to the drawings and the project manual - huckabee · 2016-08-22 · no. 2 to the drawings and the...

24
NO. 2 TO THE DRAWINGS AND THE PROJECT MANUAL PROJECT NAME: Smithson Valley High School Athletics Additions and Renovations CLIENT NAME: Comal ISD LOCATION: New Braunfels, Texas PROJECT NUMBER: 1746-02-01 PROPOSAL DATE: Monday, August 22 nd , 2016, 2:00 PM CT ADDENDUM DATE: Monday, August 8 th , 2016 For additional information regarding this project, contact Ross Morgan at 800.687.1229. THIS ADDENDUM INCLUDES: Civil Items 0 Pages Landscape Items 0 Pages Structural Items 0 Pages Architectural Items 1 Pages Foodservice Items 0 Pages Plumbing Items 0 Pages Mechanical Items 0 Pages Electrical Items 0 Pages Technology Items 0 Pages AND ALL ATTACHED REVISED DRAWING REFERENCES IN THE ADDENDUM

Upload: others

Post on 12-Jul-2020

2 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: TO THE DRAWINGS AND THE PROJECT MANUAL - Huckabee · 2016-08-22 · NO. 2 TO THE DRAWINGS AND THE PROJECT MANUAL PROJECT NAME : Smithson Valley High School Athletics Additions and

NO. 2

TO THE DRAWINGS AND THE PROJECT MANUAL

PROJECT NAME: Smithson Valley High School Athletics Additions and Renovations

CLIENT NAME: Comal ISD

LOCATION: New Braunfels, Texas

PROJECT NUMBER: 1746-02-01

PROPOSAL DATE: Monday, August 22nd, 2016, 2:00 PM CT

ADDENDUM DATE: Monday, August 8th, 2016

For additional information regarding this project, contact Ross Morgan at 800.687.1229.

THIS ADDENDUM INCLUDES:

Civil Items 0 Pages

Landscape Items 0 Pages

Structural Items 0 Pages

Architectural Items 1 Pages

Foodservice Items 0 Pages

Plumbing Items 0 Pages

Mechanical Items 0 Pages

Electrical Items 0 Pages

Technology Items 0 Pages

AND ALL ATTACHED REVISED DRAWING REFERENCES IN THE ADDENDUM

bhoffman
Rectangle
bhoffman
Text Box
29th
bhoffman
Rectangle
bhoffman
Text Box
Spring Branch
Page 2: TO THE DRAWINGS AND THE PROJECT MANUAL - Huckabee · 2016-08-22 · NO. 2 TO THE DRAWINGS AND THE PROJECT MANUAL PROJECT NAME : Smithson Valley High School Athletics Additions and

Project Name: Smithson Valley High School Athletics Additions and Renovations

Client: Comal ISD

New Braunfels, Texas

Project Number: 1746-02-01

Architectural Items For

Addendum No. 2

Page 1 of 1

ARCHITECTURAL ITEMS FOR ADDENDUM NO. 2 NOTICE TO PROPOSERS:

A. This Addendum shall be considered part of the contract documents for the above-mentioned project as though it had

been issued at the same time and incorporated integrally therewith. Where provisions of the following supplementary

data differ from those of the original contract documents, this Addendum shall govern and take precedence.

B. Proposers are hereby notified that they shall make any necessary adjustments in their estimate on account of this

Addendum. It will be construed that each Proposer’s proposal is submitted with full knowledge of all modifications and

supplemental data specified therein. Acknowledge receipt of this addendum in the space provided on the proposal

form. Failure to do so may subject Proposer to disqualification.

REFERENCE IS MADE TO THE DRAWINGS AND THE PROJECT MANUAL AS NOTED:

PROJECT MANUAL:

AD No 2, Arch. Item 1: To the Project Manual, Sections as listed below, Part 2 – Products;

Products listed herein are considered acceptable for conformance with the design concept of the project and general

compliance with the information given in the contract documents. The manufacturer, supplier and installer are responsible for

meeting all requirements given in the contract documents unless specifically noted in the written approval.

1) To Section RFCSP, “#16-36,”

Modified the dates of advertisements, pre-bid meeting, etc.

DRAWINGS:

AD No 2, Arch. Item 2: To the Drawings, Sheet AS2.2, “ARCHITECTURAL SITE DETAILS,”

1) 1/AS2.2 – Added text note.

2) 2/AS2.2 – Added text note.

3) 3/AS2.2 – Added text note.

AD No 2, Arch. Item 3: To the Drawings, Sheet A4.1, “FINISH PLAN,”

1) 4/A4.1 – Removed text note.

END OF ARCHITECTURAL ADDENDUM

bhoffman
Rectangle
bhoffman
Text Box
Spring Branch
Page 3: TO THE DRAWINGS AND THE PROJECT MANUAL - Huckabee · 2016-08-22 · NO. 2 TO THE DRAWINGS AND THE PROJECT MANUAL PROJECT NAME : Smithson Valley High School Athletics Additions and

COMAL INDEPENDENT SCHOOL DISTRICT

REQUEST FOR COMPETITIVE SEALED PROPOSAL

RFCSP # 16-36

RFCSP DATE: JULY 28, 2016

Purchasing Department1404 IH 35 NorthNew Braunfels, TX 78130Phone: 830-221-2068Fax: 830-221-2007

Issue Date: 7/28/16

Page 1 of 20 20RFCSP #16-36

Michael McCullar, Director of Purchasing

PROPOSAL SUBMISSION DEADLINE: AUGUST 29, 2016

Page 4: TO THE DRAWINGS AND THE PROJECT MANUAL - Huckabee · 2016-08-22 · NO. 2 TO THE DRAWINGS AND THE PROJECT MANUAL PROJECT NAME : Smithson Valley High School Athletics Additions and

RFCSP #16-36

Page 2 of 20

This RFCSP has the following sections:Part One Introduction and Instructions to ProposersPart Two Submittal InformationPart Three Project SpecificationsPart Four Required FormsPart Five Comal ISD General Terms & ConditionsPart Six Insurance & Bonding Requirements

PART 1 - Introduction and Instructions to Proposers:

Sealed proposals (herein referred to as “RFCSP” or “proposal”) will be received by Comal ISD at the office of the Purchasing Department, 1404 IH 35 North, New Braunfels, TX 78130 on August 29, 2016 for:

PACKAGE 1E SMITHSON VALLEY HIGH SCHOOL ATHLETICS ADDITIONS & RENOVATIONS

Comal ISD is accepting competitive sealed proposals (RFCSP) from qualified providers to provide these services and associated work. The purpose of this RFCSP is to provide a standard from which to evaluate your company’s services as they compare to other providers and as they pertain to the needs of our school district as defined in this document.

The included contract must be returned and signed with any modifications with your Firm’s proposal. Any packages submitted without signed contract will be deemed unresponsive and returned to proposer.

COMAL ISD MAINTAINS THE RIGHT TO REJECT ANY AND ALL BIDS SUBMITTED OR TO REQUEST ADDITIONAL INFORMATION FROM ONE OR ALL VENDORS AND TO WAIVE ANY MINOR INFORMALITY.

Restricted and Prohibited Communications; “No Contact” protocol: During the period between the date the District issues this RFCSP and the selection of the Firm that is awarded a contract by the District, if any, interested Firms shall restrict all contact with the District and direct all questions regarding this RFCSP to the District's Director of Purchasing as specified above. Do not contact any other administrator or employee of Comal ISD, or any member of the Board of Trustees. Contact with any of these individuals after issuance of the RFCSP and before approval by the Board of Trustees, may result in disqualification of your response.

The communications prohibition shall terminate when the firm is recommended by the administration and considered by the Board of Trustees at a noticed public meeting. In the event the Board refers the recommendation back to staff for reconsideration, the communications prohibition shall be re-imposed.

Prohibited communications includes direct contact, discussion, or promotion of the Firm’s response with any member of the District’s Board of Trustees or employees other than communications with the District’s designated representatives as set forth in this RFCSP and only in the course of inquiries, briefings, interviews, or presentations. This prohibition is intended to create a level playing field for all potential firms, assure that decisions are made in public, and to protect the integrity of the solicitation process. Except as provided in the above stated exceptions, the following communications regarding a particular solicitation are prohibited:

•Communications between a potential Firm, vendor, service provider, bidder, offeror, lobbyist or consultant and any member of the District’s Board of Trustees;

•Communications between any Trustee and any member of a selection or evaluation committee; and

•Communications between any Trustee and administrator or employee.

The communications prohibition shall not apply to the following:

Page 5: TO THE DRAWINGS AND THE PROJECT MANUAL - Huckabee · 2016-08-22 · NO. 2 TO THE DRAWINGS AND THE PROJECT MANUAL PROJECT NAME : Smithson Valley High School Athletics Additions and

RFCSP #16-36

Page 3 of 20

•Communications with the District’s purchasing agent specifically named and authorized to conduct and receive such communications under this RFCSP or upon the request of the District, with the District’s legal counsel.

Nothing contained herein shall prohibit any person or entity from publicly addressing the District’s Board of Trustees during any duly noticed public meeting, in accordance with applicable Board policies, on a matter other than this RFCSP or in connection with a presentation requested by the District’s representatives.

District Profile: The district encompasses an area that spans 589 square miles of central Texas, including parts of five central Texas counties: Comal, Bexar, Hays, Kendall, and Guadalupe. Within the district are the communities of Canyon Lake, Sattler, Startzville, Hancock, Fischer, Spring Branch, Smithson Valley, Bulverde, Garden Ridge, and part of the cities of San Antonio and New Braunfels. Major highways crossing the district include Interstate 35, U.S. Highway 281, and Texas Highway 46.

Comal ISD has four (4) high schools, five (5) middle schools, and eighteen (18) elementary campuses. Demographic growth reports have Comal ISD exceeding 30,000 students in the next eight to ten years.

There are no other specifications other than what is included in this RFCSP package. Any PROCEDURAL questions on this RFCSP must be submitted in writing and e-mailed to Michael McCullar, Director of Purchasing for Comal ISD at [email protected]. Technical and project specific questions should be sent by email to Brendon Hoffman [email protected] . All questions or requests for clarification must be received no later than the date listed in the schedule, at noon, to ensure that there is adequate time to respond and take appropriate action (if needed) prior to the request for bid deadline. Any proposals received after the submittal deadline shall be returned to the proposer unopened or recycled. Comal ISD will not be liable for any cost incurred in the preparation of any response.

In case of conflict between the terms and conditions of the Solicitation/Contract Documents as defined below and those of any standard forms presented by Contractor or sureties or forms or clauses appearing in or referenced by Contractor's proposal, the terms and conditions of the Solicitation/Contract Documents shall prevail.

RFCSP ScheduleFirst Legal Ad August 14, 2016RFCSP Available to Proposers July 28, 2016Pre-Proposal Conference August 23, 2016 10:00 am CTLast Date for Questions August 19, 2016 12:00 pm CTResponses Due August 29, 2016 2:00 pm CT

Scoring Matrix

Proposals will be evaluated on the basis of the following criteria, among others:

Price 45 pointsProposed Project Schedule 5 pointsQualification and Relevant Experience 20 pointsProposed Personnel 10 pointsSafety 5 pointsQuality of Proposal 5 pointsFinancials 10 points

Comal ISD reserves the right to evaluate Proposal Responses based on any other criteria deemed important

and/or necessary to determine best overall value in accordance with State of Texas Government Code Chapter

2269.

Please provide at a minimum, five (5) references from projects of same scope and size. These projects should

have been successfully completed no more than five years prior to the bid issue date.

Page 6: TO THE DRAWINGS AND THE PROJECT MANUAL - Huckabee · 2016-08-22 · NO. 2 TO THE DRAWINGS AND THE PROJECT MANUAL PROJECT NAME : Smithson Valley High School Athletics Additions and

RFCSP #16-36

Page 4 of 20

Comal ISD or its designated representative reserve the right to request additional or clarifying information after

the proposal response has been submitted. This information may be used to further evaluate the response or

qualify overall cost associated with a proposed solution. The appropriate Offeror contact shall be provided as

requested herein for all such correspondence.

Evaluation of Proposals will be done based on the information provided by the Offeror. It is very important that the Offeror provide all required information as part of their Proposal. Failure to provide necessary information and documentation could result in the Proposal being rejected.

Wage RatesThe Comal ISD Board adopted wage rates as required by Govt. Code 2258.01-.022, are posted on the Comal ISD Purchasing web page. The contractor who is awarded a contract by a public body or a subcontractor of the contractor shall pay not less than the rates determined under Section 2258.022 to a worker employed by it in the execution of the contract.

Page 7: TO THE DRAWINGS AND THE PROJECT MANUAL - Huckabee · 2016-08-22 · NO. 2 TO THE DRAWINGS AND THE PROJECT MANUAL PROJECT NAME : Smithson Valley High School Athletics Additions and

RFCSP #16-36

Page 5 of 20

PART 2 - Submittal Information

All responses to this solicitation must meet the following conditions to be considered:

Proposal must include a cover letter clearly stating the name of the firm and the name, address, and telephone number of the proposer’s representative;

The Comal ISD will not be liable for any cost incurred in the preparation of any proposal; The Comal ISD may ask proposers to send a representative to one or more oral interviews at proposer’s

expense; One (1) hard copy original and one (1) electronic copy on a thumb drive (no CDs) of the proposal

must be received by proposal submittal date at the Comal ISD Purchasing Office.

PLEASE INDICATE THE RFCSP NUMBER ON THE OUTSIDE OF THE ENVELOPE AS FOLLOWS:

Sample format of the remittance envelope:

Your firm name

Your return address info

Comal ISD

Purchasing Department

1404 IH 35 North

New Braunfels, TX 78130

RFCSP #16-36

RFCSP Opening Date/Time: August 29, 2016, 2:00 p.m.

Page 8: TO THE DRAWINGS AND THE PROJECT MANUAL - Huckabee · 2016-08-22 · NO. 2 TO THE DRAWINGS AND THE PROJECT MANUAL PROJECT NAME : Smithson Valley High School Athletics Additions and

RFCSP #16-36

Page 6 of 20

PART 3 - Project Specifications:

1. General:

See project manual and documents prepared by:

Huckabee and Associates, Inc.9901 IH-10 West, Colonnade, Suite 550San Antonio, Texas 78230Ph: 844.247.6251

Page 9: TO THE DRAWINGS AND THE PROJECT MANUAL - Huckabee · 2016-08-22 · NO. 2 TO THE DRAWINGS AND THE PROJECT MANUAL PROJECT NAME : Smithson Valley High School Athletics Additions and

RFCSP #16-36

Page 7 of 20

PART 4 - Required Forms:

Representations and Certifications

By submitting this offer, the vendor certifies that he/she is a responsible authorized officer of the company and certifies the accuracy of the following statements:

a. Represents that to the best of its knowledge it is not indebted to the Comal Independent School District. Indebtedness to the District may be basis for non-award and/or cancellation of any award.

b. Certifies that no suspension or debarment is in place, which would preclude receiving a federally funded contract.

c. Section 44.034 Subsection (a) of the Texas Education Code requires a person or business entity that enters into a contract with a school district must give advance notice to the district if the person and/or an owner or operator of the business entity has been convicted of a felony. The notice must include a general description of the conduct resulting in the conviction of a felony. Subsection (b) states "a school district may terminate a contract with a person or business entity if the district determines that the person or business entity failed to give notice as required by Subsection (a) or misrepresented the conduct resulting in the conviction. The district must compensate the person or business entity for services performed before the termination of the contract.” Subsection (c) this notice is not required of a publicly held corporation.

d. "Non-Collusion Statement": "The undersigned affirms that they are duly authorized to execute this service agreement, that this company, corporation, firm, partnership, etc., or individual has not prepared this bid in collusion ( An agreement between two or more persons to deceive the school district or defraud the school district of its rights.) with any other bidder, school board member, or school district employee, and that the contents of this bid as to prices, quality of product, terms and/or conditions, etc., have not been communicated by the undersigned nor by any other employee, agent and/or representative of the company, corporation, firm, partnership, etc., or individual to any other person engaged in this type of business prior to the official opening of this bid for the intent or purpose of collusion.”

e. The undersigned attests that they are a duly authorized employee by their company to bind said company to the prices offered and to the terms and conditions of this bid.

f. No employee of the District shall have a direct financial interest in any contract with the district, nor shall any employee have a direct financial interest in the sale of any land, equipment, supplies, materials, or service. Any violation of this policy will render the contract null and void unless such contract is approved by the Comal ISD Board of Trustees after full disclosure. Therefore, vendor shall note any and all relationships that might be a conflict of interest and shall include such information with the bid/bid response.

This district has implemented a “no contact” policy during the bidding process. This means that from the date the solicitation is issued until the date the bid is awarded by the board, there shall be no contact by any vendor to any district employee (excluding the Director of Purchasing) or board member in relation to this bid, unless authorized by the Director of Purchasing. The undersigned attests that no employee or representative of the company has violated C.I.S.D.’s “No Contact” policy.

Name: __________________________________________ Date: _________________________

Signature: __________________________________________

Page 10: TO THE DRAWINGS AND THE PROJECT MANUAL - Huckabee · 2016-08-22 · NO. 2 TO THE DRAWINGS AND THE PROJECT MANUAL PROJECT NAME : Smithson Valley High School Athletics Additions and

RFCSP #16-36

Page 8 of 20

SUSPENSION AND DEBARMENT CERTIFICATION

Federal Law (A-102 Common Rule and OMB Circular A-110) prohibits non-federal entities from contracting with or making sub-awards under covered transactions to parties that are suspended or debarred or whose principals are suspended or debarred. Covered transactions include procurement contracts for goods and services equal to or in excess of $100,000 and all non-procurement transactions (e.g., sub- awards to sub-recipients).

Firms receiving individual awards of $100,000 or more and all sub-recipients must certify that their organization and its principals are not suspended or debarred by a federal agency.

Before an award of $100,000 or more can be made to your firm, you must certify that your organization and its principals are not suspended or debarred by a federal agency.

I, the undersigned agent for the firm named below, certify that neither this firm nor its principals are suspended or debarred by a federal agency.

Name of Firm:

Signature of Authorized Official:

Printed Name:

Date Signed:

Page 11: TO THE DRAWINGS AND THE PROJECT MANUAL - Huckabee · 2016-08-22 · NO. 2 TO THE DRAWINGS AND THE PROJECT MANUAL PROJECT NAME : Smithson Valley High School Athletics Additions and

RFCSP #16-36

Page 9 of 20

FELONY CONVICTION DISCLOSURE STATEMENT

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

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

This notice is not required of a publicly-held corporation.

I, the undersigned agent for the firm named below, certify that the information concerning notification of felony conviction has been reviewed by me and the following information furnished is true to the best of my knowledge.

Vendor’s Name

Signature of Authorized Company Official

Authorized Company Official’s Name (Please print)

My firm is a publicly held corporation; therefore, this reporting requirement is not applicable. My firm is not owned or operated by anyone who has been convicted of a felony. My firm is owned or operated by the following individual(s) who has/have been convicted of a felony:

Name of Felon(s)

Details of Conviction(s)

Page 12: TO THE DRAWINGS AND THE PROJECT MANUAL - Huckabee · 2016-08-22 · NO. 2 TO THE DRAWINGS AND THE PROJECT MANUAL PROJECT NAME : Smithson Valley High School Athletics Additions and

RFCSP #16-36

Page 10 of 20

AFFIDAVIT OF NON-COLLUSION, NON-CONFLICT OF INTEREST, ANTI-LOBBYING

By submission of this response, the undersigned certifies that:

1. Neither the Respondent nor any of its officers, partner, owners, agents, representatives, employees, or parties in interest, has in any way colluded, conspired, or agreed, directly or indirectly with any person, firm, corporation or other Respondent or potential Respondent or given any money or other valuable consideration for assistance in procuring or attempting to procure a contract or fix the prices in the attached response or the response of any other Respondent, and further states that no such money or other reward will be hereinafter paid.

2. No attempt has been or will be made by this firm's officers, employees, or agents to lobby, directly or indirectly, the District's Board of Trustees between response submission date and award by the District's Board of Trustees.

3. No officer, or stockholder of Respondent is a member of the staff, or related to any employee of the Comal Independent School District except as noted below: _________________________________________________________________________________________________________________________________________________________________________________________________________________________________

The undersigned certifies that he/she is fully informed regarding the accuracy of the statements contained in this certification, and that the penalties herein are applicable to the Respondent as well as to any person signing on Respondent's behalf.

Signature of Authorized Official: _____________________________________

Printed Name: ____________________________________________________

Title: ___________________________________________________________

Date: ___________________________________________________________

Page 13: TO THE DRAWINGS AND THE PROJECT MANUAL - Huckabee · 2016-08-22 · NO. 2 TO THE DRAWINGS AND THE PROJECT MANUAL PROJECT NAME : Smithson Valley High School Athletics Additions and

RFCSP #16-36

Page 11 of 20

HB 1295On January 1, 2016, Texas HB1295 took effect. As a result, this will require your firm to complete an online form through the Texas Ethics Commission in order for our organization to process a contract or purchase order for products or services from your firm. The link shown below will provide additional information on how this process will take place.

Electronic Filing Information for Form 1295: https://www.ethics.state.tx.us/whatsnew/elf_info_form1295.htm

It is recommended that you watch the video related to submitting a Form 1295 at this website. Once you have entered all required information through the online form, please print it and have an authorized employee sign it in the presence of a Notary Public. Once the notary has signed it and affixed the notary seal, please scan and transmit the form by replying to this email. The details of the pending contract or purchase includes: xxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxx

When completing the form 1295, please ensure that the following information is placed in the fields as indicated.

Agency/Entity Name: COMAL INDEPENDENT SCHOOL DISTRICTContract ID Number: xxxxxxxxxxxx Description of goods and services to be provided: xxxxxxxxxxxxxxxxxxxxxxxx It is imperative that you take action to comply with this requirement.

PART 5 - General Conditions:

Page 14: TO THE DRAWINGS AND THE PROJECT MANUAL - Huckabee · 2016-08-22 · NO. 2 TO THE DRAWINGS AND THE PROJECT MANUAL PROJECT NAME : Smithson Valley High School Athletics Additions and

RFCSP #16-36

Page 12 of 20

CISD GENERAL CONDITIONS

1. RETURN SIGNED ORIGINAL SEALED BID IN A SEALED ENVELOPE, PLAINLY MARKED WITH VENDOR'S NAME, BID NUMBER, OPENING DATE AND TIME. RETURN BIDS TO THE PURCHASING DEPARTMENT, 1404 IH-35 NORTH, NEW BRAUNFELS, TEXAS 78130.

2. The District reserves the right to waive minor informalities and irregularities and to accept or reject each item separately or as a whole.

3. Bids received after the time and date specified will not be considered. Bids received without proper signature are subject to disqualification and will not be accepted. Telegram, Facsimile (fax), or emailed bids will not be accepted.

4. Vendors are invited to be present at the opening of this solicitation on the date and hour specified.

5. During the performance of this contract, the vendor agrees not to discriminate against any employee or applicant for employment because of race, creed, color, sex, age, national origin, disability, political belief, or religion. Comal ISD does not discriminate on the basis of race, sex, age, religion, color, national origin, or disability in providing education services, activities, or programs. It is the intent and policy of this District to conduct its activities in compliance with all Federal and State laws prohibiting discrimination on the basis of race, sex, age, religion, color, national origin or disability.

6. Vendors who respond to this solicitation with either a formal bid or a notice of no bid will remain on our mailing list. Vendors making no response at all may be removed from our mailing list.

7. Vendors will confirm and/or change the address shown on this solicitation if it has been mailed. Vendors are responsible for notification of changes of address, telephone number, fax number, or email. The District is not responsible for failing to mail a vendor a solicitation or for undelivered or misdirected communications.

8. All prices and quotations must be typed or written in ink. Bids written in pencil will not be accepted. Mistakes may be crossed out, and corrections inserted and initialed by vendor. Unit prices should be extended. The unit price will prevail in resolution of mathematical errors in extension or totals.

9. In the event that a vendor is or subsequently becomes delinquent in the payment of his or its school ad valorem taxes, such fact shall constitute grounds for rejection of the bid, or if awarded the bid, for cancellation of the contract. However, the District reserves the right to deduct any amounts owed for delinquent taxes from payments that the District may owe to the delinquent vendor as a result of such contract.

10. "No assignment nor transfer of this bid, in whole or in part, to any other party will be allowed unless the vendor to whom this bid is awarded receives written approval from the Purchasing Director or his/her designee. Written approval must be requested and received prior to any assignment or transfer. In the event the vendor fails to comply with this provision, the school district may take actions to require compliance or take any other measures deemed appropriate."

11. The award or agreement resulting from this bid may be terminated or cancelled under the following circumstances.

a) During the term of the agreement, District may terminate the agreement at the expiration of each District budget period if funds are not appropriated for payment under the agreement.

b) District may cancel all or any part of the undelivered goods or services of the agreement if vendor breaches any of the terms of the agreement, including, but not limited to, warranties of vendor, or if vendor becomes insolvent or begins bankruptcy or reorganization proceedings. District’s rights of termination or cancellation are in addition to other remedies District may have in law or equity.

Page 15: TO THE DRAWINGS AND THE PROJECT MANUAL - Huckabee · 2016-08-22 · NO. 2 TO THE DRAWINGS AND THE PROJECT MANUAL PROJECT NAME : Smithson Valley High School Athletics Additions and

RFCSP #16-36

Page 13 of 20

c) Termination - The performance of work or delivery of goods under this agreement may be terminated in whole or in part by the District in accordance with this provision. Termination of work hereunder shall be effected by delivery to the Vendor of a notice of termination specifying the extent to which performance of work under the order is terminated and the date upon which termination becomes effective. Such right of termination is in addition to and not in lieu of the rights of the District under condition 11 d below.

d) Termination for convenience. Owner shall have the right to terminate this Contract for convenience at any time. In such an event, Owner shall pay equitable termination charges including payment for portions of Work completed and equipment purchased, profit on completed portions, plus out-of-pocket costs that have been reasonably incurred by Contractor as a result of entering into this Contract. Owner shall not be liable for special, incidental, or consequential damages, for loss of anticipated future work, anticipated profits, administrative costs or overhead on anticipated work, or other indirect costs.

e) Termination for cause. Owner shall have the right to terminate this Contract for cause, without liability and without prejudice to any other right or remedy of Owner, upon Contractor’s material default such as violation of or failure to comply with applicable laws or regulations, significant delay in the Work schedule that is not attributable to Force Majeure conditions, failure to make prompt payment to workers or suppliers, or any other violation of a material provision of this Contract.

12. Force Majeure - The District shall not be liable for defaults or delays due to acts of God or the public enemy, acts or demands of any governmental agency, strikes, fires, floods, accidents, or other unforeseeable causes beyond its control and not due to its fault or negligence.

13. Vendor agrees to indemnify, defend, and hold District harmless from any patent, copyright, trademark, or trade secret infringement claim or cause of action, or any similar intellectual or proprietary rights infringement claim or cause of action, which are based on or related on goods or services sold or used by the vendor in connection with this agreement. Vendor shall defend any such claims or causes of action at its own expense, and the District shall have the right to have such litigation monitored by its own counsel at District expense.

14. Applicable law and venue- This agreement shall be governed by the laws of the Great State of Texas as applicable and as adopted and amended from time to time by the Texas legislature. Both parties agree that the venue for any litigation arising out of this contract shall lie in New Braunfels, Comal County, Texas.

15. Out of State Vendors- The “Reciprocity Rule” applies. Vendors whose principal place of business is located in a state which gives preference to residents are subject to the same restrictions when submitting an offer with an entity of the State of Texas.

16. Advertising – Vendor shall not advertise or publish, without the District’s prior consent, the fact that the District has entered into this contract, except to the extent necessary to comply with proper requests for information from an authorized representative of the federal, state, or local government.

17. The prevailing party in an action, in state or federal court, to enforce or interpret this contract is entitled to recover its reasonable attorneys' fees and court costs from the other party. Without waiving any rights available to the District for recovery, if the District is the prevailing party, vendor hereby agrees and authorizes the District to deduct the reasonable attorneys' fees and court costs from amounts, if any, owed to vendor under the contract.

18. Right to Assurance – In the event that Owner finds Contractor to be in material default or if reasonable grounds for insecurity arise with respect to Contractor’s ability to perform the Contract, Owner shall make a written demand to Contractor and its surety for adequate assurance of Contract performance. If adequate assurance in the form of proof that construction schedules can be met or evidence that other defaults are being cured is not forthcoming within seven (7) business days after Contractor’s receipt of the notice, Owner shall have the right, without liability, to terminate the Contract for cause.

19. These general conditions govern the relationship between the District and vendor, and are hereby made part of the agreement between the District and vendor. Changes in scope of work. Owner may request additional Work or changes in the Work as the project progresses. If so, changes in the Scope of

Page 16: TO THE DRAWINGS AND THE PROJECT MANUAL - Huckabee · 2016-08-22 · NO. 2 TO THE DRAWINGS AND THE PROJECT MANUAL PROJECT NAME : Smithson Valley High School Athletics Additions and

RFCSP #16-36

Page 14 of 20

Services shall be initiated by a written change order signed by an authorized representative of each party. The change order shall describe the Work to be added, changed or deleted and shall state the additional cost or cost reduction and schedule changes, if any. Verbal change orders shall have no effect, except in cases of an emergency threatening personal injury or property damage. The terms and conditions of this Contract may be modified only by a writing signed by an authorized representative of each party.

20. Jobsite Inspection - Contractor acknowledges that its representatives have inspected the jobsite and clearly understand the requirements of the Work to be performed, the jobsite conditions, particulars of the building construction as they will affect the Work and Contractor's installations, building occupancy patterns, utility locations, and other conditions likely to affect Contractor's performance.

21. Jobsite Safety - Contractor shall be fully responsible for performing in accordance with industry safety standards, for the protection of all employees, other personnel, and all property that may be affected. Contractor shall be responsible for compliance with laws and regulations. If Contractor believes that an unsafe condition exists at or near the jobsite, Contractor shall correct the unsafe condition before proceeding or report the condition to Owner or local representatives for correction.

22. Jobsite Cleanup - Contractor shall haul away and properly dispose of construction debris and leave the jobsite "broom clean." Contractor, its subcontractors and suppliers shall handle, transport, use and dispose of fuels, hydraulic fluid, lubricants, cleaning compounds and other potential pollutants in accordance with applicable laws and regulations. Any wastes, liquids, paints or other pollutants shall be handled, transported and disposed of properly, as required by applicable laws and regulations. If Contractor’s personnel are in doubt about proper handling, transportation, use or disposal methods, they shall not proceed until the question is resolved. Contractor shall be liable for the cost of environmental cleanup necessitated by spills or leaks at or near the jobsite or improper handling, transportation, use or disposal of any of these products by Contractor’s personnel, subcontractors or suppliers. Contractor agrees to pay any fines, administrative penalties, or other costs imposed as a result of Contractor’s failure to comply with these requirements.

23. Proposal evaluation will be performed based on the information provided by the Offeror. It is very important that the Offeror provide all required information as part of their Proposal. Failure to provide necessary information and documentation could result in the Proposal being rejected.

24. Criminal Background Check: All Contractors, who have a contract for services, have continuing duties related to the contract and have direct contact with students must certify to the district that it has received all criminal history information on covered employees pursuant to Texas Education Code Chapter 22, Subchapter C prior to performing the services for the District. This is an all or nothing test. If all three criteria are met then the criminal history review is mandatory. The cost of the review shall be paid by Contractor. Covered employees with disqualifying criminal histories are prohibited from serving at a school district. The Contractor selected may also be required to provide a list of personnel who will be assigned to do the work. When requested this information must be furnished within twenty four (24) hours, and shall apply to any new personnel due to employee turnover.

a. The District reserves the right to review the personal background and conduct security clearances on the Contractor’s assigned personnel. The awarded Contractor shall certify that all employees assigned to work under the contract have successfully passed a criminal background check, prior to assignment. The Contractor shall cooperate with the District authorities and shall comply with all regulations in effect during the contract period.

b. Upon the request of the District, the awarded bidder maybe required to provide the names of all persons who may be assigned to do the work on the contract for the purpose of completing a criminal background check. The following information shall be provided with each name to the District: date of birth, Texas driver’s license number, and current address.

Page 17: TO THE DRAWINGS AND THE PROJECT MANUAL - Huckabee · 2016-08-22 · NO. 2 TO THE DRAWINGS AND THE PROJECT MANUAL PROJECT NAME : Smithson Valley High School Athletics Additions and

RFCSP #16-36

Page 15 of 20

Acknowledgment

I have read and agree to the above conditions and specifications for Comal ISD.

I affirm, to the best of my knowledge, this bid has been arrived at independently and is submitted without collusion with anyone to obtain information that would in any way limit competition in the award of this bid.

I affirm, to the best of my knowledge, that the company I represent meets Equal Employment Opportunity Commission standards and Americans with Disabilities Act standards in employment practices.

Signature: ___________________________________________Date: ________________________

Printed Name: _____________________________________________

Name of Company: _________________________________________

Page 18: TO THE DRAWINGS AND THE PROJECT MANUAL - Huckabee · 2016-08-22 · NO. 2 TO THE DRAWINGS AND THE PROJECT MANUAL PROJECT NAME : Smithson Valley High School Athletics Additions and

RFCSP #16-36

Page 16 of 20

PART 6 - Insurance and Bonding Information:

COMAL ISD INSURANCE REQUIREMENTS

Contractors will not be allowed on the job site until evidence of the required insurance is provided. All performance bonds and certificates of insurance will be verified before the contractor is issued a Notice to Proceed.A. General

1. No work will be commenced until all requirements of this section have been approved by the District in writing. The District will be furnished an acceptable certificate of insurance, prior to the commencement of any work.2. Insurance shall be underwritten by a company rated not less than A- in the Best's latest published guide.3. Automobile Liability Insurance coverage is for all owned, non-owned and hired vehicles.4. No deletions/exclusions from standard coverage form allowed without written consent of the Comal Independent School District.

Contractor shall indemnify and hold harmless the Comal ISD and its Board of Trustees, officers, agents, employees from all suits, actions, losses, damages, claims or liability of any character, type or description, including but not limited to, all expenses of litigation, court cost, penalties, and attorney's fees the Comal ISD incurs defending any action, suit, or claim from any source whatsoever and of any kind or nature arising directly or indirectly on the part of vendor, its agents, servants, employees, contractors, and supplies, out of the operation under this agreement.

The selected contractor will be required to supply an insurance certificate naming Comal ISD as an additional insured.

Should any of the policies described below be canceled before the expiration date, the issuing company will mail within thirty (30) days, written notice to the certificate holder, Comal ISD.

The contractor shall agree to waive all rights of subrogation against the district, its officials, employees and volunteers for losses arising from work performed by contractor for the district.

Contract and insurance requirements:Hold-Harmless AgreementContractual CoverageWaiver of subrogation in favor of Comal ISDExplosion, Collapse and Underground Coverage andProducts/Completed Operations CoverageComal ISD is listed as an additional insured on all but the Workers’ Compensation. Additional insured coverage is provided for both premises operations and products completed operation.

Workers Compensation -------------------------Statutory LimitsEmployers Liability------------------------------$500,000 /incident

$500,000 policy limit$500,000 /employee

General Liability ---------------------------------$1,000,000 per occurrence$2,000,000 general aggregate$2,000,000 products/completed operations aggregate

Automobile Liability ----------------------------Owned/Non-owned/Hired vehiclesBodily injury--------------------------------------$250,000 / person/$500,000 /occurrenceProperty damage----------------------------------$250,000 or $500,000 Combined Single LimitUmbrella Policy-----------------------------------$1,000,000 occurrence/$1,000,000 aggregate

Page 19: TO THE DRAWINGS AND THE PROJECT MANUAL - Huckabee · 2016-08-22 · NO. 2 TO THE DRAWINGS AND THE PROJECT MANUAL PROJECT NAME : Smithson Valley High School Athletics Additions and

RFCSP #16-36

Page 17 of 20

PERFORMANCE BOND

(A) as Principal (Contractor) has entered into a Contract with the Comal Independent School District (Owner), dated , 2016 to perform certain construction work (the Work) described briefly as RFCSP 16-36 and described in detail in the Contract. All terms and conditions of the Contract as set out in the Contract Documents are made a part of this Bond as fully and to the same extent as if copied at length herein.

(B) We, Contractor and ______________________________ (Surety) are held and firmly bound to Owner for a sum equal to the original Contract Price of $ , which is the Contract Price at the time of bid award prior to change orders or contract modifications, for the payment of which we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents.

(C) Now, therefore, if Contractor shall promptly and faithfully perform all of its obligations in accordance with the Contract Documents during the original term of the Contract and any extensions, and if Contractor shall carry the insurance as required by the Contract, honor the warranty provisions and satisfy all rightful demands, claims and judgments related to Contractors performance, and shall defend, indemnify and hold Owner harmless from damages, costs and expenses which it may suffer in connection with such demands, claims and judgments, and shall reimburse Owner for costs and expenses which Owner has incurred and may incur in attempting to secure proper performance, then this obligation shall be void; otherwise, it shall remain in full force and effect.

(D) This bond shall remain in effect throughout the Warranty period and until all claims involving Contractors performance under this Contract are finally adjudicated or settled, whichever is later.

(E) Owner and Contractor may execute change orders, alterations, modifications or time extensions to the Contract without affecting Surety’s obligations under this Bond. Surety hereby waives any requirement for notice of change orders, alterations, modifications or time extensions to the Contract or related subcontracts. Surety’s monetary obligation under this Bond for the original Contract Price shall not be increased or decreased by change orders or contract modifications.

(F) If Contractor shall be materially in default under the Contract, Owner having performed its obligations, Owner shall in writing notify Contractor and Surety, describing the default and any attempts to remedy it. If the default is not cured within seven (7) business days of Contractors receipt of the notice, Owner shall have the right without further notice to terminate theContract for cause. In such an event Surety shall promptly:

(1) Solicit bids from a list of bidders meeting Owners prequalification requirements for completing the Work in accordance with the Contract Documents. Upon determination by Surety and Owner of a bidder that meets the original bid evaluation criteria, Surety shall arrange for that bidder to enter into contract with Owner for completing the Work. Surety shall pay all costs and expenses as they are incurred of completing the Work in accordance with the Contract Documents, including without limitation the re-bidding and bid evaluation, re-bonding, completion of the Work including existing and future change orders, and all expenses and costs that Owner has incurred and may incur in securing full performance of the Contract; or(2) Immediately pay Owner the estimated cost of completing the Work, plus any amounts in excess of the estimate as they are required for actual completion of the Work, plus all expenses and costs that Owner has incurred and may incur in securing full performance of the Contract.

After completion and Acceptance of the Work, Owner shall pay to Surety any remaining unpaid amounts of the original Contract Price, less any remaining un-reimbursed expenses or costs described in (1) or (2) above.

(G) This Bond shall be governed by the laws of the State of Texas and shall be performed in Comal County, Texas. Any legal action on this bond must be filed in Comal County, Texas. If Owner should be awarded damages in such a suit or proceeding, Surety agrees to pay to Owner an additional amount equal to reasonable attorneys’ fees and expenses, costs of the suit or proceeding, and Owner’s expenses.

(H) This Bond is executed pursuant to Tex. Gov. Code §2253.021 (formerly Art.5160, VATS.). The requirements of that statute are incorporated into this Bond for all purposes.

Page 20: TO THE DRAWINGS AND THE PROJECT MANUAL - Huckabee · 2016-08-22 · NO. 2 TO THE DRAWINGS AND THE PROJECT MANUAL PROJECT NAME : Smithson Valley High School Athletics Additions and

RFCSP #16-36

Page 18 of 20

Contractor – Principal

Company Name:

Principal Signature:

Printed Name:

Title:

Surety

Company Name:

Authorized Signature:

Printed Name:

Title:

Phone: Fax:

Mailing Address for Notices:

Page 21: TO THE DRAWINGS AND THE PROJECT MANUAL - Huckabee · 2016-08-22 · NO. 2 TO THE DRAWINGS AND THE PROJECT MANUAL PROJECT NAME : Smithson Valley High School Athletics Additions and

RFCSP #16-36

Page 19 of 20

LABOR & MATERIAL PAYMENT BOND

(A) as Principal (Contractor) has entered into a Contract with the Comal Independent School District (Owner), dated __________2016, to perform certain construction work described briefly as, RFCSP 16-36 and described in detail in the Contract. All terms and conditions of the Contract as set out in the Contract Documents are made a part of this Bond as fully and to the same extent as if copied at length herein.

(B) We, Contractor and (Surety) are held and firmly bound to Owner for a sum equal to the original Contract Price, $ .00, which is the Contract Price as of the time of bid award prior to change orders or contract modifications, for the payment of which we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents.

(C) Now, therefore, if Contractor, its subcontractors and suppliers, or the heirs, executors, administrators, successors, assigns, or subcontractors of any of them shall promptly and properly make payment to rightful claimants for work, labor, transportation, materials, equipment or supplies used in the Contract or amounts due under the Unemployment Insurance Act, and if Contractor shall defend, indemnify and hold Owner harmless from any claims, demands, liens, suits, damages, costs and expenses in connection with such claimants, then this Bond shall become void; otherwise it shall remain in full force and effect until all rightful claims and the accompanying fees, expenses and costs have been paid.

(D) Owner and Contractor may execute change orders, alterations, modifications or time extensions to the Contract without affecting Surety's obligations under this Bond. Surety hereby waives any requirement for notice of change orders, alterations, modifications or time extensions. Surety's monetary obligation under this Bond for the original Contract Price shall not be increased or decreased by change orders or contract modifications.

(E) This Bond shall be governed by the laws of Texas and shall be performed in Comal County, Texas. Any legal action on this bond shall be filed in Comal County, Texas. If Owner should be awarded damages in such a suit or proceeding, Surety agrees to pay to Owner an additional amount equal to reasonable attorneys' fees and expenses, costs of the suit or proceeding, and Owner's expenses.

(F) This Bond is executed pursuant to Tex. Gov. Code §2253.021 (formerly Art. 5160, V.A.T.S.). The requirements of that statute are incorporated into this Bond for all purposes.

Contractor – Principal Surety

Company Name: Company Name:

Principal Signature: Authorized Signature:

Printed Name: Printed Name:

Title: Title:

Phone: Fax:

Mailing Address for Notices:

Page 22: TO THE DRAWINGS AND THE PROJECT MANUAL - Huckabee · 2016-08-22 · NO. 2 TO THE DRAWINGS AND THE PROJECT MANUAL PROJECT NAME : Smithson Valley High School Athletics Additions and

RFCSP #16-36

Page 20 of 20

Page 23: TO THE DRAWINGS AND THE PROJECT MANUAL - Huckabee · 2016-08-22 · NO. 2 TO THE DRAWINGS AND THE PROJECT MANUAL PROJECT NAME : Smithson Valley High School Athletics Additions and

SIGNAGE FONT: TO BE SELECTED BY ARCHITECTSIZE: 1' - 2"

DEPTH: 0' - 4"

ACRYLIC BACK LITLETTERS

REF. SPECS

2

SIGNAGE FONT: TO BE SELECTED BY ARCHITECTSIZE: 1' - 2"DEPTH: 4"

ACRAYLIC BACK LITLETTERSREF. SPECS

2

SIGNAGE FONT: TO BE SELECTED BY ARCHITECTSIZE: 1' - 2"DEPTH: 0' - 4"

7

AS2.2ACRYLIC BACK LITLETTERSREF. SPECS

2

A.F. PAVEMENT

104' - 0"

T.O. GATE

108' - 0"

3' - 0" 3' - 0"

DECORATIVE MTLFENCE, PAINT

8' -

0"

WELDED HINGES3 REQ'D MIN

3"

AS2.2

6

FIN FLOOR

100' - 0"

AS2.1

13

PINNED TYPE HINGE(SEE DETAIL)

ELEVATION VIEW

N.T.S.

BUSHING/WASHERS

HSS SQUARE STEELTUBE GATE

1/2"

6 1/2"

3"

DIMENSIONAL ALUMINUMSIGNAGE

CANOPY FASICA

STEEL PLATE WELDEDTO STEEL TUBE

CANOPY STRUCT W/CLEVIS END

PRE-MANUF.ALUM. CANOPY

REF STRUCT. FORREINF.

8" CMU

MODULAR FACE BRICK

3' -

4"

STL ANGLE REF.STRUCT.

1' - 4"

STL. PLATE PIVOTHINGE

STL. PLATE PIVOTHINGE10 3/4"

T.O. WALL

103' - 4"

FIN FLOOR

100' - 0"

CAST STONE - JOINTS @ 4'-0" O.C. TOCOINCIDE WITH TENSION NET ANCHORS,REF. DTL AS SHTS.

MODULAR FACE BRICK

C.J. C.J. C.J. C.J. C.J. C.J.

CONTROL JOINT @ 8'-0" O.C.

FIN FLOOR

100' - 0"

T.O. WALL

103' - 4"

MODULAR FACE BRICK

CAST STONE - JOINTS @ 4'-0" O.C. TO COINCIDE WITH TENSION NET ANCHORS,REF. DTL AS SHTS.

C.J. C.J.

CONTROL JOINT @ 8'-0" O.C.

FIN FLOOR

100' - 0"

T.O. WALL

103' - 4"

CAST STONE - JOINTS @ 4'-0" O.C. TOCOINCIDE WITH TENSION NETANCHORS,REF. DTL AS SHTS.

C.J. C.J. C.J. C.J. C.J. C.J.

CONTROL JOINTS @ 8'-0" O.C.

SEALANT @TOP 1/2" OF E.J.

1/2" PREFORMED E.J.AROUND STL. PIPE

CONCRETE PAVING

1'-0" DIA. CONC PIER

FIN. TO CODE 100.(OSHA SAFETY YELLOW)

WELD 1/4" STL. CAPON TOP OF BOLLARD.

GRIND SMOOTH.

1' - 0" DIA.

TYPE "B" BOLLARDHSS 6X6X4" STL.

BOLLARD. FILL SOLIDWITH CONCRETE

TYPE "A" BOLLARD 6" DIA. SCHED. 40 STL. PIPE

BOLLARD. FILL SOLIDWITH CONCRETE

3' -

0"

4' -

0"

3" MIN

Sheet No.Job No.

Drawn By:

Date:

Pro

ject

:

Copyright © 2016, Huckabee & Associates, Inc.

PACKAGE

C:\

Use

rs\r

mo

rgan

\On

eDri

ve\2

016

Lo

cals

\174

6-02

-01_

Sm

ith

son

Val

leyH

SA

dd

Ren

o_A

RC

H_v

16_r

mo

rgan

.rvt

8/8/

2016

5:3

0:14

PM

SK

AS2.2

ARCHITECTURAL SITE

DETAILS

07/28/2016

1746-02-01

PA

CK

AG

E 1

E S

MIT

HS

ON

VA

LLE

Y H

IGH

SC

HO

OL

ATH

LETI

CS

AD

DIT

ION

S &

RE

NO

VA

TIO

NS

FOR

CO

MA

L I.S

.D.

SP

RIN

G B

RA

NC

H, T

EX

AS

1E

AS2.2 3/4" = 1'-0"

1 ELEVATION - FOOTBALL SIGNAS2.2 3/4" = 1'-0"

2 ELEVATION - FOOTBALL GATE SIGNAGE

AS2.2 3/4" = 1'-0"

3 ELEVATION - FOOTBALL GATE SIGNAGE

AS2.2 1/2" = 1'-0"

4 QUEUE RAIL ELEVATIONAS2.2 1/2" = 1'-0"

5 GATE ELEVATIONAS2.2 1/2" = 1'-0"

6 GATE HINGE ELEVATION DETAILAS2.2 3/4" = 1'-0"

7 SIGNAGE LETTERING CALLOUTAS2.2 3/4" = 1'-0"

8 GATE HINGE PLAN

AS2.2 1/4" = 1'-0"

9 EXTERIOR ELEVATION - SOFTBALL BACKSTOP (NORTH)

AS2.2 1/4" = 1'-0"

10 EXTERIOR ELEVATION - SOFTBALL BACKSTOP (WEST)

AS2.2 1/4" = 1'-0"

11 EXTERIOR ELEVATION - SOFTBALL BACKSTOP (SOUTH)

Rev

isio

n /

Dat

e

208.0

8.1

6A

ddendum

2

AS2.2 1/2" = 1'-0"

12 TYPICAL BOLLARD DETAIL

* NOTE: WALL PADS NOT SHOWN ON DTLS 9,10,11 THIS SHT. REF. DTL ON AS SHTS.

DECORATIVE METAL GATES

Page 24: TO THE DRAWINGS AND THE PROJECT MANUAL - Huckabee · 2016-08-22 · NO. 2 TO THE DRAWINGS AND THE PROJECT MANUAL PROJECT NAME : Smithson Valley High School Athletics Additions and

BR- BASE, RUBBER

COS - CONCRETE SEALED

EPNT- EPOXY PAINT

NB- NO BASE

PNT - PAINT

SPS- SOLID POLYMER SURFACE

NOTES APPLY TO ROOMS AS NOTED IN THE ROOM FINISHTAGS. SEE TAG LAYOUT ABOVE.

COMMENTS

NOTES APPLY TO ROOMS AS NOTED IN THE ROOM FINISH TAGS.SEE TAG LAYOUT ABOVE. ADDITIONAL SURFACE PREPARATIONASSOCIATED WITH THE INSTALLATION OF ALTERNATE FINISHESSHALL BE INCLUDED IN ALTERNATE BID.

ALTERNATE FINISH NOTES

FINISH KEY

REFER TO PROJECT SPECIFICATIONS SECTION 01 6210 FORADDITIONAL INFORMATION REGARDING FINISH MATERIALS ANDPAINT FINISH CODES.

X Y

MATERIAL TYPE

# #

FINISH COLOR AND MATERIALSIZE AS NOTED IN SPEC.SECTION 01 6210

CONCESSION

2.03

STORAGE

2.02

MECH/ELEC

2.04

TICKET

2.01

A8.11

A8.1 3

A8.14

A8.1

2

A8.14

Sim

A8.11

O.H

.

1' - 4"

TYP.

1"

REF.N.I.C.

REF.N.I.C.

REF.N.I.C.

REF.N.I.C.

REF.N.I.C.

REF.N.I.C.

3' -

7 1/

2"

9' -

0"6'

- 0"

6' -

6"

COUNTER

9"6'

- 6"

9"

2' -

11"

8' -

9"6'

- 0"

MEN

1.03

LOCKERS

1.01

TOILET

1.02

WOMEN

1.04

CONCESSION

3.01

STORAGE

3.02

MEN

3.04

TOILET

3.03

WOMEN

3.06

JANITOR

3.05

A8.17

A8.1 6

A8.15

REF.N.I.C.

REF.N.I.C.

9' -

0 1/

2"3'

- 6

1/2"

2' -

3 1/

4"

1' - 4"

6' -

0 3/

8"

14' -

0"

6' -

8 3/

4"

2' -

5 5/

8"

STORAGE

3.07

DUGOUT

3.08

STORAGE

1.05

DUGOUT

1.06

MEN

2.06WOMEN

2.10

MENS RR ALCOVE

2.05

WOMENS RR ALCOVE

2.09

TOILET

2.08

JANITOR

2.07

Sheet No.Job No.

Drawn By:

Date:

Pro

ject

:

Copyright © 2016, Huckabee & Associates, Inc.

PACKAGE

C:\

Use

rs\r

mo

rgan

\On

eDri

ve\2

016

Lo

cals

\174

6-02

-01_

Sm

ith

son

Val

leyH

SA

dd

Ren

o_A

RC

H_v

16_r

mo

rgan

.rvt

8/8/

2016

5:3

0:11

PM

PZ

A4.1

FINISH PLAN

07/28/2016

1746-02-01

PA

CK

AG

E 1

E S

MIT

HS

ON

VA

LLE

Y H

IGH

SC

HO

OL

ATH

LETI

CS

AD

DIT

ION

S &

RE

NO

VA

TIO

NS

FOR

CO

MA

L I.S

.D.

SP

RIN

G B

RA

NC

H, T

EX

AS

1E

A4.1 1/8" = 1'-0"

1 FINISH PLAN - FOOTBALL CONCESSION

A4 - ROOM FINISH SCHEDULE - SECTION 1

ROOM

ALT FINISH FLOOR FINISH BASE

WALL FINISH

COMMENTSNUMBER NAME N FINISH E FINISH S FINISH W FINISH

1.01 LOCKERS COS NB EPNT02 EPNT02 EPNT02 EPNT02

1.02 TOILET COS NB EPNT02 EPNT02 EPNT02 EPNT02

1.03 MEN COS NB EPNT02 EPNT02 EPNT02 EPNT02

1.04 WOMEN COS NB EPNT02 EPNT02 EPNT02 EPNT02

1.05 STORAGE COS NB EPNT02 EPNT02 EPNT02 EPNT02

1.06 DUGOUT COS NB EPNT02 EPNT02 EPNT02 EPNT02

1.07 DUGOUT COS NB EPNT02 EPNT02 EPNT02 EPNT02

1.08 STORAGE COS NB EPNT02 EPNT02 EPNT02 EPNT02

2.01 TICKET COS NB EPNT02 EPNT02 EPNT02 EPNT02

2.02 STORAGE COS NB EPNT02 EPNT02 EPNT02 EPNT02

2.03 CONCESSION COS NB EPNT02 EPNT02 EPNT02 EPNT02

2.04 MECH/ELEC COS NB EPNT02 EPNT02 EPNT02 EPNT02

2.05 MENS RR ALCOVE COS NB EPNT02 EPNT02 EPNT02 EPNT02

2.06 MEN COS NB EPNT02 EPNT02 EPNT02 EPNT02

2.07 JANITOR COS NB EPNT02 EPNT02 EPNT02 EPNT02

2.08 TOILET COS NB EPNT02 EPNT02 EPNT02 EPNT02

2.09 WOMENS RR ALCOVE COS NB EPNT02 EPNT02 EPNT02 EPNT02

2.10 WOMEN COS NB EPNT02 EPNT02 EPNT02 EPNT02

3.01 CONCESSION COS NB EPNT02 EPNT02 EPNT02 EPNT02

3.02 STORAGE COS NB EPNT02 EPNT02 EPNT02 EPNT02

3.03 TOILET COS NB EPNT02 EPNT02 EPNT02 EPNT02

3.04 MEN COS NB EPNT02 EPNT02 EPNT02 EPNT02

3.05 JANITOR COS NB EPNT02 EPNT02 EPNT02 EPNT02

3.06 WOMEN COS NB EPNT02 EPNT02 EPNT02 EPNT02

3.07 STORAGE COS NB EPNT02 EPNT02 EPNT02 EPNT02

3.08 DUGOUT COS NB EPNT02 EPNT02 EPNT02 EPNT02

3.09 DUGOUT COS NB EPNT02 EPNT02 EPNT02 EPNT02

3.10 STORAGE COS NB EPNT02 EPNT02 EPNT02 EPNT02

A4.1 1/8" = 1'-0"

4 FINISH PLAN - BASEBALL RESTROOM / LOCKER

A4.1 1/8" = 1'-0"

5 FINISH PLAN - SOFTBALL RESTROOM / STORAGEA4.1 1/8" = 1'-0"

6 FINISH PLAN - SOFTBALL DUGOUT

A4.1 1/8" = 1'-0"

3 FINISH PLAN - BASEBALL DUGOUT

C O

C O

C O

1

KEY PLAN

1ST FLOOR

N.T.S.

3

2

NOTE: REF. FOR DUGOUT 3.09 AND STORAGE 3.10; O.H.

NOTE: REF. FOR DUGOUT 1.07 AND STORAGE 1.08; O.H. A4.1 1/8" = 1'-0"

2 FINISH PLAN - FOOTBALL RESTROOM

Rev

isio

n /

Dat

e

208.0

8.1

6A

ddendum

2

2