RENOVATION AND ADDITION TO FT. SAM HOUSTON...

586
RENOVATION AND ADDITION TO FT. SAM HOUSTON ELEMENTARY SCHOOL & RENOVATION AT COLE HIGH SCHOOL Ft. Sam Houston Independent School District Ft. Sam Houston San Antonio, TX PROJECT MANUAL VOLUME 1 SHW Project No. 4512.013.00/4512.014.00 ISSUED FOR BIDDING & CONSTRUCTION JUNE 25, 2014 Board of Trustees Deborah E. Seabron President COL Randall Anderson Vice President Dr. Eustace Lewis Secretary Jeanne Warren Member Jane Crow Member Superintendent Dr. Gail Siller ARCHITECT SHW Group now STANTEC

Transcript of RENOVATION AND ADDITION TO FT. SAM HOUSTON...

  • RENOVATION AND ADDITION TOFT. SAM HOUSTON ELEMENTARY SCHOOL

    &RENOVATION AT

    COLE HIGH SCHOOL

    Ft. Sam Houston Independent School DistrictFt. Sam HoustonSan Antonio, TX

    PROJECT MANUAL

    VOLUME 1

    SHW Project No. 4512.013.00/4512.014.00

    ISSUED FOR BIDDING & CONSTRUCTION

    JUNE 25, 2014

    Board of TrusteesDeborah E. Seabron PresidentCOL Randall Anderson Vice PresidentDr. Eustace Lewis SecretaryJeanne Warren MemberJane Crow Member

    SuperintendentDr. Gail Siller

    ARCHITECTSHW Group now STANTEC

  • ELEMENTARY SCHOOL/COLE HIGH SCHOOL SHW GROUP PROJECT NOS.: 4512.013.00/ 4512.014.00 RENOVATIONS AND ADDITION JUNE 25, 2014 FT. SAM HOUSTON ISD

    TABLE OF CONTENTS OF THE CONSTRUCTION DOCUMENTS - PROJECT MANUAL 000110 - PAGE 1 OF 4 ©2014 SHW GROUP ARCHITECTS | ENGINEERS | PLANNERS

    SECTION 000110 –TABLE OF CONTENTS OF THE CONSTRUCTION DOCUMENTS – PROJECT MANUAL DIVISION 00 – GENERAL REQUIREMENTS 00 01 01 TITLE PAGE INSTRUCTIONS TO OFFERORS GEO-TECHNICAL REPORT DIVISION 01 – GENERAL CONDITIONS 00 01 01 TABLE OF CONTENTS 00 01 10 TABLE OF CONTENTS – ROOF 00 01 15 DRAWING SHEET INDEX 01 21 00 ALLOWANCES 01 25 13 PRODUCT SUBSTITUTIONS 01 26 00 MODIFICATION PROCEDURES 01 31 00 PROJECT COORDINATION 01 31 19 PROJECT MEETINGS 01 33 00 SUBMITTALS 6-25-14 01 42 19 REFERENCE STANDARDS AND DEFINITIONS 01 43 39 MOCK-UP SUBMITTALS (ROOFING) 01 45 00 QUALITY CONTROL SERVICES 01 45 29 TESTING LABORATORY SERVICES 01 50 00 TEMPORARY FACILITIES 01 57 23 TEMPORARY STORMWATER 01 60 00 MATERIALS AND EQUIPMENT 01 73 29 CUTTING AND PATCHING 01 77 00 PROJECT CLOSEOUT 01 78 00 WARRANTIES AND BONDS DIVISION 02 – EXISTING CONDITIONS 02 41 19 SELECTIVE DEMOLITION DIVISION 03 – CONCRETE 03 10 00 CONCRETE FORMING AND ACCESSORIES 03 15 13 EXP. CONTR. JOINTS AND WATERSTOPS 03 20 00 CONCRETE REINFORCING 03 20 01 CONCRETE REINFORCMENT - CIVIL 03 30 00 CAST IN PLACE CONCRETE - STRUCTURAL 03 30 01 CAST IN PLACE CONCRETE - CIVIL 03 40 00 PLANT PRECAST CONCRETE BELOW GRADE DIVISION 04 – MASONRY 04 05 23 THROUGH WALL FLASHING 04 20 00 UNIT MASONRY ASSEMBLIES 04 29 00 REINFORCED UNIT MASONRY 04 43 00 STONE MASONRY 04 72 00 CAST STONE DIVISION 05 – METALS 05 12 00 STRUCTURAL STEEL FRAMING 05 21 00 STEEL JOISTS FRAMING 05 31 23 STEEL ROOF DECKING 05 40 00 COLD-FORMED METAL FRAMING 05 50 00 METAL FABRICATIONS 05 52 13 PIPE AND TUBE RAILINGS DIVISION 06 – WOOD, PLASTICS AND COMPOSITES 06 10 00 ROUGH CARPENTRY 06 10 50 ROOF CARPENTRY 06 40 23 INTERIOR ARCHITECTURAL WOODWORK DIVISION 07 – THERMAL AND MOISTURE PROTECTION 07 11 13 BITUMINOUS DAMPPROOFING 07 19 00 WATER REPELLENTS 07 21 00 BUILDING INSULATION

  • ELEMENTARY SCHOOL/COLE HIGH SCHOOL SHW GROUP PROJECT NOS.: 4512.013.00/ 4512.014.00 RENOVATIONS AND ADDITION JUNE 25, 2014 FT. SAM HOUSTON ISD

    TABLE OF CONTENTS OF THE CONSTRUCTION DOCUMENTS - PROJECT MANUAL 000110 - PAGE 2 OF 4 ©2014 SHW GROUP ARCHITECTS | ENGINEERS | PLANNERS

    07 22 16 ROOF AND DECK INSULATION 07 41 23 METAL WALL PANELS AND SOFFIT PANELS 07 52 16 MODIFIED ASPHAL BITUMINOUS ROOFING 07 52 20 ROOFING INSTALLER’S WARRANTY 07 62 00 SHEET METAL 07 72 00 ROOF ACCESSORIES 07 81 00 SPRAYED FIRE-RESISTIVE MATERIALS 07 81 36 THROUGH-PENETRATION FIRESTOP SYSTEMS 07 84 46 FIRE RESISTIVE JOINT SYSTEMS 07 92 00 JOINT SEALANTS 07 95 00 EXPANSION CONTROL DIVISION 08 – OPENINGS 08 11 13 STEEL DOOR AND FRAMES 08 14 16 FLUSH WOOD DOORS 08 31 13 ACCESS DOORS AND FRAMES 08 35 13 ACCORDION FOLDING DOORS 08 41 13 ALUMINUM ENTRANCES AND STOREFRONTS-WINDOWS 08 41 13.1 ALUMINUM ENTRANCES AND STOREFRONTS-DOORS 08 44 13 GLAZED ALUMINUM CURTAIN WALLS 08 71 00 FINISH HARDWARE 08 80 00 GLAZING DIVISION 09 – FINISHES 09 21 16 GYPSUM BOARD ASSEMBLIES 09 25 23 LIME BASED PLASTERING 09 28 00 GYPSUM SHEATHING 09 30 13 CERAMIC TILE 09 51 13 ACOUSTICAL PANEL CEILINGS 09 54 23 LINEAR METAL CEILINGS 09 65 13 RESILIENT WALL BASE AND ACCESSORIES 09 65 19 RESILIENT FLOOR TILE 09 68 16 CARPET 09 77 00 FRP WALL PANELS 09 77 23 ACOUSTICAL WALL PANELS 09 91 13 PAINTING (PROFESSIONAL LINE PRODUCTS) DIVISION 10 – SPECIALTIES 10 11 00 VISUAL DISPLAY UNITS 10 14 00 SIGNS 10 21 13 TOILET COMPARTMENTS 10 28 00 TOILET AND BATH ACCESSORIES 10 44 00 FIRE PROTECTION SPECIALTIES 10 56 13 METAL STORAGE SHELVING 10 73 10 PROTECTIVE COVERINGS – PRE-MANUFACTURED WALKWAY CANOPIES 10 75 00 FLAG POLES DIVISION 11 – EQUIPMENT 11 66 23 FIELD EQUIPMENT DIVISION 12 – FURNISHINGS 12 21 13 HORIZONTAL LOUVER BLINDS DIVISION 13 – SPECIAL CONSTRUCTION NOT USED DIVISION 14 – CONVEYING EQUIPMENT NOT USED DIVISION 20 – MECHANICAL 20 05 00 COMMON WORK RESULTS 20 05 13 COMMON MOTOR REQUIREMENTS FOR EQUIPMENT 20 05 14 VARIABLE FREQUENCY DRIVES 20 05 16 EXPANSION FITTINGS AND LOOPS FOR PIPING 20 05 19 METERS AND GUAGES

  • ELEMENTARY SCHOOL/COLE HIGH SCHOOL SHW GROUP PROJECT NOS.: 4512.013.00/ 4512.014.00 RENOVATIONS AND ADDITION JUNE 25, 2014 FT. SAM HOUSTON ISD

    TABLE OF CONTENTS OF THE CONSTRUCTION DOCUMENTS - PROJECT MANUAL 000110 - PAGE 3 OF 4 ©2014 SHW GROUP ARCHITECTS | ENGINEERS | PLANNERS

    20 05 23 GENERAL DUTY VALVES FOR PIPING 20 05 19 METERS AND GAUGES 20 05 23 GENERAL DUTY VALVES FOR PIPING 20 05 29 HANGERS AND SUPPORTS 20 05 33 HEAT TRACING 20 05 48 VIBRATION CONTROLS 20 05 53 MECHANICAL IDENTIFICATION 20 05 93 TESTING ADJUSTING AND BALANCING 20 07 00 MECHANICAL INSULATION 20 08 00 COMMISSIONING DIVISION 21 – FIRE PROTECTION 21 11 00 FACILITY FIRE SUPPRESSION WATER SERVICE PIPING 21 13 13 WET PIPE SPRINKLER SYSTEMS DIVISION 22 - PLUMBING 22 11 16 DOMESTIC WATER PIPING 22 11 19 DOMESTIC WATER PIPING SPECIALTIES 22 11 23 DOMESTIC WATER PUMPS 22 13 16 SANITARY WASTE AND VENT PIPING 22 13 19 SANITARY WASTE PIPING SPECIALITIES 22 34 00 FUEL-FIRED, DOMESTIC WATER HEATERS 22 42 00 COMMERICAL PLUMBING FIXTURES 22 45 00 EMERGENCY PLUMBING FIXTURES 22 47 00 DRINKING FOUNTAINS AND ELECTRIC WATER COOLERS DIVISION 23 – HEATING, VENTILATING AND AIR CONDITIONING (HVAC) 23 09 00 INSTRUMENTATION AND CONTROL FOR HVAC 23 11 23 FACILITY NATURAL GAS PIPING 23 21 13 HYDRONIC PIPING 23 21 16 HYDRONIC PIPING SPECIALITIES 23 21 23 HYDRONIC PUMPS 23 23 00 REFRIGERANT PIPING 23 25 00 HVAC WATER TREATMENT 23 31 13 METAL DUCTS 23 33 00 AIR DUCT ACCESSORIES 23 34 23 HVAC POWER VENTILATORS 23 36 00 AIR TERMINAL UNITS 23 37 23 HVAC GRAVITY VENTILATORS 23 41 00 PARTICULATE AIR FILTRATION 23 51 00 BREECHINGS, CHIMNEYS AND STACKS 23 52 16 CONDENSING BOILERS 23 55 33 FUEL-FIRED BOILERS 23 55 33 FUEL FIRE UNIT HEATERS 23 64 23 SCROLL WATER CHILLERS 23 73 13 MODULAR INDOOR CENTRAL STATION AIR HANDLING UNITS 23 81 26 SPLIT SYSTEM AIR CONDITIONERS 23 82 41 WALL ANC CEILING ELECTRIC UNIT HEATERS DIVISION 26 ELECTRICAL 26 00 10 GENERAL REQUIREMENTS FOR ELECTRICAL SYSTEMS 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 73 OVERCURRENT PROTECTIVE DEVICE COORDINATION AND ARCH FLASH HAZARD STUDIES 26 09 23 LIGHTING CONTROL DEVICES 26 09 43 NETWORK LIGHTING CONTROLS 26 22 00 LOW VOLTAGE TRANSFORMERS 26 24 13 SWITHC BOARDS 26 24 16 PANEL BOARDS 26 27 26 WIRING DEVICES 26 28 13 FUSES

  • ELEMENTARY SCHOOL/COLE HIGH SCHOOL SHW GROUP PROJECT NOS.: 4512.013.00/ 4512.014.00 RENOVATIONS AND ADDITION JUNE 25, 2014 FT. SAM HOUSTON ISD

    TABLE OF CONTENTS OF THE CONSTRUCTION DOCUMENTS - PROJECT MANUAL 000110 - PAGE 4 OF 4 ©2014 SHW GROUP ARCHITECTS | ENGINEERS | PLANNERS

    26 28 16 ENCLOSED SWITCHES AND CIRCUIT BREAKERS 26 29 13 ENCLOSED CONTROLLERS 26 43 13 SURGE PROTECTION DEVICES 26 51 00 INTERIOR LIGHTING 26 99 99 ELECTICAL TESTING DIVISION 27 – LOW VOLTAGE / TECHNOLOGY 27 01 00 OPERATION AND MAINTENANCE 27 01 11 DEMONSTRATION TRAINING AND WARRANTY 27 05 00 COMMON WORK 27 05 26 GROUNDING AND BONDING 27 05 28 PATHWAYS 27 05 53 IDENTIFICATION 27 11 00 EQUIPMENT ROOMS 27 11 13 ENTRANCE PROTECTION 27 13 13 COPPER BACKBONE 27 13 23 FIBER OPTIC BACKBONE 27 13 33 COAX BACKBONE 27 15 15 CAT 6 COPPER HORIZONTAL CABLING 27 15 33 COAXIAL HORINZONTAL CABLING 27 41 17 INTEGRATED AUDIO-VIDEO SYSTEMS AND EQUIPMENT FOR CLASSROOMS 27 51 16 PUBLIC ADDRESS AND MASS NOTIFICATION SYSTEM 27 51 23 BUILDING PAGING BELL TONES DIVISION 28 – ELECTRONIC SAFETY AND SECURITY 28 31 76 INTERIOR FIRE ALARM AND MASS NOTIFICATION 28 31 11 DIGITAL ADDRESSABLE FIRE ALARM SYSTEM DIVISION 31 – EARTHWORK 31 00 00 EARTHWORK 31 10 00 SITE CLEARING AND GRUBBING 31 32 11 EROSION AND SEDIMENT CONTROL 31 50 00 EXCAVATION SUPPORT AND PROTECTION 31 63 29 DRILLED PIERS DIVISION 32 – EXTERIOR IMPROVEMENTS 32 11 24 GRADED CRUSHED AGGREGATE BASE 32 11 30 LIME TREATED SUBGRADE 32 12 10 HMAC TACK AND PRIME COATS 32 12 17 HMAC PAVEMENT 32 13 13 CONCRETE PAVEMENT 32 16 13 CURBS AND SIDEWALKS END OF SECTION 000110

  • Elementary School/Cole High School SHW Group Project Nos.: 4512.013.00/ 4512.014.00 Renovations and Addition June 25, 2014 Ft. Sam Houston ISD

    SHEET INDEX 00 01 15 - Page 1 of 2 ©2014 SHW Group Architects | Engineers | Planners

    SECTION 00 01 15 – SHEET INDEX ATHLETIC BUILDING: A141 OVERALL ROOF PLAN AND GENERAL NOTES A311 ROOF DETAILS ELEMENTARY SCHOOL: A141 OVERALL ROOF PLAN AND GENERAL NOTES A311 ROOF DETAILS A312 ROOF DETAILS END OF SECTION 00 01 15

  • Elementary School/Cole High School SHW Group Project Nos.: 4512.013.00/ 4512.014.00 Renovations and Addition June 25, 2014 Ft. Sam Houston ISD

    SHEET INDEX 00 01 15 - Page 2 of 2 ©2014 SHW Group Architects | Engineers | Planners

    -- This page intentionally left blank --

  • Elementary School / Cole High School SHW Group Project No. 4512.013.00 / 4512.014.00 Renovation and Addition June 25, 2014 Ft. Sam Houston ISD

    TABLE OF CONTENTS OF THE ELECTRICAL AND TECHNOLOGY SPECIFICATIONS 00 01 10.07 - 1

    SECTION 00 01 10.07 — TABLE OF CONTENTS OF THE ELECTRICAL AND TECHNOLOGY SPECIFICATIONS

    Note: Project Manual Specification Divisions not containing specification sections prepared by the Electrical Consultant have been omitted for clarity. Refer to Section 00 01 10 — TABLE OF CONTENTS OF THE PROJECT MANUAL for a complete list of specification sections.

    DIVISION 26 — ELECTRICAL

    26 00 10 GENERAL REQUIREMENTS FOR ELECTRICAL SYSTEMS 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 73 OVERCURRENT PROTECTIVE DEVICE COORDINATION AND ARC FLASH HAZARD STUDIES 26 09 23 LIGHTING CONTROL DEVICES 26 09 43 NETWORK LIGHTING CONTROLS 26 22 00 LOW-VOLTAGE TRANSFORMERS 26 24 13 SWITCHBOARDS 26 24 16 PANELBOARDS 26 27 26 WIRING DEVICES 26 28 13 FUSES 26 28 16 ENCLOSED SWITCHES AND CIRCUIT BREAKERS 26 29 13 ENCLOSED CONTROLLERS 26 43 13 SURGE PROTECTION DEVICES 26 51 00 INTERIOR LIGHTING 26 56 00 EXTERIOR LIGHTING 26 9999 ELECTRICAL TESTING

    DIVISION 27 — TECHNOLOGY

    27 01 00 OPERATION AND MAINTENANCE 27 01 11 DEMONSTRATION TRAINING AND WARRANTY 27 05 00 COMMON WORK 27 05 26 GROUNDING AND BONDING 27 05 28 PATHWAYS 27 05 53 IDENTIFICATION 27 11 00 EQUIPMENT ROOMS 27 11 13 ENTRANCE PROTECTION 27 13 13 COPPER BACKBONE 27 13 23 FIBER OPTIC BACKBONE 27 13 33 COAX BACKBONE 27 15 15 CAT 6 COPPER HORIZONTAL CABLING 27 15 33 COAXIAL HORIZONTAL CABLING 27 41 17 INTEGRATED AUDIO-VIDEO SYSTEMS AND EQUIPMENT FOR CLASSROOMS 27 51 16 PUBLIC ADDRESS AND MASS NOTIFICATION SYSTEM 27 51 23 BUILDING PAGING BELL TONES

    DIVISION 28 — ELECTRONIC SAFETY AND SECURITY

    28 31 11 DIGITAL, ADDRESSABLE FIRE ALARM SYSTEM AND MASS NOTIFICATION (High School Only) 27 31 76 INTERIOR FIRE ALARM AND MASS NOTIFICATION SYSTEM (Elementary School Only) END OF SECTION 00 01 10.07

  • Elementary School/Cole High School SHW Group Project Nos.: 4512.013.00/ 4512.014.00 Renovations and Addition June 25, 2014 Ft. Sam Houston ISD SECTION 00 01 15 - DRAWING SHEET INDEX COLE HIGH SCHOOL

    GENERAL G001 PROJECT COVER SHEET G011 DRAWING INDEX AND ABBREVIATIONS G101 CODE REVIEW PLAN STRUCTURAL S001 ABBREVIATIONS, SYMBOLS, AND GENERAL NOTES S002 GENERAL NOTES S111 FIRST FLOOR & ROOF FRAMING PLANS S300 TYPICAL FOUNDATION DETAILS S301 TYPICAL CONCRETE DETAILS S310 CONCRETE BEAM SCHEDULE AND DETAILS S320 TYPICAL MASONRY DETAILS S330 CONCRETE SECTIONS ARCHITECTURAL AS01 ARCHITECTURAL SITE PLAN & STANDOFF REQUIREMENTS AD11 DEMOLITION FLOOR AND ROOF PLAN A001 WALL TO DECK DETAILS A002 TYPICAL STEEL STUD PLAN DETAILS A003 TYPICAL FLASHING DETAILS A004 TYPICAL FLASHING DETAILS A111 OVERALL FLOOR PLAN AND WALL TYPES A211 EXTERIOR ELEVATIONS AND BUILDING SECTIONS A301 EXTERIOR WALL SECTIONS A411 ENLARGED TOILET NOTES, LEGENDS AND PLANS A501 DOOR SCHEDULE, INFO, AND FRAME TYPES A511 HEAD, JAMB, AND SILL DETAILS A611 OVERALL REFLECTED CEILING PLAN AND DETAILS A711 OVERALL EQUIPMENT PLAN, FLOOR PATTERN AND CASEWORK/MILLWORK DETAILS A801 ROOM FINISH AND COLOR SCHEDULES A811 INTERIOR ELEVATIONS A812 INTERIOR ELEVATIONS PLUMBING P001 PLUMBING AND FIRE PROTECTION LEGEND, SYMBOLS AND ABBREVIATIONS P101 CRAWL SPACE & UNDERGROUND PLUMBING PLANS P111 FIRST LEVEL PLUMBING PLAN P141 ROOF LEVEL PLUMBING PLAN P401 PLUMBING RISER DIAGRAMS P501 PLUMBING DETAILS P502 PLUMBING DETAILS P601 PLUMBING SCHEDULES PD101 CRAWL SPACE PLUMBING DEMOLITION PLAN PD111 FIRST LEVEL PLUMBING DEMOLITION PLAN PD141 ROOF LEVEL PLUMBING DEMOLITION PLAN MECHANICAL M001 MECHANICAL LEGEND, SYMBOLS AND ABBREVIATIONS M111 FIRST LEVEL MECHANICAL PLAN M141 ROOF LEVEL SHEET METAL PLAN M211 FIRST FLOOR HVAC PIPING PLAN. M301 ENLARGED MECHANICAL PLAN M401 MECHANICAL DIAGRAMS

  • Elementary School/Cole High School SHW Group Project Nos.: 4512.013.00/ 4512.014.00 Renovations and Addition June 25, 2014 Ft. Sam Houston ISD M501 MECHANICAL DETAILS M502 MECHANICAL DETAILS M601 MECHANICAL SCHEDULES M701 TEMPERATURE CONTROLS LEGEND M702 CONTROLS DIAGRAM M703 CONTROLS DIAGRAM M704 CONTROLS DIAGRAM M705 DDC/BAS SYSTEM ARCHITECTURE MD111 FIRST LEVEL SHEET METAL DEMOLITION PLAN MD141 ROOF LEVEL SHEET METAL DEMOLITION PLAN ELECTRICAL E001 ELECTRICAL LEGENDS, ABBREVIATIONS AND SYMBOLS E002 TECHNOLOGY LEGENDS, ABBREVIATIONS AND SYMBOLS E003 ELECTRICAL COMPOSITE PLAN E111 FIRST LEVEL LIGHTING PLAN E211 FIRST LEVEL POWER & AUXILIARY PLAN E401 ONE LINE DIAGRAM E411 PANEL SCHEDULES E501 ELECTRICAL DETAILS E502 TECHNOLOGY DETAILS E601 LIGHTING FIXTURE SCHEDULE AND DETAILS ED111 FIRST LEVEL ELECTRICAL DEMOLITION PLAN FIRE FA101 FIRST LEVEL FIRE ALARM PLAN FD111 FIRST LEVEL FIRE PROTECTION DEMOLITION PLAN FP111 FIRST LEVEL FIRE PROTECTION PLAN & DETAILS

    FT. SAM HOUSTON ELEMENTARY SCHOOL

    GENERAL G001 PROJECT COVER SHEET G011 DRAWING INDEX AND ABBREVIATIONS G101 CODE REVIEW PLAN G201 CONSTRUCTION PHASING PLANS CIVIL C001 GENERAL NOTES CD01 CIVIL DEMOLITION PLAN C101 GRADING PLAN C201 UTILITY PLAN C301 CIVIL DETAILS C310 CIVIL DETAILS C401 SWPP C410 SWPP DETAILS ARCHITECTURAL AS01 ARCHITECTURAL SITE AND STAGING PLAN AS02 ARCHITECTURAL SITE DETAILS AD10 OVERALL DEMOLITION PLAN AD11 DEMOLITION PLAN - AREA A AD12 DEMOLITION PLAN - AREA B A001 WALL TO DECK DETAILS (CMU VERTICAL SPANS) A002 TYPICAL CMU PLAN DETAILS AND CONTROL JOINTS A003 WALL TO DECK AND TYPICAL DETAILS - STEEL STUDS

  • Elementary School/Cole High School SHW Group Project Nos.: 4512.013.00/ 4512.014.00 Renovations and Addition June 25, 2014 Ft. Sam Houston ISD A004 WALL TYPES A005 TYPICAL FLASHING DETAILS A006 TYPICAL FLASHING DETAILS A007 TYPICAL FLASHING DETAILS A110 OVERALL FLOOR PLAN A111 FLOOR PLAN - AREA A A112 FLOOR PLAN - AREA B A113 FLOOR PLAN AREA C - ALTERNATE 1 A121 CLERESTORY FLOOR PLAN A141 OVERALL ROOF PLAN AND GENERAL NOTES A201 EXTERIOR ELEVATIONS A202 EXTERIOR ELEVATIONS A211 BUILDING SECTIONS A301 EXTERIOR WALL SECTIONS AND SECTION DETAILS A302 EXTERIOR WALL SECTIONS AND SECTION DETAILS A303 EXTERIOR WALL SECTIONS AND SECTION DETAILS A311 ROOF DETAILS A312 ROOF DETAILS A321 SECTION DETAILS A322 SECTION AND PLAN DETAILS A323 PLAN DETAILS A401 ENLARGED TOILET NOTES, LEGENDS AND PLANS A411 STAIR, RAMP, HANDRAIL AND GUARDRAIL DETAILS A501 DOOR SCHEDULE, INFO, AND FRAME TYPES A511 HEAD, JAMB AND SILL DETAILS A512 HEAD, JAMB AND SILL DETAILS A610 OVERALL REFLECTED CEILING PLAN A631 CEILING DETAILS A710 FIRST FLOOR CASEWORK/MILLWORK, FLOOR PATTERN, EQUIPMENT PLAN A721 ENLARGED TYP FINISH FLOOR PLANS AND FINISH DETAILS A801 FINISH SCHEDULES AND COLOR SCHEDULES A811 INTERIOR ELEVATIONS A812 INTERIOR ELEVATIONS - ALT #2 A821 CASEWORK PLANS, ELEVATIONS & SECTIONS A822 CASEWORK PLANS, ELEVATIONS, & SECTIONS MECHANICAL M001 MECHANICAL LEGEND, SYMBOLS AND ABBREVIATIONS M111 FIRST LEVEL SHEET METAL PLAN - AREA A M112 FIRST LEVEL SHEET METAL PLAN - AREA B M141 ROOF LEVEL SHEET METAL PLAN M211 FIRST LEVEL HVAC PIPING PLAN - AREA A M212 FIRST LEVEL HVAC PIPING PLAN - AREA B M301 ENLARGED MECHANICAL PLANS AND SECTIONS M302 AIR HANDLING UNITS LAYOUTS AND SECTIONS M401 MECHANICAL DIAGRAMS M501 MECHANICAL DETAILS M502 MECHANICAL DETAILS M503 MECHANICAL DETAILS M504 MECHANICAL DETAILS M601 MECHANICAL SCHEDULES M602 MECHANICAL SCHEDULES M701 TEMPERATURE CONTROLS LEGEND M702 CONTROLS DIAGRAM M703 CONTROLS DIAGRAM M704 CONTROLS DIAGRAM

  • Elementary School/Cole High School SHW Group Project Nos.: 4512.013.00/ 4512.014.00 Renovations and Addition June 25, 2014 Ft. Sam Houston ISD M705 CONTROLS DIAGRAM M706 CONTROLS DIAGRAM M707 CONTROLS DIAGRAM M708 CONTROLS DIAGRAM M709 DDC/BAS SYSTEM ARCHITECTURE MD112 DEMOLITION MECHANICAL PLAN - AREA B ELECTRICAL E001 ELECTRICAL LEGENDS, ABBREVIATIONS AND SYMBOLS E002 TECHNOLOGY LEGENDS, ABBREVIATIONS AND SYMBOLS E003 ELECTRICAL COMPOSITE PLAN E101 CRAWL SPACE ELECTRICAL PLANS E111 FIRST LEVEL LIGHTING PLAN - AREA A E112 FIRST LEVEL LIGHTING PLAN - AREA B E211 FIRST LEVEL POWER & AUXILIARY PLAN - AREA A E212 FIRST LEVEL POWER & AUXILIARY PLAN - AREA B E401 ELECTRICAL ONE-LINE DIAGRAM E411 ELECTRICAL PANEL SCHEDULES E412 ELECTRICAL PANEL SCHEDULES E501 ELECTRICAL DETAILS E502 TECHNOLOGY DETAILS E503 ELECTRICAL DETAILS E601 LIGHTING FIXTURE SCHEDULE ED111 FIRST LEVEL ELECTRICAL DEMOLITION PLAN - AREA A ED112 FIRST LEVEL ELECTRICAL DEMOLITION PLAN - AREA B ED113 FIRST LEVEL ELECTRICAL DEMOLITION PLAN - EXISTING BLDG PLUMBING P001 PLUMBING AND FIRE PROTECTION LEGENDS, SYMBOLS AND ABBREVIATIONS P101 CRAWL SPACE PLUMBING PLAN - AREA A P102 CRAWL SPACE PLUMBING PLANS - AREA B P111 FIRST LEVEL PLUMBING PLAN - AREA A P112 FIRST LEVEL PLUMBING PLAN - AREA B P141 ROOF LEVEL PLUMBING PLAN P402 DOMESTIC WATER AND NATURAL GAS RISER DIAGRAMS P501 PLUMBING DETAILS P601 PLUMBING SCHEDULES PD101 CRAWL SPACE PLUMBING DEMOLITION PLAN PD111 FIRST LEVEL DEMOLITION PLUMBING PLAN - AREA A PD112 FIRST LEVEL DEMOLITION PLUMBING PLAN - AREA B FIRE FA101 FIRST LEVEL FIRE ALARM SYSTEM - AREA A FA102 FIRST LEVEL FIRE ALARM SYSTEM - AREA B FA103 FIRST FLOOR EXISTING BUILDING FIRE ALARM PLAN FA104 FIRST LEVEL FIRE ALARM PLAN FA501 FIRE ALARM DETAILS FD111 FIRE PROTECTION DEMOLITION PLAN - AREA B FP111 FIRST LEVEL FIRE PROTECTION PLAN - AREA A FP112 FIRST LEVEL FIRE PROTECTION PLAN - AREA B FP501 FIRE PROTECTION DETAILS AND SCHEDULES

  • Elementary School/ Cole High School SHW Group Project Nos.: 4512.013.00/4512.014.00Renovations and Addition June 25, 2014Ft. Sam Houston ISD

    TABLE OF CONTENTS OF MECHANICAL AND PLUMBING SPECIFICATIONS 00 01 10.05 and 00 01 10.06 - 1

    SECTION 00 01 10.05 and 00 01 10.06 — TABLE OF CONTENTS OF THE MECHANICAL AND PLUMBINGSPECIFICATIONS

    Note: Project Manual Specification Divisions not containing specification sections prepared by the MechanicalConsultant have been omitted for clarity. Refer to Section 00 01 10 — TABLE OF CONTENTS OF THE PROJECTMANUAL for a complete list of specification sections.

    DIVISION 20 —COMMON

    20 05 00 COMMON WORK RESULTS20 05 13 COMMON MOTOR REQUIREMENT FOR EQUIPMENT20 05 14 VARIABLE FREQUENCY DRIVES20 05 16 EXPANSION FITTINGS AND LOOPS FOR PIPING20 05 19 METERS AND GAGES20 05 23 GENERAL-DUTY VALVES FOR PIPING20 05 29 HANGERS AND SUPPORTS20 05 33 HEAT TRACING20 05 48 VIBRATION CONTROLS20 05 53 MECHANICAL IDENTIFICATION20 05 93 TESTING, ADJUSTING AND BALANCING FOR HVAC20 07 00 MECHANICAL INSULATION20 08 00 COMMISSIONING

    DIVISION 21 —FIRE PROTECTION

    21 11 10 FACILITY FIRE-SUPPRESSION WATER-SERVICE PIPING21 13 13 WET-PIPE SPRINKLER SYSTEMS

    DIVISION 22 —PLUMBING

    22 11 16 DOMESTIC WATER PIPING22 11 19 DOMESTIC WATER PIPING SPECIALTIES22 11 23 DOMESTIC WATER PUMPS22 13 16 SANITARY WASTE AND VENT PIPING22 13 19 SANITARY WASTE PIPING SPECIALTIES22 34 00 FUEL FIRED DOMESTIC WATER HEATERS22 42 00 COMMERCIAL PLUMBING FIXTURES22 45 00 EMERGENCY PLUMBING FIXTURES22 47 00 DRINKING FOUNTAINS & ELECTRIC WATER COOLERS

    DIVISION 23 —HVAC

    23 09 00 INSTRUMENTATION AND CONTROL FOR HVAC23 11 23 FACILITY NATURAL GAS PIPING23 21 13 HYDRONIC PIPING23 21 16 HYDRONIC PIPING SPECIALTIES23 21 23 HYDRONIC PUMPS23 23 00 REFRIGERANT PIPING23 25 00 HVAC WATER TREATMENT23 31 13 METAL DUCTS23 33 00 AIR DUCT ACCESSORIES23 34 23 HVAC POWER VENTILATORS23 36 00 AIR TERMINAL UNITS23 37 13 DIFFUSERS, REGISTERS AND GRILLES23 37 23 HVAC GRAVITY VENTILATORS

  • Elementary School/ Cole High School SHW Group Project Nos.: 4512.013.00/4512.014.00Renovations and Addition June 25, 2014Ft. Sam Houston ISD

    TABLE OF CONTENTS OF MECHANICAL AND PLUMBING SPECIFICATIONS 00 01 10.05 and 00 01 10.06 - 2

    23 41 00 PARTICULATE AIR FILTRATION23 51 00 BREECHINGS, CHIMNEYS, AND STACKS23 52 16 CONDENSING BOILERS23 55 33 FULE- FIRED UNIT HEATERS23 64 23 SCROLL WATER CHILLERS23 73 13 MODULAR INDOOR CENTRAL-STATION AIR-HANDLING UNITS23 81 26 SPLIT-SYSTEM AIR-CONDITIONERS23 82 41 WALL AND CEILING ELECTRIC UNIT HEATERS

    END OF SECTION 00 01 10.05 and 00 01 10.06

  • INSTRUCTIONS TO OFFERORS 00 21 13 Page 1 of 39

    REQUEST FOR COMPETITIVE SEALED PROPOSALSFOR SELECTION OF A GENERAL CONTRACTOR

    FOR RENOVATION AND ADDITION TOFT. SAM HOUSTON ELEMENTARY SCHOOL

    &RENOVATION AT

    COLE HIGH SCHOOL

    FOR THE

    FT. SAM HOUSTON INDEPENDENT SCHOOL DISTRICT

    ARCHITECT

    SHW Group now STANTEC

    Stantec Architecture Inc.1344 South Flores Street Suite 201

    San Antonio TX 78204-1672Tel: (210) 223-9588Fax: (210) 223-9589

    JUNE 25, 2014

  • Elementary School/Cole High School SHW Group Project Nos.: 4512.013.00/ 4512.014.00Renovations and Addition June 25, 2014Ft. Sam Houston ISD

    INSTRUCTIONS TO OFFERORS 00 21 13 Page 2 of 39

    INSTRUCTIONS TO OFFERORS

    Article I. Nature of Project:

    1. General Information. The Ft. Sam Houston Independent School District (hereafter called the"Owner" or “District” or “FSHISD”) will receive Competitive Sealed Proposals for constructionservices in connection with the following project:

    FOR RENOVATION AND ADDITION TOFT. SAM HOUSTON ELEMENTARY SCHOOL

    &RENOVATION AT

    COLE HIGH SCHOOL

    (hereafter collectively called the "Project") in accordance with the Drawings, Specifications, andother Contract Documents dated June 25, 2014 (“Drawings and Specifications”) and prepared bySHW Group now STANTEC (hereafter called "Architect"). This Request for Competitive SealedProposals (“RCSP”) is the only step for selecting a General Contractor for the various Projects asprovided by Texas Government Code Chapter 2267, Subchapter D. The RCSP provides theinformation necessary to prepare and submit Competitive Sealed Proposals for consideration andranking by the Owner.

    Offerors shall submit a proposal for the Project (Attachment A-1) as a single proposal indicating aproposal for the Base Bid with listed Alternates.

    Owner intends to award a contract for construction to one Contractor.

    Each Offeror’s proposals will be will be evaluated against others proposing on the Projects. Theevaluation in each case will be based upon the criteria and weight of criteria listed herein. TheOwner may select the Proposal that offers the “best value” for the District based on the publishedselection criteria and relative weight of criteria, and on its ranking evaluation.

    Based on its ranking, the Owner may first attempt to negotiate a contract with the selected Offeror.The Owner may discuss with the selected Offeror options for a scope or time modification and anyprice change associated with the modification. If the District is unable to reach a contract with theselected Offeror, the District may formally end negotiations with that Offeror and proceed to the next“best value” Offeror for the Project in the order of the selection ranking until a contract is reached orall proposals are rejected.

    2. General Project Descriptions.

    BASE BID 1: RENOVATION AND ADDITION TO FT. SAM HOUSTON ELEMENTARY SCHOOL –APPROXIMATELY 6,790 SQUARE FEET OF RENOVATION AREA AND 19,559 SQUARE FEET OFBUILDING ADDITION. Work includes renovation of existing administrative areas, cafeteria (notKitchen area); Addition to the elementary school to include classrooms, support offices andexpansion of the stage area at the cafeteria; Additional work will include fire sprinkler, massnotification, HVAC, security, new windows, asbestos abatement. New window installation willrequire adherence to Federal government design standards of Anti-Terrorism Force Protectionguidelines.

    BASE BID 2: RENOVATION OF FORMER CAFETERIA SPACE INTO CLASSROOMS –APPROXIMATELY 8,418 SQUARE FEET. Former cafeteria space at Cole High School will be

  • Elementary School/Cole High School SHW Group Project Nos.: 4512.013.00/ 4512.014.00Renovations and Addition June 25, 2014Ft. Sam Houston ISD

    INSTRUCTIONS TO OFFERORS 00 21 13 Page 3 of 39

    renovated to add two classrooms, Art Room, Life Skills Area and renovation of existingMedical Clinic.

    ALTERNATES

    Alternate 1 – Window Replacement at Ft. Sam Houston Elementary School:Replacement of existing windows with new windows and structuralupgrades/reinforcements to accommodate the new windows. New windows andstructural upgrades/reinforcement will require adherence to the federal governmentdesign standards of Anti-Terrorism Force Protection guidelines. Refer to drawings forextent of work.

    Alternate #1 also includes the asbestos abatement associated with the replacementof the windows noted above

    The current estimated construction budget for the Base Bid and the Alternates is

    Base Bid 1: $6,500,000.00Base Bid 2: $1,750,000.00Alternate 1: $975,000.00Total: $9,225,000.00.

    The Projects are all more fully described in the Contract Documents and Specificationsavailable from the Architects.

    3. Points-of-Contact. The Owner designates the following person as its Architect’s representativeregarding the Construction Drawings and Specifications:

    SHW Group now STANTECAttention: Edward J. Rodriguez, AIA1344 South Flores, Suite 201San Antonio, Texas 78204Telephone: 210-222-9588E-mail: [email protected]

    Offerors shall restrict all contact with the Owner and direct all questions regarding this RCSP,including questions regarding terms and conditions, to the Architects specified above. Do notcontact members of the Board of Trustees or other employees of the Ft. Sam HoustonIndependent School District. Contact with any of these prohibited individuals after issuanceof the RCSP and before selection is made, may result in disqualification of your proposal.

    4. Project Planning Schedule. Time is of the essence. The Projects must be SubstantiallyComplete on or before June 30, 2015, except as such date may be extended by delays approvedby Owner in accordance with the terms of the Contract Documents governing the construction ofthe Projects. The following anticipated dates are for planning purposes only. The contractual datesrequired by the Owner of the “best value” Offeror will be identified in the executed Agreement.

    Construction Documents Available June 26, 2014 at 3:00pmPre-proposal Conference July 8, 2014 at 10:00amDeadline for Submission of Proposals July 24, 2014 at 2:30pmSubstantial Completion of All Projects June 30, 2015

    5. Access To Project Site On Ft. Sam Houston. The projects are located on Ft. Sam Houston,located in San Antonio, TX. This is a federal military installation. Strict adherence to rules andguidelines when accessing and working on the military installation is required. Each Offeror is

  • Elementary School/Cole High School SHW Group Project Nos.: 4512.013.00/ 4512.014.00Renovations and Addition June 25, 2014Ft. Sam Houston ISD

    INSTRUCTIONS TO OFFERORS 00 21 13 Page 4 of 39

    encouraged to be familiar with access requirements and with working requirements on a federalmilitary installation

    6. Attendance at the Pre-Proposal Conference.

    Access to Pre-Proposal Conference is through the Winans Road Gate.

    From Harry Wurzbach Road, turn east onto Winans Road. At the stop sign, go straighttoward guard post. Vehicle driver and all passengers must have valid photo identification;vehicle registration and inspection decals must be current. Proceed east on Winans Road.

    Turn left into parking lot adjacent to the Ft. Sam Houston ISD (FSHISD) AdministrativeOffices. The meeting will be held in the Professional Development Center immediatelybehind the Administrative Office.

    FSHISD vehicles will be used to transport proposers to the Elementary School site. Providethe names of the company representatives via email to Julie Novak at [email protected] nolater than 2:00pm on Monday, July 7, 2014.

    Access to the Cole High School project site will not require proposers to be transported

    Article II. Form of Proposals:

    1. Proposals must be submitted in a 3-ring binder enclosed in a sealed opaque envelope plainlymarked:

    RFP for CONSTRUCTIONFOR RENOVATION AND ADDITION TO

    FT. SAM HOUSTON ELEMENTARY SCHOOL&

    RENOVATION ATCOLE HIGH SCHOOL

    and shall bear the name and address of the Offeror. All proposals must be received at the Officesof SHW Group now STANTEC, located at 1344 South Flores Suite 201, San Antonio, Texas 78204,no later than on or before 2:30 PM on Thursday July 24, 2014. Immediately following thisdeadline, the District will publically open the proposals and read aloud the names of the Offerorsand the prices stated in their respective proposals. Proposals submitted prior to the above time anddate may be modified provided such modifications are sealed and received at the designatedlocation, prior to the time and date set for submission of proposals. Proposals received after thedeadline will not be accepted and will be returned unopened to the Offeror.

    2. To achieve a uniform review process and obtain the maximum degree of comparability, it isrequired that proposals be organized in the manner specified. Three (3) sets of the proposalresponses are required. The presentation must have one (1) original set. This original set shouldbe labeled ORIGINAL and contain original signatures, preferably in blue ink. The remaining setsare to be labeled COPY.

    3. The proposal shall be submitted in the order and manner set forth below:

    A. MONETARY PRICE PROPOSAL. Provide a Stipulated Sum Price Proposal for all labor,services, materials, tools, equipment, and supervision necessary for final completion ofconstruction of the Project in accordance with the Project Schedule, Contract Documents(including General Conditions of the Contract), Drawings and Specifications, Addenda andother Construction Documents provided. Offeror’s Proposal shall include no amount for salesor use taxes for which District is exempt. Such taxes shall not be reimbursable costs. Offeror

  • Elementary School/Cole High School SHW Group Project Nos.: 4512.013.00/ 4512.014.00Renovations and Addition June 25, 2014Ft. Sam Houston ISD

    INSTRUCTIONS TO OFFERORS 00 21 13 Page 5 of 39

    shall use the Monetary Proposal Forms attached hereto as RCSP Attachment A-1 of itsMonetary Proposals.

    B. OFFEROR QUESTIONNAIRE: Complete, sign and submit the Offeror Questionnaire,RCSP Attachment B.C. FELONY CONVICTION NOTIFICATION: Complete, sign and submit the FelonyConviction Notification Form, RCSP Attachment C.D. NON-COLLUSION AFFIDAVIT: Complete and submit the Non-Collusive Affidavit of PrimeOfferor, RCSP Attachment D.E. BID SECURITY. Submit Bid Security Documents as required by Article III of this Requestfor Competitive Sealed Proposals.

    F. CONFLICT OF INTEREST QUESTIONNAIRE. Chapter 176 of the Texas LocalGovernment Code requires that persons, or their agents, who seek to contract for the sale orpurchase of property, goods, or services with FSHISD shall file a completed Conflict ofInterest Questionnaire (CIQ) with the District. The CIQ should be submitted as part of theProposer’s response to this RCSP. The CIQ is available from the Texas Ethics Commission atwww.ethics.state.tx.us. Please consult your own legal advisor if you have questions regardingthe statute or form.

    G. SIGNATURE PAGE: Complete, sign and submit Signature Page, RCSP Attachment E.The Signature Page must be signed by a person, or persons, authorized to bind the entity, orentities, submitting the proposal. Proposals signed by a person other than an officer of thecompany or partner of the firm shall be accompanied by evidence of authority.

    4. Offerors are expected to examine this RCSP carefully, understand the terms and conditionsfor providing the services listed herein and respond completely. FAILURE TO COMPLETE ANDPROVIDE ANY OF THE ABOVE ITEMS MAY RESULT IN THE OFFEROR’S PROPOSAL BEINGDEEMED NON-RESPONSIVE AND THEREFORE DISQUALIFIED FROM CONSIDERATION.

    5. No Proposal, or modification to a Proposal, shall be made orally or by telephone, e-mail, or byfacsimile transmission ("fax").

    6. A proposal may be withdrawn by written or telegraphic request received by Owner prior to thetime fixed for opening. Two (2) signed copies of any such telegraphic withdrawal should beforwarded immediately to Owner in a sealed opaque envelope properly marked to identify thecontents. Faxed proposals, bid bonds, etc., are not acceptable.

    7. All proposals shall be computed exclusive of the Texas Sales Tax; that is, such tax shall notbe added to the amount offered for the construction of the Project.

    8. Owner reserves the right to request supplemental information of any and all Offerors to aid theOwner in the evaluation process.

    Article III. Bid Security.

    1. Offeror must submit a certified or cashier’s check or proposal bond, in the amount of in theamount of Five Percent (5%) of the Offeror’s Monetary Price Proposal, made payable to the Ft.Sam Houston Independent School District.

    2. If a proposal bond is provided it must be executed by a corporate surety acceptable to theDistrict, which is licensed pursuant to the Texas Insurance Code and listed on the United StatesDepartment of the Treasury’s Listing of Approved Sureties (Dept Circular 570). The Proposal Bondmust be valid for forty-five (45) days following the deadline for submission of proposals; must be

  • Elementary School/Cole High School SHW Group Project Nos.: 4512.013.00/ 4512.014.00Renovations and Addition June 25, 2014Ft. Sam Houston ISD

    INSTRUCTIONS TO OFFERORS 00 21 13 Page 6 of 39

    conditioned upon the Contractor entering into the Contract in writing with the Owner in accordancewith terms of the proposal, and furnishing such bonds and other instruments as may be specified inthe Contract Documents with good and sufficient Surety for the faithful performance of suchContract and for the prompt payment of labor and material furnished in the prosecution thereof;must be accompanied by an original signed and notarized Power-of-Attorney bearing the seal of theissuing surety company; and reflect that the signatory to the bond is a designated Attorney-in-Fact.

    3. Time is of the essence, and the award of the contract to the successful Offeror is expresslyconditioned upon (i) the Offeror’s execution and delivery of the contract, and delivery of all requiredpayment and performance bonds and evidence of insurance, within ten (10) calendar days after thesuccessful Offeror is notified of the acceptance of its proposal, and (ii) the Offeror’s timely fulfillmentof any and all other preconditions expressly set forth in the Contract Documents. Should theOfferor fail to timely execute and deliver the contract, required bonds, evidence of insurance, or failto timely fulfill any other such preconditions, the Owner may, at its option and discretion, withoutreleasing, impairing or affecting its right to receive the security as damages for such failure, rescindthe award and thereafter negotiate with and award the contract to the next ranked Offeror, or mayreject all Proposals.

    4. All bid security will be returned or released at such time as the Construction Contract hasbeen executed by the successful Offeror. However, if Owner fails to accept any proposal withinthirty (30) days after the date scheduled for opening of proposal and an Offeror withdraws hisproposal, his security shall also be returned.

    Article IV. Selection Criteria and Weight of Criteria

    1. The District will select a construction contractor from the Offerors to this request for proposals,or reject all proposals. Pursuant to Texas Government Code Chapter 2267, Subchapter D, and§2267.055, the District will rank the proposals based on the following criteria and relative weights:

    WEIGHT CRITERIA40% Price25% Experience with Similar Projects and Reputation of Offeror and Quality of

    Services10% Offeror’s Follow-up on Project Closeout, Warranty and Corrective Work5% Offeror’s demonstrated ability to deliver projects on time and within budget20% Offeror’s Project Personnel, Resources and Financial Stability.

    2. All responses in the proposal may be used to help the District select a contractor based onthese criteria. The District reserves the right to verify the accuracy and completeness of allresponses by utilizing any information available to the District without regard to whether suchinformation appears in the proposal.

    3. In submitting its proposal, the Offeror agrees and understands that the Owner shall not beobligated to award a construction contract for this Project strictly on the basis of the lowestmonetary offer proposed.

    4. By submission of his Proposal, the Offeror also agrees to waive all rights to claims against theDistrict, or persons authorized by the District, including the Architects, for any damages whatsoeverarising from the Owner’s or said person’s evaluation of the Offeror’s proposal and/or qualificationsto perform this specific project.

    5. If required by the Owner after the receipt of competitive sealed proposals, additional projectcost modifications may be requested for further negotiations.

  • Elementary School/Cole High School SHW Group Project Nos.: 4512.013.00/ 4512.014.00Renovations and Addition June 25, 2014Ft. Sam Houston ISD

    INSTRUCTIONS TO OFFERORS 00 21 13 Page 7 of 39

    6. Note: Texas Public Information Act: During the course of the selection process, theproposals are exempt from disclosure to the public under the Texas Public Information Act,because they contain information that, if released, would give advantage to a competitor or bidder.The proposals will however, upon the award of the contract, become a public record; and therefore,subject to disclosure to any person who makes a proper request for review of the documents.Some of the information you may provide in your proposals will contain commercial or financialinformation which are privileged or confidential by statute, or which you feel may cause substantialcompetitive harm to your business if disclosed by the District to a third-party even after the award.You may be entitled to protect this information at the time the request is made for disclosure;however, you will need to consult your legal counsel to assure that this kind of information, ifincluded, is properly marked as confidential prior to submission. Wholesale marking of your entireproposal “Confidential” or “Proprietary” will not be effective.

    Article V. Examination of Contract Documents and Site:

    1. Construction Drawings and Specifications which are incorporated by reference in this RCSPwill be maintained on file at the offices of the Architects, where they may be inspected duringregular business hours without charge.

    2. A complete set of Contract Documents may be temporarily borrowed from the Architectsoffices upon deposit of One Hundred Dollars ($100.00) for EACH SET. No partial sets of ContractDocuments will be provided. The deposit will be refunded in full upon return of the complete set ofdocuments in good condition within ten (10) days after the submission deadline. Checks for suchdeposit should be made payable to: Ft. Sam Houston Independent School District. Shipping costs,if any, shall be borne by the prospective Offeror. The One Hundred Dollar ($100) deposit is notrequired if the Offeror currently has a deposit on file with SHW Group for the previous Ft. SamHouston District Wide Improvements Project.

    3. If any Offeror is in doubt as to the meaning of any part of the Drawings, Specifications, orother Contract Documents, or if Offeror discovers what he or she considers to be a discrepancy,omission or conflict in such Contract Documents, Offeror shall immediately call the Architectsattention to same by written notice or request for an interpretation of same. If such written notice orrequest is delivered to the Architects prior to 72 hours before the deadline for receipt of Proposals,the Architects shall issue a written addendum, forwarded to all persons who, to the knowledge ofthe Architects, are prospective Offerors setting out any corrections to such Contract Documents orthe Architects interpretation thereof, as the case may be. Any opinion expressed by Architects ininterpreting the Contract Documents shall not be binding upon Owner, nor does Architects warrantthat the Owner will accept his interpretation of such documents.

    4. Each Offeror, before submitting his Proposal, shall fully examine and acquaint himself with theContract Documents and the site of the proposed Project. Offeror shall make such investigationsas he or she may deem necessary to fully inform himself of the existing conditions, facilities,difficulties, restrictions and requirements incident to completion of the Project under the terms of theContract.

    5. Failure of the Offeror to acquaint himself or herself adequately with the site and suchconditions, facilities, difficulties, restrictions and requirements will not relieve Offeror of its obligationto perform the entire Contract at the price set forth in this proposal.

    Article VI. Contract Documents, Drawings and Specifications.

    1. The form of Construction Contract utilized for this Project shall be the Standard Form ofAgreement Between Owner and Contractor where the basis of payment is a Stipulated Sum, AIADocument A101-2007, as amended by Owner attached hereto as Appendix A-1; the GeneralConditions of the Contract for Construction, AIA Document A201-2007, as modified by the Owner,

  • Elementary School/Cole High School SHW Group Project Nos.: 4512.013.00/ 4512.014.00Renovations and Addition June 25, 2014Ft. Sam Houston ISD

    INSTRUCTIONS TO OFFERORS 00 21 13 Page 8 of 39

    attached hereto as Appendix A-2 and the Plans and Specifications prepared by the DesignArchitects referenced therein.

    Article VII. Addenda.

    1. Changes in or official interpretations of the Contract Documents will be made only by writtenaddenda. Receipt of all addenda issued by Architects shall be acknowledged in each Offeror’sproposal, and shall constitute a part of the final contract. It is the duty of each Offeror to obtain anyand all addenda and failure of an Offeror to receive any addendum will not release him from anyobligation under his Proposal. However, if any Offeror fails to receive any addendum, and his offeris otherwise determined to represent the best value to the Owner, the contract may be awarded tohim and the changes in the work set out in the addendum will be incorporated into the contract by achange order, with a corresponding adjustment in the contract price to be made as provided in theGeneral Conditions of the Contract.

    Article VIII. Award of Contract:

    1. Owner reserves the right to reject any or all Proposals. There will be no contractualobligations on the part of the Owner to any Offeror, nor will any Offeror have any property interestor other right in the contract or Work being proposed unless and until the contract is unconditionallyexecuted and delivered by all parties, and all conditions to be fulfilled by the Offeror have eitherbeen so fulfilled by the Offeror or waived in writing by the Offeror or waived in writing by the Owner.

    2. On the proposal due date, the District will receive, publicly open, and read aloud the names ofthe Offerors and any monetary proposals made by the Offerors. Within a reasonable time, not toexceed forty five (45) days after the date of opening the proposals, the District will select the Offerorthat submits the proposal that offers the best value for the District based on the selection criteria inthe request for proposal and the weighted value for those criteria in the request for proposal and itsranking evaluation.

    3. Thereafter, the District representatives will attempt to negotiate an agreement with theselected Offeror. During such negotiation, the District representatives and its Architects orArchitects may discuss with the selected Offeror options for a scope or time modification and anyprice change associated with the modification. If the District is unable to negotiate a contract withthe first selected Offeror, the District will, formally and in writing, end negotiations with that Offerorand proceed to the next Offeror in the order of the selection ranking until a contract is reached or allproposals are rejected.

    4. Upon reaching an agreement as to the terms of the Contract with the selected Offeror, theDistrict representatives will make a recommendation to the Board of Trustees that it enter into acontract with the selected Offeror.

    5. If the agreement and the selected Offeror is approved by the Board of Trustees, the selectedOfferor shall, within ten (10) days after notice that its proposal has been accepted execute thenegotiated contract for construction with the Owner and shall furnish the Performance and PaymentBonds described below, in forms acceptable to the Owner.

    Article IX. Performance and Payment Bonds:

    1. As a political sub-division of the state, the District is required to obtain both performance andpayment bonds. Performance bonds are required when the entire transaction (both original amount

  • Elementary School/Cole High School SHW Group Project Nos.: 4512.013.00/ 4512.014.00Renovations and Addition June 25, 2014Ft. Sam Houston ISD

    INSTRUCTIONS TO OFFERORS 00 21 13 Page 9 of 39

    and the total of all changes, updates and additions) total over $100,000. Payment bonds arerequired when the entire transaction (both original amount and the total of all charges, updates andadditions) total over $25,000. Neither bond is required to be submitted with the original proposalsubmission; however, the Selected Offeror will be required to furnish a Performance Bond and/or aPayment Bond, as applicable, on forms acceptable to the Owner, at the time of execution of theConstruction Contract and shall include the premium for such bonds in his or her monetaryproposal.

    2. Such bonds must be written by a Company, or companies, acceptable to and approved byOwner. Owner will not accept a bond written by any company which does not meet all of thefollowing requirements:

    a. The bond must be executed by a corporate surety or corporate sureties duly authorizedand admitted to do business in the State of Texas and licensed by the State of Texas to issuesurety bonds.

    b. The surety or sureties executing such bond must be listed in the most current issue ofthe U.S. Department of Treasury Circular 570 (hereinafter called "Circular 570") as anacceptable surety to execute bonds for federal projects.

    c. The amount for which the bond is written shall not exceed the underwriting limitationprescribed by Circular 570 for the surety or sureties executing such bond.

    Article X. Wage Scale:

    1. The construction of this Project is subject to Chapter 2258 of the Texas Government Code.Among other things, this Chapter provides that it shall be mandatory for a Contractor, and upon anysubcontractor under him, to pay not less than the prevailing rates of per diem wages in the localityat the time of construction to all laborers, workmen, and mechanics employed by them in theexecution of the contract.

    2. In accordance therewith, the Owner has established a scale of prevailing wages which isattached as RCSP Appendix B, and not less than this established scale must be paid on theProject. Any workers not included in the schedule shall be properly classified and paid not lessthan the rate of wages prevailing in the locality of the work at the time of construction.

    Article XI. Insurance and Indemnity:

    1. If selected, Offeror will be required to comply with the following Insurance and IndemnificationRequirements below:

    a. Insurance: The Agreement which the successful Offeror will asked to enter into willcontain a requirement that it shall provide and maintain certain insurance as required byDistrict, including, but not limited to general liability, automobile liability, and workers=compensation insurance. Such insurance shall be written for not less than the limits set out inthe General Conditions of the Contract for Construction, AIA Document A201-2007 asamended by the Owner attached hereto as RCSP Appendix A-2, or greater if required bylaw, and will comply with the requirements stated therein.

    b. Indemnification. The Agreement which the successful Offeror will be asked to enter intowill contain the Indemnity provisions in the General Conditions of the Contract forConstruction, AIA Document A201-2007 as amended by the Owner attached hereto as RCSPAppendix A-2,These provisions relating to indemnification of the Owner constitute non-negotiable portions of the Agreement.

  • Elementary School/Cole High School SHW Group Project Nos.: 4512.013.00/ 4512.014.00Renovations and Addition June 25, 2014Ft. Sam Houston ISD

    INSTRUCTIONS TO OFFERORS 00 21 13 Page 10 of 39

    Article XI. Independent Contractor:

    1. Offeror agrees and understands that, if selected, it and all persons designated by it to provideservices in connection with a contract shall be deemed to be independent contractor(s), responsiblefor their respective acts or omissions, and that District shall in no way be responsible for Offeror’sactions, and that none of the parties hereto will have authority to bind the others or to hold out tothird parties, that it has such authority.

    Article XII. Criminal Background Checks:

    1. Criminal History Record Information. If Consultant is awarded a contract it may be requiredto obtain all required national Criminal History Record Information (“CHRI”), pursuant to TexasEducation Code section 22.0834 and Texas Government Code 411.082(a), on all employees, sub-consultants of every tier, sub-consultant’s employees, independent contractors, applicants, agents,or consultants, if (1) the person will have continuing duties related to the Project and (2) the dutiesare or will be performed on Owner’s property and the person(s) will or may have direct contact withstudents (“Covered Employee”). Consultant shall assume all expenses for obtaining CHRI, ifrequired. Any Covered Employee shall be disqualified and prohibited from performing any contractduties or services if that that Covered Employee has been convicted of one of the followingoffenses, if at the time of the offence the victim was under eighteen (18) or enrolled in a publicschool: (a) a felony offense under Title 5, Texas Penal Code; (b) an offense for which a defendantis required to register as a sex offender under Chapter 62, Texas Code of Criminal Procedure; or(c) an equivalent offense to (a) or (b) under federal law or the laws of another state (“DisqualifyingCriminal History”). The Consultant will be required to certify to the District in writing that it hascomplied with this section and that none of its Covered Employees have a Disqualifying CriminalHistory on a form provided by the District. Consultant agrees that if it receives information that aCovered Employee is arrested or convicted for any of the Disqualifying Criminal History offensesduring the performance of this contract, Consultant will immediately remove the Covered Employeefrom Owner’s property or other location where students are regularly present, and notify the Ownerof said removal within three (3) days of doing so. Consultant understands that any failure to complywith the requirements of this section may be grounds for termination of its contract with the District.Instructions for complying with CHRI requirements will be made available by the District at the timethe contract is executed.

  • Elementary School/Cole High School SHW Group Project Nos.: 4512.013.00/ 4512.014.00Renovations and Addition June 25, 2014Ft. Sam Houston ISD

    INSTRUCTIONS TO OFFERORS 00 21 13 Page 11 of 39

    RCSP ATTACHMENT A-1OFFEROR'S PROPOSAL-ALL PROJECTS

    TO: BOARD OF TRUSTEES FT. SAM HOUSTON INDEPENDENT SCHOOL DISTRICT

    This Proposal is submitted by _____________________________________, whoseaddress is ________________________________________, (hereafter called "Offeror"), for thefollowing:

    Base Bid 1 - Proposal:

    RENOVATION AND ADDITION TO FT. SAM HOUSTON ELEMENTARY SCHOOL – APPROXIMATELY 6,790SQUARE FEET OF RENOVATION AREA AND 19,559 SQUARE FEET OF BUILDING ADDITION

    Offeror agrees to furnish for the total sum of ____________________________________, Dollars($ ), all labor, services, materials, tools, equipment and supervision necessary to the fulland final completion of the project, and everything incidental thereto, as shown on the Drawingsand/or stated in the Specifications, or property inferable therefrom, all in accordance with theContract Documents governing the construction of the project prepared by SHW Group nowSTANTEC.("Architects").

    Base Bid 2 - Proposal:RENOVATION OF FORMER CAFETERIA SPACE INTO CLASSROOMS – APPROXIMATELY 8,418 SQUARE FEET.

    Offeror agrees to furnish for the total sum of ____________________________________, Dollars($ ), all labor, services, materials, tools, equipment and supervision necessary to the fulland final completion of the project, and everything incidental thereto, as shown on the Drawingsand/or stated in the Specifications, or property inferable therefrom, all in accordance with theContract Documents governing the construction of the project prepared by SHW Group nowSTANTEC. ("Architects").

    Alternate 1 – Proposal:Window Replacement at Ft. Sam Houston Elementary School: Replacement of existing windowswith new windows and structural upgrades/reinforcements to accommodate the new windows. Newwindows and structural upgrades/reinforcement will require adherence to the federal governmentdesign standards of Anti-Terrorism Force Protection guidelines. Includes associated asbestosabatement.

    Offeror agrees to furnish for the total sum of __________________________Dollars ($___ __), all labor, services, materials, tools, equipment and supervision

    necessary to the full and final completion of the project, and everything incidental thereto, as shownon the Drawings and/or stated in the Specifications, or property inferable therefrom, all inaccordance with the Contract Documents governing the construction of the project prepared bySHW Group now STANTEC. ("Architects").

  • Elementary School/Cole High School SHW Group Project Nos.: 4512.013.00/ 4512.014.00Renovations and Addition June 25, 2014Ft. Sam Houston ISD

    INSTRUCTIONS TO OFFERORS 00 21 13 Page 12 of 39

    Offeror represents that, prior to preparing this Proposal, he or she has carefully read the ContractDocuments, examined the site of the Project, and had made an investigation such that he or she isfully informed of the conditions, facilities, difficulties, restrictions and requirements which he will, ormay encounter in the completion of the Project in accordance with the terms of the ContractDocuments.

    Offeror acknowledges receipt of Addenda Nos. _____ through _____ and that theProposals contained herein are offered in after review and consideration of same.

    To the best of the Offeror’s knowledge no Addenda have been issued.

    The Offeror proposes the following substitutions, if any, to the Technical Specifications requestedby the District:

    Executed on ___________________________, 2014.

    Offeror:[Provide full name and business structure of Offeror]

    Signature

    Printed Name, Title

    Note: If Offeror is a Joint Venture, an authorized signature from a representative of eachparty is required

  • Elementary School/Cole High School SHW Group Project Nos.: 4512.013.00/ 4512.014.00Renovations and Addition June 25, 2014Ft. Sam Houston ISD

    INSTRUCTIONS TO OFFERORS 00 21 13 Page 13 of 39

    RCSP ATTACHMENT BOFFEROR QUESTIONNAIRE

    1. Company Information: Provide the following information regarding your company.

    Name/Name of Agency/Company:

    Address

    State: Zip Code: Telephone:_____________ Fax:

    2. Contact Information: List the person who the District may contact concerning your proposal orsetting dates for meetings.

    Name:

    Address

    State: Zip Code: Telephone:_____________ Fax:

    3. Does your Company anticipate any mergers, transfer of organization ownership, managementreorganization, or departure of key personnel within the next twelve (12) months that may affectthe organization's ability to carry out its proposal?

    Yes No

    4. Is your Company authorized and/or licensed to do business in Texas?

    Yes No

    5. Provide any other names under which your business has operated within the last 5 years.

    6. Debarment/Suspension Information: Has the Company or any of its principals beendebarred or suspended from contracting with any public entity?

    Yes No

    If yes, identify the public entity and the name and current phone number of a representative ofthe public entity familiar with the debarment or suspension, and state the reason for orcircumstances surrounding the debarment or suspension, including but not limited to the periodof time for such debarment or suspension.

    7. Surety Information: Have you or the Company ever had a bond or surety canceled orforfeited?

    Yes No

    If yes, state the name of the bonding company, date, amount of bond and reason for suchcancellation or forfeiture.

  • Elementary School/Cole High School SHW Group Project Nos.: 4512.013.00/ 4512.014.00Renovations and Addition June 25, 2014Ft. Sam Houston ISD

    INSTRUCTIONS TO OFFERORS 00 21 13 Page 14 of 39

    8. Bankruptcy Information: Have you or the Company ever been declared bankrupt or filed forprotection from creditors under state or federal proceedings?

    Yes No

    If yes, state the date, court, jurisdiction, cause number, amount of liabilities and amount ofassets.

    9. Contractor Default. Have you or the Company defaulted and been removed from anyconstruction Project in the last ten (10) years.

    Yes No

    If yes, state the name and address of the individual or entity with whom the Project wascontracted, the name of the Project, the date of removal and the reason for removal.

    10. Experience.

    a) Past Experience on Similar Projects: Identify the three most significant clients (whetherschool district or non-school district projects) for which the Proposer has providedservices similar to the Scope of Services requested by this RCSP, within the past 5years. Include a brief description of the services provided, the results/impact of the workperformed, the dates of service, and a point of contact with name, address, and currentfax, email, and phone number.

    b) Past Experience with the District. Has the Offeror performed work for the Ft. SamHouston Independent School District within the last 3 years? If so, indicate if the workperformed was as a prime contractor or as a subcontractor, the Project on which thework was performed, describe the work performed and the date performed.

    c) Recent Experience. What Projects, if any, of a similar size and nature has Offeror actedas General Contractor or Construction Manager in the last twelve (12) months.

    11. Project Closeout, Warranty and Corrective Work. Describe the Offeror’s approach to ProjectCloseout, Warranty Issues and Corrective Work

    12. Scheduling Ability/On Time Completion. Provide 3 examples of Projects on which yourscheduling abilities resulted in a Project being completed on time, in the face of unforeseendelays.

    13. Key Personnel. Provide brief resumes (2 page limit) for the persons listed below:

    A. Principals/ Corporate Officers:i. Presidentii. Vice Presidentiii. Partners

    B. Project Management Candidatesi. Project Managerii. Superintendent

  • Elementary School/Cole High School SHW Group Project Nos.: 4512.013.00/ 4512.014.00Renovations and Addition June 25, 2014Ft. Sam Houston ISD

    INSTRUCTIONS TO OFFERORS 00 21 13 Page 15 of 39

    For the Project Manager and Superintendent candidates, please list up to three persons youconsider qualified for the positions and the last three projects they worked on along with anOwner contact for these projects. Please also provide a list of the principal duties andresponsibilities you anticipate assigning to the Project Manager and to the Superintendent.

    14. Resources and Stability.

    Provide information on available resources, including total number of employees, number andlocation of offices, number and types of equipment available to support this Project.

    Provide three financial references which can verify the financial stability of the firm.

    15. Organization

    A Describe the most common problem or challenge which you have encountered in schoolconstruction and your method for addressing the issue. (Maximum 2 page).

    B. Describe your firm's concepts for working in a team relationship with the Owner andArchitect during the design and construction of major projects (Maximum 2 Page).

    C. Explain in detail how your firm will handle warranty issues.

    D. List the classifications of work or trades which you anticipate performing with in-houseforces.

    16. Confirmations.

    A. Provide a statement that the Offeror is able to meet the insurance requirements and provideCertificates of Insurances as specified in the General Conditions of the Contract forConstruction AIA Document A201-2007, as amended by Owner attached hereto as AppendixA-2

    B. By responding to this RCSP, the Offeror agrees to the contract provisions contained thedocuments attached as Appendix A1 and A-2. Please delineate below, any comments orrequested changes and include an explanation for the requested change, otherwise Offeror willbe deemed to have accepted the form of the contract. The final contract is subject to reviewand approval of the FSHISD legal counsel.

    C. At the conclusion of the Project, Contractor will execute the following documents. IfContractor has any objection to executing any of these documents, it must be noted inRespondent’s response to this RFP:

    Appendix C, Affidavit of Non-Use of Asbestos Appendix D, Contractor’s Lead-Free Affidavit Appendix E, Contractor/Material Supplier’s Affidavit Appendix F, Affidavit of Non-Use of Urea-Formaldehyde Appendix G, Contractor’s Affidavit

  • Elementary School/Cole High School SHW Group Project Nos.: 4512.013.00/ 4512.014.00Renovations and Addition June 25, 2014Ft. Sam Houston ISD

    INSTRUCTIONS TO OFFERORS 00 21 13 Page 16 of 39

    RCSP Attachment CFELONY CONVICTION NOTIFICATION

    Texas Education Code, Section 44.034, Notification of Criminal History, Subsection (a), states “aperson or business entity that enters into a contract with a school district must give advance noticeto the district if the person or an owner or operator of the business entity has been convicted of afelony. The notice must include a general description of the conduct resulting in the conviction of afelony.”

    Subsection (b) states “a school district may terminate a contract with a person or business entity ifthe district determines that the person or business entity failed to give notice as required bySubsection (a) or misrepresented the conduct resulting in the conviction. The district mustcompensate the person or business entity for services performed before the termination of thecontract.”

    This notice is not required of a Publicly-Held Corporation.

    I, the undersigned agent for the firm named below, certify that the information concerningnotification of felony conviction has been received by me and the following information furnished istrue to the best of my knowledge.

    Vendor’s Business Name

    Authorized Company Official’s Name (Printed)

    A. My firm is a publicly-held, stock-exchange corporation, therefore this requirement is notapplicable.

    Signature of Company Official:

    Date Signed:

    B. My firm is not owned or operated by anyone who has been convicted of a felony.

    Signature of Company Official:

    Date Signed:

    C. My firm is owned or operated by the following individual(s) who has/have been convicted of afelony (printed name and general description of type of felony or felonies):

    1._________________________________________________________________

    2._________________________________________________________________

    3._________________________________________________________________

    4._________________________________________________________________

    Signature of Company Official:

    Date Signed:

  • Elementary School/Cole High School SHW Group Project Nos.: 4512.013.00/ 4512.014.00Renovations and Addition June 25, 2014Ft. Sam Houston ISD

    INSTRUCTIONS TO OFFERORS 00 21 13 Page 17 of 39

    RCSP Attachment DNON-COLLUSION STATEMENT

    , being first duly sworn, deposes and says this:

    (1) He is of(a partner or officer) (the firm of, etc.)

    the Offeror who has submitted the attached Proposal.

    (2) He is fully informed respecting the preparation and contents of the attached Proposal and of allpertinent circumstances respecting such Proposal.

    (3) That Proposal is genuine and is not a collusive or sham Proposal.

    (4) Neither the said Offeror nor any of its officers, partners, owners, agents, representatives,employees or parties in interest, including this affiant, has in any way colluded, conspired, connivedor agreed, directly or indirectly, with another Offeror, firm or person, to submit a collusive or shamProposal in connection with the Contract for which the attached Proposal has been submitted or torefrain from proposing in connection with such Contract, or has in any manner, directly or indirectly,sought by agreement or collusion, or communication or conferences, with any other Offeror, firm orperson to fix the price or prices with the attached Proposal or of any other Offeror, or to securethrough any collusion, conspiracy, connivance or unlawful agreement any advantage against the Ft.Sam Houston Independent School District Texas or any person interested in the proposed contract;and,

    (5) The price or prices quoted in the attached Proposal are fair and proper and are not tainted byany collusion, conspiracy, connivance or unlawful agreement on the part of the Offeror or any of itsagents, representatives, owners, employees, or parties in interest, including this affiant.

    (Offeror’s Business Name): _______________________________

    (Offeror’s Representative Signature) ____________

    (Offeror’s Representative Title)

    Subscribed and sworn to before me on this day of , 2014.

    __________________________________________NOTARY PUBLIC, STATE OF TEXAS

  • Elementary School/Cole High School SHW Group Project Nos.: 4512.013.00/ 4512.014.00Renovations and Addition June 25, 2014Ft. Sam Houston ISD

    INSTRUCTIONS TO OFFERORS 00 21 13 Page 18 of 39

    RCSP ATTACHMENT ESIGNATURE PAGE AND DECLARATION OF COMPLIANCE

    Check () the box that indicates business structure of Offeror.

    Individual/Sole Proprietorship Partnership or Joint Venture Corporation Other Entity(State Type)

    The undersigned certifies that (s)he is (title) of the Offeror entity named below;that (s)he is authorized to sign this Proposal Form (if a Corporation then by resolution with CertifiedCopy of resolution attached) for and on behalf of the entity, if any, named below, and that (s)he isauthorized to execute same for and on behalf of and bind said entity to the terms and conditionsprovided for in the Proposal as required by this RCSP, and has the requisite authority to execute anAgreement on behalf of Offeror, if awarded, and that the 11-digit Comptroller’s Taxpayer Numberfor the entity, if any, is:

    __________________________11-digit Comptroller’s Taxpayer Number Employer Identification Number

    Offeror Organization Name

    By: ______

    Printed Name:

    Title:

    Note: If Offeror is a Joint Venture, an authorized signature from a representative of each party isrequired.)

    By signing this Signature Page and Declaration of Compliance, I do hereby declare that I have read theRequest for Competitive Sealed Proposals, on which our Proposal is submitted with full knowledge of therequirements, and do hereby agree to furnish all services in full accordance with the requirements outlined inthe Request for Competitive Sealed Proposals

    By signing and executing this Proposal, I further certify on behalf of my organization and represent to the Ft.Sam Houston Independent School District that Offeror has not offered, conferred or agreed to confer anypecuniary benefit, as defined by TEXAS PENAL CODE ANN.§ 218, or any other thing of value, asconsideration for the receipt of information or any special treatment or advantage relating to this Proposal; theOfferor also certifies and represents that Offeror has not offered, conferred or agreed to confer a pecuniarybenefit or other things of value as consideration for the recipient=s decision, opinion, recommendation, vote orother exercise of discretion concerning this proposal; the Offeror certifies and represents that Offeror hasneither coerced nor attempted to influence the exercise of discretion by any officer, trustee, agent oremployee of the Ft. Sam Houston Independent School District concerning this Proposal on the basis of anyconsideration not authorized by law; the Offeror also certifies and represents that Offeror has not receivedany information not available to other Offeror so as to give the undersigned a preferential advantage withrespect to this proposal; the Offeror further certifies and represents that Offeror has not violated any state,federal or local law, regulation or ordinance relating to bribery, improper influence, collusion or the like andthat Offeror will not in the future offer, confer, or agree to confer a pecuniary benefit or other thing of value toany officer, trustee, agent or employee of the Ft. Sam Houston Independent School District in return for theperson having exercised the person=s official discretion, power or duty with respect to this Proposal; theOfferor certifies and represents that it has not nor and will not in the future offer, confer, or agree to confer apecuniary benefit or other thing of value to any officer, trustee, agent or employee of the Ft. Sam HoustonIndependent School District in connection with information regarding this Proposal, the submission of thisProposal, the award of this Proposal or the performance, delivery or sale pursuant to this Proposal.

  • INSTRUCTIONS TO OFFERORS 00 21 13 Page 19 of 39

    RCSP Appendix A-1Standard Form of Agreement Between Owner and Contractor

    Where The Basis Of Payment Is A Stipulated Sum,AIA Document A101-2007, as amended by Owner

  • INSTRUCTIONS TO OFFERORS 00 21 13 APPENDIX A-2

    RCSP Appendix A-2General Conditions of the Contract for Construction

    AIA Document A201-2007, as amended by Owner

  • INSTRUCTIONS TO OFFERORS 00 21 13 APPENDIX B

    RCSP Appendix BPrevailing Wage Rates

    The Projects which are the subject of this RCSP are funded in whole or in part by FederalFunding. Contractor shall comply with prevailing wage rate and all federal lawsassociated with such payments. The General Decision for Wage Rates for the Projectfollows.

    General Decision Number: TX140002 06/20/2014 TX2Superseded General Decision Number: TX20130002State: TexasConstruction Type: BuildingCounty: Bexar County in Texas.

    BUILDING CONSTRUCTION PROJECTS (does not include single family homes andapartments up to and including 4 stories). (Use current heavy & highwaygeneral wage determination for Paving & Utilities Incidental to BuildingConstruction).

    Modification Number Publication Date0 01/03/20141 03/07/20142 06/20/2014

    ASBE0087-001 01/01/2014Rates Fringes

    Asbestos/Insulator Worker(Includes application of allinsulating materials,protective coverings,coatings, and finishings toall types of mechanicalsystems.)........................$ 21.17 8.77----------------------------------------------------------------BRTX0001-004 05/01/2011

    Rates Fringes

    BRICKLAYER.......................$ 24.50 1.97----------------------------------------------------------------* ELEC0060-001 06/02/2014

    Rates Fringes

    CABLE SPLICER....................$ 25.20 3.75+12%ELECTRICIAN......................$ 26.00 4.65+10%----------------------------------------------------------------ELEC0060-002 06/01/2009

    Rates FringesELECTRICIAN (Low Voltageincluding pulling &installing cable throughconduit).........................$ 19.51 8%+4.92----------------------------------------------------------------

  • INSTRUCTIONS TO OFFERORS 00 21 13 APPENDIX B

    ELEV0081-001 01/01/2013Rates Fringes

    Elevator ConstructorMECHANIC....................$ 35.89 25.185+a

    FOOTNOTE; A. 6% under 5 years based on regular hourly ratefor all hours worked. 8% over 5 years based on regularhourly rate for all hours worked.

    New Year's Day, Memorial Day, Independence Day, Labor Day,Thanksgiving Day, Friday after Thanksgiving Day, ChristmasDay, and Veterans Day.

    ----------------------------------------------------------------ENGI0450-001 07/01/2009

    Rates Fringes

    Power equipment operators:Cranes......................$ 29.75 8.75

    ----------------------------------------------------------------IRON0066-001 06/01/2013

    Rates FringesIRONWORKER (Excluding metalbuilding erectors)

    Structural..................$ 19.60 5.95----------------------------------------------------------------MARB0002-001 07/01/2005

    Rates Fringes

    TILE SETTER......................$ 18.50 6.10----------------------------------------------------------------PLUM0142-001 07/01/2012

    Rates Fringes

    Plumbers and Pipefitters(Including HVAC WORK)............$ 29.78 9.35----------------------------------------------------------------SFTX0669-001 07/01/2013

    Rates Fringes

    SPRINKLER FITTER (FireSprinklers)......................$ 26.36 16.62----------------------------------------------------------------* SHEE0067-001 04/01/2014

    Rates Fringes

    Sheet metal worker (IncludingHVAC Duct Work)..................$ 25.60 12.30----------------------------------------------------------------

  • INSTRUCTIONS TO OFFERORS 00 21 13 APPENDIX B

    SUTX1988-002 11/01/1988Rates Fringes

    Acoustical Ceiling Installer.....$ 12.26

    CARPENTER (ExcludingAcoustical Ceiling Installer& Drywall Hanger)................$ 10.64

    CEMENT MASON/CONCRETE FINISHER...$ 11.46

    DRYWALL HANGER...................$ 11.88

    GLAZIER..........................$ 10.78 1.40

    IRONWORKER (Excluding MetalBuilding Assemblers)

    Reinforcing.................$ 10.19 3.57

    Laborers:Mason Tenders...............$ 8.36 1.78Mortar Mixers...............$ 8.99PLASTERER'S TENDERS.........$ 8.68Unskilled...................$ 7.25

    LATHER...........................$ 15.25

    PAINTER (ExcludingTapers/Finishers)................$ 8.01

    PLASTERER........................$ 15.25

    Power equipment operators:Front End Loader............$ 7.36

    Roofers:Kettlemen...................$ 8.85Roofers.....................$ 8.14Waterproofers...............$ 7.25

    Sheet Metal WorkerOther Work..................$ 11.62

    Taper/Finisher...................$ 7.99

    TRUCK DRIVER.....................$ 7.25----------------------------------------------------------------WELDERS - Receive rate prescribed for craft performingoperation to which welding is incidental.================================================================Unlisted classifications needed for work not included withinthe scope of the classifications listed may be added afteraward only as provided in the labor standards contract clauses(29CFR 5.5 (a) (1) (ii)).

  • INSTRUCTIONS TO OFFERORS 00 21 13 APPENDIX B

    ----------------------------------------------------------------The body of each wage determination lists the classification and wagerates that have been found to be prevailing for the cited type(s) ofconstruction in the area covered by the wage determination. Theclassifications are listed in alphabetical order of "identifiers" thatindicate whether the particular rate is union or non-union.

    Union Identifiers

    An identifier enclosed in dotted lines beginning with characters otherthan "SU" denotes that the union classification and rate have found to beprevailing for that classification. Example: PLUM0198-005 07/01/2011.The first four letters , PLUM, indicate the international union and thefour-digit number, 0198, that follows indicates the local union number ordistrict council number where applicable , i.e., Plumbers Local 0198.The next number, 005 in the example, is an internal number used inprocessing the wage determination. The date, 07/01/2011, following thesecharacters is the effective date of the most current negotiatedrate/collective bargaining agreement which would be July 1, 2011 in theabove example.

    Union prevailing wage rates will be updated to reflect any changes in thecollective bargaining agreements governing the rates.

    0000/9999: weighted union wage rates will be published annually eachJanuary.

    Non-Union Identifiers

    Classifications listed under an "SU" identifier were derived from surveydata by computing average rates and are not union rates; however, thedata used in computing these rates may include both union and non-uniondata. Example: SULA2004-007 5/13/2010. SU indicates the rates are notunion majority rates, LA indicates the State of Louisiana; 2004 is theyear of the survey; and 007 is an internal number used in producing thewage determination. A 1993 or later date, 5/13/2010, indicates theclassifications and rates under that identifier were issued as a GeneralWage Determination on that date.

    Survey wage rates will remain in effect and will not change until a newsurvey is conducted.----------------------------------------------------------------

    WAGE DETERMINATION APPEALS PROCESS

    1.) Has there been an initial decision in the matter? This can be:

    * an existing published wage determination* a survey underlying a wage determination* a Wage and Hour Division letter setting forth a position on

    a wage determination matter* a conformance (additional classification and rate) ruling

    On survey related matters, initial contact, including requests forsummaries of surveys, should be with the Wage and Hour Regional Office

  • INSTRUCTIONS TO OFFERORS 00 21 13 APPENDIX B

    for the area in which the survey was conducted because those RegionalOffices have responsibility for the Davis-Bacon survey program. If theresponse from this initial contact is not satisfactory, then the processdescribed in 2.) and 3.) should be followed.

    With regard to any other matter not yet ripe for the formal processdescribed here, initial contact should be with the Branch of ConstructionWage Determinations. Write to:

    Branch of Construction Wage DeterminationsWage and Hour DivisionU.S. Department of Labor200 Constitution Avenue, N.W.Washington, DC 20210

    2.) If the answer to the question in 1.) is yes, then an interested party(those affected by the action) can request review and reconsiderationfrom the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part7). Write to:

    Wage and Hour AdministratorU.S. Department of Labor200 Constitution Avenue, N.W.Washington, DC 20210

    The request should be accompanied by a full statement of the interestedparty's position and by any information (wage payment data, projectdescription, area practice material, etc.) that the requestor considersrelevant to the issue.

    3.) If the decision of the Administrator is not favorable, an interestedparty may appeal directly to the Administrative Review Board (formerlythe Wage Appeals Board). Write to:

    Administrative Review BoardU.S. Department of Labor200 Constitution Avenue, N.W.Washington, DC 20210

    4.) All decisions by the Administrative Review Board are final.================================================================

    END OF GENERAL DECISION

  • INSTRUCTIONS TO OFFERORS 00 21 13 APPENDIX C

    RCSP Appendix CAffidavit Of Non-Use Of Asbestos

    STATE OF TEXASCOUNTY OF __________

    The undersigned Contractor hereby certifies and affirms that the building materials used for construction bythe Contractor or any person or firm representing or represented by the Contractor, do not contain anyasbestos materials or any other prohibited materials as defined by laws, rules and regulations promulgated bythe Federal Government, The State of Texas, and any governmental organization operating under theseentities, except when specifically authorized in writing by the Owner. A copy(s) of that (those) authorizations,if any, is (are) attached.

    The undersigned Contractor hereby certifies and affirms that the Contractor shall be totally responsible forany and all costs incurred in removing any asbestos or prohibited materials determined to be part of thebuilding materials as a result of inspection and sample analysis performed by individuals of firms certified toperform asbestos prohibited materials inspection and sample analysis under the laws, rules and regulations ofthe Federal Government and the State of Texas.

    The undersigned Contractor hereby certifies and affirms that the Contractor shall pay for any and all damagesresulting from the inability of the Owner to comply with all laws, rules and regulations governing the AsbestosHazard Emergency Response Act of 1987, and all other laws, rules and regulations governing publicbuildings.

    ______________________________________________Signature______________________________________________Print Name and Title______________________________________________Company Name

    Before me personally, a Notary Public, on this day appeared ______________________, and who, afterbeing sworn, deposes and says that the facts stated in the above certification are true.

    IN WITNESS WHEREOF,

    the undersigned authority has signed and sealed this instrument this the ______ day of

    _________________________, 2014.

    ______________________________________________Notary Public for the State of Texas

    Notary Seal:

    ______________________________________________Printed Name of Notary Public

    My Commission Expires: _________________________

  • INSTRUCTIONS TO OFFERORS 00 21 13 APPENDIX D

    RCSP Appendix DContractor's Lead Free Affidavit

    STATE OF TEXASCOUNTY OF __________

    I understand that in order to protect students, staff, and public in general from any unnecessary exposure tolead, and to comply with the latest Federal and State regulations, the use of lead containing materials andequipment in all forms in the construction operation of this facilities is prohibited.

    I certify that I am familiar with the materials used in the construction of, and incorporated into, the constructiondescribed below. I further certify that no lead containing materials were used in the process of constructing orincorporated into the construction of all piping and equipment related to potable drinking water.

    School: _______________________________________

    Job Description:_______________________________________

    _______________________________________

    Contractor: _______________________________________

    Contractor's Signature: _______________________________________

    Date: _______________________________________

    Failure to complete this certificate constitutes non-compliance with the job specifications and an unacceptablejob.

    Before me personally, a Notary Public, on this day appeared _____________________________, and who,after being sworn, deposes and says that the facts stated in the above certification are true.

    IN WITNESS WHEREOF, the undersigned authority has signed and sealed this instrument this _____day of_____________, 2014

    ______________________________________________for the State of TexasNotary Public

    Notary Seal:

    ______________________________________________Printed Name of Notary Public

    My Commission Expires: _________________________

  • INSTRUCTIONS TO OFFERORS 00 21 13 APPENDIX E

    RCSP Appendix EContractor's / Material Supplier's Affidavit

    STATE OF TEXASCOUNTY OF __________

    Before me personally, a Notary Public, on this d