Fort Bend Independent School District...

122
Page 1 of 33 Fort Bend Independent School District (FBISD) CSP Cover Sheet Competitive Sealed Proposal (CSP) : Intercommunication System Replacement for Arizona Fleming Elementary and Lake Olympia Middle School PLEASE NOTE Carefully read entire proposal document Please submit your hard copy proposal in a and specifications. Complete all forms sealed envelope with Job No., description, Submit your bid with all appropriate and marked “SEALED PROPOSAL”. attachments. RETURN PROPOSAL TO: Attn: Michele Leach, CTSBO– Purchasing Fort Bend Independent School District 555 Julie Rivers Drive Sugar Land, TX 77478 For additional information contact Michele Leach at (281) 634-1854 You must sign below in ink and all prices and responses must be typewritten or written in ink Company Name: Company Address: City, State, & Zip Taxpayer I.D. # Telephone # Fax # ______________ e-mail Print Name Signature Your signature attests to your offer to provide the goods and/or services in this bid according to the published provisions of this Job. Contract is not valid until FBISD Board has approved the award. (Respondents do not write below this line) --------------------------------------------------------------------------------------------------------------- (For FBISD) ACCEPTED BY: __________________________DATE: Job No.: 11/012ML Due Date: 10/22/2010 DUE NO LATER THAN 10:30 A.M. LATE BIDS WILL NOT BE ACCEPTED

Transcript of Fort Bend Independent School District...

Page 1: Fort Bend Independent School District (FBISD)bids.centerdigitalgov.com/docs/2010/10/Bid_Document... · 2016. 8. 23. · RFP Request for Proposal. Solicitation method used to acquire

Page 1 of 33

Fort Bend Independent School District (FBISD) CSP Cover Sheet

Competitive Sealed Proposal (CSP) : Intercommunication System Replacement for Arizona Fleming Elementary and Lake Olympia Middle School

PLEASE NOTE

Carefully read entire proposal document Please submit your hard copy proposal in a and specifications. Complete all forms sealed envelope with Job No., description, Submit your bid with all appropriate and marked “SEALED PROPOSAL”. attachments.

RETURN PROPOSAL TO: Attn: Michele Leach, CTSBO– Purchasing

Fort Bend Independent School District 555 Julie Rivers Drive Sugar Land, TX 77478

For additional information contact Michele Leach at (281) 634-1854 You must sign below in ink and all prices and responses must be typewritten or written in ink Company Name:

Company Address:

City, State, & Zip

Taxpayer I.D. #

Telephone # Fax # ______________ e-mail

Print Name

Signature

Your signature attests to your offer to provide the goods and/or services in this bid according to the published provisions of this Job. Contract is not valid until FBISD Board has approved the award. (Respondents do not write below this line) --------------------------------------------------------------------------------------------------------------- (For FBISD) ACCEPTED BY: __________________________DATE:

Job No.: 11/012ML

Due Date: 10/22/2010

DUE NO LATER THAN 10:30 A.M.

LATE BIDS WILL NOT BE ACCEPTED

Page 2: Fort Bend Independent School District (FBISD)bids.centerdigitalgov.com/docs/2010/10/Bid_Document... · 2016. 8. 23. · RFP Request for Proposal. Solicitation method used to acquire

TABLE OF CONTENTS

Items checked below represent components which comprise this proposal package. If the item IS NOT checked, it is NOT APPLICABLE to this bid. Proposers are asked to review the package to be sure that all applicable parts are included. If any portion of the package is missing, notify the Purchasing Department immediately. It is the Respondent’s responsibility to be thoroughly familiar with all Requirements and Specifications. Be sure you understand the following before you return your proposal packet. __X__ 1 Cover Sheet (page 1) Your company name, address, the total amount of the bid and your signature (IN INK) should appear on

this page. __X__ 2. Table of Contents (page 2) This page is the Table of Contents. __X__ 3. General Provisions (page 3-18) You should be familiar with all of the requirements. __X__ 4. Specifications (page 19-20) This section contains the detailed description of the product/service sought by the FBISD. __X__ 5. Price Delivery Information (pages 21-22) __X__ 6. Attachments (Submittals) __X__ a. Questionnaire (pages 23-24) __X___ b. Certificate of Residency (pages 25) __X__ c. Hub Minority Owned Business (page 26) __X__ d. MWBE Minority Registration Application (page 27) __X__ e. Felony Conviction Notification (page 28) __X__ f. Vendor Debarment Statement (page 29) __X__ g. No Response Form (page 30) __X__ h. References (pages 31) __X__ i. Proposal Submission Form (page 32) __X__ j. Bid Guaranty and Performance Bond Information and Requirements (page 33) __X__ 7. SAMPLE of FBISD CONTRACT – For Informational Purposes Only (page 1-10) __X__ 8. Detailed drawings and specifications of each project location (pages 1-79)

Page 2 of 33

Page 3: Fort Bend Independent School District (FBISD)bids.centerdigitalgov.com/docs/2010/10/Bid_Document... · 2016. 8. 23. · RFP Request for Proposal. Solicitation method used to acquire

FORT BEND INDEPENDENT SCHOOL DISTRICT

GENERAL PROVISIONS For Purchasing Solicitations and Contracts

August 3, 2010

The following General Provisions are hereby issued in accordance with the laws, rules, and policies set forth through the Texas Education Code, Chapter 44 and Fort Bend Independent School District (FBISD or “District”) policy, and may be amended as required by FBISD. Prospective Vendors are cautioned to read and understand the General Provisions set forth in this document prior to responding to a FBISD Solicitation. Any exceptions to or failure to follow these General Provisions unless otherwise directed within the Solicitation, may be cause for a Vendors Solicitation Response to be deemed non-responsive and disqualified by FBISD. These General Provisions will take precedence over the terms and conditions within the Solicitation when they are in conflict unless specific exception is noted within the Solicitation.

INDEX

PART I Definitions, Terms and Acronyms……………………………….………………………….....…… Page 3 PART II Solicitation Information and Instructions…………………………………...…..…….................... Page 6 PART III Solicitation Response …………………………………………………………….…..……….…..... Page 8 PART IV Solicitation Evaluation and Award………………………..………………..…………………….… Page 10 PART V Contract Terms, Conditions and Requirements…...………..…………..……….……………….. Page 12

Page 3 of 33

Page 4: Fort Bend Independent School District (FBISD)bids.centerdigitalgov.com/docs/2010/10/Bid_Document... · 2016. 8. 23. · RFP Request for Proposal. Solicitation method used to acquire

PART I

DEFINITIONS, TERMS AND ACRONYMS

The following terms may be found in this document or may be used in the normal operations of the District’s Purchasing Department. Term Definition Addendum… A document that has been issued by the District that has made material changes, modifications, or deletions of

information or specifications of a Solicitation.

Agreement… A contract that has been agreed upon and signed by both the District and the Vendor.

Bid… Vendor’s response to a Request for Bid or RFB. The term may be used to represent all types of solicitations.

Buyer…… The Buyer (FBISD Buyer) is the District’s approved business representative for all matters of solicitation, evaluation, award, and administration of a Contract Award. There will be only one appointed Buyer at any time for each purchasing action. Vendors shall address all business/contract issues about a Contract Award to the Buyer.

Alternate or Substitute... A good or service substituted for another by a Vendor with approval of the FBISD Buyer.

Conflict of Interest

A Conflict of Interest shall exist when a Vendor or any affiliated person or business entity provides goods or services under a Contract Award whereby one or more personal, business, or financial interests or relationships exist which would cause a reasonable individual with knowledge of the relevant facts to question the integrity or impartiality of those who are or will be acting under a proposed or existing District Contract; or any other facts that exist which the District, at its sole discretion, determines during the Solicitation or the performance of an existing District Contract that the Vendor obtained an unfair competitive advantage favoring the interest of the Vendor or any person with whom the Vendor has or is likely to have a personal or business relationship. Conflicts of interest are further defined in FBISD policy and state law.

Contract Award The acceptance of a Quote, Bid, Proposal or Offer; a Purchase Order, District Contract Agreement, or other formal notification of award issued by an authorized official of the District’s Purchasing Department.

Contract Documents A set of documents that create an Agreement that has been agreed upon and signed by both the District and the Vendor.

Contract Term The length of time a Contract or Agreement will be available for use by the District.

Contractor The awarded Vendor(s) of a specific Solicitation.

Debarment

Action taken by the District which prevents a Vendor from participating in the solicitation process for a period of time, usually as a result of improper business practices on the part of the Vendor.

Deliverable Goods or services which are required by a Contract Award to be provided to the District by a Vendor.

Discount Contract An awarded Contract where pricing is based on a firm-fixed discount from a Vendor’s published price list, priced catalog, or other document that is published for the majority of the Vendor’s customers.

District FBISD

District Business Day Days the District is officially conducting business (excludes weekends, District observed holidays, etc.).

District Web Site The official District web site, available http://www.fortbendisd.com

FBISD Fort Bend Independent School District Line Item Contract An awarded Contract where goods or services are specified and individually priced.

Notice of Award A formal, written document issued by an authorized official of the District’s Purchasing Department informing a

Vendor that a Contract has been awarded to the vendor based on its Solicitation Response.

Offer Term used in conjunction with or in place of a Vendor’s Solicitation Response.

Professional Services Contract A Contract awarded for performance of technical, professional, and/or unique services by Vendors which are typically licensed such as medical or medical arts professionals, architects, engineers, or lawyers, as described in Texas Education Code 44.031(f).

Proposal Vendor’s response to a Request for Proposal (RFP).

Purchase Order

Formal order for goods, materials and/or services from a Vendor; a binding commitment for the District to remit payment to the Vendor after the item(s) and an invoice are received by the District.

Quote… Vendor’s response to a Request For Quote.

Page 4 of 33

Page 5: Fort Bend Independent School District (FBISD)bids.centerdigitalgov.com/docs/2010/10/Bid_Document... · 2016. 8. 23. · RFP Request for Proposal. Solicitation method used to acquire

RFB Request for Bids. Solicitation method used for acquiring goods or services for one-time purchases or establishing Term Contracts for acquiring goods or services with aggregate values of $50,000 or greater. This solicitation method is formal, and a legal notice is published at time of issuance. This purchasing method is normally used to establish annual contracts for District-wide goods or services, or major one-time purchases. Award is based on Best Value Determination.

CSP Request for Competitive Sealed Proposal. Solicitation method used primarily for construction projects. Allows for the use of the formal evaluation process and uses the Best Value Determinations for an award. Negotiations are allowed prior to the award.

RFO Request for Offer. Used solely for technology purchases issued through the State of Texas / Department of Information Resources (DIR) procurement processes.

RFQ Request for Quote. Used for small dollar purchases valued at less than $50,000. Solicitation method is typically informal (e.g., phone, fax or email) and solicitation requirements are minimal (no advertisement, minimal response time, etc.). May be used for one-time purchases, or to establish low-dollar Term Contracts.

RFP Request for Proposal. Solicitation method used to acquire highly technical, negotiated goods or services. Standard RFPs will allow for evaluations based on specific criteria established within the RFP. Used primarily for higher dollar valued purchases, but may be used for smaller purchases where requirements warrant this Solicitation method. Negotiations are allowed prior to the award.

School Business Days Days the District is officially conducting school (excludes weekends, District observed holidays, etc.)

Service Contract An awarded Contract for performance of a service by a Vendor for a specified period of time.

Solicitation General term used to refer to an RFB,CSP, RFO, RFQ or RFP.

Solicitation Response Vendor’s response to an RFB, CSP, RFO, RFQ, RFP or other Solicitation issued by the District

Solicitation Tabulation Official tabulation of Solicitation Responses, issued by the Purchasing Department after Contract Award.

Subcontractor Company or business that has contracted with the prime contractor for performing services for the District. The prime contractor is responsible to the District for the work performed by the subcontractor. No contract will exist between the subcontractor and the District.

Term Contract An awarded Contract for delivery of goods or performance of services by a Vendor for a specific period of time.

Vendor Bidder, Vendor, Offerer, Proposer, or Contractor

Vendors of Record The compiled bid list of Vendors for a specific Solicitation, that is to include Vendors that were selected to receive the Solicitation, or have notified the District that they have an interest in the Solicitation and are added to the initial list of Vendors.

Page 5 of 33

Page 6: Fort Bend Independent School District (FBISD)bids.centerdigitalgov.com/docs/2010/10/Bid_Document... · 2016. 8. 23. · RFP Request for Proposal. Solicitation method used to acquire

PART II

SOLICITATION INFORMATION AND INSTRUCTIONS

1. DISTRICT OVERVIEW.

1.1. Fort Bend Independent School District spans over 170 square miles and is located in the northeast part of Fort Bend County, just southwest of Houston and Harris County. FBISD encompasses the incorporated cities of Missouri City, Sugar Land, Arcola, and Meadows Place, a small portion of Houston, and the communities of Clodine, DeWalt, Rosharon, and Fresno.

1.2. The District currently has seventy (70) plus campuses and thirteen (13) other sites for administration, athletics, agriculture, and support services.

2. TYPES OF CONTRACTS. Each Solicitation will identify the type of Contract being advertised. One of the following contracting methods will

typically be used, but FBISD reserves the right to use any contracting method it deems to be in the best interest of the District: 2.1. Firm-Fixed Price.

2.1.1. Prices shall be firm-fixed for the term specified in the Contract, and all extensions exercised by the District. 2.1.2. No increases will be allowed during the contract term. 2.1.3. Price decreases are acceptable at anytime during the term of the Contract.

2.2. Fixed-Price with a Price Adjustment Allowance. 2.2.1. Prices shall be firm for a term specified in the Contract. 2.2.2. Prices can be adjusted based on escalation provisions as identified in the Contract. 2.2.3. The District reserves the sole right to evaluate the applicability of any price adjustment and accept or reject any formula included

in any Solicitation Response or accept or reject any Solicitation Response containing a price adjustment proposal. 2.3. Firm-Fixed Discount Percentage, Discount-from-List, or Cost Markup-From-List.

2.3.1. Discount or cost mark-up shall be firm-fixed for the period specified in the Contract but prices may vary based upon changes in a District approved price list or other pricing document, by the method and frequency as identified in the Contract.

2.3.2. Used when the pricing is based on a discount or a cost plus mark-up percentage from an established, publicly recognized price list.

2.3.3. Prices shall be from a current Vendor’s price list or a cost-plus percentage add-on to a Vendor's distributor/producers price list. 2.3.4. Vendor's price list shall be the current price list published and available to and recognized by the trade. A price list especially

prepared for a given Solicitation will not be accepted. FBISD shall be the sole determinate as to acceptability. 2.3.5. Unless otherwise indicated within the Solicitation, the period of acceptance shall be no earlier than ten (10) District Business

Days from receipt and approval. 2.3.6. In order for a price list to be changed, a new or amended price list must be submitted to the Purchasing Department by the

Vendor and approved by the FBISD Buyer within the Contract time specified prior to the requested price change. Otherwise the last FBISD approved price list remains in effect until such time that FBISD approves the price change.

2.3.7. Prices for this type of Contract cannot be increased for 30 days after the Contract commences unless otherwise specified in the Solicitation. Price reductions shall be offered immediately upon becoming available to a Vendor at any time after award.

3. CONFLICT OF INTEREST.

3.1. Disclosure of Certain Relationships with Local Government Officials. 3.1.1. Any individual or business entity that contracts or seeks to contract for the sale or purchase of property, goods, or services with

FBISD must file a Vendor Conflict of Interest Questionnaire with the FBISD Purchasing Office in accordance with Texas Local Government Code Chapter 176, no later than the 7th business day after the recipient becomes aware of facts that require filing.

3.1.2. This requirement applies to a person who is an agent of a vendor in the Vendor's business with the District. 3.1.3. Forms and additional information are available at www.fortbendisd.com/finance/purchasing.cfm. The Texas Ethics Commission's

website at: www.ethics.state.tx.us/whatsnew/conflict_forms.htm. 3.2. Employee.

3.2.1. FBISD Policy CH (Local) Purchasing and Acquisition, and DBD (Local) Employment Requirements and Restrictions, all Vendors must disclose the name of any FBISD employee who owns, directly or indirectly, an interest in the Vendor’s firm or any of its branches.

3.2.2. Failure to provide such conflict of interest information may be grounds for disqualification of the bid or cancellation of a contract resulting from this Solicitation.

3.2.3. Purchase of services or equipment from a business owned in whole or in part by a District employee shall be permitted only when approved by the Superintendent and executed through a documented competitive process.

4. SOLICITATION PRICING. Solicitation prices must be firm for ninety (90) days from Solicitation opening/bid closing date until award unless

otherwise specified in the Solicitation.

5. QUANTITIES. Any quantities listed within the Solicitation are a close approximation based on requirements and available funds, but FBISD reserves the right to purchase more or less than the estimated quantities, at the current Contract price, for the term of the agreement unless otherwise specified in the Solicitation.

6. REQUEST FOR EXPLANATION / INTERPRETATION.

6.1. Any explanation desired by a Vendor regarding the meaning or interpretation of this Solicitation must be submitted in writing to the Buyer identified in the Solicitation via email within seven (7) business days prior to the opening date, in order to allow a response to all Bidders before the submission of a bid.

6.2. The District has also provided an email address intended for interested Proposers to direct requests for clarification, interpretations, and/or questions of current Solicitations in each respective solicitation.

6.3. All requests must include all contact and Solicitation information to be considered. Failure to provide this information may delay a response from the District. The District reserves the right to inform the requester that the response to their request will be submitted through an addendum to all interested vendors and not be addressed directly through their request.

6.4. Once a request is received, a notification of receipt by the District will be forwarded to the contact email address.

Page 6 of 33

Page 7: Fort Bend Independent School District (FBISD)bids.centerdigitalgov.com/docs/2010/10/Bid_Document... · 2016. 8. 23. · RFP Request for Proposal. Solicitation method used to acquire

7. DELIVERY TERMS. 7.1. All goods or products included in the Solicitation shall be F.O.B. (“Free on Board”) destination full freight allowed, unless otherwise

indicated within the Solicitation. 7.2. All goods or products will be considered full freight prepaid and allowed, and included in the unit price. 7.3. The place of delivery shall be set forth in the block of the purchase order entitled "Ship To". 7.4. The District expressly reserves all rights under law, including, but not limited to the Uniform Commercial Code, to inspect the Deliverables

at delivery before accepting them, and to reject defective or non-conforming Deliverables. 7.5. Services shall be provided/scheduled as specified or directed by the District.

8. SUPPLIER DIVERSITY PROGRAM. The FBISD Supplier Diversity Program (SDP) ensures that the District will use its best efforts

to encourage small, minority and women-owned businesses to participate in current and future purchasing of all goods and services. 8.1. Program Definitions.

8.1.1. "Small Business" is defined as a business entity which is independently owned and operated, and which is not dominant in its field of operation. The business employs less than 50 employees and/or has less than $3 million in annual business volume from this local operation.

8.1.2. "Minority Business" is a business entity which is at least 51% owned by one or more minority individual(s) or, in the case of any publicly owned business, at least 51% of the stock is owned by one or more of the minority individual(s) and whose management and daily business operations are controlled by one or more of the minority individual(s) who own it. Minority individuals means residents of the United States who are members of one of the following groups: 8.1.2.1. African Americans; 8.1.2.2. Hispanics; 8.1.2.3. American Indians; 8.1.2.4. Asian Americans; 8.1.2.5. Alaska Natives; 8.1.2.6. Pacific Islanders; and 8.1.2.7. Other individuals found to be economically and socially disadvantaged by the Small Business Administration under

section 8(a) of the Small Business Act. 8.1.3. “Woman Business Enterprise” means a business entity which follows the same guidelines as a Minority Business Enterprise but

which is at last 51% owned by one or more women, or in the case of any publically owned business, at least 51% of the stock is owned by one or more of the women owners and whose management and daily business operations are controlled by one or more of the women who own the entity.

8.2. Certification. 8.2.1. Any business wishing to be identified by FBISD as a small, women-owned or minority business shall be certified as such by

either: 8.2.1.1. By the State of Texas or Texas Local Government which conducts a certification program; or 8.2.1.2. By “self-certification” of a business entity under one of the definitions listed above. .

9. SAMPLE REQUIREMENTS. 9.1. The District may require a sample of a product at any time for evaluation and testing, from a Vendor participating in a Solicitation process or

a Vendor supplying items to the District under contract. 9.2. The Vendor should not submit a sample with the Solicitation Response unless directed to do so. 9.3. Request of Sample.

9.3.1. If it is determined that a sample is required as part of the Evaluation Process, the requirement will be issued in writing to the Vendor by the Buyer.

9.3.2. Samples must be received by the District’s Purchasing Office within five (5) District Business Days after written notification is issued, unless the notification instructs otherwise.

9.3.3. A representative sample of the item(s) offered must be provided. Award recommendations will be based on samples and any future items orders will be of the same quality and grade of the sample submitted.

9.3.4. The Vendor will cover all costs in shipping and providing the sample product to the District. 9.3.5. Failure to provide a requested sample may disqualify the Vendor from further consideration in award of the associated

Solicitation item. 9.3.6. If a sample is found to not meet the Solicitation specifications or the intended purpose of the product, the associated Solicitation

item will be disqualified. 9.4. Sending of Samples.

9.4.1. If a sample is required by the District, samples must be clearly marked with the following information: 9.4.1.1. The word "Sample" in large print; 9.4.1.2. The name of the company submitting the sample; and 9.4.1.3. The number and title of the Solicitation or Contract.

9.5. Return of Samples. 9.5.1. Unless specifically requested, all samples provided shall become the property of FBISD. 9.5.2. If the sample is required by the Vendor to be retuned, any and all costs associated with the return of the sample will be the

responsibility of the Vendor.

Page 7 of 33

Page 8: Fort Bend Independent School District (FBISD)bids.centerdigitalgov.com/docs/2010/10/Bid_Document... · 2016. 8. 23. · RFP Request for Proposal. Solicitation method used to acquire

PART III

SOLICITATION RESPONSE

1. PREPARATION OF A SOLICITATION RESPONSE. In preparation of a Solicitation Response, each Vendor shall: 1.1. Furnish all information required by the Solicitation; 1.2. Authorized Signature.

1.2.1. Solicitation Responses must be signed and/or submitted only by individuals that have been given authority to bind the Vendor under contract.

1.2.2. The Solicitation Response must be signed by an authorized signer; 1.3. Have all erasures or other changes initialed by the signer of the Solicitation Response; 1.4. Solicitation Responses submitted on other forms or with different terms or provisions may be deemed non-responsive by FBISD and

disqualified; 1.5. Unless otherwise instructed by the Solicitation, Vendors shall submit the lowest and best price, F.O.B. destination, freight prepaid and

allowed, on each item, including packaging and transportation. 1.6. An unsigned Solicitation Response will be deemed non-responsive by FBISD and disqualified. Solicitation Responses cannot be signed after

the Solicitation opening time even though the Vendor or a representative is present at the Solicitation opening. 1.7. All Solicitation Responses and accompanying samples or documents of any kind become the property of FBISD. The District will be under

no obligation to return any part of a Solicitation Response to a Vendor. 2. ADDENDA. Should an addition or correction become necessary after a Solicitation is issued, an Addendum or notice of the availability of such an

Addendum on-line will be sent to all Vendors of Record with FBISD and will be posted on the District Web Site. Vendors of Record with FBISD are those Vendors having received a copy of the initial Solicitation or notice of the availability of a copy on-line. 2.1. Vendors who have not obtained a Solicitation directly from FBISD shall be responsible for immediately notifying the listed FBISD Buyer in

order to receive all written Addenda on a timely basis. Vendors who do not so notify FBISD, and subsequently submit a Solicitation response without receipt of all Addenda issued, may be deemed non-responsive by FBISD and disqualified.

2.2. Vendors shall acknowledge an Addendum by returning the Addendum in a separate response, or with the Solicitation, or by physically noting the change or addition on the Solicitation Response with a notation acknowledging the Addendum.

2.3. Failure to return or acknowledge an Addendum may be deemed non-responsive by FBISD and result in disqualification. 3. BRAND NAME AND PRODUCT NUMBER REFERENCE.

3.1. If applicable to the Solicitation, the use of referenced brand/stock numbers in a Solicitation are for brevity in establishing minimum specifications and are not intended to be restrictive.

3.2. “Buyers approved equal” indicates that the District will consider other manufacturer’s product that meets or exceeds the published specifications. The District shall make the final determination of acceptable substitutions.

3.3. All items stating the terms “No Alternatives”, “No Substitute” or “Must Match Existing” shall mean that the District will not accept any other manufacturer’s products.

3.4. Unless no exception is made to the reference manufacturer’s product, the alternate manufacturer, trade and/or brand name and number must be indicated for each item bid. The Bidder will be required to forward any illustrations that render its equivalency. Any additional specifications must reference the line item number that it corresponds to.

3.5. Products of inferior quality will be rejected. 3.6. If the bid space is left blank, the District will consider the bid to be as specified.

4. ATTACHMENTS. 4.1. Vendors may include attachments to describe goods or services being offered and/or to exhibit that products offered meet all written

specifications; however, Vendors shall not submit samples unless requested to do so. 4.2. Page and paragraph numbers shall properly reference each page of an attachment in the Solicitation Response. 4.3. The name of the Vendor submitting the attachment shall also be prominently displayed on each page of the attachment. 4.4. No terms or conditions recorded on any attachment will be considered binding unless specifically made a part of the Solicitation Response in

writing. 4.5. WARNING: Any added terms or conditions may result in disqualification of a Solicitation Reponses, e.g., Solicitation Reponses subject

to laws of a state other than Texas, requirements for prepayment, limitations on remedies, waiver of immunities, change in venue, etc.

5. SITE VISITATION. 5.1. The Vendor shall be responsible for fully understanding the scope of the Solicitation, and if considered applicable to the goods or services

being solicited, the District recommends that Vendors visit the FBISD site and examine the space and/or equipment to be serviced. Vendors to shall obtain FBISD Buyer approval.

5.2. Pre-submittal conferences may be established by the District to allow Vendors access to the associated facility. 5.3. The prospective Vendor shall carefully examine the venue(s), specifications, and requirements. 5.4. If necessary, Vendors shall secure additional information from the Buyer that may be requisite to a clear and full understanding of the work.

6. REFERENCES.

6.1. If required in the Solicitation, the Vendor is to submit references that have contracted with their company to provide like products or services. It is recommended that the Vendor show school districts or other local government organizations similar to FBISD in size and structure, if possible.

6.2. The District reserves the right to use the results of the reference check in the evaluation process. A negative reference or references may cause a bid to be rejected.

7. CERTIFICATIONS AND REPRESENTATIONS.

7.1. The Vendor shall complete, sign and provide all documents as required by the Solicitation. 7.2. Based on the type of Solicitation, the forms that may be required are:

Page 8 of 33

Page 9: Fort Bend Independent School District (FBISD)bids.centerdigitalgov.com/docs/2010/10/Bid_Document... · 2016. 8. 23. · RFP Request for Proposal. Solicitation method used to acquire

7.2.1. Felony Conviction Notice.

7.2.1.1. State of Texas Education Code, Section 44.034 requires that a person or business entity (excluding publicly-held corporations) that enters into a Contract with the District shall give advance notice to the District if the person or an owner or operator of the business entity has been convicted of a felony.

7.2.1.2. School Districts 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 the Education Code or misrepresents the conduct resulting in the conviction.

7.2.2. Vendors shall complete, execute and return as part of the Solicitation Response, the Felony Conviction Notice information referenced in the Solicitation.

7.2.3. Proposal Certification and Affirmation (Proposals only). This document must be signed by an authorized representative that may legally bind the company and is to be included with the Solicitation Response for the response to be considered. Failure to sign and submit this document will disqualify the Solicitation Response.

7.2.4. W-9 Certificate. The Vendor is required to submit with their Solicitation Response a copy of a W-9 Vendor Identification Number Certificate to expedite the payment process if awarded a Contract. A copy of the form can be found at http://www.irs.ustreas.gov/pub/irs-pdf/fw9.pdf.

8. SUBMISSION OF SOLICITATION RESPONSES.

8.1. A Solicitation Response shall represent a true and correct statement and shall contain no cause for claim of omission or error. 8.2. If directed by the Solicitation, the Vendor shall provide any and all certifications, forms, and documents as stated within the Solicitation. 8.3. Responses

8.3.1. Solicitation Response must contain: 8.3.1.1. The signed cover page of the Solicitation with Vendor’s Certification; 8.3.1.2. The Solicitation Response Form; 8.3.1.3. Specification documents, if applicable; 8.3.1.4. The certifications and representations as applicable; 8.3.1.5. IRS Form W-9; 8.3.1.6. Any additional documents required by the Solicitation.

9. WITHDRAWAL OF A SOLICITATION. Any Vendor who is extended the privilege of withdrawing a Bid because of having proven mechanical error in the Solicitation Response may not be considered for an Award on similar items for a length of period deemed appropriate by the District, usually considered one (1) year.

10. SOLICITATION RESPONSE CERTIFICATION. By signing and submitting a Solicitation Response, the Vendor certifies and represents to FBISD that: 10.1. The Solicitation Response has been reviewed by an authorized representative of the company or firm submitting the bid, proposal, offer or

other Solicitation Response document; 10.2. The Vendor’s firm or any of its individual have not prepared the Solicitation Response in collusion with any other Vendor or individual;

and 10.3. The contents of the Solicitation Response as to price, terms and conditions or other details of the Solicitation Response have not been

communicated by the Vendor or by any employee or agent to any other person engaged in this type of business prior to the official opening of the Solicitation.

11. LATE SOLICITATION RESPONSES.

11.1. Late Solicitation Responses will NOT be considered under any circumstances. 11.2. A Solicitation Response will be considered late if the Solicitation Response is not received at the Purchasing Department Solicitation

Response Desk by the deadline provided in the solicitation. 11.3. The Purchasing Department will not be responsible for and no allowances will be made for misrouting of a Solicitation Response within the

District, delays caused by the Post Office, technical delays or problems, courier services, or any other delays. 11.4. The official deadline date and time is determined by the Purchasing Office.

Page 9 of 33

Page 10: Fort Bend Independent School District (FBISD)bids.centerdigitalgov.com/docs/2010/10/Bid_Document... · 2016. 8. 23. · RFP Request for Proposal. Solicitation method used to acquire

PART IV

SOLICITATION EVALUATION AND AWARD

1. RESERVATIONS. The District expressly reserves the right to:

1.1. Waive minor deviations from specifications, if the District determines that overall cost of the goods or service will be lower and the overall function is improved or not impaired;

1.2. Waive any minor informality or deficiency in any Solicitation procedure; 1.3. Reject any or all Solicitation Reponses; 1.4. Cancel the Solicitation; 1.5. Reissue a Solicitation; 1.6. Extend the Solicitation opening time and date, the Contract Award date, or both; 1.7. Specify approximate quantities; 1.8. Increase or decrease the quantity specified in the Solicitation; 1.9. Consider and accept alternate Solicitations, if specified in the Solicitation, when it is considered in the best interest of the District; 1.10. Procure any goods or services by other means; 1.11. Purchase no goods or services.

2. COMPETITIVE SELECTION USING BEST VALUE.

2.1. Solicitation. 2.1.1. All formal Solicitations will be evaluated using the Best Value method as defined in Texas Education Code 44.031(b). 2.1.2. The Solicitation will usually indicate the criteria and ranking to be used to determine Best Value. In the absence of criteria in the

Solicitation, the criteria in 2.1.3 will be used. 2.1.3. In determining Best Value the District will consider any or all of the following:

2.1.3.1. Purchase price; 2.1.3.2. Reputation of the Vendor and of the Vendor's goods or services; 2.1.3.3. Quality of the vendor's goods or services; 2.1.3.4. Extent to which the goods or services meet the District's needs; 2.1.3.5. Vendor's past relationship with the District; 2.1.3.6. Total long-term cost to the District to acquire the Vendor's goods or services; 2.1.3.7. Any other relevant evaluation criteria specifically listed in the Solicitation;

2.2. Award. 2.2.1. Award will not necessarily be made to the Vendor submitting the lowest priced offer. 2.2.2. The District will evaluate the Solicitation Responses and may request additional information, including conducting interviews,

oral presentations, negotiations, or any requirements deemed appropriate; 2.2.3. After Solicitation Responses are received, FBISD may make an Award or awards without discussion with any Vendor. FBISD

reserves the right to conduct interviews, oral presentation, negotiations if applicable, or any other requirements deemed appropriate with only one, with some, or with all Vendors. Solicitation Responses should, therefore, be submitted on the most favorable terms.

3. EVALUATION. The District will evaluate all Solicitations based on the following procedures:

3.1. Objective. Objective evaluation is: 3.1.1. Based on set of pre-determined criteria using formulas and/or sets of ranges; and 3.1.2. By normal District processes, does not include an evaluation team.

3.2. Subjective. Subjective evaluation is: 3.2.1. Based on a set of pre-determined criteria; and 3.2.2. By normal District processes, includes the use of an evaluation team to determine the scoring.

4. AWARD OF CONTRACT.

4.1. FBISD will indicate acceptance of a Vendor’s Solicitation Response by issuance of a Purchase Order, District Contract, or other form of Notice of Award to awarded Vendor(s) at completion of the evaluation of Solicitation Responses.

4.2. If the Contract is issued in the form of a Purchase Order, the purchase order together with any other documents which the FBISD Buyer has attached thereto and/or referenced as part of the Purchase Order, constitutes an offer by the Buyer to purchase from the Vendor the goods and/or services indicated, subject to these General Provisions. The Purchase Order, its attachments and/or referenced documents including these General Provisions is the sole and complete Contract between the District and Vendor with respect to the goods and services ordered, and supersede all prior oral and written understandings. No additional terms or modifications to the Purchase Order proposed by the Vendor in any acknowledgement, sales order, or other form of communication shall be binding on the District. The Buyer’s failure to object to provisions contained in any communication from the Vendor shall not be deemed a waiver of the provisions hereof or an approval of the terms therein.

4.3. Acceptance of the Purchase Order is conditional on Vendor’s consent to the terms and conditions in these General Provisions. FBISD expressly objects to and rejects any terms or conditions in addition to or different from those contained in these General Provisions, whether previously or hereafter proposed in any form from Vendor unless the Buyer has expressly agreed with them in writing. By submitting a Solicitation Response to the District to provide goods or services Vendor acknowledges receipt and willingness to accept all terms and conditions contained in these General Provisions.

4.4. Order of Precedence. 4.4.1. If a formal District Contract is issued, the terms and conditions of the Contract shall be governed in the following order of

importance: 4.4.1.1. These General Provisions; 4.4.1.2. The original Solicitation; 4.4.1.3. Any Addenda submitted prior to the opening of the Solicitation; 4.4.1.4. The accepted portions of the Vendor’s Solicitation Response; and

Page 10 of 33

Page 11: Fort Bend Independent School District (FBISD)bids.centerdigitalgov.com/docs/2010/10/Bid_Document... · 2016. 8. 23. · RFP Request for Proposal. Solicitation method used to acquire

4.4.1.5. Any subsequent contractual documents agreed upon by both parties.

4.4.2. Failure to accept this obligation may result in the cancellation of any award; 4.4.3. Any damages suffered by the District as a result of the Vendor’s failure to Contract shall be recovered from the Vendor.

4.5. Partnership and/or Subcontracting. If the Vendor has joined with one or more business partners or is Subcontracting any work to respond to the Solicitation, FBISD reserves the right to: 4.5.1. Reject the Vendor’s offer based on that/those partnerships(s) and/or Subcontractors. 4.5.2. Accept, at its option, subsequent offers with new partnership(s) and or Subcontractors, should the Subcontracting Vendors in the

initial offer be unacceptable for any reason.

Page 11 of 33

Page 12: Fort Bend Independent School District (FBISD)bids.centerdigitalgov.com/docs/2010/10/Bid_Document... · 2016. 8. 23. · RFP Request for Proposal. Solicitation method used to acquire

PART V

CONTRACT TERMS, CONDITIONS, AND REQUIREMENTS

1. GENERAL TERMS.

1.1. Titles. The awarded Vendor shall be hereby known in the section as “Contractor”. 1.2. Term of Contract, Renewals and Extensions.

1.2.1. The Contract established by the Contract Award shall be in effect from date of award or the commencement date, whichever is later, through the expiration date stated in the Contract.

1.2.2. Any Purchase Orders dated during the term of the Contract must be honored even if received after the Contract expiration date. Contractors may not specify a "final order" receipt date.

1.2.3. Pricing is established by the date the order is placed unless otherwise stated in the Contract. 1.2.4. Renewal Contracts. In addition to the initial base contract year, the District shall have the right to renew the contract for a period

described in the official solicitation. Renewals may be offered for up to four (4) additional years (base year + 4 = 5/yrs total) provided both Buyer and Seller are in mutual agreement.

1.2.5. Short Term Contract Extension. 1.2.5.1. If the District determines that additional time is required to avoid a Contract lapse, it may, at its sole option, extend

the Contract in 30 day increments, up to 180 days, under the current Contract pricing, terms and conditions. 1.2.5.2. Such extension will be done in writing prior to the end of the current Contract term.

1.3. Price Escalations. The District shall only allow price escalations within a Contract if such provisions were identified within the original Solicitation. Contract renewals will allow for escalation only at the time of renewal and contractor must submit price escalation on manufacturer’s letterhead. District shall review escalation amount and determine if escalation is acceptable or not.

1.4. Availability of Funds. 1.4.1. Any Purchase Order resulting from a Solicitation is contingent upon the continued availability of appropriations and is subject to

cancellation, without penalty, either in whole or in part, if funds are not appropriated by Fort Bend ISD Board of Trustees or otherwise not made available to the District.

1.4.2. The District's payment obligations are payable only and solely from funds appropriated and available for the purpose of the purchase.

1.4.3. The absence of appropriated or other lawfully available funds shall render the Contract Award null and void to the extent funds are not appropriated or available and any Deliverables delivered but unpaid shall be returned to the Contractor.

1.4.4. The District shall provide the Contractor written notice of the failure of the District to make an adequate appropriation for any fiscal year to pay the amounts due under the Contract Award, or the reduction of any appropriation to an amount insufficient to permit the District to pay its obligations.

1.5. Conflict of Interest. 1.5.1. If the Contractor becomes aware of facts that require filing of a Vendor Conflict of Interest Questionnaire with the FBISD

Purchasing Office must do so within seven (7) District Business Days in accordance with Texas Local Government Code Chapter 176.

1.5.2. This requirement applies to a person who is an agent of a Contractor in the Contractor's business with the District. 1.5.3. Forms and additional information are available at http://www.fortbendisd.com/finance/purchasing.cfm 1.5.4. Forms are also posted at the Texas Ethics Commission's website at: www.ethics.state.tx.us/whatsnew/conflict_forms.htm.

1.6. Confidentiality. Subject to the Texas Public Information Act and any similar legal requirements, neither FBISD or the Contractor shall disclose any confidential information without prior written approval. As applicable, Contractor shall maintain and process all information it receives in compliance with all applicable data protection/privacy laws and regulations and FBISD policies.

1.7. Debarment or Suspension. The following shall be applicable to Solicitations that are funded by federal funds: 1.7.1. Federal Law (A-102) Common Rule and (A-110) OMB Circular prohibits non-federal entities, including school districts, from

contracting with or making sub-awards under covered transactions to parties that are suspended or debarred or whose principals are suspended or debarred.

1.7.2. Covered transactions include procurement Contracts for goods or services equal to or in excess of $100,000 and all non-procurement transactions (e.g., sub-awards to sub-recipients).

1.7.3. Contractors receiving individual awards for $100,000 or more and all sub-recipients must certify that the organization and its principals are not suspended or debarred. By signature of this Solicitation, the Contractor affirms that neither they nor their principals are suspended or debarred by a federal agency.

1.8. Contract Kick-off Meeting. 1.8.1. The District reserves the right to require the Contractor(s) to meet with District representatives prior to the start of the Contract. 1.8.2. The meeting shall discuss at a minimum the performance requirements, service specifications, expectations of professionalism,

and access issues if necessary. 1.9. Periodic Performance Reviews.

1.9.1. The District reserves the right to require periodic performance reviews with the Contractor(s). 1.9.2. These reviews shall evaluate at a minimum, the Contractor’s ability to:

1.9.2.1. Provide goods or perform services within the required specifications and/or performance requirements; 1.9.2.2. Meet the District’s schedule; and 1.9.2.3. Perform in a professional manner.

1.10. Usage Reports. 1.10.1. The District will have the right to require the Contractor to provide usage reports of the goods or services purchased from the

Contractor during the Contract Period. Usage reports will be computer generated format and made available in 5-7 business days after request.

1.10.2. This right may be extended beyond the end of the Contract Period for a maximum of two years. 1.10.3. The reports shall be in a mutually agreed upon format that is useful by the District and made available by the Contractor.

1.11. Rights to Work Product. 1.11.1. All Work Product shall be the sole property of the District. 1.11.2. Contractor hereby assigns all its rights, title and interest in any and all Work Product and all drafts thereof, including all

worldwide copyright ownership rights in the Work Product, to the District.

Page 12 of 33

Page 13: Fort Bend Independent School District (FBISD)bids.centerdigitalgov.com/docs/2010/10/Bid_Document... · 2016. 8. 23. · RFP Request for Proposal. Solicitation method used to acquire

1.11.3. The District has the right to legible and complete copies of any and all such work papers upon the District’s request.

1.12. Disclosure of Intellectual Property Produced. 1.12.1. Contractor shall promptly disclose to the District all Intellectual Property which Contractor or Contractor’s employees,

Subcontractors, or Subcontractor’s employees may produce, either solely or jointly with others, during the course of the services performed.

1.12.2. All such Intellectual Property becomes the property of the District. 1.12.3. In addition, Contractor shall promptly disclose to the District all Intellectual Property to which Contractor may acquire rights in

connection with the performance of the services hereunder. 1.12.4. Any disclosure under this paragraph shall contain sufficient technical detail to convey a clear understanding of the Intellectual

Property, and shall identify any publication, sale, public use, or impending publication. 1.12.5. Promptly upon request, Contractor shall supply such additional information as the District may require. 1.12.6. Modification and Derivative Works.

1.12.6.1. The District shall have the right, at its own discretion, to independently modify any Intellectual Property incorporated in the services for the District’s own purposes and use, through the services of its own employees or independent Contractors.

1.12.6.2. The District shall own all Intellectual Property Rights to such modifications. 1.12.6.3. Contractor shall comply with all Laws and Regulations relating to Intellectual Property. Contractor represents and

warrants to the District that Contractor shall not infringe upon any Intellectual Property Rights of any third party. 1.12.6.4. Contractor shall require its employees to execute any agreements, assignments, licenses or other instruments, and to

provide information related to Intellectual Property, as may be necessary to effectuate the provisions of this Contract. 1.12.6.5. Contractor shall require its Subcontractors and Suppliers to execute any agreements, assignments, licenses or other

instruments, and to provide information related to Intellectual Property, as may be necessary to effectuate the provisions of this Contract.

1.13. Gratuities and Bribes. 1.13.1. The District may, by written notice to the Contractor, cancel a Contract without liability to the District if it is determined by the

District that gratuities or bribes were offered or given by the Contractor or any principle, agent or representative of the Contractor to any officer or employee of the District with a view toward securing the Contract or securing favorable treatment with respect to the awarding or amending or the making of any determinations with respect to the performing of such Contract.

1.13.2. In the event the Contract is canceled by the District pursuant to this provision, the District shall be entitled, in addition to any other rights and remedies, to recover or withhold the amount of the cost incurred by the Contractor in providing such gratuities.

1.14. Delays by the District. The District will have the right to delay a scheduled delivery or other service performance dates by written notice to the Contractor if the District deems it is in its best interest.

1.15. Delays by the Contractor. 1.15.1. If a Contractor foresees the delay of a scheduled delivery of a product or other service performance date, Contractor shall give

timely notice to the District. 1.15.2. The District may extend the delivery or service date for valid reasons. 1.15.3. The Contractor must keep the District advised at all times of the status of the goods or services. 1.15.4. If the delay will create a burden on the District, the District reserves the right to use any other means available to secure the

goods or services outside the Contract. 1.16. Copyrighted Products or Services.

1.16.1. If commissioned by the District, paid or unpaid, to create a design, artwork, or custom-made product or service, the District shall be sole owner of any copyrights available for the end product.

1.16.2. The Contractor shall turn over all relevant items, physical or electronic, to the District upon request. 1.17. Warranties and Remedies.

1.17.1. Status. The Contractor warrants that any services performed under the terms of this agreement by the Contractor or persons under its employment on FBISD property shall be done as an independent contractor and the persons doing such work shall not be considered employees of the District.

1.17.2. Price. 1.17.2.1. The Contractor warrants the prices offered to the District are no higher than the Contractor's current prices on orders

by others for like Deliverables under similar terms of purchase. 1.17.2.2. The Contractor certifies that the prices in the Solicitation Response have been arrived at independently without

consultation, communication, or agreement for the purpose of restricting competition, as to any matter relating to such fees with any other firm or with any competitor.

1.17.2.3. In addition to any other remedy available, the District may deduct from any amounts owed to the Contractor, or otherwise recover, any amounts paid for items in excess of the Contractor's current prices on orders by others for like Deliverables under similar terms of purchase.

1.17.3. Title. 1.17.3.1. The Contractor warrants that it has valid title to all Deliverables furnished under the Contract, and that the

Deliverables are free and clear of all liens, claims, security interests and encumbrances. 1.17.3.2. The Contractor shall indemnify and hold the District harmless from and against all adverse title claims to the

Deliverables. 1.17.4. Deliverables.

1.17.4.1. The Contractor warrants and represents that all Deliverables sold to the District under the Contract shall be free from defects in design, workmanship or manufacture, and conform in all material respects to the specifications, drawings, and descriptions in the Solicitation, to any samples furnished by the Contractor, to the terms, covenants and conditions of the Contract, and to all applicable State, Federal or local laws, rules, and regulations, and industry codes and standards.

1.17.4.2. Unless otherwise stated in the Solicitation, the Deliverables shall be new or recycled merchandise, and not used or reconditioned. Recycled Deliverables shall be clearly identified as such.

1.17.5. Warranty Period. 1.17.5.1. Unless otherwise specified in the Contract, the warranty period shall be at least one year from acceptance of the goods

or services.

Page 13 of 33

Page 14: Fort Bend Independent School District (FBISD)bids.centerdigitalgov.com/docs/2010/10/Bid_Document... · 2016. 8. 23. · RFP Request for Proposal. Solicitation method used to acquire

1.17.5.2. If the manufacturer’s warranty is less than the required warranty period, the Contractor shall warrant the Deliverable

to the full extent as provided by the manufacturer. 1.17.5.3. If during the warranty period, one or more of the above warranties are breached, the Contractor shall promptly upon

receipt of demand resupply the goods or perform the services again in accordance with the above standard at no additional cost to the District.

1.17.5.4. All costs incidental to such repair or replacement, including but not limited to, any packaging and shipping costs, shall be borne exclusively by the Contractor.

1.17.5.5. The District will endeavor to give the Contractor written notice of the breach of warranty within thirty (30) days of discovery of the breach of warranty, but failure to give timely notice shall not impair the District's rights under this section.

1.17.6. Failure to Repair or Replace. If the Contractor is unable or unwilling to repair or replace defective or non-conforming Deliverables as required by the District, then in addition to any other available remedy, the District may reduce the quantity of Deliverables it may be required to purchase under the Contract from the Contractor, and purchase conforming Deliverables from other sources. In such event, the Contractor shall pay to the District upon demand the increased cost, if any, incurred by the District to procure such Deliverables from another source.

1.17.7. Damage Assessment. 1.17.7.1. If a Contractor is in default on an order, the District reserves the right to purchase the goods or services in default and

charge the increase in price, if any, and cost of handling to the Contractor. 1.17.7.2. Failure to pay a damage assessment is cause for Contract cancellation and/or debarment of the Contractor from the

District’s Solicitation list for a minimum of one year. 1.17.8. Transfer of Manufacturer’s Warranty.

1.17.8.1. If the Contractor is not the manufacturer, and the Deliverables are covered by a separate manufacturer's warranty, the Contractor shall transfer and assign such manufacturer's warranty to the District.

1.17.8.2. If for any reason the manufacturer's warranty cannot be fully transferred to the District, the Contractor shall assist and cooperate with the District to the fullest extent to enforce such manufacturer's warranty for the benefit of the District.

1.17.9. Services. The Contractor warrants and represents that all services to be provided the District under the Contract will be fully and timely performed in a good and workmanlike manner in accordance with generally accepted industry standards and practices, the terms, conditions, and covenants of the Contract, and all applicable Federal, State and local laws, rules or regulations.

1.17.10. Limitation of Warranty. The Contractor shall not limit, exclude or disclaim the foregoing warranty or any warranty implied by law, and any attempt to do so shall be without force or effect.

1.17.11. Delivery of Goods or Performance of Services. If the Contractor is unable or unwilling to deliver goods or perform services in accordance with the terms of the Contract, then in addition to any other available remedy, the District may reduce the amount of the Contract Award to the Contractor, and purchase conforming goods or services from other sources. In such event, the Contractor shall pay to the District upon demand the increased cost, if any, incurred by the District to procure such goods or services from another source.

1.18. Indemnification. 1.18.1. The District shall not be required to indemnify and hold harmless the Contractor and its agents and employees. 1.18.2. To the fullest extent permitted by law, the Contractor shall indemnify and hold harmless the District and its agents, employees,

and trustees from all claims, damages, losses and expenses, including but not limited to attorney’s fees, arising out of or resulting from the performance of the work, provided that any such claim, damage, loss or expense (1) is attributable to bodily injury, sickness, disease or death, or to injury to or destruction of tangible property (other than the work itself) including the loss of property resulting there from, and (2) is caused in whole or in part by any negligent act or omission of the Contractor, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable, regardless of whether or not it is caused in part by a party indemnified hereunder. Such obligation shall not be construed to negate, abridge, or otherwise reduce any other right or obligation of indemnity which would otherwise exist as to any party or person described in this paragraph.

1.18.3. In any and all claims against the District or any of its agents or employees by any employee of the Contractor, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable, the indemnification obligation under this paragraph shall not be limited in any way by any limitation on the amount or type of damages, compensation or benefits payable by or for the Contractor under workers’ compensation acts, disability benefits acts or other employee benefit acts.

1.19. Invoices and Payment. The Contractor shall submit separate invoices in duplicate on each Contract Award after each delivery of goods or completion of service. If the District authorizes partial shipments or deliveries it will be shown on the Purchase Order and a separate invoice must be sent for each shipment or delivery made. 1.19.1. Invoices shall indicate the Purchase Order or Contract number and shall be itemized and transportation charges, if any, shall be

listed separately. A copy of the bill of lading and the freight waybill, when applicable, shall be attached to the invoice. Invoices shall be mailed to FBISD, P.O. Box 1004, Sugar Land, TX 77487-1004, Attention: Accounts Payables Department.

1.19.2. Federal excise taxes, State taxes, or District sales taxes shall not be included in the invoiced amount. The District is not liable for these taxes. The District will furnish a tax exemption certificate upon request.

1.19.3. All valid and complete invoices received by the District will be paid within 30 days of the District's receipt of the Deliverables or of the invoice, whichever is later.

1.19.4. Payment terms, including the rate of interest that shall accrue on any overdue payments, are subject to Chapter 2251 of the Texas Government Code.

1.20. Right to Assurance. 1.20.1. Whenever one party to the Contract Award in good faith has reason to question the other party's intent to perform, demand may

be made to the other party for written assurance of the intent to perform. 1.20.2. In the event that no assurance is given within the time specified after demand is made, the demanding party may treat this failure

as an anticipatory repudiation of the Contract Award. 1.20.3. Advertising. The Contractor shall not advertise or publish, without the District's prior consent, the fact that the District has

entered into a Contract with Contractor. 1.20.4. Funding Out. The District shall have the right to fund out of any contract, lease, or agreement if it looses funding for the new

fiscal year without incurring any penalties or charges. 1.20.5. Right to Cancel The District shall have the right to cancel a contract with a 30/day written notice to the contractor without any

penalties.

Page 14 of 33

Page 15: Fort Bend Independent School District (FBISD)bids.centerdigitalgov.com/docs/2010/10/Bid_Document... · 2016. 8. 23. · RFP Request for Proposal. Solicitation method used to acquire

2. CONTRACT AGREEMENTS.

2.1. Inclusions. 2.1.1. Contract Agreement shall include Agreements, Contract Awards, Contract Documents, Purchase Orders and Service Contracts. 2.1.2. The bid document, when appropriately accepted by FBISD, shall constitute an integral part of any contract, equally binding

between the successful bidder and FBISD. No different or additional terms will become part of this contract with the exception of Change Orders.

2.2. Interpretation. 2.2.1. The Contract Documents are intended by the Contractor and the District as a final, complete and exclusive statement of the terms

of their agreement. 2.2.2. No prior arrangements, past performance, oral agreements or other factors between the Contractor and the District shall be

relevant to supplement or explain any term used in the Contract Documents. 2.2.3. Although the Contract Documents may have been substantially drafted by one party, it is the intent of the Contractor and the

District that all provisions be construed in a manner to be fair to both parties, reading no provisions more strictly against one party or the other.

2.3. Jurisdiction and Venue. 2.3.1. The Contract is made under and shall be governed by the laws of the State of Texas, including, when applicable, the Uniform

Commercial Code as adopted in Texas, V.T.C.A., Business and Commerce Code, Chapter 1, excluding any rule or principle that would refer to and apply the substantive law of another state or jurisdiction.

2.3.2. All issues arising from this Contract shall be resolved in the courts of Fort Bend County, Texas and the parties agree to submit to the exclusive personal jurisdiction of such courts.

2.3.3. The foregoing, however, shall not be construed or interpreted to limit or restrict the right or ability of the District to seek and secure injunctive relief from any competent authority as contemplated herein.

2.4. Modifications. 2.4.1. The Contract Documents, and terms, covenants and conditions can be modified or amended only in writing, when executed by

both parties. 2.4.2. No pre-printed or similar terms on any Contractor invoice, order or other document shall have any force or effect to change the

terms, covenants, and conditions of the Contract. 2.5. Termination for Default.

2.5.1. In the event of a default by the Contractor, the District shall have the right to terminate the Contract Award in whole or in part for cause, by written Notice of Termination effective in ten (10) days, unless otherwise specified, after the date of such notice, unless the Contractor, within such ten (10) day period, cures such default, or provides evidence sufficient to prove to the District Buyer’s reasonable satisfaction that such default does not, in fact, exist.

2.5.2. In addition to any other remedy available under law or in equity, the District will be entitled to recover all actual damages, costs, losses and expenses, incurred by the District as a result of the Contractor's default, including, without limitation, cost of recovery, reasonable attorneys' fees, court costs, and prejudgment and post judgment interest at the maximum lawful rate.

2.5.3. Additionally, in the event of a default by the Contractor, the District may debar the Contractor from the District's Vendor list. 2.5.4. All rights and remedies under the Contract Award are cumulative and are not exclusive of any other right or remedy provided by

law. 2.6. Termination for Convenience.

2.6.1. The District shall have the right to terminate the Contract, in whole or in part, for its own convenience and without cause any time upon thirty (30) days prior written Notice of Termination. Upon receipt of a Notice of Termination, the Contractor shall promptly cease all further work pursuant to the Contract Award, with such exceptions, if any, specified in the Notice of Termination.

2.6.2. The District will pay the Contractor, to the extent of funds appropriated or otherwise legally available for such purposes, for all goods delivered and services performed and obligations incurred prior to the date of termination in accordance with the terms hereof.

2.7. Assignment – Delegation. 2.7.1. The Contract shall be binding upon and to the mutual benefit of the District and the Contractor and their respective successors

and assigns, provided however, that no right or interest in the Contract shall be assigned and no obligation shall be delegated by the Contractor without the prior written consent of the District.

2.7.2. Any attempted assignment or delegation by the Contractor shall be void unless made in conformity with this paragraph. 2.7.3. The Contract is not intended to confer rights or benefits on any person, firm or entity not a party hereto; it being the intention of

the parties that there are no third party beneficiaries to the Contract. 2.7.4. If the Contractor (seller) has sold their business and the Contract is conveyed to another business entity (buyer) in the purchase,

the Contractor shall provide the District with documentation that can be legally recognized in a State of Texas court of law, or a public announcement stating the terms of the purchase.

2.8. Waiver. 2.8.1. No claim or right arising out of a breach of the Contract Award can be discharged in whole or in part by a waiver or renunciation

of the claim or right unless the waiver or renunciation is supported by consideration and is in writing signed by the aggrieved party.

2.8.2. No waiver by either the Contractor or the District of any one or more events of default by the other party shall operate as, or be construed to be, a permanent waiver of any rights or obligations under the Contract Award, or an express or implied acceptance of any other existing or future default or defaults, whether of a similar or different character.

3. GOODS-RELATED CONTRACTS. 3.1. General.

3.1.1. Goods are to be delivered to the required destination(s) within the number of District Business Days as indentified within the Solicitation after receipt of order (ARO).

3.1.2. All products shall be delivered F.O.B. destination, full freight allowed and allowed unless otherwise indicated within the Contract Award.

3.1.3. Ordering and direct delivery will involve various locations with FBISD unless otherwise specified within the purchase order. 3.2. Hours for Delivery.

Page 15 of 33

Page 16: Fort Bend Independent School District (FBISD)bids.centerdigitalgov.com/docs/2010/10/Bid_Document... · 2016. 8. 23. · RFP Request for Proposal. Solicitation method used to acquire

3.2.1. District Distribution Center (warehouse) delivery hours are 8:00 a.m. to 3:30 p.m. 3.2.2 School campus delivery hours are 9:00 a.m. to 3:00 p.m.

3.3. Facilities. With the exception of the District Distribution Center, no other facilities have areas available dock-level deliveries. 3.4. Inside Delivery. The Contractor shall make inside deliveries within a facility to a location determined by the District if required within the

Solicitation. 3.5. Expedited Deliveries.

3.5.1. In case of an urgent need for an expedited delivery by the District, the Contractor is requested to supply the needed material immediately, if possible.

3.5.2. If the Contractor cannot respond, then the emergency requirement may be purchased on the open market. Such purchases shall not be considered a breach of Contract by FBISD or the Contractor.

3.6. Packaging of Goods. 3.6.1. The Contractor shall package all goods in accordance with good commercial practice unless otherwise instructed. 3.6.2. Each shipping container shall be clearly and permanently marked as follows:

3.6.2.1. The Contractor's name and address; 3.6.2.2. The District's name, address and purchase order or purchase release number if applicable; 3.6.2.3. Box number and total number of boxes, e.g. box 1 of 4 boxes; and 3.6.2.4. The number of the container bearing the packing slip. The Contractor shall bear all cost of packaging.

3.6.3. Goods shall be suitably packed to secure lowest transportation costs and to conform to requirements of common carriers and any applicable specifications. The District's count or weight shall be final and conclusive on shipments not accompanied by packing lists.

3.7. Material Safety Data Sheets. A Contractor must provide, at no cost, at least one copy of any applicable Manufacturer's Material Safety Data Sheet(s) (MSDS) with each shipment, and upon request, during the term of the Contract. If OSHA or Federal or State laws provide for additional requirements, those requirements are in addition to the MSDS requirement.

3.8. Inspection and Testing. 3.8.1. The District expressly reserves all rights under law, including but not limited to the Texas Business and Commerce Code, to

inspect the Deliverables at delivery before them, and to reject defective or non-conforming Deliverables. 3.8.2. All goods are subject to inspection and testing for compliancy to the Contract specifications by FBISD. 3.8.3. When products tested fail to meet or exceed all applicable specifications, the cost of the sample used and the cost of any testing

shall be borne by the Contractor. 3.8.4. Goods, which have been delivered and rejected in whole or in part, may be, at FBISD's option, returned to the Contractor at

Contractor's risk and expense or disposed of in accordance with FBISD’s policies. 3.8.5. The Contractor may request that rejected goods be held at Contractor's risk for a reasonable period of time for later disposition at

the Contractor's expense. 3.8.6. Latent defects may result in revocation of acceptance of any product.

3.9. Substitutions of Goods. 3.9.1. All substitutions of goods require prior written approval of the District. 3.9.2. The District reserves the right to require the Contractor to offer possible substitutes if any material or equipment becomes

unobtainable during the term of the Contract. 3.9.3. Outstanding orders are not automatically amended by an approved substitution. 3.9.4. During the contract term, Contractor may request a substitution of an item if the item is no longer manufactured, or has been

discontinued or superseded by a replacement model, and is no longer available to the Contractor. 3.9.5. Substitution Approval Process. Under the forgoing or similar conditions, the Contractor may be granted an allowance of an item

substitution under the following conditions: 3.9.5.1. The Contractor provides the District Purchasing Office with written verification from the manufacturer that the

product is no longer manufactured, or has been discontinued or superseded by a replacement model, and is no longer available to the Contractor.

3.9.5.2. All substitution requests must be submitted within ten (10) District Business Days after the material facts are known. 3.9.5.3. If manufacturer has a substitution model, Contractor must provide product specifications along with a written letter

requesting the item be substituted. 3.9.5.4. The substitution must meet or exceed all specification requirements associated with the original Solicitation. 3.9.5.5. If substitutions are made to an item that has accessories, the Contractor must also provide substitutions for accessories

as applicable. 3.9.5.6. The Contractor will be expected to supply the substitute item at the same or better price than originally bid, unless the

Solicitation provided a price increase provision and the substitute can meet the provision requirements. 3.9.5.7. Substitution will be in effect for the term of the contract or until another substitution is required. 3.9.5.8. All substitutions must be approved in writing by the Purchasing Office prior to its effect. 3.9.5.9. The District reserves the right to approve and disapprove substitutions or to cancel the items in its entirety and procure

the items by a separate procurement process. 3.10. Electrical Items. All electrical items furnished shall meet all applicable OSHA standards and regulations and bear the appropriate listing

from UL, FMRC or NEMA. 3.11. Termination The District shall have the right to terminate the Contract, in whole or in part, for its own convenience and without cause any

time upon thirty (30) days prior written Notice of Termination. 4. SERVICE-RELATED CONTRACTS.

4.1. Contractor’s Obligations. The Contractor shall fully and timely provide all Deliverables described in the Solicitation and in the Vendor's Solicitation Response in strict accordance with the terms, covenants, and conditions of the Contract Award and all applicable Federal, State, and local laws, rules, and regulations.

4.2. Competence of Contractor. 4.2.1. The Contractor warrants it shall have available the necessary personnel, organization, equipment, and facilities to perform all the

services and/or provide all the goods required under a Purchase Order or Contract Agreement. 4.2.2. Only qualified personnel trained in the required services shall be employed by the Contractor. 4.2.3. The Contractor shall obtain all licenses/permits required for the performance of the services.

Page 16 of 33

Page 17: Fort Bend Independent School District (FBISD)bids.centerdigitalgov.com/docs/2010/10/Bid_Document... · 2016. 8. 23. · RFP Request for Proposal. Solicitation method used to acquire

4.2.4. The Contractor shall employ only orderly and competent workers, skilled in the performance of the services, which they will

perform under the Contract. 4.2.5. The Contractor, its employees, Subcontractors, and Subcontractor’s employees may not use or possess any firearms, alcoholic or

other intoxicating beverages, tobacco, illegal drugs or controlled substances while on the job or on the District’s property, nor may such workers be intoxicated, or under the influence of alcohol or drugs on the job.

4.2.6. The District reserves the right to prevent, forbid, and/or temporarily or permanently bar any of Contractor’s employees, Subcontractors, or Subcontractor’s employees from any District facility for whatever reason it determines necessary to maintain the safety, decorum, scheduling and day-to-day operations of the District.

4.3. Licensing and Certification. 4.3.1. If the Contract requires licensing and/or certification to perform services as required, the Contractor shall provide only qualified

licensed / certified individuals to perform such tasks. 4.3.2. The Contractor must maintain any required licenses / certification for the duration of the Contract. 4.3.3. The District reserves the right to require the Contractor to show proof of licensing / certification at any time during the Contract

Term. 4.4. Place and Condition of Work.

4.4.1. The District shall provide the Contractor access to the sites where the Contractor is to provide the goods or perform the services as required.

4.4.2. The Contractor acknowledges that it has satisfied itself as to the nature of the District’s service requirements and specifications, the location and essential characteristics of the work site(s) the quality and quantity of materials, equipment, labor and facilities necessary to provide the goods or perform the services, and any other condition or state of fact which could in any way affect performance of the Contractor’s obligations under the Contract.

4.4.3. The Contractor hereby releases and holds the District harmless from and against any liability or claim for damages of any kind or nature if the actual site or service conditions differ from expected conditions.

4.5. Compliance with Safety Regulations. 4.5.1. The Contractor, its Subcontractors, and their respective employees, shall comply fully with all applicable federal, state, and local

safety and health laws, ordinances, rules and regulations in the performance of the services, including but not limited to those imposed by the District and by the Occupational Safety and Health Administration (OSHA).

4.5.2. In case of conflict, the most stringent safety requirements shall govern. 4.5.3. The Contractor shall indemnify and hold the District harmless from and against all claims, demands, suits, actions, judgments,

fines, penalties and liability of every kind arising from the breach of the Contractor’s obligations under this paragraph. 4.6. Security and Background Investigations.

4.6.1. The Contractor shall be responsible for ensuring the District is protected from potential threats that may be created by their employees.

4.6.2. If directed by the laws of the State of Texas, the Contractor shall adhere to any requirements that may be legislated during the term of any contract, or any enacted District policy.

4.6.3. The District will have the right to require Contractor’s principles, Contractor’s employees assigned to the Contract Award, Subcontractor’s principles, and Subcontractor’s employees assigned to the Contract Award, and any other individuals deemed to be providing goods or services for the District to be investigated (including fingerprinting) for criminal records and/or history.

4.6.4. The District reserves the right to prevent, forbid, and/or temporarily or permanently bar any of Contractor, Contractor’s employees, Subcontractors, or Subcontractor’s employees from any District facility for whatever security reason it determines necessary to maintain the safety of District employees and operations.

4.7. Subcontracts. Where a Subcontract may be used, the Contractor shall be fully responsible to the District for all acts and omissions of the Subcontracts just as the Contractor is responsible for the Contractor’s own acts and omissions. Nothing in the Contract shall create for the benefit of any such Subcontract any Contractual relationship between the District and any such Subcontract, nor shall it create any obligation on the part of the District to pay or to see to the payment of any moneys due any such Subcontract except as may otherwise be required by law.

4.8. District Policy for Work Attire. The Contractor, its employees, and Subcontractor employees shall not wear any T-shirts or clothing that has offensive language, pictures or signs. The District prefers contractors, its employees and subcontractors to wear uniforms with identification badges when on District premises.

4.9. Insurance for Services Performed. 4.9.1. State Certificate of Insurance. Prior to providing services as a result of a Contract Award, the Contractor shall provide the

District with a completed State Certificate of Insurance Form 20.102 (only the State forms are acceptable) providing the below listed coverage or such coverage as may be required in the Solicitation.

4.9.2. Waiver of Subrogation Endorsement. Waiver of Subrogation Endorsement in favor of the District shall be a part of each policy for coverage listed. The District will allow deductible policies. The Contractor shall pay the deductible amount. Such coverage shall remain in effect during the full term of service. Required insurance coverage is specified in the Solicitation.

4.9.3. Proof of Insurance. For the duration of this Contract, the Contractor shall maintain workers’ compensation insurance as required by law and shall provide proof and maintain insurance coverage applicable to liability which could be incurred in conjunction with this project in accordance with the district insurance requirements.

4.9.4. Certificate of Insurance. 4.9.4.1. A certificate of insurance for each of the above policies shall be delivered to the FBISD before providing services as a

result of a Contract Award. 4.9.4.2. At any time during the Contract Term or any extensions the Certificate of Insurance lapses, the Contractor shall

provide to the District an updated certificate. 4.10. Right to Audit. The District will have the right to audit the Contractor's books and records pertaining to all goods and services during the

hours of the normal workday during the term of agreement and for a period of five (5) years following expiration of the Contract. 4.11. Termination for Convenience.

4.11.1. The District shall have the right to terminate the Contract, in whole or in part, for its own convenience and without cause any time upon thirty (30) days prior written Notice of Termination. Upon receipt of a Notice of Termination, the Contractor shall promptly cease all further work pursuant to the Contract Award, with such exceptions, if any, specified in the Notice of Termination.

Page 17 of 33

Page 18: Fort Bend Independent School District (FBISD)bids.centerdigitalgov.com/docs/2010/10/Bid_Document... · 2016. 8. 23. · RFP Request for Proposal. Solicitation method used to acquire

4.11.2. The District will pay the Contractor, to the extent of funds appropriated or otherwise legally available for such purposes, for all

goods delivered and services performed and obligations incurred prior to the date of termination in accordance with the terms hereof.

Page 18 of 33

Page 19: Fort Bend Independent School District (FBISD)bids.centerdigitalgov.com/docs/2010/10/Bid_Document... · 2016. 8. 23. · RFP Request for Proposal. Solicitation method used to acquire

SPECIFICATIONS

Intercommunication System Replacement for Arizona Fleming Elementary and

Lake Olympia Middle School

Background FBISD is a K-12 public school district in Fort Bend County serving a student enrollment of over 69,000. The district currently consists of 73 (seventy-three) campuses and 13 (thirteen) administrative sites. The intention of this Competitive Sealed Proposal (CSP) is to solicit proposals for Intercommunication System Replacement for Arizona Fleming Elementary located at 14850 Bissonnet, Houston TX 77083 and Lake Olympia Middle School located at 3100 Lake Olympia Parkway, Missouri City TX 77459 Pre-Bid Conference: A pre-bid conference is scheduled for Thursday, October 14, 2010 at 3:30pm at FBISD Purchasing located in the FBISD Distribution Complex at 555 Julie Rivers Drive, Sugar Land, TX 77478. Proper Identification will be required such as a Texas driver’s license. All personnel should check in at front desk. Attendance is not mandatory but all bidders are highly encouraged to attend in order to have a better understanding of the requirements of this CSP. Persons with disabilities requiring special accommodations should contact Michele Leach at (281) 634-1854 at least two (2) days prior to the conference. Special Note: Please be reminded that all FBISD campuses and departments are tobacco, drug and weapon free facilities. Vendors are responsible for the conduct of their employees and adherence to FBISD building policies. For information regarding the proposal process, contact Michele Leach of the Purchasing Division at (281) 634-1854 and for technical questions contact James Caylor at (281)634-5585. Description of Work: Detailed Specifications and drawings are attached at the end of this proposal document and are specific to Arizona Fleming Elementary and Lake Olympia Middle School. Contractor shall be responsible for turn key installation of intercommunication system replacement to include:

Removal of old system (demolition) Installation of new system to include all labor, materials and supplies Testing of new system to ensure it is working properly Training of FBISD personnel on how to properly use the system, including operations manual

(hard copy or disc)

Page 19 of 33

Page 20: Fort Bend Independent School District (FBISD)bids.centerdigitalgov.com/docs/2010/10/Bid_Document... · 2016. 8. 23. · RFP Request for Proposal. Solicitation method used to acquire

Work schedules will have to be structured around an elementary school environment. All work must be performed during a 2nd shift schedule (3:30pm to 10:30pm). There will be no overtime consideration, please adjust your calculations to the necessary shift schedule. Weekend work will be scheduled at the end of the project when panels have to be changed Warranty FBISD is looking for new Intercommunication System to have a minimum of one (1) year warranty on both parts and labor. FBISD will look to contractor, not manufacturer to honor all warranty material, workmanship and labor during that first year. Warranty period shall start after FBISD approves and accepts that the system is operational. Deliverables FBISD Purchasing will require 1 (one) additional copy of this proposal to be submitted with the original in a sealed envelope. All documents should be complete. A listing of required documents can be found in the Table of Contents section of this CSP. Evaluation Criteria The evaluation criteria below will be used in the selection process to select the most highly qualified respondent:

Evaluation Criteria

Point System

1 Purchase price 55 points 2 Reputation of the vendor and of the vendor’s services 10 points 3 Quality of the vendor’s services 10 points 4 Extent to which the services meet the district’s needs 10 points 5 Vendor’s past relationship with the district 5 points 6 Long-term cost to the district to acquire the vendor’s services 5 points

7 Ability to service our accounts with proper staff and insurance requirements plus performance bond 5 points

TOTAL 100 points Respondents will be able to view award results by visiting web link http://www.fortbendisd.com/finance/bid_awards.cfm once official award has been made. TIME TABLE FBISD anticipates following the time table listed below for this bid:

Item Activity Date 1 Job starts to advertise (1st run) 10/07/10

2 Job advertises (2nd run) 10/11/10

3 Pre-Proposal Conference 10/14/10

4 Proposals due 10/22/10

5 Award date 12/13/10 The time table above is only an estimate and actual dates may vary.

Page 20 of 33

Page 21: Fort Bend Independent School District (FBISD)bids.centerdigitalgov.com/docs/2010/10/Bid_Document... · 2016. 8. 23. · RFP Request for Proposal. Solicitation method used to acquire

PRICE DELIVERY INFORMATION

CONTRACT DOCUMENTS: Having examined the Proposal, General Instructions, Materials, Execution, and Drawings for Bid No. 11/012ML and conditions for intercommunication system replacement work the undersigned offer: I. OFFER: To furnish all labor, material, tools, equipment, transportation, bonds, all applicable taxes, incidentals, and other facilities, and to perform all work for the said system replacement for the following areas:

Bidder Name:

Item Description Qty Unit Measure

Unit Price Extension Base Price

1. Arizona Fleming Elementary a. Removal of Old System

(Demolition) 1 Lot $

b. New Intercommunication System per specification requirements

1 Lot $

c. Installation of new Intercommunication System

1 Lot $

d. Credit for removed copper wiring

1 Lot $( )

e. Cost of Performance Bond if contract is over $100,000. Cost of Payment Bond if contract is over $25,000.00

1 Lot

Total Items #1 (Material, Labor & Bond)

$

2. Lake Olympia Middle School a. Removal of Old System

(Demolition) 1 Lot $

b. New Intercommunication System per specification requirements

1 Lot $

c. Installation of new Intercommunication System

1 Lot $

d. Credit for removed copper wiring

1 Lot $( )

e. Cost of Performance Bond if contract is over $100,000. Cost of Payment Bond if contract is over $25,000.00

1 Lot

Total Items #2

II. Payment Terms: Please provide your payment terms in the space below:

(Material, Labor & Bond)

$ Grand Total Items #1 & #2

(Material, Labor & Bond)

$

_______________________________________________________________________________

Page 21 of 33

Page 22: Fort Bend Independent School District (FBISD)bids.centerdigitalgov.com/docs/2010/10/Bid_Document... · 2016. 8. 23. · RFP Request for Proposal. Solicitation method used to acquire

III. FBISD is looking to increase the amount of business that goes to Historically Underutilized Businesses (HUBs) which includes women and minority owned businesses. FBISD would like to know the estimated breakdown of percentage and dollar amount of this potential job as indicated in the matrix below. Item Description Percentage of Total Job Dollar Amount 1 Arizona Fleming Elementary 1A Non-HUB Business 1B HUB Business Total Amount 2 Lake Olympia Middle School 2A Non-HUB Business 2B HUB Business Total Amount HUB subcontractors can include:

Bond Companies Job Site Cleaning Companies Contracted Electricians Other Direct Subcontractors performing work

If your company is able to provide subcontractors on this job, please submit an actual HUB report showing total expenditures to HUBs and submit with final invoice to using department below:

FBISD Design & Construction 2323 Texas Parkway Missouri City TX 77489 Attn: Mr. James Caylor

Page 22 of 33

Page 23: Fort Bend Independent School District (FBISD)bids.centerdigitalgov.com/docs/2010/10/Bid_Document... · 2016. 8. 23. · RFP Request for Proposal. Solicitation method used to acquire

QUESTIONNAIRE Attachment a. (Add additional sheets if necessary)

1. How long has your company been in the business performing intercommunication system replacement?

_______________________________________________________________________________________ ______________________________________________________________________________

2. Will your company perform the work or will it sub-contract the work? ______________________________________________________________________________________________________________________________________________________________________

3. Does your company have experience working with school districts?

_________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________

4. Are your employees uniformed with identification badges? ______________________________________________________________________________________________________________________________________________________________________

5. How long will it take your company to complete each respective job as specified? (Please be specific, X amount of business days, X amount of work hours) _________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________

6. FBISD requires a 1 year warranty on the entire intercommunication system (parts/labor). What warranty does your company provide in the system you are recommending in this CSP? _________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________

7. Did you submit the original bid with the one (1) requested additional copy? Yes or No.

___________________________________________________________________________________

8. In the last five years has your organization or any officer/partner of your organization failed to complete a contract? If yes, explain. ______________________________________________________________________________________________________________________________________________________________________

9. In the last five years has your organization or any officer/partner of your organization filed for

bankruptcy? If yes, explain. ______________________________________________________________________________________________________________________________________________________________________

10. Provide FBISD a brief detail plan of how your company plans to approach this job with manpower,

equipment, priority attack plan, lead project manager, time-line for each campus. ___________________________________________________________________________________

___________________________________________________________________________________

Page 23 of 33

Page 24: Fort Bend Independent School District (FBISD)bids.centerdigitalgov.com/docs/2010/10/Bid_Document... · 2016. 8. 23. · RFP Request for Proposal. Solicitation method used to acquire

12. What type of project management reporting will your company provide?

13. Provide the manufacturer, brand, model number of the system you are proposing along with a bill of

material that will make up the system.

Page 24 of 33

Page 25: Fort Bend Independent School District (FBISD)bids.centerdigitalgov.com/docs/2010/10/Bid_Document... · 2016. 8. 23. · RFP Request for Proposal. Solicitation method used to acquire

CERTIFICATE OF RESIDENCY Attachment b.

The State of Texas has passed a law concerning non-resident contractors. This law can be found in Texas Education Code under Chapter 2252, Subchapter A. This law makes it necessary for FBISD to determine the residency of its proposers. In part, this law reads as follows: “Section: 2252.001 (3) ‘Non-resident bidder’ refers to a person who is not a resident. (4) ‘Resident bidder’ refers to a person whose principal place of business is in this state, including a contractor whose

ultimate parent company or majority owner has its principal place of business in this state. Section: 2252.002

A governmental entity may not award a governmental contract to a nonresident bidder unless the nonresident underbids the lowest bid submitted by a responsible resident bidder by an amount that is not less than the amount by which a resident bidder would be required to underbid the nonresident bidder to obtain a comparable contract in the state in which the nonresident’s principal place of business is located.”

I certify that (Name of Company Bidding) is, under Section: 2252.001 (3) and (4), a Resident Bidder Non-resident Bidder My or Our principal place of business under Section: 2252.001 (3) and (4), is in the city of in the state of Signature of Authorized Company Representative Print Name Title Date

Page 25 of 33

Page 26: Fort Bend Independent School District (FBISD)bids.centerdigitalgov.com/docs/2010/10/Bid_Document... · 2016. 8. 23. · RFP Request for Proposal. Solicitation method used to acquire

HUB OR MINORITY OWNED BUSINESS Attachment c.

(Tracking purposes only)

1. Is your company owned (51% or more) by an individual or individuals designated as minority, woman-owned or handicapped? YES___NO___

2. If you answered yes to question number (1), please submit a copy of the applicable certification with your proposal document.

3. Fort Bend Independent School District does not currently maintain set-asides or give preference to HUB proposals. The above information is solicited for the purpose of statistical tracking only.

FORT BEND INDEPENDENT SCHOOL DISTRICT

Affidavit of Non-Discriminatory Employment

This company, Contractor, or Subcontractor agrees to refrain from discrimination in terms and conditions of employment on the basis of race, color, religion, sex, or national origin, and agrees to take affirmative action as required by Federal Statutes and rules and regulations issued pursuant thereto in order to maintain and insure non-discriminatory employment practices.

_____________________________________ Signature _____________________________________ Printed Name & Title _____________________________________ Company Name

Page 26 of 33

Page 27: Fort Bend Independent School District (FBISD)bids.centerdigitalgov.com/docs/2010/10/Bid_Document... · 2016. 8. 23. · RFP Request for Proposal. Solicitation method used to acquire

MWBE REGISTRATION APPLICATION Attachment d.

(Tracking purpose only)

Fort Bend Independent School District Purchasing Department 555 Julie Rivers Drive Sugar Land, TX 77478

(281) 634-1801 Fax: (281) 634-1829

Instructions: To become registered with FBISD as a certified minority and/or woman owned business enterprise (MWBE) firm, complete this application, and attach a copy of your MWBE certificate. Mail or fax to the Purchasing Office at the above address. Name of Company:

Mailing Address: City/State:

Telephone Number:

Remit to Address (if different from above):

Mailing Address: City/State:

Federal I.D. No:

E-mail Address:

Owner’s Name:

Business Code: Please Check the Block That Applies

10 Sole Proprietorship 20 Partnership 30 Corporation 40 Joint Venture

MWBE Ownership: 100 African-American 200 Hispanic 300 Asian 400 Asian Indian 500 Native American 600 White Female

Gender: 100 Male 200 Female

Business Location: 100 Houston 200 Texas 300 Out of State (HQ) 400 Fort Bend County

Houston Minority Business Council Women’s Business Enterprise Alliance City of Houston HUB (State of Texas) Historically Underutilized Businesses Signature of Authorized Agent: Title: Date:

Page 27 of 33

Page 28: Fort Bend Independent School District (FBISD)bids.centerdigitalgov.com/docs/2010/10/Bid_Document... · 2016. 8. 23. · RFP Request for Proposal. Solicitation method used to acquire

FELONY CONVICTION NOTIFICATION Attachment e.

State of Texas Legislative Senate Bill No. 1, Section 44.034, 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 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”. 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 convictions has been reviewed by me and the following information furnished is true to the best of my knowledge. Vendor’s Name: Authorized Company Official’s Name (Printed): A. My firm is a publicly held corporation; therefore, this reporting requirement is not applicable. Signature of Company Official:

B. My firm is not owned or operated by anyone who has been convicted of a felony. Signature of Company Official: C. 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):

Signature of Company Official:

Page 28 of 33

Page 29: Fort Bend Independent School District (FBISD)bids.centerdigitalgov.com/docs/2010/10/Bid_Document... · 2016. 8. 23. · RFP Request for Proposal. Solicitation method used to acquire

Attachment f.

VENDOR DEBARMENT STATEMENT

I have read the conditions and specifications provided in the RFQ document attached.

I affirm, to the best of my knowledge, the company I represent has not been debarred or suspended from conducting business with school districts in the State of Texas. This certification is required by the regulations implementing Executive Order 12549, Debarment and Suspension, 7 CFR Part 3017, Section 3017.510, Participants’ responsibilities. The regulations were published as Part IV of the January 30, 1989, Federal Register (pages 4722-4733). Copies of the regulation may be obtained by contacting the Department of Agriculture Agency with which this transaction originated.

______________________________________________________________________ NAME OF COMPANY (Please Type)

____________________________________________________________________ MAILING ADDRESS CITY STATE ZIP

______________________________________________________________________ PREPARED BY (Please Type)

____________ ____________ ___________________________________________ SIGNATURE TITLE

____________________ _______________________ _____________________ TELEPHONE NUMBER FAX NUMBER DATE

Check here if you have an address or telephone number change: Yes____ No____

Page 29 of 33

Page 30: Fort Bend Independent School District (FBISD)bids.centerdigitalgov.com/docs/2010/10/Bid_Document... · 2016. 8. 23. · RFP Request for Proposal. Solicitation method used to acquire

Attachment g.

NO RESPONSE FORM

CSP NO. _11/012ML

Intercommunication System Replacement for Arizona Fleming Elementary and Lake Olympia Middle School for FBISD

Please Print

Whereas on the ___________ day of ____________________, 2010 (print name of company)

__________________________________________________________________________

has reviewed FBISD’s solicitation CSP No. 11/012ML, and elects not to submit a bid:

State Reason for no bid:________________________________________________________

_____________________________________________________________________________

______________________________________________

Street Address

______________________________________________

City, State, Zip Code

______________________________________________

Telephone/Fax Number

______________________________________________

Name of Authorized Individual

___________________________________________

Signature of Authorized Individual

Page 30 of 33

Page 31: Fort Bend Independent School District (FBISD)bids.centerdigitalgov.com/docs/2010/10/Bid_Document... · 2016. 8. 23. · RFP Request for Proposal. Solicitation method used to acquire

REFERENCES Attachment h.

Please provide at least three (3) references (co. name, address, telephone no., e-mail address and contact) that have used your company for the same goods or services FBISD is requesting in this bid. List those companies that have used your goods or services in the last 3-4 years.

1. Co. Name

Contact

Address

Phone # Fax #

E-mail Address

2. Co. Name

Contact

Address

Phone # Fax #

E-mail Address

3. Co. Name

Contact

Address

Phone # Fax #

E-mail Address

4. Co. Name

Contact

Address

Phone # Fax #

E-mail Address

Page 31 of 33

Page 32: Fort Bend Independent School District (FBISD)bids.centerdigitalgov.com/docs/2010/10/Bid_Document... · 2016. 8. 23. · RFP Request for Proposal. Solicitation method used to acquire

PROPOSAL SUBMISSION FORM Attachment i.

CSP NO. __11/012ML

Intercommunication System Replacement for Arizona Fleming Elementary

and Lake Olympia Middle School for FBISD

Please Print

Whereas on the _____________ day of _____________________________, 2010 (print name of company)

___________________________________________________________________________ has reviewed

CSP No. 11/012ML and has responded in accordance with the terms and conditions therein:

______________________________________ _____________________________________

Street Address City, State, Zip Code

______________________________________ _____________________________________

Telephone Number Fax Number

______________________________________ ______________________________________

Name of Authorized Individual Signature of Authorized Individual

Page 32 of 33

Page 33: Fort Bend Independent School District (FBISD)bids.centerdigitalgov.com/docs/2010/10/Bid_Document... · 2016. 8. 23. · RFP Request for Proposal. Solicitation method used to acquire

Page 33 of 33

Attachment j.

BID GUARANTY AND PERFORMANCE BOND

INFORMATION AND REQUIREMENTS

A guaranty shall be submitted with each bid that the bidder will execute and furnish a performance bond within ten days after award of the contract and receipt of performance bond application form. Guaranty may be submitted in either of these forms:

A. Individual bid bond payable to FBISD for 5% of the total amount of each separate bid, or

B. Bank cashier’s check payable to FBISD for 5% of the total amount of each separate bid.

If the successful bidder submits a bank cashier’s check as guaranty, FBISD may elect to hold the check until all provisions of the contract have been completed, or require the contractor to make a performance bond. The performance bond shall be in the amount equal to the amount of money to be paid by the FBISD under the contract, unless otherwise stated, and shall be executed by a surety company authorized to do business in the State of Texas. An “Acceptable Surety” means an Insurance Company licensed by the Texas State Board of Insurance to act as surety, have an A.M., Best Rating of “A-:VII” or higher, be listed in the Federal Register, and having an unblemished record. The check or bond of each unsuccessful contractor will be returned within ten (10) days after the proposal is awarded. If the performance bond is not made available to FBISD Purchasing Division, 555 Julie Rivers Drive, Sugar Land, Texas 77478, within ten days, FBISD has the right to render the award ineffective. Written verification of the validity of the bond shall be received by the Purchasing Director from the contractor’s surety before any payments will be made.

Page 34: Fort Bend Independent School District (FBISD)bids.centerdigitalgov.com/docs/2010/10/Bid_Document... · 2016. 8. 23. · RFP Request for Proposal. Solicitation method used to acquire

Agreement for Services This Agreement for Services (“Agreement”) is entered into between the Fort Bend Independent School District (hereinafter “FBISD”) and (hereinafter “Contractor”). FBISD and Contractor may be referred to singularly as a “Party” and collectively as the “Parties.” 1. TERM: The term of this Agreement (“Term”) will begin on and end on

, unless terminated earlier pursuant to the terms of this Agreement or extended by mutual written agreement of the Parties.

2. SERVICES: Insert detailed description of the services to be provided by Contractor pursuant to

this Agreement (“Services”) and attach additional pages if necessary. . [If an exhibit, offer, proposal or other similar document (collectively, “Exhibit ___”) is being added as part of this Agreement, any such Exhibit: (i) should be described above in this Section 2 and attached to this Agreement; and (ii) should be hereby incorporated by reference. In the event of any inconsistency between the Exhibit and this Agreement, this Agreement shall prevail.]

3. COMPENSATION: This is a fixed price contract. FBISD will pay Contractor the amount of $ .

[OR]

This is not a fixed price contract. FBISD will pay Contractor an amount not to exceed $ (based on an hourly fee and/or other method of calculation as follows: .

[OR]

This is not a fixed price contract and will be performed on a service-order basis. FBISD will pay Contractor an amount not to exceed $ (based on service order form(s) to be completed and signed by the Parties, a version of which will be provided to Contractor by FBISD). FBISD will engage Contractor on an “as-needed if needed” basis and does not guarantee the purchase of any quantity or dollar amount of Services.

4. PAYMENT TERMS: Payment to Contractor shall be made only after services are performed and not before. Advance payment to Contractor is strictly prohibited. Contractor shall submit detailed invoices to FBISD describing the Services rendered, the times when such Services were performed, compensable expenses and the amount due. FBISD will pay undisputed amounts within thirty (30) days of receiving invoices, and payment may not be deemed overdue until the 31st day after the later of: (1) the date the services are performed under this Agreement or (2) the date FBISD receives an invoice. Payment terms, including the rate of interest that shall accrue on any overdue payments, are subject to Chapter 2251 of the Texas Government Code.

Page 35: Fort Bend Independent School District (FBISD)bids.centerdigitalgov.com/docs/2010/10/Bid_Document... · 2016. 8. 23. · RFP Request for Proposal. Solicitation method used to acquire

- - 2

FBISD will reimburse Contractor only for those reasonable travel and miscellaneous expenses incurred as a result of an explicit request by FBISD in rendering the Services. Expenses will be reimbursed in a timely manner upon presentation by Contractor of an invoice with supporting receipts. Business mileage will be reimbursed at the current IRS-approved mileage rate. All reimbursable travel and expenses by Contractor, if any, must be approved in advance by FBISD. Contractor shall be solely responsible for all non-reimbursed business expenses.

5. CONTRACTOR’S STATUS AND RESPONSIBILITIES: In performing the Services,

Contractor will be deemed an independent contractor and not FBISD’s agent or employee. This Agreement will not be construed to create any partnership, joint venture or other similar relationship between the Parties. As an independent contractor, Contractor will be solely responsible for determining the means and methods for performing the Services and shall furnish all tools, materials, transportation and personal incidentals necessary in the performance of the Services. Contractor shall be responsible for any and all applicable social security and personal income taxes which may become due as a result of any payments made by FBISD hereunder and Contractor shall indemnify and hold FBISD harmless in this regard. Before invoicing FBISD for Services, Contractor will complete and submit an Internal Revenue Service (“IRS”) Form W-9. Contractor shall perform the Services in strict accordance with this Agreement and in accordance with the highest standards of care, skill, diligence and professional competence applicable to contractors engaged in providing similar services.

6. INTELLECTUAL PROPERTY: Contractor represents that it has all intellectual property rights

necessary to enter into and perform its obligations in this Agreement. 7. OWNERSHIP OF WORK PRODUCT: All work product, including any concepts, products,

software, research, reports, studies, data, photographs, negatives or other documents, drawings or materials prepared by Contractor in the performance of its obligations under this Agreement will be deemed works for hire and the exclusive property of FBISD, the Texas Education Agency, the State of Texas and/or the Federal government, as applicable. Contractor shall deliver all such materials to FBISD upon completion, termination or cancellation of this Agreement. Any programs, data or other materials furnished by FBISD for use by Contractor in connection with the Services performed under this Agreement will remain FBISD’s property.

8. INDEMNITY: To the fullest extent permitted by law, Contractor shall indemnify and hold

harmless FBISD, its component departments and schools and each of their trustees, officers, directors, principals, agents and employees from and against all liability, loss, expense (including reasonable litigation costs and attorney fees), or claims for injury or damages arising out of the performance of this Agreement (collectively, “Claim”) to the extent the Claim arises from the negligence, willful act, breach of contract or violation of law by Contractor, its employees, agents, contractors or subcontractors.

9. INSURANCE: Unless an appropriate FBISD representative agrees to waive the requirements by

initialing the designated space near the signature block below, Contractor shall comply with all of FBISD’s insurance requirements, as reflected in the attached document entitled Fort Bend I.S.D. Construction Bond and Insurance Requirements, attached as Exhibit ___ and incorporated by reference herein. Contractor shall provide Certificates of Insurance evidencing the Insurance Requirements prior to the start of work.

10. INSPECTION AND ACCEPTANCE OF SERVICE: FBISD reserves the right to inspect the

Services provided under this Agreement at all reasonable times and places during the Term. If any of the Services do not conform to the requirements set forth in this Agreement, FBISD may (i) require Contractor to perform the Services again in conformity with such requirements, with no additional charge to FBISD; or (ii) equitably reduce payment due Contractor to reflect the

Page 36: Fort Bend Independent School District (FBISD)bids.centerdigitalgov.com/docs/2010/10/Bid_Document... · 2016. 8. 23. · RFP Request for Proposal. Solicitation method used to acquire

- - 3

reduced value of the Services performed. These remedies do not limit other remedies available to FBISD in this Agreement or otherwise available at law.

11. RISK OF LOSS: All work performed by Contractor pursuant to this Agreement will be at

Contractor’s exclusive risk until final and complete acceptance of the work by FBISD. In the case of any loss or damage to the work prior to FBISD’s acceptance, such loss or damage will be Contractor’s responsibility.

12. COMPLIANCE: Contractor shall observe and abide by all applicable laws, regulations and

FBISD policies and procedures. 13. CONFIDENTIALITY; DATA PROTECTION: Subject to the Texas Public Information Act

and any similar legal requirements, neither Party shall disclose any confidential information obtained from the other Party without such Party’s prior written approval. As applicable, Contractor shall maintain and process all information it receives in compliance with all applicable data protection/privacy laws and regulations and FBISD policies.

14. PUBLICITY: Contractor shall not use FBISD’s name, logo or other likeness in any press release,

marketing material or other announcement without FBISD’s prior written approval. 15. SUBCONTRACTORS: If Contractor is permitted to subcontract any of the Services, Contractor

shall ensure that each subcontractor complies with all provisions of this Agreement. Contractor will remain liable for the acts and omissions of such subcontractor(s) and the proper performance and delivery of the Services.

16. BONDS: If applicable to the Services and this Agreement, Contractor shall secure payment

and/or performance bonds in accordance with Section 2253.021 of the Texas Government Code upon executing this Agreement.

17. AUDIT: Execution of this Agreement constitutes Contractor’s acceptance of the authority of

FBISD’s internal and external auditors (collectively, “Auditor”) to conduct audits or investigations in connection with this Agreement. Contractor agrees to cooperate with the Auditor conducting such audits or investigations and to provide all information and documents reasonably requested.

18. TIME IS OF THE ESSENCE: Time is of the essence in the performance of this Agreement. 19. TERMINATION FOR CAUSE: A Party will be in default of this Agreement if such Party fails

to comply with any obligation in this Agreement and such failure continues for ten (10) days after receiving written notice from the non-defaulting Party. In the event of default, the non-defaulting Party, upon written notice to the defaulting Party, may terminate this Agreement for cause as of the date specified in the notice, and may seek other relief as provided by law.

20. TERMINATION FOR CONVENIENCE: FBISD may terminate this Agreement in writing at

any time upon providing at least thirty (30) days written notice to Contractor. FBISD will only be liable for payment for Services received prior to the effective date of such termination.

Page 37: Fort Bend Independent School District (FBISD)bids.centerdigitalgov.com/docs/2010/10/Bid_Document... · 2016. 8. 23. · RFP Request for Proposal. Solicitation method used to acquire

- - 4

21. NOTICE: Any notice required or permitted by this Agreement must be in writing and addressed

to the Party at the address set forth below, or such other address as is subsequently specified in writing. Notices will be effective as the date: (i) delivered by hand, (ii) delivered by national courier service or Registered/Certified Mail, postage prepaid, return receipt requested, or (iii) received by facsimile.

To Fort Bend ISD

Dept Name ______________________________ Attn: ___________________________________ Address: _________________________________ ________________________________________ With a copy to: Legal Department 16431 Lexington Blvd. Sugar Land, TX 77479

To Contractor

________________________________________ Attn: ___________________________________ Address: ________________________________ ________________________________________ With a copy to: ________________________________________ Attn: ____________________________________ Address: _________________________________ ________________________________________

22. FUNDING CONTINGENCY: Notwithstanding anything to the contrary in this Agreement,

FBISD is obligated to make payments only as approved each year by FBISD’s Board of Trustees. FBISD’s Board of Trustees retains the right to terminate the Agreement at the expiration of each budget period of FBISD. FBISD warrants that is has fully budgeted and appropriated sufficient funds in the current fiscal year to make the current payments due under this Agreement and that the funds have not been expended for other purposes.

23. CONTRACTOR REPRESENTATIONS: If Contractor is a business entity, it represents that:

(i) it is duly organized, validly existing and in good standing under the laws of the state of its organization; (ii) it is authorized and in good standing to conduct business in the State of Texas; (iii) it has all necessary power and has received all necessary approvals to execute and perform its obligations in this Agreement; and (iv) the individual executing this Agreement on behalf of Contractor is authorized to do so.

24. CONTRACTOR CERTIFICATION: Contractor shall complete the “Contractor Certification”

regarding the criminal history of covered employees, attached as Exhibit __ and incorporated by reference herein. Noncompliance or misrepresentation regarding this certification may be grounds for termination of this Agreement.

25. CONFLICT OF INTEREST DISCLOSURE: Prior to and as a condition of doing business

with FBISD, Contractor shall complete a Conflict of Interest Disclosure Form, attached hereto as Exhibit __ and incorporated by reference herein, and shall disclose any business relationship, past or present, with a sitting Board member or FBISD employee. Failure to disclose the existence of any such relationship may be grounds for termination of this Agreement.

26. WAIVER: Waiver by either Party of a breach or violation of any provision of this Agreement

will not operate as a waiver of any subsequent breach. 27. SURVIVAL: Termination or expiration of this Agreement will not affect the Parties’ rights or

obligations that, by their nature and context, are intended to survive termination or expiration.

Page 38: Fort Bend Independent School District (FBISD)bids.centerdigitalgov.com/docs/2010/10/Bid_Document... · 2016. 8. 23. · RFP Request for Proposal. Solicitation method used to acquire

- - 5

28. ELECTRONIC DELIVERY: Execution and delivery of this Agreement by exchange of email or fax copy containing the signature of a Party will constitute a valid and binding execution and delivery of this Agreement by such Party.

29. LIMITATIONS: Terms and conditions of this Agreement will only be binding on FBISD to the

extent permitted by the Constitution and laws of the State of Texas. 30. GOVERNING LAW; VENUE: This Agreement will be governed by the laws of the State of

Texas without regard to choice of law principles. In the event of any suit or action arising from this Agreement, the Parties consent to jurisdiction of the courts in Fort Bend County, Texas.

31. MISCELLANEOUS: This Agreement, together with any Attachment(s), constitutes the entire

agreement between the Parties with respect to the subject matter hereof, and supersedes all prior contracts, agreements, representations and understandings made by the Parties relating to such subject matter. This Agreement may not be amended or otherwise modified except by the written agreement of both Parties. Contractor may not assign this Agreement without FBISD’s prior written consent. The invalidity or unenforceability of any provision(s) of this Agreement will not impair the validity and enforceability of the remaining provisions.

Insurance Requirements Waiver – IF the Insurance Requirements are not applicable to the Services or if FBISD otherwise chooses to waive such requirements for purposes of this Agreement, the appropriate FBISD representative may waive the requirements by initialing here: → Otherwise, Contractor must satisfy the Insurance Requirements specified in this Agreement. By signing below, Contractor acknowledges that FBISD does not provide insurance coverage for Contractor or its employees. Contractor does_____ does not_____ carry workers’ compensation coverage for its employees. FORT BEND INDEPENDENT SCHOOL DISTRICT By: _____________________________ _______________________ Superintendent or Designee Date By: ____________________________ _______________________

President of Board Date CONTRACTOR By: _____________________________ _______________________ Signature Date (Note: If the Contractor will earn $50,000 or more during any twelve-month period, then this Contract must be approved by the Board of Trustees and is invalid without the signature of the President of the Board.)

Page 39: Fort Bend Independent School District (FBISD)bids.centerdigitalgov.com/docs/2010/10/Bid_Document... · 2016. 8. 23. · RFP Request for Proposal. Solicitation method used to acquire

- - 6

EXHIBIT ___

FORT BEND I.S.D. CONSTRUCTION BOND & INSURANCE REQUIREMENTS Contractor shall not commence work until all required bonds and insurance coverage have been obtained and such insurance has been reviewed and accepted by the District. Certificates of Insurance on the current ACORD form shall be issued to the District showing all required insurance coverage.

Bonds Required Construction, installation and service contracts (including repair and alteration) exceeding $100,000 requires that a 100% Performance Bond be furnished by the successful bidder (contractor). Contracts exceeding $25,000 require that a 100% Payment Bond be furnished by the successful bidder (contractor). All such bids must include a 5% Bid Bond.

Bonds shall be issued by a company authorized to do business in the State of Texas with an A.M. Best Company rating of at least A- X and included on the U.S. Department of the Treasury Listing of Approved Sureties (Dept. Circular 570). The contractor shall be responsible for obtaining bonds and shall absorb any and all costs of such Bonds.

Insurance Required Limit Required Automobile Liability insurance covering Any Auto

$1,000,000 Combined Single Limit

Comprehensive (Commercial) General Liability insurance including Products, Completed Operations, Independent Contractors, Broad Form Property Damage, Pollution and Blanket Contractual Liability coverage. XCU exclusions to be removed when underground work is performed.

$2,000,000 Aggregate, Occurrence and Personal Injury $ 500,000 Fire Damage $ 5,000 Medical Payments

Per Project Aggregate

Evidence of coverage must be shown on certificates of insurance.

Professional Errors & Omissions Liability insurance may be required from all contractors and licensed or certified as professionals; e.g., engineers, architects, insurance agents, physicians, attorneys, banks, financial consultants, etc.

Consultant on a limited basis with the district in the area of student support and staff development; $1,000,000 One time project limit all other consulting services; $2,000,000 Occurrence & Aggregate minimum, $5,000,000 Maximum Limit $50,000 Deductible Retroactive Date preceding date of contract must be shown Extended Reporting Period three years past completion of contract

Workers Compensation insurance with limits to comply with the requirements of the Texas Workers' Compensation Act.

Statutory Limits

Page 40: Fort Bend Independent School District (FBISD)bids.centerdigitalgov.com/docs/2010/10/Bid_Document... · 2016. 8. 23. · RFP Request for Proposal. Solicitation method used to acquire

- - 7

Employers Liability insurance

$1,000,000

Umbrella or Excess Liability insurance (excess of primary General Liability, Automobile Liability and WC Coverage B)

One time contract amount for all contracts exceeding $100,000, up to $25,000,000 total limit

Limits for primary policies may differ from those shown when Umbrella or Excess Liability insurance is provided.

Property Insurance shall be required for all contracts when property of the owner is at risk or in the care, custody and control of the Contractor. All Risk Builders Risk insurance shall be required for all construction contracts requiring a bond. All Property insurance shall include coverage against the perils of Flood and Earthquake. (Installation Floater may be substituted when contract involves installation only.)

Contract Limit or Replacement Cost Value of Scope of Work whichever is greater Permission to Occupy granted Deductible: 1% of Contract or Replacement Cost Value, $50,000 maximum, unless otherwise approved by the Owner.

Insurance Conditions All insurance coverages shall be issued on an Occurrence basis (except Professional Liability) by companies acceptable to District and licensed to do business in the State of Texas by the Texas Department of Insurance. Such companies shall have a Best's Key rating of at least "A- X".

All certificates must include: 1. The location or description and the bid number, CSP number or Purchase Order number 2. A 60 day notice of cancellation of any non-renewal, cancellation or material change to

any of the policies 3. "Additional Insured" on the Property, General Liability, Automobile Liability and Umbrella

(Excess) Liability policies naming the District. 4. A "Waiver of Subrogation" clause in favor of the District will be attached to the Workers

Compensation, General Liability, Automobile Liability, Umbrella Liability and the Property insurance policies.

5. In addition to certificates of insurance, copies of policy endorsements must be provided (a) listing the District as Additional Insured, and (b) showing waivers of subrogation in favor of the District: CG2010, CG2037, CG2404, CA0070, CA0032, WC0003 or their equivalents.

All insurance must be maintained for one year following substantial completion with Certificates of Insurance provided.

Contractor shall be responsible for payment of all deductibles; the District shall approve the deductibles selected.

If any policy has aggregate limits, a statement of claims against the aggregate limits is required.

Page 41: Fort Bend Independent School District (FBISD)bids.centerdigitalgov.com/docs/2010/10/Bid_Document... · 2016. 8. 23. · RFP Request for Proposal. Solicitation method used to acquire

- - 8

The District reserves the right to review the insurance requirements during the effective period of any contract to make reasonable adjustments to insurance coverages and limits when deemed reasonably prudent by District based upon changes in statutory laws, court decisions or potential increase in exposure to loss. Fort Bend Independent School District c/o _________________________ Address: ______________________ Sugar Land, TX 77479

Page 42: Fort Bend Independent School District (FBISD)bids.centerdigitalgov.com/docs/2010/10/Bid_Document... · 2016. 8. 23. · RFP Request for Proposal. Solicitation method used to acquire

- - 9

EXHIBIT ___

Contractor Certification

Definitions: Covered employees: Employees who have or will have continuing duties related to the service to be performed at the District and have or will have direct contact with students. The District will be the final arbiter of what constitutes direct contact with students. Disqualifying criminal history: Any conviction or other criminal history information designated by the District, or one of the following offenses, if at the time of the offense, the victim was under 18 or enrolled in a public school: (a) a felony offense under Title 5, Texas Penal Code; (b) an offense for which a defendant is required to register as a sex offender under Chapter 62, Texas Code of Criminal Procedure; or (c) an equivalent offense under federal law or the laws of another state. __ On behalf of _________________________________________________ (“Contractor”), I certify that [check one]: [ ] Contractor has no employees; Contractor provides services to the District as an individual and has

or will have direct contact with students. Contractor certifies that Contractor does not have a disqualifying criminal history.

Or [ ] None of Contractor’s employees are covered employees, as defined above. If this box is checked, I further certify that Contractor has taken precautions or imposed conditions to

ensure that Contractor’s employees will not become covered employees. Contractor will maintain these precautions or conditions throughout the time the contracted services are provided.

Or [ ] Some or all of Contractor’s employee are covered employees. If this box is checked, I further certify that:

1. Contractor has obtained all required criminal history record information regarding its covered employees. None of the covered employees has a disqualifying criminal history.

2. If Contractor receives information that a covered employee subsequently has a disqualifying criminal history, Contractor will immediately remove the covered employee from contract duties and notify the District in writing within 3 business days.

3. Upon request, Contractor will provide the District with the name and any other requested information of covered employees so that the District may obtain criminal history record information on the covered employees.

4. If the District objects to the assignment of a covered employee on the basis of the covered employee’s criminal history record information, Contractor agrees to discontinue using the covered employee to provide services at the District.

Noncompliance or misrepresentation regarding this certification may be grounds for contract termination. __________________________________ ____________________________ Signature Date

Page 43: Fort Bend Independent School District (FBISD)bids.centerdigitalgov.com/docs/2010/10/Bid_Document... · 2016. 8. 23. · RFP Request for Proposal. Solicitation method used to acquire

- - 10

EXHIBIT ___

CONFLICT OF INTEREST QUESTIONNAIRE FORM

CIQ For vendor or other person doing business with local governmental entity

OFFICE USE ONLY This questionnaire reflects changes made to the law by H.B. 1491, 80th Leg., Regular Session. This questionnaire is being filed in accordance with Chapter 176, Local Government Code by a person who has a business relationship as defined by Section 176.001(1-a) with a local governmental entity and the person meets requirements under Section 176.006(a). By law this questionnaire must be filed with the records administrator of the local governmental entity not later than the 7th business day after the date the person becomes aware of facts that require the statement to be filed. See Section 176.006, Local Government Code. A person commits an offense if the person knowingly violates Section 176.006, Local Government Code. An offense under this section is a Class C misdemeanor. Name of person who has a business relationship with local governmental entity.

Date Received

Check this box if you are filing an update to a previously filed questionnaire. (The law requires that you file an updated completed questionnaire with the appropriate filing authority not later than the 7th business day after the date the originally filed questionnaire becomes incomplete or inaccurate.)

Name of local government officer with whom filer has employment or business relationship. Name of Officer This section (item 3 including subparts A, B, C & D) must be completed for each officer with whom the filer has an employment or other business relationship as defined by Section 176.001(1-a), Local Government Code. Attach additional pages to this Form CIQ as necessary. A. Is the local government officer named in this section receiving or likely to receive taxable income, other than investment income, from the filer of the questionnaire? Yes No B. Is the filer of the questionnaire receiving or likely to receive taxable income, other than investment income, from or at the direction of the local government officer named in this section AND the taxable income is not received from the local governmental entity? Yes No C. Is the filer of this questionnaire employed by a corporation or other business entity with respect to which the local government officer serves as an officer or director, or holds an ownership of 10 percent or more? Yes No D. Describe each employment or business relationship with the local government officer named in this section.

_____________________________________________ ____________________ Signature of person doing business with the governmental entity Date

1

2

3

Page 44: Fort Bend Independent School District (FBISD)bids.centerdigitalgov.com/docs/2010/10/Bid_Document... · 2016. 8. 23. · RFP Request for Proposal. Solicitation method used to acquire

Arizona Fleming Elementary

Page 45: Fort Bend Independent School District (FBISD)bids.centerdigitalgov.com/docs/2010/10/Bid_Document... · 2016. 8. 23. · RFP Request for Proposal. Solicitation method used to acquire

SECTION 16050 BASIC MATERIALS AND METHODS PART 1 - GENERAL 1.01 SECTION INCLUDES

A. Tests B. Inspections C. Submittals D. Project Coordination

1.02 RELATED SECTIONS

A. General Conditions B. Supplementary Conditions C. Division One

1.03 COOPERATION WITH TRADES:

A. Cooperation with trades of adjacent, related, or affected materials or operations, shall be considered a part of this work in order to affect timely and accurate placing of work and bring together in proper and correct sequence, the work of such trades.

1.04 REFERENCES

A. National Electrical Code (NEC) B. American Society for Testing and Materials (ASTM) C. Underwriter's Laboratories, Inc. (UL) D. Insulated Cable Engineer's Association (ICEA). E. National Electrical Manufacturer's Association (NEMA). F. Institute of Electrical and Electronic's Engineers (IEEE). G. American National Standards Institute (ANSI). H. National Fire Protection Association (NFPA).

1.05 COMPLETE FUNCTIONING OF WORK:

A. All work fairly implied as essential to the complete functioning of the electrical systems shown on the Drawings and Specifications shall be completed as part of the work of this Division unless specifically stated otherwise. It is the intention of the Drawings and Specifications to establish the types of the systems, but not set forth each item essential to the functioning of the system. In case of doubt as to the work intended, or in the event of amplification or clarification thereof, the Contractor shall call upon the Owner for

16050-1 Fort Bend ISD – Arizona Fleming

Page 46: Fort Bend Independent School District (FBISD)bids.centerdigitalgov.com/docs/2010/10/Bid_Document... · 2016. 8. 23. · RFP Request for Proposal. Solicitation method used to acquire

supplementary instructions, Drawings, etc.

B. Contractor shall review all pertinent Drawings and adjust his work to all conditions shown there on. Discrepancies between Plans, Specifications, and actual field conditions shall be brought to the prompt attention of the Owner.

1. Approximate location of special systems are indicated on the Drawings.

However, the Drawings, do not give complete and accurate detailed locations of such outlets, conduit runs, etc., and exact locations must be determined by actual field measurement. Such locations will, at all times, be subject to the approval of the Owner.

2. Communicate with the Owner and secure his approval of any outlet (light fixture, receptacle, switch, etc.) location about which there may be the least question. Outlets obviously placed in a location not suitable to the finished room or without specific approval, shall be removed and relocated when so directed by the Owner. Location of light fixtures shall be coordinated with reflected ceiling plans.

C. Additional coordination with mechanical contractor may be required to allow adequate

clearances of mechanical equipment, fixtures and associated appurtenances. Contractor to notify Owner and Engineer of unresolved clearances, conflicts or equipment locations.

1.06 SCHEMATIC NATURE OF CONTRACT DOCUMENTS

A. The contract documents are schematic in nature in that they are only to establish scope and a minimum level of quality. They are not to be used as actual working construction drawings. The actual working construction drawings shall be the approved shop drawings.

1.07 DATE OF FINAL ACCEPTANCE

A. The date of final acceptance shall be the date of owner occupancy, or the date all punch list items have been completed or final payment has been received. Refer to Division One for additional requirements.

B. The date of final acceptance shall be documented in writing and signed by the Owner,

owner and contractor.

1.08 DELIVERY, STORAGE, AND HANDLING

A. Deliver products to the project properly identified with names, model numbers, types, grades, compliance labels, and other information needed for identification.

B. Deliver products to the project at such time as the project is ready to receive the

equipment, pipe or duct properly protected from incidental damage and weather damage. C. Damaged equipment shall be promptly removed from the site and new, undamaged

equipment shall be installed in its place promptly with no additional charge to the Owner. 1.09 SUBMITTALS

A. Coordinate with Division 1 for submittal timetable requirements, unless noted otherwise within thirty (30) days after the Contract is awarded the Contractor shall submit a minimum of eight (8) complete bound sets of shop drawings and complete data covering each item of equipment or material. The first submittal of each item requiring a submittal must be received by the Owner or Engineer within the above thirty day period. The Owner or Engineer shall not be responsible for any delays or costs incurred due to

16050-2 Fort Bend ISD – Arizona Fleming

Page 47: Fort Bend Independent School District (FBISD)bids.centerdigitalgov.com/docs/2010/10/Bid_Document... · 2016. 8. 23. · RFP Request for Proposal. Solicitation method used to acquire

excessive shop drawing review time for submittals received after the thirty (30) day time limit. The Owner and Engineer will retain one (1) copy each of all shop drawings for their files. Where full size drawings are involved, submit one (1) print and one (1) reproducible sepia or mylar in lieu of eight (8) sets. All literature pertaining to an item subject to Shop Drawing submittal shall be submitted at one time. A submittal shall not contain information from more than one Specification section, but may have a section subdivided into items or equipment as listed in each section. The Contractor may elect to submit each item or type of equipment separately. Each submittal shall include the following items enclosed in a suitable binder: 1. A cover sheet with the names and addresses of the Project, Owner, MEP

Engineer, General Contractor and the Subcontractor making the submittal. The cover sheet shall also contain the section number covering the item or items submitted and the item nomenclature or description.

2. An index page with a listing of all data included in the Submittal. 3. A list of variations page with a listing all variations, including unfurnished or

additional required accessories, items or other features, between the submitted equipment and the specified equipment. If there are no variations, then this page shall state "NO VARIATIONS". Where variations affect the work of other Contractors, then the Contractor shall certify on this page that these variations have been fully coordinated with the affected Contractors and that all expenses associated with the variations will be paid by the submitting Contractor. This page will be signed by the submitting Contractor.

4. Equipment information including manufacturer's name and designation, size, performance and capacity data as applicable. All applicable Listings, Labels, Approvals and Standards shall be clearly indicated.

5. Dimensional data and scaled drawings as applicable to show that the submitted equipment will fit the space available with all required Code and maintenance clearances clearly indicated and labeled at a minimum scale of 1/4" = 1'-0", as required to demonstrate that the alternate or substituted product will fit in the space available.

6. Identification of each item of material or equipment matching that indicated on the Drawings.

7. Sufficient pictorial, descriptive and diagrammatic data on each item to show its conformance with the Drawings and Specifications. Any options or special requirements or accessories shall be so indicated. All applicable information shall be clearly indicated with arrows or another approved method.

8. Additional information as required in other Sections of this Division. 9. Certification by the General Contractor and Subcontractor that the material

submitted is in accordance with the Drawings and Specifications, signed and dated in long hand. Submittals that do not comply with the above requirements shall be returned to the Contractor and shall be marked "REVISE AND RESUBMIT".

B. Refer to Division 1 for additional information on shop drawings and submittals.

C. Equipment and materials submittals and shop drawings will be reviewed for compliance

with design concept only. It will be assumed that the submitting Contractor has verified that all items submitted can be installed in the space allotted. Review of shop drawings and submittals shall not be considered as a verification or guarantee of measurements or building conditions.

D. Where shop drawings and submittals are marked "REVIEWED", the review of the

submittal does not indicate that submittals have been checked in detail nor does it in any way relieve the Contractor from his responsibility to furnish material and perform work as required by the Contract Documents.

16050-3 Fort Bend ISD – Arizona Fleming

Page 48: Fort Bend Independent School District (FBISD)bids.centerdigitalgov.com/docs/2010/10/Bid_Document... · 2016. 8. 23. · RFP Request for Proposal. Solicitation method used to acquire

E. Shop drawings shall be reviewed and returned to the Contractor with one of the following

categories indicated: 1. REVIEWED: Contractor need take no further submittal action, shall include this

submittal in the O&M manual and may order the equipment submitted on. 2. REVIEWED AS NOTED: Contractor shall submit a letter verifying that required

exceptions to the submittal have been received and complied with including additional accessories or coordination action as noted, and shall include this submittal and compliance letter in the O&M manual. The contractor may order the equipment submitted on at the time of the returned submittal providing the Contractor complies with the exceptions noted.

3. NOT APPROVED: Contractor shall resubmit new submittal on material, equipment or method of installation when the alternate or substitute is not approved, the Contractor will automatically be required to furnish the product, material or method named in the Specifications and/or drawings. Contractor shall not order equipment that is not approved. Repetitive requests for substitutions will not be considered.

4. REVISE AND RESUBMIT: Contractor shall resubmit new submittal on material, equipment or method of installation when the alternate or substitute is marked revise and resubmit, the Contractor will automatically be required to furnish the product, material or method named in the Specifications and/or provide as noted on previous shop drawings. Contractor shall not order equipment marked revise and resubmit. Repetitive requests for substitutions will not be considered.

5. CONTRACTOR’S CERTIFICATION REQUIRED: Contractor shall resubmit submittal on material, equipment or method of installation. The Contractor’s stamp is required stating the submittal meets all conditions of the contract documents. The stamp shall be signed by the General Contractor. The submittal will not be reviewed if the stamp is not placed and signed on all shop drawings.

6. MANUFACTURER NOT AS SPECIFIED: Contractor shall resubmit new submittal on material, equipment or method of installation when the alternate or substitute is marked manufacturer not as specified, the Contractor will automatically be required to furnish the product, material or method named in the specifications. Contractor shall not order equipment where submittal is marked manufacturer not as specified. Repetitive requests for substitutions will not be considered.

F. Materials and equipment which are purchased or installed without shop drawing review

shall be at the risk of the Contractor and the cost for removal and replacement of such materials and equipment and related work which is judged unsatisfactory by the Owner or Engineer for any reason shall be at the expense of the Contractor. The responsible Contractor shall remove the material and equipment noted above and replace with specified equipment or material at his own expense when directed in writing by the Owner or Engineer.

G. Shop Drawing Submittals shall be complete and checked prior to submission to the

Engineer for review.

H. Furnish detailed shop drawings, descriptive literature, physical data and a specification critique for each section indicating "compliance" and/or "variations" for the following items:

Wiring Devices and Plates Conduit and Fittings Wire Intercommunication System

16050-4 Fort Bend ISD – Arizona Fleming

Page 49: Fort Bend Independent School District (FBISD)bids.centerdigitalgov.com/docs/2010/10/Bid_Document... · 2016. 8. 23. · RFP Request for Proposal. Solicitation method used to acquire

I. Refer to each specification section for additional requirements. 1.10 OPERATION AND MAINTENANCE MANUALS

A. Prepare maintenance manuals in accordance with Division 1 and in addition to the requirements specified in Division 1, include the following information for equipment items:

1. Description of function, normal operating characteristics and limitations,

performance curves, engineering data and tests, and complete nomenclature and commercial numbers of replacement parts.

2. Manufacturer's printed operating procedures to include start-up, break-in, and routine and normal operating instructions; regulation, control, stopping, shutdown, and emergency instructions; and summer and winter operating instructions.

3. Maintenance procedures for routine preventative maintenance and troubleshooting; disassembly, repair, and reassembly; aligning and adjusting instructions.

4. Servicing instructions and lubrication charts and schedules. 1.11 RECORD DRAWINGS

A. Maintain a continuous record during the course of construction of all changes and deviations in the work from the contract drawings. Upon completion of the work, purchase a set of "Auto Positive Tracings" on vellum and make corrections as required to reflect the electrical systems as installed. Location and size of all conduit shall be accurately shown to dimension. Submit three prints of the tracings for approval. Make corrections to tracings as directed and deliver "Auto Positive Tracings" to the Owner. Record drawings shall be furnished in addition to shop drawings. Symbols on the Record drawings shall correspond to the identification symbols on the contract drawings and equipment identification plates and tags.

B. The Contractor shall maintain a set of clearly marked black line record "AS-BUILT" prints

on the job site on which he shall mark all work details, alterations to meet site conditions and changes made by "Change Order" notices. These shall be kept available for inspection by the Owner or Engineer at all times.

C. Refer to Division 1 for additional requirements concerning record drawings. If the

Contractor does not keep an accurate set of as-built drawings, the pay request may be altered or delayed at the request of the Owner. Mark the drawings with a colored pencil. Delivery of as-built prints and reproducibles is a condition of final acceptance.

D. The record prints shall be updated on a daily basis and shall indicate accurate dimensions

for all buried or concealed work, precise locations of all concealed pipe or duct, locations of all concealed valves, controls and devices and any deviations from the work shown on the Construction Documents which are required for coordination. All dimensions shall include at least two dimensions to permanent structure points.

E. Submit three prints of the tracings for approval. Make corrections to tracings as directed

and delivered "Auto Positive Tracings" to the Owner. "As-Built" drawings shall be furnished in addition to shop drawings.

F. When the option described in paragraph F., above is not exercised then upon completion

of the work, the Contractor shall transfer all marks from the submit a set of clear concise set of reproducible record "AS-BUILT" drawings and shall submit the reproducible drawings with corrections made by a competent draftsman and three (3) sets of black line prints to the Owner or Engineer for review prior to scheduling the final inspection at the

16050-5 Fort Bend ISD – Arizona Fleming

Page 50: Fort Bend Independent School District (FBISD)bids.centerdigitalgov.com/docs/2010/10/Bid_Document... · 2016. 8. 23. · RFP Request for Proposal. Solicitation method used to acquire

completion of the work. The reproducible record "AS-BUILT" drawings shall have the Engineers Name and Seal removed or blanked out and shall be clearly marked and signed on each sheet as follows:

CERTIFIED RECORD DRAWINGS

DATE:

(NAME OF GENERAL CONTRACTOR)

BY:_______________________________

(SIGNATURE)

(NAME OF SUBCONTRACTOR)

BY:_______________________________ (SIGNATURE)

1.12 CERTIFICATIONS AND TEST REPORTS

A. Submit a detailed schedule for completion and testing of each system indicating scheduled dates for completion of system installation and outlining tests to be performed and schedule date for each test. This detailed completion and test schedule shall be submittal at least 90 days before the projected Project completion date.

B. Test result reporting forms shall be submitted for review no later than the date of the

detailed schedule submitted.

C. Submit 4 copies of all certifications and test reports to the Owner or Engineer for review adequately in advance of completion of the Work to allow for remedial action as required to correct deficiencies discovered in equipment and systems.

D. Certifications and test reports to be submitted shall include, but not be limited to those

items outlined in Section of Division 16.

1.13 MAINTENANCE MANUALS

A. Coordinate with Division 1 for maintenance manual requirements, unless noted otherwise bind together in “D ring type” binders by National model no. 79-883 or equal, binders shall be large enough to allow ¼” of spare capacity. Three (3) sets of all approved shop drawing submittals, fabrication drawings, bulletins, maintenance instructions, operating instructions and parts exploded views and lists for each and every piece of equipment furnished under this Specification. All sections shall be typed and indexed into sections and labeled for easy reference and shall utilize the individual specification section numbers shown in the Electrical Specifications as an organization guideline. Bulletins containing information about equipment that is not installed on the project shall be properly marked up or stripped and reassembled. All pertinent information required by the Owner for proper operation and maintenance of equipment supplied by Division 16 shall be clearly and legibly set forth in memoranda that shall, likewise, be bound with bulletins.

B. Prepare maintenance manuals in accordance with Special Project Conditions, in addition

to the requirements specified in Division 16, include the following information for equipment items:

1. Identifying names, name tags designations and locations for all equipment. 2. Fault Current calculations and Coordination Study.

16050-6 Fort Bend ISD – Arizona Fleming

Page 51: Fort Bend Independent School District (FBISD)bids.centerdigitalgov.com/docs/2010/10/Bid_Document... · 2016. 8. 23. · RFP Request for Proposal. Solicitation method used to acquire

3. Reviewed shop drawing submittals with exceptions noted compliance letter. 4. Fabrication drawings. 5. Equipment and device bulletins and data sheets clearly highlighted to show

equipment installed on the project and including performance curves and data as applicable, i.e., description of function, normal operating characteristics and limitations, performance curves, engineering data and tests, and complete nomenclature and model numbers of replacement parts.

6. Manufacturer's printed operating procedures to include start-up, break-in, and routine and normal operating instructions; regulation, control, stopping, shutdown, and emergency instructions; and summer and winter operating instructions.

7. Maintenance procedures for routine preventative maintenance and troubleshooting; disassembly, repair, and reassembly; aligning and adjusting instructions, servicing instructions and lubrication charts and schedules.

8. Equipment name plate data. 9. Wiring diagrams. 10. Exploded parts views and parts lists for all equipment and devices. 11. Color coding charts for all painted equipment and conduit. 12. Location and listing of all spare parts and special keys and tools furnished to the

Owner. 13. Furnish recommended lubrication schedule for all required lubrication points with

listing of type and approximate amount of lubricant required.

C. Refer to Division 1 for additional information on Operating and Maintenance Manuals.

D. Operating and Maintenance Manuals shall be turned over to the Owner or Engineer a minimum of 14 working days prior to the beginning of the operator training period.

1.14 OPERATOR TRAINING

A. The Contractor shall furnish the services of factory trained specialists to instruct the Owner's operating personnel. The Owner's operator training shall include 12 hours of on site training in three 4 hour shifts.

B. Before proceeding with the instruction of Owner Personnel, prepare a typed outline in

triplicate, listing the subjects that will be covered in this instruction, and submit the outline for review by the Owner. At the conclusion of the instruction period obtain the signature of each person being instructed on each copy of the reviewed outline to signify that he has a proper understanding of the operation and maintenance of the systems and resubmit the signed outlines.

C. Refer to other Division 16 Sections for additional Operator Training requirements.

1.15 SITE VISITATION

A. Visit the site of the proposed construction in order to fully understand the facilities, difficulties and restriction attending the execution of the work.

B. Before submitting a bid, it will be necessary for each Contractor whose work is involved to

visit the site and ascertain for himself the conditions to be met therein in installing his work and make due provision for same in his bid. It will be assumed that this Contractor in submitting his bid has visited the premises and that his bid covers all work necessary to properly install the equipment shown. Failure on the part of the Contractor to comply with this requirement shall not be considered justification for the omission or faulty installation of any work covered by these Specifications and Drawings.

16050-7 Fort Bend ISD – Arizona Fleming

Page 52: Fort Bend Independent School District (FBISD)bids.centerdigitalgov.com/docs/2010/10/Bid_Document... · 2016. 8. 23. · RFP Request for Proposal. Solicitation method used to acquire

C. Understand the existing utilities from which services will be supplied; verify locations of utility services, and determine requirements for connections.

D. Determine in advance that equipment and materials proposed for installation fit into the

confines indicated. 1.16 WARRANTY

A. The undertaking of the work described in this Division shall be considered equivalent to the issuance, as part of this work, of a specific guarantee extending one year beyond the date of completion of work and acceptance by Owner, against defects in materials and workmanship. Materials, appliances and labor necessary to effect repairs and replacement so as to maintain said work in good functioning order shall be provided as required. Replacements necessitated by normal wear in use or by Owner's abuse are not included under this guarantee.

1.17 TRANSFER OF ELECTRONIC FILES

A. Project documents are not intended or represented to be suitable for reuse by Owner or others on extensions of this project or on any other project. Any such reuse or modification without written verification or adaptation by Engineer, as appropriate for the specific purpose intended, will be at Owner’s risk and without liability or legal exposure to Engineer or its consultants from all claims, damages, losses and expense, including attorney’s fees arising out of or resulting thereof.

B. Because data stored in electric media format can deteriorate or be modified inadvertently, or otherwise without authorization of the data’s creator, the party receiving the electronic files agrees that it will perform acceptance tests or procedures within sixty (60) days of receipt, after which time the receiving party shall be deemed to have accepted the data thus transferred to be acceptable. Any errors detected within the sixty (60) day acceptance period will be corrected by the party delivering the electronic files. Engineer is not responsible for maintaining documents stored in electronic media format after acceptance by the Owner.

C. When transferring documents in electronic media format, Engineer makes no representations as to the long term compatibility, usability or readability of documents resulting from the use of software application packages, operating systems, or computer hardware differing from those used by Engineer at the beginning of the Project.

D. Any reuse or modifications will be Contractor’s sole risk and without liability or legal exposure to Owner, Engineer or any consultant.

E. The Texas Board of Architectural Examiners (TBAE) has stated that it is in violation of Texas law for persons other than the Owner of record to revise the Architectural drawings without the Owner’s written consent.

It is agreed that “MEP” hard copy or computer-generated documents will not be issued to any other party except directly to the Owner. The contract documents are contractually copyrighted and cannot be used for any other project or purpose except as specifically indicated in AIA B-141 Standard Form of Agreement Between Architect and Owner.

If the client, Owner, or developer of the project requires electronic media for “record purposes”, then an AutoCAD based compact disc (“CD”) will be prepared. The “CD” will be submitted with all title block references intact and will be formatted in a “plot” format to permit the end user to only view and plot the drawings. Revisions will not be permitted in this configuration.

16050-8 Fort Bend ISD – Arizona Fleming

Page 53: Fort Bend Independent School District (FBISD)bids.centerdigitalgov.com/docs/2010/10/Bid_Document... · 2016. 8. 23. · RFP Request for Proposal. Solicitation method used to acquire

F. At the Owner’s request, Engineer will prepare one “CD” of electronic media to assist the contractor in the preparation of submittals. The Engineer will prepare and submit the “CD” to the Owner for distribution to the contractor. All copies of the “CD” will be reproduced for a cost of reproduction fee of Five Hundred Dollars ($500.00) per “CD”.

The “CD” will be prepared and all title blocks, names and dates will be removed. The “CD” will be prepared in a “.dwg” format to permit the end user to revise the drawings.

G. This Five Hundred Dollars ($500.00) per “CD” cost of reproduction will be paid directly from the Contractor to the Engineer. The “CD” will be prepared only after receipt of the Five Hundred Dollars ($500.00). The Five Hundred Dollars ($500.00) per “CD” cost of reproduction is to only recover the cost of the manhours necessary to reproduce the documents. It is not a contractual agreement between the Contractor and Engineer to provide any engineering services, nor any other service.

PART 2 - PRODUCTS 2.01 SUBSTITUTIONS

A. The names and manufacturers and model numbers have been used in the Contract documents to establish types of equipment and standards of quality. Where more than one manufacturer is named for a specific item of equipment, only one of the specified manufacturers will be considered for approval. Where only one manufacturer is mentioned with the phrase "or approved equal", Contractor may submit an alternate manufacturer for consideration, provided the following conditions are met:

1. Submit alternate equipment with complete descriptive data in shop drawing form.

Provide sample of equipment upon request for review by Owner. Samples will be returned if requested in writing.

2. Alternate equipment must be equal from the standpoint of materials, construction and performance.

3. Alternate submittal must be presented to the Engineer/Owner ten (10) days prior to bid date for approval.

B. The Owner and Engineer shall be the sole judge of quality and equivalence of equipment,

materials and methods. 2.02 All materials and products used on this project shall be listed by Underwriters' Laboratories. 2.03 ACCESS DOORS

A. Wherever access is required in walls or ceilings to concealed junction boxes, pull boxes, equipment, etc., installed under this Division, furnish a hinged access door and frame with flush latch handle to another Division for installation. Doors shall be as follows:

1. Plaster Surfaces: Milcor Style K. 2. Ceramic Tile Surfaces: Milcor Style M. 3. Drywall Surfaces: Milcor Style DW. 4. Install panels only in locations approved by the Owner.

2.04 EQUIPMENT PADS

A. Unless noted otherwise 4" high concrete pads for floor mounted equipment shall be installed under Division 3. Pads shall conform to the shape of the equipment with a minimum of 3" margin at equipment supports. Top and sides of pads shall be troweled to

16050-9 Fort Bend ISD – Arizona Fleming

Page 54: Fort Bend Independent School District (FBISD)bids.centerdigitalgov.com/docs/2010/10/Bid_Document... · 2016. 8. 23. · RFP Request for Proposal. Solicitation method used to acquire

a smooth finish, equal to floor. External corners shall be bullnosed to a 3/4" radius, unless shown otherwise.

2.05 ESCUTCHEONS

A. Provide heavy chrome or nickel plated plates, of approved pattern, on conduit passing through walls, floors and ceilings in finished areas. Where conduit passes through a sleeve, no point of the conduit shall touch the building construction. Caulk around such conduit with sufficient layers of two hour rated firesafing by Thermafiber 4.0 P.C.F. density, U.S.G. fire test 4/11/78 and seal off openings between conduit and sleeves with non-hardening mastic prior to application of escutcheon plate. Escutcheons shall be Gravler Sure-Lock, or approved equal.

2.06 SPACE LIMITATIONS

A. Equipment shall be chosen which shall properly fit into the physical space provided and shown on the drawings, allowing ample room for access, servicing, removal and replacement of parts, etc. Adequate space shall be allowed for clearances in accordance with Code requirements. Physical dimensions and arrangement of equipment shall be subject to the approval of the Owner.

2.07 PAINTING

A. All factory assembled equipment for electrical work, except light fixtures, that normally is delivered with a factory applied finish shall be delivered with a hard surface factory applied finish such as baked-on machinery enamel which will not require additional field painting. The finish shall consist of not less than 2 coats of medium gray color paint USA No. 61 Munsell Notation 8-3G, 6. 10/0.54 enamel. This Contractor shall protect this finish from damage due to construction operations until acceptance of the building. He shall be responsible for satisfactorily restoring any such finishes or replacing equipment that becomes stained or damaged.

2.08 ELECTRICAL SYSTEM IDENTIFICATION

A. Conduit Systems: Provide adequate marking of major conduit which is exposed or concealed in accessible spaces to distinguish each run as either a power or signal/communication conduit. Except as otherwise indicated, use orange banding with black lettering. Provide self-adhesive or snap-on type plastic markers. Indicate voltage for that raceway. Locate markers at ends of conduit runs, on pull boxes, on junction boxes, near switches and other control devices, near items of equipment served by the conductors, at points where conduit passes through walls or floors, or enters non-accessible construction and at spacings of not more than 50 feet along each run of conduit. Switch-leg conduit and short branches for power connections do not have to be marked, except where conduit is larger than ¾ inch. Branch circuit conduits, junction boxes and pull boxes shall be marked with a permanent marker indicating panel name and branch circuit numbers.

B. Underground Cable Identification: Bury a continuous, preprinted, bright colored plastic ribbon cable marker with each underground cable (or group of cables), regardless of whether conductors are in conduit, duct bank, or direct buried. Locate each directly over cables, 6 to 8 inches below finished grade.

C. Identification of Equipment:

1. All major equipment shall have a manufacturer’s label identifying the manufacturer’s address, equipment model and serial numbers, equipment size,

16050-10 Fort Bend ISD – Arizona Fleming

Page 55: Fort Bend Independent School District (FBISD)bids.centerdigitalgov.com/docs/2010/10/Bid_Document... · 2016. 8. 23. · RFP Request for Proposal. Solicitation method used to acquire

2. A black-white-black laminated plastic engraved identifying nameplate shall be secured by stainless steel screws to each automatic transfer switch, switchboard, distribution panel, motor control center, motor starter panels and panelboards. a. Identifying nameplates shall have ¼ inch high engraved letters and shall

contain the following information: 1) Name 2) Voltage 3) Phase 4) “3” or “4” wire, and 5) Where it is fed from.

b. An example of a panelboard nameplate is: Center Panel – 1HB 480/277 volt, 3 phase, 4 wire Center Fed from DP2

c. An example of an automatic transfer switch nameplate is: Center ATS #2 480/277 volt, 3 phase, 4 wire, 4 pole Center Fed from MSB and DPE

3. Each feeder device in a switchboard, distribution panel, and motor control center device shall have a nameplate showing the load served in ½ inch high engraved letters.

4. A black-white-black laminated plastic engraved identifying nameplate shall be secured by screws to each safety switch, disconnect switch, individual motor starter, enclosed circuit breaker, wireway, and terminal cabinet. a. Identifying nameplates shall have ¼ inch high engraved letters and shall

indicate the equipment served. b. An example if a disconnect switch is: AHU-1.

5. Cardholders and directory cards shall be furnished for circuit identification in panelboards. Cardholder shall be located on inside of panel door and shall be in a metal frame with clear plastic front. Circuit lists shall be typewritten. Circuit descriptions shall include location and name of each item of equipment served. Spares and spaces shall be written in erasable pencil for future use.

6. Prohibited Markings: Markings which are intended to identify the manufacturer, vendor, or other source from which the material has been obtained are prohibited for installation within public, tenant, or common areas within the project. Also, prohibited are materials or devices which bear evidence that markings or insignias have been removed. Certification, testing (example, Underwriters’ Laboratories, Inc.), and approval labels are exceptions to this requirement.

7. Warning Signs: Provide warning signs where there is hazardous exposure associated with access to or operation of electrical facilities. Provide text of sufficient clarity and lettering of sufficient size to convey adequate information at each location; mount permanently in an appropriate and effective location. Comply with recognized industry standards for color and design.

8. Operational Tags: Where needed for proper and adequate information on operation and maintenance of electrical system, provide tags of plasticized card stock, either preprinted or hand printed. Tags shall convey the message, example: “DO NOT OPEN THIS SWITCH WHEN BURNER IS OPERATING.”

PART 3 - EXECUTION 3.01 WORKMANSHIP AND CONCEALMENT

A. The work of this Section shall be performed by workman skilled in their trade. Installation shall be consistent in completeness whether concealed or exposed. Each item of

16050-11 Fort Bend ISD – Arizona Fleming

Page 56: Fort Bend Independent School District (FBISD)bids.centerdigitalgov.com/docs/2010/10/Bid_Document... · 2016. 8. 23. · RFP Request for Proposal. Solicitation method used to acquire

electrical work shall be concealed in walls, chases, under floors and above ceilings except:

1. Where shown to be exposed. 2. Where exposure is necessary to the proper function.

B. Any items, including junction boxes, required to be accessible for maintenance shall be

installed no more than 18” above ceiling grid. C. For areas with drywall or plaster ceilings. Only lighting junction boxes will be permitted.

Lighting junction boxes shall be installed directly above light fixture opening.

3.02 SLEEVES, CUTTING AND PATCHING

A. This section shall be responsible for placing sleeves for all conduit passing through walls, partitions, sound walls, beams, floors, roof, etc. Sleeves through below-grade walls shall use water-tight fitting manufactured by O.Z. Gendey.

B. All cutting and patching will be done under another Division, but this Section will be

responsible for timely performance of this work and layout of holes and setting sleeves.

C. All un-used sleeves shall be sealed with 2 hour UL approved fire sealant manufactured by “3M” or approved equal.

D. Refer to 16110 for additional requirements.

3.03 ELECTRICAL GEAR

A. Install all electrical equipment in accordance with the National Electrical Code and as shown on the drawings.

B. Lighting contractors, time clocks, disconnect switches, etc. mounted in

mechanical/electrical rooms shall be mounted at a working height not requiring a ladder, when wall space is available. Installation of these devices at greater elevations shall be approved by the Engineer. Contractor shall provide a coordination sketch of each mechanical/electrical room noting locations and mounting heights of all electrical devices(note bottom and top elevations) shown to be installed. Sketches shall be provided to the Engineer for review, and the general contractor for coordination with other trades working in these rooms.

3.04 CLEANING

A. Clean lighting fixtures and equipment. B. Touch-up and refinish scratches and marred surfaces on panels, switches, starters, and

transformers. 3.05 TESTS AND INSPECTIONS

A. Tests and inspection requirements shall be coordinated with Division I.

B. Date for final acceptance test shall be sufficiently in advance of completion date of contract to permit alterations or adjustments necessary to achieve proper functioning of equipment prior to contract completion date.

C. Conduct re-tests as directed by Owner on portions of work or equipment altered or

16050-12 Fort Bend ISD – Arizona Fleming

Page 57: Fort Bend Independent School District (FBISD)bids.centerdigitalgov.com/docs/2010/10/Bid_Document... · 2016. 8. 23. · RFP Request for Proposal. Solicitation method used to acquire

16050-13 Fort Bend ISD – Arizona Fleming

adjusted as determined to be necessary by final acceptance test. No resultant delay or consumption of time as a result of such necessary re-test beyond contract completion date shall relieve Contractor of his responsibility under contract.

D. Put circuits and equipment into service under normal conditions, collectively and

separately, as may be required to determine satisfactory operation. Demonstrate equipment to operate in accordance with requirements of these specifications. Perform tests in the presence of Owner. Furnish instruments and personnel required for tests.

E. Final Inspection:

1. At the time designated by the Owner, the entire system shall be inspected by the

Owner and Engineer. The contractor or his representative shall be present at this inspection.

2. Panelboards, switches, fixtures, etc., shall be cleaned and in operating condition. 3. Certificates and documents required hereinbefore shall be in order and presented

to the Owner prior to inspection. 4. Panel covers, junction box covers, etc., shall be removed for visual inspection of

the wire, bus bars, etc. 5. After the inspection, any items which are noted as needing to be changed or

corrected in order to comply with these specifications and the drawings shall be accomplished without delay.

F. The contractor shall provide a thermographic test using an independent testing laboratory

using an infrared scanning device. This test shall include but not limited to all switchboards, distribution panelboards, panelboards, automatic transfer switches and other electrical distribution devices. This test shall be conducted to locate high temperature levels. This test shall be conducted between 3 to 8 months after occupancy, but not beyond the one year warranty period. Submit test to the Owner and engineer using test reporting forms. All unacceptable conditions shall be corrected prior to the end of the warranty period.

END OF SECTION

Page 58: Fort Bend Independent School District (FBISD)bids.centerdigitalgov.com/docs/2010/10/Bid_Document... · 2016. 8. 23. · RFP Request for Proposal. Solicitation method used to acquire

SECTION 16060

ELECTRICAL DEMOLITION FOR REMODELING

PART 1 - GENERAL 1.01 SECTION INCLUDES

A. Electrical demolition.

B. The contractor shall be responsible for loss or damage to the existing facilities caused by him and his workmen, and shall be responsible for repairing such loss or damage. The contractor shall send proper notices, make necessary arrangements, and perform other services required for the care, protection and in-service maintenance of all electrical services for the new and existing facilities. The contractor shall erect temporary barricades, with necessary safety devices, as required to protect personnel from injury, removing all such temporary protection upon completion of the work.

C. Outages of services as required by the new installation will be permitted but only at a time approved by the Owner. The contractor shall allow the Owner 2 weeks in order to schedule required outages. The time allowed for outages will not be during normal working hours unless otherwise approved by the Owner. All costs of outages, including overtime charges, shall be included in the contract amount.

D. The contractor shall provide temporary or new services to all existing facilities as required to maintain their proper operation when normal services are disrupted as a result of the work being accomplished under this project.

1.02 RELATED SECTIONS

A. Section 01120 – Alteration Project Procedures.

B. Section 02072 – Minor Demolition for Remodeling. PART 2 - PRODUCTS 2.01 MATERIALS AND EQUIPMENT

A. Materials and equipment for patching and extending work: As specified in individual Sections.

B. Include in the contract price all rerouting of existing conduits, wiring, outlet boxes, fixtures, etc., and the reconnecting of existing fixtures as necessitated by field conditions to allow the installation of the new systems. Furnish all temporary conduit, wiring, boxes, etc., as required to maintain lighting and power service for the existing areas with a minimum of interruption. Remove wire and conduit back to nearest accessible active junction box and extend to existing homeruns as required.

PART 3 - EXECUTION 3.01 EXAMINATION

A. Verify field measurements and circuiting arrangements are as shown on Drawings.

01/05 16060-1 Fort Bend ISD – Arizona Fleming

Page 59: Fort Bend Independent School District (FBISD)bids.centerdigitalgov.com/docs/2010/10/Bid_Document... · 2016. 8. 23. · RFP Request for Proposal. Solicitation method used to acquire

B. Verify that abandoned wiring and equipment serve only abandoned facilities.

C. Demolition Drawings are based on casual field observation. and existing record documents. Report discrepancies to Owner before disturbing existing installation.

D. Beginning of demolition means installer accepts existing conditions.

3.02 PREPARATION

A. Provide temporary wiring and connections to maintain existing systems in service during construction. When work must be performed on energized equipment or circuits, use personnel experienced in such operations.

B. Existing Public Address System: Maintain existing system in service until new system is

complete and ready for service. Disable system only to make switchovers and connections. Obtain permission from the Owner and at least 24 hours before partially or completely disabling system. Minimize outage duration. Make temporary connections to maintain service in areas adjacent to work area.

3.03 DEMOLITION AND EXTENSION OF EXISTING ELECTRICAL WORK

A. Demolish and extend existing electrical work under provisions of Section 01120, Section 02072, and this Section.

B. Remove, relocate, and extend existing installations to accommodate new construction.

C. Remove abandoned wiring to source of supply.

D. Remove exposed abandoned conduit, including abandoned conduit above accessible

ceiling finishes. Cut conduit flush with walls and floors, and patch surfaces.

E. Disconnect abandoned outlets and remove devices. Remove abandoned outlets if conduit servicing them is abandoned and removed. Provide blank cover for abandoned outlets, which are not removed.

F. Disconnect and remove electrical devices and equipment serving utilization equipment

that has been removed.

G. Repair adjacent construction and finishes damaged during demolition and extension work.

H. Maintain access to existing electrical installations which remain active. Modify installation

or provide access panel as appropriate.

I. Extend existing installations using materials and methods compatible with existing electrical installations, or as specified.

J. Where existing construction is removed to provide working and extension access to existing utilities, contractor shall remove doors, piping, conduit, outlet boxes, wiring, light fixtures, air conditioning ductwork and equipment, etc., to provide this access and shall reinstall same upon completion of work in the areas affected.

K. During the construction and remodeling, portions of the project shall remain in service. Construction equipment, materials, tools, extension cords, etc., shall be arranged so as

01/05 16060-2 Fort Bend ISD – Arizona Fleming

Page 60: Fort Bend Independent School District (FBISD)bids.centerdigitalgov.com/docs/2010/10/Bid_Document... · 2016. 8. 23. · RFP Request for Proposal. Solicitation method used to acquire

L. Certain work during the demolition phase of construction may require overtime or nighttime shifts or temporary evacuation of the occupants. Coordinate and schedule all proposed down time with the Owner's Representative at least 72 hours in advance.

M. All existing lighting fixtures, switches, outlets, speakers, materials, equipment and appurtenances not included in the remodel or alteration areas are to remain in place and shall remain in service.

N. Electrical equipment, outlets, speakers, circuits to mechanical and building systems equipment, etc., which are to remain but which are served by conduit and/or circuiting that is disturbed by the remodeling work, shall be reconnected in such as manner as to leave it in proper operating condition.

O. Existing branch circuit wiring which is to be removed, shall be pulled from the raceways and the empty conduit shall be removed to a point of permanent concealment.

P. New circuiting indicated to be connected to existing panels shall be connected to "spares" and/or "released" breakers as applicable, or new breakers provided where space is available. Contractor shall verify the existing panel load and feeder capacity prior to adding any additional loads.

3.04 CLEANING AND REPAIR

A. Clean and repair existing materials and equipment which remain or are to be reused.

B. Panelboards: Clean exposed surfaces and check tightness of electrical connections. Replace damaged circuit breakers and provide closure plates for vacant positions. Provide typed circuit directory showing revised circuiting arrangement.

3.05 INSTALLATION

A. Install relocated materials and equipment under the provisions of Section 01120. 3.06 REMOVAL OF MATERIALS

A. The contractor shall modify, remove, and/or relocate all materials and items so indicated on the drawings or required by the installation of new facilities. All removals and/or dismantling shall be conducted in a manner as to produce maximum salvage. Salvage materials shall remain the property of the Owner, and shall be delivered to such destination as directed by the Owner. Materials and/or items scheduled for relocation and which are damaged during dismantling or reassembly operations shall be repaired and restored to good operative condition. The contractor may, at his discretion and upon the approval of the Owner, substitute new materials and/or items of like design and quality in lieu of materials and/or items to be relocated.

B. All items which are to be relocated shall be carefully removed in reverse to original

assembly or placement and protected until relocated. The contractor shall clean, repair, and provide all new materials, fittings, and appurtenances required to complete the relocations and to restore to good operative order. All relocations shall be performed by workmen skilled in the work and in accordance with standard practice of the trades involved.

01/05 16060-3 Fort Bend ISD – Arizona Fleming

Page 61: Fort Bend Independent School District (FBISD)bids.centerdigitalgov.com/docs/2010/10/Bid_Document... · 2016. 8. 23. · RFP Request for Proposal. Solicitation method used to acquire

01/05 16060-4 Fort Bend ISD – Arizona Fleming

C. When items scheduled for relocation are found to be in damaged condition before work has been started on dismantling, the contractor shall call the attention of the Owner to such items and receive further instructions before removal. Items damaged in repositioning operations are the contractor's responsibility and shall be repaired or replaced by the contractor as approved by the Owner, at no additional cost to the Owner.

D. Service lines and wiring to items to be removed, salvaged, or relocated shall be removed

to points indicated on the drawings, specified, or acceptable to the Owner. Service lines and wiring not scheduled for reuse shall be removed to the points at which reuse is to be continued or service is to remain. Such services shall be sealed, capped, or otherwise tied-off or disconnected in a safe manner acceptable to the Owner. All disconnections or connections into the existing facilities shall be done in such a manner as to result in minimum interruption of services to adjacent occupied areas. Services to existing areas or facilities which must remain in operation during the construction period shall not be interrupted without prior specific approval of the Owner as hereinbefore specified.

END OF SECTION

Page 62: Fort Bend Independent School District (FBISD)bids.centerdigitalgov.com/docs/2010/10/Bid_Document... · 2016. 8. 23. · RFP Request for Proposal. Solicitation method used to acquire

SECTION 16110

RACEWAYS PART 1 - GENERAL 1.01 SCOPE

A. Provide electrical raceways and fittings as shown, scheduled and specified.

B. The types of raceways and fittings required are as follows:

1. Rigid hot-dipped galvanized steel conduit (RGS) 2. Intermediate hot-dipped galvanized steel conduit (IMC) 3. Electrical metallic tubing (EMT) 4. Flexible metal conduit 5. Liquid-tight flexible metal conduit (non-metallic is not acceptable) 6. PVC coated rigid galvanized steel conduit 7. Aluminum Rigid Conduit (ARC)

1.02 STANDARDS

A. ANSI, C80.1 & C80.3 B. NEMA FB-1 C. NEMA TC3 D. UL, 6, 797 & 1242

1.03 ACCEPTABLE MANUFACTURERS

A. Raceways

1. Allied 2. Triangle 3. Republic 3. Carlon 4. Wheatland Tube 5. Cantex 6. Western Tube 7. Robroy Industries

B. Fittings

1. Appleton 2. Crouse Hinds 3. Steel City 4. O.Z. Gedney 5. Carlon 6. Raco, Inc.

1.04 SUBMITTALS

A. Shop drawing shall include but not be limited to:

08/07 16110-1 Fort Bend ISD – Arizona Fleming

Page 63: Fort Bend Independent School District (FBISD)bids.centerdigitalgov.com/docs/2010/10/Bid_Document... · 2016. 8. 23. · RFP Request for Proposal. Solicitation method used to acquire

1. Cutsheets for raceways and fitting. 1.05 REQUIREMENTS OF REGULATORY AGENCIES WORK IN ACCORDANCE WITH:

A. National Electrical Code.

B. Local, municipal, or state codes that have jurisdiction. PART 2 - PRODUCTS 2.01 PROVIDE CONDUIT AS FOLLOWS:

A. Except as noted or otherwise specified, all wiring shall be installed in galvanized rigid steel, rigid aluminum conduit or electrical steel tube (EMT) of the proper size to contain the number of conductors required in accordance with the latest edition of the N.E.C. Where conduit sizes are shown on the drawings, these shall take preference. Contractor shall epoxy coat galvanized rigid steel conduit for use in natatoriums.

B. EMT in sizes up to 4 inches when concealed or not exposed to damage.

C. PVC coated rigid galvanized steel shall be used for all penetrations of slab on grade.

D. Rigid galvanized steel where embedded in concrete or masonry construction, exposed to

damage or in exterior applications.

E. Rigid aluminum shall be used in exterior applications.

F. Carlon Schedule 40 PVC may be utilized underground, in or below slab where shown on the construction documents.

G. MINIMUM SIZE: All homeruns shall be 3/4" minimum. ½” conduit may be used for drops

down walls to a single receptacle or switch.

H. PVC coated rigid galvanized steel conduit shall be coated inside and outside.

I. PVC coated rigid galvanized steel conduit shall be used at cooling towers, corrosive areas and pool pump rooms.

J. Fixture whips: Refer to 16510 for additional information.

K. Flexible metal shall be used for connecting rotating equipment installed in conditioned

spaces.

L. Sealtite shall be used for connecting rotating equipment installed in non-conditioned spaces and outside.

M. Bear the stamped approval of the UL and be approved by the Owner and Engineer.

2.03 FITTINGS

A. Couplings for rigid steel or intermediate conduit shall be hot dipped galvanized steel. Set screw type is not acceptable.

B. Steel or malleable iron fittings shall be used on all other raceway types except for PVC.

C. Couplings for aluminum raceways shall be threaded aluminum.

08/07 16110-2 Fort Bend ISD – Arizona Fleming

Page 64: Fort Bend Independent School District (FBISD)bids.centerdigitalgov.com/docs/2010/10/Bid_Document... · 2016. 8. 23. · RFP Request for Proposal. Solicitation method used to acquire

D. EMT systems shall utilize steel insulated throat, set screw connectors and steel set screw

couplings in all indoor conditioned spaces. EMT system shall utilize steel insulated throat, threadless, watertight compression type connectors and steel threadless watertight compression type coupling in all non-conditioned spaces.

E. Coupling and connectors accessories and fittings for PVC coated rigid galvanized steel

shall be PVC coated.

F. Metal sealtite fittings shall be steel. Plastic is not acceptable.

G. Provide nylon bushing on end of all low voltage cabling system conduits (sleeves, rough-ins, etc.).

PART 3 - EXECUTION 3.01 CONDUIT

A. GENERAL The Drawings are diagrammatic, and are intended to show the general location of outlets, devices, fixtures, and arrangement and control of circuits. The Contractor shall determine exact locations by actual measurement of the building or by reference to the Architectural Drawings.

B. Of such size, and so installed that conductors may be drawn in without injury or excessive

strain.

C. Where entering panels, pull boxes, junction boxes, or outlet boxes, shall be secured in place with lock nuts inside and outside, and insulated bushings inside.

D. Have Red seal type VCC or approved equal cable supports in risers, as required by

N.E.C.

E. Have ends reamed after cutting and application of die.

F. Keep conduit corked and dry during construction, and swab out before conductors are pulled.

G. Have bends and offsets made with approved tools. Bends or offsets in which the pipe is

crushed or deformed shall not be installed.

H. Where not embedded in concrete or masonry, be firmly secured by approved clamps, half-straps or hangers.

I. Have O.Z. Gedney or approved equal expansion fittings where crossing building

expansion joints.

J. EXPANSION JOINTS: Make provision for expansion and shifting of metal or PVC conduits where risers occur from underground.

K. Except in the mechanical equipment rooms, run conduit concealed, and by the shortest

practicable route between outlets. Install risers, drops, and offsets necessary to avoid conflict with ductwork, piping, structural members, and similar items.

L. Install exposed conduit in mechanical rooms, and elsewhere as indicated, parallel to

08/07 16110-3 Fort Bend ISD – Arizona Fleming

Page 65: Fort Bend Independent School District (FBISD)bids.centerdigitalgov.com/docs/2010/10/Bid_Document... · 2016. 8. 23. · RFP Request for Proposal. Solicitation method used to acquire

M. In general, fluorescent fixtures in finished areas having suspended acoustical ceilings

shall be connected to outlet boxes of lighting grid by flexible metal conduit; length not to exceed ten feet.

N. Outlet boxes in partitions shall never be set back to back. They shall be offset to prevent

undue noise transmission from room to room.

O. Concealed conduit shall run in as direct manner as possible using long bends. Exposed conduit shall be run parallel with or at right angles to the lines of the building; and all bends shall be made with standard conduit elbows or conduit benders. Not more than equivalent of four quarter bends shall be used in any run between terminals and cabinet, of between outlet or junction boxes. Approved condulets shall be used in lieu of conduit elbows where ease of installation and appearance warrants their use and approved by the engineer. Conduit joints shall be made with approved couplings and unions.

P. Conduits shall be continuous from outlet to outlet and from outlets to cabinets, junction or

pull boxes and shall be electrically continuous throughout. Terminals of all conduits shall be provided with double lock nuts and bushing or terminated on conduit hubs. Use of running threads is prohibited.

Q. Each entire conduit system shall be installed complete before any conductors are drawn

in. Every run of conduit shall be finished before covering up to guard against obstructions and omissions.

R. Sleeves shall be placed in the forms of concrete, masonry and fire rated walls, floor slabs

and beams, for the passage of conduits. Sleeves should be set in place a sufficient time ahead of the concrete work so as not to delay the work. Sleeves shall be rigid galvanized steel and set to extend 4” above slab.

S. All pipe penetrations through walls and concrete floors shall be fire rated by applying USG

Thermafiber in the space between the concrete and the pipe. The fire rating shall be additionally sealed by using 3M brand model CP 25 or 303 fire barrier caulk and putty. All fire rating material shall be installed in accordance with manufacturer's printed instructions.

T. All conduit shall be cleaned and swabbed to remove all foreign matter and moisture prior

to pulling wire and cable. All boxes in which conduits terminate shall be cleaned of all concrete mortar and other foreign matter.

U. Provide #30 nylon pulling line in all conduits in which permanent wiring is not installed.

V. All conduit shall be securely fastened and supported using hot galvanized malleable iron

one-hole pipe straps, clamps, hanger or other means approved by the engineer. Supports shall be as required by NEC Table 344-3 (B)(2). Tie wire shall not be used as support or securing means. Support conduit independently of ceiling hanger wire. Use all thread rods to support outlet boxes and conduit.

W. When PVC conduit is routed underground, all stub-up's and 90° elbows shall be PVC

coated rigid galvanized steel. Use PVC coated rigid galvanized steel when penetrating concrete on grade.

X. Route all conduit above grade unless otherwise noted on the construction documents.

Y. Contact the Owner and Engineer for an installation review before covering any below

08/07 16110-4 Fort Bend ISD – Arizona Fleming

Page 66: Fort Bend Independent School District (FBISD)bids.centerdigitalgov.com/docs/2010/10/Bid_Document... · 2016. 8. 23. · RFP Request for Proposal. Solicitation method used to acquire

Z. All new outlets shall be flush mounted. In remodeled areas where wall construction

prohibits flush mounting, provide wiremold 2400 series. Verify exact location and routing with Owner before installation.

AA. Contractor shall not penetrate water proof barriers without using proper fitting to maintain

barriers. This shall include exterior walls and slabs. Coordinate with Owner for proper methods.

3.02 FITTINGS

A. Install approved expansion fitting in all conduit runs in excess of 150 feet or when crossing building expansion joints.

3.03 CONDUIT CORROSION PROTECTION

A. Branch circuit conduits installed in concrete slabs on fill or grade shall be positioned in a manner to ensure complete concrete cover. In no case shall such conduits be exposed below or above the slab surfaces, or penetrate the waterproof membrane.

B. At locations where metallic conduits pass through slabs on grade or transitions below

grade, PVC coated rigid galvanized conduit shall be used. 3.04 OUTLET AND JUNCTION BOXES

A. Provide an approved galvanized outlet box with adequate volume for number of conductors installed.

B. Provide standard galvanized switch boxes of the required number of gangs. Switch

boxes where conduit is exposed shall be handy boxes or approved equal.

C. Outlet boxes for receptacles shall be similar to Universal 52151 with suitable raised cover. Receptacle boxes where conduit is exposed shall be handy boxes or approved equal.

D. Weatherproof boxes shall be FS or FD. Provide these boxes in all non-conditioned areas,

exterior areas and natatoriums.

E. Outdoor boxes shall be NEMA 3R, with conduit connections made by Myers Hubs.

F. See notes and details on Drawings for special box requirements.

G. Provide junction boxes required to facilitate installation of the various conduit systems. Provide support boxes required for risers, each complete with approved cable supports as described elsewhere in this Division.

H. Outlet boxes for drywall shall be standard galvanized 4" square boxes with the

appropriate device cover.

I. Provide 3-1/2” deep gangable masonry boxes in all masonry wall (CMU). Steel City GW-135-G or approved equal.

J. Provide shallow 4”x4” boxes in all demountable partitions.

K. Metallic boxes located in fire rated walls or partitions shall be separated by a minimum

horizontal distance of 24 in. This minimum separation distance between metallic boxes

08/07 16110-5 Fort Bend ISD – Arizona Fleming

Page 67: Fort Bend Independent School District (FBISD)bids.centerdigitalgov.com/docs/2010/10/Bid_Document... · 2016. 8. 23. · RFP Request for Proposal. Solicitation method used to acquire

08/07 16110-6 Fort Bend ISD – Arizona Fleming

3.05 THRU-WALL SEALS

A. Provide O.Z. Gedney “Thru-wall” seals for all conduits passing through concrete structure

below grade, above grade, and floor penetrations below grade. These prevent moisture from entering the building.

B. Straight sleeves are not acceptable.

3.06 PULL BOXES

A. Pull boxes shall be provided for conduit systems as required and shall be constructed of galvanized steel of not less than gauge and size specified by National Electrical Code.

B. Where two or more feeders pass through a common pull box, they shall be tagged to

indicate clearly their electrical characteristics, circuit number, and panel designation. 3.07 WIREWAYS

A. Wireways shall be installed as indicated or required and locations shall be coordinated with Owner.

B. Wireways shall be made of not less than 16-gauge sheet steel for 4 inch and 6 inch

square sizes and 14 gauge steel for 8 inch and 12 inch square sizes. Couplings end plates, and knockouts shall be furnished as required. Each section of wireways shall be rigidly supported.

C. Wiring in wireways shall be neatly bundled, tied and suitably tagged. D. The finish shall be ANSI-49 gray epoxy paint applied by a cathodic electrodeposition paint

process over a corrosion resistant phosphate preparation for NEMA 1 wireways. Provide galvanized steel for NEMA 3R wireways. NEMA 3R wireways and auxiliary gutters are for horizontal mounting only.

END OF SECTION

Page 68: Fort Bend Independent School District (FBISD)bids.centerdigitalgov.com/docs/2010/10/Bid_Document... · 2016. 8. 23. · RFP Request for Proposal. Solicitation method used to acquire

SECTION 16120

WIRE, CABLE AND RELATED MATERIALS PART 1 - GENERAL 1.01 SCOPE

A. Provide 600 volt building wire, cable and connectors and 300 volt wire, cable and connectors.

B. WORK INCLUDED: Include the following Work in addition to items normally part of this

Section.

1. Wiring for power. 2. Automatic Control Wiring. 3. Connection of equipment shown. 4. Fire Alarm System.

C. WORK SPECIFIED ELSEWHERE:

1. Heating, ventilating, and air conditioning equipment. 2. Structured cabling system. 3. Coaxial cables

1.02 STANDARDS

A. UL83 B. ASTM B-3

C. All wire cable and connectors shall be UL approved.

1.03 ACCEPTABLE MANUFACTURERS

A. 600 VOLT WIRE AND CABLE

1. Southwire 2. General Cable 3. Essex 4. Cerro 5. American Insulated Wire Corporation

B. 300 VOLT WIRE AND CABLE

1. Westpenn 2. Beldon 3. Alpha

C. CONNECTORS

1. AMP 2. Burndy 3. Ideal 4. 3M 5. O.Z. Gedney

06/07 16120-1 Fort Bend ISD – Arizona Fleming

Page 69: Fort Bend Independent School District (FBISD)bids.centerdigitalgov.com/docs/2010/10/Bid_Document... · 2016. 8. 23. · RFP Request for Proposal. Solicitation method used to acquire

6. Thomas & Betts 1.04 SUBMITTALS

A. Shop drawings shall include, but not limited to:

1. Cutsheets of wire, cable and connectors to indicate the performance, fabrication procedures, product variations, and accessories.

1.05 REQUIREMENTS OF REGULATORY AGENCIES WORK IN ACCORDANCE WITH:

A. National Electrical Code.

B. Local, municipal, or state codes that have jurisdiction. PART 2 - PRODUCTS 2.01 WIRING

A. All wire shall be new and continuous without weld, splice, or joints throughout its length. It must be uniform in cross-section, free from flaws, scales and other imperfections.

B. WIRE MATERIAL: Soft drawn, annealed, 98% pure copper, with tin coating. Aluminum

wiring is not acceptable.

C. TYPES:

1. Provide type “THHN/THWN” insulation for all branch circuits and above grade feeders.

2. All wire No. 8 and larger shall be stranded. All wire No. 10 and smaller shall be stranded.

3. Provide type "XHHW" or other 90 degrees insulation wiring for branch circuit wiring installed through continuous rows of fluorescent fixture bodies.

4. All 300-volt cable including but not limited to telephone, fire alarm, data, CATV and security shall be UL listed for use in return air plenums.

D. CONDUCTOR SIZES

1. Feeder conductors shall be sized for a maximum of 2% drop in rated voltage at

scheduled load. 2. Branch circuit conductors shall be sized for a maximum 3% drop in the rated

voltage to the longest outlet on the circuit. 3. Minimum wire shall be No. 12, unless otherwise shown on Drawings or required

by Code.

E. COLOR CODING: No. 6 or larger shall use tape for color coding. No. 8 and smaller wire shall be color coded in accordance with the governing authority requirements or as follows:

120/208 VOLT 277/480 VOLT NEUTRAL: White Neutral: Gray PHASE A: Black Phase A: Brown PHASE B: Red Phase B: Purple PHASE C: Blue Phase C: Yellow GROUND: Green Ground: Green

06/07 16120-2 Fort Bend ISD – Arizona Fleming

Page 70: Fort Bend Independent School District (FBISD)bids.centerdigitalgov.com/docs/2010/10/Bid_Document... · 2016. 8. 23. · RFP Request for Proposal. Solicitation method used to acquire

2.02 GROUNDING

Permanently connect all conduit work, motors, starters, and other electrical equipment to grounding system in accordance with the National Electrical Code.

PART 3 - EXECUTION 3.01 WIRE

A. Do not pull wire into conduit until Work of an injurious nature is completed. Where two or more circuits run to a single outlet box, each circuit shall be properly tagged. Wyreze or approved equal may be used as a lubricant where necessary.

B. Splices shall be fully made up in outlet boxes with compression crimp-on type splice

connectors.

C. Joints and splices will not be permitted in service entrance or in feeders. Joints in branch circuits will be permitted where branch circuits divide, and then shall consist of one through-circuit to which the branch shall be spliced. Joints shall not be left for the fixture hanger to make. Connect joints and splices with Buchanan Series "2000" solderless connectors complete with insulating caps or properly sized wire nuts.

D. All stranded conductors shall be furnished with lugs or connectors.

E. Connectors furnished with circuit breakers or switches shall be suitable for copper wire

termination.

F. “Sta-Cons” shall be used to terminate stranded conductors on all switches and receptacles.

G. All stranded #10 and small conductors shall be terminated with an approved solderless

terminal if the device or light fixture does not have provisions for clamp type securing of the conductor.

H. The jacket for all travelers used on 3-way and 4-way switches shall be pink.

3.02 BALANCING SYSTEM

The load on each distribution and lighting panel shall be balanced to within 10% by proper arrangement of branch circuits on the different phase legs. Provide written documentation showing results. Submit with O & M manuals.

3.03 LOW VOLTAGE WIRING

A. Low voltage wiring shall be plenum rated. All wiring in mechanical rooms, electrical rooms, drywall ceiling, inaccessible areas, underground, plaster ceiling, inside concealed walls areas exposed to occupant view, and other areas subject to physical damage shall be run in conduit.

B. Low voltage wiring shall be routed in separate raceways from power wiring systems.

C. Sleeves shall be placed in the forms of concrete, masonry and fire rated walls, non rated walls floor slabs and beams, for the passage of wiring. Sleeves should be set in place a sufficient time ahead of the concrete work so as not to delay the work. Sleeves shall be rigid galvanized steel.

06/07 16120-3 Fort Bend ISD – Arizona Fleming

Page 71: Fort Bend Independent School District (FBISD)bids.centerdigitalgov.com/docs/2010/10/Bid_Document... · 2016. 8. 23. · RFP Request for Proposal. Solicitation method used to acquire

06/07 16120-4 Fort Bend ISD – Arizona Fleming

3.04 CABLE SUPPORTS

A. Cable Support:

1. All wire not installed inside conduit shall be installed in a dedicated cable support system for the entire run of each cable. Including, but not limited to service loops.

Provide PANDUIT® Corporation J-MOD™ modular support system, Cooper B Line Cable Hooks or approved equal by Caddy.

2. The approved cable support system shall be attached directly to the building steel at a serviceable height. In the event that the building steel is not 5’ of the finished ceiling, the contractor shall provide a dedicated threaded rod extending within 5’ of the finished ceiling and mount the support hook to the treaded rod.

3. A cable support shall be installed at a maximum of 5’ on center.

4. All cable installed shall be attached to the support system with plenum rated Velcro and a plenum rated Velcro tie shall be installed between each cable support to keep wires neatly bundled throughout the entire run. Tie wraps will only be allowed to be used for fire alarm cables and inside panels as required to manage the wires within each type of panel. All tie wraps shall be plenum rated.

5. ABSOLUTELY NO CABLE, NOT INSTALLED IN CONDUIT, WILL BE ALLOWED TO BE ATTACHED DIRECTLY TO THE BUILDING’S STEEL OR SUPPORTED IN ANY OTHER METHOD THAN THAT STATED ABOVE.

6. IT IS THE RESPONSIBILITY OF THE INSTALLING CONTRACTOR TO COORDINATE WITH ALL OTHER TRADES ON THE PROJECT TO INSURE THAT THE PATHWAY OF THIS SYSTEM DOES NOT INTERFERE WITH THE INSTALLATION OF THE OTHER TRADES AND TO PREVENT THE INSTALLED PRODUCT OF OTHER TRADES FROM PUTTING STRAIN ON THE INSTALLED WIRING.

3.05 VERTICAL CABLE SUPPORTS

A. Provide cable supports in all vertical raceways in accordance with Article 300-19 of the NEC.

3.06 DEFECTS

A. Defects shall include, but are not to limited to, the following:

1. Tripping circuit breakers under normal operation. 2. Improperly connected equipment. 3. Damaged, torn, or skinned insulation.

END OF SECTION

Page 72: Fort Bend Independent School District (FBISD)bids.centerdigitalgov.com/docs/2010/10/Bid_Document... · 2016. 8. 23. · RFP Request for Proposal. Solicitation method used to acquire

SECTION 16772 INTERCOMMUNICATION SYSTEM PART 1 - GENERAL REQUIREMENTS 1.01 SCOPE OF WORK

A. The work to be provided herein consists of furnishing and installing all equipment, conduit, cabling and labor required for a complete, operable, communications system.

B. All required empty conduit and power required for the system will be supplied by the

"ELECTRICAL CONTRACTOR". Return air plenum cable may be used as an option at the contractor's discretion. Wherever cabling is run exposed, conduit shall be used to cover and protect wiring.

C. The equipment specified herein is based on equipment manufactured by Rauland Borg

Corporation.

The following electronic systems contractors are pre-approved provided the system proposed complies in all respects to the specifications herein:

1. Dukane - STARCall Plus 2. Rauland Borg - Telecenter 21 3. Bogen - MultiCom 2000 4. Telcor - XL

D. The electronic systems contractor shall be the manufacturer's authorized representative for the equipment proposed and have adequate experience with the proposed manufacturer's equipment and submit proof of having been a factory authorized distributor for the last four years. He shall submit with his bid written proof of authorized distributorship.

E. The electronic systems contractor shall have a factory trained service department on call 24

hours a day, 365 days a year, to service the product specified.

F. The electronic systems contractor shall provide a reference list of five similar systems installed by the contractor including contacts and telephone numbers.

G. Any electronics systems contractor seeking prior approval to bid this project must follow these

guidelines:

1. Demonstrate system to owner or his representative ten days prior to bid. 2. Provide written proof to owner that proposed product is UL Listed as a system. 3. Provide written proof to owner of being a factory authorized distributor. 4. Through the demonstration process, indicate how proposed system meets or

exceeds this specification. Demonstrate to owner system functions noted with an asterisk (*).

5. Furnish a line by line specification review indicating compliance or non-compliance for each function.

6. Obtain written acceptance of proposed system from owner and architect. 7. Furnish factory data sheets on each piece of equipment proposed.

H. Provide all necessary hardware and programming to interface system to owner furnished VOIP Network for 2 way communications to any classroom speaker from any VOIP Phone. VOIP system Supplied by Owner.

I. Final programming to system shall use the room numbers on the final, approved room

signage schedule, not room numbers on construction drawings.

16772-1 Fort Bend ISD – Arizona Fleming

Page 73: Fort Bend Independent School District (FBISD)bids.centerdigitalgov.com/docs/2010/10/Bid_Document... · 2016. 8. 23. · RFP Request for Proposal. Solicitation method used to acquire

16772-2 Fort Bend ISD – Arizona Fleming

1.02 VOICE COMMUNICATIONS AND SOUND SYSTEM

A. General

1. Furnish and install a complete microprocessor controlled voice communications system with all conduit, wire, outlet and equipment as may be required, as shown on the drawings, and as herein specified to provide a complete, operational sound and voice communication system. Model numbers used are for Rauland-Borg equipment.

2. All material and/or equipment necessary for the proper operation of the system, even though not specifically mentioned in the contract documents, shall be deemed part of this contract.

3. Equipment furnished under this specification by other manufacturers shall be equal in all respects to the equipment of the specified manufacturer.

4. All components within the system shall be listed by Underwriters Laboratories. Proof of such listing shall be furnished at time of submittal. All equipment shall be installed and connected in strict accordance with the manufacturer's recommended instructions.

5. The electrical contractor shall have appropriate voltage regulation equipment installed on the AC voltage supply taking care to arrest damaging electrical transient and spikes which can cause damage to the microprocessor components of the system.

6. The specified equipment shall be supplied, installed, adjusted, tested and guaranteed by a factory authorized communications contractor for the products furnished.

7. The vendor shall provide the following documentation and services: a. Submittals and shop drawings: 8 sets. These drawings shall include the

manufacturer's specification sheets, including all the component parts, control equipment drawings, and layouts, wiring diagrams and facility wiring, and conduit drawings.

b. As-built drawings: 5 sets. These drawings shall include the information in (a) above. They should include up-to-date drawings that include any changes made to the system during installation as well as operator’s manuals and instructions.

c. Operating instructions: These instructions are to be permanently affixed to all administrative control stations.

d. In-service training: Provide the owner with a training program designed to make all administrative control station users familiar with the operation of the voice communication system.

B. Intercom System Description

1. The intercom system shall consist of a central equipment cabinet, microprocessor

control unit, power supply, zone modules, administrative control stations (ACS's), amplifiers, and station loudspeaker assemblies. Provide all associated material hardware, wiring, and options as described herein to provide a complete working system which shall meet the specified requirements.

2. The intercom system shall provide the following communications paths and functions. a. ACS to remote loudspeaker station (provide two channels). b. Administrative control station to administrative control station. c. Remote speaker to administrative control station.

3. The system shall provide the facilities for the paging or sounding emergency signals or time event signals to selected groups or all remote speakers.

Page 74: Fort Bend Independent School District (FBISD)bids.centerdigitalgov.com/docs/2010/10/Bid_Document... · 2016. 8. 23. · RFP Request for Proposal. Solicitation method used to acquire

16772-3 Fort Bend ISD – Arizona Fleming

4. The system shall provide facilities for the control and distribution of up to two program channels to individual, selected groups, or all remote speakers, as well as intercom communications and class change signals.

5. The system shall include the facilities of a built-in master clock and programmer

capable of correcting appropriate secondary clock displays and controlling events based on user programmed time schedule programs.

6. Provide remote control of program distribution. Distribution of the program source (tape/tuner) shall be possible from any administrative control station (ACS).

7. If non-industry standard speakers and devices are proposed, the vendor shall furnish owner a minimum of 15% spare devices at no additional cost to the owner.

C. Intercom System Function

1. The base system shall provide Capability for a minimum of two (2) multi-link

simultaneous open voice speech path between administrative control station and station loudspeakers within each 12-line group. a. The speech channels shall be true multiple, simultaneous,

UNRESTRICTED, amplified voice channels. Automatic queue or call stacking to access the intercom amplifier IS ACCEPTABLE.

2. The system shall provide the capacity for both a loudspeaker station and a push button at each remote location. Each remote station shall be assigned an architectural or ID number to communicate with its assigned ACS's. The system shall permit user selection 2, 3 or 4 digit architectural dialing.

3. Each remote station position shall allow calls to be placed from two remote devices. Each device shall have an individual assignable priority. It shall be possible for the user to reset the priority for a given remote station device from a designated ACS. The user assignable priorities for remote stations are: a. Normal b. Emergency c. Remote call cancel d. Remote program select, allowing the remote location to select or cancel the

program channel. This shall be assignable by either program channel. Intercom or paging shall take precedence over this function.

4. The system shall allow preselected coverage of calls from remote station to ACS on a remote station basis. A remote station shall be able to report to multiple administrative control stations simultaneously. Functions of an unattended ACS may be forwarded by the user to an attended ACS. This provides overlapping or distinct coverage of remote stations by administrative control stations. Systems not allowing programmable flexibility of remote station coverage shall be unacceptable.

5. The system shall incorporate all necessary circuitry to prevent monitoring of any remote station whose call origination switch is in the privacy mode. The system shall be user configurable to work with resistor or diode privacy circuits.

6. The system shall allow for user definable pre-selective access to "zone" and "all-page" functions. This feature will prevent unauthorized paging from designated ACS's.

7. The system shall provide facilities so that the user has access for sounding selected tones from any ACS on either all-page or zonal basis for use as emergency or other alarm signals.

8. Provisions shall be provided inherent to the system, to allow for the use of a priority override input (i.e. principal's microphone). This circuit, when activated by an external source, shall gather all speakers for distribution of the signal information provided by the external source. This priority override function, all preempted functions shall be automatically restored.

9. The system shall have the capability, if required, to operate with external paging

Page 75: Fort Bend Independent School District (FBISD)bids.centerdigitalgov.com/docs/2010/10/Bid_Document... · 2016. 8. 23. · RFP Request for Proposal. Solicitation method used to acquire

16772-4 Fort Bend ISD – Arizona Fleming

amplifiers to increase the audio output available for paging. Adequate audio amplification shall be provided for each channel and function as required herein.

10. The system shall have the capability to silence outdoor speakers during routine school announcements. Outside horns SHALL BE on separate /dedicated PA Circuit.

11. The system shall be equipped with control point outputs for activating outboard

devices such as priority override relays on remote sound systems. These control points outputs shall be activated when the system is placed in the all-page mode.

12. The system shall be equipped with RS-232 ports to allow for the following: a. Diagnostics via a standard computer terminal. b. Modem interface to allow remote factory engineering assistance. Systems

not providing a port of access to the system shall not be acceptable. 13. System must allow simultaneous operation of both diagnostic and functional routines

(paging, zone page, time events, call-in, etc.). 14. The system shall have the ability to perform scan functions from the administrative

control stations for: a. Remove of call-in coverage assignments to an ACS. b. Review ID numbers of remote stations assigned to either of the two program

channels. c. Edit and review master clock time programs.

15. System shall use voice prompts for instruction on basic system function. 16. System will allow interface to any standard DTMF telephone for two-way intercom,

zone page, and all page. 17. Higher priority calls shall not cancel when the "Clear All Calls" routine is used. Only

normal calls shall clear and cancel. 18. Line loss on two-way communications circuits to be no less than .5dB per 500 ft. of

circuit length. 19. Direct coupled amplifier outputs shall be unacceptable and deemed unequal.

External transient protection devices will not be acceptable.

D. Master Clock System Function

1. The system shall contain an integrated master clock and programmer which shall be capable of performing the following functions. a. Displaying the time the time of day in either 12 or 24-hour format at each

administrative control station. b. Providing 255 discrete time event entries for programming functions based

on: (1) The time of day in hours and minutes. (2) The day or combination of 7 days of the week the event is to occur. (3) Selection of any one or any combination of 8 zones or outputs to be

activated. (4) Selection of any one of 8 schedules to allow for maximum flexibility

due to special circumstances or seasonal changes. (5) Provide for an editing and review routine to permit the user to

change and edit time events, zones and schedules without having to reprogram the entire sequence.

(6) Provide for user selectability of both tone and duration time of tone signal.

(7) Capable of correcting compatible brands of secondary clocks. c. The time display shall be protected by a built-in lithium battery which shall

automatically correct ACS time displays upon restoration of power. d. Output points, activated by the master clock, shall be provided in the system

Page 76: Fort Bend Independent School District (FBISD)bids.centerdigitalgov.com/docs/2010/10/Bid_Document... · 2016. 8. 23. · RFP Request for Proposal. Solicitation method used to acquire

16772-5 Fort Bend ISD – Arizona Fleming

for use in controlling external sounders and other devices.

E. Administrative Control Station (ACS)

1. The administrative control station (ACS) shall be the center for communications, paging, and signaling functions. The ACS shall a standard telephone keypad for functional control and user programming.

2. For voice intercom, the ACS shall be equipped with a handset, dial pad, and 8 speed dial buttons shall also be included.

3. Each ACS shall be equipped with a solid-state sounder for audible annunciation of incoming calls. This sounder shall sound at different rates depending on the priority levels of the CURRENT CALL. The sound may be user defeatable on a priority level basis so that the ACS provides only visual annunciation if required.

4. The ACS shall be capable of answering the next call Queue by depressing only one button. Systems not incorporating this single button response feature for answering calls shall not be acceptable. The ACS shall still visibly annunciate incoming calls, and it can be used to make and answer calls or other assigned functions without undoing the forwarding function.

5. An ACS shall have the ability to forward its call-in coverage to another ACS. An indication shall be shown in both the ACS forwarding coverage of calls as well as the ACS as to which call coverage is being forwarded to. When in the forward coverage mode, an ACS shall still visibly annunciate incoming calls, and it can be used to make and answer calls or other assigned functions without undoing the forwarding function.

6. A user programmable "call cancel" feature allows the ACS to cancel all pending normal calls under it control while leaving the higher priority level calls in the calls waiting stack.

7. An ACS shall have the capability to reset the priority level of any remote call-in device through the use of a set priority button on the ACS control panel. The ACS shall provide a "lock-out" mode for this function. This function shall also prevent unauthorized tampering with the priority level settings from an unauthorized ACS. The system shall provide visual feedback of the priority setting when this function is engaged.

11. All ACS's shall have a dedicated control labeled "ALL PAGE". The operation of this

control shall gather all speakers for distribution of tone signaling distress or emergency signals, and emergency voice announcements. This control shall be defeatable as to restrict access into the all-page function only to assigned ACS's.

12. Each ACS shall be provided with a dedicated control label "ZONE PAGE". The operation of this control shall allow the distribution of tone signaling distress signals and voice announcements to speaker zones. Access to the paging zones from a given ACS shall be user assignable, and an ACS can be restricted from access into the paging zones to prevent unauthorized use.

13. A SELECT PROGRAM button shall be provided on each ACS for selection and distribution to the program channel. The program channel shall be distributed via the ACS to a room or rooms, paging zones, or all rooms (remote speaker stations). A SCAN function shall be provided at the ACS to review the remote stations (rooms) selected to each of the program channels in groups of three.

PART 2 - PRODUCTS 2.01 CENTRAL EQUIPMENT

Page 77: Fort Bend Independent School District (FBISD)bids.centerdigitalgov.com/docs/2010/10/Bid_Document... · 2016. 8. 23. · RFP Request for Proposal. Solicitation method used to acquire

16772-6 Fort Bend ISD – Arizona Fleming

A. The central equipment shall be Rauland-Borg TC 2100 with UPS backup. Privide TC 2105 expansion chassis mounted in a standard 19" equipment rack. The central equipment shall consist of but not be limited to:

1. The equipment housing 2. A power supply to provide operating DC power for the circuitry contained within

the central equipment housing and all administrative control stations (ACC's) shall be provided.

3. A central microprocessor unit containing all solid state memory and components necessary to provide the features specified herein.

4. Zone circuit boards (TC2114) as required to meet the system requirements for remote

stations requirements noted below. ADD 20% SPARE port Capacity for future portable rooms.

5. Provide Telephone Interface Modules (TCMSM) as required for Interface to owner

provided VOIP system. 2.02 UPS SYSTEM

A. Provide a Tripplite SMART 1400 UPS system sized to meet the power requirements of the Intercom system.

2.03 EXTERNAL PAGING AMPLIFIER

A. External paging amplifiers shall be provided as required to meet the load requirements plus 20% spare capacity to the system when activated in the all-page mode. The external paging amplifiers shall be Rauland MPA250 as required. Provide quantity as required to meet the load.

B. Program/paging amplifiers shall have the following:

1. Power output shall be a minimum of 250 watts RMS. 2. Maximum .5% harmonic distortion from 45-20KHz. 3. Frequency response of 20Hz to 20KHz (+0, -1 dB). 4. -90- dB signal to noise ratio at 20Hz to 20KHz. 5. 1 volt RMS input sensitivity at 1KHz.

2.04 PROGRAM SOURCES

A. Provide a desk mounted AM/FM tuner and 5 Disc CD changer with program preamp. Include a PREAMP with a single Mic Input for distribution of Announcements from Program source and additional inputs for the CD/AM/FM TUNER. Other items to include are:

1. Digital readout on AM/FM tuner – TASCAM TU690 2. Sturdy Oak grain cabinet suitable for Desk mounting preamp and tuner /cd

changer. Middle Atlantic OBRK8 3. Outdoor AM FM Antenna for tuner 4. Preamp for both AM/FM tuner, IPOD and CD Changer Biamp SPM412E

5. Microphone and desk stand Rauland 1295 Microphone 6. Input for owner furnished equipment -Proco IRACK IPOD input panel

B. Locate in reception area, verify exact location prior to install.

Page 78: Fort Bend Independent School District (FBISD)bids.centerdigitalgov.com/docs/2010/10/Bid_Document... · 2016. 8. 23. · RFP Request for Proposal. Solicitation method used to acquire

16772-7 Fort Bend ISD – Arizona Fleming

2.05 EQUIPMENT RACK

The central equipment shall be housed in a standard 19" equipment rack. The rack shall be of sufficient vertical size to contain all of the specified equipment to be housed within. The rack shall be equipped with a locking rear door and removable side panels. All unused front panel space shall be filled with the appropriate size blank panels. The equipment shall be Rauland RP1103B (61" high) Provide Atlas Sound CT1020 roller truck. For this rack located head end rack in MDF Room.

2.06 FIELD EQUIPMENT

A. Ceiling speakers: Provide an 8" speaker with 10 oz. magnet complete with line matching transformer. Program rating shall be 25 watts continuous. Provide a white round recessed baffle with each unit. The speaker shall be a Rauland BAFKIT1X2.

B. Wall speaker: Provide an 8" speaker with 5 oz. magnet complete with line matching

transformer. Program rating shall be 15 watt continuous. Provide a white steel enclosure with baffle. The speaker shall be a Soundolier ACCWB5

C. Call-in switch WITH Integrated speaker: Provide a high security metal plate with a

momentary call switch and speaker mounted on a common plate. The call switch shall be Rauland HSS6 – Provide in 3 LOCATIONS – 2 gyms and 1 cafeteria

E. Outside horn (flush mount): Provide a Soundolier AFP-15T flush mount horn with multitap

line matching transformer. Provide with each unit a Soundolier VP161-APF baffle and 193-8-6 back box

F. Classroom Phone: Provide Rauland TC4333 or approved equal. G. Indoor Horn for Gymnasium – Provide Atlas APF-15T with VP161APF Baffle and SE161

R6 BACK BOX

PART 3 - EXECUTION 3.01 WIRING AND HARDWARE

A. Size and quantity of conductors shall be in accordance with manufacturer's requirements for cabling. Cables may be run in conduit or in return air plenums provided the cable is UL listed for plenum use. Provide conduit above all plaster or gyp board ceilings or where located exposed in mechanical rooms.

B. Provide Surface raceway equal to Wire Mold 500 SERIES to conceal any new wiring

required to support new devices.

C. Provide Wire Mold 800 series surface boxes for new devices added under this scope of Work.

Page 79: Fort Bend Independent School District (FBISD)bids.centerdigitalgov.com/docs/2010/10/Bid_Document... · 2016. 8. 23. · RFP Request for Proposal. Solicitation method used to acquire

16772-8 Fort Bend ISD – Arizona Fleming

D. Provide J HOOKS 6 FT on center to support new cable – DO NOT SUPPORT CABLE FROM STRUCTURE

E. Remove existing Intercom cabling

F. Label cables and wiring logically, legibly and permanently for ease of identification, using

adhesive strip tape type labels.

G. Measure and record the impedance of each speaker cable. Submit form with shop drawings to be completed by factory trained installer for delivery to owner via "as built" at completion of project.

H. Provide as part of the operation and maintenance manuals all documentation regarding

architectural programming, class change schedule, page zone, and time zone assignments.

I. Remote Station Requirements are as Follows: each classroom shall be connected to a

dedicated port. Offices – conference rooms shall be connected to a dedicated Port. Each portable classroom shall be on a dedicated Port.

J Provide 20 live circuits for addition of future portable rooms. Use 66 blocks mounted above ceiling at the spot designated on the floor plans

K. Provide Surge Suppressors for portable room circuits L. Provide adapter plates in classrooms to reduce the Size of the existing handset box to a

size suitable for mounting a telephone outlet... Use 66 blocks mounted above ceiling at the spot designated on the floor plans

M. Provide Surge Suppressors for portable room circuits. Edco is an acceptable

manufacturer. Place 2 surge suppressors on each speaker circuit 2 on each phone circuit. THE 2 SUPPRESSORS WILL BE MOUNTED -1 - WHERE CABLING ENTERS THE BUILDING FROM PORTABLE ROOMS AND 2 at Intercom Head end.

N. Provide adapter plates in classrooms to reduce the Size of the existing handset box to a

size suitable for mounting a telephone outlet. O. Terminate cable on Telco 66 style blocks at head end unit. Provide protective cover over

blocks. Label Circuits on blocks with actual room numbers. Provide Ground strap for each 66 block tied to building structure. Ground cable Shields at this point.

3.02 WARRANTY AND TRAINING

A. The system contractor shall warranty any equipment installed under this specification to be free from defect for a period of one year from date of final acceptance.

B. The system contractor shall provide a minimum of four hours training for school district

personnel on proper operating procedures for the system. END OF SECTION

Page 80: Fort Bend Independent School District (FBISD)bids.centerdigitalgov.com/docs/2010/10/Bid_Document... · 2016. 8. 23. · RFP Request for Proposal. Solicitation method used to acquire
Page 81: Fort Bend Independent School District (FBISD)bids.centerdigitalgov.com/docs/2010/10/Bid_Document... · 2016. 8. 23. · RFP Request for Proposal. Solicitation method used to acquire
Page 82: Fort Bend Independent School District (FBISD)bids.centerdigitalgov.com/docs/2010/10/Bid_Document... · 2016. 8. 23. · RFP Request for Proposal. Solicitation method used to acquire
Page 83: Fort Bend Independent School District (FBISD)bids.centerdigitalgov.com/docs/2010/10/Bid_Document... · 2016. 8. 23. · RFP Request for Proposal. Solicitation method used to acquire

Lake Olympia Middle School

Page 84: Fort Bend Independent School District (FBISD)bids.centerdigitalgov.com/docs/2010/10/Bid_Document... · 2016. 8. 23. · RFP Request for Proposal. Solicitation method used to acquire

SECTION 16050 BASIC MATERIALS AND METHODS PART 1 - GENERAL 1.01 SECTION INCLUDES

A. Tests B. Inspections C. Submittals D. Project Coordination

1.02 RELATED SECTIONS

A. General Conditions B. Supplementary Conditions C. Division One

1.03 COOPERATION WITH TRADES:

A. Cooperation with trades of adjacent, related, or affected materials or operations, shall be considered a part of this work in order to affect timely and accurate placing of work and bring together in proper and correct sequence, the work of such trades.

1.04 REFERENCES

A. National Electrical Code (NEC) B. American Society for Testing and Materials (ASTM) C. Underwriter's Laboratories, Inc. (UL) D. Insulated Cable Engineer's Association (ICEA). E. National Electrical Manufacturer's Association (NEMA). F. Institute of Electrical and Electronic's Engineers (IEEE). G. American National Standards Institute (ANSI). H. National Fire Protection Association (NFPA).

1.05 COMPLETE FUNCTIONING OF WORK:

A. All work fairly implied as essential to the complete functioning of the electrical systems shown on the Drawings and Specifications shall be completed as part of the work of this Division unless specifically stated otherwise. It is the intention of the Drawings and Specifications to establish the types of the systems, but not set forth each item essential to the functioning of the system. In case of doubt as to the work intended, or in the event of amplification or clarification thereof, the Contractor shall call upon the Owner for

16050-1 Fort Bend ISD – Lake Olympia

Page 85: Fort Bend Independent School District (FBISD)bids.centerdigitalgov.com/docs/2010/10/Bid_Document... · 2016. 8. 23. · RFP Request for Proposal. Solicitation method used to acquire

supplementary instructions, Drawings, etc.

B. Contractor shall review all pertinent Drawings and adjust his work to all conditions shown there on. Discrepancies between Plans, Specifications, and actual field conditions shall be brought to the prompt attention of the Owner.

1. Approximate location of special systems are indicated on the Drawings.

However, the Drawings, do not give complete and accurate detailed locations of such outlets, conduit runs, etc., and exact locations must be determined by actual field measurement. Such locations will, at all times, be subject to the approval of the Owner.

2. Communicate with the Owner and secure his approval of any outlet (light fixture, receptacle, switch, etc.) location about which there may be the least question. Outlets obviously placed in a location not suitable to the finished room or without specific approval, shall be removed and relocated when so directed by the Owner. Location of light fixtures shall be coordinated with reflected ceiling plans.

C. Additional coordination with mechanical contractor may be required to allow adequate

clearances of mechanical equipment, fixtures and associated appurtenances. Contractor to notify Owner and Engineer of unresolved clearances, conflicts or equipment locations.

1.06 SCHEMATIC NATURE OF CONTRACT DOCUMENTS

A. The contract documents are schematic in nature in that they are only to establish scope and a minimum level of quality. They are not to be used as actual working construction drawings. The actual working construction drawings shall be the approved shop drawings.

1.07 DATE OF FINAL ACCEPTANCE

A. The date of final acceptance shall be the date of owner occupancy, or the date all punch list items have been completed or final payment has been received. Refer to Division One for additional requirements.

B. The date of final acceptance shall be documented in writing and signed by the Owner,

owner and contractor.

1.08 DELIVERY, STORAGE, AND HANDLING

A. Deliver products to the project properly identified with names, model numbers, types, grades, compliance labels, and other information needed for identification.

B. Deliver products to the project at such time as the project is ready to receive the

equipment, pipe or duct properly protected from incidental damage and weather damage. C. Damaged equipment shall be promptly removed from the site and new, undamaged

equipment shall be installed in its place promptly with no additional charge to the Owner. 1.09 SUBMITTALS

A. Coordinate with Division 1 for submittal timetable requirements, unless noted otherwise within thirty (30) days after the Contract is awarded the Contractor shall submit a minimum of eight (8) complete bound sets of shop drawings and complete data covering each item of equipment or material. The first submittal of each item requiring a submittal must be received by the Owner or Engineer within the above thirty day period. The Owner or Engineer shall not be responsible for any delays or costs incurred due to

16050-2 Fort Bend ISD – Lake Olympia

Page 86: Fort Bend Independent School District (FBISD)bids.centerdigitalgov.com/docs/2010/10/Bid_Document... · 2016. 8. 23. · RFP Request for Proposal. Solicitation method used to acquire

excessive shop drawing review time for submittals received after the thirty (30) day time limit. The Owner and Engineer will retain one (1) copy each of all shop drawings for their files. Where full size drawings are involved, submit one (1) print and one (1) reproducible sepia or mylar in lieu of eight (8) sets. All literature pertaining to an item subject to Shop Drawing submittal shall be submitted at one time. A submittal shall not contain information from more than one Specification section, but may have a section subdivided into items or equipment as listed in each section. The Contractor may elect to submit each item or type of equipment separately. Each submittal shall include the following items enclosed in a suitable binder: 1. A cover sheet with the names and addresses of the Project, Owner, MEP

Engineer, General Contractor and the Subcontractor making the submittal. The cover sheet shall also contain the section number covering the item or items submitted and the item nomenclature or description.

2. An index page with a listing of all data included in the Submittal. 3. A list of variations page with a listing all variations, including unfurnished or

additional required accessories, items or other features, between the submitted equipment and the specified equipment. If there are no variations, then this page shall state "NO VARIATIONS". Where variations affect the work of other Contractors, then the Contractor shall certify on this page that these variations have been fully coordinated with the affected Contractors and that all expenses associated with the variations will be paid by the submitting Contractor. This page will be signed by the submitting Contractor.

4. Equipment information including manufacturer's name and designation, size, performance and capacity data as applicable. All applicable Listings, Labels, Approvals and Standards shall be clearly indicated.

5. Dimensional data and scaled drawings as applicable to show that the submitted equipment will fit the space available with all required Code and maintenance clearances clearly indicated and labeled at a minimum scale of 1/4" = 1'-0", as required to demonstrate that the alternate or substituted product will fit in the space available.

6. Identification of each item of material or equipment matching that indicated on the Drawings.

7. Sufficient pictorial, descriptive and diagrammatic data on each item to show its conformance with the Drawings and Specifications. Any options or special requirements or accessories shall be so indicated. All applicable information shall be clearly indicated with arrows or another approved method.

8. Additional information as required in other Sections of this Division. 9. Certification by the General Contractor and Subcontractor that the material

submitted is in accordance with the Drawings and Specifications, signed and dated in long hand. Submittals that do not comply with the above requirements shall be returned to the Contractor and shall be marked "REVISE AND RESUBMIT".

B. Refer to Division 1 for additional information on shop drawings and submittals.

C. Equipment and materials submittals and shop drawings will be reviewed for compliance

with design concept only. It will be assumed that the submitting Contractor has verified that all items submitted can be installed in the space allotted. Review of shop drawings and submittals shall not be considered as a verification or guarantee of measurements or building conditions.

D. Where shop drawings and submittals are marked "REVIEWED", the review of the

submittal does not indicate that submittals have been checked in detail nor does it in any way relieve the Contractor from his responsibility to furnish material and perform work as required by the Contract Documents.

16050-3 Fort Bend ISD – Lake Olympia

Page 87: Fort Bend Independent School District (FBISD)bids.centerdigitalgov.com/docs/2010/10/Bid_Document... · 2016. 8. 23. · RFP Request for Proposal. Solicitation method used to acquire

E. Shop drawings shall be reviewed and returned to the Contractor with one of the following

categories indicated: 1. REVIEWED: Contractor need take no further submittal action, shall include this

submittal in the O&M manual and may order the equipment submitted on. 2. REVIEWED AS NOTED: Contractor shall submit a letter verifying that required

exceptions to the submittal have been received and complied with including additional accessories or coordination action as noted, and shall include this submittal and compliance letter in the O&M manual. The contractor may order the equipment submitted on at the time of the returned submittal providing the Contractor complies with the exceptions noted.

3. NOT APPROVED: Contractor shall resubmit new submittal on material, equipment or method of installation when the alternate or substitute is not approved, the Contractor will automatically be required to furnish the product, material or method named in the Specifications and/or drawings. Contractor shall not order equipment that is not approved. Repetitive requests for substitutions will not be considered.

4. REVISE AND RESUBMIT: Contractor shall resubmit new submittal on material, equipment or method of installation when the alternate or substitute is marked revise and resubmit, the Contractor will automatically be required to furnish the product, material or method named in the Specifications and/or provide as noted on previous shop drawings. Contractor shall not order equipment marked revise and resubmit. Repetitive requests for substitutions will not be considered.

5. CONTRACTOR’S CERTIFICATION REQUIRED: Contractor shall resubmit submittal on material, equipment or method of installation. The Contractor’s stamp is required stating the submittal meets all conditions of the contract documents. The stamp shall be signed by the General Contractor. The submittal will not be reviewed if the stamp is not placed and signed on all shop drawings.

6. MANUFACTURER NOT AS SPECIFIED: Contractor shall resubmit new submittal on material, equipment or method of installation when the alternate or substitute is marked manufacturer not as specified, the Contractor will automatically be required to furnish the product, material or method named in the specifications. Contractor shall not order equipment where submittal is marked manufacturer not as specified. Repetitive requests for substitutions will not be considered.

F. Materials and equipment which are purchased or installed without shop drawing review

shall be at the risk of the Contractor and the cost for removal and replacement of such materials and equipment and related work which is judged unsatisfactory by the Owner or Engineer for any reason shall be at the expense of the Contractor. The responsible Contractor shall remove the material and equipment noted above and replace with specified equipment or material at his own expense when directed in writing by the Owner or Engineer.

G. Shop Drawing Submittals shall be complete and checked prior to submission to the

Engineer for review.

H. Furnish detailed shop drawings, descriptive literature, physical data and a specification critique for each section indicating "compliance" and/or "variations" for the following items:

Wiring Devices and Plates Conduit and Fittings Wire Intercommunication System

16050-4 Fort Bend ISD – Lake Olympia

Page 88: Fort Bend Independent School District (FBISD)bids.centerdigitalgov.com/docs/2010/10/Bid_Document... · 2016. 8. 23. · RFP Request for Proposal. Solicitation method used to acquire

I. Refer to each specification section for additional requirements. 1.10 OPERATION AND MAINTENANCE MANUALS

A. Prepare maintenance manuals in accordance with Division 1 and in addition to the requirements specified in Division 1, include the following information for equipment items:

1. Description of function, normal operating characteristics and limitations,

performance curves, engineering data and tests, and complete nomenclature and commercial numbers of replacement parts.

2. Manufacturer's printed operating procedures to include start-up, break-in, and routine and normal operating instructions; regulation, control, stopping, shutdown, and emergency instructions; and summer and winter operating instructions.

3. Maintenance procedures for routine preventative maintenance and troubleshooting; disassembly, repair, and reassembly; aligning and adjusting instructions.

4. Servicing instructions and lubrication charts and schedules. 1.11 RECORD DRAWINGS

A. Maintain a continuous record during the course of construction of all changes and deviations in the work from the contract drawings. Upon completion of the work, purchase a set of "Auto Positive Tracings" on vellum and make corrections as required to reflect the electrical systems as installed. Location and size of all conduit shall be accurately shown to dimension. Submit three prints of the tracings for approval. Make corrections to tracings as directed and deliver "Auto Positive Tracings" to the Owner. Record drawings shall be furnished in addition to shop drawings. Symbols on the Record drawings shall correspond to the identification symbols on the contract drawings and equipment identification plates and tags.

B. The Contractor shall maintain a set of clearly marked black line record "AS-BUILT" prints

on the job site on which he shall mark all work details, alterations to meet site conditions and changes made by "Change Order" notices. These shall be kept available for inspection by the Owner or Engineer at all times.

C. Refer to Division 1 for additional requirements concerning record drawings. If the

Contractor does not keep an accurate set of as-built drawings, the pay request may be altered or delayed at the request of the Owner. Mark the drawings with a colored pencil. Delivery of as-built prints and reproducibles is a condition of final acceptance.

D. The record prints shall be updated on a daily basis and shall indicate accurate dimensions

for all buried or concealed work, precise locations of all concealed pipe or duct, locations of all concealed valves, controls and devices and any deviations from the work shown on the Construction Documents which are required for coordination. All dimensions shall include at least two dimensions to permanent structure points.

E. Submit three prints of the tracings for approval. Make corrections to tracings as directed

and delivered "Auto Positive Tracings" to the Owner. "As-Built" drawings shall be furnished in addition to shop drawings.

F. When the option described in paragraph F., above is not exercised then upon completion

of the work, the Contractor shall transfer all marks from the submit a set of clear concise set of reproducible record "AS-BUILT" drawings and shall submit the reproducible drawings with corrections made by a competent draftsman and three (3) sets of black line prints to the Owner or Engineer for review prior to scheduling the final inspection at the

16050-5 Fort Bend ISD – Lake Olympia

Page 89: Fort Bend Independent School District (FBISD)bids.centerdigitalgov.com/docs/2010/10/Bid_Document... · 2016. 8. 23. · RFP Request for Proposal. Solicitation method used to acquire

completion of the work. The reproducible record "AS-BUILT" drawings shall have the Engineers Name and Seal removed or blanked out and shall be clearly marked and signed on each sheet as follows:

CERTIFIED RECORD DRAWINGS

DATE:

(NAME OF GENERAL CONTRACTOR)

BY:_______________________________

(SIGNATURE)

(NAME OF SUBCONTRACTOR)

BY:_______________________________ (SIGNATURE)

1.12 CERTIFICATIONS AND TEST REPORTS

A. Submit a detailed schedule for completion and testing of each system indicating scheduled dates for completion of system installation and outlining tests to be performed and schedule date for each test. This detailed completion and test schedule shall be submittal at least 90 days before the projected Project completion date.

B. Test result reporting forms shall be submitted for review no later than the date of the

detailed schedule submitted.

C. Submit 4 copies of all certifications and test reports to the Owner or Engineer for review adequately in advance of completion of the Work to allow for remedial action as required to correct deficiencies discovered in equipment and systems.

D. Certifications and test reports to be submitted shall include, but not be limited to those

items outlined in Section of Division 16.

1.13 MAINTENANCE MANUALS

A. Coordinate with Division 1 for maintenance manual requirements, unless noted otherwise bind together in “D ring type” binders by National model no. 79-883 or equal, binders shall be large enough to allow ¼” of spare capacity. Three (3) sets of all approved shop drawing submittals, fabrication drawings, bulletins, maintenance instructions, operating instructions and parts exploded views and lists for each and every piece of equipment furnished under this Specification. All sections shall be typed and indexed into sections and labeled for easy reference and shall utilize the individual specification section numbers shown in the Electrical Specifications as an organization guideline. Bulletins containing information about equipment that is not installed on the project shall be properly marked up or stripped and reassembled. All pertinent information required by the Owner for proper operation and maintenance of equipment supplied by Division 16 shall be clearly and legibly set forth in memoranda that shall, likewise, be bound with bulletins.

B. Prepare maintenance manuals in accordance with Special Project Conditions, in addition

to the requirements specified in Division 16, include the following information for equipment items:

1. Identifying names, name tags designations and locations for all equipment. 2. Fault Current calculations and Coordination Study.

16050-6 Fort Bend ISD – Lake Olympia

Page 90: Fort Bend Independent School District (FBISD)bids.centerdigitalgov.com/docs/2010/10/Bid_Document... · 2016. 8. 23. · RFP Request for Proposal. Solicitation method used to acquire

3. Reviewed shop drawing submittals with exceptions noted compliance letter. 4. Fabrication drawings. 5. Equipment and device bulletins and data sheets clearly highlighted to show

equipment installed on the project and including performance curves and data as applicable, i.e., description of function, normal operating characteristics and limitations, performance curves, engineering data and tests, and complete nomenclature and model numbers of replacement parts.

6. Manufacturer's printed operating procedures to include start-up, break-in, and routine and normal operating instructions; regulation, control, stopping, shutdown, and emergency instructions; and summer and winter operating instructions.

7. Maintenance procedures for routine preventative maintenance and troubleshooting; disassembly, repair, and reassembly; aligning and adjusting instructions, servicing instructions and lubrication charts and schedules.

8. Equipment name plate data. 9. Wiring diagrams. 10. Exploded parts views and parts lists for all equipment and devices. 11. Color coding charts for all painted equipment and conduit. 12. Location and listing of all spare parts and special keys and tools furnished to the

Owner. 13. Furnish recommended lubrication schedule for all required lubrication points with

listing of type and approximate amount of lubricant required.

C. Refer to Division 1 for additional information on Operating and Maintenance Manuals.

D. Operating and Maintenance Manuals shall be turned over to the Owner or Engineer a minimum of 14 working days prior to the beginning of the operator training period.

1.14 OPERATOR TRAINING

A. The Contractor shall furnish the services of factory trained specialists to instruct the Owner's operating personnel. The Owner's operator training shall include 12 hours of on site training in three 4 hour shifts.

B. Before proceeding with the instruction of Owner Personnel, prepare a typed outline in

triplicate, listing the subjects that will be covered in this instruction, and submit the outline for review by the Owner. At the conclusion of the instruction period obtain the signature of each person being instructed on each copy of the reviewed outline to signify that he has a proper understanding of the operation and maintenance of the systems and resubmit the signed outlines.

C. Refer to other Division 16 Sections for additional Operator Training requirements.

1.15 SITE VISITATION

A. Visit the site of the proposed construction in order to fully understand the facilities, difficulties and restriction attending the execution of the work.

B. Before submitting a bid, it will be necessary for each Contractor whose work is involved to

visit the site and ascertain for himself the conditions to be met therein in installing his work and make due provision for same in his bid. It will be assumed that this Contractor in submitting his bid has visited the premises and that his bid covers all work necessary to properly install the equipment shown. Failure on the part of the Contractor to comply with this requirement shall not be considered justification for the omission or faulty installation of any work covered by these Specifications and Drawings.

16050-7 Fort Bend ISD – Lake Olympia

Page 91: Fort Bend Independent School District (FBISD)bids.centerdigitalgov.com/docs/2010/10/Bid_Document... · 2016. 8. 23. · RFP Request for Proposal. Solicitation method used to acquire

C. Understand the existing utilities from which services will be supplied; verify locations of utility services, and determine requirements for connections.

D. Determine in advance that equipment and materials proposed for installation fit into the

confines indicated. 1.16 WARRANTY

A. The undertaking of the work described in this Division shall be considered equivalent to the issuance, as part of this work, of a specific guarantee extending one year beyond the date of completion of work and acceptance by Owner, against defects in materials and workmanship. Materials, appliances and labor necessary to effect repairs and replacement so as to maintain said work in good functioning order shall be provided as required. Replacements necessitated by normal wear in use or by Owner's abuse are not included under this guarantee.

1.17 TRANSFER OF ELECTRONIC FILES

A. Project documents are not intended or represented to be suitable for reuse by Owner or others on extensions of this project or on any other project. Any such reuse or modification without written verification or adaptation by Engineer, as appropriate for the specific purpose intended, will be at Owner’s risk and without liability or legal exposure to Engineer or its consultants from all claims, damages, losses and expense, including attorney’s fees arising out of or resulting thereof.

B. Because data stored in electric media format can deteriorate or be modified inadvertently, or otherwise without authorization of the data’s creator, the party receiving the electronic files agrees that it will perform acceptance tests or procedures within sixty (60) days of receipt, after which time the receiving party shall be deemed to have accepted the data thus transferred to be acceptable. Any errors detected within the sixty (60) day acceptance period will be corrected by the party delivering the electronic files. Engineer is not responsible for maintaining documents stored in electronic media format after acceptance by the Owner.

C. When transferring documents in electronic media format, Engineer makes no representations as to the long term compatibility, usability or readability of documents resulting from the use of software application packages, operating systems, or computer hardware differing from those used by Engineer at the beginning of the Project.

D. Any reuse or modifications will be Contractor’s sole risk and without liability or legal exposure to Owner, Engineer or any consultant.

E. The Texas Board of Architectural Examiners (TBAE) has stated that it is in violation of Texas law for persons other than the Owner of record to revise the Architectural drawings without the Owner’s written consent.

It is agreed that “MEP” hard copy or computer-generated documents will not be issued to any other party except directly to the Owner. The contract documents are contractually copyrighted and cannot be used for any other project or purpose except as specifically indicated in AIA B-141 Standard Form of Agreement Between Architect and Owner.

If the client, Owner, or developer of the project requires electronic media for “record purposes”, then an AutoCAD based compact disc (“CD”) will be prepared. The “CD” will be submitted with all title block references intact and will be formatted in a “plot” format to permit the end user to only view and plot the drawings. Revisions will not be permitted in this configuration.

16050-8 Fort Bend ISD – Lake Olympia

Page 92: Fort Bend Independent School District (FBISD)bids.centerdigitalgov.com/docs/2010/10/Bid_Document... · 2016. 8. 23. · RFP Request for Proposal. Solicitation method used to acquire

F. At the Owner’s request, Engineer will prepare one “CD” of electronic media to assist the contractor in the preparation of submittals. The Engineer will prepare and submit the “CD” to the Owner for distribution to the contractor. All copies of the “CD” will be reproduced for a cost of reproduction fee of Five Hundred Dollars ($500.00) per “CD”.

The “CD” will be prepared and all title blocks, names and dates will be removed. The “CD” will be prepared in a “.dwg” format to permit the end user to revise the drawings.

G. This Five Hundred Dollars ($500.00) per “CD” cost of reproduction will be paid directly from the Contractor to the Engineer. The “CD” will be prepared only after receipt of the Five Hundred Dollars ($500.00). The Five Hundred Dollars ($500.00) per “CD” cost of reproduction is to only recover the cost of the manhours necessary to reproduce the documents. It is not a contractual agreement between the Contractor and Engineer to provide any engineering services, nor any other service.

PART 2 - PRODUCTS 2.01 SUBSTITUTIONS

A. The names and manufacturers and model numbers have been used in the Contract documents to establish types of equipment and standards of quality. Where more than one manufacturer is named for a specific item of equipment, only one of the specified manufacturers will be considered for approval. Where only one manufacturer is mentioned with the phrase "or approved equal", Contractor may submit an alternate manufacturer for consideration, provided the following conditions are met:

1. Submit alternate equipment with complete descriptive data in shop drawing form.

Provide sample of equipment upon request for review by Owner. Samples will be returned if requested in writing.

2. Alternate equipment must be equal from the standpoint of materials, construction and performance.

3. Alternate submittal must be presented to the Engineer/Owner ten (10) days prior to bid date for approval.

B. The Owner and Engineer shall be the sole judge of quality and equivalence of equipment,

materials and methods. 2.02 All materials and products used on this project shall be listed by Underwriters' Laboratories. 2.03 ACCESS DOORS

A. Wherever access is required in walls or ceilings to concealed junction boxes, pull boxes, equipment, etc., installed under this Division, furnish a hinged access door and frame with flush latch handle to another Division for installation. Doors shall be as follows:

1. Plaster Surfaces: Milcor Style K. 2. Ceramic Tile Surfaces: Milcor Style M. 3. Drywall Surfaces: Milcor Style DW. 4. Install panels only in locations approved by the Owner.

2.04 EQUIPMENT PADS

A. Unless noted otherwise 4" high concrete pads for floor mounted equipment shall be installed under Division 3. Pads shall conform to the shape of the equipment with a minimum of 3" margin at equipment supports. Top and sides of pads shall be troweled to

16050-9 Fort Bend ISD – Lake Olympia

Page 93: Fort Bend Independent School District (FBISD)bids.centerdigitalgov.com/docs/2010/10/Bid_Document... · 2016. 8. 23. · RFP Request for Proposal. Solicitation method used to acquire

a smooth finish, equal to floor. External corners shall be bullnosed to a 3/4" radius, unless shown otherwise.

2.05 ESCUTCHEONS

A. Provide heavy chrome or nickel plated plates, of approved pattern, on conduit passing through walls, floors and ceilings in finished areas. Where conduit passes through a sleeve, no point of the conduit shall touch the building construction. Caulk around such conduit with sufficient layers of two hour rated firesafing by Thermafiber 4.0 P.C.F. density, U.S.G. fire test 4/11/78 and seal off openings between conduit and sleeves with non-hardening mastic prior to application of escutcheon plate. Escutcheons shall be Gravler Sure-Lock, or approved equal.

2.06 SPACE LIMITATIONS

A. Equipment shall be chosen which shall properly fit into the physical space provided and shown on the drawings, allowing ample room for access, servicing, removal and replacement of parts, etc. Adequate space shall be allowed for clearances in accordance with Code requirements. Physical dimensions and arrangement of equipment shall be subject to the approval of the Owner.

2.07 PAINTING

A. All factory assembled equipment for electrical work, except light fixtures, that normally is delivered with a factory applied finish shall be delivered with a hard surface factory applied finish such as baked-on machinery enamel which will not require additional field painting. The finish shall consist of not less than 2 coats of medium gray color paint USA No. 61 Munsell Notation 8-3G, 6. 10/0.54 enamel. This Contractor shall protect this finish from damage due to construction operations until acceptance of the building. He shall be responsible for satisfactorily restoring any such finishes or replacing equipment that becomes stained or damaged.

2.08 ELECTRICAL SYSTEM IDENTIFICATION

A. Conduit Systems: Provide adequate marking of major conduit which is exposed or concealed in accessible spaces to distinguish each run as either a power or signal/communication conduit. Except as otherwise indicated, use orange banding with black lettering. Provide self-adhesive or snap-on type plastic markers. Indicate voltage for that raceway. Locate markers at ends of conduit runs, on pull boxes, on junction boxes, near switches and other control devices, near items of equipment served by the conductors, at points where conduit passes through walls or floors, or enters non-accessible construction and at spacings of not more than 50 feet along each run of conduit. Switch-leg conduit and short branches for power connections do not have to be marked, except where conduit is larger than ¾ inch. Branch circuit conduits, junction boxes and pull boxes shall be marked with a permanent marker indicating panel name and branch circuit numbers.

B. Underground Cable Identification: Bury a continuous, preprinted, bright colored plastic ribbon cable marker with each underground cable (or group of cables), regardless of whether conductors are in conduit, duct bank, or direct buried. Locate each directly over cables, 6 to 8 inches below finished grade.

C. Identification of Equipment:

1. All major equipment shall have a manufacturer’s label identifying the manufacturer’s address, equipment model and serial numbers, equipment size,

16050-10 Fort Bend ISD – Lake Olympia

Page 94: Fort Bend Independent School District (FBISD)bids.centerdigitalgov.com/docs/2010/10/Bid_Document... · 2016. 8. 23. · RFP Request for Proposal. Solicitation method used to acquire

2. A black-white-black laminated plastic engraved identifying nameplate shall be secured by stainless steel screws to each automatic transfer switch, switchboard, distribution panel, motor control center, motor starter panels and panelboards. a. Identifying nameplates shall have ¼ inch high engraved letters and shall

contain the following information: 1) Name 2) Voltage 3) Phase 4) “3” or “4” wire, and 5) Where it is fed from.

b. An example of a panelboard nameplate is: Center Panel – 1HB 480/277 volt, 3 phase, 4 wire Center Fed from DP2

c. An example of an automatic transfer switch nameplate is: Center ATS #2 480/277 volt, 3 phase, 4 wire, 4 pole Center Fed from MSB and DPE

3. Each feeder device in a switchboard, distribution panel, and motor control center device shall have a nameplate showing the load served in ½ inch high engraved letters.

4. A black-white-black laminated plastic engraved identifying nameplate shall be secured by screws to each safety switch, disconnect switch, individual motor starter, enclosed circuit breaker, wireway, and terminal cabinet. a. Identifying nameplates shall have ¼ inch high engraved letters and shall

indicate the equipment served. b. An example if a disconnect switch is: AHU-1.

5. Cardholders and directory cards shall be furnished for circuit identification in panelboards. Cardholder shall be located on inside of panel door and shall be in a metal frame with clear plastic front. Circuit lists shall be typewritten. Circuit descriptions shall include location and name of each item of equipment served. Spares and spaces shall be written in erasable pencil for future use.

6. Prohibited Markings: Markings which are intended to identify the manufacturer, vendor, or other source from which the material has been obtained are prohibited for installation within public, tenant, or common areas within the project. Also, prohibited are materials or devices which bear evidence that markings or insignias have been removed. Certification, testing (example, Underwriters’ Laboratories, Inc.), and approval labels are exceptions to this requirement.

7. Warning Signs: Provide warning signs where there is hazardous exposure associated with access to or operation of electrical facilities. Provide text of sufficient clarity and lettering of sufficient size to convey adequate information at each location; mount permanently in an appropriate and effective location. Comply with recognized industry standards for color and design.

8. Operational Tags: Where needed for proper and adequate information on operation and maintenance of electrical system, provide tags of plasticized card stock, either preprinted or hand printed. Tags shall convey the message, example: “DO NOT OPEN THIS SWITCH WHEN BURNER IS OPERATING.”

PART 3 - EXECUTION 3.01 WORKMANSHIP AND CONCEALMENT

A. The work of this Section shall be performed by workman skilled in their trade. Installation shall be consistent in completeness whether concealed or exposed. Each item of

16050-11 Fort Bend ISD – Lake Olympia

Page 95: Fort Bend Independent School District (FBISD)bids.centerdigitalgov.com/docs/2010/10/Bid_Document... · 2016. 8. 23. · RFP Request for Proposal. Solicitation method used to acquire

electrical work shall be concealed in walls, chases, under floors and above ceilings except:

1. Where shown to be exposed. 2. Where exposure is necessary to the proper function.

B. Any items, including junction boxes, required to be accessible for maintenance shall be

installed no more than 18” above ceiling grid. C. For areas with drywall or plaster ceilings. Only lighting junction boxes will be permitted.

Lighting junction boxes shall be installed directly above light fixture opening.

3.02 SLEEVES, CUTTING AND PATCHING

A. This section shall be responsible for placing sleeves for all conduit passing through walls, partitions, sound walls, beams, floors, roof, etc. Sleeves through below-grade walls shall use water-tight fitting manufactured by O.Z. Gendey.

B. All cutting and patching will be done under another Division, but this Section will be

responsible for timely performance of this work and layout of holes and setting sleeves.

C. All un-used sleeves shall be sealed with 2 hour UL approved fire sealant manufactured by “3M” or approved equal.

D. Refer to 16110 for additional requirements.

3.03 ELECTRICAL GEAR

A. Install all electrical equipment in accordance with the National Electrical Code and as shown on the drawings.

B. Lighting contractors, time clocks, disconnect switches, etc. mounted in

mechanical/electrical rooms shall be mounted at a working height not requiring a ladder, when wall space is available. Installation of these devices at greater elevations shall be approved by the Engineer. Contractor shall provide a coordination sketch of each mechanical/electrical room noting locations and mounting heights of all electrical devices(note bottom and top elevations) shown to be installed. Sketches shall be provided to the Engineer for review, and the general contractor for coordination with other trades working in these rooms.

3.04 CLEANING

A. Clean lighting fixtures and equipment. B. Touch-up and refinish scratches and marred surfaces on panels, switches, starters, and

transformers. 3.05 TESTS AND INSPECTIONS

A. Tests and inspection requirements shall be coordinated with Division I.

B. Date for final acceptance test shall be sufficiently in advance of completion date of contract to permit alterations or adjustments necessary to achieve proper functioning of equipment prior to contract completion date.

C. Conduct re-tests as directed by Owner on portions of work or equipment altered or

16050-12 Fort Bend ISD – Lake Olympia

Page 96: Fort Bend Independent School District (FBISD)bids.centerdigitalgov.com/docs/2010/10/Bid_Document... · 2016. 8. 23. · RFP Request for Proposal. Solicitation method used to acquire

16050-13 Fort Bend ISD – Lake Olympia

adjusted as determined to be necessary by final acceptance test. No resultant delay or consumption of time as a result of such necessary re-test beyond contract completion date shall relieve Contractor of his responsibility under contract.

D. Put circuits and equipment into service under normal conditions, collectively and

separately, as may be required to determine satisfactory operation. Demonstrate equipment to operate in accordance with requirements of these specifications. Perform tests in the presence of Owner. Furnish instruments and personnel required for tests.

E. Final Inspection:

1. At the time designated by the Owner, the entire system shall be inspected by the

Owner and Engineer. The contractor or his representative shall be present at this inspection.

2. Panelboards, switches, fixtures, etc., shall be cleaned and in operating condition. 3. Certificates and documents required hereinbefore shall be in order and presented

to the Owner prior to inspection. 4. Panel covers, junction box covers, etc., shall be removed for visual inspection of

the wire, bus bars, etc. 5. After the inspection, any items which are noted as needing to be changed or

corrected in order to comply with these specifications and the drawings shall be accomplished without delay.

F. The contractor shall provide a thermographic test using an independent testing laboratory

using an infrared scanning device. This test shall include but not limited to all switchboards, distribution panelboards, panelboards, automatic transfer switches and other electrical distribution devices. This test shall be conducted to locate high temperature levels. This test shall be conducted between 3 to 8 months after occupancy, but not beyond the one year warranty period. Submit test to the Owner and engineer using test reporting forms. All unacceptable conditions shall be corrected prior to the end of the warranty period.

END OF SECTION

Page 97: Fort Bend Independent School District (FBISD)bids.centerdigitalgov.com/docs/2010/10/Bid_Document... · 2016. 8. 23. · RFP Request for Proposal. Solicitation method used to acquire

SECTION 16060

ELECTRICAL DEMOLITION FOR REMODELING

PART 1 - GENERAL 1.01 SECTION INCLUDES

A. Electrical demolition.

B. The contractor shall be responsible for loss or damage to the existing facilities caused by him and his workmen, and shall be responsible for repairing such loss or damage. The contractor shall send proper notices, make necessary arrangements, and perform other services required for the care, protection and in-service maintenance of all electrical services for the new and existing facilities. The contractor shall erect temporary barricades, with necessary safety devices, as required to protect personnel from injury, removing all such temporary protection upon completion of the work.

C. Outages of services as required by the new installation will be permitted but only at a time approved by the Owner. The contractor shall allow the Owner 2 weeks in order to schedule required outages. The time allowed for outages will not be during normal working hours unless otherwise approved by the Owner. All costs of outages, including overtime charges, shall be included in the contract amount.

D. The contractor shall provide temporary or new services to all existing facilities as required to maintain their proper operation when normal services are disrupted as a result of the work being accomplished under this project.

1.02 RELATED SECTIONS

A. Section 01120 – Alteration Project Procedures.

B. Section 02072 – Minor Demolition for Remodeling. PART 2 - PRODUCTS 2.01 MATERIALS AND EQUIPMENT

A. Materials and equipment for patching and extending work: As specified in individual Sections.

B. Include in the contract price all rerouting of existing conduits, wiring, outlet boxes, fixtures, etc., and the reconnecting of existing fixtures as necessitated by field conditions to allow the installation of the new systems. Furnish all temporary conduit, wiring, boxes, etc., as required to maintain lighting and power service for the existing areas with a minimum of interruption. Remove wire and conduit back to nearest accessible active junction box and extend to existing homeruns as required.

PART 3 - EXECUTION 3.01 EXAMINATION

A. Verify field measurements and circuiting arrangements are as shown on Drawings.

01/05 16060-1 Fort Bend ISD – Lake Olympia

Page 98: Fort Bend Independent School District (FBISD)bids.centerdigitalgov.com/docs/2010/10/Bid_Document... · 2016. 8. 23. · RFP Request for Proposal. Solicitation method used to acquire

B. Verify that abandoned wiring and equipment serve only abandoned facilities.

C. Demolition Drawings are based on casual field observation. and existing record documents. Report discrepancies to Owner before disturbing existing installation.

D. Beginning of demolition means installer accepts existing conditions.

3.02 PREPARATION

A. Provide temporary wiring and connections to maintain existing systems in service during construction. When work must be performed on energized equipment or circuits, use personnel experienced in such operations.

B. Existing Public Address System: Maintain existing system in service until new system is

complete and ready for service. Disable system only to make switchovers and connections. Obtain permission from the Owner and at least 24 hours before partially or completely disabling system. Minimize outage duration. Make temporary connections to maintain service in areas adjacent to work area.

3.03 DEMOLITION AND EXTENSION OF EXISTING ELECTRICAL WORK

A. Demolish and extend existing electrical work under provisions of Section 01120, Section 02072, and this Section.

B. Remove, relocate, and extend existing installations to accommodate new construction.

C. Remove abandoned wiring to source of supply.

D. Remove exposed abandoned conduit, including abandoned conduit above accessible

ceiling finishes. Cut conduit flush with walls and floors, and patch surfaces.

E. Disconnect abandoned outlets and remove devices. Remove abandoned outlets if conduit servicing them is abandoned and removed. Provide blank cover for abandoned outlets, which are not removed.

F. Disconnect and remove electrical devices and equipment serving utilization equipment

that has been removed.

G. Repair adjacent construction and finishes damaged during demolition and extension work.

H. Maintain access to existing electrical installations which remain active. Modify installation

or provide access panel as appropriate.

I. Extend existing installations using materials and methods compatible with existing electrical installations, or as specified.

J. Where existing construction is removed to provide working and extension access to existing utilities, contractor shall remove doors, piping, conduit, outlet boxes, wiring, light fixtures, air conditioning ductwork and equipment, etc., to provide this access and shall reinstall same upon completion of work in the areas affected.

K. During the construction and remodeling, portions of the project shall remain in service. Construction equipment, materials, tools, extension cords, etc., shall be arranged so as

01/05 16060-2 Fort Bend ISD – Lake Olympia

Page 99: Fort Bend Independent School District (FBISD)bids.centerdigitalgov.com/docs/2010/10/Bid_Document... · 2016. 8. 23. · RFP Request for Proposal. Solicitation method used to acquire

L. Certain work during the demolition phase of construction may require overtime or nighttime shifts or temporary evacuation of the occupants. Coordinate and schedule all proposed down time with the Owner's Representative at least 72 hours in advance.

M. All existing lighting fixtures, switches, outlets, speakers, materials, equipment and appurtenances not included in the remodel or alteration areas are to remain in place and shall remain in service.

N. Electrical equipment, outlets, speakers, circuits to mechanical and building systems equipment, etc., which are to remain but which are served by conduit and/or circuiting that is disturbed by the remodeling work, shall be reconnected in such as manner as to leave it in proper operating condition.

O. Existing branch circuit wiring which is to be removed, shall be pulled from the raceways and the empty conduit shall be removed to a point of permanent concealment.

P. New circuiting indicated to be connected to existing panels shall be connected to "spares" and/or "released" breakers as applicable, or new breakers provided where space is available. Contractor shall verify the existing panel load and feeder capacity prior to adding any additional loads.

3.04 CLEANING AND REPAIR

A. Clean and repair existing materials and equipment which remain or are to be reused.

B. Panelboards: Clean exposed surfaces and check tightness of electrical connections. Replace damaged circuit breakers and provide closure plates for vacant positions. Provide typed circuit directory showing revised circuiting arrangement.

3.05 INSTALLATION

A. Install relocated materials and equipment under the provisions of Section 01120. 3.06 REMOVAL OF MATERIALS

A. The contractor shall modify, remove, and/or relocate all materials and items so indicated on the drawings or required by the installation of new facilities. All removals and/or dismantling shall be conducted in a manner as to produce maximum salvage. Salvage materials shall remain the property of the Owner, and shall be delivered to such destination as directed by the Owner. Materials and/or items scheduled for relocation and which are damaged during dismantling or reassembly operations shall be repaired and restored to good operative condition. The contractor may, at his discretion and upon the approval of the Owner, substitute new materials and/or items of like design and quality in lieu of materials and/or items to be relocated.

B. All items which are to be relocated shall be carefully removed in reverse to original

assembly or placement and protected until relocated. The contractor shall clean, repair, and provide all new materials, fittings, and appurtenances required to complete the relocations and to restore to good operative order. All relocations shall be performed by workmen skilled in the work and in accordance with standard practice of the trades involved.

01/05 16060-3 Fort Bend ISD – Lake Olympia

Page 100: Fort Bend Independent School District (FBISD)bids.centerdigitalgov.com/docs/2010/10/Bid_Document... · 2016. 8. 23. · RFP Request for Proposal. Solicitation method used to acquire

01/05 16060-4 Fort Bend ISD – Lake Olympia

C. When items scheduled for relocation are found to be in damaged condition before work has been started on dismantling, the contractor shall call the attention of the Owner to such items and receive further instructions before removal. Items damaged in repositioning operations are the contractor's responsibility and shall be repaired or replaced by the contractor as approved by the Owner, at no additional cost to the Owner.

D. Service lines and wiring to items to be removed, salvaged, or relocated shall be removed

to points indicated on the drawings, specified, or acceptable to the Owner. Service lines and wiring not scheduled for reuse shall be removed to the points at which reuse is to be continued or service is to remain. Such services shall be sealed, capped, or otherwise tied-off or disconnected in a safe manner acceptable to the Owner. All disconnections or connections into the existing facilities shall be done in such a manner as to result in minimum interruption of services to adjacent occupied areas. Services to existing areas or facilities which must remain in operation during the construction period shall not be interrupted without prior specific approval of the Owner as hereinbefore specified.

END OF SECTION

Page 101: Fort Bend Independent School District (FBISD)bids.centerdigitalgov.com/docs/2010/10/Bid_Document... · 2016. 8. 23. · RFP Request for Proposal. Solicitation method used to acquire

SECTION 16110

RACEWAYS PART 1 - GENERAL 1.01 SCOPE

A. Provide electrical raceways and fittings as shown, scheduled and specified.

B. The types of raceways and fittings required are as follows:

1. Rigid hot-dipped galvanized steel conduit (RGS) 2. Intermediate hot-dipped galvanized steel conduit (IMC) 3. Electrical metallic tubing (EMT) 4. Flexible metal conduit 5. Liquid-tight flexible metal conduit (non-metallic is not acceptable) 6. PVC coated rigid galvanized steel conduit 7. Aluminum Rigid Conduit (ARC)

1.02 STANDARDS

A. ANSI, C80.1 & C80.3 B. NEMA FB-1 C. NEMA TC3 D. UL, 6, 797 & 1242

1.03 ACCEPTABLE MANUFACTURERS

A. Raceways

1. Allied 2. Triangle 3. Republic 3. Carlon 4. Wheatland Tube 5. Cantex 6. Western Tube 7. Robroy Industries

B. Fittings

1. Appleton 2. Crouse Hinds 3. Steel City 4. O.Z. Gedney 5. Carlon 6. Raco, Inc.

1.04 SUBMITTALS

A. Shop drawing shall include but not be limited to:

08/07 16110-1 Fort Bend ISD – Lake Olympia

Page 102: Fort Bend Independent School District (FBISD)bids.centerdigitalgov.com/docs/2010/10/Bid_Document... · 2016. 8. 23. · RFP Request for Proposal. Solicitation method used to acquire

1. Cutsheets for raceways and fitting. 1.05 REQUIREMENTS OF REGULATORY AGENCIES WORK IN ACCORDANCE WITH:

A. National Electrical Code.

B. Local, municipal, or state codes that have jurisdiction. PART 2 - PRODUCTS 2.01 PROVIDE CONDUIT AS FOLLOWS:

A. Except as noted or otherwise specified, all wiring shall be installed in galvanized rigid steel, rigid aluminum conduit or electrical steel tube (EMT) of the proper size to contain the number of conductors required in accordance with the latest edition of the N.E.C. Where conduit sizes are shown on the drawings, these shall take preference. Contractor shall epoxy coat galvanized rigid steel conduit for use in natatoriums.

B. EMT in sizes up to 4 inches when concealed or not exposed to damage.

C. PVC coated rigid galvanized steel shall be used for all penetrations of slab on grade.

D. Rigid galvanized steel where embedded in concrete or masonry construction, exposed to

damage or in exterior applications.

E. Rigid aluminum shall be used in exterior applications.

F. Carlon Schedule 40 PVC may be utilized underground, in or below slab where shown on the construction documents.

G. MINIMUM SIZE: All homeruns shall be 3/4" minimum. ½” conduit may be used for drops

down walls to a single receptacle or switch.

H. PVC coated rigid galvanized steel conduit shall be coated inside and outside.

I. PVC coated rigid galvanized steel conduit shall be used at cooling towers, corrosive areas and pool pump rooms.

J. Fixture whips: Refer to 16510 for additional information.

K. Flexible metal shall be used for connecting rotating equipment installed in conditioned

spaces.

L. Sealtite shall be used for connecting rotating equipment installed in non-conditioned spaces and outside.

M. Bear the stamped approval of the UL and be approved by the Owner and Engineer.

2.03 FITTINGS

A. Couplings for rigid steel or intermediate conduit shall be hot dipped galvanized steel. Set screw type is not acceptable.

B. Steel or malleable iron fittings shall be used on all other raceway types except for PVC.

C. Couplings for aluminum raceways shall be threaded aluminum.

08/07 16110-2 Fort Bend ISD – Lake Olympia

Page 103: Fort Bend Independent School District (FBISD)bids.centerdigitalgov.com/docs/2010/10/Bid_Document... · 2016. 8. 23. · RFP Request for Proposal. Solicitation method used to acquire

D. EMT systems shall utilize steel insulated throat, set screw connectors and steel set screw

couplings in all indoor conditioned spaces. EMT system shall utilize steel insulated throat, threadless, watertight compression type connectors and steel threadless watertight compression type coupling in all non-conditioned spaces.

E. Coupling and connectors accessories and fittings for PVC coated rigid galvanized steel

shall be PVC coated.

F. Metal sealtite fittings shall be steel. Plastic is not acceptable.

G. Provide nylon bushing on end of all low voltage cabling system conduits (sleeves, rough-ins, etc.).

PART 3 - EXECUTION 3.01 CONDUIT

A. GENERAL The Drawings are diagrammatic, and are intended to show the general location of outlets, devices, fixtures, and arrangement and control of circuits. The Contractor shall determine exact locations by actual measurement of the building or by reference to the Architectural Drawings.

B. Of such size, and so installed that conductors may be drawn in without injury or excessive

strain.

C. Where entering panels, pull boxes, junction boxes, or outlet boxes, shall be secured in place with lock nuts inside and outside, and insulated bushings inside.

D. Have Red seal type VCC or approved equal cable supports in risers, as required by

N.E.C.

E. Have ends reamed after cutting and application of die.

F. Keep conduit corked and dry during construction, and swab out before conductors are pulled.

G. Have bends and offsets made with approved tools. Bends or offsets in which the pipe is

crushed or deformed shall not be installed.

H. Where not embedded in concrete or masonry, be firmly secured by approved clamps, half-straps or hangers.

I. Have O.Z. Gedney or approved equal expansion fittings where crossing building

expansion joints.

J. EXPANSION JOINTS: Make provision for expansion and shifting of metal or PVC conduits where risers occur from underground.

K. Except in the mechanical equipment rooms, run conduit concealed, and by the shortest

practicable route between outlets. Install risers, drops, and offsets necessary to avoid conflict with ductwork, piping, structural members, and similar items.

L. Install exposed conduit in mechanical rooms, and elsewhere as indicated, parallel to

08/07 16110-3 Fort Bend ISD – Lake Olympia

Page 104: Fort Bend Independent School District (FBISD)bids.centerdigitalgov.com/docs/2010/10/Bid_Document... · 2016. 8. 23. · RFP Request for Proposal. Solicitation method used to acquire

M. In general, fluorescent fixtures in finished areas having suspended acoustical ceilings

shall be connected to outlet boxes of lighting grid by flexible metal conduit; length not to exceed ten feet.

N. Outlet boxes in partitions shall never be set back to back. They shall be offset to prevent

undue noise transmission from room to room.

O. Concealed conduit shall run in as direct manner as possible using long bends. Exposed conduit shall be run parallel with or at right angles to the lines of the building; and all bends shall be made with standard conduit elbows or conduit benders. Not more than equivalent of four quarter bends shall be used in any run between terminals and cabinet, of between outlet or junction boxes. Approved condulets shall be used in lieu of conduit elbows where ease of installation and appearance warrants their use and approved by the engineer. Conduit joints shall be made with approved couplings and unions.

P. Conduits shall be continuous from outlet to outlet and from outlets to cabinets, junction or

pull boxes and shall be electrically continuous throughout. Terminals of all conduits shall be provided with double lock nuts and bushing or terminated on conduit hubs. Use of running threads is prohibited.

Q. Each entire conduit system shall be installed complete before any conductors are drawn

in. Every run of conduit shall be finished before covering up to guard against obstructions and omissions.

R. Sleeves shall be placed in the forms of concrete, masonry and fire rated walls, floor slabs

and beams, for the passage of conduits. Sleeves should be set in place a sufficient time ahead of the concrete work so as not to delay the work. Sleeves shall be rigid galvanized steel and set to extend 4” above slab.

S. All pipe penetrations through walls and concrete floors shall be fire rated by applying USG

Thermafiber in the space between the concrete and the pipe. The fire rating shall be additionally sealed by using 3M brand model CP 25 or 303 fire barrier caulk and putty. All fire rating material shall be installed in accordance with manufacturer's printed instructions.

T. All conduit shall be cleaned and swabbed to remove all foreign matter and moisture prior

to pulling wire and cable. All boxes in which conduits terminate shall be cleaned of all concrete mortar and other foreign matter.

U. Provide #30 nylon pulling line in all conduits in which permanent wiring is not installed.

V. All conduit shall be securely fastened and supported using hot galvanized malleable iron

one-hole pipe straps, clamps, hanger or other means approved by the engineer. Supports shall be as required by NEC Table 344-3 (B)(2). Tie wire shall not be used as support or securing means. Support conduit independently of ceiling hanger wire. Use all thread rods to support outlet boxes and conduit.

W. When PVC conduit is routed underground, all stub-up's and 90° elbows shall be PVC

coated rigid galvanized steel. Use PVC coated rigid galvanized steel when penetrating concrete on grade.

X. Route all conduit above grade unless otherwise noted on the construction documents.

Y. Contact the Owner and Engineer for an installation review before covering any below

08/07 16110-4 Fort Bend ISD – Lake Olympia

Page 105: Fort Bend Independent School District (FBISD)bids.centerdigitalgov.com/docs/2010/10/Bid_Document... · 2016. 8. 23. · RFP Request for Proposal. Solicitation method used to acquire

Z. All new outlets shall be flush mounted. In remodeled areas where wall construction

prohibits flush mounting, provide wiremold 2400 series. Verify exact location and routing with Owner before installation.

AA. Contractor shall not penetrate water proof barriers without using proper fitting to maintain

barriers. This shall include exterior walls and slabs. Coordinate with Owner for proper methods.

3.02 FITTINGS

A. Install approved expansion fitting in all conduit runs in excess of 150 feet or when crossing building expansion joints.

3.03 CONDUIT CORROSION PROTECTION

A. Branch circuit conduits installed in concrete slabs on fill or grade shall be positioned in a manner to ensure complete concrete cover. In no case shall such conduits be exposed below or above the slab surfaces, or penetrate the waterproof membrane.

B. At locations where metallic conduits pass through slabs on grade or transitions below

grade, PVC coated rigid galvanized conduit shall be used. 3.04 OUTLET AND JUNCTION BOXES

A. Provide an approved galvanized outlet box with adequate volume for number of conductors installed.

B. Provide standard galvanized switch boxes of the required number of gangs. Switch

boxes where conduit is exposed shall be handy boxes or approved equal.

C. Outlet boxes for receptacles shall be similar to Universal 52151 with suitable raised cover. Receptacle boxes where conduit is exposed shall be handy boxes or approved equal.

D. Weatherproof boxes shall be FS or FD. Provide these boxes in all non-conditioned areas,

exterior areas and natatoriums.

E. Outdoor boxes shall be NEMA 3R, with conduit connections made by Myers Hubs.

F. See notes and details on Drawings for special box requirements.

G. Provide junction boxes required to facilitate installation of the various conduit systems. Provide support boxes required for risers, each complete with approved cable supports as described elsewhere in this Division.

H. Outlet boxes for drywall shall be standard galvanized 4" square boxes with the

appropriate device cover.

I. Provide 3-1/2” deep gangable masonry boxes in all masonry wall (CMU). Steel City GW-135-G or approved equal.

J. Provide shallow 4”x4” boxes in all demountable partitions.

K. Metallic boxes located in fire rated walls or partitions shall be separated by a minimum

horizontal distance of 24 in. This minimum separation distance between metallic boxes

08/07 16110-5 Fort Bend ISD – Lake Olympia

Page 106: Fort Bend Independent School District (FBISD)bids.centerdigitalgov.com/docs/2010/10/Bid_Document... · 2016. 8. 23. · RFP Request for Proposal. Solicitation method used to acquire

08/07 16110-6 Fort Bend ISD – Lake Olympia

3.05 THRU-WALL SEALS

A. Provide O.Z. Gedney “Thru-wall” seals for all conduits passing through concrete structure

below grade, above grade, and floor penetrations below grade. These prevent moisture from entering the building.

B. Straight sleeves are not acceptable.

3.06 PULL BOXES

A. Pull boxes shall be provided for conduit systems as required and shall be constructed of galvanized steel of not less than gauge and size specified by National Electrical Code.

B. Where two or more feeders pass through a common pull box, they shall be tagged to

indicate clearly their electrical characteristics, circuit number, and panel designation. 3.07 WIREWAYS

A. Wireways shall be installed as indicated or required and locations shall be coordinated with Owner.

B. Wireways shall be made of not less than 16-gauge sheet steel for 4 inch and 6 inch

square sizes and 14 gauge steel for 8 inch and 12 inch square sizes. Couplings end plates, and knockouts shall be furnished as required. Each section of wireways shall be rigidly supported.

C. Wiring in wireways shall be neatly bundled, tied and suitably tagged. D. The finish shall be ANSI-49 gray epoxy paint applied by a cathodic electrodeposition paint

process over a corrosion resistant phosphate preparation for NEMA 1 wireways. Provide galvanized steel for NEMA 3R wireways. NEMA 3R wireways and auxiliary gutters are for horizontal mounting only.

END OF SECTION

Page 107: Fort Bend Independent School District (FBISD)bids.centerdigitalgov.com/docs/2010/10/Bid_Document... · 2016. 8. 23. · RFP Request for Proposal. Solicitation method used to acquire

SECTION 16120

WIRE, CABLE AND RELATED MATERIALS PART 1 - GENERAL 1.01 SCOPE

A. Provide 600 volt building wire, cable and connectors and 300 volt wire, cable and connectors.

B. WORK INCLUDED: Include the following Work in addition to items normally part of this

Section.

1. Wiring for power. 2. Automatic Control Wiring. 3. Connection of equipment shown. 4. Fire Alarm System.

C. WORK SPECIFIED ELSEWHERE:

1. Heating, ventilating, and air conditioning equipment. 2. Structured cabling system. 3. Coaxial cables

1.02 STANDARDS

A. UL83 B. ASTM B-3

C. All wire cable and connectors shall be UL approved.

1.03 ACCEPTABLE MANUFACTURERS

A. 600 VOLT WIRE AND CABLE

1. Southwire 2. General Cable 3. Essex 4. Cerro 5. American Insulated Wire Corporation

B. 300 VOLT WIRE AND CABLE

1. Westpenn 2. Beldon 3. Alpha

C. CONNECTORS

1. AMP 2. Burndy 3. Ideal 4. 3M 5. O.Z. Gedney

06/07 16120-1 Fort Bend ISD – Lake Olympia

Page 108: Fort Bend Independent School District (FBISD)bids.centerdigitalgov.com/docs/2010/10/Bid_Document... · 2016. 8. 23. · RFP Request for Proposal. Solicitation method used to acquire

6. Thomas & Betts 1.04 SUBMITTALS

A. Shop drawings shall include, but not limited to:

1. Cutsheets of wire, cable and connectors to indicate the performance, fabrication procedures, product variations, and accessories.

1.05 REQUIREMENTS OF REGULATORY AGENCIES WORK IN ACCORDANCE WITH:

A. National Electrical Code.

B. Local, municipal, or state codes that have jurisdiction. PART 2 - PRODUCTS 2.01 WIRING

A. All wire shall be new and continuous without weld, splice, or joints throughout its length. It must be uniform in cross-section, free from flaws, scales and other imperfections.

B. WIRE MATERIAL: Soft drawn, annealed, 98% pure copper, with tin coating. Aluminum

wiring is not acceptable.

C. TYPES:

1. Provide type “THHN/THWN” insulation for all branch circuits and above grade feeders.

2. All wire No. 8 and larger shall be stranded. All wire No. 10 and smaller shall be stranded.

3. Provide type "XHHW" or other 90 degrees insulation wiring for branch circuit wiring installed through continuous rows of fluorescent fixture bodies.

4. All 300-volt cable including but not limited to telephone, fire alarm, data, CATV and security shall be UL listed for use in return air plenums.

D. CONDUCTOR SIZES

1. Feeder conductors shall be sized for a maximum of 2% drop in rated voltage at

scheduled load. 2. Branch circuit conductors shall be sized for a maximum 3% drop in the rated

voltage to the longest outlet on the circuit. 3. Minimum wire shall be No. 12, unless otherwise shown on Drawings or required

by Code.

E. COLOR CODING: No. 6 or larger shall use tape for color coding. No. 8 and smaller wire shall be color coded in accordance with the governing authority requirements or as follows:

120/208 VOLT 277/480 VOLT NEUTRAL: White Neutral: Gray PHASE A: Black Phase A: Brown PHASE B: Red Phase B: Purple PHASE C: Blue Phase C: Yellow GROUND: Green Ground: Green

06/07 16120-2 Fort Bend ISD – Lake Olympia

Page 109: Fort Bend Independent School District (FBISD)bids.centerdigitalgov.com/docs/2010/10/Bid_Document... · 2016. 8. 23. · RFP Request for Proposal. Solicitation method used to acquire

2.02 GROUNDING

Permanently connect all conduit work, motors, starters, and other electrical equipment to grounding system in accordance with the National Electrical Code.

PART 3 - EXECUTION 3.01 WIRE

A. Do not pull wire into conduit until Work of an injurious nature is completed. Where two or more circuits run to a single outlet box, each circuit shall be properly tagged. Wyreze or approved equal may be used as a lubricant where necessary.

B. Splices shall be fully made up in outlet boxes with compression crimp-on type splice

connectors.

C. Joints and splices will not be permitted in service entrance or in feeders. Joints in branch circuits will be permitted where branch circuits divide, and then shall consist of one through-circuit to which the branch shall be spliced. Joints shall not be left for the fixture hanger to make. Connect joints and splices with Buchanan Series "2000" solderless connectors complete with insulating caps or properly sized wire nuts.

D. All stranded conductors shall be furnished with lugs or connectors.

E. Connectors furnished with circuit breakers or switches shall be suitable for copper wire

termination.

F. “Sta-Cons” shall be used to terminate stranded conductors on all switches and receptacles.

G. All stranded #10 and small conductors shall be terminated with an approved solderless

terminal if the device or light fixture does not have provisions for clamp type securing of the conductor.

H. The jacket for all travelers used on 3-way and 4-way switches shall be pink.

3.02 BALANCING SYSTEM

The load on each distribution and lighting panel shall be balanced to within 10% by proper arrangement of branch circuits on the different phase legs. Provide written documentation showing results. Submit with O & M manuals.

3.03 LOW VOLTAGE WIRING

A. Low voltage wiring shall be plenum rated. All wiring in mechanical rooms, electrical rooms, drywall ceiling, inaccessible areas, underground, plaster ceiling, inside concealed walls areas exposed to occupant view, and other areas subject to physical damage shall be run in conduit.

B. Low voltage wiring shall be routed in separate raceways from power wiring systems.

C. Sleeves shall be placed in the forms of concrete, masonry and fire rated walls, non rated walls floor slabs and beams, for the passage of wiring. Sleeves should be set in place a sufficient time ahead of the concrete work so as not to delay the work. Sleeves shall be rigid galvanized steel.

06/07 16120-3 Fort Bend ISD – Lake Olympia

Page 110: Fort Bend Independent School District (FBISD)bids.centerdigitalgov.com/docs/2010/10/Bid_Document... · 2016. 8. 23. · RFP Request for Proposal. Solicitation method used to acquire

06/07 16120-4 Fort Bend ISD – Lake Olympia

3.04 CABLE SUPPORTS

A. Cable Support:

1. All wire not installed inside conduit shall be installed in a dedicated cable support system for the entire run of each cable. Including, but not limited to service loops.

Provide PANDUIT® Corporation J-MOD™ modular support system, Cooper B Line Cable Hooks or approved equal by Caddy.

2. The approved cable support system shall be attached directly to the building steel at a serviceable height. In the event that the building steel is not 5’ of the finished ceiling, the contractor shall provide a dedicated threaded rod extending within 5’ of the finished ceiling and mount the support hook to the treaded rod.

3. A cable support shall be installed at a maximum of 5’ on center.

4. All cable installed shall be attached to the support system with plenum rated Velcro and a plenum rated Velcro tie shall be installed between each cable support to keep wires neatly bundled throughout the entire run. Tie wraps will only be allowed to be used for fire alarm cables and inside panels as required to manage the wires within each type of panel. All tie wraps shall be plenum rated.

5. ABSOLUTELY NO CABLE, NOT INSTALLED IN CONDUIT, WILL BE ALLOWED TO BE ATTACHED DIRECTLY TO THE BUILDING’S STEEL OR SUPPORTED IN ANY OTHER METHOD THAN THAT STATED ABOVE.

6. IT IS THE RESPONSIBILITY OF THE INSTALLING CONTRACTOR TO COORDINATE WITH ALL OTHER TRADES ON THE PROJECT TO INSURE THAT THE PATHWAY OF THIS SYSTEM DOES NOT INTERFERE WITH THE INSTALLATION OF THE OTHER TRADES AND TO PREVENT THE INSTALLED PRODUCT OF OTHER TRADES FROM PUTTING STRAIN ON THE INSTALLED WIRING.

3.05 VERTICAL CABLE SUPPORTS

A. Provide cable supports in all vertical raceways in accordance with Article 300-19 of the NEC.

3.06 DEFECTS

A. Defects shall include, but are not to limited to, the following:

1. Tripping circuit breakers under normal operation. 2. Improperly connected equipment. 3. Damaged, torn, or skinned insulation.

END OF SECTION

Page 111: Fort Bend Independent School District (FBISD)bids.centerdigitalgov.com/docs/2010/10/Bid_Document... · 2016. 8. 23. · RFP Request for Proposal. Solicitation method used to acquire

SECTION 16772 INTERCOMMUNICATION SYSTEM PART 1 - GENERAL REQUIREMENTS 1.01 SCOPE OF WORK

A. The work to be provided herein consists of furnishing and installing all equipment, conduit, cabling and labor required for a complete, operable, communications system.

B. All required empty conduit and power required for the system will be supplied by the

"ELECTRICAL CONTRACTOR". Return air plenum cable may be used as an option at the contractor's discretion. Wherever cabling is run exposed, conduit shall be used to cover and protect wiring.

C. The equipment specified herein is based on equipment manufactured by Rauland Borg

Corporation.

The following electronic systems contractors are pre-approved provided the system proposed complies in all respects to the specifications herein:

1. Dukane - STARCall Plus 2. Rauland Borg - Telecenter 21 3. Bogen - MultiCom 2000 4. Telcor - XL

D. The electronic systems contractor shall be the manufacturer's authorized representative for the equipment proposed and have adequate experience with the proposed manufacturer's equipment and submit proof of having been a factory authorized distributor for the last four years. He shall submit with his bid written proof of authorized distributorship.

E. The electronic systems contractor shall have a factory trained service department on call 24

hours a day, 365 days a year, to service the product specified.

F. The electronic systems contractor shall provide a reference list of five similar systems installed by the contractor including contacts and telephone numbers.

G. Any electronics systems contractor seeking prior approval to bid this project must follow these

guidelines:

1. Demonstrate system to owner or his representative ten days prior to bid. 2. Provide written proof to owner that proposed product is UL Listed as a system. 3. Provide written proof to owner of being a factory authorized distributor. 4. Through the demonstration process, indicate how proposed system meets or

exceeds this specification. Demonstrate to owner system functions noted with an asterisk (*).

5. Furnish a line by line specification review indicating compliance or non-compliance for each function.

6. Obtain written acceptance of proposed system from owner and architect. 7. Furnish factory data sheets on each piece of equipment proposed.

H. Provide all necessary hardware and programming to interface system to owner furnished VOIP Network for 2 way communications to any classroom speaker from any VOIP Phone. VOIP system Supplied by Owner.

I. Final programming to system shall use the room numbers on the final, approved room

signage schedule, not room numbers on construction drawings.

16772-1 Fort Bend ISD – Lake Olympia

Page 112: Fort Bend Independent School District (FBISD)bids.centerdigitalgov.com/docs/2010/10/Bid_Document... · 2016. 8. 23. · RFP Request for Proposal. Solicitation method used to acquire

16772-2 Fort Bend ISD – Lake Olympia

1.02 VOICE COMMUNICATIONS AND SOUND SYSTEM

A. General

1. Furnish and install a complete microprocessor controlled voice communications system with all conduit, wire, outlet and equipment as may be required, as shown on the drawings, and as herein specified to provide a complete, operational sound and voice communication system. Model numbers used are for Rauland-Borg equipment.

2. All material and/or equipment necessary for the proper operation of the system, even though not specifically mentioned in the contract documents, shall be deemed part of this contract.

3. Equipment furnished under this specification by other manufacturers shall be equal in all respects to the equipment of the specified manufacturer.

4. All components within the system shall be listed by Underwriters Laboratories. Proof of such listing shall be furnished at time of submittal. All equipment shall be installed and connected in strict accordance with the manufacturer's recommended instructions.

5. The electrical contractor shall have appropriate voltage regulation equipment installed on the AC voltage supply taking care to arrest damaging electrical transient and spikes which can cause damage to the microprocessor components of the system.

6. The specified equipment shall be supplied, installed, adjusted, tested and guaranteed by a factory authorized communications contractor for the products furnished.

7. The vendor shall provide the following documentation and services: a. Submittals and shop drawings: 8 sets. These drawings shall include the

manufacturer's specification sheets, including all the component parts, control equipment drawings, and layouts, wiring diagrams and facility wiring, and conduit drawings.

b. As-built drawings: 5 sets. These drawings shall include the information in (a) above. They should include up-to-date drawings that include any changes made to the system during installation as well as operator’s manuals and instructions.

c. Operating instructions: These instructions are to be permanently affixed to all administrative control stations.

d. In-service training: Provide the owner with a training program designed to make all administrative control station users familiar with the operation of the voice communication system.

B. Intercom System Description

1. The intercom system shall consist of a central equipment cabinet, microprocessor

control unit, power supply, zone modules, administrative control stations (ACS's), amplifiers, and station loudspeaker assemblies. Provide all associated material hardware, wiring, and options as described herein to provide a complete working system which shall meet the specified requirements.

2. The intercom system shall provide the following communications paths and functions. a. ACS to remote loudspeaker station (provide two channels). b. Administrative control station to administrative control station. c. Remote speaker to administrative control station.

3. The system shall provide the facilities for the paging or sounding emergency signals or time event signals to selected groups or all remote speakers.

Page 113: Fort Bend Independent School District (FBISD)bids.centerdigitalgov.com/docs/2010/10/Bid_Document... · 2016. 8. 23. · RFP Request for Proposal. Solicitation method used to acquire

16772-3 Fort Bend ISD – Lake Olympia

4. The system shall provide facilities for the control and distribution of up to two program channels to individual, selected groups, or all remote speakers, as well as intercom communications and class change signals.

5. The system shall include the facilities of a built-in master clock and programmer

capable of correcting appropriate secondary clock displays and controlling events based on user programmed time schedule programs.

6. Provide remote control of program distribution. Distribution of the program source (tape/tuner) shall be possible from any administrative control station (ACS).

7. If non-industry standard speakers and devices are proposed, the vendor shall furnish owner a minimum of 15% spare devices at no additional cost to the owner.

C. Intercom System Function

1. The base system shall provide Capability for a minimum of two (2) multi-link

simultaneous open voice speech path between administrative control station and station loudspeakers within each 12-line group. a. The speech channels shall be true multiple, simultaneous,

UNRESTRICTED, amplified voice channels. Automatic queue or call stacking to access the intercom amplifier IS ACCEPTABLE.

2. The system shall provide the capacity for both a loudspeaker station and a push button at each remote location. Each remote station shall be assigned an architectural or ID number to communicate with its assigned ACS's. The system shall permit user selection 2, 3 or 4 digit architectural dialing.

3. Each remote station position shall allow calls to be placed from two remote devices. Each device shall have an individual assignable priority. It shall be possible for the user to reset the priority for a given remote station device from a designated ACS. The user assignable priorities for remote stations are: a. Normal b. Emergency c. Remote call cancel d. Remote program select, allowing the remote location to select or cancel the

program channel. This shall be assignable by either program channel. Intercom or paging shall take precedence over this function.

4. The system shall allow preselected coverage of calls from remote station to ACS on a remote station basis. A remote station shall be able to report to multiple administrative control stations simultaneously. Functions of an unattended ACS may be forwarded by the user to an attended ACS. This provides overlapping or distinct coverage of remote stations by administrative control stations. Systems not allowing programmable flexibility of remote station coverage shall be unacceptable.

5. The system shall incorporate all necessary circuitry to prevent monitoring of any remote station whose call origination switch is in the privacy mode. The system shall be user configurable to work with resistor or diode privacy circuits.

6. The system shall allow for user definable pre-selective access to "zone" and "all-page" functions. This feature will prevent unauthorized paging from designated ACS's.

7. The system shall provide facilities so that the user has access for sounding selected tones from any ACS on either all-page or zonal basis for use as emergency or other alarm signals.

8. Provisions shall be provided inherent to the system, to allow for the use of a priority override input (i.e. principal's microphone). This circuit, when activated by an external source, shall gather all speakers for distribution of the signal information provided by the external source. This priority override function, all preempted functions shall be automatically restored.

9. The system shall have the capability, if required, to operate with external paging

Page 114: Fort Bend Independent School District (FBISD)bids.centerdigitalgov.com/docs/2010/10/Bid_Document... · 2016. 8. 23. · RFP Request for Proposal. Solicitation method used to acquire

16772-4 Fort Bend ISD – Lake Olympia

amplifiers to increase the audio output available for paging. Adequate audio amplification shall be provided for each channel and function as required herein.

10. The system shall have the capability to silence outdoor speakers during routine school announcements. Outside horns SHALL BE on separate /dedicated PA Circuit.

11. The system shall be equipped with control point outputs for activating outboard

devices such as priority override relays on remote sound systems. These control points outputs shall be activated when the system is placed in the all-page mode.

12. The system shall be equipped with RS-232 ports to allow for the following: a. Diagnostics via a standard computer terminal. b. Modem interface to allow remote factory engineering assistance. Systems

not providing a port of access to the system shall not be acceptable. 13. System must allow simultaneous operation of both diagnostic and functional routines

(paging, zone page, time events, call-in, etc.). 14. The system shall have the ability to perform scan functions from the administrative

control stations for: a. Remove of call-in coverage assignments to an ACS. b. Review ID numbers of remote stations assigned to either of the two program

channels. c. Edit and review master clock time programs.

15. System shall use voice prompts for instruction on basic system function. 16. System will allow interface to any standard DTMF telephone for two-way intercom,

zone page, and all page. 17. Higher priority calls shall not cancel when the "Clear All Calls" routine is used. Only

normal calls shall clear and cancel. 18. Line loss on two-way communications circuits to be no less than .5dB per 500 ft. of

circuit length. 19. Direct coupled amplifier outputs shall be unacceptable and deemed unequal.

External transient protection devices will not be acceptable.

D. Master Clock System Function

1. The system shall contain an integrated master clock and programmer which shall be capable of performing the following functions. a. Displaying the time the time of day in either 12 or 24-hour format at each

administrative control station. b. Providing 255 discrete time event entries for programming functions based

on: (1) The time of day in hours and minutes. (2) The day or combination of 7 days of the week the event is to occur. (3) Selection of any one or any combination of 8 zones or outputs to be

activated. (4) Selection of any one of 8 schedules to allow for maximum flexibility

due to special circumstances or seasonal changes. (5) Provide for an editing and review routine to permit the user to

change and edit time events, zones and schedules without having to reprogram the entire sequence.

(6) Provide for user selectability of both tone and duration time of tone signal.

(7) Capable of correcting compatible brands of secondary clocks. c. The time display shall be protected by a built-in lithium battery which shall

automatically correct ACS time displays upon restoration of power. d. Output points, activated by the master clock, shall be provided in the system

Page 115: Fort Bend Independent School District (FBISD)bids.centerdigitalgov.com/docs/2010/10/Bid_Document... · 2016. 8. 23. · RFP Request for Proposal. Solicitation method used to acquire

16772-5 Fort Bend ISD – Lake Olympia

for use in controlling external sounders and other devices.

E. Administrative Control Station (ACS)

1. The administrative control station (ACS) shall be the center for communications, paging, and signaling functions. The ACS shall a standard telephone keypad for functional control and user programming.

2. For voice intercom, the ACS shall be equipped with a handset, dial pad, and 8 speed dial buttons shall also be included.

3. Each ACS shall be equipped with a solid-state sounder for audible annunciation of incoming calls. This sounder shall sound at different rates depending on the priority levels of the CURRENT CALL. The sound may be user defeatable on a priority level basis so that the ACS provides only visual annunciation if required.

4. The ACS shall be capable of answering the next call Queue by depressing only one button. Systems not incorporating this single button response feature for answering calls shall not be acceptable. The ACS shall still visibly annunciate incoming calls, and it can be used to make and answer calls or other assigned functions without undoing the forwarding function.

5. An ACS shall have the ability to forward its call-in coverage to another ACS. An indication shall be shown in both the ACS forwarding coverage of calls as well as the ACS as to which call coverage is being forwarded to. When in the forward coverage mode, an ACS shall still visibly annunciate incoming calls, and it can be used to make and answer calls or other assigned functions without undoing the forwarding function.

6. A user programmable "call cancel" feature allows the ACS to cancel all pending normal calls under it control while leaving the higher priority level calls in the calls waiting stack.

7. An ACS shall have the capability to reset the priority level of any remote call-in device through the use of a set priority button on the ACS control panel. The ACS shall provide a "lock-out" mode for this function. This function shall also prevent unauthorized tampering with the priority level settings from an unauthorized ACS. The system shall provide visual feedback of the priority setting when this function is engaged.

11. All ACS's shall have a dedicated control labeled "ALL PAGE". The operation of this

control shall gather all speakers for distribution of tone signaling distress or emergency signals, and emergency voice announcements. This control shall be defeatable as to restrict access into the all-page function only to assigned ACS's.

12. Each ACS shall be provided with a dedicated control label "ZONE PAGE". The operation of this control shall allow the distribution of tone signaling distress signals and voice announcements to speaker zones. Access to the paging zones from a given ACS shall be user assignable, and an ACS can be restricted from access into the paging zones to prevent unauthorized use.

13. A SELECT PROGRAM button shall be provided on each ACS for selection and distribution to the program channel. The program channel shall be distributed via the ACS to a room or rooms, paging zones, or all rooms (remote speaker stations). A SCAN function shall be provided at the ACS to review the remote stations (rooms) selected to each of the program channels in groups of three.

PART 2 - PRODUCTS 2.01 CENTRAL EQUIPMENT

Page 116: Fort Bend Independent School District (FBISD)bids.centerdigitalgov.com/docs/2010/10/Bid_Document... · 2016. 8. 23. · RFP Request for Proposal. Solicitation method used to acquire

16772-6 Fort Bend ISD – Lake Olympia

A. The central equipment shall be Rauland-Borg TC 2100 with UPS backup. Privide TC 2105 expansion chassis mounted in a standard 19" equipment rack. The central equipment shall consist of but not be limited to:

1. The equipment housing 2. A power supply to provide operating DC power for the circuitry contained within

the central equipment housing and all administrative control stations (ACC's) shall be provided.

3. A central microprocessor unit containing all solid state memory and components necessary to provide the features specified herein.

4. Zone circuit boards (TC2114) as required to meet the system requirements for remote

stations requirements noted below. ADD 20% SPARE port Capacity for future portable rooms.

5. Provide Telephone Interface Modules (TCMSM) as required for Interface to owner

provided VOIP system. 2.02 UPS SYSTEM

A. Provide a Tripplite SMART 1400 UPS system sized to meet the power requirements of the Intercom system.

2.03 EXTERNAL PAGING AMPLIFIER

A. External paging amplifiers shall be provided as required to meet the load requirements plus 20% spare capacity to the system when activated in the all-page mode. The external paging amplifiers shall be Rauland MPA250 as required. Provide quantity as required to meet the load.

B. Program/paging amplifiers shall have the following:

1. Power output shall be a minimum of 250 watts RMS. 2. Maximum .5% harmonic distortion from 45-20KHz. 3. Frequency response of 20Hz to 20KHz (+0, -1 dB). 4. -90- dB signal to noise ratio at 20Hz to 20KHz. 5. 1 volt RMS input sensitivity at 1KHz.

2.04 PROGRAM SOURCES

A. Provide a desk mounted AM/FM tuner and 5 Disc CD changer with program preamp. Include a PREAMP with a single Mic Input for distribution of Announcements from Program source and additional inputs for the CD/AM/FM TUNER. Other items to include are:

1. Digital readout on AM/FM tuner – TASCAM TU690 2. Sturdy Oak grain cabinet suitable for Desk mounting preamp and tuner /cd

changer. Middle Atlantic OBRK8 3. Outdoor AM FM Antenna for tuner 4. Preamp for both AM/FM tuner, IPOD and CD Changer Biamp SPM412E

5. Microphone and desk stand Rauland 1295 Microphone 6. Input for owner furnished equipment -Proco IRACK IPOD input panel

B. Locate in reception area, verify exact location prior to install.

Page 117: Fort Bend Independent School District (FBISD)bids.centerdigitalgov.com/docs/2010/10/Bid_Document... · 2016. 8. 23. · RFP Request for Proposal. Solicitation method used to acquire

16772-7 Fort Bend ISD – Lake Olympia

2.05 EQUIPMENT RACK

The central equipment shall be housed in a standard 19" equipment rack. The rack shall be of sufficient vertical size to contain all of the specified equipment to be housed within. The rack shall be equipped with a locking rear door and removable side panels. All unused front panel space shall be filled with the appropriate size blank panels. The equipment shall be Rauland RP1103B (61" high) Provide Atlas Sound CT1020 roller truck. For this rack located head end rack in MDF Room.

2.06 FIELD EQUIPMENT

A. Ceiling speakers: Provide an 8" speaker with 10 oz. magnet complete with line matching transformer. Program rating shall be 25 watts continuous. Provide a white round recessed baffle with each unit. The speaker shall be a Rauland BAFKIT1X2.

B. Wall speaker: Provide an 8" speaker with 5 oz. magnet complete with line matching

transformer. Program rating shall be 15 watt continuous. Provide a white steel enclosure with baffle. The speaker shall be a Soundolier ACCWB5

C. Call-in switch WITH Integrated speaker: Provide a high security metal plate with a

momentary call switch and speaker mounted on a common plate. The call switch shall be Rauland HSS6 – Provide in 3 LOCATIONS – 2 gyms and 1 cafeteria

E. Outside horn (flush mount): Provide a Soundolier AFP-15T flush mount horn with multitap

line matching transformer. Provide with each unit a Soundolier VP161-APF baffle and 193-8-6 back box

F. Classroom Phone: Provide Rauland TC4333 or approved equal. G. Indoor Horn for Gymnasium – Provide Atlas APF-15T with VP161APF Baffle and SE161

R6 BACK BOX

PART 3 - EXECUTION 3.01 WIRING AND HARDWARE

A. Size and quantity of conductors shall be in accordance with manufacturer's requirements for cabling. Cables may be run in conduit or in return air plenums provided the cable is UL listed for plenum use. Provide conduit above all plaster or gyp board ceilings or where located exposed in mechanical rooms.

B. Provide Surface raceway equal to Wire Mold 500 SERIES to conceal any new wiring

required to support new devices.

C. Provide Wire Mold 800 series surface boxes for new devices added under this scope of Work.

Page 118: Fort Bend Independent School District (FBISD)bids.centerdigitalgov.com/docs/2010/10/Bid_Document... · 2016. 8. 23. · RFP Request for Proposal. Solicitation method used to acquire

16772-8 Fort Bend ISD – Lake Olympia

D. Provide J HOOKS 6 FT on center to support new cable – DO NOT SUPPORT CABLE FROM STRUCTURE

E. Remove existing Intercom cabling

F. Label cables and wiring logically, legibly and permanently for ease of identification, using

adhesive strip tape type labels.

G. Measure and record the impedance of each speaker cable. Submit form with shop drawings to be completed by factory trained installer for delivery to owner via "as built" at completion of project.

H. Provide as part of the operation and maintenance manuals all documentation regarding

architectural programming, class change schedule, page zone, and time zone assignments.

I. Remote Station Requirements are as Follows: each classroom shall be connected to a

dedicated port. Offices – conference rooms shall be connected to a dedicated Port. Each portable classroom shall be on a dedicated Port.

J Provide 20 live circuits for addition of future portable rooms. Use 66 blocks mounted above ceiling at the spot designated on the floor plans

K. Provide Surge Suppressors for portable room circuits L. Provide adapter plates in classrooms to reduce the Size of the existing handset box to a

size suitable for mounting a telephone outlet... Use 66 blocks mounted above ceiling at the spot designated on the floor plans

M. Provide Surge Suppressors for portable room circuits. Edco is an acceptable

manufacturer. Place 2 surge suppressors on each speaker circuit 2 on each phone circuit. THE 2 SUPPRESSORS WILL BE MOUNTED -1 - WHERE CABLING ENTERS THE BUILDING FROM PORTABLE ROOMS AND 2 at Intercom Head end.

N. Provide adapter plates in classrooms to reduce the Size of the existing handset box to a

size suitable for mounting a telephone outlet. O. Terminate cable on Telco 66 style blocks at head end unit. Provide protective cover over

blocks. Label Circuits on blocks with actual room numbers. Provide Ground strap for each 66 block tied to building structure. Ground cable Shields at this point.

3.02 WARRANTY AND TRAINING

A. The system contractor shall warranty any equipment installed under this specification to be free from defect for a period of one year from date of final acceptance.

B. The system contractor shall provide a minimum of four hours training for school district

personnel on proper operating procedures for the system. END OF SECTION

Page 119: Fort Bend Independent School District (FBISD)bids.centerdigitalgov.com/docs/2010/10/Bid_Document... · 2016. 8. 23. · RFP Request for Proposal. Solicitation method used to acquire
Page 120: Fort Bend Independent School District (FBISD)bids.centerdigitalgov.com/docs/2010/10/Bid_Document... · 2016. 8. 23. · RFP Request for Proposal. Solicitation method used to acquire
Page 121: Fort Bend Independent School District (FBISD)bids.centerdigitalgov.com/docs/2010/10/Bid_Document... · 2016. 8. 23. · RFP Request for Proposal. Solicitation method used to acquire
Page 122: Fort Bend Independent School District (FBISD)bids.centerdigitalgov.com/docs/2010/10/Bid_Document... · 2016. 8. 23. · RFP Request for Proposal. Solicitation method used to acquire