construction ma.tit.a.gement team

36
n SA I NT LO UIS u ro CONSTRUCTION MA. tit. A.GEMENT TEAM ADDENDUM TO: All Bidders FROM: Proposition S Construction Management Team DATE: December 17 , 2012 FOR: RFP# PS94-1213- Classroom Lighting Package 5 ADDENDUM NO 2: Allowance, Revised Scope and Specifications & Revised Cost/Pricing Proposal form Notice to Bidders This Addendum forms a part of the Contract Documents for RFP PS94-1213- Classroom Lighting Package 5. Contractors are required to acknowledge receipt of this addendum on the bid proposal form. Failure to acknowledge the receipt of this addendum may be subject for bidder to be disqualified. Bidders are hereby informed that the contract documents are modified as follows: ALLOWANCE: 1. Provide a $5,000.00 ( Five Thousand Dollars) per school allowance for additional lighting in the main vestibule area at each of the 14 school locations. This allowance is discretionary in that, all or part of it may not be spent and therefore the district shall receive a credit back from the Design/Builder for the unspent portion of the allowance at the end of the project. REVISED SCOPE AND SPECIFACTIONS: 1. Attached is the Revised Project Scope and Specifications. REVISED COST/PRICING PROPOSAL FORM: 1. Attached is the Revised Cost/Pricing Proposal Form.

Upload: others

Post on 30-Nov-2021

1 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: CONSTRUCTION MA.tit.A.GEMENT TEAM

n SA INT LOUIS u ro

CONSTRUCTION MA.tit.A.GEMENT TEAM

ADDENDUM

TO: All Bidders

FROM: Proposition S Construction Management Team

DATE: December 17, 2012

FOR: RFP# PS94-1213- Classroom Lighting Package 5

ADDENDUM NO 2: Allowance, Revised Scope and Specifications & Revised Cost/Pricing Proposal form

Notice to Bidders

This Addendum forms a part of the Contract Documents for RFP PS94-1213- Classroom Lighting Package 5. Contractors are required to acknowledge receipt of this addendum on the bid proposal form. Failure to acknowledge the receipt of this addendum may be subject for bidder to be disqualified.

Bidders are hereby informed that the contract documents are modified as follows:

ALLOWANCE: 1. Provide a $5,000.00 ( Five Thousand Dollars) per school allowance for additional

lighting in the main vestibule area at each of the 14 school locations. This allowance is discretionary in that, all or part of it may not be spent and therefore the district shall receive a credit back from the Design/Builder for the unspent portion of the allowance at the end of the project.

REVISED SCOPE AND SPECIFACTIONS: 1. Attached is the Revised Project Scope and Specifications.

REVISED COST/PRICING PROPOSAL FORM: 1. Attached is the Revised Cost/Pricing Proposal Form.

Page 2: CONSTRUCTION MA.tit.A.GEMENT TEAM

SCOPE:

The Revised Scope of this project consists of:

• Provide & Install new occupancy sensors in all rooms and spaces, except storage, toilet,

janitorial and closets rooms, in all of the schools in this project package.

o Selection of the type of occupancy sensor shall be based on what works best in

the room.

THE SCOPE OF WORK AS INDENTIFIED ABOVE SHALL BE COMPLETED AT THE FOLLOWING

SCHOOLS:

1. Carnahan 2. Central VPA/Cieveland NJROTC 3. Clyde Miller Career Academy 4. Gateway STEM 5. Madison 6. McKinley 7. Metro A/C 8. Roosevelt 9. Soldan 10. Sumner 11. Northwest 12. Vashon 13. Meda P. Washington 14. Kottemeyer

The contractor is responsible for the demolit ion and disposal of all replaced and/or repaired items associated with this project including clean-up.

Exposed conduits/wiremold can be installed in rooms with plaster ceiling to accommodate the installation ot'wall or ceiling mounted occupancy sensors.

Rooms with HID Metal Halide fixtures (Gym/cafeteria) shall not receive any occupancy sensors.

No occupancy sensors shall be provided on light fixtures used for emergency lighting.

The contractor shall apply for Ameren Missouri U.E. Energy/ Incentive Rebate Program.

Specifications for the lighting and the control devices are attached.

Page 3: CONSTRUCTION MA.tit.A.GEMENT TEAM

SECTION 260923- LIGHTING CONTROL DEVICES

PART 1- GENERAL

1.1 SUMMARY

Section Includes: Indoor Occupancy Sensors

1.2 ACTION SUBMITTALS

A. Product Data : For each type of product.

B. Field quality-control reports

1.3 CLOSEOUT SUBMITTALS

A. Operation and Maintenance Data: For each type of lighting control device to include in emergency, operation, and maintenance.

PART 2- PRODUCTS

2.1 INDOOR OCCUPANCY SENSORS

A. Manufacturers: Subject to compliance with requirements, provide products by one of the following:

1. Sensor Switch 2. Leviton Mfg. Company, Inc. 3. Lutron Electronics Co., Inc. 4. Watt Stopper

B. General Requirements for Sensors: Wall- or ceiling-mounted, solid-state indoor occupancy sensors with a separate power pack.

1. Listed and labeled as defined in NFPA 70, by qualified testing agency, and marked for intended location and application.

2. Operation: Unless otherwise indicated, turn lights on when coverage area is occupied and turn them off when unoccupied; with a time delay for turning lights off, adjustable over a minimum range of 1 to 30 minutes.

3. Sensor Output: Contacts rated to operate the connected relay, complying with UL773A. Sensor is powered from the power pack.

4. Power Pack: Dry contacts rated for 20A ballast load at 120- and 277-V ac, for 13-A tungsten at 120-V ac, and for 1 hp at 120-V ac. Sensor has 24-V de, 150-mA, Class 2 power source, as defined by NFPA 70

INTERIOR LIGHTING AND LIGHT CONTROL DEVICES SPECIFICATIONS 1

Page 4: CONSTRUCTION MA.tit.A.GEMENT TEAM

5. Mounting: a) Sensor: Suitable for mounting in any position on a standard outlet box b) Relay: externally mounted through a ~-inch knockout in a standard electrical

enclosure c) Time-delay and Sensitivity Adjustments: Recessed and concealed behind hinged

door 1. Indicator: Digital display, to show when motion is detected during and normal

operation of sensor. 2. Bypass Switch: Override the "on" function in case of sensor failure 3. Automatic Light-Level Sensor: Adjustable from 2 to 200 fc; turn lights off when

selected lighting level is present.

C. Dual-Technology type: Ceiling mounted; detect occupant in coverage area using PIR and ultrasonic detection methods. The particular technology or combination of technologies that control on-off functions is selectable in the field b operating controls on unit.

1. Sensitivity Adjustment: Separate for each sensing technology. 2. Detector Sensitivity: Detect Occurrences of 6-inch- minimum movement of any

portion of a human body that presents a target of not less than 36 sq. in., and detect a person of manner at an approximate speed of 12 inches/s.

3. Detection Coverage (Standard Room): Detect Occupancy anywhere within a circular area of 2400 sq. ft. when mounted on a 96-inch-high ceiling.

2.2 SWITCHBOX-MOUNTED OCCUPANCY SENSORS

A. Basis of Design: Leviton OSSMT-GAW B. Other Manufacturers: Subject to compliance with requirements as reflected to those

found in the Basis of Design product, the following Manufactures are approved: 1. Bryant Electric, a Hubbell Company 2. Cooper Industry, Inc 3. Lutron Electronics Co., Inc. 4. Watt Stopper 5. Leviton

C. General Requirements: Automatic-wall-switch occupancy sensor, suitable for mounting in a single gang switchbox. 1. Listed and labeled as defined in NFPA 70, by a qualified testing agency, and marked

for intended location and application. 2. Operating Ambient Conditions: Dry interior conditions, 32 to 120 deg F. 3. Switch Rating: Not less than 800-VA fluorescent at 120V, 1200-VA fluorescent

at 277 V, and 800-W incanqescent.

D. Wall-Switch Sensor:

INTERIOR LIGHTING AND LIGHT CONTROL DEVICES SPECIFICATIONS 2

Page 5: CONSTRUCTION MA.tit.A.GEMENT TEAM

1. Standard Range: 180-degree field of view, with a minimum coverage area of 2400 sq. ft.

2. Sensing Technology: Dual Technology- PIR/Uitrasonic 3. Switch Type: SP, field selectable automatic "on," or manual"on" automatic "off." 4. Voltage: Match the circuit voltage type. 5. Neutral Wire Connection: Not Required 6. Ambient-Light Override: Concealed, field-adjustable, light-level sensor from 10 to

150 fc. The switch prevents the lights from turning on when the light level is higher than the set point of the sensor.

7. Concealed, field-adjustable, "off' time-delay selector at up to 30 minutes. 8. Concealed "off' time-delay selector at 30 seconds, and 5, 10, and 20 minutes. 9. Adaptive Technology: Self-adjusting circuitry detects and memorizes usage

patterns of the space and helps eliminate false "off" switching.

2.3 CONDUCTORS AND CABLES

A. Power Wiring to Supply Side of Remote-Control Power Sources: Note smaller than No. 12 AWG. Comply with requirements in "Low-Voltage Electrical Power Conductors and Cables."

PART 3- EXECTUTION

3.1 SENSOR INSTALLATION

A. Coordinate layout and installation of ceiling-mounted devices with other construction that penetrates ceilings or is supported by them, including light fixtures, HVAC equipment, smoke detectors, fire-suppression systems, and partition assemblies.

B. Install and aim sensors in locations to achieve not less than 90 percent coverage of areas indicated. Do not exceed coverage limits specified in manufacturer's written instructions

3.2 WIRING INSTALLATION

A. Wiring Method: Comply with "Low-Voltage Electrical Power Conductors and Cables". Minimum conduit size is~ inch.

B. Wiring with enclosures: Comply with NECA 1. Separate power-limited and nonpower­limited conductors according to conductor manufacturer's written instructions.

C. Size conductors according to lighting control device manufacture written instructions unless otherwise indicated.

D. Splices, Taps, and Terminations: Make connections only on numbered terminals strips in junction, pull, and outlet boxes; terminal cabinets; and equipment enclosure.

E. Label time switches and contactors with a unique designation.

INTERIOR LIGHTING AND LIGHT CONTROL DEVICES SPECIFICATIONS 3

Page 6: CONSTRUCTION MA.tit.A.GEMENT TEAM

3.3 FIELD QUALITY CONTROL

A. Perform the following tests and inspections:

1. Operational Test: After installing time switches and sensors, and after electrical circuitry has been energized, start units to confirm proper unit operation.

2. Test and adjust controls and safeties. Replace damaged and malfunctioning controls and equipment.

A. Lighting control devices will be considered defective if they do not pass tests and inspections.

B. Prepare test and inspection reports.

3.4 ADJUSTING

A. Occupancy Adjustments: When requested within 12 months from date of Substantial Completion, provide on-site assistance in adjusting sensors to suit actual occupied conditions. Provide two visits to Project during other-than-normal occupancy hours for this purpose.

1. For occupancy and motion sensors, verify operation at outer limits of detector range. Set time delay to suit Owner's operation.

END OF LIGHTING CONTROL DEVICES SPECIFICATIONS

INTERIOR LIGHTING AND LIGHT CONTROL DEVICES SPECIFICATIONS 4

Page 7: CONSTRUCTION MA.tit.A.GEMENT TEAM

SECTION 265100- INTERIOR LIGHTING

PART 1- GENERAL

1.1 SUMMARY

A. Section Includes:

1. Interior lighting fixtures, lamps, and ballasts 2. Lighting fixture supports

1.2 DEFINITIONS

A. BF: Ballast Factor.

B. CCT: Correlated color temperature.

C. LER: Luminaire efficacy rating.

D. Lumens: Measured output of lamp and lumina ire, or both.

E. Luminaire: Complete lighting fixture, including ballast housing if provided.

1.3 ACTION SUBMITIALS

1.4

A. Product Data: For each type of lighting fixture, arranged in order of fixture designation. Include data on features, accessories, finishes, and following:

1. Physical description of lighting fixture including dimensions 2. Emergency lighting units including battery and charger 3. Ballast, including BF.

A. Qualification Data: For qualified agencies providing photometric data for lighting fixtures.

B. Product Certificates: For each type of ballast for bi-level and dimmer-controlled fixtures, from manufacturer.

C. Field quality-control Reports

D. Warranty: Sample of special warranty.

1.5 CLOSEOUT SUBMITIALS

INTERIOR LIGHTING AND LIGHT CONTROL DEVICES SPECIFICATIONS

5

Page 8: CONSTRUCTION MA.tit.A.GEMENT TEAM

A. Operational and Maintenance Data: For lighting equipment and fixtures to include in emergency, operation, and maintenance manuals.

1. Provide a list of all lamp types used on Project; use ANSI and manufacturers' codes.

1.6 MAINTENANCE MATERIAL SUBMITTALS

A. Furnish extra materials that match products installed and that are packaged with protective covering for storage and identified with labels describing contents.

1. Lamps: Ten percent of each type and rating installed. Furnish at least one of each type. 2. Plastic Diffusers and Lenses: Ten percent of each type and rating installed. Furnish at least

one of each type. 3. Ballasts: Ten percent of each type and rating installed. Furnish at least one of each type. 4. Globes and Guards: Ten percent of each type and rating installed. Furnish at least one of

each type.

1.7 QUALITY ASSURANCE

A. Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70, by a qualified testing agency, and marked for intended location and application.

B. Comply with NFPA 70.

1.8 COORDINATION

A. Coordinate layout and installation of lighting fixtures and suspension system with other construction that penetrates ceilings or is supported by them, including HVAC equipment, fire suppression system, and partition assemblies.

PART 2- PRODUCTS

2.1 MANUFACTURERS

A. Products: Subject to compliance with requirements, available products that may be incorporated into the Work are:

1. General Electric 2. Phillips 3. Cooper LGT 4. Lithonia

2.2 GENERAL REQUIREMENTS FOR LIGHTING FIXTURES AND COMPONENTS

INTERIOR LIGHTING AND LIGHT CONTROL DEVICES SPECIFICATIONS 6

Page 9: CONSTRUCTION MA.tit.A.GEMENT TEAM

A. Recessed Fixtures: Comply with NEMA LE 4 for ceiling compatibility for recessed fixture.

B. Fluorescent Fixtures: Comply with UL 1598. Where LER is specified, test according to NEMA LE 5 and NEMA LE SA as applicable.

C. Metal Parts: Free of burrs and sharp corners and edges

D. Sheet metal Components: Steel unless otherwise indicated. Form and support to prevent warping and sagging.

E. Doors, Frames, and other internal Access: Smooth operating, free of light leakage under operating conditions, and designed to permit relamping without use of tools. Designed to prevent doors, frames lenses, diffusers and other components from falling accidentally during relamping and when secured in operating position.

F. Diffusers and Globes:

1. Acrylic Lighting Diffusers: 100 percent virgin acrylic plastic. High resistance to yellowing and other changes due to aging, exposure to heat, and UV radiation .

a. Lens Thickness: At least 0.125 inch minimum unless otherwise indicated. b. UV stabilized.

G. Factory-Applied Labels: Comply with UL 1598. Include recommended lamps and ballasts. Labels shall be located where they will be readily visible to service personnel, but not seen from normal viewing angles when lamps are in place.

1. Label shall include the following lamp and ballast characteristics:

a. "USE ONLY" and include specific lamp type. b. Lamp diameter code (T-4, t-5, T-8, T-12, etc.), tube configuration (twin, quad, triple,

etc.), base type, and nominal wattage for fluorescent and compact fluorescent luminaires.

c. Star type (preheat, rapid start, instant start, etc.) for fluorescent and compact fluorescent luminaires.

d. ANSI ballast type (M98, M57, etc.) for HID lumininaires.

e. CCT and CRI for all luminaires

H. Electromagnetic-Interference Filters: Factory installed to suppress conducted electromagnetic interference as required by MIL-STD-461E. Fabricate lighting fixtures with one filter on each ballast indicated to require a filter.

2.3 BALLASTS FOR LINEAR FLUORESCENT LAMPS

INTERIOR LIGHTING AND LIGHT CONTROL DEVICES SPECIFICATIONS 7

Page 10: CONSTRUCTION MA.tit.A.GEMENT TEAM

A. General Requirements for programmed start Electronic Ballasts (Advance Ballast or approved equal) :

1. Comply with UL 935 and w ith ANSI C82.11. 2. Designed for type and quantity of lamps served 3. Ballasts shall be designed for full light output unless another BF, Dimmer, or bi-level control

is indicated . 4. Sound rating: Class A. 5. Total Harmonic Distortion Rating: Less than 10 percent. 6. Transient Voltage Protection: IEEE C62.41.1 and IEEE C62.41.2, Category A or Better. 7. Operating Frequency: 42kHz or higher. 8. Lamp Current Crest Factor: 1.7 or less. 9. BF: 0.98 or higher 10. Power Factor: 0.98 or higher 11. Parallel Lamp Circuits: Multiple lamp ballast shall comply with ANSI C82.11 and shall be

connected to maintain full light output on surviving lamps if one or more lamps fail.

B. Electromagnetic Ballasts: Comply with ANSI C82.1; energy saving, high-power factor, Class P, and having automatic-reset thermal protection.

1. Ballast Manufacturer Certification: Indicate by label.

C. Ballasts for Low Electromagnetic-Interference Environments: Comply with 47 CFR 18, Ch. 1, Subpart C, for limitations on electromagnetic and radio-frequency interference for consumer equipment.

2.4 BALLASTS FOR COMPACT FLUORESCENT LAMPS

A. Description: Electronic-programmed rapid-start type, complying with UL 935 and with ANSI C 82.11, designed for type and quantity of lamps indicated. Ballast shall be designed for full light output unless or bi-level control is indicated:

1. Lamp end-of-life detection and shutdown circuit 2. Automatic lamp starting and shutdown circuit 3. Sound rating: Class A. 4. Total Harmonic Distortion Rating: Less than 20 percent. 5. Transient Voltage Protection: IEEE C62.41.1 and IEEE C62.41.2, Category A or

Better. 6. Operating Frequency: 20 kHz or higher. 7. Lamp Current Crest Factor: 1.7 or less. 8. BF: 0.98 or higher 9. Interference: 10. Comply with 47 CFR 18, Ch. 1, Subpart C, for limitations on electromagnetic and

radio-frequency interference for non-consumer equipment.

INTERIOR LIGHTING AND LIGHT CONTROL DEVICES SPECIFICATIONS 8

Page 11: CONSTRUCTION MA.tit.A.GEMENT TEAM

2.5 FLUORESCENT LAMPS

A. Approved Manufactures:

1. General 2. Sylvania 3. Electric Phillips

A. T8 rapid-start lamps, rated 28 W maximum, nominal length of 48 inches, 2800 initial lumens (minimum), CRI 75 (minimum), color temperature 4100 K, White Light, and average rated life 20,000 hours unless otherwise indicated.

B. T8 rapid-start lamps, rated 28 W maximum, nominal length of 24 inches, 1300 initial lumens (minimum), CRI 75 (minimum), color temperature 4100 K, White, and average rated life 20,000 hours unless otherwise indicated.

C. · Compact Fluorescent Lamps: 4-Pin, CRI 80 (minimum), color temperature 4100 K, White.

D. K, average rated life of 10,000 hours at three hours operation per start unless otherwise indicated.

1. 13 W: 2. 18W: 3. 26W: 4. 32W: 5. 42W: 6. 57W: 7. 70W:

T4, double or triple tube, rated 900 initial lumens (minimum) T4, double or triple tube, rated 1200 initial lumens (minimum) T4, double or triple tube, rated 1800 initial lumens (minimum) T4, triple tube, rated 2400 initial lumens (minimum) T4, triple tube, rated 3200 initial lumens (minimum) T4, triple tube, rated 4300 initial lumens (minimum) T4, triple tube, rated 5200 initial lumens (minimum)

2.6 LIGHTING FIXTURE SUPPORT COMPONENTS

A. Comply with "Hangers and Supports for Electrical Systems" for Channel and angle-iron supports and nonmetallic channel and angle supports.

B. Single-Stem Hangers: Y2-inch steel tubing with swivel ball fittings and ceiling canopy. Finish same as fixture.

C. Twin-Stem Hangers: Two, Y2-in steel tube with single canopy designed to mount a single fixture. Finish same as fixture.

D. Wires: ASTM a 641/ A 641M, Class 3, soft temper, zinc-coated steel12 gage

E. Rod Hangers: 3/16-inch minimum diameter, cadmium-plated, threaded steel rod.

F. Hook Hangers: Integrated assembly matched to fixture and line voltage and equipped with threaded attachment, cord and locking-type plug.

INTERIOR LIGHTING AND LIGHT CONTROL DEVICES SPECIFICATIONS 9

Page 12: CONSTRUCTION MA.tit.A.GEMENT TEAM

PART 3-EXECUTION

3.1 INSTALLATION

A. Lighting fixtures:

1. Set level, plumb, and square with ceilings and walls unless otherwise indicated 2. Install lamps in each luminaire

B. Temporary Lighting: If it is necessary, and approved by Architect, to use permanent lumina ire for temporary lighting, install and energize the minimum number of luminaire necessary. When construction is sufficiently complete, remove the temporary luminaires, disassemble, clean thoroughly, install new lamps, and reinstall.

C. Lay-in Ceiling Lighting Fixtures Supports: Use grid as a support element.

1. Install ceiling support system rods or wires, independent of the ceiling suspension devices, for each fixture. Locate not more than 6 inches from lighting fixture corners.

2. Support Clips: Fasten to lighting fixtures and to ceiling grid members at or near each fixture corner with clips that are UL Listed for the application.

3. Fixtures of Sizes Less Than ceiling Grid: Install as shown on site or center in acoustical panel, and support fixtures independently with at least two %-in metal channels spanning and secured to ceiling tees

4. Install at least one independent support rod or wire from structure to a tab on lighting fixture. Wire or rod shall have breaking strength or the weight of fixture at a safety factor of 3.

D. Suspended Light Fixture Support

1. Pendants and Rods: Where longer than 48 inches, brace to limit swinging. 2. Stem-Mounted, Single-Unit Fixtures: Suspend with twin-stem hangers. 3. Continuous Row: Use tubing or stem for wiring at one point and tubing or rod for

suspension for each unit length of fixture chassis, including one at each end. 4. Do not use grid as support for pendant luminaires. Connect support wires or rods to

building structure. E. Connect wiring according to "Low-Voltage Electrical Power Conductors and Cables."

3.2 IDENTIFICATION

A. Install Labels with panel and circuit numbers on concealed junction and outlet boxes. Comply with reguirements for identification for Electrical Systems

3.3 FIELD QUALITY CONTROL

A. Prepare a written report of tests, inspection, observations, and verifications indicating and interpreting results. If adjustments are made to lighting system, retest to demonstrate compliance with standards.

INTERIOR LIGHTING AND LIGHT CONTROL DEVICES SPECIFICATIONS 10

Page 13: CONSTRUCTION MA.tit.A.GEMENT TEAM

END OF INTERIOR LIGHTING SPECIFICATIONS

11 INTERIOR LIGHTING AND LIGHT CONTROL DEVICES SPECIFICATIONS

Page 14: CONSTRUCTION MA.tit.A.GEMENT TEAM

ATTACHMENT B

COST I PRICING PROPOSAL

Purchasing Office of the St. Louis Public Schools, Second Floor- Cashier's Window 801 North 11th Street St. Louis, Missouri 63101

Subject: Saint Louis Public Schools RFP Title - Classroom Lighting Package 5 RFP PS #94-1213

Design-Build Contractor

Company Name:

Contact Person:

Address:

City, State, Zip:

Phone: Fax: ---------------------------In the event electrical load calculations and/or drawings are required to correctly complete these projects, the Design-Build contractor shall have available a licensed Electrical Engineer capable of providing the necessary technical expertise to advise and provide the guidance and construction documents (in necessary) in order to fully Execute this project. The cost of this service shall be included in the Design-Builder proposal.

Proposed Engineer;

Company Name: ----------------------------Discipline: ________________ _

Contact Person:

Address:

City, State, Zip:

Phone: Fax: ---------------------------

1. The Undersigned Bidder offers and agrees, if this Proposal is accepted, to enter into an Agreement with the Saint Louis Public School District in the form included in the Contract Documents and to complete all work as specified or indicated in the Contract Documents for the Contract Price and within the Contract Time indicated in this proposal and in accordance with the Contract Documents.

16

Page 15: CONSTRUCTION MA.tit.A.GEMENT TEAM

2. BIDDER has examined and is familiarized with the Instructions to Bidders, all of the other Bidding

Documents, and all of the Contract Documents; Bidder has examined the actual site and locality where

the Work is to be performed; Bidder has familiarized themselves with the legal requirements (federal, state, and local laws, ordinances, rules, and regulations); Bidder has made independent investigations

as they deem necessary; and Bidder has satisfied themselves as to all conditions affecting cost, progress, or performance of the scope of work outlined in this RFP.

3. BIDDER accepts all of the terms and conditions as outlined in this RFP.

4. BIDDER aggress to perform the work in the time specified and accepts the provtswns of and assessment ofliquidated damages as defined in the General Conditions of the Contract for Construction

a) Contract Period- The Contractor shall complete all work required as specified in Attachment B.

b) If the reason for any delay in the commencement or progress of the Work is not attributed to any of the causes listed in the General Conditions, then the Design-Builder and his Surety shall be liable for and shall pay to the Owner the sum of $1,000 for each calendar day of delay as liquidated damages. The liquidated damages shall be paid for each day of delay until the Contract Work is Substantially Complete as defined herein.

5. BIDDER upon acceptance of this bid will execute the Agreement and will furnish the required Contract security and insurance certificates within 5 days after the award of the Contract.

6. BIDDER agrees to furnish all labor, materials, supplies, equipment, services, and other facilities

necessary or proper for, or incidental to, all work as required by, and in accordance with the Contract Documents for this RFP for the lump sum price as noted in the "Base Bid Proposal" section.

7. Bidders should be advised that, prior to award of any contract, the Saint Louis Public School District

reserves the right to conduct a pre-award survey for the purpose of determining the bidder's responsibility and capacity to perform the contract. This survey may include review of subcontracting agreements, financial capacity, and quality of work performed on other contracts.

8. Bidder agrees to indemnify the Board of Education, Operations Department, Construction Managers and it's Project Mangers from and against all losses, claims, demands, payments, suits, actions, recoveries, and judgments of every nature and description made, brought or recovered against the Board of Education by reason of any act of omission of the Bidder.

9. Bidder agrees that in all required bonds, the bidder shall include such provisions as will guarantee the faithful performance of the prevailing hourly wage clause as provided by contract.

10. Bidder and their subcontractors shall be required to submit weekly payroll sheets with their monthly

invoices, showing compliance to the Prevailing Wage Standard, as well as an Affidavit of Compliance

with Prevailing Wage Law at the conclusion of the project, prior to final payment. 17

Page 16: CONSTRUCTION MA.tit.A.GEMENT TEAM

11. Bidder agrees that accurate records pertaining to wages paid all workers employed on the contract shall be kept within the state by the contractor and each subcontractor, for a period of one (1) year following the issuance of final payment for the subject work.

12. Bidder will forfeit a penalty to the St. Louis Public Schools of $100 per day (or portion of a day) for each worker that is paid less than the prevailing wage rate for any work done under the contract by the contractor or by any subcontractor.

13. Bidder and all subcontractors to the contract must require all on-site employees to complete the ten­hour safety training program required under Section 292.675, RSMo, (enclosed in the laws section), if they have not previously completed the program and have documentation of having done so.

14. Bidder will forfeit a penalty to the St. Louis Public Schools of $2,500 plus an additional $100 for each employee employed by the contractor or subcontractor, for each calendar day, or portion thereof, if such employee is employed without the required training.

15. Bidder agrees that during periods of excessive employment (any month immediately following two consecutive calendar months during which the level of unemployment in the state has exceeded five percent as measured by the United States Bureau of Labor Statistics) only Missouri laborers (persons who have resided in Missouri for at least thirty days and intend to become or remain Missouri residents) and laborers from non-restrictive states (persons who are residences of a state which has not enacted state laws restricting Missouri laborers from working on public works projects in that state, as determined by the Labor and Industrial Relations Commission) (see Excessive Unemployment section), may be employed under the contract, except that other laborers may be used when Missouri laborers or laborers from nonrestrictive states are not available, if so certified by the contractor and approved by the contracting officer.

16. Bidder agrees that every transit employer, as defined in section 285.230 RSMo, enclosed in the laws section, must post in a prominent and easily accessible place at the work site a clearly legible copy of the following: (1) The notice of registration for employer withholding issued to such transient employer by the director of revenue; (2) Proof of coverage for workers' compensation insurance or self-insurance signed by the transient employer and verified by the department of revenue through the records of the division of workers' compensation; and (3) The notice of registration for unemployment insurance issued to such transient employer by the division of employment security. Any transient employer failing to comply with these requirements shall, under section 285.234, RSMo, enclosed in the laws section, be liable for a penalty of five hundred dollars per day until the notices required by this section are posted as required by that statute.

17. PROLOG - Electronic Program Management System - As part of project administration, the contractor is required to utilize an electronic web-based program & document management system known as Prolog to facilitate communications, submittals, reports, RFI's, invoices, schedules, and other relevant information.

18

Page 17: CONSTRUCTION MA.tit.A.GEMENT TEAM

18. The contractor shall include an allowance of$1,000.00 in this bid to cover the cost of the software

license.

19

Page 18: CONSTRUCTION MA.tit.A.GEMENT TEAM

~ ~-~-------------------------------------._..

ACKNOWLEDGEMENT

In response to the Advertisement for Bidders and in accordance with the accompanying Bidding Documents therein listed, the undersigned, upon written notice of award of contract, acknowledges and

agrees to provide all labor, material, equipment, tools, supervision, safety, technical services, taxes,

insurance, overhead, profit, bonds and to pay all permit costs and fees necessary or required, and to supply the operations necessary and incidental to perform the Contract work in accordance with the provisions of the above referenced documents in a safe, timely and workmanlike manner for the Lump

Sum Price(s) as stated below:

A. ADDENDA

Addenda to the Bidding Documents are included in the above Base Bid Proposal, and receipt

thereof is acknowledged as follows:

Addendum No : Date: -----------

Addendum No : ........---------- Date:

Addendum No : _________ _ Date:

Addendum No : _________ _ Date:

20

Page 19: CONSTRUCTION MA.tit.A.GEMENT TEAM

B. BASE BID PROPOSAL

The following describes our cost/pricing proposal to provide services specified in this RFP for Classroom Lighting Package 5 PS#94-1213 dated November 2, 2012

Dollars and (in words)

Design-build Cost Carnahan School

$----------~--------------------~

Design-build Cost Central School

$ __________ '-----------------------'

Design-build Cost Clyde Miller School

$ __________ '--------------------------'

Design-build Cost Gateway IT School

$ __________ '-----------------------'

Design-build Cost Kottmeyer School

$ __________ '-----------------------'

Design-build Cost Madison School

$ __________ '--------------------------'

Design-build Cost McKinley School

$ __________ ~----------------------'

Design-build Cost Meda P. Washington School

$ ________ ~--------------------~

Design-build Cost Metro School

$ ________ ~--------------------~

Design-build Cost Northwest School

$ ________ '-----------------------'

Design-build Cost Roosevelt School

$ ________ '-----------------------'

Design-build Cost Soldan School

$ ________ '-----------------------'

21

Page 20: CONSTRUCTION MA.tit.A.GEMENT TEAM

Design-build Cost Sumner School

$ _____ '------------____/

Design-build Cost Vashon

$ _____ '--------------'

Dollars and (in words)

Total Design-build Cost $ _____ '--------------'

Total Allowance for Vestibule Lighting included in Bid$ ____ ·'--------------'

1. Brief Explanation of the Services to be provided under the above cost/pricing proposal.

2. Unit Pricing

Elements of Cost I Pricing 1. Ceiling Mounted Occupancy Sensor 2. Wall Mounted Occupancy Sensor 3. Wall Switch Occupancy Sensor 4. Light Fixtures

Unit Price (each) $ ____ _

$ ____ _

$ ____ _

$ ____ _

3. Please attach the detail addressing Sections 5.3 as Attachment B

Signature of Authorized Official Date

Company N arne

22

Page 21: CONSTRUCTION MA.tit.A.GEMENT TEAM

C. PERFORMANCE BOND

Performance Bonds and Labor and Material Payment Bonds will be required for the proposed Contract work described in the above Bid Category. The amount included in the Base Bid Amount above is: $

Performance and payment bonds will be required on or before the date of contract execution.

D. VALUE ENGINEERING (Recommendations to save time or money)

Enclose with the Bid Form, at the Bidder's option, recommendations that may assist in evaluation of cost and duration of any bid categories:

1. Submit a Voluntary Alternate proposal describing Bidder's recommending adjustments to the Plans and Specifications, which will reduce the cost or improve the Project Schedule. Attached separate sheet(s) describing the proposal.

E. CONTRACTOR LABOR RATES (attach additional sheets as necessary)

With this bid, contractor shall provide the cost per hour for all labor classifications in its employ. These rates will be used for any extra work ordered by the school district or construction manager and should include all wages, taxes, tools, and any other miscellaneous costs deemed necessary by the contractor. Provide for each work classification. All rates should be costs per hour. Labor rates shall not include any mark-ups as related to Overhead and Profit.

These rates will be a critical part of each bid analysis. Labor rates shall remain valid for the total duratjop of the project.

Craft/Work Classification: _____________ Rate: $ _____ _,_/HR~

Craft/Work Classification: _____________ Rate: $ _____ _,_/HR~

Craft/Work Classification: _____________ Rate: $ _____ _,_/HR~

Craft/Work Classification: ____________ Rate: $ _____ .:...:/H=R=

(Attached information on separate sheet for additional Craft/Work classifications if necessary)

23

Page 22: CONSTRUCTION MA.tit.A.GEMENT TEAM

Note: Labor rates shall not include any marks as related to Overhead and Profit. Contractors shall also note that additional breakdown may be required by the School District/Construction

Manager prior to acceptance of quoted rates.

24

Page 23: CONSTRUCTION MA.tit.A.GEMENT TEAM

F. STATEMENT OF MBE/WBE PARTICIPATION

All contractors subrriitting a bid must complete and sign the minority contractor's good faith effort form. Failure to do so is cause of rejection of this bid.

MBE/WBE Percentage included in Base Bid: Percent ( %)

Name, Address, & Telephone---------------------

WBE/MBE ______________________________________________ ___

Work Covered --------------------------

Dollar Amount ofMBE/WBE Firm Participation _____________ __

(List any additional on additional sheets as necessary)

25

Page 24: CONSTRUCTION MA.tit.A.GEMENT TEAM

OPPORTUNITY for ADDITIONAL MBEIWBE Participation

List below any additional MBE/WBE opportunities not included in the above bid amounts and

the cost change to include these opportunities:

$ ____________________________________ DOLLARS

($ ________ ) Add/Deduct

$ _____________________________________ DOLLARS

($ _______ ) Add/Deduct

$ _____________________________________ DOLLARS

($ ________ ) Add/Deduct

(List any additional on additional sheets as necessary)

26

Page 25: CONSTRUCTION MA.tit.A.GEMENT TEAM

G. LISTING OF MAJOR SUBCONTRACTORS & VENDORS

All subcontractors to be utilized in the performance of the scope of work anticipated by this bid must be listed below. The Bidder hereby certifies that the following proposed Subcontractors will

be used in the performance of the work. (Additional sheets may be attached)

NAME OF SUBCONTRACTOR PERFORMED VENDOR EQUIPMENT

27

WORK TO BE MATERIAL OR

SUPPLIED

Page 26: CONSTRUCTION MA.tit.A.GEMENT TEAM

H. SCHEDULE

The contractor acknowledges that all work must be completed by July 31. 2013.

1. Calendar days required after award to prepare shop drawings/submittals for review: _ Days

2. Calendar days required for material delivery to site after receipt of approved shop drawings/submittals:

__ Days

3. Calendar days required to complete all work in this bid package: _ Days

4. Average crew size by Trade: _ /Day

5. Average MBE/WBE field workforce: _ /Day

PROPOSED EQUIPMENT:

SPECIAL PROVISIONS TO BE PROVIDED BY OTHER CONTRACTORS AND/OR CONSTRUCTION MANAGER:

28

Page 27: CONSTRUCTION MA.tit.A.GEMENT TEAM

The Undersigned certifies that it has examined and is fully familiar with all of the provisions of the Bidding Documents and any Addenda thereto; and that it has carefully reviewed all of the words and figures shown in the Bid Documents and the accuracy of all statements in this Bid Proposal; and that he/she has been fully authorized to make such statements and submit this Proposal in his/her companies behalf.

Respectfully submitted,

Legal Name of Firm:

Address ofBusiness:

Telephone Number:

Federal Employee No:

Contractor acknowledges they are in Registered in Good Standing to Perform Work in the State of Missouri

YES __ _ NO ___ _

Signature:

Title:

DATE SIGNED:

We operate as:( check

accordingly) Individual Owner:

Partnership:

Corporation:

Joint

Venture:

Limited Liability Corporation:

Other:

Located in the state of:

(Seal the Original Bid Proposal Form if Bid is by a Corporation)

Seal

29

Page 28: CONSTRUCTION MA.tit.A.GEMENT TEAM

CONTRACTORS GOOD FAITH EFFORT REPORT

PROJECT: SUBCONTRACTOR: ----------------------------- -----------

BID PACKAGE NO.: ___________________ BID PROPOSAL AMOUNT: ____ _

PART I: (COMPLETE IF BIDDER IS AN MBE SUBCONTRACTOR/SUPPLIER; SIGN BELOW)

1. THIS BID PROPOSAL HAS BEEN SUBMITTED BY (CHECK ONE)

___ A MINORITY BUSINESS ENTERPRISE

___ A WOMAN BUSINESS ENTERPRISE

2. BIDDER IS A MBE OR WBE FIRM CERTIFIED BY (CHECK ONE)

____ Saint Louis Lambert Airport Authority ____ Saint Louis Minority Business Council

____ Missouri Department of Transportation ____ lllinois Department of Transportation

____ BiState Transit Authority dba METRO ____ Saint Louis Development Corporation

PART IT: (COMPLETE IF BIDDER IS NOT AN MIWBE SUBCONTRACTOR/SUPPLIER; SIGN BELOW)

NAME OF MBE MWBE TYPE OF WORK SUBCONTRACTOR

MBE Participation: % WBE Participation: %

Total MBE/WBE Participation %

Anticipated M/WBE Workforce (Labor in Field): %

BID AMOUNT

AMOUNT APPLICABLE TO GOAL

TOTAL: ______ __

The Undersigned certifies that it is an MIWBE firm or will entire a formal agreement with MBE contractors for work identified above conditioned upon award of a sub-contract agreement.

CONTRACTOR: __________________________ __

BY: -DATE: __________ __

26

Page 29: CONSTRUCTION MA.tit.A.GEMENT TEAM

CONTRACTORSGOODFMTHEFFORTSTATEMENT

CONTRACTOR: ________________________________________________________ _

BY: ------------------------------ DATE: ____________ __

27

Page 30: CONSTRUCTION MA.tit.A.GEMENT TEAM

E-Verify AGREEMENT

[Name of Vendor]:

a) Agrees to have an authorized person execute the "Federal Work Authorization Program Affidavit" attached hereto and deliver the same to The Special Administrative Board of the Transitional School District of the City of St. Louis (d/b/a St. Louis Public School System) ("District") prior to or contemporaneously with the execution of a contract with the District;

b) Affirms it is enrolled in the "E-Verify" (formerly known as "Basic Pilot") work authorization program of the United States, and are participating in E-Verify with respect to your employees working in connection with the services being provided (to the extent allowed byE-Verify), or to be provided, by your company to the District;

c) Affirms that it is not knowingly employing any person who is an unauthorized alien in connection with the services being provided, or to be provided, by your company to the District;

d) Affirms you will notify the District if you cease participation in E-Verify, or if there is any action, claim or complaint made against you alleging any violation of Missouri Revised Statute 285.530, or any regulations issued thereto;

e) Agrees to provide documentation of your participation in E-Verify to the District prior to or contemporaneously with the execution of its contract with the District (or at any time thereafter upon request by the District), by providing to the District an E-Verify screen print-out (or equivalent documentation) confirming your participation in E-Verify;

f) Agrees to comply with any state or federal regulations or rules that may be issued subsequent to this addendum that relate to Missouri Revised Statute 285.530; and

g) Agrees that any failure by your company to abide by the requirements a) through f) above will be considered a material breach of your contract with the District.

By: (Signature) (Date)

Printed Name and Title:

For and on behalf of: (Company Name)

15

Page 31: CONSTRUCTION MA.tit.A.GEMENT TEAM

ATTACHMENT C

AGREEMENT

[Name of Vendor]:

a) Agrees to have an authorized person execute the "Federal Work Authorization Program Affidavit" attached hereto and deliver the same to The Special Administrative Board of the Transitional School District of the City of St. Louis (d/b/a St. Louis Public School System) ("District") prior to or contemporaneously with the execution of a contract with the District;

b) Affirms it is enrolled in the "E-Verify" (formerly known as "Basic Pilot") work authorization program of the United States, and are participating in E-Verify with respect to your employees working in connection with the services being provided (to the extent allowed byE-Verify), or to be provided, by your company to the District;

c) Affirms that it is not knowingly employing any person who is an unauthorized alien in connection with the services being provided, or to be provided, by your company to the District;

d) Affirms you will notify the District if you cease participation in E-Verify, or if there is any action, claim or complaint made against you alleging any violation of Missouri Revised Statute 285.530, or any regulations issued thereto;

e) Agrees to provide documentation of your participation in E-Verify to the District prior to or contemporaneously with the execution of its contract with the District (or at any time thereafter upon request by the District), by providing to the District an E-Verify screen print-out (or equivalent documentation) confirming your participation in E-Verify;

f) Agrees to comply with any state or federal regulations or rules that may be issued subsequent to this addendum that relate to Missouri Revised Statute 285.530; and

g) Agrees that any failure by your company to abide by the requirements a) through f) above will be considered a material breach of your contract with the District.

By: ------------------------------------------------(Signature)

Printed Name and Title: --------------------------------

For and on behalf of: (Company Name)

16

Page 32: CONSTRUCTION MA.tit.A.GEMENT TEAM

FEDERAL WORK AUTHORIZATION PROGRAM AFFIDAVIT

I, ___________ , being of legal age and having been duly sworn upon my oath, state the following

facts are true:

1. I am more than twenty-one years of age; and have first-hand knowledge of the matters set forth herein.

2. I am employed by _____________ (hereinafter "Company") and have authority to

issue this affidavit on its behalf.

3. Company is enrolled in and participating in the United States E-Verify (formerly known as "Basic Pilot")

federal work authorization program with respect to Company's employees working in connection with the services

Company is providing to, or will provide to, the District, to the extent allowed by E-Verify.

4. Company does not knowingly employ any person who is an unauthorized alien in connection with the

services Company is providing to, or will provide to, the District.

FURTHER AFFIANT SAYETH NOT.

By: ______________ (individual signature)

For ______________ (company name)

Title: _____________ _

STATE OF MISSOURI)

COUNTY OF ____ _ ) ss. )

On this _ day of 20 _, before me, _______ , a Notary Public in and for such County and

State, personally appeared of , known to me to be the person who executed the affidavit on behalf of said and acknowledged to me that he or she executed the same for the purposes therein stated. Subscribed and affirmed before me this __ day of

------'' 20_.

Notary Public My commission expires on: __________ _

17

Page 33: CONSTRUCTION MA.tit.A.GEMENT TEAM

ATTACHMENT D

BIDDER AFFIRMATION FORM

RFP TITLE: Classroom Lighting Package 4

RFP#: PS#93-1213

NAME OF BIDDER: ---------------------------------

After careful consideration of the solicitation document in its entirety, Request for Proposal RFP 91-1213, Project name, and any addendum(s) issued, the undersigned proposes to satisfy all requirements in accordance with said documents.

The Bidder's Checklist in Attachment E of the RFP has been complied with, is completed, and is enclosed with this Proposal.

For consideration of this proposal, the undersigned hereby affirms that (1) he/she is a duly authorized official of the company, (2) that the offer is being submitted on behalf of the bidder in accordance with any terms and conditions set forth in this document and (3) that the company will accept any awards made to it as a result of the offer submitted herein for a minimum of one year following the date of submission.

If notified in writing by mail or delivery of the acceptance of these documents, the undersigned agrees to furnish and deliver to the District within three (3) days, proof ofliability insurance.

The District shall provide the Bidder with a contract agreement, which will set forth the terms of this agreement. The contract shall be interpreted, construed and given effect in all respects according to the laws of the State of Missouri.

Nondiscrimination in Employment: We the supplier of goods, materials, equipment or services covered by this proposal or contract have not discriminated in the employment, in any way, against any person or persons, or refused to continue the employment of any person or persons on account of their race, creed, color, or national origin.

Respectfully submitted, Authorized Official: Title ___________ _

Print Name Signature Date

Address l_j ______________ _ l_j ____________ __ Business Telephone Number Facsimile E-Mail Address

The full names and addresses of persons and organizations interested in the foregoing Request For Proposal as principals

of the company are as follows:

18

Page 34: CONSTRUCTION MA.tit.A.GEMENT TEAM

ATTACHMENT E BIDDER CHECKLIST

RFP TITLE: Classroom Lighting Package 4

RFP #: PS#93-1213

( ) Submitted all information as requested.

( ) Received ___ number of addendum( s ).

( ) Submitted one (1) original, 5 copies and one (1) electronic Proposal on CD.

( ) Signed Federal Work Authorization Program Agreement.

( ) Signed and notarized Federal Work Authorization Program agreement and affidavit

( ) Signed Bidder Affirmation Form (by an authorized official of the company where appropriate).

( ) Signed and dated Cost I Pricing Proposal.

( ) No conditions or restrictions have been placed by the company on this Proposal that would declare it non-responsive.

( ) Prepared to provide the insurance required.

( ) Submitted a copy all certificates and license including, but not limited to, the license (to conduct business in the City of St. Louis, Missouri).

( ) Submitted state tax identification number. __________ _

( ) Agrees to using the P-Card (See Section 3.14)

( ) Bid Bond attached

( ) MBE/WBE Check-offSheet

Signature of Authorized Official Date

Company Name

19

Page 35: CONSTRUCTION MA.tit.A.GEMENT TEAM

ATTACHMENT F

NON-SUBMITTAL RESPONSE FORM

RFP TITLE: Classroom Lighting Package 4 RFP #: PS#93-1213

NOTE TO BIDDER: If your company's response is a "non-submittal", the District is very interested in the reason for such response since the District desires to ensure that the procurement process is fair, non-restrictive and attracts maximum participation from interested companies. We, therefore, appreciate your response to this non-submittal response form.

Please indicate your reason for responding with a "non-submittal":

( ) Unable to meet the requirements for this project.

( ) Unable to meet the time frame established for start and/or completion of the project.

( ) Received too late to reply. Received on __________ _

( ) Please remove our company's name from receiving similar type solicitations.

( ) Other: ---------------~---------------

Your response will be given careful consideration, and included in the contract file. Your input will assist the District in determining changes necessary to increase participation and competition.

Authorized Signature Title Date

Name of Company I Consultant

Company Address

l_j ________________ ___ l_j ________________ __

Business Telephone Number Facsimile

E-Mail Address

20

Page 36: CONSTRUCTION MA.tit.A.GEMENT TEAM

End of Addendum #1