICK SIDEWALK - Bid Item No.: C706(57)

A. Pay Unit – Square Yard (SY)

B. Measurement shall be performed in accordance with Section C706 of the City of New Orleans Department of Public Works General Specifications for Street Paving – 2015 Edition.

C. Payment shall be performed in accordance with Section C706 of the City of New Orleans Department of Public Works General Specifications for Street Paving – 2015 Edition.

4.53 RELAYING BRICK SIDEWALK - Bid Item No.: C706(58)

A. Pay Unit – Square Yard (SY)

B. Measurement shall be performed in accordance with Section C706 of the City of New Orleans Department of Public Works General Specifications for Street Paving – 2015 Edition.

C. Payment shall be performed in accordance with Section C706 of the City of New Orleans Department of Public Works General Specifications for Street Paving – 2015 Edition.

D. This item shall apply to the repair and restoration of existing brick sidewalk that is incidentally disturbed by completing the required scope of work indicated on the drawings. Contractor shall make every reasonable effort to avoid unnecessary damage to existing brick sidewalk. No compensation shall be allowed for relaying sidewalk that has been unnecessarily disturbed.

4.54 6” CONCRETE MOUNTABLE CURB (STRAIGHT, CIRCULAR, OR DEPRESSED) - Bid Item No.: C707(55)

A. Pay Unit – Linear Foot (LF)

B. Measurement shall be performed in accordance with Section C707 of the City of New Orleans Department of Public Works General Specifications for Street Paving – 2015 Edition.

C. Payment shall be performed in accordance with Section C707 of the City of New Orleans Department of Public Works General Specifications for Street Paving – 2015 Edition.

4.55 6” CONCRETE BARRIER CURB (STRAIGHT, CIRCULAR, OR DEPRESSED) – Bid Item No.: C707(56)

A. Pay Unit – Linear Foot (LF) Section 01 22 00 MEASUREMENT AND PAYMENT Page 16 of 36

New Orleans Morial Convention Center Linear Park Bid Set New Orleans, Louisiana 16-January-2018 © MA EDR N14023/14027

B. Measurement shall be performed in accordance with Section C707 of the City of New Orleans Department of Public Works General Specifications for Street Paving – 2015 Edition.

C. Payment shall be performed in accordance with Section C707 of the City of New Orleans Department of Public Works General Specifications for Street Paving – 2015 Edition.

4.56 9” CONCRETE BARRIER CURB (STRAIGHT, CIRCULAR, OR DEPRESSED) –

Bid Item No.: C707(57)

A. Pay Unit – Linear Foot (LF)

B. Measurement shall be performed in accordance with Section C707 of the City of New Orleans Department of Public Works General Specifications for Street Paving – 2015 Edition.

C. Payment shall be performed in accordance with Section C707 of the City of New Orleans Department of Public Works General Specifications for Street Paving – 2015 Edition.

4.57 9” CONCRETE BARRIER CURB AND GUTTER BOTTOM - Bid Item No.: C707(61)

A. Pay Unit – Linear Foot (LF)

B. Measurement shall be performed in accordance with Section C707 of the City of New Orleans Department of Public Works General Specifications for Street Paving – 2015 Edition.

C. Payment shall be performed in accordance with Section C707 of the City of New Orleans Department of Public Works General Specifications for Street Paving – 2015 Edition.

4.58 TEMPORARY SIGNS, BARRICADES, PAVEMENT MARKINGS –

Bid Item No.: C713(51)

A. Pay Unit – Lump Sum (LS)

B. Measurement shall be performed in accordance with Section C713 of the City of New Orleans Department of Public Works General Specifications for Street Paving – 2015 Edition.

C. Payment shall be performed in accordance with Section C713 of the City of New Orleans Department of Public Works General Specifications for Street Paving – 2015 Edition.

4.59 TRAFFIC SIGN - Bid Item No.: C729(51)

A. Pay Unit – Each (EA)

Section 01 22 00 MEASUREMENT AND PAYMENT Page 17 of 36

New Orleans Morial Convention Center Linear Park Bid Set New Orleans, Louisiana 16-January-2018 © MA EDR N14023/14027

B. Measurement shall be performed in accordance with Section C729 of the City of New Orleans Department of Public Works General Specifications for Street Paving – 2015 Edition.

C. Payment shall be performed in accordance with Section C729 of the City of New Orleans Department of Public Works General Specifications for Street Paving – 2015 Edition.

D. This item shall include all new traffic signs, regardless of size, shape or color.

4.60 STREET NAME SIGN ON EXISTING POST - Bid Item No.: C729(71)(A)

A. Pay Unit – Each (EA)

B. Measurement shall be performed in accordance with Section C729 of the City of New Orleans Department of Public Works General Specifications for Street Paving – 2015 Edition.

C. Payment shall be performed in accordance with Section C729 of the City of New Orleans Department of Public Works General Specifications for Street Paving – 2015 Edition.

D. This item shall include new street name signs mounted on existing sign posts.

4.61 STREET NAME SIGN ON NEW POST - Bid Item No.: C729(71)(B)

A. Pay Unit – Each (EA)

B. Measurement shall be performed in accordance with Section C729 of the City of New Orleans Department of Public Works General Specifications for Street Paving – 2015 Edition.

C. Payment shall be performed in accordance with Section C729 of the City of New Orleans Department of Public Works General Specifications for Street Paving – 2015 Edition.

D. This item shall include new street name signs mounted on new sign posts, new signal mast arms, and existing signal mast arms.

4.62 PLASTIC PAVEMENT STRIPING (SOLID LINE) (4” WIDTH) –Bid Item No.: C732(52)(A)

A. Pay Unit – Linear Foot (LF)

B. Measurement shall be performed in accordance with Section C732 of the City of New Orleans Department of Public Works General Specifications for Street Paving – 2015 Edition.

C. Payment shall be performed in accordance with Section C732 of the City of New Orleans Department of Public Works General Specifications for Street Paving – 2015 Edition.

Section 01 22 00 MEASUREMENT AND PAYMENT Page 18 of 36

New Orleans Morial Convention Center Linear Park Bid Set New Orleans, Louisiana 16-January-2018 © MA EDR N14023/14027

4.63 PLASTIC PAVEMENT STRIPING (SOLID LINE) (8” WIDTH) –Bid Item No.: C732(52)(C)

A. Pay Unit – Linear Foot (LF)

B. Measurement shall be performed in accordance with Section C732 of the City of New Orleans Department of Public Works General Specifications for Street Paving – 2015 Edition.

C. Payment shall be performed in accordance with Section C732 of the City of New Orleans Department of Public Works General Specifications for Street Paving – 2015 Edition.

4.64 PLASTIC PAVEMENT STRIPING (SOLID LINE) (12” WIDTH)–Bid Item No.: C732(52)(D)

A. Pay Unit – Linear Foot (LF)

B. Measurement shall be performed in accordance with Section C732 of the City of New Orleans Department of Public Works General Specifications for Street Paving – 2015 Edition.

C. Payment shall be performed in accordance with Section C732 of the City of New Orleans Department of Public Works General Specifications for Street Paving – 2015 Edition.

4.65 PLASTIC PAVEMENT STRIPING (SOLID LINE) (24” WIDTH)–Bid Item No.: C732(52)(E)

A. Pay Unit – Linear Foot (LF)

B. Measurement shall be performed in accordance with Section C732 of the City of New Orleans Department of Public Works General Specifications for Street Paving – 2015 Edition.

C. Payment shall be performed in accordance with Section C732 of the City of New Orleans Department of Public Works General Specifications for Street Paving – 2015 Edition.

4.66 PLASTIC PAVEMENT STRIPING (BROKEN/SKIP LINE) (4” WIDTH) – Bid Item No.: C732(53)(A)

A. Pay Unit – Linear Foot (LF)

B. Measurement shall be performed in accordance with Section C732 of the City of New Orleans Department of Public Works General Specifications for Street Paving – 2015 Edition.

C. Payment shall be performed in accordance with Section C732 of the City of New Orleans Department of Public Works General Specifications for Street Paving – 2015 Edition. Section 01 22 00 MEASUREMENT AND PAYMENT Page 19 of 36

New Orleans Morial Convention Center Linear Park Bid Set New Orleans, Louisiana 16-January-2018 © MA EDR N14023/14027

D. This pay item shall apply to both Broken and Skip Line Striping as shown on the plans.

4.67 PLASTIC PAVEMENT LEGENDS AND SYMBOLS - Bid Item No.: C732(54)

A. Pay Unit – Each (EA)

B. Measurement shall be performed in accordance with Section C732 of the City of New Orleans Department of Public Works General Specifications for Street Paving – 2015 Edition.

C. Payment shall be performed in accordance with Section C732 of the City of New Orleans Department of Public Works General Specifications for Street Paving – 2015 Edition.

4.68 PLASTIC PAVEMENT STRIPING REMOVAL - Bid Item No.: C732(55)

A. Pay Unit – Linear Foot (LF)

B. Measurement shall be performed in accordance with Section C732 of the City of New Orleans Department of Public Works General Specifications for Street Paving – 2015 Edition.

C. Payment shall be performed in accordance with Section C732 of the City of New Orleans Department of Public Works General Specifications for Street Paving – 2015 Edition.

4.69 LOOP DETECTOR - Bid Item No.: C736(59)

A. Pay Unit – Linear Foot (LF)

B. Measurement shall be performed in accordance with Section C736 of the City of New Orleans Department of Public Works General Specifications for Street Paving – 2015 Edition.

C. Payment shall be performed in accordance with Section C736 of the City of New Orleans Department of Public Works General Specifications for Street Paving – 2015 Edition.

8” PVC NEW WATER MAIN WITH MAIN LINE FITTINGS – Bid Item No.: C741(51)(C)(1)

D. Pay Unit – Linear Foot (LF)

E. Measurement shall be performed in accordance with Section C741 of the City of New Orleans Department of Public Works General Specifications for Street Paving – 2015 Edition.

F. Payment shall be performed in accordance with Section C741 of the City of New Orleans Department of Public Works General Specifications for Street Paving – 2015 Edition.

Section 01 22 00 MEASUREMENT AND PAYMENT Page 20 of 36

New Orleans Morial Convention Center Linear Park Bid Set New Orleans, Louisiana 16-January-2018 © MA EDR N14023/14027

4.70 16” PVC NEW WATER MAIN WITH MAIN LINE FITTINGS – Bid Item No.: C741(51)(F)(1)

A. Pay Unit – Linear Foot (LF)

B. Measurement shall be performed in accordance with Section C741 of the City of New Orleans Department of Public Works General Specifications for Street Paving – 2015 Edition.

C. Payment shall be performed in accordance with Section C741 of the City of New Orleans Department of Public Works General Specifications for Street Paving – 2015 Edition.

4.71 NEW 8” VALVE - Bid Item No.: C741(52)(C)

A. Pay Unit – Each (EA)

B. Measurement shall be performed in accordance with Section C741 of the City of New Orleans Department of Public Works General Specifications for Street Paving – 2015 Edition.

C. Payment shall be performed in accordance with Section C741 of the City of New Orleans Department of Public Works General Specifications for Street Paving – 2015 Edition.

4.72 NEW 16” VALVE - Bid Item No.: C741(52)(F)

A. Pay Unit – Each (EA)

B. Measurement shall be performed in accordance with Section C741 of the City of New Orleans Department of Public Works General Specifications for Street Paving – 2015 Edition.

C. Payment shall be performed in accordance with Section C741 of the City of New Orleans Department of Public Works General Specifications for Street Paving – 2015 Edition.

4.73 TAPPING SLEEVE & VALVE ASSEMBLY TO NEW MAIN (8") - Bid Item No.: C741(53)(C)

A. Pay Unit – Each (EA)

B. Measurement shall be performed in accordance with Section C741 of the City of New Orleans Department of Public Works General Specifications for Street Paving – 2015 Edition.

C. Payment shall be performed in accordance with Section C741 of the City of New Orleans Department of Public Works General Specifications for Street Paving – 2015 Edition.

Section 01 22 00 MEASUREMENT AND PAYMENT Page 21 of 36

New Orleans Morial Convention Center Linear Park Bid Set New Orleans, Louisiana 16-January-2018 © MA EDR N14023/14027

4.74 NEW FIRE HYDRANT - Bid Item No.: C741(54)

A. Pay Unit – Each (EA)

B. Measurement shall be performed in accordance with Section C741 of the City of New Orleans Department of Public Works General Specifications for Street Paving – 2015 Edition.

C. Payment shall be performed in accordance with Section C741 of the City of New Orleans Department of Public Works General Specifications for Street Paving – 2015 Edition.

4.75 REPLACE 5/8” TO 1” WATER HOUSE CONNECTION WITN 1” WATER HOUSE CONNECTION FROM MAIN TO METER - Bid Item No.: C741(55)(A)

A. Pay Unit – Each (EA)

B. Measurement shall be performed in accordance with Section C741 of the City of New Orleans Department of Public Works General Specifications for Street Paving – 2015 Edition.

C. Payment shall be performed in accordance with Section C741 of the City of New Orleans Department of Public Works General Specifications for Street Paving – 2015 Edition.

4.76 REPLACE 1-1/2” WATER HOUSE CONNECTION FROM MAIN TO METER – Bid Item No.: C741(55)(B)

A. Pay Unit – Each (EA)

B. Measurement shall be performed in accordance with Section C741 of the City of New Orleans Department of Public Works General Specifications for Street Paving – 2015 Edition.

C. Payment shall be performed in accordance with Section C741 of the City of New Orleans Department of Public Works General Specifications for Street Paving – 2015 Edition.

4.77 REPLACE 2” WATER HOUSE CONNECTION FROM MAIN TO METER – Bid Item No.: C741(55)(C)

A. Pay Unit – Each (EA)

B. Measurement shall be performed in accordance with Section C741 of the City of New Orleans Department of Public Works General Specifications for Street Paving – 2015 Edition.

C. Payment shall be performed in accordance with Section C741 of the City of New Orleans Department of Public Works General Specifications for Street Paving – 2015 Edition.

Section 01 22 00 MEASUREMENT AND PAYMENT Page 22 of 36

New Orleans Morial Convention Center Linear Park Bid Set New Orleans, Louisiana 16-January-2018 © MA EDR N14023/14027

4.78 REPLACE 4” WATER HOUSE CONNECTION FROM MAIN TO METER – Bid Item No.: C741(55)(D)

A. Pay Unit – Each (EA)

B. Measurement shall be performed in accordance with Section C741 of the City of New Orleans Department of Public Works General Specifications for Street Paving – 2015 Edition.

C. Payment shall be performed in accordance with Section C741 of the City of New Orleans Department of Public Works General Specifications for Street Paving – 2015 Edition.

4.79 8” WATER LINE OFFSET UP TO 24” - Bid Item No.: C741(71)(C-01)

A. Pay Unit – Each (EA)

B. Measurement shall be performed in accordance with Section C741 of the City of New Orleans Department of Public Works General Specifications for Street Paving – 2015 Edition.

C. Payment shall be performed in accordance with Section C741 of the City of New Orleans Department of Public Works General Specifications for Street Paving – 2015 Edition.

4.80 12” WATER LINE OFFSET UP TO 24” - Bid Item No.: C741(71)(E-01)

A. Pay Unit – Each (EA)

B. Measurement shall be performed in accordance with Section C741 of the City of New Orleans Department of Public Works General Specifications for Street Paving – 2015 Edition.

C. Payment shall be performed in accordance with Section C741 of the City of New Orleans Department of Public Works General Specifications for Street Paving – 2015 Edition.

4.81 ADJUST WATER VALVE BOX - Bid Item No.: C741(73)

A. Pay Unit – Each (EA)

B. Measurement shall be performed in accordance with Section C741 of the City of New Orleans Department of Public Works General Specifications for Street Paving – 2015 Edition.

C. Payment shall be performed in accordance with Section C741 of the City of New Orleans Department of Public Works General Specifications for Street Paving – 2015 Edition.

Section 01 22 00 MEASUREMENT AND PAYMENT Page 23 of 36

New Orleans Morial Convention Center Linear Park Bid Set New Orleans, Louisiana 16-January-2018 © MA EDR N14023/14027

4.82 NEW WATER VALVE MANHOLE (4” THROUGH 12” VALVES) – Bid Item No.: C741(74)(A)

A. Pay Unit – Each (EA)

B. Measurement shall be performed in accordance with Section C741 of the City of New Orleans Department of Public Works General Specifications for Street Paving – 2015 Edition.

C. Payment shall be performed in accordance with Section C741 of the City of New Orleans Department of Public Works General Specifications for Street Paving – 2015 Edition.

4.83 NEW WATER VALVE MANHOLE (16” THROUGH 20” VALVES) – Bid Item No.: C741(74)(B)

A. Pay Unit – Each (EA)

B. Measurement shall be performed in accordance with Section C741 of the City of New Orleans Department of Public Works General Specifications for Street Paving – 2015 Edition.

C. Payment shall be performed in accordance with Section C741 of the City of New Orleans Department of Public Works General Specifications for Street Paving – 2015 Edition.

4.84 ADJUST COMPLETE WATER METER BOX TO GRADE - Bid Item No.: C741(76)

A. Pay Unit – Each (EA)

B. Measurement shall be performed in accordance with Section C741 of the City of New Orleans Department of Public Works General Specifications for Street Paving – 2015 Edition.

C. Payment shall be performed in accordance with Section C741 of the City of New Orleans Department of Public Works General Specifications for Street Paving – 2015 Edition.

4.85 REPLACE BROKEN WATER METER BOX (5/8”) TO (1”) - Bid Item No.: C741(77)

A. Pay Unit – Each (EA)

B. Measurement shall be performed in accordance with Section C741 of the City of New Orleans Department of Public Works General Specifications for Street Paving – 2015 Edition.

C. Payment shall be performed in accordance with Section C741 of the City of New Orleans Department of Public Works General Specifications for Street Paving – 2015 Edition.

Section 01 22 00 MEASUREMENT AND PAYMENT Page 24 of 36

New Orleans Morial Convention Center Linear Park Bid Set New Orleans, Louisiana 16-January-2018 © MA EDR N14023/14027

4.86 PLUG EXISTING WATER MAIN 4” THROUGH 16” AND FILL WITH FLOWABLE MATERIAL (SAND/CEMENT MIXTURE) - Bid Item No.: C741(78)(A)

A. Pay Unit – Linear Foot (LF)

B. Measurement shall be performed in accordance with Section C741 of the City of New Orleans Department of Public Works General Specifications for Street Paving – 2015 Edition.

C. Payment shall be performed in accordance with Section C741 of the City of New Orleans Department of Public Works General Specifications for Street Paving – 2015 Edition.

D. Contractor may remove and dispose of existing water mains in lieu of abandoning in place. This shall be Contractor’s option and there shall be no difference in measurement or payment between the two methods.

4.87 INSTALL SEWER MAINS (6” – 10.1’ TO 12’ DEEP) - Bid Item No.: C742(51)(B)(D)

A. Pay Unit – Linear Foot (LF)

B. Measurement shall be performed in accordance with Section C742 of the City of New Orleans Department of Public Works General Specifications for Street Paving – 2015 Edition.

C. Payment shall be performed in accordance with Section C742 of the City of New Orleans Department of Public Works General Specifications for Street Paving – 2015 Edition.

4.88 INSTALL SEWER MAINS (8” – 0’ TO 6’ DEEP) - Bid Item No.: C742(51)(C)(A)

A. Pay Unit – Linear Foot (LF)

B. Measurement shall be performed in accordance with Section C742 of the City of New Orleans Department of Public Works General Specifications for Street Paving – 2015 Edition.

C. Payment shall be performed in accordance with Section C742 of the City of New Orleans Department of Public Works General Specifications for Street Paving – 2015 Edition.

4.89 INSTALL SEWER MAINS (8” – 6.1’ TO 8’ DEEP) - Bid Item No.: C742(51)(C)(B)

A. Pay Unit – Linear Foot (LF)

B. Measurement shall be performed in accordance with Section C742 of the City of New Orleans Department of Public Works General Specifications for Street Paving – 2015 Edition.

Section 01 22 00 MEASUREMENT AND PAYMENT Page 25 of 36

New Orleans Morial Convention Center Linear Park Bid Set New Orleans, Louisiana 16-January-2018 © MA EDR N14023/14027

C. Payment shall be performed in accordance with Section C742 of the City of New Orleans Department of Public Works General Specifications for Street Paving – 2015 Edition.

4.90 INSTALL SEWER MAINS (8” – 8.1’ TO 10’ DEEP) - Bid Item No.: C742(51)(C)(C)

A. Pay Unit – Linear Foot (LF)

B. Measurement shall be performed in accordance with Section C742 of the City of New Orleans Department of Public Works General Specifications for Street Paving – 2015 Edition.

C. Payment shall be performed in accordance with Section C742 of the City of New Orleans Department of Public Works General Specifications for Street Paving – 2015 Edition.

4.91 INSTALL SEWER MAINS (8” – 10.1’ TO 12’ DEEP) - Bid Item No.: C742(51)(C)(D)

A. Pay Unit – Linear Foot (LF)

B. Measurement shall be performed in accordance with Section C742 of the City of New Orleans Department of Public Works General Specifications for Street Paving – 2015 Edition.

Payment shall be performed in accordance with Section C742 of the City of New Orleans Department of Public Works General Specifications for Street Paving – 2015 Edition.

4.92 INSTALL SEWER MAINS (12” – 0’ TO 6’ DEEP) - Bid Item No.: C742(51)(E)(A)

A. Pay Unit – Linear Foot (LF)

B. Measurement shall be performed in accordance with Section C742 of the City of New Orleans Department of Public Works General Specifications for Street Paving – 2015 Edition.

C. Payment shall be performed in accordance with Section C742 of the City of New Orleans Department of Public Works General Specifications for Street Paving – 2015 Edition.

4.93 INSTALL SEWER MAINS (12” – 6.1’ TO 12’ DEEP) - Bid Item No.: C742(51)(E)(B)

A. Pay Unit – Linear Foot (LF)

B. Measurement shall be performed in accordance with Section C742 of the City of New Orleans Department of Public Works General Specifications for Street Paving – 2015 Edition.

C. Payment shall be performed in accordance with Section C742 of the City of New Orleans Department of Public Works General Specifications for Street Paving – 2015 Edition.

Section 01 22 00 MEASUREMENT AND PAYMENT Page 26 of 36

New Orleans Morial Convention Center Linear Park Bid Set New Orleans, Louisiana 16-January-2018 © MA EDR N14023/14027

4.94 INSTALL SEWER MAINS (15” – 0’ TO 6’ DEEP) - Bid Item No.: C742(51)(F)(A)

A. Pay Unit – Linear Foot (LF)

B. Measurement shall be performed in accordance with Section C742 of the City of New Orleans Department of Public Works General Specifications for Street Paving – 2015 Edition.

C. Payment shall be performed in accordance with Section C742 of the City of New Orleans Department of Public Works General Specifications for Street Paving – 2015 Edition.

4.95 INSTALL SEWER MAINS (15” – 6.1’ TO 12’ DEEP) - Bid Item No.: C742(51)(F)(B)

A. Pay Unit – Linear Foot (LF)

B. Measurement shall be performed in accordance with Section C742 of the City of New Orleans Department of Public Works General Specifications for Street Paving – 2015 Edition.

C. Payment shall be performed in accordance with Section C742 of the City of New Orleans Department of Public Works General Specifications for Street Paving – 2015 Edition.

4.96 INSTALL SEWER MANHOLE - Bid Item No.: C742(55)

A. Pay Unit – Foot High (FH)

B. Measurement shall be performed in accordance with Section C742 of the City of New Orleans Department of Public Works General Specifications for Street Paving – 2015 Edition.

C. Payment shall be performed in accordance with Section C742 of the City of New Orleans Department of Public Works General Specifications for Street Paving – 2015 Edition.

4.97 RE-CONNECT EXISTING SEWER HOUSE CONNECTION TO NEW MAIN UP TO THREE FEET - Bid Item No.: C742(61)

A. Pay Unit – Each (EA)

B. Measurement shall be performed in accordance with Section C742 of the City of New Orleans Department of Public Works General Specifications for Street Paving – 2015 Edition.

C. Payment shall be performed in accordance with Section C742 of the City of New Orleans Department of Public Works General Specifications for Street Paving – 2015 Edition.

Section 01 22 00 MEASUREMENT AND PAYMENT Page 27 of 36

New Orleans Morial Convention Center Linear Park Bid Set New Orleans, Louisiana 16-January-2018 © MA EDR N14023/14027

4.98 REPLACE EXISTING SEWER HOUSE CONNECTION BEYOND BACK OF CURB (UP TO 6”) - Bid Item No.: C742(63)(B)

A. Pay Unit – Linear Foot (LF)

B. Measurement shall be performed in accordance with Section C742 of the City of New Orleans Department of Public Works General Specifications for Street Paving – 2015 Edition.

C. Payment shall be performed in accordance with Section C742 of the City of New Orleans Department of Public Works General Specifications for Street Paving – 2015 Edition.

4.99 ADJUST SEWER HOUSE CONNECTION - Bid Item No.: C742(64)

A. Pay Unit – Each (EA)

B. Measurement shall be performed in accordance with Section C742 of the City of New Orleans Department of Public Works General Specifications for Street Paving – 2015 Edition.

C. Payment shall be performed in accordance with Section C742 of the City of New Orleans Department of Public Works General Specifications for Street Paving – 2015 Edition.

4.100 REMOVE AND REPLACE SEWER LIFT STATION LID - Bid Item No.:C001

A. Pay Unit – Lump Sum (LS)

B. No measurement shall be made for this item.

C. Payment for this item will be made at the unit price named in the Unit Price Form which price shall constitute full compensation for removal of the existing sewer lift station lid and construction of the new lift station lid, complete in place, including demolition and disposal of the existing lid, temporary fall protection around the open lift station, formwork, concrete, access hatch, steel reinforcement, and any necessary cleanup.

4.101 REMOVE OR ABANDON SEWER LINES IN PLACE – Bid Item No.:C002

A. Pay Unit – Linear Foot (LF)

B. Measurement for payment for this item will be based upon the number of linear feet of such pipe abandoned or removed as determined by measurement along the centerline of such pipe.

C. Payment for this item will be made at the unit price named in the Unit Price Form which price shall constitute full compensation for removal or abandonment of the existing sanitary sewer lines as indicated on the plans, including excavation, backfill, and/or sand pipe fill.

Section 01 22 00 MEASUREMENT AND PAYMENT Page 28 of 36

New Orleans Morial Convention Center Linear Park Bid Set New Orleans, Louisiana 16-January-2018 © MA EDR N14023/14027

4.102 COBBLESTONE SAFETY STRIP – Bid Item No.:C003

A. Pay Unit – Square Yard (SY)

B. Measurement for payment for this item will be based upon the number of square yards of surface area of such material placed, all in accordance with the requirements of the Contract Documents.

C. Payment for this item will be made at the unit price named in the Unit Price Form which price shall constitute full compensation for construction of the Cobblestone Safety Strip, complete in place, including placement of the cobblestone pavers, mortar, grout, and joints. The concrete base below the cobblestone safety strip shall be compensated under Bid Item C601(54)(I) and the Base Course shall be compensated under Bid Item C302(51)

4.103 TRENCH DRAIN – Bid Item No.:C004

A. Pay Unit – Linear Foot (LF)

B. Measurement for payment for this item will be based upon the number of linear feet of trench drain installed as determined by measurement along the centerline of the drain.

C. Payment for this item will be made at the unit price named in the Unit Price Form which price shall constitute full compensation for construction of the trench drain, complete in place, including excavation, formwork, and installation of the trench drain.

4.104 TRAFFIC SIGNAL SYSTEMS (POYDRAS STREET INTERSECTION) – Bid Item No.:C005

A. Pay Unit – Lump Sum (LS)

B. No measurement shall be made for this item.

C. Payment for this item will be made at the unit price named in the Unit Price Form which price shall constitute full compensation for construction of any and all traffic signal-related scope necessary to provide the fully functioning signal system required by the Construction Documents where Poydras St. intersects with Convention Center Blvd. This shall include, but is not limited to, traffic signal heads, pedestrian signal heads, poles, foundations, mast arms, push buttons, mounting hardware, conduit, wiring, junction boxes, manholes, and control boxes. No additional payment shall be made for conduit connecting signalized intersections

4.105 TRAFFIC SIGNAL SYSTEMS (ENTRANCE TO HARRAH’S GARAGE) – Bid Item No.:C006

A. Pay Unit – Lump Sum (LS)

B. No measurement shall be made for this item.

Section 01 22 00 MEASUREMENT AND PAYMENT Page 29 of 36

New Orleans Morial Convention Center Linear Park Bid Set New Orleans, Louisiana 16-January-2018 © MA EDR N14023/14027

C. Payment for this item will be made at the unit price named in the Unit Price Form which price shall constitute full compensation for construction of any and all traffic signal-related scope necessary to provide the fully functioning signal system required by the Construction Documents at the entrance to Harrah’s garage (between Poydras St. and Girod St.). This shall include, but is not limited to, traffic signal heads, pedestrian signal heads, poles, foundations, mast arms, push buttons, mounting hardware, conduit, wiring, junction boxes, manholes, and control boxes. No additional payment shall be made for conduit connecting signalized intersections.

4.106 TRAFFIC SIGNAL SYSTEMS (JULIA STREET INTERSECTION) – Bid Item No.:C007

A. Pay Unit – Lump Sum (LS)

B. No measurement shall be made for this item.

C. Payment for this item will be made at the unit price named in the Unit Price Form which price shall constitute full compensation for construction of any and all traffic signal-related scope necessary to provide the fully functioning signal system required by the Construction Documents where Julia St. intersects with Convention Center Blvd. This shall include, but is not limited to, traffic signal heads, pedestrian signal heads, poles, foundations, mast arms, push buttons, mounting hardware, conduit, wiring, junction boxes, manholes, and control boxes. No additional payment shall be made for conduit connecting signalized intersections.

4.107 TRAFFIC SIGNAL SYSTEMS (ST. JOSEPH STREET INTERSECTION) – Bid Item No.:C008

A. Pay Unit – Lump Sum (LS)

B. No measurement shall be made for this item.

C. Payment for this item will be made at the unit price named in the Unit Price Form which price shall constitute full compensation for construction of any and all traffic signal-related scope necessary to provide the fully functioning signal system required by the Construction Documents where St. Joseph St. intersects with Convention Center Blvd. This shall include, but is not limited to, traffic signal heads, pedestrian signal heads, poles, foundations, mast arms, push buttons, mounting hardware, conduit, wiring, junction boxes, manholes, and control boxes. No additional payment shall be made for conduit connecting signalized intersections.

4.108 TRAFFIC SIGNAL SYSTEMS (CALLIOPE LAKEBOUND & MULIT-MODAL CROSSWALK INTERSECTIONS) – Bid Item No.:C009

A. Pay Unit – Lump Sum (LS)

B. No measurement shall be made for this item.

C. Payment for this item will be made at the unit price named in the Unit Price Form which price shall constitute full compensation for construction of any and all traffic signal-related scope necessary to provide the fully functioning signal system required Section 01 22 00 MEASUREMENT AND PAYMENT Page 30 of 36

New Orleans Morial Convention Center Linear Park Bid Set New Orleans, Louisiana 16-January-2018 © MA EDR N14023/14027

by the Construction Documents where Calliope St. (lakebound) intersects with, and the Multimodal Center pedestrian crosswalk crosses, Convention Center Blvd. This shall include, but is not limited to, traffic signal heads, pedestrian signal heads, poles, foundations, mast arms, push buttons, mounting hardware, conduit, wiring, junction boxes, manholes, and control boxes. No additional payment shall be made for conduit connecting signalized intersections.

4.109 TRAFFIC SIGNAL SYSTEMS (CALLIOPE RIVERBOUND & HOV RAMP INTERSECTIONS) – Bid Item No.:C010

A. Pay Unit – Lump Sum (LS)

B. No measurement shall be made for this item.

C. Payment for this item will be made at the unit price named in the Unit Price Form which price shall constitute full compensation for construction of any and all traffic signal-related scope necessary to provide the fully functioning signal system required by the Construction Documents where Calliope St. (riverbound) and the HOV ramp intersect with Convention Center Blvd. This shall include, but is not limited to, traffic signal heads, pedestrian signal heads, poles, foundations, mast arms, push buttons, mounting hardware, conduit, wiring, junction boxes, manholes, and control boxes. No additional payment shall be made for conduit connecting signalized intersections.

4.110 RECTANGULAR RAPID FLASHING BEACON – Bid Item No.:C011

A. Pay Unit – Each (EA)

B. Measurement for payment for this item will be based upon the number of such rectangular rapid flashing beacons.

C. Payment for this item will be made at the unit price named in the Unit Price Form which price shall constitute full compensation for construction of the rectangular rapid flashing beacon, complete in place; including the rectangular rapid flashing beacon, solar power supply, push button controls, mounting hardware, pole with foundation, wiring, and controls as shown on the Construction Documents. The required signage shall be compensated under Bid Item C729 (51).

4.111 CONVERT EXISTING CATCH BASIN/DROP INLET TO DRAIN MANHOLE – Bid Item No.: C012

A. Pay Unit – Each (EA)

B. Measurement for payment for this item will be based upon the number of such catch basins or drop inlets converted to drain manholes.

C. Payment for this item will be made at the unit price named in the Unit Price Form which price shall constitute full compensation for conversion of the existing catch basin or drop inlet into a drain manhole, complete in place; including demolition, removal and disposal of the existing catch basin or drop inlet top, construction of new structure top, frame, and lid.

Section 01 22 00 MEASUREMENT AND PAYMENT Page 31 of 36

New Orleans Morial Convention Center Linear Park Bid Set New Orleans, Louisiana 16-January-2018 © MA EDR N14023/14027

4.112 CONVERT EXISTING CATCH BASIN/ DRAIN MANHOLE TO DROP INLET – Bid Item No.: C013

A. Pay Unit – Each (EA)

B. Measurement for payment for this item will be based upon the number of such catch basins or drain manholes converted into drop inlets.

C. Payment for this item will be made at the unit price named in the Unit Price Form which price shall constitute full compensation for conversion of the existing catch basins or drain manholes into a drop inlet, complete in place; including demolition, removal and disposal of the existing drop inlet top, construction of new top, frame, and lid. There shall be no difference in payment between inlets with the standard 24”x30” inlet grates and those with the ADA compliant 24”x36” grates.

4.113 YARD DRAIN – Bid Item No.: C014

A. Pay Unit – Each (EA)

B. Measurement for payment for this item will be based upon the number of such yard drains.

C. Payment for this item will be made at the unit price named in the Unit Price Form which price shall constitute full compensation for construction of the yard drains, complete in place; including plastic yard drains & cover, and all necessary PVC piping and fittings upstream of the collector pipe, as shown on the Construction Documents. The collector pipe shall be compensated by Item C701(57)(A).

4.114 TRUNCATED DOMES – Bid Item No.: C015

A. Pay Unit – Square Yard (SF)

B. Measurement for payment for this item will be based upon the number of square feet of surface area of such material placed, all in accordance with the requirements of the Contract Documents.

C. Payment for this item will be made at the unit price named in the Unit Price Form which price shall constitute full compensation for construction of the truncated dome panels installed in accordance with the Construction Documents. This pay item shall not include truncated dome panels that are included as a part of handicap ramps compensated under Bid Item C706-56.

4.115 REMOVAL OF EXISTING TRAFFIC SIGNAL SYSEMS (PER INTERSECTION) – Bid Item No.: C016

A. Pay Unit – Each (EA)

B. Measurement for payment for this item will be based upon the number of such signalized intersections.

Section 01 22 00 MEASUREMENT AND PAYMENT Page 32 of 36

New Orleans Morial Convention Center Linear Park Bid Set New Orleans, Louisiana 16-January-2018 © MA EDR N14023/14027

C. Payment for this item will be made at the unit price named in the Unit Price Form which price shall constitute full compensation for removal of existing signal equipment and poles as indicated on the Construction Documents. This work shall include, but is not limited to, removal of the existing signal heads, poles, mast arms, foundations, mounting hardware, push buttons, junction boxes, conduit, wiring, manholes, loop detectors and control boxes, as indicated on the Construction Documents. No additional payment shall be made for delivery of signal equipment to City of New Orleans Department of Public Works.

4.116 SELECTIVE SITE DEMOLITION – Bid Item No.: C017

A. Pay Unit – Lump Sum (LS)

B. No measurement shall be made for this item.

C. Payment for this item will be made at the unit price named in the Unit Price Form which price shall constitute full compensation for the completion of demolition scope not specifically covered by other Unit Price Items and as indicated on Plan Sheets C1.03-C1.07 and C6.01 and in Specification Section 01 22 00. This item shall include, but is not limited to: removal of trash cans, benches, signs, planters, bollards, artwork, flagpoles, light poles, irrigation piping and valves, meters, and any other required demolition necessary to complete the scope shown on the plans.

4.117 REMOVAL AND DISPOSAL OF EXISTING BRICK PARKING LOT PAVEMENT – LOT E – Bid Item No.: C018

A. Pay Unit – Square Yard (SY)

B. Measurement for payment for this item will be based upon the number of square yards of surface area of such material removed, all in accordance with the requirements of the Contract Documents.

C. Payment for this item will be made at the unit price named in the Unit Price Form which price shall constitute full compensation for the removal and proper disposal of the existing brick/paver parking lot (Lot E) at the southeast corner of the intersection of Calliope Riverbound and S. Peters Street.

4.118 REMOVAL AND DISPOSAL OF EXISTING CMU WALL – Bid Item No.: C019

A. Pay Unit – Linear Foot (LF)

B. Measurement for payment for this item will be based upon the number of linear feet of CMU wall removed as determined by measurement along the centerline of the wall.

C. Payment for this item will be made at the unit price named in the Unit Price Form which price shall constitute full compensation for removal and disposal of the existing CMU wall as shown on the plans. Existing walls are primarily located in the proximity of Lots A & E.

Section 01 22 00 MEASUREMENT AND PAYMENT Page 33 of 36

New Orleans Morial Convention Center Linear Park Bid Set New Orleans, Louisiana 16-January-2018 © MA EDR N14023/14027

4.119 REMOVAL AND DISPOSAL OF EXISTING BRIDGE PIER PROTECTION – Bid Item No.: C020

A. Pay Unit – Linear Foot (LF)

B. Measurement for payment for this item will be based upon the number of linear feet of pier protection removed as determined by measurement along the centerline of the pier protection.

C. Payment for this item will be made at the unit price named in the Unit Price Form which price shall constitute full compensation for removal and disposal of the existing bridge pier protection as shown on plan sheet C6.01. Existing pier protection is located in Lots A & E.

4.120 12” CONCRETE BARRIER CURB – Bid Item No.: C021

A. Pay Unit – Linear Foot (LF)

B. Measurement for payment for this item will be based upon the number of linear feet of 12” barrier curb as determined by measurement along the centerline of the curb.

C. Payment for this item will be made at the unit price named in the Unit Price Form which price shall constitute full compensation for construction of the 12” concrete barrier curb in place as shown on the plans.

4.121 PVC DRAIN LINE (12”) – Bid Item No.: C022

A. Pay Unit – Linear Foot (LF)

B. Measurement for payment for this item will be based upon the linear feet of the PVC drain line (12”) as determined by measurement along the centerline of the pipe.

C. Payment for this item will be made at the unit price named in the Unit Price Form which price shall constitute full compensation for construction of the PVC drain line (12”) as shown on the plans, including excavation, bedding, pipe, fittings, backfill, and compaction.

4.122 24”X36” ADA COMPLIANT DROP INLET – Bid Item No.: C023

A. Pay Unit – Each (EA)

B. Measurement for payment for this item will be based upon the number of 24”X36” clear opening ADA compliant drop inlets.

C. Payment for this item will be made at the unit price named in the Unit Price Form which price shall constitute full compensation for construction of the 24”X36” ADA compliant drop inlets as shown on the plans.

4.123 12” PVC CASING FOR SEWER LINE – Bid Item No.: C024

A. Pay Unit – Linear Foot (LF)

Section 01 22 00 MEASUREMENT AND PAYMENT Page 34 of 36

New Orleans Morial Convention Center Linear Park Bid Set New Orleans, Louisiana 16-January-2018 © MA EDR N14023/14027

B. Measurement for payment for this item will be based upon the linear feet of the PVC casing as determined by measurement along the centerline of the pipe.

C. Payment for this item will be made at the unit price named in the Unit Price Form which price shall constitute full compensation for construction of the PVC casing line in place as shown on the plans. The costs associated with the 8” sewer line inside the casing shall be covered under Items C742(51)(C) (A), (B), (C), or (D). All 12” PVC casing shall be compensated by the same unit price, regardless of depth.

4.124 ALTERNATE #1 SCOPE NOT COVERED BY OTHER LINE ITEMS (LUMP SUM)– Bid Item No.: LS-ALT1

A. Pay Unit – Lump Sum (LS)

B. There will be no measurement for this item.

C. Payment for this item will be made at the unit price named in the Bid Form which price shall constitute full compensation for completion of all Alternate #1 work detailed on the plans that is not otherwise included in the other Bid Items. This generally includes, but is not limited to, the following scope: architectural, structural, electrical, mechanical, and fire protection. This item does not include any work already covered by the measured Base Bid items listed above.

4.125 SPECIAL DROP INLET FOR 36” PIPE – Bid Item No.: C023

A. Pay Unit – Each (EA)

B. Measurement for payment for this item will be based upon the number of Special Drop Inlets for 36” Pipe installed.

C. Payment for this item will be made at the unit price named in the Unit Price Form which price shall constitute full compensation for construction of the special drop inlets as shown on the plans.

4.126 ALTERNATE #2 SCOPE NOT COVERED BY OTHER LINE ITEMS (LUMP SUM)– Bid Item No.: LS-ALT2

A. Pay Unit – Lump Sum (LS)

B. There will be no measurement for this item.

C. Payment for this item will be made at the unit price named in the Bid Form which price shall constitute full compensation for completion of all Alternate #2 work detailed on the plans that is not otherwise included in the other Bid Items. This generally includes, but is not limited to, the following scope: architectural, structural, electrical, mechanical, and fire protection. This item does not include any work already covered by the measured Base Bid items listed above.

4.127 ALTERNATE #3 SCOPE NOT COVERED BY OTHER LINE ITEMS (LUMP SUM)– Bid Item No.: LS-ALT3

Section 01 22 00 MEASUREMENT AND PAYMENT Page 35 of 36

New Orleans Morial Convention Center Linear Park Bid Set New Orleans, Louisiana 16-January-2018 © MA EDR N14023/14027

A. Pay Unit – Lump Sum (LS)

B. There will be no measurement for this item.

C. Payment for this item will be made at the unit price named in the Bid Form which price shall constitute full compensation for completion of all Alternate #3 work detailed on the plans that is not otherwise included in the other Bid Items. This generally includes, but is not limited to, the following scope: architectural, structural, electrical, mechanical, and fire protection. This item does not include any work already covered by the measured Base Bid items listed above.

END OF SECTION

Section 01 22 00 MEASUREMENT AND PAYMENT Page 36 of 36

New Orleans Morial Convention Center Linear Park BidBid Set Set New Orleans, Louisiana 27 September21 July 2017 2017 © MA EDR N14023\14027

PART 1 - GENERAL

1.1 SUMMARY

A. Section includes administrative and procedural requirements for alternates.

1.2 DEFINITIONS

A. Alternate: An amount proposed by bidders and stated on the Bid Form for certain work defined in the bidding requirements that may be added to or deducted from the base bid amount if Owner decides to accept a corresponding change either in the amount of construction to be completed or in the products, materials, equipment, systems, or installation methods described in the Contract Documents. 1. Alternates described in this Section are part of the Work only if enumerated in the Agreement. 2. The cost or credit for each alternate is the net addition to or deduction from the Contract Sum to incorporate alternate into the Work. No other adjustments are made to the Contract Sum.

1.3 PROCEDURES

A. Coordination: Revise or adjust affected adjacent work as necessary to completely integrate work of the alternate into Project. 1. Include as part of each alternate, miscellaneous devices, accessory objects, and similar items incidental to or required for a complete installation whether or not indicated as part of alternate.

B. Notification: Immediately following award of the Contract, notify each party involved, in writing, of the status of each alternate. Indicate if alternates have been accepted, rejected, or deferred for later consideration. Include a complete description of negotiated revisions to alternates.

C. Execute accepted alternates under the same conditions as other work of the Contract.

D. Schedule: A schedule of alternates is included at the end of this Section.

PART 2 - PRODUCTS (Not Used)

PART 3 - EXECUTION

3.1 SCHEDULE OF ALTERNATES

A. Alternate No. 1 – Add Fountain 1. Add all water fountain equipment & pump room & electrical power/disconnects/connections, utility relocation, lighting, pavers, structural foundations / piles associated with water fountain as indicated on the drawings.

B. Alternate No. 2 – Add Moving Walkway Structural Foundation System: 1. Add all structural slab foundation and pile support for moving walkways and moving walk canopies as indicated on the drawings.

C. Alternate No. 3 – Moving Walkway Equipment and Above Ground Elements:

Section 012300 ALTERNATES Page 1 of 2 New Orleans Morial Convention Center Linear Park BidBid Set Set New Orleans, Louisiana 27 September21 July 2017 2017 © MA EDR N14023\14027

1. Add all moving walkway equipment & all above ground elements including concrete ramps, pavers, canopy system, lighting, electrical power/disconnects/connections, planters & benches as indicated on the drawings.

END OF SECTION

Section 012300 ALTERNATES Page 2 of 2 New Orleans Morial Convention Center Linear Park Bid Set New Orleans, Louisiana 16 January 2018 © MA EDR N14023\14027

PART 1 - GENERAL

1.1 SUMMARY

A. Work Includes: Administrative and procedural requirements for handling and processing Contract modifications and changes in the Project. The requirements of this Section are in addition to those stated in the “General Conditions” and in the “Supplementary Conditions.” In general, this Section includes the following: 1. Architect's Supplemental Instructions (ASI). 2. Proposal Request (PR). 3. Change Order Request (COR). 4. Change Order (CO). 5. Construction Change Directive (CCD).

B. Related Sections: 1. 012200 – Measurement and Payment. 2. 012900 - Payment Procedures. 3. 013300 - Submittal Procedures. 4. 016000 - Product Requirements. 5. 017700 - Closeout Procedures.

1.2 SUBMITTALS

A. General: 1. Submit names of individuals authorized to receive Contract modification documents.

2. Submit names of individuals responsible for informing Contractor’s employees and af- fected subcontractors of Contract clarifications and modifications.

1.3 CHANGE PROCEDURES

A. General: Change procedures are written instructions issued after execution of Contract Agreement.

B. Minor Changes in the Work: 1. Form: Architect’s Supplemental Instructions (ASI). 2. Description: Written instructions, clarifications, or interpretations of Contract Documents. Instructions or interpretations are binding on Owner and Contractor. If in the Contractor’s judgment an ASI affects Contract Sum or Contract Time it may become the basis of a Change Order Proposal. 3. Procedure: Document is prepared and signed by Architect and distributed to Owner and Contractor. Architect’s Supplemental Instructions are effective upon receipt.

C. Proposal Request (PR):

Section 012600 CONTRACT MODIFICATION PROCEDURES Page 1 of 3 New Orleans Morial Convention Center Linear Park Bid Set New Orleans, Louisiana 16 January 2018 © MA EDR N14023\14027

1. Form: AIA Document G709, Proposal Request. 2001 Edition. 2. Description: Written proposed change of Work within Contract scope consisting of additions, deletions, and other revisions. Proposal Request is for information only and does not authorize changes in Contract Sum or Contract Time. Contractor evaluates proposal for pricing and scheduling impact. 3. Procedure: a. Document is prepared and signed by Architect. Copies are sent to Owner and Contractor. b. Contractor shall review Proposal Request and submit Change Order Request and Proposal Worksheet Detail and Summary Forms with proposed changes in Contract Sum and Contract Time. c. Prepare and submit Change Order Request and Proposal Worksheet Detail and Summary Forms Architect within 20 days of Proposal Request receipt. Proposed Contract Sum and Contract Time changes quoted by Contractor shall remain valid for 30 days from receipt by Architect.

D. Change Order Request (COR): 1. Form: Change Order Request, as supplied by Owner. 2. Description: Written proposed change of Work consisting of additions, deletions, and other revisions. Submit Change Order Request to Architect for conditions which require Contract Document modifications. Include proposed changes in Contract Sum and Contract Time. 3. Procedure: a. Proposed changes are documented by Contractor on Change Order Request, Proposal Worksheet Summary, and Proposal Worksheet Detail forms. Documents include description of proposed changes and summary of changes in Contract Sum and Contract Time are prepared and signed by Contractor. Send copies to Owner and Architect. b. Architect and Owner will review Change Order Request and evaluate proposed changes. Architect and Owner may accept or reject Change Order Request. Upon acceptance Architect will prepare Change Order to document Contract change. c. A Change Order Request signed by all parties permits the Contractor to proceed with the work outlined in said Change Order Request. Payment on Change Order Requests shall be made through Change Order.

E. Change Order (CO): 1. Form: AIA Document G701, Change Order. 2001 Edition. a. Change Order: Describes and summarizes Contractor’s proposed changes, including adjustments to bid item quantities. Indicates changes in Contract Sum and Contract Time. b. Summary: Summarizes overhead and profit and bonds of proposed Contract additions and deductions. c. Breakdown: Summarizes labor, material and equipment costs of each subcontractor involved in proposed change. d. Breakdown Comment Sheet: Expands upon labor, material and equipment cost line items. 2. Description: Written change of Work within Contract scope consisting of additions, deletions, and other revisions, including proposed basis for adjustment to Contract Sum and Contract Time. Change Orders are signed by Owner, Contractor, and Architect.

Section 012600 CONTRACT MODIFICATION PROCEDURES Page 2 of 3 New Orleans Morial Convention Center Linear Park Bid Set New Orleans, Louisiana 16 January 2018 © MA EDR N14023\14027

3. Procedure: Document is prepared and signed by Architect on a monthly basis; sent to Contractor for acceptance and signature; approved and signed by Owner; distributed to Architect and Contractor. 4. After a Change Order has been executed, no future requests for extensions of time or additional cost shall be considered for that Change Order.

F. Construction Change Directive (CCD): 1. Form: Construction Change Directive, AIA Document G714, 2007 Edition. 2. Description: Written change of Work within Contract scope consisting of additions, deletions, and other revisions, including a proposed basis for adjustment to Contract Sum and Contract Time. Document is used in absence of agreement on terms of Change Orders. 3. Procedure: a. Document is prepared and signed by Architect and Owner. Contractor shall perform changes upon receipt. b. Adjustments to Contract Sum should be one of following: 1) Lump sum. 2) Unit price. 3) Mutually accepted method. 4) As provided in AIA Document A201 Subparagraph 7.3.6; maintain detailed records on time and material basis of Construction Change Directive Work.

c. Architect will determine proposed method, time, and amount of Contract adjustment based on reasonable expenditures, and allowance for overhead, profit, and time. d. Contractor’s signing of Construction Change Directive acknowledges agreement with proposed method for adjusting Contract Sum and Contract Time and is recorded as Change Order. e. Contractor disagreement or no response to proposed method for adjusting Contract Sum or Contract Time does not relieve Contractor from responsibility to perform Work. f. Payment for Construction Change Directives will be made in accordance with AIA Document A201 Subparagraph 9.3.

PART 2 - PRODUCTS

NOT USED

PART 3 - EXECUTION

NOT USED

END OF SECTION

Section 012600 CONTRACT MODIFICATION PROCEDURES Page 3 of 3

New Orleans Morial Convention Center Linear Park Bid Set New Orleans, Louisiana 16 January 2018 © MA EDR N14023\14027

PART 1 - GENERAL

1.1 SUMMARY

A. Coordinate Schedule of Values and Applications for Payment with Construction Progress Schedule, Submittal Schedule, and List of Subcontracts.

B. Related Requirements: 1. Section 012200 – Measurement and Payment.

1.2 SCHEDULE OF VALUES

A. General: 1. Submit Schedule of Values at the Pre-Construction Conference. 2. Upon request of Architect, submit additional data to substantiate accuracy of given values. 3. Approved schedule will be used as basis for reviewing applications for payment.

B. Format: 1. Use format consistent with AIA Document G703. 2. Contractor’s standard form or electronic media printout will be considered on request.

C. Content: 1. List installed value of each item of Work and each subcontracted item of Work as separate line item to serve as basis for computing values for Progress Payments. Round off values to nearest dollar. 2. For each major subcontract, list products and operations of that subcontract as separate line items. 3. Include in each line item, as applicable, amount specified for unit prices. Itemize separate line costs for performance and payment bonds, field supervision, field layout, temporary facilities and controls, and overhead and profit. 4. Itemize separate line costs for performance and payment bonds, field supervision, field layout, temporary facilities and controls, and overhead and profit. 5. For items on which payments will be requested for stored products, list sub-values for cost of materials, delivered and unloaded, with taxes paid. 6. Sum of listed values shall equal total Contract Sum. 7. For items with value of $20,000.00 or more, provide itemized breakdown of costs

D. Review and Resubmittals: 1. After Architect’s initial review, revise and resubmit as necessary. 2. Revise and resubmit whenever Change Order is issued. Show each Change Order as new line item. Submit revised Schedule of Values with next application for payment.

Section 012900 PAYMENT PROCEDURES Page 1 of 4 New Orleans Morial Convention Center Linear Park Bid Set New Orleans, Louisiana 21 July 2017 © MA EDR N14023\14027

1.3 APPLICATIONS FOR PAYMENT

A. General: 1. Maintain consistency with previous applications for payments as certified by Architect and paid by Owner. 2. Initial Application for Payment, Application for Payment at time of Substantial Completion, and final Application for Payment involve additional requirements. 3. Payment application times: a. Each progress payment date is as indicated in Agreement. b. Work covered by each Application for Payment is period indicated in Agreement starts on the day following the end of the preceding period and ends 15 days prior to the date for each progress payment. 4. Payment application forms: Use AIA Document G702 Application and Certificate for Payment and the Schedule of Values form for Application for Payment.

B. Application Preparation: 1. Complete every entry on form, including notarization and execution by person authorized to sign legal documents on behalf of Contractor. 2. Incomplete applications will be returned without action. 3. Match data entries on Schedule of Values and Construction Progress Schedule. Use updated schedules if revisions have been made. 4. Include amounts of Change Orders and Construction Change Directives issued prior to last day of construction period covered by application.

C. Transmittal: 1. Submit 3 executed copies of each Application for Payment to Owner and Architect by date required for receipt; include waivers of lien and similar attachments with one copy. 2. Transmit each copy with transmittal form listing attachments, and recording appropriate information related to application in manner acceptable to Owner and Architect.

D. Waivers of Mechanics Lien: 1. With each Application for Payment submit waivers of mechanics liens from subcontractors and suppliers for construction period covered by previous application. 2. Submit partial waivers on each item for amount requested, prior to deduction for retainage, on each item. 3. When application shows completion of item, submit final or full waivers. 4. Owner reserves right to designate which entities involved in Work must submit waivers. 5. Waiver forms: Submit waivers of lien on properly executed AIA Document G706A, Contractor’s Affidavit of Release of Liens.

E. Initial Application for Payment: Administrative actions and submittals that must precede or coincide with submittal of first Application for Payment include following: 1. List of subcontractors. 2. List of principal suppliers and fabricators. 3. Schedule of Values.

Section 012900 PAYMENT PROCEDURES Page 2 of 4 New Orleans Morial Convention Center Linear Park Bid Set New Orleans, Louisiana 16 January 2018 © MA EDR N14023\14027

4. Schedule of Unit Prices. 5. Construction Progress Schedule (preliminary if not final). 6. Submittal schedule. 7. Schedule of principal products. 8. Schedule of unit prices. 9. List of Contractor’s staff assignments. 10. List of Contractor’s principal consultants. 11. Copies of permits provided by the Contractor. 12. Copies of authorizations and licenses from governing authorities for performance of Work. 13. Initial progress report. 14. Report of preconstruction meeting. 15. Certificates of insurance and insurance policies. 16. Performance and payment bonds (if required).

F. Application for Payment at Substantial Completion: 1. Following issuance of Certificate of Substantial Completion, submit Application for Payment. 2. Required administrative actions and submittals that precede or coincide with this application include: a. Occupancy permits and similar approvals. b. Warranties and maintenance agreements (dated to commence on date of Substantial Completion). c. Test/adjust/balance records. d. Maintenance instructions. e. Meter readings. f. Start-up performance reports. g. Change-over information related to Owner’s occupancy, use, operation, and maintenance. h. Application for reduction of retainage, and consent of surety, AIA Document G707A, Consent of Surety to Reduction in or Partial Release of Retainage. i. Advice on shifting insurance coverages. j. Final progress photographs. k. Comprehensive list of incomplete or non-complying Work (initial punch list).

G. Final Payment Application: Required administrative actions and submittals which precede or coincide with submittal of final payment Application for Payment include following: 1. Completion of Project Closeout requirements. 2. Completion of items specified for completion after Substantial Completion. 3. Assurance that unsettled claims will be settled. 4. AIA Document G706, "Contractor's Affidavit of Payment of Debts and Claims." 5. AIA Document G706A, "Contractor's Affidavit of Release of Liens." 6. Submittal of AIA Document G707, Consent of Surety to Final Payment.

Section 012900 PAYMENT PROCEDURES Page 3 of 4 New Orleans Morial Convention Center Linear Park Bid Set New Orleans, Louisiana 21 July 2017 © MA EDR N14023\14027

7. Assurance that Work not complete and accepted will be completed without undue delay. 8. Final cleaning. 9. Transmittal of required Project construction records to Owner. 10. Certified property survey. 11. Proof that taxes, fees and similar obligations have been paid. 12. Removal of temporary facilities and services. 13. Removal of surplus materials, rubbish and similar elements. 14. Change of door locks to Owner’s access. 15. Completion of punch list items. 16. Completion of Owner’s training of personnel.

PART 2 - PRODUCTS - NOT USED

NOT USED

PART 3 - EXECUTION

NOT USED

END OF SECTION

Section 012900 PAYMENT PROCEDURES Page 4 of 4 New Orleans Morial Convention Center Linear Park BidBid Set Set New Orleans, Louisiana 27 September21 July 2017 2017 © MA EDR N14023\14027

PART 1 - GENERAL

1.1 SUMMARY

A. This Section specifies management and coordination activities including: 1. Coordination of construction and administrative activities. 2. Requests for information (RFIs) 3. Project web site. 4. Underground coordination drawings, which include responsibilities for the General Contractor and specific Subcontractors. 5. Bidder-design systems. 6. Meeting requirements.

B. Related Sections: 1. 013200 - Construction Progress Documentation. 2. 013300 - Submittal Procedures.

1.2 GENERAL COORDINATION PROVISIONS

A. Carefully study and compare Contract Documents before proceeding with fabrication and installation of Work. Promptly advise Architect of any error, inconsistency, omission, or apparent discrepancy discovered.

B. Allot time in construction scheduling for liaison with Architect; establish procedures for handling queries and clarifications. Prepare RFI’s as outlined in this Section for requesting information.

C. In addition to other specified meetings, hold coordination meetings and preconstruction conferences with personnel and subcontractors to ensure coordination of Work.

D. Coordinate scheduling, submittals, and Work of various Specification sections to avoid conflicts and ensure efficient and orderly sequence of installation of interdependent construction elements.

E. Coordinate Work of various Specification sections having interdependent responsibilities for installation, connection, and operation.

F. Where Bidder-Design systems and building elements are indicated, incorporate documentation of bidder’s design into the submittal process and provide all substantiating documentation in a timely manner, including, but not limited to shop drawings, agency submittals and informational submittals as required by the individual technical sections.

G. Verify that characteristics of operating equipment are compatible with building utilities and services.

H. Except as otherwise indicated, conceal pipes, ducts, conduit and wiring in construction. Coordinate locations of fixtures and outlets with finish elements.

I. Make provision to accommodate items scheduled for later installation.

Section 013100 PROJECT MANAGEMENT AND COORDINATION Page 1 of 10 New Orleans Morial Convention Center Linear Park BidBid Set Set New Orleans, Louisiana 27 September21 July 2017 2017 © MA EDR N14023\14027

J. Coordinate and utilize Project Record Documents as itemized in Section 017800 - Closeout Submittals.

K. Administrative Procedures: Coordinate scheduling and timing of required administrative procedures with other construction activities to avoid conflicts and ensure orderly progress of the Work. Such administrative activities include, but are not limited to, the following: 1. Preparation of schedules. 2. Installation and removal of temporary facilities. 3. Delivery and processing of submittals. 4. Progress meetings and pre-installation conferences. 5. Project closeout activities.

1.3 REQUEST FOR INFORMATION (RFI)

A. When field conditions or Contract Document contents require clarification by the A/E or A/E’s subconsultants, a written RFI is to be submitted per the following, after informal discussion with appropriate design team members determines that clarification is required or confirmation of understanding is needed.

B. Identify the nature and location of each clarification/verification using the RFI form; provide as a minimum the following information: 1. Project name and number; 2. Date; 3. Date response required by; 4. RFI number; 5. Subject; 6. Initiator of the question; 7. Indication of costs, if known or anticipated; 8. Indication of schedule impact; 9. Location on site; 10. Contract drawing reference; 11. Contract specification section and paragraph reference; 12. Descriptive text 13. Recommended solution(s); and 14. Space for reply on same page as questions.

C. Architect’s response to RFIs will be made in writing within the time limits agreed upon with the Owner and Contractor or otherwise with reasonable promptness.

D. If no agreement is made concerning the time within which interpretations required of the Architect shall be furnished, then delay shall not be recognized on account of failure by the architect to furnish such interpretations until 15 days after written request is made for them.

Section 013100 PROJECT MANAGEMENT AND COORDINATION Page 2 of 10 New Orleans Morial Convention Center Linear Park BidBid Set Set New Orleans, Louisiana 27 September21 July 2017 2017 © MA EDR N14023\14027

E. If Architect is able to respond to a request for interpretation by making specific reference to Drawing sheet or Specification Section, Contractor shall reimburse Owner for charges of Architect and Architect’s Consultants for performing review services for the Contractor.

F. The Contractor shall be responsible for development and weekly maintenance of an RFI log. The log will be transmitted to the Owner and Architect at each construction progress meeting.

1.4 PROJECT WEB SITE

A. Provide, administer, and use Project Web site for purposes of hosting and managing project communication and documentation until Final Completion. Project Web site shall include the following functions:

1. Project directory. 2. Project correspondence. 3. Meeting minutes. 4. Contract modifications forms and logs. 5. RFI forms and logs. 6. Task and issue management. 7. Photo documentation. 8. Schedule and calendar management. 9. Submittals forms and logs. 10. Payment application forms. 11. Drawing and specification document hosting, viewing, and updating. 12. Online document collaboration. a. Independently hosted, fully web-based system utilizing 256-bit SSL encryption and SAS70 Type II compliant data centers. 13. Automatic, configurable email notifications for each project team member for new and reviewed submittals and other items. 14. Archiving functions. 15. Full version histories and dates of exchanges automatically tracked and available for viewing, searching and reporting in a linear log format.

B. Provide Unlimited individual user accounts and system access for all project subcontractors, general contractor, owner staff, architect, design consultants, and sub-consultants, with no additional fees for those parties to access the system. 1. Provide licenses and Project Web Site for minimum of eighteen (18) months from date of Contract.

C. With submittal schedule provided by Contractor per Division 01 Section “Construction Progress Documentation,” system vendor shall create online submittal log prior to project start.

D. On completion of Project, provide two complete archive copy(ies) of Project Web site files to Owner and to Architect in a digital storage format acceptable to Architect.

Section 013100 PROJECT MANAGEMENT AND COORDINATION Page 3 of 10 New Orleans Morial Convention Center Linear Park BidBid Set Set New Orleans, Louisiana 27 September21 July 2017 2017 © MA EDR N14023\14027

E. Provide the following Project Web site software packages under their current published licensing agreements or comparable product approved in accordance with Procurement Substitution Procedures:

1. Submittal Exchange.

F. Contractor, subcontractors, and other parties granted access by Contractor to Project Web site shall execute a data licensing agreement in the form of AIA Document C106.

1.5 MECHANICAL AND ELECTRICAL COORDINATION

A. Contractor shall: 1. Resolve all “tight”, restricted, or inaccessable conditions involving Work of various Sections in advance of installation. 2. Before Work proceeds in these areas, prepare underground coordination drawings in accordance with paragraphs below. 3. Provide supplementary drawings and additional Work necessary to resolve problematic conditions.

1.6 UNDERGROUND COORDINATION DRAWINGS

A. General Requirements for Drawings: 1. Underground coordination drawings are not shop drawings and are not to be submitted to Owner or Architect for approval. Subcontractors shall be responsible to participate and prepare coordination drawings that illustrate their contract area of responsibility. 2. Underground coordination drawings shall show relationship and integration of different construction elements that require careful coordination during installation to fit in space provided or to function as intended. 3. Prepare composite underground coordination drawings to scale of 1/4" = 1’-0” or larger; show utilities, pilings and foundations, mechanical systems, and electrical systems in relationship with each other. Include dimensions where critical. 4. Prepare underground coordination drawings utilizing different colors to illustrate work of separate trades. 5. Indicate locations where space is limited for installation and access and where sequencing and coordination of installations are of importance to efficient flow of Work affecting one or more trades. 6. Locate drilled inserts and anchors to avoid structural reinforcements and maintain clearances as required by the Structural Drawings. 7. Mechanical Systems: Include, but do not necessarily limit to following: a) Proposed locations of piping, equipment, plumbing and utilities. b) Proposed locations for access panels. c) Clearances for installing and maintaining insulation. d) Clearances for servicing and maintaining equipment. 8. Electrical Systems: Include, but do not necessarily limit to following: c) Conduit for all electrical systems, including all low voltage systems. f) Clearances for servicing equipment.

B. Documentation Process:

Section 013100 PROJECT MANAGEMENT AND COORDINATION Page 4 of 10 New Orleans Morial Convention Center Linear Park BidBid Set Set New Orleans, Louisiana 27 September21 July 2017 2017 © MA EDR N14023\14027

1. Utilities subcontractor shall initiate the coordination drawings and create the electronic drawing files with the appropriate background for the complete coordination process. Backgrounds shall include reflected underground plan, beam soffit elevations, underground heights, roof openings, and other items to be installed. a) Electronic files of plans are available per Section 013300 – Submittal Procedures- 1.15. 2. Each subcontractor shall incorporate their information via an added drawing layer on the background and transmit to the next trade. Drawings shall include accurate location, size, and elevation for each element to be installed by subcontractor. Each subcontractor shall be responsible to fully coordinate their work with the preceding trades (or “cloud” a possible conflict area for further review). 3. Upon completion by all trades, drawings shall be transmitted back to the utilities subcontractor for printing and issuance back to the Contractor. These final drawings will then be copied and used as a review tool and upon resolution of all conflicts, a construction aid. Final changes shall be made by the appropriate subcontractor and transmitted back to the utilities subcontractor. Utilities subcontractor shall be responsible for issuing and transmitting back to the Contractor the final version of the coordination drawings. 4. Subcontractors shall coordinate with other affected trades to prevent conflicts and cooperate in making reasonable modifications in layouts as needed to coordinate systems in space available. 5. Subcontractors shall notify Contractor of remaining conflicts and other coordination issues requiring resolution prior to commencing construction in each affected area. 6. If necessary, Contractor will call meetings with subcontractors to resolve any remaining conflicts on the underground coordination drawings.

C. Contractor shall submit certification to Architect and Owner that coordination documents have been completed and coordination issues have been identified and resolve prior to commencing construction in each affected area. Certification shall be signed and dated by Contractor and each subcontractor indicating that: 1. All related conditions have been checked with all trades. 2. No apparent conflicts exist. 3. The requirements of the Contract Documents have been complied with. 4. All elements of a complete installation are included.

D. Contractor shall make coordination documents available in field office for review by Architect and Owner during entire period of construction.

E. BIM Option: At Contractor’s option, Contractor and Subcontractors may utilize Building Information Management (BIM) software to accomplish the requirements of underground coordination drawings.

1.7 BIDDER-DESIGN SYSTEMS

A. Where indicated in the Contract Documents, provide design, engineering and fabrication for the complete installation of building system or assembly included in the Bidder’s Cost of the Work. Include all accommodations for complete installation of system, including coordination with each trade forming a component part of the system or assembly as required to meet the design and performance criteria, and as required to maintain the integrity of the building design aesthetic. Architect will be the judge for acceptance of Bidder-Design systems.

Section 013100 PROJECT MANAGEMENT AND COORDINATION Page 5 of 10 New Orleans Morial Convention Center Linear Park BidBid Set Set New Orleans, Louisiana 27 September21 July 2017 2017 © MA EDR N14023\14027

B. For systems identified in the Drawings as Deferred Submittals, submit documents per Section 013300 – Submittal Procedures.

C. Coordinate in field with affected trades for proper relationship to Work based on Project conditions.

D. Notify Architect of conflicts and other coordination issues requiring resolution prior to commencing construction in each affected area.

1.8 COORDINATION OF SITE

A. Coordinate use of Project site and sequence of installation of plumbing, mechanical and electrical Work and as required by Underground Coordination Drawings, above. Follow routings shown for pipes and conduits as closely as practicable, with due allowance for available physical space. Utilize space efficiency to maximize accessibility for other installations, for maintenance, and for repairs.

B. Layout of plumbing, mechanical, and electrical systems, equipment, fixtures, piping, conduit, specialty items, and accessories indicated on Drawings is diagrammatic. Variations in alignment, elevation, and details required to avoid interference and satisfy architectural and structural limitations are not necessarily shown.

C. Prior to installation of material and equipment, review and coordinate Work with Architectural and Structural Drawings to establish exact space conditions. Where available space is inadequate or where reasonable modifications are not possible, request information from Architect before proceeding.

D. Coordinate installation to prevent conflicts and cooperate in making, without extra charge, reasonable modifications in layout as needed.

E. Provide clear access to control points, valves, strainers, control devices, and specialty items of every nature related to such systems and equipment to obtain maximum clearance. Provide adequate clearances as necessary for operation and maintenance.

1.9 COORDINATION OF CONTRACT CLOSEOUT

A. Coordinate completion and clean up of Work in preparation for Substantial Completion.

B. To minimize disruption of Owner’s activities after occupancy of premises, coordinate access to site by various trades for correction of defective Work and for correction of Work not in accordance with Contract Documents.

1.10 GENERAL MEETING REQUIREMENTS

A. Schedule meetings and conferences throughout progress of Work; each session scheduled, administered, and presided by entity indicated. Requirements for meetings and conferences include: 1. Prepare agenda for each conference and meeting. 2. Distribute written notice to participants 7 days in advance of scheduled date. 3. Make physical arrangements. 4. Record minutes and attendees; include significant proceedings and decisions. 5. Distribute minutes electronically within 5 days after each meeting.

Section 013100 PROJECT MANAGEMENT AND COORDINATION Page 6 of 10 New Orleans Morial Convention Center Linear Park BidBid Set Set New Orleans, Louisiana 27 September21 July 2017 2017 © MA EDR N14023\14027

6. Distribute minutes to each participant and to entities affected by decisions made at meeting. 7. Distribute minutes to Architect and Owner. 8. Maintain in field office one copy of agenda and minutes for each conference and meeting.

B. Representatives attending meetings shall be qualified and authorized to act on behalf of entity each represents.

C. Architect and professional consultants may attend meetings to ascertain that Work is consistent with Contract Documents.

D. Owner may be present at meetings and may propose agenda items.

1.11 PRECONSTRUCTION CONFERENCE

A. Schedule preconstruction conferences no later than 7 days prior to commencement of Work. Convene at Project site.

B. Attendees: 1. Architect and professional consultants; Contractor presides over meeting and is responsible for minutes. 2. Owner. 3. Major subcontractors. 4. Others as appropriate.

C. Minimum Agenda: 1. Administrative and procedural issues: a. Designation of key personnel. b. Review and clarify responsibilities of parties to contract. c. Communications procedures. d. Review of proposed subcontractors, materials, equipment, and products. e. Application for payment procedures; schedule of values, proposal requests, change orders. f. Critical work sequencing; long lead time items and scheduling of full size mock- ups. g. Submittal and construction progress schedules. h. Submittal requirements; complete, correct, and timely submittals; scheduled dates. i. Procedures for submitting product data, shop drawings, samples, and other submittals. j. Product options and substitutions procedures to extent indicated in other Sections. k. Procedures for requests for interpretations (RFI), minor changes, field decisions, construction change directives, proposal requests, change orders, and filing claims. l. Procedures for testing and inspection, including timely notification, including review of preliminary testing at time of meeting. m. Responsibilities and limitations of authority of testing laboratories; distribution of reports. n. Procedures for maintaining Project Record Documents. o. Schedule for progress meetings. 2. Site mobilization and utilization:

Section 013100 PROJECT MANAGEMENT AND COORDINATION Page 7 of 10 New Orleans Morial Convention Center Linear Park BidBid Set Set New Orleans, Louisiana 27 September21 July 2017 2017 © MA EDR N14023\14027

a. Use of premises; office and storage areas, including Owner’s requirements. b. Temporary utilities and services.

1.12 PROGRESS MEETINGS

A. Schedule weekly meetings as necessary by progress of Work; day, location, and time to be determined. Convene at Project site.

B. Attendees: 1. Contractor; presides over meeting and is responsible for minutes. 2. Subcontractors as appropriate. 3. Owner, Architect, and professional consultants may attend as appropriate. 4. Others as appropriate to agenda.

C. Minimum Agenda: 1. Approval of minutes of previous meeting. 2. Work progress since previous meeting: a. Current activities. b. Critical activities. c. Deviations from schedule. 3. Field observations, problems, conflicts, and decisions. 4. Deficiencies: a. Identification of items. b. Status of correction. 5. Requests for Information (RFIs): a. Review of RFI log. b. Status of clarification and discipline responsible. c. Status of change order proposals (COPs). 6. Changes and modifications: a. Status of change orders. b. Pending changes. c. Pending claims and disputes. d. Clarification decisions of Architect or Owner. 7. Problems and conflicts which impede planned progress. 8. Construction Progress and Submittal Schedules: a. Off-site fabrication and delivery schedules. b. Effect of proposed changes on construction progress schedule and coordination. c. Submittal schedules, status of submittals, and effect on construction progress schedule. d. Corrective measures to regain projected schedule. 9. Planned progress during succeeding Work period. 10. Adequacy of work forces. 11. Coordination between elements of Work. 12. Maintenance of Project Record Documents. 13. Other business relating to progress of Work.

Section 013100 PROJECT MANAGEMENT AND COORDINATION Page 8 of 10 New Orleans Morial Convention Center Linear Park BidBid Set Set New Orleans, Louisiana 27 September21 July 2017 2017 © MA EDR N14023\14027

D. Meeting Minutes: 1. Include column to indicate who is required to take action and date action is to be completed. Each of these items requiring action will be carried in subsequent minutes of meeting as "old business" until noted as "resolved." 2. As minimum, separate into following categories: a. Old business. b. New business. c. Work progress. d. Deficiencies. e. RFIs. f. Proposed changes. g. Schedules. h. Submittals. i. Other business, including events to be accomplished by next meeting.

1.13 PREINSTALLATION CONFERENCES

A. Schedule preinstallation conferences required in individual Specification sections. Convene at Project site prior to commencing Work of the section.

B. Attendees: 1. Project superintendent; presides over meeting and is responsible for minutes. 2. Subcontractor (installer, applicator, or erector). 3. Material or equipment supplier. 4. Manufacturers’ representative. 5. Others directly affecting, or affected by the work. 6. Testing agency (if necessary). 7. Subcontractors as appropriate. 8. Owner, Architect, and professional consultants may attend as appropriate. 9. Others as appropriate to agenda.

C. Minimum Agenda: 1. Access to work and conditions of proper installation. 2. Conditions of installation, such as substrates, existing and surrounding conditions, and environmental conditions. 3. Conditions detrimental to installation. 4. Preparation procedures, including protection of adjacent work. 5. Verify installers’ receipt and understanding of installation instructions. 6. Review submittals, installation procedures, and sequence. 7. Review coordination with other work. 8. Evaluate delivery schedule and Construction Progress Schedule. 9. Observe sample installation. 10. Required protection procedures.

Section 013100 PROJECT MANAGEMENT AND COORDINATION Page 9 of 10 New Orleans Morial Convention Center Linear Park BidBid Set Set New Orleans, Louisiana 27 September21 July 2017 2017 © MA EDR N14023\14027

11. Observe actual installation areas.

1.14 CLOSEOUT CONFERENCE

A. Schedule Project Closeout conference prior to requesting Substantial Completion.

B. Attendees: 1. Contractor; presides over meeting and is responsible for minutes. 2. Major subcontractors. 3. Owner, Architect, and professional consultants may attend as appropriate. 4. Others as appropriate to agenda.

C. Minimum Agenda: 1. Start-up of facilities and systems. 2. Testing, adjusting, and balancing. 3. System demonstration and observation. 4. Operation and maintenance instructions for the owner’s personnel. 5. Contractor’s inspection of work. 6. Contractor’s preparation of an initial "punch list." 7. Procedure to request Architect inspection to determine date of substantial completion. 8. Completion time for correcting deficiencies. 9. Inspections by authorities having jurisdiction. 10. Certificate of occupancy and transfer of insurance responsibilities. 11. Partial release of retainage. 12. Preparation for final inspection. 13. Closeout submittals: a. Project Record Documents. b. Operating and maintenance documents. c. Operating and maintenance materials. d. Warranties and bonds. e. Affidavits. 14. Final application for payment. 15. Final cleaning. 16. Contractor’s demobilization of site. 17. Maintenance.

PART 2 - PRODUCTS - NOT USED

PART 3 - EXECUTION - NOT USED

END OF SECTION

Section 013100 PROJECT MANAGEMENT AND COORDINATION Page 10 of 10 New Orleans Morial Convention Center Linear Park BidBid Set Set New Orleans, Louisiana 27 September21 July 2017 2017 © MA EDR N14023\14027

PART 1 - GENERAL

1.1 SUMMARY

A. This Section includes administrative and procedural requirements for documenting the progress of construction during performance of the Work, including the following: 1. Preliminary Construction Schedule. 2. Contractor's Construction Schedule. 3. Submittals Schedule. 4. Daily construction reports. 5. Material location reports. 6. Field condition reports. 7. Special reports.

B. Related Sections: 1. 012900 - Payment Procedures: a. Submitting the Schedule of Values. 2. 013100 - Project Management and Coordination a. Submitting and distributing meeting and conference minutes. 3. 013233 - Construction Photographs a. Submitting pre-construction photographs. 4. 013300 - Submittal Procedures a. Submitting schedules and reports. 5. 014500 – Quality Control: Inspection And Testing Laboratory Services a. Submitting a schedule of tests and inspections.

1.2 DEFINITIONS

A. Activity: A discrete part of a project that can be identified for planning, scheduling, monitoring, and controlling the construction project. Activities included in a construction schedule consume time and resources. 1. Critical activities are activities on the critical path. They must start and finish on the planned early start and finish times. 2. Predecessor Activity: An activity that precedes another activity in the network. 3. Successor Activity: An activity that follows another activity in the network.

B. CPM: Critical path method, which is a method of planning and scheduling a construction project where activities are arranged based on activity relationships. Network calculations determine when activities can be performed and the critical path of Project.

C. Critical Path: The longest connected chain of interdependent activities through the network schedule that establishes the minimum overall Project duration and contains no float.

D. Event: The starting or ending point of an activity.

Section 013200 CONSTRUCTION PROGRESS DOCUMENTATION Page 1 of 7 New Orleans Morial Convention Center Linear Park BidBid Set Set New Orleans, Louisiana 27 September21 July 2017 2017 © MA EDR N14023\14027

E. Float: The measure of leeway in starting and completing an activity. 1. Float time is not for the exclusive use or benefit of either Owner or Contractor, but is a jointly owned, expiring Project resource available to both parties as needed to meet schedule milestones and Contract completion date. 2. Free float is the amount of time an activity can be delayed without adversely affecting the early start of the successor activity. 3. Total float is the measure of leeway in starting or completing an activity without adversely affecting the planned Project completion date.

F. Fragnet: A partial or fragmentary network that breaks down activities into smaller activities for greater detail.

G. Major Area: A story of construction, a separate building, or a similar significant construction element.

H. Milestone: A key or critical point in time for reference or measurement.

I. Network Diagram: A graphic diagram of a network schedule, showing activities and activity relationships.

J. Resource Loading: The allocation of manpower and equipment necessary for the completion of an activity as scheduled.

1.3 SUBMITTALS

A. Submittals Schedule: Submit three copies of schedule. Arrange the following information in a tabular format: 1. Scheduled date for first submittal. 2. Specification Section number and title. 3. Submittal category (action or informational). 4. Name of subcontractor. 5. Description of the Work covered. 6. Scheduled date for Architect's final release or approval.

B. Preliminary Construction Schedule: Submit two opaque copies.

C. Preliminary Network Diagram: Submit two copies, large enough to show entire network for entire construction period. Show logic ties for activities.

D. Contractor's Construction Schedule: Submit two opaque copies of initial schedule, large enough to show entire schedule for entire construction period. 1. Submit an electronic copy of schedule.

E. Special Reports: Submit two copies at time of unusual event.

1.4 COORDINATION

A. Coordinate preparation and processing of schedules and reports with performance of construction activities and with scheduling and reporting of separate contractors.

Section 013200 CONSTRUCTION PROGRESS DOCUMENTATION Page 2 of 7 New Orleans Morial Convention Center Linear Park BidBid Set Set New Orleans, Louisiana 27 September21 July 2017 2017 © MA EDR N14023\14027

B. Coordinate Contractor's Construction Schedule with the Schedule of Values, list of subcontracts, Submittals Schedule, progress reports, payment requests, and other required schedules and reports. 1. Secure time commitments for performing critical elements of the Work from parties involved. 2. Coordinate each construction activity in the network with other activities and schedule them in proper sequence.

PART 2 - PRODUCTS

2.1 SUBMITTALS SCHEDULE

A. Preparation: Submit a schedule of submittals, arranged in chronological order by dates required by construction schedule. Include time required for review, resubmittal, ordering, manufacturing, fabrication, and delivery when establishing dates. 1. Coordinate Submittals Schedule with list of subcontracts, the Schedule of Values, and Contractor's Construction Schedule. 2. Initial Submittal: Submit concurrently with preliminary network diagram. Include submittals required during the first 60 days of construction. List those required to maintain orderly progress of the Work and those required early because of long lead time for manufacture or fabrication. a. At Contractor's option, show submittals on the Preliminary Construction Schedule, instead of tabulating them separately. 3. Final Submittal: Submit concurrently with the first complete submittal of Contractor's Construction Schedule.

2.2 CONTRACTOR'S CONSTRUCTION SCHEDULE, GENERAL

A. Procedures: Comply with procedures contained in AGC's "Construction Planning & Scheduling."

B. Time Frame: Extend schedule from date established for commencement of the Work to date of Final Completion. 1. Contract Substantial Completion date shall not be changed by submission of a schedule that shows an early completion date, unless specifically authorized by Change Order.

C. Activities: Treat each story or separate area as a separate numbered activity for each principal element of the Work. Comply with the following: 1. Activity Duration: Define activities so no activity is longer than 20 days, unless specifically allowed by Architect. 2. Procurement Activities: Include procurement process activities for long lead items and major items, requiring a cycle of more than 60 days, as separate activities in schedule. Procurement cycle activities include, but are not limited to, submittals, approvals, purchasing, fabrication, and delivery. 3. Submittal Review Time: Include review and resubmittal times indicated in Section 013300 - Submittal Procedures, in schedule. Coordinate submittal review times in Contractor's Construction Schedule with Submittals Schedule. 4. Startup and Testing Time: Include not less than 14 days for startup and testing.

Section 013200 CONSTRUCTION PROGRESS DOCUMENTATION Page 3 of 7 New Orleans Morial Convention Center Linear Park BidBid Set Set New Orleans, Louisiana 27 September21 July 2017 2017 © MA EDR N14023\14027

5. Substantial Completion: Indicate completion in advance of date established for Substantial Completion, and allow time for Architect's administrative procedures necessary for certification of Substantial Completion.

D. Constraints: Include constraints and work restrictions indicated in the Contract Documents and as follows in schedule, and show how the sequence of the Work is affected. 1. FOIC Products: Include a separate activity for each FOIC product indicated in Section 011000 – Summary of Work. Indicate delivery date for each FOIC product. Delivery dates indicated stipulate the earliest possible delivery date. 2. Work Restrictions: Show the effect of the following items on the schedule: a. Coordination with existing conditions. b. Seasonal variations. c. Environmental control. 3. Work Stages: Indicate important stages of construction for each major portion of the Work, including, but not limited to, the following: a. Submittals. b. Purchases. c. Mockups. d. Fabrication. e. Sample testing. f. Deliveries. g. Installation. h. Tests and inspections. i. Adjusting. j. Curing. k. Startup and placement into final use and operation. 4. Area Separations: Identify each major area of construction for each major portion of the Work. Indicate where each construction activity within a major area must be sequenced or integrated with other construction activities to provide for the following: a. Structural completion. b. Permanent space enclosure. c. Completion of mechanical installation. d. Completion of electrical installation. e. Substantial Completion.

E. Milestones: Include milestones indicated in the Contract Documents in schedule, including, but not limited to, the Notice to Proceed, Substantial Completion, and Final Completion.

F. Contract Modifications: For each proposed contract modification and concurrent with its submission, prepare a time-impact analysis using fragnets to demonstrate the effect of the proposed change on the overall project schedule.

G. Computer Software: Prepare schedules using a program that has been developed specifically to manage construction schedules.

2.3 PRELIMINARY CONSTRUCTION SCHEDULE

A. Bar-Chart Schedule: Submit preliminary horizontal bar-chart-type construction schedule within seven days of date established for commencement of the Work

B. Preparation: Indicate each significant construction activity separately. Identify first workday of each week with a continuous vertical line. Outline significant construction activities for first 60

Section 013200 CONSTRUCTION PROGRESS DOCUMENTATION Page 4 of 7 New Orleans Morial Convention Center Linear Park BidBid Set Set New Orleans, Louisiana 27 September21 July 2017 2017 © MA EDR N14023\14027

days of construction. Include skeleton diagram for the remainder of the Work and a cash requirement prediction based on indicated activities.

2.4 CONTRACTOR'S CONSTRUCTION SCHEDULE (CPM SCHEDULE)

A. General: Prepare network diagrams using AON (activity-on-node) format.

B. Preliminary Network Diagram: Submit diagram within 14 days of date established for commencement of the Work. Outline significant construction activities for the first 60 days of construction. Include skeleton diagram for the remainder of the Work and a cash requirement prediction based on indicated activities.

C. CPM Schedule: Prepare Contractor's Construction Schedule using a computerized time-scaled CPM network analysis diagram for the Work. 1. Develop network diagram in sufficient time to submit CPM schedule so it can be accepted for use no later than 30 days after date established for commencement of the Work a. Failure to include any work item required for performance of this Contract shall not excuse Contractor from completing all work within applicable completion dates, regardless of Architect's approval of the schedule. 2. Conduct educational workshops to train and inform key Project personnel, including subcontractors' personnel, in proper methods of providing data and using CPM schedule information. 3. Establish procedures for monitoring and updating CPM schedule and for reporting progress. Coordinate procedures with progress meeting and payment request dates. 4. Use "one workday" as the unit of time. Include list of nonworking days and holidays incorporated into the schedule.

D. CPM Schedule Preparation: Prepare a list of all activities required to complete the Work. Using the preliminary network diagram, prepare a skeleton network to identify probable critical paths. 1. Activities: Indicate the estimated time duration, sequence requirements, and relationship of each activity in relation to other activities. Include estimated time frames for the following activities: a. Preparation and processing of submittals. b. Mobilization and demobilization. c. Purchase of materials. d. Delivery. e. Fabrication. f. Utility interruptions. g. Installation. h. Testing and commissioning. 2. Critical Path Activities: Identify critical path activities, including those for interim completion dates. Scheduled start and completion dates shall be consistent with Contract milestone dates. 3. Processing: Process data to produce output data on a computer-drawn, time-scaled network. Revise data, reorganize activity sequences, and reproduce as often as necessary to produce the CPM schedule within the limitations of the Contract Time.

E. Initial Issue of Schedule: Prepare initial network diagram from a list of straight "early start-total float" sort. Identify critical activities. Prepare tabulated report showing the following:

Section 013200 CONSTRUCTION PROGRESS DOCUMENTATION Page 5 of 7 New Orleans Morial Convention Center Linear Park BidBid Set Set New Orleans, Louisiana 27 September21 July 2017 2017 © MA EDR N14023\14027

1. Contractor or subcontractor and the Work or activity. 2. Description of activity. 3. Principal events of activity. 4. Immediate preceding and succeeding activities. 5. Early and late start dates. 6. Early and late finish dates. 7. Activity duration in workdays. 8. Total float or slack time.

F. Schedule Updating: Concurrent with making revisions to schedule, prepare tabulated reports showing the following: 1. Identification of activities that have changed. 2. Changes in early and late start dates. 3. Changes in early and late finish dates. 4. Changes in activity durations in workdays. 5. Changes in the critical path. 6. Changes in total float or slack time. 7. Changes in the Contract Time. 8. Approved Change Orders.

2.5 REPORTS

A. Daily Construction Reports: Prepare a daily construction report recording the following information concerning events at Project site: 1. List of subcontractors at Project site. 2. List of separate contractors at Project site. 3. Approximate count of personnel at Project site. 4. Equipment at Project site. 5. Material deliveries. 6. High and low temperatures and general weather conditions. 7. Accidents. 8. Meetings and significant decisions. 9. Unusual events (refer to special reports). 10. Stoppages, delays, shortages, and losses. 11. Meter readings and similar recordings. 12. Emergency procedures. 13. Orders and requests of authorities having jurisdiction. 14. Change Orders received and implemented. 15. Field Authorizations received and implemented.

Section 013200 CONSTRUCTION PROGRESS DOCUMENTATION Page 6 of 7 New Orleans Morial Convention Center Linear Park BidBid Set Set New Orleans, Louisiana 27 September21 July 2017 2017 © MA EDR N14023\14027

16. Services connected and disconnected. 17. Equipment or system tests and startups. 18. Partial Completions and occupancies. 19. Substantial Completions authorized.

PART 3 - EXECUTION

3.1 CONTRACTOR'S CONSTRUCTION SCHEDULE

A. Contractor's Construction Schedule Updating: At monthly intervals, update schedule to reflect actual construction progress and activities. Issue schedule one week before each regularly scheduled progress meeting. 1. Revise schedule immediately after each meeting or other activity where revisions have been recognized or made. Issue updated schedule concurrently with the report of each such meeting. 2. Include a report with updated schedule that indicates every change, including, but not limited to, changes in logic, durations, actual starts and finishes, and activity durations. 3. As the Work progresses, indicate Actual Completion percentage for each activity.

B. Distribution: Distribute copies of approved schedule to Architect, Owner, separate contractors, testing and inspecting agencies, and other parties identified by Contractor with a need-to-know schedule responsibility. 1. Post copies in Project meeting rooms and temporary field offices. 2. When revisions are made, distribute updated schedules to the same parties and post in the same locations. Delete parties from distribution when they have completed their assigned portion of the Work and are no longer involved in performance of construction activities.

END OF SECTION

Section 013200 CONSTRUCTION PROGRESS DOCUMENTATION Page 7 of 7

New Orleans Morial Convention Center Linear Park BidBid Set Set New Orleans, Louisiana 27 September21 July 2017 2017 © MA EDR N14023\14027

PART 1 - GENERAL

1.1 SUMMARY

A. Section includes administrative and procedural requirements for the following:

1. Preconstruction photographs. 2. Periodic construction photographs. 3. Final completion construction photographs.

1.2 PHOTOGRAPHY

A. Employ photographer mutually agreeable to Owner and Architect to record and document existing site conditions as required by Section 011000 – Summary of Work.

B. Preconstruction Photographs: Contractor shall provide a minimum twelve (12) preconstruction photographs prior to commencement of Work; locations as designated by the Architect. Before starting construction, take digital photographs of Project site and surrounding properties, including existing items to remain during construction, from 360 degree vantage points, on plan proposed by the Contractor and approved by Architect. 1. Flag construction limits before taking construction photographs. 2. Take min of 12 photographs to show existing conditions adjacent to property before starting the Work. This includes plaza, roadways, and vegetation. 3. Take min of 8 photographs of existing buildings either on or adjoining property to accurately record physical conditions at start of construction. 4. Take additional photographs as required to record settlement or cracking of adjacent structures, pavements, and improvements.

C. Submittals 1. Digital Images: Submit a complete set of digital image electronic files as a Project Record Document on CD-ROM to the Architect and Owner. Identify electronic media with date photographs were taken. Submit images that have same aspect ratio as the sensor, uncropped. a. Digital Images: Provide images in uncompressed JPEG format, produced by a digital camera with minimum sensor size of 4.0 megapixels, and at an image resolution of not less than 1600 by 1200 pixels. b. Date and Time: Include date and time in filename for each image.

D. Additional Photographs: Architect or Owner may issue requests for additional photographs, in addition to those specified. 1. In emergency situations, take additional photographs within 24 hours of request. 2. Circumstances that could require additional photographs include, but are not limited to, the following: a. Special installation procedures and assemblies. b. Immediate follow-up when on-site events result in construction damage or losses. c. Photographs to be taken at fabrication locations away from Project site. d. Substantial Completion of a major phase or component of the Work. e. Extra record photographs at time of final acceptance.

Section 013233 CONSTRUCTION PHOTOGRAPHS Page 1 of 2 New Orleans Morial Convention Center Linear Park BidBid Set Set New Orleans, Louisiana 27 September21 July 2017 2017 © MA EDR N14023\14027

PART 2 - PRODUCTS

NOT USED

EXECUTION

NOT USED

END OF SECTION

Section 013233 CONSTRUCTION PHOTOGRAPHS Page 2 of 2 New Orleans Morial Convention Center Linear Park BidBid Set Set New Orleans, Louisiana 27 September21 July 2017 2017 © MA EDR N14023\14027

PART 1 - GENERAL

1.1 SUMMARY

A. Section Includes: Administrative and procedural requirements for submittals required for performance of the Work, including the following: 1. Product data, shop drawings, samples and supporting data as requested in the technical sections. 2. Deferred Submittals.

B. Related Sections: 1. 013100 - Project Management and Coordination: a. Underground Coordination drawings. 2. 013200 - Construction Progress Documentation: a. Submittals Schedule. 3. 017800 - Closeout Submittals: a. Submittals required at final acceptance.

1.2 SUBMITTAL PROCEDURES

A. Schedule submittals to expedite Project in accordance with approved Construction Progress Schedules and in such sequence as to cause no delay in the Work or in the activities of Owner or of separate contractors. Clearly identify lead times and routing for “Deferred Submittals”.

B. Submit product data, shop drawings, samples, calculations, certificates, manufacturer’s instructions, and other items requested within each specification section.

C. Transmit each submittal using a Submittal Transmittal form. Number submittals using Specification section number and unique numeric reference number. Number resubmittals with a lower case letter in alphabetic sequence for subsequent submittals. 1. For example, Submittal “074113-02”: Specification Section - 074113; Reference Number -02. Resubmittal “074113-02b”: second resubmittal for this item.

D. Marking Data Sheets: Identify each data sheet by Project, Contractor, subcontractor or supplier, pertinent Drawing sheets and detail numbers, and Specification section number, including respective referenced paragraph(s), item name(s) as applicable, and system type or assembly as appropriate.

E. Apply Contractor’s stamp, sign or initial and date certifying that review, verification of products, field dimensions, adjacent construction Work, and coordination of information, is in accordance with requirements of Work and Contract Documents.

F. Submittals will be returned without processing if they have not been reviewed and stamped by Contractor for coordination of work and conformance with the Drawings and Specifications prior to submission to Architect, if they are not initialed or signed by authorized person, if they are not dated, or if it becomes evident that they have not been properly reviewed. Delays resulting there from are not the responsibility of Architect.

Section 013300 SUBMITTAL PROCEDURES Page 1 of 7 New Orleans Morial Convention Center Linear Park BidBid Set Set New Orleans, Louisiana 27 September21 July 2017 2017 © MA EDR N14023\14027

1.3 DEFERRED SUBMITTALS

A. Deferred submittals are those portions of the design that are bidder-designed and that are required to be submitted for review and approval to the Authority Having Jurisdiction (AHJ) during the construction period.

B. Contractor shall be responsible for expediting deferred submittals for review and approval by the AHJ after the Architect’s review and prior to fabrication and installation. 1. Submit documents to the Architect and AHJ in the form and manner required by the AHJ.

1.4 PRODUCT DATA

A. Modify product data and installation instructions to delete information which is not applicable to the work.

B. Supplement standard information to provide information specifically applicable to the work.

C. Form: Make submittals as electronic files. 1. Electronic submittals. a. Submit as .pdf document(s) via Project Web Site. Describe each submittal or submittal group under cover of an electronic transmittal. Submittals shall be grouped for individual, or like products. Include separate transmittals for unrelated products. b. Transmittal shall constitute the Contractor's certification that the submittal has been reviewed and is proposed for incorporation into the work. c. Where documents are scanned, scan resolution shall be sufficient for readability, but not less than 150 dpi. d. Product data submittals shall be sufficiently edited and/or annotated to clearly indicate the intended product, including of size(s), color(s), and selection of available accessories and options to be included, as appropriate. e. Electronic product data submittals shall not be locked or password protected.

D. Brochures, catalog cuts, and other product data which do not clearly indicate specific products intended will be rejected.

E. The Architect will review product data, annotate as necessary, and return it as a .pdf document via Project Web Site.

1.5 SHOP DRAWINGS

A. Submit Shop Drawings required by individual Sections of the Specifications, and as otherwise required for proper performance of the work. Submit detail drawings of special accessory components not included in manufacturer’s product data.

B. Title each Drawing with the Project name and Number; identify each element of the drawings by reference to sheet number and detail, schedule, or room number of Contract Documents.

C. Illustrate fully the requirements of the Specifications and the Contract Drawings, and accurately show quantities, kinds of materials, methods of assembly, and all data required for fabrication, erection, and installation.

D. Show the relationship of adjoining work, relevant field conditions and dimensions; coordinate with affected subcontractors and suppliers if in conflict. Clearly indicate field dimensions and field conditions.

Section 013300 SUBMITTAL PROCEDURES Page 2 of 7 New Orleans Morial Convention Center Linear Park BidBid Set Set New Orleans, Louisiana 27 September21 July 2017 2017 © MA EDR N14023\14027

E. Electronic data of portions of the Contract Documents may be available for use as bases for preparation of shop drawings. The General Contractor shall be responsible for all subsequent distribution of such information to subcontractors and suppliers. Request documents by submitting an executed copy of the AIA Document C106, a sample of which is included at the end of this Section. Use of such documents implies Contractor's and subcontractors' agreement to the terms described on the form. Fully describe requirements for each request.

F. Form: Make submittals as electronic files. 1. Electronic submittals. a. Submit as .pdf document(s) via Project Web Site. Describe each submittal or submittal group under cover of an electronic transmittal. Submittals shall be grouped for individual, or like products. Include separate transmittals for unrelated products. b. Transmittal shall constitute the Contractor's certification that the submittal has been reviewed and is proposed for incorporation into the work, as indicated on the shop drawings. c. Where documents are scanned, scan resolution shall be sufficient for readability, but not less than 150 dpi. d. Electronic shop drawing submittals shall not be locked or password protected.

G. The Architect will review shop drawings, annotate as necessary, and return them as a .pdf document via Project Web Site.

1.6 SAMPLES

A. Submit quantity required by Contractor, plus 1 set, except where indicated otherwise in Specification sections, to be retained by Architect. 1. For tracking purposes, submit a copy of the sample delivery transmittal to the Project Web Site.

B. Include identification on each sample with full Project information.

C. Submit samples to illustrate functional and aesthetic characteristics of product, including integral parts and attachment devices. Coordinate sample submittals for interfacing Work.

D. Except where specified otherwise, submit samples from full range of manufacturer’s standard colors illustrating textures, patterns, and finishes for Architect selection.

E. Where custom colors are specified, submit samples illustrating colors, textures, patterns, and finishes for Architect’s review. Architect will advise colors required or furnish samples for color matching.

1.7 SUPPORT REACTION DESIGN DATA

A. When specified in individual Sections, submit support reaction design data.

B. Furnish separate submittal indicating complete description of loads, forces, and moments transferred to "base building" structure at each point of contact.

C. Include secondary forces resulting from connections used.

D. Do not submit engineering calculations for support reactions.

Section 013300 SUBMITTAL PROCEDURES Page 3 of 7 New Orleans Morial Convention Center Linear Park BidBid Set Set New Orleans, Louisiana 27 September21 July 2017 2017 © MA EDR N14023\14027

E. Submit design data bearing seal and signature of professional engineer responsible for design.

1.8 CALCULATIONS

A. When specified in individual Sections, submit calculations.

B. Submit engineering calculations for component sizes, deflections, and connections.

C. Submit calculations bearing seal and signature of professional engineer responsible for design, registered in State of Washington.

D. Where existing conditions deviate from Contract Documents or shop drawings, submit calculations for existing condition, including calculations for anticipated corrective action required, and changes to loads transferred to "base building" structure.

1.9 INFORMATIONAL SUBMITTALS

A. Informational submittals upon which Architect is not expected to take responsive action may be so identified in Contract Documents. When professional certification of performance criteria of materials, systems, or equipment is required by Contract Documents, Architect shall be entitled to rely upon accuracy and completeness of such certifications.

B. Types of Informational Submittals: 1. Design data: Submit with shop drawings. 2. Test reports: Submit within two weeks of testing. 3. Certifications: a. Submit certifications when specified in individual Specification sections. b. Indicate material or product conforms to or exceeds specified requirements. Submit supporting reference data, affidavits, and certifications as appropriate. c. Certifications may be recent or previous test results on material or product, but must be acceptable to Architect. d. Submit welder certifications with shop drawings. e. Submit manufacturer or fabricator certifications with product data. f. Submit copy of Contractor-obtained ‘Hot-Work’ permits. g. Submit certificates of compliance within two weeks following approval or acceptance by authority having jurisdiction. h. Submit installation certifications within two weeks following completion of product installation. 4. Engineering Certifications: a. Submit certified statement, signed and sealed by professional structural engineer responsible for design attesting to the following: 1) Conformity to applicable governing codes. 2) Conformity to criteria in Contract Documents. 3) Component parts were designed or selected for locale and application intended. 4) State of origin within jurisdiction of project. b. Submit with shop drawings. Submit prior to fabrication if shop drawings are not required by individual specification sections. 5. Qualification Data: a. When specified in individual Sections, submit manufacturer’s, fabricator’s, and installer’s qualifications verifying years of experience. b. Include list of completed projects having similar scope of Work identified by name, location, date, reference names, and phone numbers. Section 013300 SUBMITTAL PROCEDURES Page 4 of 7 New Orleans Morial Convention Center Linear Park BidBid Set Set New Orleans, Louisiana 27 September21 July 2017 2017 © MA EDR N14023\14027

c. Submit manufacturer qualification data with proposed products list. d. Submit fabricator or installer qualification data with list of subcontractors at least 15 days prior to submitting first Application for Payment. 6. Manufacturer’s Instructions: a. Refer to Section 016000 – Product Requirements and 017300 – Execution Requirements, for requirements. b. When specified in individual Specification sections, submit manufacturer’s printed instructions for delivery, storage, assembly, installation, adjusting, finishing, and other pertinent data. c. Identify conflicts between manufacturer’s instructions and Contract Documents. d. Submit with product data. 7. Manufacturer’s Field Reports: a. Refer to Section 014000 – Quality Requirements, for requirements. b. When specified in individual Specification sections, submit written results and findings of manufacturer’s field services specified as part of Field Quality Control. c. Submit within two weeks following completion of field services covered in individual reports. 8. Coordination Drawings: Refer to Section 013100 – Project Management and Coordination requirements related to trades indicated, unless otherwise indicated. a. Refer to individual technical sections for detailed requirements.

C. Quantity: Submit in quantities specified for product data.

1.10 INCOMPLETE AND PARTIAL SUBMITTALS

A. Incomplete Submittal: Submittal not complying with specified submittal requirements.

B. Partial Submittal: Submittal subdivided into components as indicated in submittal schedule and each component submitted separately.

C. Architect will not review incomplete submittals. Complete submittals for each item are required. Submittal will not be considered official until it is complete in every respect. Delays resulting from incomplete submittals are not responsibility of Architect. 1. Architect will review partial submittals if advanced authorization has been given.

1.11 CONTRACTOR REVIEW

A. Review and approve submittals prior to transmittal to Architect. By approving and submitting shop drawings, product data and samples, Contractor represents that he has determined and verified all materials, field measurements, and field construction criteria related thereto, and that he has checked and coordinated the information contained within such submittals with the requirements of the Work and of the Contract Documents.

B. Coordinate submittals with requirements of Work and of Contract Documents.

C. Stamp, sign or initial, and date each submittal to certify compliance with requirements of Contract Documents. Contractor's stamp shall bear the words as follows: REVIEWED AND APPROVED FOR COORDINATION AND CONFORMANCE WITH CONTRACT DOCUMENTS.

D. Do not fabricate products or begin Work which require submittals until approved submittals have been received from Architect.

Section 013300 SUBMITTAL PROCEDURES Page 5 of 7 New Orleans Morial Convention Center Linear Park BidBid Set Set New Orleans, Louisiana 27 September21 July 2017 2017 © MA EDR N14023\14027

1.12 ARCHITECT REVIEW

A. General: Architect's Review of Submittals: The Architect will review submittals only for conformance with the design concept of the Project and general compliance with the information given in the Contract Documents. The Architect's approval of such submittals shall not relieve the Contractor from the following: 1. Responsibility for confirming and correlating dimensions at job site for tolerances, clearances, quantities, and fabrication processes; 2. For information that pertains solely to the means, methods, techniques, sequences, and procedures of construction, which should not be submitted; 3. For deviations from drawings or specifications, unless he has in writing specifically called the Architect's attention to such deviations at the time of submission, and secured his written approval; 4. For coordination of the Work with other trades; 5. For installation of the Work in full compliance with the Construction Documents, and responsibility for providing work not indicated on the shop drawings, but otherwise required for the completion of the Work.

B. Architect will review construction progress schedules, submittal schedules, shop drawings, product data, and samples and return within 30 working days of receipt. 1. Consultants' reviews will occur within scheduled time period with comments coordinated by Architect, prior to Architect's action stamp and return to Contractor.

C. Do not make "Mass" submittals (6 or more submittals) to Architect at one time. If Mass submittals are received, Architect’s review time stated above will be extended as necessary to perform proper review. Architect will review Mass submittals based upon priority determined by Architect after consultation with Owner and Contractor.

D. Informational submittals and other similar data are for Architect’s information and do not require Architect’s responsive action.

E. Architect’s Review Stamp 1. Unless otherwise indicated on the submittal, fabrication/installation may be undertaken and a resubmittal is not required, if the review action stamp indicates: a. Approved as Submitted b. Approved, except as Noted c. Resubmission not required 2. Unless otherwise indicated on the submittal, fabrication/installation may NOT be undertaken and a resubmittal IS required, if the review action the stamp indicates: a. Approved, except as noted. Resubmission required b. No action taken. See comments. Resubmission required c. Disapproved. See comments. Resubmission required

F. Submittal approval does not authorize changes to Contract requirements, unless accompanied by a Change Order, Architect’s Supplemental Instruction, or Field Authorization.

G. After review, the Architect will then forward each reproducible back to the Contractor with copy of transmittal to the Owner.

Section 013300 SUBMITTAL PROCEDURES Page 6 of 7 New Orleans Morial Convention Center Linear Park BidBid Set Set New Orleans, Louisiana 27 September21 July 2017 2017 © MA EDR N14023\14027

1.13 RESUBMITTALS

A. Make resubmittals under procedures specified for initial submittals; identify changes made since previous submittal.

B. Architect will record time required to review resubmittals after original submittal and first resubmittal. Contractor shall reimburse Owner for charges of Architect and Architect’s Consultants for reviewing submittal more than 2 times.

1.14 DISTRIBUTION OF APPROVED SUBMITTALS

A. Distribution: Furnish copies of final submittals to manufacturers, subcontractors, suppliers, fabricators, installers, authorities having jurisdiction, and others as necessary for performance of construction activities. Show distribution on transmittal forms.

1.15 USE OF ARCHITECT’S ELECTRONIC MEDIA FOR SHOP DRAWING SUBMITTALS

A. Subject to the acceptance of the terms and conditions of the AIA Document C106 by the Contractor and affected Subcontractors, the Architect will furnish selected construction drawings for assisting in preparation of shop drawings and interdisciplinary coordination drawings for the project. The transmitted documents are for reference, only, and are not to be used as shop drawings in their transmitted form of development. The transmitted documents will be provided to the Contractor on a one-time, project-specific basis.

B. Available Drawings: Upon receipt of signed AIA Document C106 from the Contractor, the Architect will furnish electronic files to the Contractor, limited to the following drawings: 1. Site plans. 2. Respective structural, mechanical and electrical plans.

C. Request for Other Drawings: On a limited basis, contractor request for drawing files other than those listed above will be furnished if approved by Architect upon receipt of signed AIA Document C106.

D. Drawing Format and Availability: 1. Files will be provided in the Architect’s translation to AutoCAD (.dwg) only. 2. Files will be posted on MA EDR’s Newforma® website with instructions for use as identified by the Architect.

E. Contractor’s Responsibility: Distribution of electronic files to Subcontractors shall be the Contractor’s responsibility. In advance of receiving files from the Contractor, each Subcontractor who requests such files shall submit a signed Electronic Media Release Form to the Contractor and Architect.

PART 2 - PRODUCTS - NOT USED

PART 3 - EXECUTION - NOT USED

END OF SECTION

Section 013300 SUBMITTAL PROCEDURES Page 7 of 7

New Orleans Morial Convention Center Linear Park BidBid Set Set New Orleans, Louisiana 27 September21 July 2017 2017 © MA EDR N14023\14027

PART 1 - GENERAL

1.1 ASBESTOS IN PROJECT AREA

A. If asbestos containing materials (ACM) or anything that appears to be ACM is encountered in any of the project areas, Contractor shall immediately stop work in affected area and notify the Owner, and Owner’s Representative. The Owner will be responsible for sampling, testing and removal or encapsulation of materials found to contain asbestos. Do not proceed with work in areas where asbestos hazard has been identified until hazard has been contained or removed. 1. Appropriate fit-tested respirators, (Type C supplied air first, then half-face or full-face respirators) shall be required to work in areas where asbestos materials are located when asbestos fiber count is not known. Only State certified workers shall be utilized for asbestos related work. 2. State and Federal regulations pertaining to reporting, handling and disposal of asbestos shall be followed by those accomplishing asbestos related work.

1.2 UNKNOWN HAZARDOUS MATERIALS

A. In event that Contractor or subcontractor or employees of Contractor or subcontractor are in doubt as to nature of material, product, substance, chemical or compound that they might come in contact with while performing work, they are encouraged to make inquiry and determine if hazard is present prior to proceeding.

B. If unknown material, product, substance, chemical or compound is property or responsibility of Owner, or within areas to be remodeled, Owner shall be responsible for making identification and assessment of hazard potential and shall bear cost of such identification.

C. If unknown material, product, substance, chemical or compound is property or responsibility of Contractor or his subcontractors, or is brought onto site by Contractor or his subcontractors, Contractor shall be responsible for making identification and assessment of hazard potential and shall bear cost of such identification.

1.3 NOTIFICATION OF EMPLOYEES

A. It shall be responsibility of Contractor to notify employees, subcontractors and subcontractor's employees of provisions of this Section.

PART 2 - PRODUCTS - NOT USED

PART 3 - EXECUTION - NOT USED

END OF SECTION

Section 013513 HAZARDOUS MATERIALS PROCEDURES Page 1 of 1

New Orleans Morial Convention Center Linear Park BidBid Set Set New Orleans, Louisiana 27 September21 July 2017 2017 © MA EDR N14023\14027

PART 1 - GENERAL

1.1 SUMMARY

A. The Ernest N. Morial New Orleans Exhibition Hall Authority and New Orleans Public Facility Management, Inc. encourage the acquisition of goods and services from small businesses in our community. A Small Business as it is used in these Documents means a business entity that has a Small Entrepreneurship (SE)/Hudson Initiative Certification from the department of Louisiana Economic Development. If your business has a current Small Entrepreneurship/Hudson Initiative certification, please include a copy with your submittal. If your business is not currently certified and is interested in certification, please visit the Louisiana Economic Development website at https://smallbiz.louisianaeconomicdevelopment.com/Account/Login.

END OF SECTION

Section 013519 OPEN ACCESS PLAN – SMALL BUSINESS Page 1 of 1

New Orleans Morial Convention Center Linear Park BidBid Set Set New Orleans, Louisiana 27 September21 July 2017 2017 © MA EDR N14023\14027

PART 1 - GENERAL

1.1 REGULATORY REQUIREMENTS

A. General: Reference to codes, standards or regulatory requirements made on Drawings or in Specifications are considered an integral part of Contract Documents as minimum requirements. Nothing in Contract Documents should be understood to conflict with laws, by- laws, or regulations of municipal, State, Federal, and other authorities having jurisdiction. 1. Effective Dates: Comply with the date in effect as of date of the Contract Documents, for respective codes and reference standards, unless otherwise indicated.

B. Code Requirements: 1. International Code Council, Inc. (ICC), except as otherwise indicated. a. International Building Code (IBC), 2012 edition with Louisiana Amendments. b. International Mechanical Code (IMC), 2012 edition with Louisiana Amendments. c. International Plumbing Code (IPC), 2012 edition with Louisiana Amendments. d. International Fuel Gas Code (IFGC) 2012 edition. e. ICC/ANSI A117.1 Accessible And Usable Buildings And Facilities. 2003 edition. f. ADA Accessibility Guidelines for Buildings and Facilities (ADAAG), July 23, 2004 2. National Codes, current in effect. a. NFPA 101 Life Safety Code (LSC) 2012 edition. b. National Electrical Code (NEC) 2011 edition with Louisiana Amendments. c. National Safety Codes as referenced in related codes. 3. Other Codes and Ordinances as referenced in technical Sections of Specifications and as required to meet governmental regulations.

1.2 REFERENCE STANDARDS

A. Comply with association, trade, federal, commercial, standards generating organization (such as ANSI and ASTM), and other similar standards referenced within Specification sections, except where more explicit or stringent requirements are indicated or required by Specification or applicable codes.

B. Reference standards include their associated amendments and supplements.

C. Except where a specific date is indicated, date of standard is latest edition in effect at date of Contract Documents, or date of standard required by code.

D. Reference standards have same force and effect as if bound into or copied directly into Contract Documents; standards are made a part of Contract Documents by reference.

E. Contractual relationship of parties to the Contract shall not be altered from Contract Documents by mention or inference otherwise in reference standards.

F. Names and titles of standards are frequently abbreviated. Where acronyms or abbreviations are used in Specifications, they are defined to mean the recognized name of trade association, standards generating organization, governing authority, or other entity applicable to context of text provision.

Section 014000 QUALITY REQUIREMENTS Page 1 of 5 New Orleans Morial Convention Center Linear Park BidBid Set Set New Orleans, Louisiana 27 September21 July 2017 2017 © MA EDR N14023\14027

G. Should specified reference standards conflict with Contract Documents, request clarification from Architect before proceeding.

H. When indicated by individual Specification section, obtain copy of standard. Maintain copy at Project site during submittals, planning, and progress of specific work, until Substantial Completion.

I. Units of measurements required by specifications govern regardless of units of measurement used in reference standards.

1.3 PROJECT MANUAL CONTENT

A. Language: 1. Imperative mood of sentence structure is generally used which places verb as first word in sentence. Except as otherwise indicated, requirements expressed imperatively are to be performed by Contractor. 2. In certain circumstances, the language of specifications and other contract documents are of abbreviated type. It implies words and meanings that will be appropriately interpreted. Words such as "the," "shall," "shall be," "Contractor shall," "a," "all," "an," "any," and other similar words are eliminated. 3. Singular words will be interpreted as plural and plural words will be interpreted as singular where applicable and where full context of Contract Documents so indicates. 4. The words "shall be" are implied wherever a colon (:) is used within a sentence or phrase. 5. Alpha-Numeric Abbreviations: Abbreviations, in brackets (ACIP-1), or quotation marks ‘ACIP-2’, and short for (Architectural Cast-In-Place Concrete), denotes material and finish, as both shown on the drawings and described in the respective specification Section.

B. Specialist Assignments: 1. In certain circumstances, Specification text requires or implies that specific elements of Work are to be assigned to specialists who must be engaged to perform that element of Work. Such assignments are special requirements of Contract. 2. Such assignments are intended to establish which party or entity involved in a specific element of Work is considered as being sufficiently experienced in indicated construction processes or operations to be recognized as "expert" in those processes or operations. Nevertheless, ultimate responsibility for fulfilling Contract requirements remains with Contractor. 3. These requirements should not be interpreted to conflict with enforcement of building codes and similar regulations governing the Work. They are also not intended to interfere with local trade union jurisdictional settlements and similar conventions.

C. Minimum Quality/Quantity: 1. Quality level or quantity shown or specified is intended to be minimum for Work to be performed or provided. 2. Except as otherwise specifically indicated, actual Work may either comply exactly with that minimum within specified tolerances, or may exceed that minimum within reasonable limits.

Section 014000 QUALITY REQUIREMENTS Page 2 of 5 New Orleans Morial Convention Center Linear Park BidBid Set Set New Orleans, Louisiana 27 September21 July 2017 2017 © MA EDR N14023\14027

3. In complying with these requirements, indicated numeric values are either minimums or maximums as noted, or as appropriate for context of requirements. 4. Refer instances of uncertainty to Architect for decision before proceeding.

1.4 SYMBOLS

A. List of Symbols: # Number. % Percent. F Degrees Fahrenheit. C Degrees Celsius. ’ Feet. " Inches. ± Plus to Minus; Plus or Minus. +/- Plus to Minus; Plus or Minus.

1.5 DEFINITIONS

A. Basic Contract definitions are included in Conditions of the Contract.

B. And: Conjunction indicating that items in series are to be taken jointly. It may also mean plus or in addition to preceding items in the series.

C. Approved: Where used in conjunction with Architect’s response or action, meaning will be held to limitations of Architect’s responsibilities and duties as specified in General and Supplementary Conditions. In no case will Architect’s approval be interpreted as release of Contractor from responsibilities to fulfill requirements of Contract Documents.

D. Directed, Requested: Terms such as "directed," "requested," "authorized," "selected," "approved," "required," "accepted," and "permitted" mean "directed by Architect," "requested by Architect," and similar phrases. However, no such implied meaning shall be interpreted to extend Architect’s responsibility into area of construction supervision.

E. Finish: The manner or method of completion. The final appearance of a surface, including texture, smoothness, sheen, and color, after finishing operations have been performed. Finishing operations include preparation of substrate and application, curing, and protection of specified finish materials.

F. Furnish: Means to supply, purchase, procure and deliver complete with related accessories, ready for assembly, application, installation, and similar operations, as applicable in each instance.

G. General Contractor and Contractor: These terms are used interchangeably throughout Division 01 and technical Sections 02 through 33, referring to the procedural requirements affecting both the administration of the work and the work of individual trade contractors.

H. Indicated: Refers to graphic representations, notes, or schedules on Drawings, or other paragraphs or Schedules in Specifications, and similar requirements in Contract Documents. Terms such as "shown," "noted," "scheduled," and "specified" are used to help reader locate the reference. Location is not limited.

I. Install: Means to construct, assemble, erect, mount, anchor, place, connect, apply and similar operations, complete with related accessories, as applicable in each instance.

Section 014000 QUALITY REQUIREMENTS Page 3 of 5 New Orleans Morial Convention Center Linear Park BidBid Set Set New Orleans, Louisiana 27 September21 July 2017 2017 © MA EDR N14023\14027

J. Installer: An "Installer" is the Contractor or an entity engaged by the Contractor, either as an employee, subcontractor, or sub-subcontractor, for performance of a particular construction activity, including installation, erection, application, and similar operations. Installers are required to be experienced in the operations they are engaged to perform. 1. The term "experienced" when used with the term "Installer" means having successful previous experience with projects similar in size and scope to this Project, being familiar with the precautions required, and having complied with requirements of the authority having jurisdiction. 2. Trades: Use of titles such as "carpentry" is not intended to imply that certain construction activities must be performed by accredited or unionized individuals of a corresponding generic name, such as "carpenter." It also does not imply that requirements specified apply exclusively to tradespersons of the corresponding generic name.

K. Or: Used to introduce any of the possibilities in a series. Items in the series are not required to be taken jointly. It does not mean that individual items in the series are optional requirements.

L. Product: Includes natural and manufactured materials, components, machinery, fixtures, equipment, devices, furnishings, systems, and their associated accessories to be incorporated into the Work.

M. Project Site: The space available to the Contractor for performance of construction activities, either exclusively or in conjunction with others performing other work as part of the Project. The extent of the Project Site is shown on the Drawings, and may or may not be identical with the description of the land upon which the Project is to be built

N. Provide: Means to furnish and install, complete and ready for operations and use for purpose intended.

O. Regulations: Includes laws, ordinances, statutes, and lawful orders issued by authorities having jurisdiction, as well as rules, conventions, and agreements within construction industry that control performance of the Work.

P. Similar: Interpreted in its general sense and not as meaning identical. Elements defined as "similar" shall be coordinated in relationship to their location and connection with other parts of the Work.

Q. Testing Agency: A "testing agency" is an independent entity engaged to perform specific inspections or tests, either at the Project Site or elsewhere, and to report on and, if required, to interpret results of those inspections or tests.

R. True To Line, Plumb, Level, and Flat: Except as otherwise indicated in individual specification sections, install Work within following tolerances: 1. True to line: Allowed deviation from straight line within plus or minus 1/16 inch in one foot; plus or minus 1/8 inch in 10 feet; plus or minus 1/4 inch in 20 feet; and plus or minus 3/8 inch in lengths over 20 feet. 2. Level: Allowed deviation from horizontal plane within plus or minus 1/16 inch in one foot; plus or minus 1/8 inch in 10 feet; plus or minus 1/4 inch in 20 feet; and plus or minus 1/2 inch in lengths over 20 feet. 3. Plumb: Allowed deviation from vertical plane within plus or minus 1/16 inch in one foot; plus or minus 1/8 inch in 10 feet; plus or minus 1/4 inch in 20 feet; and plus or minus 1/2 inch in lengths over 20 feet.

Section 014000 QUALITY REQUIREMENTS Page 4 of 5 New Orleans Morial Convention Center Linear Park BidBid Set Set New Orleans, Louisiana 27 September21 July 2017 2017 © MA EDR N14023\14027

4. Flat: Allowed deviation from flat plane in any planar direction within plus or minus 1/16 inch in one foot; plus or minus 1/8 inch in 10 feet; plus or minus 1/4 inch in 20 feet; and plus or minus 3/8 inch in lengths over 20 feet. 5. Tolerances are not accumulative.

1.6 QUALITY ASSURANCE

A. Supervise performance of Work in such manner and by such means to ensure that Work, whether completed or in progress, will not be subjected to harmful, dangerous, damaging, or otherwise deleterious exposure during construction period.

B. Monitor quality control over products, suppliers, manufacturers, services, site conditions, and workmanship to ensure Work complies with Contract Documents.

C. Comply with specified reference standards for minimum quality of Work except when more stringent tolerances, codes, or specified requirements indicate higher standards or more precise workmanship.

1.7 MANUFACTURER’S FIELD SERVICES AND REPORTS

A. Submit reports in accordance in accordance with Section 013300 – Submittal Procedures.

B. Submit qualifications of field observer 30 days in advance of required observations; observer is subject to approval of Architect.

C. When specified in individual Specification sections, require material or product suppliers or manufacturers to provide qualified staff personnel to observe site conditions, conditions of surfaces, quality of workmanship, and conditions of installation as applicable, and to initiate instructions when necessary.

D. Report observations and site decisions or instructions given to applicators or installers that are supplemental or contrary to manufacturer’s written instructions.

E. Submit reports within 7 days of observation. Distribute copies to Architect, Project site file, subcontractor, and other entities requiring information.

PART 2 - PRODUCTS - NOT USED

PART 3 - EXECUTION - NOT USED

END OF SECTION

Section 014000 QUALITY REQUIREMENTS Page 5 of 5

New Orleans Morial Convention Center Linear Park Bid Set New Orleans, Louisiana 16-January-2018 © MA EDR N14023/14027

SECTION 01 42 19

REFERENCE SPECIFICATIONS

PART 1 GENERAL

1.1 SUMMARY

A. This Section includes the Reference Specifications listed under Section 1.1.B. These Specifications are available in digital form as described in the Advertisement for Bids and Article 4 of the Instructions to Bidders, or in digital format from the issuing agency. Each specification is subject to the administrative requirements outlined in the General Conditions and other Division 01 specification sections and is considered to be part of the Contract Documents.

B. List of Reference Specifications

(1) City of New Orleans Department of Public Works General Specifications for Street Paving – 2015 Edition

(a) The following Sections are included in their entirety:

(i) Part II - Earthwork

(ii) Part III – Base and Subbase Course

(iii) Part IV – Surface Course

(iv) Part V – Asphaltic Concrete Pavements

(v) Part VI – Portland Cement Concrete Pavement

(vi) Part VII – Incidental Construction

(vii) Part VIII - Structures

(viii) Part IX – Portland Cement Concrete

(ix) Part X – Materials

(x) Part XII – Standard Bid Items

(b) The following Sections are excluded in their entirety

(i) Part I – General Provisions

(ii) Part XI – Systems of Measurement (For Future Use) Section 01 42 19 REFERENCE SPECIFICATIONS Page 1 of 3

New Orleans Morial Convention Center Linear Park Bid Set New Orleans, Louisiana 16-January-2018 © MA EDR N14023/14027

(2) New Orleans Sewerage and Water Board of New Orleans General Specifications – current edition

(a) The following Sections are included in their entirety:

(i) Section 03 – Sewer Mains

(ii) Section 04 – Sewer Point Repairs

(iii) Section 05 – Cure in Place (CIPP)

(iv) Section 06 – Cure in Place Lateral Reconstruction From Mainline

(v) Section 07 – Sewer Flow Control

(vi) Section 08 – Trenching, Backfilling, and Compaction

(vii) Section 09 – Surface Restoration

(b) The following Sections are excluded in their entirety

(i) Section AD-1 - Advertisement and Description

(ii) Section A – Contract and Bond

(iii) Section A1 – Information for Bidders and General Provisions & Table of Contents

(iv) Section 01 – Contract Documents and Extent of Contract

(v) Section 02 – Supplementary Special Contract Provisions

(vi) Section 10 – Disadvantaged Business Enterprise

(vii) Section 11 – Voluntary Extensions of the Award

(viii) Section 12 - Proposal

(3) Louisiana Department of Transportation and Development Standard Specifications for Roads and Bridges 2016 Edition (“Green Book”)

(a) The following Sections are included in their entirety:

(i) Part II – Earthwork

(ii) Part III – Base Courses

(iii) Part IV – Surface Courses

(iv) Part V – Asphaltic Concrete Pavements

(v) Part VI – Rigid Pavement Section 01 42 19 REFERENCE SPECIFICATIONS Page 2 of 3

New Orleans Morial Convention Center Linear Park Bid Set New Orleans, Louisiana 16-January-2018 © MA EDR N14023/14027

(vi) Part VII – Incidental Constrcution

(vii) Part VIII - Structures

(viii) Part IX – Portland Cement Concrete

(ix) Part X – Materials

(b) The following Sections are excluded in their entirety

(i) Part I – General Provisions

1.2 AUTHORITY OF DOCUMENTS

A. Unless otherwise specified, in the event of a conflict between a provision of the Standard Specifications and other portions of the Contract Documents, the following priorities shall be assigned to the documents (priority 1 has the highest authority):

(1) Project drawings and plan sheets

(2) Project-specific specification sections

(3) City of New Orleans Department of Public Works General Specifications for Street Paving

(4) New Orleans Sewerage and Water Board of New Orleans General Specifications

(5) Louisiana Department of Transportation and Development Standard Specifications

PART 2 PRODUCTS (NOT USED)

PART 3 EXECUTION (NOT USED)

END OF SECTION

Section 01 42 19 REFERENCE SPECIFICATIONS Page 3 of 3

New Orleans Morial Convention Center Linear Park Bid Set New Orleans, Louisiana 16 January 2018 © MA EDR N14023\14027

PART 1 - GENERAL

1.1 MOCK-UPS

A. Mock-up Definition: Full size assemblies that incorporate several materials or elements of construction erected for Architect’s review and approval of exterior visual features and workmanship. Mock-ups represent quality of materials and workmanship required for Work.

B. Schedule of Mock-Ups: Include the construction of the Mock-ups in the Contractor’s Construction Schedule. 1. Allow time for Architect’s review and adjustments to mock-up prior to approval.

C. Notification: Notify Architect seven days in advance of dates and times when mockups will be constructed.

D. General: Provide In-Place mock ups as indicated on the Drawings and meeting following: 1. Use materials, fabrication and installation methods identical with those indicated for Work. Simulate actual construction conditions as accurately as possible. 2. Provide mock-ups for start of each assembly required at location acceptable to the Architect. 3. Mock-up coordination drawings and requirements for pre-installation conference: Refer to Section 013100 – Project Management And Coordination, for requirements. 4. Construct mock-ups in accordance with Construction Documents. Deviations from or additions to details shown are subject to Architect’s approval. 5. Approval: a. Obtain Architect’s written approval for each mock-up. b. Do not complete production of materials for final Project site erection until Architect’s approval of mock-up has been obtained. c. Approved in place mock-up will become part of finish Work when approved by the Architect and will serve as standard of quality and workmanship of Work. d. Where mock-up is rejected, or testing of mock-up fails to meet performance criteria included under Related Sections, replace, rebuild and or modify mock-up as directed by Architect. 6. Removal of Mock-Ups: Upon completion of relevant Work, or when directed by the Architect, Contractor shall demolish and remove mock-ups, both stand-alone and rejected in place mock-ups, at no additional cost to the Work.

E. In-Place Mock Up: Provide In-Place mock-up of components identified in the Mock-up Schedule and as required to fulfill and implement specified requirements for each building component. Mock up shall be used to evaluate the various components, including but not limited to workmanship, weatherability and aesthetic of finishes. 1. Allow preconstruction conference to take place with all affected installation contractors and materials suppliers. 2. Review integration of work between the specific specification sections and coordinate details shown on approved fabrication drawings. 3. Review procedures for in-situ special inspection testing by installation contractor and third party testing agency in accordance with Section 014500 – Quality Control, as applicable.

Section 014339 MOCK-UPS Page 1 of 2 New Orleans Morial Convention Center Linear Park Bid Set New Orleans, Louisiana 16 January 2018 © MA EDR N14023\14027

F. Mock-Ups Schedule: 1. In-Place Mock-up of Perforated Metal with Lighting at Heritage Porch: Refer to Sheets A3.32 and A3.41 for construction configuration and location. Mock-up to include all components as indicated on drawings and the description listed below. The approval of the mockup shall be required from the Architect before proceeding with actual construction. a. Mock-up components to be included as part of mock-up: 1) Gypsum sheathing. 2) UV-Resistant weather barrier and applied paint. 3) Perforated metal panel and supports. 4) Working light fixture, as scheduled. 5) Wall panel assembly edge and joint conditions per Details 1/A3.41 and 2/A3.41. 2. In-Place Mock-up of Multi-Modal Transit Center Canopy Soffit: Refer to Sheet A6.55 and A6.57 for construction configuration and location. Mock-up to include all components as indicated on drawings and the description listed below. The approval of the mockup shall be required from the Architect before proceeding with actual construction. a. Mock-up components to be included as part of mock-up: 1) Custom extruded frames per Sheet A6.57. 2) Composite metal panel, fiber-reinforced cementitious panels and supports at valley and gable per Sheet A6.57. 3. In-Place Mock-up of Moving Walkway Canopy Type C3 (Alternate 3): Refer to Sheets A4.20, A4.51 for overall construction configuration and location. Mock-up to include all components as indicated on drawings and the description listed below. The approval of the mockup shall be required from the Architect before proceeding with actual construction. a. Mock-up components to be included as part of mock-up: 1) Structural steel (including AESS), painted. 2) Composite metal panel. 3) Roof assembly (including associated flashing). 4) Fiber-reinforced cementitious panels. 4. In-Place Mock-Up of Moving Walkway Segment (Alternate 3): Refer to Sheets A4.20 and A4.51 for representative construction configuration. Mock-up to include all components are required for operation. The approval of the mockup shall be required from the Architect before proceeding with subsequent installations.

PART 2 - PRODUCTS - NOT USED

PART 3 - EXECUTION

3.1 REPAIR AND PROTECTION

A. Protect Mock-ups incorporated in place for duration of the Contract.

END OF SECTION

Section 014339 MOCK-UPS Page 2 of 2 New Orleans Morial Convention Center Linear Park BidBid Set Set New Orleans, Louisiana 27 September21 July 2017 2017 © MA EDR N14023\14027

PART 1 - GENERAL

1.1 SUMMARY

A. Section includes administrative and procedural requirements for quality assurance and quality control.

1.2 GENERAL REQUIREMENTS:

A. Testing and inspecting services are required to verify compliance with requirements specified or indicated. These services do not relieve Contractor of responsibility for compliance with the Contract Document requirements.

1. Specific quality-assurance and -control requirements for individual construction activities are specified in the Sections that specify those activities. Requirements in those Sections may also cover production of standard products. 2. Specified tests, inspections, and related actions do not limit Contractor's other quality- assurance and -control procedures that facilitate compliance with the Contract Document requirements. 3. Requirements for Contractor to provide quality-assurance and -control services required by Architect, Owner, or Authorities Having Jurisdiction are not limited by provisions of this Section.

B. Where terms "Laboratory," "Inspector," "Inspection Laboratory," “Testing” or "Testing Laboratory" are used, they mean and refer to officially designated and accredited testing laboratory.

C. Provide testing laboratory with one set of Contract Documents and relevant approved submittals.

1.3 SELECTION AND PAYMENT:

A. Owner will appoint, employ, and pay for services of an independent testing laboratory to perform specified inspections and testing, unless specified otherwise.

1.4 TESTING LABORATORY:

A. Laboratory Qualifications: 1. Maintain staff size and qualifications required by testing standards and specification. 2. Maintain instruments and equipment in accordance with testing standards. 3. Authorized to operate in state where Project is located.

B. Laboratory Responsibilities: 1. Cooperate with Architect and Contractor; provide qualified personnel after due notice. 2. Perform inspections, sampling, and testing in accordance with specified standards. 3. Ascertain compliance of materials and mixes with requirements of Contract Documents. 4. Provide inspections, tests, and other services specified in individual specification sections.

Section 014500 QUALITY CONTROL Page 1 of 3 New Orleans Morial Convention Center Linear Park BidBid Set Set New Orleans, Louisiana 27 September21 July 2017 2017 © MA EDR N14023\14027

5. Promptly notify Architect and Contractor of observed irregularities or non-conformance of Work or products with Contract Documents.

C. Laboratory and inspection personnel are not authorized to: 1. Release, revoke, alter, relax, or enlarge any requirements of Contract Documents. 2. Perform any duties of Contractor. 3. Approve or accept any portion of Work. 4. Stop the Work.

1.5 CONTRACTOR RESPONSIBILITIES:

A. Cooperate with laboratory personnel, provide access to Work and manufacturer’s operations.

B. Deliver samples or test mock-ups to testing laboratory prior to being incorporated into Work.

C. Furnish copies of product tests or mill test reports as specified or required.

D. Furnish incidental labor and facilities: 1. To provide access to Work to be tested. 2. To obtain and handle samples at Project site or at source of product to be tested. 3. To facilitate inspections and tests. 4. For storage and curing of test samples.

E. Coordinate and schedule the work for timely performing testing and inspections.

F. Notify Architect and laboratory 48 hours prior to expected time for operations requiring inspection and testing services.

G. When inspections or tests cannot be performed after proper notification and at no fault of laboratory, reimbursement costs for laboratory expenses incurred will be charged to Contractor by deducting charges from Contract Sum.

1.6 SUBMITTALS:

A. Laboratory Reports: 1. Include with each report: a. Date issued. b. Project title and number. c. Testing laboratory name, address, and telephone number. d. Record of temperature and weather conditions. e. Names of individuals making tests and inspections. Name and signature of person submitting report. f. Dates, times, and locations of sampling, testing, and inspection. g. Identification of specification section and products. h. Location in Project. i. Type of inspection or test. j. Reference standards used for test. k. Name of material suppliers. l. Results of tests and interpretation of test results.

Section 014500 QUALITY CONTROL Page 2 of 3 New Orleans Morial Convention Center Linear Park BidBid Set Set New Orleans, Louisiana 27 September21 July 2017 2017 © MA EDR N14023\14027

m. Professional opinion of whether tested and inspected Work complies with Contract Documents. n. Certified statement, signed and sealed by testing laboratory attesting to accuracy of testing results. o. Recommendations on retesting. p. Number pages. 2. Submit test reports within 2 weeks of test date. 3. After each inspection and test, promptly submit copies of written reports as follows: a. Owner: 1 copy maintained at jobsite by Contractor. b. Architect: 2 copies. c. City of New Orleans Agencies: 2 copies. d. Testing and Inspection Agencies: 1 copy. e. Contractor: Copies as required. 4. When requested by Architect, provide interpretation of test results and suggested remedies.

1.7 FAILURES AND RETESTING:

A. When initial inspections and tests indicate Work does not comply with Contract Documents, subsequent testing will be performed by same Testing Agency and will be done at Contractor’s expense and deducted from Contract Sum.

B. Removal and replacement of Work necessitated by such non-compliance of Contract Documents shall be at Contractor’s expense.

PART 2 - PRODUCTS - NOT USED

PART 3 - EXECUTION

3.1 REPAIR AND PROTECTION

A. Protect construction exposed by testing service activities.

END OF SECTION

Section 014500 QUALITY CONTROL Page 3 of 3

New Orleans Morial Convention Center Linear Park Bid Set New Orleans, Louisiana 16 January 2018 © MA EDR N14023\14027

PART 1 - GENERAL

1.1 SUMMARY

A. Minimum temporary facilities and controls requirements are specified in this section. These requirements have been included for special purposes as indicated. Nothing in this section is intended to limit types and amounts of necessary temporary Work, and no omission from this section will be recognized as an indication that such temporary Work is not required for successful completion of the Project and compliance with requirements of the General Conditions and Contract Documents and all applicable codes.

B. Section Includes: 1. Construction aids. 2. Temporary barriers, barricades, covered walkways, fencing, exterior closures, and similar devices as necessary for safety and protection of construction personnel and public. 3. Temporary field offices. 4. Temporary sanitary facilities. 5. Temporary electrical service and distribution system for power and lighting. 6. Temporary telephone service. 7. Temporary fire protection, dust control, erosion and sediment control, water control, noise control, and other necessary temporary controls. 8. Temporary provisions for protection of installed work. 9. Temporary control for security, waste collection and disposal, cleaning, etc., as indicated.

C. Costs: Unless otherwise specified in the Contract Documents, all costs for furnishing, installation, operation, maintenance and removal of all temporary utilities shall be borne by the Owner. 1. Parking lot staging area utility costs shall be borne by the Contractor.

D. Related Sections: 1. 011000 - Summary of Work. 2. 014000 – Quality Requirements: Code authority references. 3. 015800 – Project Identification Signs. 4. 017300 – Execution Requirements: Progress Cleaning. 5. 017400 – Cleaning: Construction and Final Cleaning.

1.2 SUBMITTALS

A. General: Make submittals in accordance with Section 013300 – Submittal Procedures.

B. Site Utilization Plan: Submit a mobilization and staging plan to the Architect and Owner for review before starting any work on the site. Include staging for major equipment, material deliveries, parking, temporary structures, and fencing.

Section 015000 TEMPORARY FACILITIES AND CONTROLS Page 1 of 10 New Orleans Morial Convention Center Linear Park Bid Set New Orleans, Louisiana 16 January 2018 © MA EDR N14023\14027

C. Traffic Control Plan and Construction Traffic Management Plan: Before starting work, develop a traffic control plan showing traffic flow on and off the site and intended haul routes; traffic plan shall also indicate timing and duration of street closures or detours. This traffic plan shall be submitted to the Architect and Owner for review; and then to the City of New Orleans for approval, prior to altering access on any public street traffic. Approval of the traffic plan is required prior to the start of the Work on site. 1. A preliminary traffic control plan and construction traffic management plan shall include, in addition to that specific above, pedestrian safety and means of egress both from the Convention Center and properties on the North side of Convention Center Boulevard.

1.3 QUALITY ASSURANCE

A. Codes and Regulations: Comply with applicable laws and regulations of authorities having jurisdiction, Related Sections which supplement the Contractor's us of the site, including following: 1. Building code requirements. 2. Health and safety regulations. 3. Utility company regulations. 4. Police and fire department rules. 5. Environmental protection regulations.

B. Obtain approval from utility companies and authorities having jurisdiction for each temporary utility before use. Obtain required certifications and permits. Pay connection fees.

1.4 SCHEDULING

A. Prepare schedule indicating dates for implementation and termination of each temporary utility.

B. At earliest feasible time, when acceptable to Owner, change over from use of temporary utility service to use of permanent utility service.

C. Notice of Street Closures: Contractor shall be responsible for providing advance notice of any street closures associated with construction of the Project as provided in the approved Construction Traffic Management Plan.

D. 24 Hour Contact: Contractor shall designate an employee or agent with a 24-hour phone number for reporting problems associated with the construction to be contacted by residents and businesses in the area.

PART 2 - PRODUCTS

2.1 MATERIALS

A. Materials for temporary facilities may be new or used suitable for intended purpose, but of adequate capacity for required usage, must not create unsafe conditions, and must not violate requirements of applicable codes and standards.

B. Water: Provide potable water approved by local health officials.

Section 015000 TEMPORARY FACILITIES AND CONTROLS Page 2 of 10 New Orleans Morial Convention Center Linear Park Bid Set New Orleans, Louisiana 16 January 2018 © MA EDR N14023\14027

2.2 TEMPORARY FIELD OFFICES

A. Field Office: Comply with the following: 1. Structurally sound, weathertight, equipped with heating, air conditioning, ventilation system, electric power outlets, lighting, and telephone. 2. Temporary Building: Portable or mobile buildings may be used. Floor raised above ground. 3. Size: a. As required for Contractor’s operations. b. Provide space in field office for project meetings, with table and chairs to accommodate 6 people. c. Provide common or separate space available for Architect and Owner to review Construction Documents with desk and chairs. 4. Equip with telephone modem and facsimile telecopier.

2.3 CONSTRUCTION AIDS

A. Provide scaffolds, staging, ladders, stairs, ramps, runways, platforms, railings, chutes, and other devices and equipment necessary to facilitate execution and construction contract administration of Work.

B. Provide cranes, hoists, rigging, material lifts, and other conveyances or apparatus as necessary to facilitate execution of Work.

C. Provide storage areas and sheds sized to storage requirements for products of individual Sections, allowing for access and orderly provision for maintenance and inspection of products to requirements of Section 016000 - Product Requirements.

2.4 VEHICULAR ACCESS AND CONTROLS

A. Provide signs, signals, traffic cones and drums, flares and lights, and flag equipment of types required by authority having jurisdiction.

2.5 TEMPORARY BARRIERS AND ENCLOSURES

A. Temporary Project Site Fence: 1. Open mesh fencing atop water-filled barrier: a. Fabric: Hot dip galvanized steel wire woven into 2 inch mesh. b. Framing: Galvanized steel posts or roll-formed sections spaced to support fabric. Equip with top and bottom rail and extended connection pins. 1) Height: 4’ – 6” high, from top of water-filled barrier. c. Water-Filled Barrier: Molded polyethylene; 32 inches high; designed to accept chain-link fence. 1) Weight: 1,110 lbs (water filled). 2) Basis of Design Product: Subject to compliance with requirements, provide The Tamis Corporation; Plastic Jersey “Water-Wall Plastic Highway Barriers” or comparable product d. Privacy Screening with Custom Graphic: 54-inches high; 300 linear feet in length. 1) Basis of Design Product: Subject to compliance with requirements, provide Ultraflex; Strip Mesh Pro LTX or comparable product. 2) Graphic Image: To be supplied by Architect.

Section 015000 TEMPORARY FACILITIES AND CONTROLS Page 3 of 10 New Orleans Morial Convention Center Linear Park Bid Set New Orleans, Louisiana 16 January 2018 © MA EDR N14023\14027

2. Equip with gates and locks.

B. Building Enclosures: Provide temporary enclosures to protect Work from exposure to foul weather, water and moisture accumulation, and other construction operations and similar activities. 1. Where heat is needed for regulating relative humidity and drying for materials, and the permanent building enclosure is not complete, provide temporary enclosures where there is no other provision for containment of heat. Coordinate enclosure with ventilating and material drying or curing requirements to avoid dangerous conditions and effects. Refer to requirements under Temporary Heating and Ventilating, below. 2. Install and maintain all required tarpaulins and other temporary forms of enclosures as required. 3. Exterior Enclosures shall comply with applicable building codes as required by authorities having jurisdiction. 4. Temporary Interior Partitions: Refer to Drawings and Specifications for partition types and locations, materials and finishes.

PART 3 - EXECUTION

3.1 INSTALLATION

A. Install, maintain, and operate temporary utilities and services to ensure continuous operation. Modify and extend systems as Work progresses.

B. Install temporary facilities and controls in manner to produce reasonable uniform appearance, structurally adequate for required purposes, and properly maintained.

C. Modify and relocate temporary facilities and controls as necessary to accommodate progress of Work.

D. Refer to Related Sections for additional requirements.

3.2 TEMPORARY ELECTRIC POWER AND LIGHTING

A. Provide temporary electrical service required for power and lighting, arrange provisions with utility company, and pay costs for service and energy consumed. Equip service with meter, main disconnect, and over current protection.

B. Complement existing power service capacity and characteristics as required.

C. Provide electrical service sized to provide adequate temporary power and lighting for construction operations.

D. Provide branch distribution system from temporary power source with distribution boxes and outlets located so that power and lighting is available throughout active work areas.

E. Permanent receptacles may not be utilized during construction.

F. Replace receptacle plates and wiring devices damaged during construction.

G. Provide lighting to conduct construction operations.

Section 015000 TEMPORARY FACILITIES AND CONTROLS Page 4 of 10 New Orleans Morial Convention Center Linear Park Bid Set New Orleans, Louisiana 16 January 2018 © MA EDR N14023\14027

H. Permanent lighting system may be utilized during construction.

I. Restore permanent lighting systems used during construction to original condition. Maintain lighting and provide routine repairs.

J. Maintain existing utilities along public streets between hours of dusk and dawn, each day.

3.3 TEMPORARY HEATING AND VENTILATING

A. Provide temporary and ventilating system that complies with codes and regulations as necessary to maintain specified conditions during construction.

B. Provide and pay for costs of supervision, operation, maintenance, fuel, and energy consumed.

C. Except where indicated otherwise in individual Specification sections, maintain minimum ambient temperature of 50 degrees F in enclosed areas where construction is in progress; maintain humidity levels to within levels required to allow construction to proceed without affecting manufacturer’s accepted installation procedures and warranty certification. 1. Incorporate temporary means to prevent moisture accumulation in building assemblies within manufacturer’s acceptable limits by use of dehumidification equipment designed for 24 hour operation, complete with monitoring and notification capability similar to Munters Corporation Moisture Control Services. 2. Do not us propane fired equipment for temporary heating and moisture control.

D. Use of permanent heating/ventilating and associated distribution systems will be permitted only upon meeting following requirements: 1. Verify that installation is approved for operation, equipment is lubricated, and filters are in place. 2. Equipment installed complete with accessories, started-up, maintained, serviced, and operated in strict accordance with manufacturer’s instructions. 3. Provide and pay for regular replacement of filters and worn or consumed parts. 4. Operation of permanent systems or any portion thereof to provide temporary heat/ventilation does not constitute acceptance of system or portion of system. 5. Immediately before Substantial Completion, completely clean each permanent unit used, install new filters, and perform service functions required for placing units in use and qualifying for specified warranties.

E. Ventilate enclosed areas to assist cure of materials, to dissipate humidity, and to prevent accumulation of dust, fumes, vapors, or gases.

3.4 TEMPORARY TELEPHONE SERVICE

A. Telephone Service: Provide temporary telephone service throughout the construction period for all personnel engaged in construction activities. Install when work is started; maintain until full completion; pay all charges. 1. Provide a portable cellular telephone set in the field office for the Superintendent’s use in making and receiving telephone calls when away from the field office.

B. FAX Machine: Provide and maintain a FAX machine on-site during the progress of the Work, until completion; pay all charges.

Section 015000 TEMPORARY FACILITIES AND CONTROLS Page 5 of 10 New Orleans Morial Convention Center Linear Park Bid Set New Orleans, Louisiana 16 January 2018 © MA EDR N14023\14027

3.5 TEMPORARY WATER

A. General: Install water service and distribution piping of sizes and pressures adequate for construction until permanent water service is in use. Make all temporary connections to existing mains. Provide temporary meter. Extend water service as required. Provide temporary piping, manifolds, booster pumps, double backflow preventer, etc. as required.

B. Drinking Water: Furnish drinking water with suitable containers and cups for use by employees. Drinking water dispensers shall be conveniently located in the building where the Work is in progress.

C. Permanent Water System: When the permanent water supply and distribution system has been installed, it may be used as a source of water for construction purposes, provided that the Contractor pays costs for operations, maintenance, and restoration of the system including the cost of the water used.

D. Should Contractor desire to obtain water from fire hydrants, approval must be obtained from the City of New Orleans Sewer and Water Department and New Orleans Fire Department.

3.6 TEMPORARY FIELD OFFICE

A. Provide temporary field offices at time of project mobilization. Maintain during progress of Work.

3.7 TEMPORARY SANITARY FACILITIES

A. Temporary Toilets: Provide self-contained, single-occupant toilet units of the chemical, aerated circulation, or combustion type, properly vented and fully enclosed with a glass fiber reinforced polyester shell or similar nonabsorbent material. Comply with regulations and health codes for the type, number, operation and maintenance of facilities.

3.8 PARKING AND TRAFFIC REGULATION

A. General: The Multi-Modal Transit Center (MMTC) shall be substantially complete prior to closure of Convention Center Boulevard lanes; one lane in each direction shall be open throughout construction. Provide safe pedestrian access to the Convention Center and businesses along Convention Center Boulevard throughout construction.

B. Parking Areas: On-site parking is available as indicated on the Drawings.

C. Flagpersons: Provide trained and equipped flagpersons to regulate traffic when construction operations or traffic encroaches on public traffic lanes and as required by the Architect and Owner.

D. Warning Lights: Use warning lights during hours of low visibility to delineate traffic lanes and guide traffic.

E. Work Zone Traffic Control Devices: Comply with "Manual on Uniform Traffic Control Devices (MUTCD)", latest edition.

F. Access Roads and Approaches: 1. Construct and maintain temporary roads and approaches accessing public thoroughfares to serve construction area.

Section 015000 TEMPORARY FACILITIES AND CONTROLS Page 6 of 10 New Orleans Morial Convention Center Linear Park Bid Set New Orleans, Louisiana 16 January 2018 © MA EDR N14023\14027

2. Extend and relocate as Work progress requires. Provide detours necessary for unimpeded traffic flow. 3. Provide and maintain access to fire hydrants free of obstructions. 4. Track-equipped vehicles not allowed on paved areas. 5. Provide means of removing mud from vehicle wheels before entering streets. 6. Keep streets, drives, and walks adjacent to site and haul routes clean and free of dirt, debris, and litter caused by construction operations.

G. Haul Routes: Consult with authority having jurisdiction, establish public thoroughfares to be used for haul routes and site access.

H. Traffic Signs and Signals: Comply with requirements of authorities having jurisdiction.

3.9 TEMPORARY BARRIERS AND ENCLOSURES

A. Provide barriers, warning signs, lights, guard railings, etc, to protect the public from hazards and prevent unauthorized entry to construction areas, to allow for Owner’s use of site, and to protect existing facilities and adjacent properties from damage from construction operations as indicated on the Drawings. Damage caused to Owner’s property and existing facilities will replaced by the Contractor to match existing (type and quality) in accordance with Section 011000 - Summary. 1. Maintain existing required paths of egress.

B. Provide barricades and covered walkways required by governing authorities for public rights-of-way, for public access to adjacent properties and sidewalks.

C. Protect non-owned vehicular traffic, stored materials, on and off-site, and structures from damage.

D. Exterior Enclosures: 1. Provide temporary weathertight enclosure at exterior openings to accommodate acceptable working conditions, to prevent damage to existing structures and finishes, to allow for temporary heating and maintenance of required ambient temperatures identified in specification Sections, and to prevent entry of unauthorized persons. 2. Provide access doors with operating hardware and locks.

E. Temporary Fence: Provide and maintain specified temporary fencing around construction site. Erect barrier along edge of work limits and transit route, prior to mobilizing materials and personnel on the Project Site.

F. Tree and Plant Protection: 1. Preserve and protect existing trees and plants designated to remain. 2. Provide 6 - foot high barriers around trees with access for maintenance. 3. Consult with Architect, remove agreed-on roots and branches which interfere with construction. Employ qualified tree surgeon to remove roots and branches, and to treat cuts. 4. Protect areas within drip lines from traffic, parking, storage, dumping, chemically injurious materials and liquids, ponding, and continuous running water.

Section 015000 TEMPORARY FACILITIES AND CONTROLS Page 7 of 10 New Orleans Morial Convention Center Linear Park Bid Set New Orleans, Louisiana 16 January 2018 © MA EDR N14023\14027

5. Replace trees and plants damaged by construction operations.

G. Duration of Controls: Throughout construction work, 24 hours a day.

3.10 TEMPORARY CONTROLS

A. Fire Protection: 1. Comply with requirements of the New Orleans Fire Department and with NFPA 10 “Standard for Portable Fire Extinguishers” and NFPA 241 “Standard for Safeguarding Construction, Alterations, and Demolition Operations”, including requirements of local fire protection code and governing authorities. 2. Provide and maintain fire protection including, without limitation, fire extinguishers and other appropriate fire-fighting equipment ready for immediate use. 3. Distribute equipment around site, particularly in immediate vicinity of performance of welding or similar hazardous Work. 4. Store gasoline and other flammable liquids in Underwriter’s Laboratories listed safety containers in conformance with recommendations of National Board of Fire Underwriters. Do not store gasoline or other flammable liquid within building. 5. Coordination with permanent fire protection systems: a. At earliest feasible date in each area of Project, complete installation of permanent fire protection system, including connected services, and place into operation and use. b. Instruct key construction and Owner personnel on use of systems.

B. Dust Control: 1. Contractor shall prevent dust from being generated during construction in compliance with all applicable City, County, State, and Federal regulations. Contractor shall be solely responsible for mitigation of dust during construction, and until Final Acceptance of the Project by the Owner. 2. Pollution Control: Comply with all pollution control regulations in effect at site for all materials, soils, equipment and Work procedures used on the Project. If the Contractor causes a release of contaminants, the Contractor shall be responsible for all costs associated with clean-up of that release. a. Provide methods, means and facilities required to prevent contamination of soil, water or atmosphere by the discharge of noxious substances from construction operations. Perform emergency measures required to contain spillage’s, and to remove contaminated soils or liquids. b. Take measures to prevent harmful substances from entering public sewers. c. Maintain equipment so that it does not release unnecessary air pollution. d. Protect indoor air quality by avoiding the release of unnecessary chemicals, volatile organic compounds and pollutants and by avoiding the growth of molds and fungus.

C. Erosion and Sediment Control: 1. Minimize amount of bare soil exposed at one time. 2. Provide temporary measures such as berms, dikes, silt fences, drains, and other soil and erosion control devices required by authorities having jurisdiction. 3. Construct fill and waste areas by selective placement to avoid erosive surface silts or clays.

Section 015000 TEMPORARY FACILITIES AND CONTROLS Page 8 of 10 New Orleans Morial Convention Center Linear Park Bid Set New Orleans, Louisiana 16 January 2018 © MA EDR N14023\14027

4. Periodically inspect earthwork to detect evidence of erosion and sedimentation; promptly apply corrective measures. 5. Comply with sediment and erosion control plan shown on Drawings. D. Water Control: 1. Provide methods to control surface water to prevent damage to site or adjoining properties. 2. Control grading to direct surface drainage away from excavations and other construction areas; and to direct drainage to proper runoff. 3. Protect site from puddling or running water. 4. Maintain excavations free of water. Provide, operate, and maintain pumping equipment. E. Security: 1. Security Enclosure and Lock-up: Install substantial temporary enclosure of partially completed areas of construction. Provide locking entrances to prevent unauthorized entrance, vandalism, theft, and similar violations of security. Secure all openings at any time site is left unoccupied. 2. Security of Store Materials and Equipment: Protect stored materials and equipment, including workmen tools from theft and vandalism. The Owner shall not be held to have incurred any liability for loss of, and damage to, materials, tools and equipment of the Contractor, or of those employed by Contractor, by contract or otherwise. F. Noise Control Intent: The Contractor is alerted to the necessity for maintaining a noise control program during the entire construction period. Control and restrict noise levels to those permitted by the approved the City of New Orleans and the Owner. Limit noise-generating construction activities to hours set by the City of New Orleans’s Noise Ordinance. 1. Owner is sole judge of tolerability of noise levels. 2. High level noise operations must be performed in accordance with local regulations and must be approved by Owner prior to proceeding. G. Pollution Control: Provide methods, means, and facilities to prevent contamination of soil, water, and atmosphere from discharge of noxious, toxic substances, and pollutants produced by construction operations. H. Traffic Control: Conduct operations in such a manner to avoid unnecessary interference to existing pedestrian and vehicle traffic. 1. Obtaining permits and inspections necessitated by the use of public streets, sidewalks, curbs, and paving. Post guarantees and bonds that may be required, and repair and make good any damages thereto, acceptable to the authorities having jurisdiction. Pay all fees. 2. Controlling construction traffic within and adjacent to the site. Keep streets adjacent to the site open to vehicular and pedestrian traffic, except as allowed by permits issued by the City. Maintain constant access for police, fire and ambulance service. 3. Mud tracked onto City streets by any activity related to the Project shall be minimized. This shall be done by washing vehicle wheels before they enter the public right-of-ways and by sweeping streets. The streets shall be clear of mud, dust and debris at the end of each days work activities; during the day any built-up of same shall be removed.

I. Waste Collection And Disposal: Comply with all requirements as specified in Section 017419 - Construction Waste Management. Collect waste from construction areas and elsewhere daily.

Section 015000 TEMPORARY FACILITIES AND CONTROLS Page 9 of 10 New Orleans Morial Convention Center Linear Park Bid Set New Orleans, Louisiana 16 January 2018 © MA EDR N14023\14027

Dispose of all refuse and waste material off Owner’s property. Do not stockpile waste material on site. Immediately clean up any spilled material. 1. Provide on-site containers for collection of waste materials, debris and rubbish. 2. Handle and dispose flammable, hazardous, and toxic waste materials separately from other waste; dispose of material lawfully.

3.11 TEMPORARY HOISTING, HOISTS, LIFTS

A. General: Provide temporary lifts, hoists and other types of lifting equipment for hoisting materials and employees as required for the completion of the Work; verify requirements of all trades. 1. Number and capacity of lifting equipment is the Contractor’s responsibility and no additional time or cost will be allowed by the Owner for the Contractor’s lack of planning for vertical hoisting of materials. 2. Contractor may furnish transportation by its own forces, or may require its subcontractors to furnish their own, at its option.

3.12 OPERATION, MAINTENANCE & REMOVAL OF TEMPORARY FACILITIES AND CONTROLS

A. Supervision: Enforce strict discipline in use of temporary facilities. Limit availability of temporary facilities to essential and intended uses to minimize waste and abuse.

B. Maintenance: Maintain facilities in good operating condition until removal. Protect from damage by freezing temperatures and similar elements.

C. Termination and Removal: Unless the Owner requests that it be maintained longer, remove each temporary facility when the need has ended, when replaced by authorized use of a permanent facility, or no later than Substantial Completion. Complete or, if necessary, restore permanent construction that may have been delayed because of interference with the temporary facilities. Repair damaged Work, clean exposed surfaces, and replace construction that cannot be satisfactorily repaired. 1. Materials and facilities that constitute temporary facilities are the Contractor’s property, unless otherwise specified. 2. At Substantial Completion, clean and renovate permanent facilities used during the construction period including, but not limited to, the following: a. Replace significantly worn parts and parts subject to unusual operating conditions. b. Replace lamps burned out or noticeably dimmed by hours of use. c. Refer to Section 017400 – Cleaning for additional requirements. d. Clean and repair evidence or indication of installation or use of temporary Work. e. Restore existing facilities and equipment used during construction to original condition. Restore permanent facilities and equipment used during construction to specified condition.

END OF SECTION

Section 015000 TEMPORARY FACILITIES AND CONTROLS Page 10 of 10 New Orleans Morial Convention Center Linear Park BidBid Set Set New Orleans, Louisiana 27 September21 July 2017 2017 © MA EDR N14023\14027

PART 1 - GENERAL

1.1 SUMMARY

A. Section Includes: Requirements for temporary on-site Project identification signs prior to building demolition. Erect signs on the site at locations of high public visibility as directed by Architect. No other signs shall be permitted on the Project site.

1.2 SUBMITTALS

A. Design Layout: Submit sign layout of required information showing margins, borders, spacing, and the like; include sign construction details. Make submittal in accordance with Section 013300 – Submittal Procedures.

PART 2 - PRODUCTS

2.1 PROJECT IDENTIFICATION SIGNS

A. General: Signs shall identify Project, Owner, Architect, Civil Engineer, Structural Engineer, Mechanical Engineer and Electrical Engineer, others as approved by Architect and GC/CM. A full color digital graphic file will be provided by Architect indicating graphic design, size and style of lettering, and colors. 1. Overall Size of Signs: 8’-0” by 12’-0”. 2. Quantity: Two (2) required.

B. Materials: 1. Sign Substrate: Exterior grade plywood with medium density overlay faces; 3/4 inch thick. 2. Paint: Exterior quality.

C. Graphic Composite Surface: Provide graphic composite surface for direct mounting onto sign substrate by adhesive method as follows: 1. UV Protective Layer: Clear vinyl with self adhesive backing as recommended by the graphic film manufacturer. 2. Graphic Film: 3M Controltac Vinyl, 3 mils thick with self-adhesive backing; resolution 360 x 360 with matte finish and designed to accept 3M UV solvent base ink. 3. Backing: Sintra PVC Foam sheet, 5/62 inch thick, minimum; color white, unless indicated otherwise by Architect.

2.2 FABRICATION

A. Support Structure and Framing: Wood or metal, in sound condition structurally adequate and suitable for specified finish.

B. Fasteners: Types and sizes as required, galvanized or corrosion resistant

C. Exposed Surfaces: Paint all exposed surfaces of supports, framing, and surface materials consisting of one (1) coat primer and minimum one (1) coat exterior paint.

Section 015800 PROJECT IDENTIFICATION SIGNS Page 1 of 2 New Orleans Morial Convention Center Linear Park BidBid Set Set New Orleans, Louisiana 27 September21 July 2017 2017 © MA EDR N14023\14027

D. Graphics: Design, sizes, colors, and styles of lettering as provided by Architect via full color digital graphic file. Apply over painted background. At minimum, graphic shall include: 1. Building Image. 2. Title of Project and logo. 3. Name of Owner. 4. Names and titles of Architect, Engineer, and major Consultants. 5. Names of prime Contractor and major subcontractors.

PART 3 - EXECUTION

3.1 INSTALLATION

A. Install project identification sign within 10 days after Notice of Proceed.

B. Install signs at locations directed by Architect.

C. Install assembly plumb and level, rigidly braced, framed, and anchored to resist wind load.

D. Maintain signs and supports in neat, clean condition. Repair damages.

E. Remove temporary signs, framing, and supports at completion of Project, unless otherwise indicated by Owner.

F. The Owner reserves the right to take possession of project identification signs.

END OF SECTION

Section 015800 PROJECT IDENTIFICATION SIGNS Page 2 of 2 New Orleans Morial Convention Center Linear Park BidBid Set Set New Orleans, Louisiana 27 September21 July 2017 2017 © MA EDR N14023\14027

PART 1 - GENERAL

1.1 SUMMARY

A. Section includes administrative and procedural requirements for selection of products for use in Project; product delivery, storage, and handling; manufacturers' standard warranties on products; special warranties; and comparable products.

B. Related Sections: 1. Division 01 Section "References" for applicable industry standards for products specified. 2. Divisions 02 through 34 for specific requirements for warranties on products and installations specified to be warranted.

1.2 DEFINITIONS

A. Products: Items obtained for incorporating into the Work, whether purchased for Project or taken from previously purchased stock. The term "product" includes the terms "material," "equipment," "system," and terms of similar intent. 1. Comparable, Equivalent or Equal Product: Product that is demonstrated and approved through submittal process to have the indicated qualities related to type, function, dimension, in-service performance, physical properties, appearance, and other characteristics that equal or exceed those of specified product. For use on project, comparable product must be submitted and have received prior approval in accordance with Procurement Substitution Procedures. No substitutions will be allowed after Award of Contract.

B. Basis-of-Design Product Specification: A specification in which a specific manufacturer's product is named and accompanied by the words "basis-of-design product," including make or model number or other designation, to establish the significant qualities related to type, function, dimension, in-service performance, physical properties, appearance, and other characteristics for purposes of evaluating comparable products of additional manufacturers named in the specification. For use on project, comparable product must be submitted and have received prior approval in accordance with Procurement Substitution Procedures. No substitutions will be allowed after Award of Contract.

C. Manufacturer's Warranty: Preprinted written warranty published by individual manufacturer for a particular product and specifically endorsed by manufacturer to Owner.

D. Special Warranty: Written warranty required by or incorporated into the Contract Documents, either to extend time limit provided by manufacturer's warranty or to provide more rights for Owner.

1.3 QUALITY ASSURANCE

A. Compatibility of Options: If Contractor is given option of selecting between two or more products for use on Project, select product compatible with products previously selected, even if previously selected products were also options.

1. Each contractor is responsible for providing products and construction methods compatible with products and construction methods of other contractors.

Section 016000 PRODUCT REQUIREMENTS Page 1 of 4 New Orleans Morial Convention Center Linear Park BidBid Set Set New Orleans, Louisiana 27 September21 July 2017 2017 © MA EDR N14023\14027

2. If a dispute arises between contractors over concurrently selectable but incompatible products, Architect will determine which products shall be used.

1.4 PRODUCT DELIVERY, STORAGE, AND HANDLING

A. Deliver, store, and handle products using means and methods that will prevent damage, deterioration, and loss, including theft and vandalism. Comply with manufacturer's written instructions.

B. Delivery and Handling: 1. Schedule delivery to minimize long-term storage at Project site and to prevent overcrowding of construction spaces. 2. Coordinate delivery with installation time to ensure minimum holding time for items that are flammable, hazardous, easily damaged, or sensitive to deterioration, theft, and other losses. 3. Deliver products to Project site in an undamaged condition in manufacturer's original sealed container or other packaging system, complete with labels and instructions for handling, storing, unpacking, protecting, and installing. 4. Inspect products on delivery to determine compliance with the Contract Documents and to determine that products are undamaged and properly protected.

C. Storage: 1. Store products to allow for inspection and measurement of quantity or counting of units. 2. Store materials in a manner that will not endanger Project structure. 3. Store products that are subject to damage by the elements, under cover in a weathertight enclosure above ground, with ventilation adequate to prevent condensation. 4. Store foam plastic from exposure to sunlight, except to extent necessary for period of installation and concealment. 5. Comply with product manufacturer's written instructions for temperature, humidity, ventilation, and weather-protection requirements for storage. 6. Protect stored products from damage and liquids from freezing. 7. Provide a secure location and enclosure at Project site for storage of materials and equipment by Owner's construction forces. Coordinate location with Owner.

1.5 PRODUCT WARRANTIES

A. Warranties specified in other Sections shall be in addition to, and run concurrent with, other warranties required by the Contract Documents. Manufacturer's disclaimers and limitations on product warranties do not relieve Contractor of obligations under requirements of the Contract Documents. 1. Manufacturer's Warranty: Written warranty furnished by individual manufacturer for a particular product and specifically endorsed by manufacturer to Owner. 2. Special Warranty: Written warranty required by the Contract Documents to provide specific rights for Owner.

B. Special Warranties: Prepare a written document that contains appropriate terms and identification, ready for execution.

Section 016000 PRODUCT REQUIREMENTS Page 2 of 4 New Orleans Morial Convention Center Linear Park BidBid Set Set New Orleans, Louisiana 27 September21 July 2017 2017 © MA EDR N14023\14027

1. Manufacturer's Standard Form: Modified to include Project-specific information and properly executed. 2. Specified Form: When specified forms are included with the Specifications, prepare a written document using indicated form properly executed. 3. Refer to Divisions 02 through 49. Sections for specific content requirements and particular requirements for submitting special warranties.

C. Submittal Time: Comply with requirements in Division 01 Section "Closeout Procedures."

PART 2 - PRODUCTS

2.1 PRODUCT SELECTION PROCEDURES

A. General Product Requirements: Provide products that comply with the Contract Documents, are undamaged and, unless otherwise indicated, are new at time of installation. 1. Provide products complete with accessories, trim, finish, fasteners, and other items needed for a complete installation and indicated use and effect. 2. Standard Products: If available, and unless custom products or nonstandard options are specified, provide standard products of types that have been produced and used successfully in similar situations on other projects. 3. Owner reserves the right to limit selection to products with warranties not in conflict with requirements of the Contract Documents. 4. Where products are accompanied by the term "as selected," Architect will make selection. 5. Descriptive, performance, and reference standard requirements in the Specifications establish salient characteristics of products. 6. Or Equal: For products specified by name and accompanied by the term "or equal," or "or approved equal," or "or approved.” For use on project, product must be submitted and have received prior approval during Bid Period. No substitutions or evaluation of “equals” will be allowed after Award of Contract.

B. Product Selection Procedures: 1. Manufacturer/Source: Where Specifications name a single manufacturer or source, provide a product by the named manufacturer or source that complies with requirements. Comparable, equivalent or equal products or substitutions for Contractor's convenience will not be considered. 2. Products: a. Nonrestricted List: Where Specifications include a list of names of both available manufacturers and products, provide one of the products listed, or an unnamed product, that complies with requirements. Comply with requirements in Procurement Substitution Procedures for consideration of an unnamed product. 3. Manufacturers: a. Nonrestricted List: Where Specifications include a list of available manufacturers, provide a product by one of the manufacturers listed, or a product by an unnamed manufacturer, that complies with requirements. Comply with requirements in Procurement Substitution Procedures for consideration of an unnamed manufacturer's product.

Section 016000 PRODUCT REQUIREMENTS Page 3 of 4 New Orleans Morial Convention Center Linear Park BidBid Set Set New Orleans, Louisiana 27 September21 July 2017 2017 © MA EDR N14023\14027

4. Basis-of-Design Product: Where Specifications name a product, or refer to a product indicated on Drawings, and include a list of manufacturers, provide the specified or indicated product or a comparable product by one of the other named manufacturers. Drawings and Specifications indicate sizes, profiles, dimensions, and other characteristics that are based on the product named. Comply with requirements in Procurement Substitution Procedures for consideration of an unnamed product by one of the other named manufacturers.

C. Visual Matching Specification: Where Specifications require "match Architect's sample", provide a product that complies with requirements and matches Architect's sample. Architect's decision will be final on whether a proposed product matches. 1. If no product available within specified category matches and complies with other specified requirements, comply with requirements in "Comparable, Equivalent or Equal" Article.

D. Visual Selection Specification: Where Specifications include the phrase "as selected by Architect from manufacturer's full range" or similar phrase, select a product that complies with requirements. Architect will select color, gloss, pattern, density, or texture from manufacturer's product line that includes both standard and premium items.

PART 3 - EXECUTION (Not Used)

END OF SECTION

Section 016000 PRODUCT REQUIREMENTS Page 4 of 4 New Orleans Morial Convention Center Linear Park BidBid Set Set New Orleans, Louisiana 27 September21 July 2017 2017 © MA EDR N14023\14027

PART 1 - GENERAL

1.1 SUMMARY

A. Section Includes: Administrative and procedural requirements for field engineering services including, but not limited to, the following: 1. Survey and field engineering. 2. Verification of information shown on property survey provided by Owner. 3. Submission of property survey showing actual dimensions, locations, etc. of foundations. 4. Certification of Record Drawings.

B. Related Sections: 1. 013100 - Project Management And Coordination: Pre-Construction Conference. 2. 017800 – Closeout Submittals: Record drawings.

1.2 SUBMITTALS

A. Submit following informational submittals: 1. Name, address, and telephone number of Surveyor before starting survey work. 2. On request, documentation verifying accuracy of survey work.

B. Closeout Submittals: 1. Submit under provisions of Section 017800 – Closeout Submittals.

C. Project record documents: 1. Submit copy of surveyor’s log. 2. Submit 3 copies of final property survey for Owner’s records.

1.3 QUALITY ASSURANCE

A. Surveyor: Contractor shall employ as part of the construction contract cost a Land Surveyor who is registered in the State of Louisiana and acceptable to the Owner to perform survey work of this Section. Submit name, address, and telephone number of Surveyor at time of pre- construction conference as specified in Section 013100 – Project Management and Coordination.

1.4 PROJECT RECORD DOCUMENTS

A. General: Contractor’s Surveyor shall maintain a complete and accurate log of control and survey work as it progresses and perform the following: 1. Upon completion of foundation walls, prepare and submit a certified survey showing that dimensions, elevations, angles, and location of the building is in accordance with the Construction Documents. 2. Upon completion of the Work, certify that the Record Drawings represent the actual lines and elevations constructed in the field. This shall include, but not be limited to, location

Section 017123 FIELD ENGINEERING Page 1 of 3 New Orleans Morial Convention Center Linear Park BidBid Set Set New Orleans, Louisiana 27 September21 July 2017 2017 © MA EDR N14023\14027

of site improvements, utility locations (slopes and invert elevations), electrical service, and irrigation system. 3. The above documentation shall be submitted to the Owner under provisions of Section 017800 – Closeout Submittals.

PART 2 - PRODUCTS - NOT USED

PART 3 - EXECUTION

3.1 SURVEY REFERENCE POINTS

A. Control datum is indicated on Drawings.

B. Verify locations of survey control and reference points prior to starting Work. Promptly notify Architect of discovered discrepancies.

C. Protect survey control points prior to starting site work; preserve permanent reference points during construction.

D. Do not change or relocate benchmarks or control points without prior written approval of Architect.

E. Promptly report to Architect the loss or destruction of any reference point or relocation required because of changes in grades or other reasons.

F. Replace dislocated survey control points based on original survey control. Make no changes without prior written notice to Architect. Base replacements on original survey control points.

G. Existing Utilities and Equipment: 1. Existence and location of indicated existing underground utilities and construction are not guaranteed. 2. Before beginning sitework: a. Investigate and verify existence, location, and elevations of underground utilities and other construction. b. Verify location and invert elevation at points of connection for sanitary sewer, storm sewer, and water-service piping. 3. Furnish information necessary to adjust, move, or relocate existing utility structures, utility poles, lines, services, or other appurtenances located in or affected by construction. 4. Coordinate with local authorities having jurisdiction.

3.2 SURVEY REQUIREMENTS

A. Establish building location and layout on site. Establish and verify each floor elevation. Establish layout, lines, and elevation of Work based on established datum.

B. Work from lines and levels established by property survey.

C. Establish benchmarks and markers to set lines and levels at each story of construction and elsewhere as needed to locate each element of Project.

D. Calculate and measure required dimensions within indicated or recognized tolerances.

Section 017123 FIELD ENGINEERING Page 2 of 3 New Orleans Morial Convention Center Linear Park BidBid Set Set New Orleans, Louisiana 27 September21 July 2017 2017 © MA EDR N14023\14027

E. Do not scale Drawings to determine dimensions.

F. Advise entities engaged in construction activities of marked lines and levels provided for their use.

G. Establish elevations, lines, and levels. Locate, lay out, and periodically verify layouts, by instrumentation and similar appropriate means: 1. Site improvements including pavements; stakes for grading, fill and utility locations, slopes, and invert elevations; 2. Grid or axis for structures. 3. Building foundation, column locations, elevated and ground floor elevations.

H. As construction proceeds, check every major element for line, level, and plumb.

I. Surveyor’s Log: 1. Maintain and make available for references, surveyor’s log of control and other survey work as work progresses. Make this log available for reference. 2. Record deviations from required lines and levels, and advise Architect of deviations exceeding indicated or recognized tolerances. 3. Record deviations on Project Record Drawings that are accepted and not corrected. 4. Prepare certified survey showing dimensions, locations, angles, and elevations of construction and sitework on completion of foundation walls, major site improvements, and other work requiring surveying.

3.3 FINAL PROPERTY SURVEY

A. Prior to Substantial Completion, prepare a final property survey illustrating locations, dimensions, angles, and elevations of buildings and site work that have resulted from construction of Project indicating their relationship to permanent bench marks and property lines.

B. Show significant features (real property) for Project, including reference to adjacent structures.

C. Include certification on survey, signed by surveyor, that principal metes, bounds, lines, levels, and elevations of Project are accurately shown.

END OF SECTION

Section 017123 FIELD ENGINEERING Page 3 of 3

New Orleans Morial Convention Center Linear Park BidBid Set Set New Orleans, Louisiana 27 September21 July 2017 2017 © MA EDR N14023\14027

PART 1 - GENERAL

1.1 SUMMARY

A. Section Includes: General procedural requirements governing execution of the Work including, but not limited to, the following: 1. Preparing, installing, and protecting the Work.

B. Related Sections: 1. 014000 - Quality Requirements: For Basis of Tolerances for Finish Work. 2. 016000 - Product Requirements: Basic Product Requirements. 3. 017400 – Cleaning: Construction and final Cleaning.

1.2 EXAMINATION OF CONDITIONS

A. Do not proceed with Work until unsatisfactory conditions have been corrected.

B. Commencement of installation constitutes acceptance of conditions and cost of any corrective measures are responsibility of Contractor.

1.3 PREPARATION

A. Require compliance with manufacturer’s printed installation instructions, including each step in sequence. Do not omit preparatory steps or installation procedures unless specifically modified or exempted by Contract Documents.

B. Maintain one set of complete instructions at Project site during installation and until completion.

C. Should Project conditions or specified requirements conflict with manufacturer’s instructions, request clarification in writing from Architect before proceeding.

PART 2 - PRODUCTS - NOT USED

PART 3 - EXECUTION

3.1 PREPARATION

A. Field Measurements: Take field measurements as required to fit the Work properly. Recheck measurements before installing each product. Where portions of the Work are indicated to fit to other construction, verify dimensions of other construction by field measurements before fabrication. Coordinate fabrication schedule with construction progress to avoid delaying the Work.

B. Space Requirements: Verify space requirements and dimensions of items shown diagrammatically on Drawings.

Section 017300 EXECUTION REQUIREMENTS Page 1 of 3 New Orleans Morial Convention Center Linear Park BidBid Set Set New Orleans, Louisiana 27 September21 July 2017 2017 © MA EDR N14023\14027

C. Review of Contract Documents and Field Conditions: Immediately on discovery of the need for clarification of the Contract Documents, submit a request for information to Architect. Include a detailed description of concerns encountered, together with recommendations for changing the Contract Documents.

3.2 PRODUCT EXECUTION

A. Install, erect, connect, condition, use, adjust, and clean products in accordance with manufacturer’s instructions and in conformity with specified requirements.

B. Verify and coordinate clearances, dimensions and installation of adjoining construction, equipment, piping, ducts, conduits, or other mechanical or electrical items or apparatus.

C. Prior to fabrication, field measure actual existing conditions to ensure proper fit.

D. Inspect each item of material or equipment immediately prior to installation. Reject damaged and defective items.

E. Recheck measurements and dimensions of Work, as an integral step of starting each installation. Whenever stock manufactured products are specified, verify actual space requirements for setting or placing into allotted space. No extra cost will be allowed for adjustment of Work to accommodate particular product.

F. Provide attachment and connection devices and methods for securing Work. Secure in place with devices designed and sized to withstand stresses, vibration, physical distortion or disfigurement.

G. Allow for expansion of materials and building movement.

H. Isolate each unit of Work from incompatible Work as necessary to prevent deterioration and electrolytic action.

I. Clean and perform maintenance on installed Work as frequently as necessary through remainder of construction period. Lubricate operable components to ensure operability without damaging effects.

J. Adjust operating products and equipment to ensure smooth and unhindered operation.

3.3 PROTECTION OF INSTALLED WORK

A. Protect installed Work in manner to prevent damage from subsequent construction operations.

B. Provide special protection where specified in individual Specification sections.

C. Provide temporary and removable materials for protection of installed products. Control activity in immediate work area to minimize damage.

D. Ensure materials, systems, and components will be without damage or deterioration at time of Substantial Completion.

E. Protect finished Work from damage, defacements, stains, scratches, and wear.

F. Protect finished surfaces from traffic dirt, wear, damage, or movement of heavy objects, by protection with durable sheet materials.

Section 017300 EXECUTION REQUIREMENTS Page 2 of 3 New Orleans Morial Convention Center Linear Park BidBid Set Set New Orleans, Louisiana 27 September21 July 2017 2017 © MA EDR N14023\14027

G. Prohibit traffic or storage upon waterproofed surfaces. If traffic or activity is necessary, obtain recommendations for protection from waterproofing or roofing material manufacturer.

H. Prohibit traffic from landscaped areas.

END OF SECTION

Section 017300 EXECUTION REQUIREMENTS Page 3 of 3

New Orleans Morial Convention Center Linear Park BidBid Set Set New Orleans, Louisiana 27 September21 July 2017 2017 © MA EDR N14023\14027

PART 1 - GENERAL

1.1 SUMMARY

A. Section Includes: The Contractor shall be responsible for all cutting, fitting and patching required to accomplish the Work. This includes: 1. Execute cutting, fitting, or patching of Work required to: a. Make several parts fit properly. b. Uncover work to provide for installation of ill-timed work. c. Remove and replace defective work, prior to completion of work in other sections. d. Remove and replace work not conforming to requirements of Contract Documents. e. Inspect concealed work which requires inspection prior to covering. 2. In addition to Contract Document requirements, upon written instructions of Owner, as required to: a. Uncover work to provide for Architect's or Owner’s observation of covered work. b. Remove samples of installed materials for testing. 3. Unless otherwise specified, requirements of this Section apply to all aspects of the Work. Refer to Divisions 21 through 33 for additional requirements and limitations on cutting and patching of mechanical and electrical work. 4. Existing Conditions: Contractor shall be required to replace, or repair existing exposed to view conditions required to maintain life safety codes, requirements of AHJ, and at the direction of the Architect, including patching and finishing surfaces damaged by demolition or renovation work to match level of finish, or as otherwise required to maintain a water and weathertight envelope as indicated in the respective sections. a. Unless otherwise indicated to limit areas of the work under this category, all existing conditions are defined to mean exposed to view surfaces within the designated Work Limits of the Project.

B. Related Sections: 1. 013100 - Project Management and Coordination. 2. 024120 – Selective Site and Building Demolition: Coordination for elements to removed. 3. Refer to other Sections for specific requirements and limitations applicable to cutting and patching individual parts of the Work.

1.2 SUBMITTALS

A. Product Data: Submit proposed material data sheets for all replacement materials for approval to the Architect well in advance of the time cutting and patching will be performed caused by cutting or alteration work.

B. Written Request: Submit a written request for approval to the Architect well in advance of the time cutting and patching will be performed and request approval to proceed; written request is required for any cutting or alteration which affects: 1. The work of the Owner or any separate contractor; 2. The structural value or integrity of any element of the Project; 3. Interruption to active building systems required for existing portions of building. 4. Building aesthetic qualities for exterior areas; and

Section 017329 CUTTING AND PATCHING Page 1 of 5 New Orleans Morial Convention Center Linear Park BidBid Set Set New Orleans, Louisiana 27 September21 July 2017 2017 © MA EDR N14023\14027

5. The efficiency, operation life, maintenance, or safety of operational systems.

C. Cutting and Patching Proposal: Written request shall include the following: 1. List products to be used and firms or entities that will perform the Work. Contractor is responsible for all patching work and interface with existing conditions. 2. Describe the extent of cutting and patching required. Show how it will be performed and indicate why if cannot be avoided. 3. Describe anticipated results in terms of changes to existing construction. Include changes to structural elements and operating components as well as changes in the building’s appearance and other significant visual elements. 4. Indicate dates when cutting and patching will be performed. 5. List utilities that will be disturbed or affected, including those that will be relocated and those that will be temporally out-of-service. Indicate how long service will be disrupted.

D. Structural Elements: Where cutting and patching involves addition of reinforcement to structural elements, submit details and engineering calculations to show how reinforcement is integrated with the original structure to satisfy requirements.

E. Should conditions of work or schedule indicate change of materials or methods, submit written recommendations to Architect, including: 1. Conditions indicating change. 2. Recommendations for alternative materials or methods. 3. Resubmittal as required for substitution.

F. Approval by the Architect to proceed with cutting and patching work does not waive the Architect’s right to later require complete removal and replacement of a part of the Work found to be unsatisfactory.

1.3 QUALITY ASSURANCE

A. Requirements for Structural Work: Do not cut and patch structural elements in a manner that would change their load carrying capacity or load deflection ratio. Obtain prior approval from the Architect of the cutting and patching procedures proposed.

B. Operational Limitations: Do not cut and patch operating elements or related components in a manner that would result in reducing their capacity to perform as intended. Do not cut and patch operating elements or related components in a manner that would result in increased maintenance or decreased operational life or safety. Obtain prior approval from the Architect of the cutting and patching procedures proposed.

C. Visual Requirements: Do not cut and patch construction exposed on the exterior or in occupied spaces in a manner that would, in the Architect’s opinion, reduce the building’s aesthetic qualities. Do not cut and patch construction in a manner that would result in visual evidence of cutting and patching. 1. If possible retain the original Installer or fabricator to cut and patch exposed Work. If it is impossible to engage the original Installer or fabricator, engage another recognized experienced and specialized firm. 2. Remove and replace construction cut and patched in a visually unsatisfactory manner.

Section 017329 CUTTING AND PATCHING Page 2 of 5 New Orleans Morial Convention Center Linear Park BidBid Set Set New Orleans, Louisiana 27 September21 July 2017 2017 © MA EDR N14023\14027

1.4 PAYMENT FOR COSTS

A. Contractor shall pay cutting and patching costs caused by ill-timed or defective work, or work not conforming to the Contract Documents, including costs for additional services of the Architect.

1.5 WARRANTY

A. General: Replace, patch, and repair material and surfaces cut or damaged by methods and with materials in such a manner as not to void any warranties required or existing.

PART 2 - PRODUCTS

2.1 MATERIALS

A. General: Wherever available, use materials identical in form and function to the original existing materials, or materials which are compatible and provide the same level of performance. If identical materials are not available, use materials that visually match existing adjacent surfaces to the fullest extent. Use substitute materials whose installed performance will equal or surpass that of original existing materials. 1. Where surfaces are deteriorated beyond level of reparation indicated in respective technical sections, provide additional cleaning and surface preparation as required by the respective patching and repair materials manufacturer to properly install materials. 2. Where supplementary material are indicated to cover existing substrates and assemblies, provide in accordance with best standards of practice and install in manner to match adjacent substrates and finishes as indicated.

PART 3 - EXECUTION

3.1 INSPECTION

A. Examine surfaces to be cut and patched and conditions under which cutting and patching is to be performed before cutting. If unsafe or unsatisfactory conditions are encountered, take corrective action before proceeding.

B. After uncovering work, inspect conditions affecting installation of new products.

C. Report unsatisfactory or questionable conditions to the Architect in writing and do not proceed with the Work until further instruction is provided.

3.2 PREPARATION PRIOR TO CUTTING

A. Temporary Support: Provide shoring, bracing, and support as required to maintain structural integrity of the affected portion of the Work.

B. Protection: Protect existing construction during cutting and patching to prevent damage. Provide protection from adverse weather conditions for portions of the Project that might be exposed during cutting and patching operations. Coordinate work with Section 024120 – Selective Site and Building Demolition.

C. Avoid interference with use of adjoining areas or interruption of free passage to adjoining areas.

Section 017329 CUTTING AND PATCHING Page 3 of 5 New Orleans Morial Convention Center Linear Park BidBid Set Set New Orleans, Louisiana 27 September21 July 2017 2017 © MA EDR N14023\14027

D. Provide materials and control operations to prevent spread of dust in surrounding area. Provide drop cloths or other suitable barriers.

E. Avoid cutting in service pipes, ducts, or conduit until provisions have been made to bypass them.

3.3 PERFORMANCE

A. General: Employ skilled workmen to perform cutting and patching. Proceed with cutting and patching at the earliest feasible time and complete without delay. Cut existing construction to provide for installation of other components or performance of other construction activities and the subsequent fitting and patching required to restore surfaces to their original condition.

B. Cutting: Cut existing construction using methods least likely to damage elements to be retained or adjoining construction. Where possible review proposed procedures with the original installer; comply with the original installer's recommendations. 1. In general, where cutting is required use hand or small power tools designed for sawing or grinding, not hammering and chopping. Cut holes and slots neatly to size required with minimum disturbance of adjacent surfaces. Temporarily cover openings when not in use. 2. To avoid marring existing finished surfaces, cut or drill from the exposed or finished side into concealed surfaces. 3. Cut through concrete and masonry using a cutting machine such as a carborundum saw or diamond core drill. 4. Comply with requirements of applicable Sections of Division 31 where cutting and patching requires excavating and backfilling. 5. By-pass utility services such as pipe or conduit, before cutting, where services are shown or required to be removed, relocated or abandoned. Cut-off pipe or conduit in walls or partitions to be removed. Cap, valve or plug and seal the remaining portion of pipe or conduit to prevent entrance of moisture or other foreign matter after by-passing and cutting. 6. Execute in manner which does not void required or existing warranties.

C. Fitting: Perform using skilled craftsmen. 1. Execute fitting and adjustment to produce finished installation complying with specified products, functions, tolerances, and finishes. 2. Fit work tight to pipes, sleeves, ducts, conduit, and other penetrations through surfaces.

D. Patching: Patch with durable seams that are as invisible as possible. Comply with specified tolerances. 1. Where feasible, inspect and test patched areas to demonstrate integrity of the installation. 2. Restore exposed finishes of patched areas and extend finish restoration into retained adjoining construction in a manner that will eliminate evidence of patching and refinishing.

3.4 CLEANING

A. General: Thoroughly clean areas and spaces where cutting and patching is performed or used as access. Remove completely paint, mortar, oils, putty and items of similar nature.

Section 017329 CUTTING AND PATCHING Page 4 of 5 New Orleans Morial Convention Center Linear Park BidBid Set Set New Orleans, Louisiana 27 September21 July 2017 2017 © MA EDR N14023\14027

Thoroughly clean piping, conduit and similar features before painting or other finishing is applied. Restore damaged pipe covering to its original condition.

END OF SECTION

Section 017329 CUTTING AND PATCHING Page 5 of 5

New Orleans Morial Convention Center Linear Park BidBid Set Set New Orleans, Louisiana 27 September21 July 2017 2017 © MA EDR N14023\14027

PART 1 - GENERAL

1.1 SUMMARY

A. Section Includes: Construction and final cleaning prior to Certification of Substantial Completion for new and existing surfaces within the Work Area.

B. Related Sections: 1. 015000 – Temporary Facilities And Controls: Coordination with removal, cleaning, and restoration requirements. 2. 017300 – Execution Requirements: Protection of installed Work. 3. 017329 – Cutting and Patching: Coordination for cleaning during cutting and patching Work.

1.2 SYSTEM DESCRIPTION

A. Execute cleaning during progress of work and at completion of work as required by this section and the Conditions of the Contract.

B. Hazards Control: 1. Store volatile wastes in covered safety containers. 2. Remove containers from premises daily. 3. Prevent accumulation of waste which creates hazardous conditions. 4. Provide adequate ventilation during use of volatile or noxious substances.

C. Conduct cleaning and disposal operations to comply with local ordinances and anti-pollution laws. 1. Do not burn or bury rubbish and waste materials on Project site. 2. Do not dispose of volatile wastes or hazardous materials such as mineral spirits, oil, or paint thinner in storm or sanitary drains. 3. Do not dispose of wastes into sewers and drainage systems.

PART 2 - PRODUCTS

2.1 CLEANING MATERIALS

A. Use only materials and methods recommended by manufacturer of material being cleaned.

B. Provide covered containers for deposit of waste materials, debris, and rubbish

C. Do not use Owner’s containers for trash generated by cleaning or construction.

Section 017400 CLEANING Page 1 of 3 New Orleans Morial Convention Center Linear Park BidBid Set Set New Orleans, Louisiana 27 September21 July 2017 2017 © MA EDR N14023\14027

PART 3 - EXECUTION

3.1 CLEANING DURING CONSTRUCTION

A. Execute periodic cleaning to keep building, site, and adjacent properties free of accumulations of waste materials, debris, rubbish, and wind blown debris resulting from construction operations.

B. Prior to Substantial Completion remove construction tools, scaffolding, equipment, machinery, and surplus materials.

C. Broom clean and vacuum interior areas prior to start of surface finishing, and continue cleaning to eliminate dust.

D. Schedule cleaning operations so that dust and other contaminants will not fall on or adhere to wet or newly-coated surfaces.

E. Do not throw materials from heights.

F. Open free-fall chutes not permitted. Terminate closed chutes into appropriate containers with lids.

G. Collect and remove waste materials, debris, and rubbish from site periodically until execution of final cleaning and dispose off site in lawful manner.

3.2 FINAL CLEANING

A. Comply with manufacturer’s instructions.

B. Remove tools, construction equipment, machinery, and surplus material from Project site.

C. Cleaning: Employ experienced personnel or professional cleaning firm. 1. Clean exposed exterior hard-surfaced finishes to dirt-free condition, free of stains, films, and similar foreign substances. 2. Remove labels which are not required as permanent labels. 3. Clean glossy materials to polished condition; remove foreign substances. 4. Polish reflective surfaces to clear shine. 5. Glass and glazing: a. Wash and clean both sides of glass. b. Remove putty and other substances which obscure vision. c. Replace chipped, scratched, and broken glass. 6. Clean concrete slabs in all areas and spaces. Wet mop. 7. Clean pavers, and other similar hard-surface flooring, including associated bases. 8. Clean exposed surfaces of equipment; remove excess lubrication. 9. Clean plumbing fixtures, drinking fountains, and similar equipment to sanitary condition. 10. Clean light fixtures and lamps; replace burned-out lamps.

D. Site:

Section 017400 CLEANING Page 2 of 3 New Orleans Morial Convention Center Linear Park BidBid Set Set New Orleans, Louisiana 27 September21 July 2017 2017 © MA EDR N14023\14027

1. Clean areas disturbed by construction activities, including landscape areas, free of rubbish, litter and foreign substances. 2. Sweep paved areas to broom clean condition. 3. Remove stains, spills, and other foreign deposits. 4. Rake grounds that are neither paved nor planted to even-textured surface.

E. Remove waste, foreign matter, and debris.

F. Prior to final completion, conduct inspection of sight-exposed exterior surfaces, and associated work areas to verify that entire Work is clean.

G. Maintain cleaning until Project, or portion thereof, is accepted by Owner.

END OF SECTION

Section 017400 CLEANING Page 3 of 3

New Orleans Morial Convention Center Linear Park BidBid Set Set New Orleans, Louisiana 27 September21 July 2017 2017 © MA EDR N14023\14027

PART 1 - GENERAL

1.1 SUMMARY

A. Section Includes: Administrative and procedural requirements for project closeout. The requirements of this Section are in addition to those stated in the General Conditions. This Section includes, but not limited to, the following: 1. Substantial Completion requirements. 2. Final Completion and acceptance requirements. 3. Release of retainage. 4. Closeout requirements for specific construction activities are included in the appropriate Sections in Divisions 2 through 34.

B. Related Sections: 1. 017800 – Closeout Submittals. 2. Divisions 21 though 34: Starting, testing, demonstrations, and instruction of Owner’s personnel for building services equipment.

1.2 PREREQUISITES TO SUBSTANTIAL COMPLETION

A. Complete items in following paragraphs before requesting Certification of Substantial Completion, either for entire Work or for portions of Work.

B. Conduct inspection to substantiate basis for request that Work is substantially complete. Create comprehensive list (initial punch list) indicating items to be completed or corrected, value of incomplete or non-conforming work, reason for being incomplete, and date of anticipated completion for each item. Include copy of list with request for Certificate of Substantial Completion.

C. Submit statement showing accounting of changes to Contract Sum.

D. Advise Owner of pending insurance change-over requirements at final payment.

E. Obtain and submit releases enabling Owner’s full, unrestricted use of Project and access to services and utilities. Include certificate of occupancy, operating certificates, and similar releases from authorities having jurisdiction and utility companies.

F. Submit project record documents in compliance with Section 017800 – Closeout Submittals, maintenance manuals, construction photographs of existing conditions, and other similar final record data.

G. Deliver tools, spare parts, extra stocks of materials, and similar physical items to Owner.

H. Make final change-over of locks eliminating construction master key system and transmit keys directly to Owner. Advise Owner’s personnel of change-over in security provisions.

I. Comply with requirements of Section 015000 – Temporary Facilities and Controls for restoring permanent systems operated prior to Substantial Completion.

Section 017700 CLOSEOUT PROCEDURES Page 1 of 4 New Orleans Morial Convention Center Linear Park BidBid Set Set New Orleans, Louisiana 27 September21 July 2017 2017 © MA EDR N14023\14027

J. Complete facility startup, testing, adjusting, and balancing of systems and equipment, demonstrations, and instructions to Owner’s operating and maintenance personnel as specified in Section 017900 – Demonstration and Training.

K. Discontinue and remove temporary facilities and services from Project site, along with construction tools, mock-ups, and similar elements.

L. Perform final cleaning in accordance with Section 017400 - Cleaning.

M. Touch-up and otherwise repair and restore marred exposed finishes.

1.3 SUBSTANTIAL COMPLETION REVIEW

A. When Contractor considers Work to be substantially complete, submit to Architect: 1. Written certificate that Work, or designated portion, is substantially complete. 2. List of items to be completed or corrected (initial punch list).

B. Within 7 days after receipt of request for Substantial Completion, Architect will make site review to determine whether Work or designated portion is substantially complete following procedures indicated in Conditions of the Contract.

C. Should Architect determine that Work is not substantially complete: 1. Architect will promptly notify Contractor in writing, stating reasons for its opinion. 2. Contractor shall remedy deficiencies in Work and send second written request for Substantial Completion to Architect. 3. Architect will re-perform review of Work.

D. When Architect finds that Work is substantially complete, Architect will: 1. Prepare Certificate of Substantial Completion on AIA Form G704, accompanied by Contractor’s list of items to be completed or corrected as verified and amended by Architect and Owner (final punch list). 2. Submit Certificate to Owner and Contractor for their written acceptance of responsibilities assigned to them in the Certificate.

E. After Work is substantially complete, Contractor shall: 1. Allow Owner occupancy of Project under provisions stated in Certificate of Substantial Completion (AIA Document G704. 2. Complete work listed for completion or correction within time period stipulated.

1.4 PREREQUISITES FOR FINAL COMPLETION

A. Complete items in following paragraphs before requesting final acceptance and final payment. List known exceptions, if any, in request.

B. When Contractor considers Work to be complete, submit written certification that: 1. Contract Documents have been reviewed. 2. Work has been examined for compliance with Contract Documents. 3. Work has been completed in accordance with Contract Documents.

Section 017700 CLOSEOUT PROCEDURES Page 2 of 4 New Orleans Morial Convention Center Linear Park BidBid Set Set New Orleans, Louisiana 27 September21 July 2017 2017 © MA EDR N14023\14027

4. Work is completed and ready for final inspection.

C. Submit final punch list indicating all items have been completed or corrected.

D. Submit final payment request with final releases and supporting documentation not previously submitted and accepted. Include certificates of insurance for products and completed operations where required.

E. Submit specified warranties, workmanship/maintenance bonds, maintenance agreements, and other similar documents in accordance with Section 017800 – Closeout Submittals.

F. Submit records of training sessions for new building and laboratory equipment in accordance with Related Sections.

G. Submit updated accounting statement for final changes to Contract Sum.

H. Submit consent of surety to final payment.

I. Perform final cleaning for Contractor soiled areas in accordance with Section 017400 - Cleaning.

J. Submit Final Property Survey in accordance with Section 017123 – Field Engineering.

1.5 FINAL COMPLETION REVIEW

A. Within 7 days after receipt of request for final review, Architect will make site review to determine whether Work or designated portion is complete following procedures indicated in Conditions of the Contract.

B. Should Architect consider Work to be incomplete or defective: 1. Architect will promptly notify Contractor, in writing, listing incomplete or defective work. 2. Contractor shall take immediate steps to remedy stated deficiencies and send second written request to Architect that Work is complete. 3. Architect will reinspect Work.

1.6 REVISITS FOR SITE REVIEWS

A. Should Architect have to re-perform site reviews due to failure of Work to comply with claims of completion made by Contractor, Owner will reimburse Architect for such additional services and will deduct amount of compensation from final payment to Contractor.

1.7 EVIDENCE OF PAYMENTS AND RELEASE OF LIENS

A. Submit Contractor’s affidavit of Payment of Debts and Claims on AIA Document G706.

B. Submit Contractor’s affidavit of Release of Liens on AIA Document G706A with: 1. Consent of Surety to Final Payment: AIA G707. 2. Contractor’s Release or Waiver of Liens. 3. Separate releases or waivers of liens from subcontractors, suppliers and others with lien rights against property of Owner, together with list of those parties.

Section 017700 CLOSEOUT PROCEDURES Page 3 of 4 New Orleans Morial Convention Center Linear Park BidBid Set Set New Orleans, Louisiana 27 September21 July 2017 2017 © MA EDR N14023\14027

C. Execute submittals before delivery to Owner.

1.8 FINAL ADJUSTMENT OF ACCOUNTS

A. Submit final statement of accounting to Architect.

B. Show adjustments to Contract Sum: 1. Original Contract Sum. 2. Additions and deductions resulting from: a. Previous Change Orders. b. Deductions for uncorrected Work. c. Deductions for liquidated damages. d. Deductions for inspection payments. e. Other adjustments. 3. Total Contract Sum as adjusted. 4. Previous payments. 5. Retainage. 6. Sum remaining due.

C. Architect will prepare final Change Order reflecting approved adjustments to Contract Sum which are not included in Change Orders previously processed.

1.9 FINAL APPLICATION FOR PAYMENT

A. Submit final Application for Payment in accordance with procedures and requirements stated in Conditions of the Contract.

PART 2 - PRODUCTS - NOT USED

PART 3 - EXECUTION - NOT USED

END OF SECTION

Section 017700 CLOSEOUT PROCEDURES Page 4 of 4 New Orleans Morial Convention Center Linear Park BidBid Set Set New Orleans, Louisiana 27 September21 July 2017 2017 © MA EDR N14023\14027

PART 1 - GENERAL

1.1 RECORDING

A. Post changes and modifications to record documents as they occur. Do not wait until end of Project. Architect will periodically review record documents to assure compliance with this requirement.

B. Related Sections: 1. 014500 – Quality Control: Testing laboratory services reports. 2. 017123 – Field Engineering: Submittals for final property survey. 3. 017900 – Demonstration and Training.

1.2 SUBMITTAL

A. Deliver closeout submittals and samples to Architect for transmittal to Owner.

B. Include typed list identifying each item submitted as closeout document.

1.3 OPERATIONS AND MAINTENANCE MANUALS

A. Prepare data in form of instructional manual in heavy-duty three-ring binders with durable plastic covers. 1. Where written instructions are required, use personnel skilled in technical writing to extent necessary for communication of essential data. 2. Where drawings or diagrams are required, use personnel capable of preparing drawings clearly in understandable format.

B. Examine for completeness.

C. Submit one copy of completed volumes in final form after instructing Owner’s personnel, but prior to request for Substantial Completion. This copy will be returned with Architect’s comments. Revise as necessary prior to final submittal.

D. Prepare and insert additional data in manuals when need for such data becomes apparent during Owner’s instruction.

E. Submit 3 copies of final volumes at time of request for Substantial Completion.

F. Label covers and spine of each binder with typed or printed title OPERATIONS AND MAINTENANCE MANUAL, title of project, and subject matter of binder when multiple binders are required.

G. Separate contents with tab dividers, logically organized with tab title clearly printed under reinforced laminated plastic tabs.

H. Manuals shall contain: 1. Table of contents.

Section 017800 CLOSEOUT SUBMITTALS Page 1 of 7 New Orleans Morial Convention Center Linear Park BidBid Set Set New Orleans, Louisiana 27 September21 July 2017 2017 © MA EDR N14023\14027

2. Directory listing names, addresses, and telephone numbers of Architect, Consultants, and Contractor. 3. List names, addresses and telephone numbers of subcontractors, suppliers, and service representatives, including local source of supplies and replacement parts. 4. General system or equipment description. 5. Copies of applicable shop drawings and product data. 6. Mark product data to clearly identify specific products and component parts. 7. Supplement product data with drawings necessary to illustrate relationship of component parts of equipment and systems, include control and flow diagrams. 8. Arranged by product, system, or process flow, and subdivided by Specification section. Identify following: a. Significant design criteria. b. List of equipment. c. System or equipment identification, including: 1) Name of manufacturer. 2) Model number. 3) Serial number of each component. d. Parts list for each component. e. Operating instructions. f. Maintenance instructions and schedules for equipment and systems. g. Emergency instructions. h. Wiring and piping diagrams; color coding. i. Inspection and test procedures. j. Precautions against improper use and maintenance. 9. Copies of warranties. 10. Protective plastic jackets: Provide protective transparent plastic jackets designed to enclose diagnostic software for computerized electronic equipment. 11. Text material: a. Provide manufacturer’s standard printed material or typewritten specially prepared data. b. Provide text on 8-1/2 inches by 11 inches, 20 pound white bond paper. 12. Drawings and diagrams: a. Provide reinforced punched binder tabs on drawings and bind in with text. b. Oversize drawings: 1) Fold drawings to same size as text pages and use as fold-out. 2) Drawings too large to be used as fold-out, place folded drawing in front or rear pocket of binder. Insert typewritten page indicating drawing title, description of contents, and drawing location at appropriate location in manual. 13. Documentation of training sessions and operational testing.

1.4 MATERIAL AND FINISHES MAINTENANCE MANUAL

A. Manual: 1. Submit 3 copies of each manual, in final form, on material and finishes to Architect for distribution in a separate binder or included a part of the in Operations and Maintenance Manual. 2. Provide one section for interior products, including applied materials and finishes, and second for products designed for exterior products as applicable. Section 017800 CLOSEOUT SUBMITTALS Page 2 of 7 New Orleans Morial Convention Center Linear Park BidBid Set Set New Orleans, Louisiana 27 September21 July 2017 2017 © MA EDR N14023\14027

B. Exterior Products: 1. Provide complete manufacturer’s data with instructions on inspection, maintenance, and repair of products exposed to weather or designed for moisture-protection purposes. 2. Manufacturer’s data: Provide manufacturer’s data giving detailed information, including following, as applicable. a. Applicable standards. b. Chemical composition. c. Installation details. d. Inspection procedures. e. Maintenance information. f. Repair procedures.

1.5 SPARE PARTS AND MAINTENANCE MATERIALS

A. Provide tools, spare parts, maintenance and extra stock materials in quantities specified in individual Specification sections.

B. Deliver to Project site and place in locations as directed; obtain receipt from subcontractors and suppliers.

C. Submit letter at time of inspection for Substantial Completion listing items and quantities; attach receipts.

1.6 WARRANTIES AND BONDS

A. Disclaimers and Limitations: Manufacturer’s disclaimers and limitations on product warranties do not relieve Contractor of warranty on Work that incorporates products, nor does it relieve suppliers, manufacturers, and subcontractors required to countersign special warranties with Contractor.

B. Owner’s Recourse: 1. Written warranties made to Owner are in addition to implied warranties, and shall not limit duties, obligations, rights and remedies otherwise available under law. 2. Warranty periods shall not be interpreted as limitations on time in which Owner can enforce such other duties, obligations, rights, or remedies. 3. Rejection of warranties: Owner reserves right to reject warranties and to limit selections to products with warranties not in conflict with requirements of Contract Documents.

C. Submit 3 copies of warranties, maintenance bonds, and maintenance/service contracts as specified in various Specification sections. Include one copy of each warranty in Operations and Maintenance Manual, or in Material and Finishes Maintenance Manual.

D. Assemble data in heavy-duty three-ring binders with durable plastic covers, two required.

E. Label cover and spine of each binder with typed or printed title WARRANTIES AND BONDS and title of Project.

F. Prepare table of contents in sequence of table of contents of Project Manual, with each item identified with number and title of Specification section in which specified, and name of product or work item.

Section 017800 CLOSEOUT SUBMITTALS Page 3 of 7 New Orleans Morial Convention Center Linear Park BidBid Set Set New Orleans, Louisiana 27 September21 July 2017 2017 © MA EDR N14023\14027

G. Separate each warranty, bond, or service contract with tab and index sheets keyed to listing in table of contents. Provide full information, using separate typed sheets as necessary. List subcontractor, supplier, and manufacturer, with name, address, and telephone number of responsible principal.

H. Obtain warranties, bonds, and maintenance/service contracts executed in triplicate by responsible subcontractors, suppliers, and manufacturers; warranties commence on Date of Substantial Completion.

I. Verify that documents are in proper form, contain full information, and are notarized.

J. Time of Submittals: 1. Submit binders containing warranties, bonds, and maintenance/service contacts within 10 days after date of Substantial Completion. 2. For equipment or component parts of equipment put into service during construction with Owner’s permission, submit photo copies of documents within 10 days after acceptance listing date of acceptance as beginning of warranty period. Retain originals of executed documents for final submittal as indicated in subparagraph above. 3. For items of Work when acceptance is delayed beyond date of Substantial Completion, submit within 10 days after acceptance listing date of acceptance as beginning of warranty period.

1.7 RECORD DOCUMENT REQUIREMENTS

A. Maintain at Project site record copy of: 1. Project Manual. 2. Contract Drawings. 3. Addenda. 4. Change Orders, Change Directives, Supplemental Instructions, and other modifications to Contract. 5. Approved shop drawings, product data, samples, and similar required submittals. 6. Approved substitutions. 7. Reports of inspection and testing agencies. 8. Inspection certificates. 9. Manufacturer’s certificates, manufacturer’s instructions, and reports of manufacturer’s field observations. 10. Samples. 11. Other items indicated in various sections within Division 1.

B. Store record documents and samples in field office apart from documents used for construction. Provide files and racks for secure storage.

C. Label and file documents and samples in accordance with section number listings in Table of Contents of Project Manual. Label each item PROJECT RECORD DOCUMENT in stamped or printed letters in prominent location on each Drawing.

D. Maintain documents and samples in clean, dry, legible condition; do not use for construction purposes.

Section 017800 CLOSEOUT SUBMITTALS Page 4 of 7 New Orleans Morial Convention Center Linear Park BidBid Set Set New Orleans, Louisiana 27 September21 July 2017 2017 © MA EDR N14023\14027

E. Record information concurrently with construction progress. Do Not permanently conceal any work until required information has been recorded.

F. Make documents available for review by Architect and Owner during construction period.

G. Copies and Distribution: Unless otherwise indicated, submit complete list of Project record documents to Architect and including for Owner's Use. Documents shall be organizes into protective containers approved by Owner, labeled PROJECT RECORD DOCUMENT and transmitted in accordance with Architects instructions.

1.8 CONTRACT DRAWINGS AND SHOP DRAWINGS

A. Legibly mark drawings to record actual construction which varies appreciably from Contract Documents. Give particular attention to information on concealed elements which would be difficult to identify or measure and record later.

B. Items required to be marked include but are not limited to: 1. Dimensional changes to Drawings. 2. Measured depths of foundation below first floor datum. 3. Show inverts and horizontal locations of underground utilities and appurtenances, referenced to permanent surface improvements or building column line. 4. Measured locations of internal utilities and appurtenances concealed in construction, referenced to visible and accessible features of construction. 5. Revisions to routing of piping and conduits. 6. Revisions to locations of Post Tensioning Tendons. 7. Revisions to electrical circuitry. 8. Locations of rough-ins and terminations of piping and conduit for future build-out. 9. Actual equipment locations. 10. Changes made by addenda, change orders, change directives, supplemental instructions, and other issued modifications. 11. References to related shop drawings and other similar detailed modifications.

C. Mark-up Procedures: 1. Mark completely and accurately record prints of Contract Drawings or shop drawings, whichever is most capable of showing actual physical conditions. Where shop drawings are marked, show cross-reference on Contract Drawings location. 2. Mark record sets with red erasable colored pencil; use other colors to distinguish between changes for different categories of Work at same location. 3. Mark important additional information which was either shown schematically or omitted from original Drawings 4. Record modifications caused by Supplemental Instructions, Construction Change Directives, Change Orders, Alternates, and similar modifications, including changes made by Architect's approved substitutions. 5. Accurately record information using understandable technique; i.e., for conditions not constructed, X-out and mark “Not Constructed”, and for revisions, provide with ‘Cloud’ and indicate with date and change authorization.

Section 017800 CLOSEOUT SUBMITTALS Page 5 of 7 New Orleans Morial Convention Center Linear Park BidBid Set Set New Orleans, Louisiana 27 September21 July 2017 2017 © MA EDR N14023\14027

6. Record data as soon as possible after it has been obtained. In case of concealed installations, record and check mark-up prior to concealment.

D. Preparation of Reproducible Documents: 1. Immediately prior to request for Substantial Completion, review completed marked-up Record Drawings with Architect for acceptance. 2. When authorized, prepare full set of corrected reproducible Contract Drawings and shop drawings. 3. Incorporate changes and additional information previously marked on print sets. Erase, redraw, and add details and notations where applicable. Identify each Record Drawing with words, "AS-BUILT" and date.

E. Contractor’s Options: Contractor may use electronic media as an option for recording changes in accordance with requirement below for “USE OF ARCHITECT’S ELECTRONIC MEDIA FOR AS-BUILT RECORD DRAWING SUBMITTAL”.

F. Media Type And Distribution: 1. Bind ‘As-Builts’ / reproducible documents with durable paper cover sheets, with appropriate identification, including titles, dates and other information on cover sheets. 2. Organize ‘As-Builts’ / reproducible documents into sets matching print sets. Place set in durable tube-type drawing containers with end caps. Mark end cap of each container with suitable identification. 3. PDF Format Requirements: Provide files in Adobe PDF format on a CD or DVD clearly labeled with project name, project number, discipline, and date of issue of included files (not date CD was prepared). a. File Index: Provide a file index of sheet in Excel format. Sheet number shall be in the first column and sheet name (see naming convention) shall be in the second column. b. PDF File Format: 1) Produce files conforming to most recent Adobe PDF file format. 2) Provide files in vector format. Raster format PDF's will be accepted only with prior approval from Architect. 3) Files shall be rotated, scaled, and cropped to match plotted sheets. 4) Each file shall contain one and only one sheet and be named as follows: 5) Sheet Number-Sheet Title (upper and lower case) 6) e.g. E401-First Floor Electrical Plan.pdf 4. Distribution: After Contractor’s notification of completing Record Drawings and at Substantial Completion, submit following to Architect for Owner’s records: a. To Owner: One (1) complete set of reproducible documents, and one (1) complete set of PDF Formatted files. b. To Architect: Two (2) complete set of PDF Formatted files, including Contractor’s original marked-up set.

1.9 PROJECT MANUALS

A. Legibly mark-up manuals to record actual construction, including: 1. Manufacturer, trade name, and model number of each product actually installed, including product options and approved substitutions. 2. Changes made by addenda.

Section 017800 CLOSEOUT SUBMITTALS Page 6 of 7 New Orleans Morial Convention Center Linear Park BidBid Set Set New Orleans, Louisiana 27 September21 July 2017 2017 © MA EDR N14023\14027

3. Changes made by change order, field order, supplemental instructions, and other issued modifications. 4. Changes made by Architect's approved substitutions.

B. Distribution: Submit original mark up set, and one (1) copy for Owner’s use.

1.10 USE OF ARCHITECT’S ELECTRONIC MEDIA FOR AS-BUILT RECORD DRAWING SUBMITTALS

A. Subject to the Contractor’s acceptance of the terms and conditions of the Electronic Media Release Form, the Architect will furnish construction documents in disk form to record actual construction which varies appreciably from Contract Documents.

B. Data will be incorporated onto electronic media by the Contractor upon Architect's review and approval.

C. Upon completion of PROJECT RECORD DOCUMENTATION return all files a directed by the Architect.

PART 2 - PRODUCTS - NOT USED

PART 3 - EXECUTION - NOT USED

END OF SECTION

Section 017800 CLOSEOUT SUBMITTALS Page 7 of 7

New Orleans Morial Convention Center Linear Park BidBid Set Set New Orleans, Louisiana 27 September21 July 2017 2017 © MA EDR N14023\14027

PART 1 - GENERAL

1.1 SUMMARY

A. Section Includes: Requirements for training of Owner's maintenance personnel in all phases of operation and maintenance of systems and machinery, including: 1. Demonstration of operation of systems, subsystems, and equipment. 2. Training in operation and maintenance of systems, subsystems, and equipment. 3. Demonstration and training videotapes.

B. Related Sections: 1. 013100 – Project Management and Coordination" for requirements for preinstruction conferences. 2. 017800 – Closeout Submittals: Record Drawings, Specifications, Operation and Maintenance Manuals, Warranties and Finish Materials Manuals, and miscellaneous record submittals. 3. Division 3 thru 34 Sections for specific requirements for demonstration and training for products in those Sections

1.2 DESCRIPTION

A. General: Complete training program shall be developed by the Contractor for systems and machinery installed at the Project and to be operated by the Owner's personnel. At Contractor’s option, he may employ the services of a professional training firm to conduct training program. Contractor shall train Owner’s personnel in the operation of systems and equipment as specified in technical Sections of the specifications.

B. Qualifications of Instructors: Thoroughly experienced in the operation and maintenance of equipment or system; submit qualifications of each instructor to the Architect for approval prior to scheduling training program.

C. Contractor or designated Subcontractor provided training firm shall work closely with Owner's maintenance personnel in development and implementation of training program. This includes preliminary meetings to map out direction training will take and development, with Owner approval, of written training materials. Training program shall be in addition to any specific training which is specified in technical sections of this Specification.

D. Training program, in its entirety, shall become the property of the Owner. This includes, but is not limited to: 1. All lessons plans, teacher’s guides or training aids used to instruct personnel. All written materials, workbooks, manufacturer's instructions, brochures, tests, charts or other printed or photographed visual aids. 2. All audio visual materials.

E. Time of Training: Training of Owner's personnel shall take place prior to Substantial Completion and at a time mutually convenient for the Owner and Contractor.

Section 017900 DEMONSTRATION AND TRAINING Page 1 of 4 New Orleans Morial Convention Center Linear Park BidBid Set Set New Orleans, Louisiana 27 September21 July 2017 2017 © MA EDR N14023\14027

F. Equipment Utilized For Training: Equipment related to conveyance of training program, such as VHS/DVD video players, DVD’s, color TV monitors, power point equipment, projectors, white porcelain dry erase marker boards, or other related equipment shall be provided by the Contractor.

G. Identification: On each copy, provide an applied label with the following information: 1. Name of Project. 2. Name and address of producer. 3. Name of Architect and Construction Manager. 4. Name of Contractor. 5. Date for training session. 6. Description of subject topic(s).

1.3 SUBMITTALS

A. Record of Training Sessions: Contractor shall provide written documentation stating that general operating and maintenance instructional sessions were conducted; include a general description of topics discussed, instructions given and names of those present; include record of training sessions in final Operation and Maintenance Manuals.

1.4 RESPONSIBILITY OF TRAINING

A. Contractor provided training will be directed at a group of Owner's personnel who will act as training cadre. At a minimum, this training cadre will include five (4) students.

B. Contractor is responsible for successfully training this cadre in all systems, electrical and mechanical to operate facility.

C. Preinstruction Conference: Conduct conference at Project site to comply with requirements in Section 013100 - Project Management and Coordination. Review methods and procedures related to demonstration and training including, but not limited to, the following: 1. Inspect and discuss locations and other facilities required for instruction. 2. Review and finalize instruction schedule with Owner’s personnel and verify availability of educational materials, instructors' personnel, audiovisual equipment, and facilities needed to avoid delays. 3. Review required content of instruction. 4. For instruction that must occur outside, review weather and forecasted weather conditions and procedures to follow if conditions are unfavorable.

1.5 METHOD OF TRAINING

A. Training shall be conducted in a classroom environment, using a space within the facility as mutually agreed upon between the Contractor and Owner. This space shall be completed in advance of scheduled training.

B. In addition to classroom training, actual hands-on training shall also be conducted using the equipment installed.

Section 017900 DEMONSTRATION AND TRAINING Page 2 of 4 New Orleans Morial Convention Center Linear Park BidBid Set Set New Orleans, Louisiana 27 September21 July 2017 2017 © MA EDR N14023\14027

1.6 INSTRUCTIONAL MATERIALS

A. Contractor shall furnish all instructional materials for subject being taught. This material shall include, but may not be limited to: 1. Written materials such as handouts, workbooks and reference materials; provide as many copies required so that each student has a complete set. 2. Audio visual materials shall be provided in triplicate. 3. Operation and Maintenance Manuals; Materials, Equipment and Finishes Manuals; maintenance and operation video tapes and Project Record Documents shall be completed and used as basis for instruction during training program. Preliminary copies may be used if final copies have not been reviewed and completed.

B. Upon completion of training program, provide the Owner with one complete set of all lesson plans, guides and teacher training aids, and three sets of written materials (workbooks, handouts, etc.) with one complete reproducible master.

1.7 EQUIPMENT AND SYSTEMS

A. General: Training program shall include 1. Complete listing of subjects shall be determined during preliminary program meetings. 2. Use of special tools, spare parts and materials, lubricants, fuels, identification system(s), control sequences, hazards, and cleaning. 3. Demonstration shall include, but shall not be limited to: a. Start-up. b. Operation, control. c. Adjustment. d. Trouble-shooting. e. Servicing. f. Maintenance. g. Shut-down. h. Emergency operations. i. Noise and vibration adjustment. j. Safety. k. Repairs. l. Economy/efficiency adjustments and similar operations of each item of equipment. 4. Review maintenance and operations in relation with applicable warranties, agreements to maintain bonds and similar continuing commitments.

B. During training program, review contents of Operation and Maintenance Manuals; Materials, Equipment, and Finishes Manuals, and Project Record Documents in detail to explain all aspects of operation and maintenance. Prepare and insert additional data in Operation and Maintenance Manuals when the need for additional data becomes apparent during instruction.

C. Upon completion of instruction, students shall have complete understanding of principles that govern systems in use at facility and "How to" use of the systems.

Section 017900 DEMONSTRATION AND TRAINING Page 3 of 4 New Orleans Morial Convention Center Linear Park BidBid Set Set New Orleans, Louisiana 27 September21 July 2017 2017 © MA EDR N14023\14027

PART 2 - PRODUCTS – NOT USED

PART 3 - ESECUTION – NOT USED

END OF SECTION

Section 017900 DEMONSTRATION AND TRAINING Page 4 of 4