!!!!!!!!! Project Manual. Arkitex. Blinn College Accessibility Compliance, Brenham TX. The. Studio, Inc.

Size: px
Start display at page:

Download "!!!!!!!!! Project Manual. Arkitex. Blinn College Accessibility Compliance, Brenham TX. The. Studio, Inc."

Transcription

1 ! Blinn College Accessibility Compliance, Brenham TX Project No ISSUED FOR PRICING March 16, 2015!!!!!!!!! The Arkitex Studio, Inc. 308 N. Bryan Ave. Bryan, Texas P (979) F (979) ! Project Manual March16, 2015

2 TABLE OF CONTENTS Division Section Title Pages DIVISION 00 - PROCUREMENT AND CONTRACTING REQUIREMENTS LIST OF DRAWING SHEETS ADVERTISEMENT FOR BIDS INSTRUCTIONS TO BIDDERS... 1 AIA A INSTRUCTIONS TO BIDDERS SUPPLEMENTARY INSTRUCTIONS TO BIDDERS WAGE RATES WASHINGTON COUNTY PREBID MEETINGS PROCUREMENT SUBSTITUTION PROCEDURES BID FORMS BID SECURITY FORMS FORMS FORM OF PERFORMANCE BOND AND PAYMENT BOND... 1 DIVISION 01 - GENERAL REQUIREMENTS SUMMARY ALLOWANCES SUBSTITUTION PROCEDURES CONTRACT MODIFICATION PROCEDURES PAYMENT PROCEDURES PROJECT MANAGEMENT AND COORDINATION CONSTRUCTION PROGRESS DOCUMENTATION SUBMITTAL PROCEDURES QUALITY REQUIREMENTS REFERENCES TEMPORARY FACILITIES AND CONTROLS PRODUCT REQUIREMENTS EXECUTION REQUIREMENTS CUTTING AND PATCHING CLOSEOUT PROCEDURES... 7 DIVISION 06 - WOOD, PLASTICS, AND COMPOSITES MISCELLANEOUS ROUGH CARPENTRY INTERIOR FINISH CARPENTRY... 4 DIVISION 07 - THERMAL AND MOISTURE PROTECTION JOINT SEALANTS... 7 DIVISION 08 - OPENINGS FLUSH WOOD DOORS... 4 DIVISION 09 - FINISHES NON-STRUCTURAL METAL FRAMING GYPSUM BOARD ACOUSTICAL PANEL CEILINGS PAINTING (PROFESSIONAL LINE PRODUCTS) DIVISION 10 - SPECIALTIES PANEL SIGNAGE TOILET COMPARTMENTS TOILET AND BATH ACCESSORIES... 2 DIVISION 32 - EXTERIOR IMPROVEMENTS CONCRETE PAVING... 9 END OF TABLE OF CONTENTS

3 DOCUMENT LIST OF DRAWING SHEETS 1.1 LIST OF DRAWINGS A. Drawings: Drawings consist of the Contract Drawings and other drawings listed on the General Information page of the separately bound drawing set titled Blinn College Accessibility Compliance, dated March 16, 2015, as modified by subsequent Addenda and Contract modifications. B. List of Drawings: Drawings consist of the following Contract Drawings and other drawings of type indicated: Cover Sheet G1 General Information A2.1 Floor Plan Old Main, Plan Details, Partition Types A2.2 Floor Plan Classroom Building A2.3 Floor Plan Academic Building A2.4 Floor Plan Student Center A2.5 Floor Plan Bullock Building A2.6 Floor Plan Classroom Building Science Rooms END OF DOCUMENT LIST OF DRAWING SHEETS

4 ! DOCUMENT ADVERTISEMENT FOR BIDS PUBLIC NOTICE BID # 949 Accessibility Compliance Blinn College, the Junior College District of Washington County, is receiving sealed bids for accessibility compliance upgrades from the Blinn College Brenham, Texas campus Scope of work includes demolition of restroom fixtures, accessories, toilet partitions, concrete ramps, and door frames for accessibility compliance. New work includes installation of toilet partitions, toilets fixtures, accessories, toilet partitions, doors and door frames, paint, lay-in ceiling tile and grid, and light fixtures. Construction documents will be available beginning March 16, 2015, from The Arkitex Studio, Inc. upon request by contacting Pamela da Graca at pdagraca@arkitex.com or x 205. All bid documents will be issued electronically. Bid bonding is required in the amount of not less than 5% of the bidder's proposal as a guarantee that, if awarded the contract, the bidder will promptly enter into contract with the Owner and provide the required Performance and Payment Bonds and Insurance Coverage. Bid bonds shall be turned in with bid proposals and be made payable to Blinn College. The Owner reserves the right to reject any or all bids and to waive informalities and irregularities. No bidder may withdraw his bid within 30 days after actual date of the opening thereof. A mandatory pre-bid, for general contractors, (optional for subcontractors) at the project site, Blinn College Student Center Room 2 & 3 (Brenham Campus), is scheduled for Thursday April 2, 2015 beginning at 2:00 PM. Sealed bids must be received in the Purchasing Department by 11:00 AM April 9, All sealed bids must be submitted to: Blinn College Purchasing Department: Physical address: 806 College Ave. Old Main 207, Brenham, Texas, Mailing address : 902 College Ave. Old Main 207, Brenham, Texas Blinn College reserves the right to award bids in a manner most advantageous to the College. Ross Schroeder Director of Purchasing and Transportation! ADVERTISEMENT

5 DOCUMENT INSTRUCTIONS TO BIDDERS 1.1 INSTRUCTIONS TO BIDDERS A. AIA Document A701, "Instructions to Bidders," is hereby incorporated into the Procurement and Contracting Requirements by reference. 1. A copy of AIA Document A701, "Instructions to Bidders," is bound in this Project Manual. END OF DOCUMENT INSTRUCTIONS TO BIDDERS

6

7

8

9

10

11

12 DOCUMENT SUPPLEMENTARY INSTRUCTIONS TO BIDDERS 1.1 INSTRUCTIONS TO BIDDERS A. Instructions to Bidders for Project consist of the following: 1. AIA Document A701, "Instructions to Bidders, a copy of which is bound in this Project Manual. 2. The following Supplementary Instructions to Bidders that modify and add to the requirements of the Instructions to Bidders. 1.2 SUPPLEMENTARY INSTRUCTIONS TO BIDDERS, GENERAL A. The following supplements modify AIA Document A701, "Instructions to Bidders." Where a portion of the Instructions to Bidders is modified or deleted by these Supplementary Instructions to Bidders, unaltered portions of the Instructions to Bidders shall remain in effect. 1.3 ARTICLE 2 - BIDDER'S REPRESENTATIONS A. Add Section : The Bidder has investigated all required fees, permits, and regulatory requirements of authorities having jurisdiction and has properly included in the submitted bid the cost of such fees, permits, and requirements not otherwise indicated as provided by Owner. B. Add Section 2.1.5: The Bidder is a properly licensed Contractor according to the laws and regulations of the City of Brenham and State of Texas and meets qualifications indicated in the Procurement and Contracting Documents. C. Add Section 2.1.6: The Bidder has incorporated into the Bid adequate sums for work performed by installers whose qualifications meet those indicated in the Procurement and Contracting Documents. 1.4 ARTICLE 3 - BIDDING DOCUMENTS A Addenda: 1. Delete Section and replace with the following: a Addenda may be issued at any time prior to the receipt of bids. 2. Add Section : a Owner may elect to waive the requirement for acknowledging receipt of Addenda as follows: SUPPLEMENTARY INSTRUCTIONS TO BIDDERS

13 1) Information received as part of the Bid indicates that the Bid, as submitted, reflects modifications to the Procurement and Contracting Documents included in an unacknowledged Addendum. 2) Modifications to the Procurement and Contracting Documents in an unacknowledged Addendum do not, in the opinion of Owner, affect the Contract Sum or Contract Time. 1.5 ARTICLE 4 - BIDDING PROCEDURES A Preparation of Bids: 1. Add Section : a Printable electronic Bid Forms and related documents are available from The Arkitex Studio, Inc, 308 N. Bryan Avenue, Bryan, Texas 77803, telephone Add Section 4.1.9: a Owner may elect to disqualify a bid due to failure to submit a bid in the form requested, failure to bid requested alternates or unit prices, failure to complete entries in all blanks in the Bid Form, or inclusion by the Bidder of any alternates, conditions, limitations or provisions not called for. 3. Add Section : a Bids shall not include taxes. Purchases made for Blinn College, a public institution funded by Washington County, Texas, are exempt from State taxes. 4. Add Section : a State Wage rates apply. See list of wage rates following this document. B Modification or Withdrawal of Bids: 1. Add the following sections to 4.4.2: a Such modifications to or withdrawal of a bid may only be made by persons authorized to act on behalf of the Bidder. Authorized persons are those so identified in the Bidder's corporate bylaws, specifically empowered by the Bidder's charter or similar legally binding document acceptable to Owner, or by a power of attorney, signed and dated, describing the scope and limitations of the power of attorney. Make such documentation available to Owner at the time of seeking modifications or withdrawal of the Bid. b Owner will consider modifications to a bid written on the sealed bid envelope by authorized persons when such modifications comply with the following: the modification is indicated by a percent or stated amount to be added to or deducted from the Bid; the amount of the Bid itself is not made known by the modification; a signature of the authorized person, along with the time and date of the modification, accompanies the modification. Completion of an unsealed bid form, awaiting final figures from the Bidder, does not require power of attorney due to the evidenced authorization of the Bidder implied by the circumstance of the completion and delivery of the Bid. C Break-Out Pricing Bid Supplement: SUPPLEMENTARY INSTRUCTIONS TO BIDDERS

14 1. Add Section 4.5: a Provide detailed cost breakdowns no later than two business days following Architect's request. D Subcontractors, Suppliers, and Manufacturers List Bid Supplement: 1. Add Section 4.6: a Provide list of major subcontractors, suppliers, and manufacturers furnishing or installing products no later than two business days following Architect's request. Include those subcontractors, suppliers, and manufacturers providing work totaling 10 percent or more of the Bid amount. Do not change subcontractors, suppliers, and manufacturers from those submitted without approval of Architect. 1.6 ARTICLE 5 - CONSIDERATION OF BIDS A Rejection of Bids: 1. Add Section 5.2.1: a Owner reserves the right to reject a bid based on Owner's and Architect's evaluation of qualification information submitted following opening of bids. Owner's evaluation of the Bidder's qualifications will include: status of licensure and record of compliance with licensing requirements, record of quality of completed work, record of Project completion and ability to complete, record of financial management including financial resources available to complete Project and record of timely payment of obligations, record of Project site management including compliance with requirements of authorities having jurisdiction, record of and number of current claims and disputes and the status of their resolution, and qualifications of the Bidder's proposed Project staff and proposed subcontractors. 1.7 ARTICLE 6 - POSTBID INFORMATION A Contractor's Qualification Statement: 1. Add Section 6.1.1: B Submittals: a Submit Contractor's Qualification Statement no later than two business days following Architect's request. 1. Add Section : a Submit information requested in Sections , , and no later than two business days following Architect's request. 1.8 ARTICLE 7 - PERFORMANCE BOND AND PAYMENT BOND A Bond Requirements: 1. Add Section : SUPPLEMENTARY INSTRUCTIONS TO BIDDERS

15 a Both a Performance Bond and a Payment Bond will be required, each in an amount equal to 100 percent of the Contract Sum. B Time of Delivery and Form of Bonds: 1. Delete the first sentence of Section and insert the following: a. The Bidder shall deliver the required bonds to Owner no later than 7 days after the date of Notice of Intent to Award and no later than the date of execution of the Contract, whichever occurs first. Owner may deem the failure of the Bidder to deliver required bonds within the period of time allowed a default. 2. Delete Section and insert the following: a Bonds shall be executed and be in force on the date of the execution of the Contract. 1.9 ARTICLE 9 - EXECUTION OF THE CONTRACT A. Add Article 9: Subsequent to the Notice of Intent to Award, and within seven days after the prescribed Form of Agreement is presented to the Awardee for signature, the Awardee shall execute and deliver the Agreement to Owner through Architect in such number of counterparts as Owner may require Owner may deem as a default the failure of the Awardee to execute the Contract and to supply the required bonds when the Agreement is presented for signature within the period of time allowed Unless otherwise indicated in the Procurement and Contracting Documents or the executed Agreement, the date of commencement of the Work shall be the date of the executed Agreement or the date that the Bidder is obligated to deliver the executed Agreement and required bonds to Owner In the event of a default, Owner may declare the amount of the Bid security forfeited and elect to either award the Contract to the next responsible bidder or readvertise for bids. END OF DOCUMENT SUPPLEMENTARY INSTRUCTIONS TO BIDDERS

16 WAGE RATES General Decision Number: TX /02/2015 TX245 Superseded General Decision Number: TX State: Texas Construction Type: Building Counties: Lee, Limestone, Newton, San Augustine, Shelby and Washington Counties in Texas. BUILDING CONSTRUCTION PROJECTS (does not include single family homes or apartments up to and including 4 stories). Note: Executive Order (EO) establishes an hourly minimum wage of $10.10 for 2015 that applies to all contracts subject to the Davis-Bacon Act for which the solicitation is issued on or after January 1, If this contract is covered by the EO, the contractor must pay all workers in any classification listed on this wage determination at least $10.10 (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract. The EO minimum wage rate will be adjusted annually. Additional information on contractor requirements and worker protections under the EO is available at Modification Number Publication Date 0 01/02/2015 ASBE /01/2013 LIMESTONE, SAN AUGUSTINE, AND SHELBY COUNTIES Rates Fringes Heat and Frost Insulator/Asbestos Worker...$ ASBE /01/2014 Washington County Rates Fringes ASBESTOS WORKER/HEAT & FROST INSULATOR....$ ASBE /01/2014 Lee County Rates Fringes ASBESTOS WORKER/HEAT & FROST INSULATOR....$ ASBE /15/2014 Newton County Rates Fringes ASBESTOS WORKER/HEAT & FROST INSULATOR....$ !!! 1

17 BOIL /01/2013 Lee, Limestone, and Washington Counties Rates Fringes Boilermaker....$ BOIL /01/2013 Newton, San Augustine, and Shelby Counties Rates Fringes Boilermaker... $ CARP /01/2014 Rates Fringes CARPENTER (Form Work Only)...$ IRON /15/2014 Washington County Rates Fringes IRONWORKER, STRUCTURAL AND REINFORCING...$ IRON /01/2013 Newton and San Augustine Counties Rates Fringes IRONWORKER, REINFORCING AND STRUCTURAL....$ IRON /01/2013 Shelby County Rates Fringes Ironworker, reinforcing and structural... $ IRON /14/2013 Lee and Limestone Counties Rates Fringes IRONWORKER, STRUCTURAL AND REINFORCING....$ LABO /01/2008 Lee County Rates Fringes Laborers: (Mason Tender - Cement/Concrete)... $ LABO /01/2008 Newton, San Augustine, and Washington Counties Rates Fringes!!! 2

18 Laborers: (Mason Tender - Cement/Concrete)... $ LABO /01/2008 Limestone and Shelby Counties Rates Fringes Laborers: (Mason Tender - Cement/Concrete)... $ * PLUM /01/2013 Lee, Newton, and Washington Counties Rates Fringes Plumber... $ * PLUM /01/2013 SAN AUGUSTINE & SHELBY COUNTIES Rates Fringes Plumber... $ PLUM /01/2013 Limestone County Rates Fringes Plumber....$ SUTX /20/2009 Rates Fringes BRICKLAYER... $ CARPENTER, Includes Acoustical Ceiling Installation, Batt Insulation, and Metal Stud Installation (Excludes Drywall Hanging, and Form Work).... $ CEMENT MASON/CONCRETE FINISHER...$ DRYWALL HANGER... $ ELECTRICIAN... $ LABORER: Common or General... $ LABORER: Landscape & Irrigation... $ LABORER: Mason Tender - Brick... $ LABORER: Mortar Mixer... $ !!! 3

19 OPERATOR: Backhoe/Excavator/Trackhoe... $ OPERATOR: Bulldozer... $ OPERATOR: Crane... $ OPERATOR: Forklift... $ OPERATOR: Loader (Front End)... $ PAINTER: Brush, Roller and Spray... $ ROOFER... $ SHEET METAL WORKER... $ TILE SETTER... $ TRUCK DRIVER... $ WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. ================================================================ Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii)) The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the cited type(s) of construction in the area covered by the wage determination. The classifications are listed in alphabetical order of "identifiers" that indicate whether the particular rate is a union rate (current union negotiated rate for local), a survey rate (weighted average rate) or a union average rate (weighted union average rate). Union Rate Identifiers A four letter classification abbreviation identifier enclosed in dotted lines beginning with characters other than "SU" or "UAVG" denotes that the union classification and rate were prevailing for that classification in the survey. Example: PLUM /01/2014. PLUM is an abbreviation identifier of the union which prevailed in the survey for this classification, which in this example would be Plumbers indicates the local union number or district council number where applicable, i.e., Plumbers Local The next number, 005 in the example, is an internal number used in processing the wage determination. 07/01/2014 is the effective date of the most current negotiated rate, which in this example is July 1, Union prevailing wage rates are updated to reflect all rate changes in the collective bargaining agreement (CBA) governing this classification and rate. Survey Rate Identifiers Classifications listed under the "SU" identifier indicate that no one rate prevailed for this classification in the survey and the published rate is derived by computing a weighted average rate based on all the rates reported in the survey for that classification. As this weighted average rate includes all rates reported in the survey, it may include both union and non-union rates. Example: SULA /13/2014. SU indicates the rates are survey rates based on a weighted average calculation of rates and are not majority rates. LA indicates the State of Louisiana is the year of survey on which these classifications and rates are based. The next number, 007 in the example, is an internal number used in producing the wage determination. 5/13/2014 indicates the survey completion date for the classifications and rates under that identifier. Survey wage rates are not updated and remain in effect until a new survey is conducted. Union Average Rate Identifiers Classification(s) listed under the UAVG identifier indicate that no single majority rate prevailed for those!!! 4

20 classifications; however, 100% of the data reported for the classifications was union data. EXAMPLE: UAVG- OH /29/2014. UAVG indicates that the rate is a weighted union average rate. OH indicates the state. The next number, 0010 in the example, is an internal number used in producing the wage determination. 08/29/2014 indicates the survey completion date for the classifications and rates under that identifier. A UAVG rate will be updated once a year, usually in January of each year, to reflect a weighted average of the current negotiated/cba rate of the union locals from which the rate is based 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 for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis-Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC ) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC ) All decisions by the Administrative Review Board are final. END OF GENERAL DECISION!!! 5

21 DOCUMENT PREBID MEETINGS 1.1 PREBID MEETING A. Architect will conduct a Prebid meeting as indicated below: 1. Meeting Date: April 2, Meeting Time: 2:00 pm local time. 3. Location: Blinn College Student Center Room 2 and 3, Brenham Campus B. Attendance: 1. Prime Bidders: Attendance at Prebid meeting is mandatory. 2. Subcontractors: Attendance at Prebid meeting is recommended. 3. Notice: Bids will only be accepted from prime bidders represented on Prebid Meeting sign-in sheet. C. Agenda: Prebid meeting agenda will include review of topics that may affect proper preparation and submittal of bids, including the following: 1. Procurement and Contracting Requirements: a. Advertisement for Bids. b. Instructions to Bidders. c. Bidder Qualifications. d. Bonding. e. Insurance. f. Bid Security. g. Bid Form and Attachments. h. Bid Submittal Requirements. i. Bid Submittal Checklist. j. Notice of Award. 2. Communication during Bidding Period: a. Obtaining documents. b. Bidder's Requests for Information. c. Bidder's Substitution Request/Prior Approval Request. d. Addenda. 3. Contracting Requirements: a. Agreement. b. The General Conditions. c. The Supplementary Conditions. d. Other Owner requirements. 4. Construction Documents: a. Scopes of Work. b. Temporary Facilities. c. Use of Site. d. Work Restrictions. e. Alternates, Allowances, and Unit Prices. f. Substitutions following award. PREBID MEETINGS

22 5. Separate Contracts: a. Work by Owner. b. Work of Other Contracts. 6. Schedule: a. Project Schedule. b. Contract Time. c. Liquidated Damages. d. Other Bidder Questions. 7. Site/facility visit or walkthrough. 8. Post-Meeting Addendum. D. Minutes: Entity responsible for conducting meeting will record and distribute meeting minutes to attendees. Minutes of meeting are issued as Available Information and do not constitute a modification to the Procurement and Contracting Documents. Modifications to the Procurement and Contracting Documents are issued by written Addendum only. 1. Sign-in Sheet: Minutes will include list of meeting attendees. 2. List of Planholders: Minutes will include list of planholders. END OF DOCUMENT PREBID MEETINGS

23 DOCUMENT 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. B. Substitution Requests: Requests for changes in products, materials, equipment, and methods of construction from those indicated in the Contract Documents, submitted following Contract award. See Section "Substitution Procedures" for conditions under which Substitution requests will be considered following Contract award. 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. B. Procurement Substitution Requests will be received and considered by Owner when the following conditions are satisfied, as determined by Architect; otherwise requests will be returned without action: 1. Extensive revisions to the Contract Documents are not required. 2. Proposed changes are in keeping with the general intent of the Contract Documents, including the level of quality of the Work represented by the requirements therein. 3. The request is fully documented and properly submitted. 1.4 SUBMITTALS A. Procurement Substitution Request: Submit to Architect. 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 no later than 5 days prior to date of bid opening. 2. Submittal Format: Submit each written Procurement Substitution Request, using CSI Substitution Request Form 1.5C. 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: PROCUREMENT SUBSTITUTION PROCEDURES

24 B. Architect's Action: 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. 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. 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 PROCEDURES

25 BID FORM Blinn College Purchasing Department 806 College Avenue Old Main 207 Brenham, Texas doing business as Business Name (Corporation, Partnership or Individual) hereby proposes to furnish and install all work required by the Contract Documents that includes the Drawings, the Specifications and any Addenda issued prior to the Bid. The "Total Contract Cost" shall include the cost of delivery, insurance, fees, labor, materials, supervision, overhead, profit, incidentals and the use of all equipment and tools required to complete the work. The proposed Contract Cost, indicated in the bid schedule below shall constitute full compensation for work required by the Contract Documents and the Addenda. 2. Purchases made for Washington County, Texas use are exempt from the State Sales tax. Do not include tax in bid. 3. The BIDDER certifies that this proposal is made in good faith, without collusion or connection with any other person or persons bidding for the same work, and that it is made in pursuance of and subject to all the terms and conditions of the Construction Documents for the work to be accomplished, all of which have been examined by the BIDDER. 4. All work required by the Contract Documents whether specifically mentioned, included by implication or appurtenant thereto, shall be performed by the BIDDER. 5. The bid will remain subject to acceptance for 60 calendar days after submittal, or for such longer time as the bidder may agree to in writing upon request by the Owners Designated Representative. 6. Payment for work performed will be in accordance with the AIA A201 General Conditions of the Contract for Construction, subject to changes as provided for in the Construction Contract. 7. The BIDDER will submit a construction schedule and execute the contract within 10 days after notification of contract award. 8. Time is of the essence in this contract and the BIDDER agrees to commence Work within 7 days after the Notice to Proceed and substantially complete the Work by August 1, Final Completion shall be achieved within 30 consecutive calendar days after the date of Substantial Completion as determined by the Owners Designated Representative. 9. The undersigned certifies that they are fully authorized to sign the proposal on behalf of the company listed and to all conditions and provisions thereof. The company name given below is the true and complete name of the BIDDER and the BIDDER is legally qualified and licensed to perform construction work in the State of Texas and as indicated in the Contract Documents. 10. The undersign acknowledges that the time of completion is of essence to Blinn College. For each calendar day that the work remains incomplete after the time specified within the Contract Documents, Blinn College will deduct $500 from the monies due to the Contractor, not as a penalty but as liquidated damages. The sum of money thus deducted for such delay, failure, or noncompletion is not to be considered as a penalty but shall be deemed, taken and treated as reasonsable liquidated damages, since it would be impracticle and extremely difficult to fix the actual damages. BID FORM

26 BID ITEM NO. 1 - BASE BID The amount for the complete construction of Blinn College Accessibility Compliance, including all general, plumbing, mechanical, and electrical work indicated on the Drawings: Dollars $ ALLOWANCES The undersigned Bidder certifies that Base Bid submission includes those allowances described in the Contract Documents and scheduled in Section "Allowances." ADDENDA The undersigned acknowledges receipt of addenda numbered issued during the time of bidding and includes the several changes therein in this Proposal. The undersigned Bidder further agrees to the following conditions: 1. An incomplete Bid or one having additional information or other modifications or qualifications inscribed thereon, may be cause for rejection of the entire Proposal. 2. That, if accepted by the Owner, this Bid becomes a part to the Contract Documents upon the signing of the Contract Agreement, and failing to comply with any part of this Bid will be taken as failure of the Bidder to comply with the Contract Documents, and will be just cause for rejection of the Work. 3. That the Owner reserves the right to reject any or all bids and waive any or all informalities and irregularities or to accept any bid considered advantageous to him. Respectfully submitted, (Seal if bid is by a corporation) Bidder: Company Employee Identification Number (EIN) By: Signature Title Company Phone Number Date Company or Fax Number Company Contact and Address for Invoices BID FORM

27 DOCUMENT BID SECURITY FORMS 1.1 BID FORM SUPPLEMENT A. A completed bid bond form is required to be attached to the Bid Form. 1.2 BID BOND FORM A. AIA Document A310, "Bid Bond," is the recommended form for a bid bond. A bid bond acceptable to Owner, or other bid security as described in the Instructions to Bidders, is required to be attached to the Bid Form as a supplement. B. Copies of AIA standard forms may be obtained from The American Institute of Architects; docspurchases@aia.org; (800) END OF DOCUMENT BID SECURITY FORMS

28 DOCUMENT FORMS 1.1 FORM OF AGREEMENT AND GENERAL CONDITIONS A. The following form of Owner/Contractor Agreement and form of the General Conditions shall be used for Project: 1. AIA Document A101, "Standard Form of Agreement between Owner and Contractor, Stipulated Sum." a. The General Conditions for Project are AIA Document A201, "General Conditions of the Contract for Construction." 2. The General Conditions are incorporated by reference. 1.2 ADMINISTRATIVE FORMS A. Administrative Forms: Additional administrative forms are specified in Division 01 General Requirements. B. Copies of AIA standard forms may be obtained from the American Institute of Architects; (800) C. Preconstruction Forms: 1. Form of Performance Bond and Labor and Material Bond: AIA Document A312, "Performance Bond and Payment Bond." D. Information and Modification Forms: 1. Form for Requests for Information (RFIs): AIA Document G716, "Request for Information (RFI)." 2. Form of Request for Proposal: AIA Document G709, "Work Changes Proposal Request." 3. Change Order Form: AIA Document G701, "Change Order." 4. Form of Architect's Memorandum for Minor Changes in the Work: AIA Document G707, "Architect's Supplemental Instructions." 5. Form of Change Directive: AIA Document G714, "Construction Change Directive." E. Payment Forms: 1. Schedule of Values Form: AIA Document G703, "Continuation Sheet." 2. Payment Application: AIA Document G702/703, "Application and Certificate for Payment and Continuation Sheet." 3. Form of Contractor's Affidavit: AIA Document G706, "Contractor's Affidavit of Payment of Debts and Claims." 4. Form of Affidavit of Release of Liens: AIA Document G706A, "Contractor's Affidavit of Payment of Release of Liens." 5. Form of Consent of Surety: AIA Document G707, "Consent of Surety to Final Payment." END OF DOCUMENT FORMS

29 SECTION FORM OF PERFORMANCE BOND AND PAYMENT BOND The performance bond and payment bond forms, "Performance Bond and Payment Bond"; AIA Doc. A312, 1984 edition, as published by the American Institute of Architects shall be used and modified as necessary to comply with application statutes. The bonds shall be signed by an official of the Bonding Company and shall be accompanied by the bonding agent's written power of attorney. The Contractor will provide four (4) copies each of the bonds and the power of attorney in order that one copy of each may be attached to each copy of the contract agreement. END OF SECTION PERFORMANCE BOND AND PAYMENT BOND

30 SECTION SUMMARY PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section Includes: 1. Project information. 2. Work covered by Contract Documents. 3. Phased construction. 4. Owner-furnished products. 5. Access to site. 6. Coordination with occupants. 7. Work restrictions. 8. Specification and drawing conventions. 9. Miscellaneous provisions. B. Related Requirements: 1. Section "Temporary Facilities and Controls" for limitations and procedures governing temporary use of Owner's facilities. 1.3 PROJECT INFORMATION A. Project Identification: Blinn College Accessibility Compliance 1. Project Location: Blinn Campus, Brenham, TX B. Owner: Blinn College 1. Owner's Representative: Richard O Malley, Blinn College Director of Facilities. C. Architect: The Arkitex Studio, Inc. 1. Architect s Bidding Phase Representative: Pamela da Graca, Associate AIA, Bidding and Negotiation Phase Manager 2. Architects: Michael S. Record, AIA, Principal Architect; 1.4 WORK COVERED BY CONTRACT DOCUMENTS A. The Work of Project is defined by the Contract Documents and consists of the following: 1. Minor renovations to several buildings on the Brenham Campus for handicap accessibility compliance. Scope of work includes demolition of restroom fixtures, accessories, toilet partitions, concrete ramps, and door frames. New work includes installation of toilet SUMMARY

31 B. Type of Contract: partitions, toilets fixtures, accessories, toilet partitions, doors and door frames, paint, layin ceiling tile and grid, and light fixtures. 1. Project will be constructed under a single prime contract. 1.5 ACCESS TO SITE A. General: Contractor shall have limited use of Project site for construction operations as indicated on Drawings by the Contract limits and as indicated by requirements of this Section. B. Use of Site: Limit use of Project site to work in areas indicated. Do not disturb portions of Project site beyond areas in which the Work is indicated. 1. Driveways, Walkways and Entrances: Keep driveways and entrances serving premises clear and available to Owner, Owner's employees, and emergency vehicles at all times. Do not use these areas for parking or storage of materials. a. Schedule deliveries to minimize use of driveways and entrances by construction operations. b. Schedule deliveries to minimize space and time requirements for storage of materials and equipment on-site. C. Condition of Existing Building: Maintain portions of existing building affected by construction operations in a weathertight condition throughout construction period. Repair damage caused by construction operations. 1.6 COORDINATION WITH OCCUPANTS A. Full Owner Occupancy: Owner will occupy site and existing, adjacent building(s) during entire construction period. Cooperate with Owner during construction operations to minimize conflicts and facilitate Owner usage. Perform the Work so as not to interfere with Owner's day-to-day 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 approval of authorities having jurisdiction. 2. Notify Owner not less than 72 hours in advance of activities that will affect Owner's operations. B. Owner Limited Occupancy of Completed Areas of Construction: Owner reserves the right to occupy and to place and install equipment in completed portions of the Work, prior to Substantial Completion of the Work, provided such occupancy does not interfere with completion of the Work. Such placement of equipment and limited 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 prior to Owner acceptance of the completed Work. 2. Obtain a Certificate of Occupancy from authorities having jurisdiction before limited Owner occupancy. 3. Before limited 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 Work. SUMMARY

32 4. On occupancy, Owner will assume responsibility for maintenance and custodial service for occupied portions of Work. 1.7 WORK RESTRICTIONS A. Work Restrictions, General: Comply with restrictions on construction operations. 1. Comply with limitations on use of public streets and with other requirements of authorities having jurisdiction. B. On-Site Work Hours: Limit work in the existing building to normal business working hours of 7 a.m. to 5 p.m., Monday through Friday, unless otherwise indicated. C. Existing Utility Interruptions: Do not interrupt utilities serving facilities occupied by Owner or others unless permitted under the following conditions and then only after providing temporary utility services according to requirements indicated: 1. Notify Owner not less than 3 days in advance of proposed utility interruptions. 2. Obtain Owner s written permission before proceeding with utility interruptions. D. Noise, Vibration, and Odors: Coordinate operations that may result in high levels of noise and vibration, odors, or other disruption to Owner occupancy with Owner. 1. Notify Owner and Architect not less than 2 days in advance of proposed disruptive operations. 2. Obtain Owner s written permission before proceeding with disruptive operations. E. Nonsmoking Building: Smoking is not permitted within the building. Smoking is allowed only in designated area on campus. 1.8 SPECIFICATION AND DRAWING CONVENTIONS A. 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: 1. Imperative mood and streamlined language are generally used in the Specifications. 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. 2. Specification requirements are to be performed by Contractor unless specifically stated otherwise. B. Division 01 General Requirements: Requirements of Sections in Division 01 apply to the Work of all Sections in the Specifications. C. Drawing Coordination: Requirements for materials and products identified on Drawings are described in detail in the Specifications. One or more of the following are used on Drawings to identify materials and products: 1. Terminology: Materials and products are identified by the typical generic terms used in the individual Specifications Sections. 2. Abbreviations: Materials and products are identified by abbreviations scheduled on Drawings. 3. Keynoting: Materials and products are identified by reference keynotes referencing Specification Section numbers found in this Project Manual. SUMMARY

33 PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION (Not Used) END OF SECTION SUMMARY

34 SECTION ALLOWANCES PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section includes administrative and procedural requirements governing allowances. 1. Certain items are specified in the Contract Documents by allowances. Allowances have been established in lieu of additional requirements and to defer selection of actual materials and equipment to a later date when direction will be provided to Contractor. If necessary, additional requirements will be issued by Change Order. B. Types of allowances include the following: 1. Contingency allowances. C. Related Requirements: 1. Section "Quality Requirements" for procedures governing the use of allowances for testing and inspecting. 1.3 SELECTION AND PURCHASE A. At the earliest practical date after award of the Contract, advise Architect of the date when final selection and purchase of each product or system described by an allowance must be completed to avoid delaying the Work. B. At Architect's request, obtain proposals for each allowance for use in making final selections. Include recommendations that are relevant to performing the Work. C. Purchase products and systems selected by Architect from the designated supplier. 1.4 ACTION SUBMITTALS A. Submit proposals for purchase of products or systems included in allowances, in the form specified for Change Orders. 1.5 INFORMATIONAL SUBMITTALS A. Submit invoices or delivery slips to show actual quantities of materials delivered to the site for use in fulfillment of each allowance. B. Submit time sheets and other documentation to show labor time and cost for installation of allowance items that include installation as part of the allowance. ALLOWANCES

35 C. Coordinate and process submittals for allowance items in same manner as for other portions of the Work. 1.6 COORDINATION A. Coordinate allowance items with other portions of the Work. Furnish templates as required to coordinate installation. 1.7 CONTINGENCY ALLOWANCES A. Use the contingency allowance only as directed by Architect for Owner's purposes and only by Change Orders that indicate amounts to be charged to the allowance. B. Contractor's overhead, profit, and related costs for products and equipment ordered by Owner under the contingency allowance are included in the allowance and are not part of the Contract Sum. These costs include delivery, installation, insurance, equipment rental, and similar costs. C. Allowance Expenditure Authorizations authorizing use of funds from the contingency allowance will include Contractor's related costs and reasonable overhead and profit margins. D. At Project closeout, credit unused amounts remaining in the contingency allowance to Owner by Change Order. 1.8 ADJUSTMENT OF ALLOWANCES A. Allowance Adjustment: To adjust allowance amounts, prepare a Change Order proposal based on the difference between purchase amount and the allowance, multiplied by final measurement of work-in-place where applicable. If applicable, include reasonable allowances for cutting losses, tolerances, mixing wastes, normal product imperfections, and similar margins. 1. Include installation costs in purchase amount only where indicated as part of the allowance. 2. If requested, prepare explanation and documentation to substantiate distribution of overhead costs and other margins claimed. 3. Submit substantiation of a change in scope of work, if any, claimed in Change Orders related to unit-cost allowances. 4. Owner reserves the right to establish the quantity of work-in-place by independent quantity survey, measure, or count. B. Submit claims for increased costs because of a change in scope or nature of the allowance described in the Contract Documents, whether for the purchase order amount or Contractor's handling, labor, installation, overhead, and profit. 1. Do not include Contractor's or subcontractor's indirect expense in the Change Order cost amount unless it is clearly shown that the nature or extent of work has changed from what could have been foreseen from information in the Contract Documents. 2. No change to Contractor's indirect expense is permitted for selection of higher- or lowerpriced materials or systems of the same scope and nature as originally indicated. ALLOWANCES