Kirkwood School District KSD 2020 Door Replacement Project

Project Title: KSD 2020 Door Replacement Project at Kirkwood High School (KHS) 801 West Essex Avenue

North Kirkwood Middle School (NKMS) 11287 Manchester Road

Hough Building (HGH 106 North Sappington Road

February 17, 2020

Kirkwood School District, Facilities Department Tricia Horton, Special Projects Manager 200 Thomas Avenue Kirkwood MO 63122 Phone: 314-213-6185 Fax: 314-965-9598 [email protected]

Project Title Page 000101-1 Kirkwood School District KSD 2020 Door Replacement Project

SECTION 000110 – TABLE OF CONTENTS

Division Section Title Pages

DIVISION 00 PROCUREMENT AND CONTRACTING REQUIREMENTS 000101 Project Title Page 1 000110 Table of Contents 1 000115 List of Drawing Sheets 1 001116 Invitation to Bid 1 002113 Instructions to Bidders 6 002114 Prevailing Wage Determinations & Wage Order 4 002213 Supplementary Conditions 2 002214 Special Conditions 2 002215 Construction Contract 5 004113 Bid Form – Stipulated Sum 3

DIVISION 01 GENERAL REQUIREMENTS 010100 Summary of the Work 1 011520 Application for Payment 2 017320 Selective Demolition 4

DIVISION 02 thru 07 (NOT USED AND RESERVED)

DIVISION 08 DOORS 081100 Steel Doors and Frames 4 082100 Wood Doors 4 084100 Monumental Stile and Rail Doors 6 087100 Door Hardware and Accessories 3

DIVISION 09 thru 49 (NOT USED AND RESERVED)

Table of Contents 000110-1 Kirkwood School District KSD 2020 Door Replacement Project

SECTION 000115 – LIST OF DRAWINGS

PART 1 – GENERAL

1.1 SUMMARY

A. List of Drawings Pages 1. KSD School District Map 1 2. KHS Building Plan – Work Group #1 1 3. KHS Scope – Work Group #1 3 4. NKMS Building Plan – Work Group #1 1 5 NKMS Scope – Work Group #1 1 6. HGH Building Plan – Work Group #2 1 7. HGH Scope – Work Group #2 1

List of Drawings 000115-1 Kirkwood School District KSD 2020 Door Replacement Projects SECTION 001116 - INVITATION TO BID

Project Name: Kirkwood School District (KSD) 2020 Door Replacement Projects Bids Close: February 28, 2020 at 1:00pm CDT Bid Place: Bids shall be submitted to the Kirkwood School District, Facilities Department, Attn: Tricia Horton, Special Projects Manager, 200 Thomas Avenue, Kirkwood MO 63122. Bids will be opened and read publicly (by Owner’s Representative) at the above indicated bid closing time.

Outline of Project: This project requires the Contractor to replace existing doors, frames and hardware in various locations; furnish all materials, tools, equipment and labor necessary to remove the existing doors, frames and hardware (unless otherwise specified), prepare openings and install new doors, frames and hardware in accordance with the requirements, specifications and recommendations of this document and those of the manufacturer of the new doors, frames and hardware being installed.

Types of Bids: Award of the bid will be based on lowest and best qualified bid at the owner’s discretion.

Obtaining Documents: Bid documents will be available from the Owner beginning on February 14, 2020. Qualified bidders and sub- bidders are encouraged to obtain documents at least 24 hours prior to the scheduled mandatory pre-bid meeting. Documents will not be available at the pre-bid meeting. To obtain the bid documents, download the pdf file from the Kirkwood School District website, www.kirkwoodschools.org/Domain/80 or call the Facilities Dept. at 314-213-6185 to make arrangements to receive via email or a hard copy.

Bid Security: All bids equal to or greater than $5,000 must be accompanied by a Bidder’s Bond executed by the Bidder as Principal and by a Surety Company authorized to do business in Missouri as the Surety; or a company check in a sum equal to five percent (5%) of the total amount of the Bid.

Other Requirements: Each Bidder who submits a bid shall hold any licenses as required by law. No bids will be read or considered which do not fully comply with the above provisions as to bond and licenses, and any deficient bid submitted will be resealed and returned to the Bidder immediately.

Pre-bid Meeting: Bidders are required to attend a mandatory pre-bid meeting on Tuesday, February 18, 2020 at 3:15pm at the Kirkwood High School Main Office, 801 West Essex Avenue, Kirkwood, MO 63122. Immediately following the meeting a guided tour and inspection of the sites will be conducted. In the event of inclement weather and the District schools are closed, the Pre-bid meeting will be rescheduled. Please refer to the District website for information.

Bidders on this project will be required to comply with Executive Orders No. 11246, as amended, 11458, 11518, 11625, 13201, 13202 and 13208. The Owner reserves the right to hold all bids for a period of sixty (60) days after the date fixed for the openings of bids, to reject any and all Bids and waive any formalities or irregularities.

The Owner: Kirkwood School District: www.kirkwoodschools.org Facilities Department, 200 Thomas Avenue, Kirkwood, MO 63122. Questions should be directed to the Facilities Department, 314-213-6185; Tricia Horton, Special Projects Manager or Russ Leary, Director of Facilities.

Invitation to Bid 001116-1 Kirkwood School District KSD 2020 Door Replacement Project

SECTION 002113 - INSTRUCTIONS TO BIDDERS

PART 1 - GENERAL

To be considered, Bids shall be made in accordance with these Instructions to Bidders.

1.1 DEFINITIONS

A. OWNER refers to Kirkwood School District, Kirkwood, MO.

B. BIDDING DOCUMENTS include Instructions to Bidders, Bid Form, other sample bidding and contract forms, the Contract Documents, and any Addenda issued.

C. ADDENDA are written or graphic instruments issued prior to execution of Contract which modify or interpret Bidding Documents. Addenda will become part of the Contract Documents.

D. BID refers to complete and properly signed proposal to do Project or designated portion thereof for sums stipulated therein, submitted in accordance with Bidding and Contract Documents.

E. BASE BID refers to sum stated in Bid for which Bidder offers to perform the Work.

F. ALTERNATE is an amount stated in Bid to be added or deducted from Base Bid if there is a corresponding change in Work, as described in Bidding Documents.

G. BIDDER refers to person or entity invited to submit a Bid. Any reference herein to Prime Bidder or Prime Contractor is to mean Bidder or Contractor, respectively.

H. SUBCONTRACTOR refers to person or entity who submits a Bid to a Bidder for materials, equipment, and/or labor for a portion of the Work.

I. PROJECT MANAGER refers to the Owner’s Representative.

1.2 PROCUREMENT OF DOCUMENTS

A. Procurement of Documents See Section 001116, Invitation to Bid.

1.3 EXAMINATION OF DOCUMENTS AND SITE

A. Examination of Documents: Bidders shall carefully examine the entire contents of Contract Documents prepared for the Work to become thoroughly familiar with all requirements.

B. Examination of the Site: Bidders may visit the construction site to obtain first-hand knowledge of existing conditions, and conditions relative to the Work to be performed.

1.4 RESOLUTION OF DISCREPANCIES AND AMBIGUITIES

A. General Requirements: Submit questions concerning Bidding Documents and existing site conditions at the construction site through the Owner’s Representative. Replies will be issued to Bidders and Plan Rooms in the form of an Addendum to the Drawings and Specifications, and will become part of the Contract. The Owner Representative and Owner will not be responsible for oral clarifications. In no case shall the Bid be submitted in uncertainty. Questions received less than 72 hours before bid opening cannot be answered. Subcontractors are responsible for contacting Bidders prior to the bid date for Addenda relating their work. Addenda will only be sent to the plan holders and rooms.

Instructions to Bidders 002113-1 Kirkwood School District KSD 2020 Door Replacement Project

1.5 SUBSTITUTION OF MATERIALS

A. General Requirement: To obtain approval to use unspecified products, Bidder shall have written requests approved not less than three (3) working days before the bid date. Requests received after this time may not be considered. If the product is acceptable, the Owner, Owner Representative or Architect will approve the substitution and notice of approval will be noted in an Addendum issued to “Plan Rooms” and Bidders on record.

1.6 PREPARATION OF BIDS

A. Proposal Form Format: Using the most recent Bid Form with the Bidding Documents, Bidder shall fill in those bid amounts including Alternate Bids as applicable that apply to the Contract Category for which Bidder is submitting a Bid. Where so indicated by makeup of the Bid Form, sums shall be expressed in both words and figures, and in case of discrepancy between the two, amounts written in words shall govern. Interlineations, alteration and reassures must be initialed by signer of Bid. Oral, telephone, or facsimile bids are invalid and will not receive consideration. Any notations, qualifications or bid instructions on the Proposal Form or envelope will not be considered and may be cause for rejecting the bid.

B. Alternate Bids: On the Bid Form, Alternate Bids are noted and Bidders shall indicate their Alternate Bid amounts in the designated locations indicating if the alternate bid submitted is an ADD or DEDUCT from the Base Bid.

C. Package Bid Deduction: On the Bid Form, if a “Package Bid Deduction” is asked for, write in the dollar amount that the bidder is willing to deduct from their total bid amount (base bids only) in exchange for being awarded all the work included in the Project.

D. Modifications to Bid Form: Bids containing clauses or phrases which modify enclosed Bid Form or Bidding Documents may be cause for rejection. The Bid Form will be provided to the bidders separate from the Project Manual.

E. Completeness and Copies Required: Bidder shall fill in all blank spaces, which are associated with the Contract Category(ies) for which Bidder is submitting a bid. Bidders shall submit an original, signed original copy of the Bid Form.

F. Signing Bids: Bids shall be signed with name typed or printed below the signature. Where Bidder is a corporation, Bids must be signed with the legal name of the corporation followed by name of state of incorporation and the legal signature of an officer authorized to bind the corporation to a contract.

G. Addenda:

1. Addenda will be E-mailed to or may be picked up by all who are known by the issuing office to have received a complete set of Bidding Documents. 2. Copies of Addenda will be made available for inspecting wherever Bidding Documents are on file for that purpose. 3. Each Bidder shall ascertain prior to submitting a Bid that Bidder has received all Addenda issued, and Bidder shall acknowledge its receipt on the Bid Form.

1.7 PERFORMANCE BOND AND LABOR AND MATERIAL PAYMENT BOND

A. General Requirements: All awarded bids equal to or greater than $5,000 dollars will require the Contractor to furnish and pay for a Performance Bond and a Labor and Material Payment Bond in the amount of 100% of the Contract Amount which covers the faithful performance of the Contract and payment of all obligations arising there under naming the Kirkwood School District. Deliver Bonds to the Owner with executed agreement.

Instructions to Bidders 002113-2 Kirkwood School District KSD 2020 Door Replacement Project

1.8 SUBMISSION OF BIDS

A. Base Bid: Submit Bid in an opaque, sealed envelope. Identify the outside of the envelope with: (1) Project Name, (2) Name of Bidder, (3) Write “BID ENCLOSED.” Submit Bids in accordance with Section 001116, Invitation to Bid.

1.9 MODIFICATION AND WITHDRAWAL OF BIDS

A. General Requirements:

1. A Bid may not be modified, withdrawn, or canceled by Bidder, without consent of Owner, during the sixty (60) work-day period following the time and date designated for receipt of Bids, and each Bidder so agrees in submitting its Bid. 2. Prior to time and date designated for receipt of Bids, a Bid submitted may be modified or withdrawn by notice to party receiving Bids at place designated for receipt of Bids. Such notice shall be in writing over signature of Bidder or by facsimile; if by facsimile, written confirmation over signature of Bidder shall be mailed and postmarked on or before date and time set for receipt of Bids. A change shall be so worded as not to reveal amount of original Bid. 3. Withdrawn Bids may be resubmitted up to date and time for receipt of Bids, provided that they are fully in conformance with these Instructions to Bidders.

1.10 DISQUALIFICATION OF BIDDERS

A. General Requirements: Owner reserves the right to accept or reject any or all Bids, or parts of Bids, and to waive formalities or informalities therein. For the purpose of determining the successful Bidder in the consideration of all Bids submitted, Owner reserves the right to accept or reject any or all alternates in any order as may appear in the best interests of the Owner. Owner reserves the right to disqualify Bids, before or after opening, upon evidence of collusion with intent to defraud or other illegal practices upon the part of the Bidder.

B. Qualification of Bidder: In awarding the Contract, the Owner may take into consideration the Bidder’s skill, facilities, capacity, experience, responsibility, previous work record, financial standings, safety and health experience, Subcontractors, and proposed work schedule. Bidders are required to comply with the Project Special Requirements per paragraph 1.13 of Section 002113—Instructions to Bidders and paragraph 1.01 of Section 002214—Special Conditions to be qualified for this project. The inability of any Bidder to meet the requirements mentioned above may be cause for rejection of its Bid.

1.11 EXECUTION OF CONTRACT

A. Qualification of Bidder: Bidder shall be prepared, if so requested by Owner, to present evidence of his experience, qualifications and financial ability to carry out terms of the Contract.

B. Withdrawal of Bids: Bid may not be withdrawn for a period of sixty (60) work days after Bids are received and opened.

C. Alternates: The successful Bidder to whom the Contract has been awarded shall agree to the cost of alternates.

D. Contract Type: The successful Bidder to whom the Contract has been awarded shall agree to the terms of the Kirkwood School District “Construction Contract.” The Contract exhibit is attached to this specification package in Section 002215.

Instructions to Bidders 002113-3 Kirkwood School District KSD 2020 Door Replacement Project

1.12 EVALUATIONS OF BIDS

A. Base Bids: The base bids for each work group will be evaluated and awarded separately, or alternately if/when asked for in “Bid Form,” Owner will consider a total package award to a single contractor in exchange for a discounted price/bid. Owner will offer as much, and any portion of the work, at its discretion to the best-qualified and lowest bidder.

B. Requested Alternate Bids: Requested alternate bids may or may not be used as a basis for evaluating the lowest bid as determined by the Owner to be in the Owner’s best interest.

C. Voluntary Alternates: Voluntary alternates will not be considered in the determination of lowest responsive, responsible bidder.

D. The Owner shall have the right to waive any informality or irregularity in any bid or bids received and to accept the bid or bids which, in their judgment, is in their own best interest.

1.13 PROJECT SPECIAL REQUIREMENTS

A. Bidders must have any required contractor’s license as stated in the Invitation to Bid.

B. The successful Bidder understands that this will be a smoking, tobacco, drug and alcohol free project and anyone working under this contract found to be in violation of such shall be removed from the job site.

C. This is a Missouri Prevailing Wage Project. All workers performing work under this contract must be paid accordingly, as defined by Missouri Statutes Section 290.250 RSMo. For detailed information on rules and occupational titles, see 8 CSR 30-3.010 through 3.060 code of State Regulations-Prevailing Wage rules. It is against the law to knowingly misclassify a worker or fail to claim a worker as an employee. Section 285.503 RSMo. A list of all prevailing wage rates must remain posted at the worksite by the Contractors per 290.265 RSMo. Payroll records are required to be kept per 290.290 RSMo. Certified Payroll is required to be submitted with Application for Payments. With Application for Final Payment, the General Contractor and all Sub-Contractors must file and submit an Affidavit of Compliance per Section 290.290 and 290.325 RSMo.

D. The Contractor to whom this Contract is awarded and any Sub-Contractor(s) under such Contractor shall require all on-site employees to have completed a 10-hour Construction Safety Program as defined in Missouri Statutes Section 292.675.

E. The successful bidder must be enrolled and participate in a federal work authorization program with respect to their employees and provide an affidavit that the bidder does not knowingly employ any person who is an unauthorized alien, who will be working on this project. No business entity, contractor, or employer involved with this project shall employ an unauthorized alien to perform work within the state of Missouri. As a condition for the award of any contract in excess of $5,000 the business entity shall, by sworn affidavit and provision of documentation, affirm its enrollment and participation in a federal work authorization program with respect to the employees working in connection with the contracted services. Section 285.530 RSMo

F. Every transient employer performing work on this contract must show proof of Financial Assurance and adhere to all Missouri Revised Statutes governing them.

G. Out of state contractors bidding on public work projects should review Missouri Revised Statutes Section 34.076.

H. Proof of insurance for at least $1,000,000.00 liability and $1,000,000.00 worker’s compensation must be submitted prior to work beginning.

Instructions to Bidders 002113-4 Kirkwood School District KSD 2020 Door Replacement Project

I. If applicable, the Contractor shall submit a proposed (SWPPP) Storm Water Pollution Prevention Plan including erosion control for review and approval by the Owner and all code enforcing officials. The Contractor shall manage this operation to control water pollution in accordance with the project specifications and applicable Local and State Regulations throughout the duration of the construction project.

J. This project is sales and use tax exempt, and Bidder shall exclude such taxes from its bid.

K. All bids greater than $5,000 will require a bid bond or company check in the amount of five percent (5%) to accompany the bid.

L. A performance bond and a labor and materials payment bond equal to 100% of the bid amount will be required on all awarded projects greater than $5,000 prior to starting the work.

M. ALL CONTRACTORS shall perform conviction checks on its employees and any of its SUBCONTRACTORS’ employees and shall cross reference each employee of the Contractor and any employee of its SUBCONTRACTORS with the St. Louis Sexual Offender’s Registration list. Conviction checks shall be performed for both felonies and misdemeanors. All CONTRACTORS and any of its SUBCONTRACTORS will be required to re-perform conviction and sexual offender list registration checks every two years for those individuals assigned to DISTRICT’S SITES.

All CONTRACTORS and SUBCONTRACTORS must exclude an individual from DISTRICT’s premises if he/she have ever been convicted of the following types of crimes: First or Second Degree Murder; First Degree Assault; Rape; Sodomy; Statuary Rape or Sodomy; Child Molestation; Sexual Assault; Sexual Misconduct; Sexual Contact; Sexual Abuse; Sexual Solicitation; or any other Misdemeanor or felony under§566.000 etSeq.RSMo.; Sexual Battery or Gross Sexual Imposition; Arson; Robbery; Drug Trafficking.

In addition, THE CONTRACTOR and SUBCONTRACTOR must exclude an individual from DISTRICT’S premises if he/she is listed on the County Sexual Offender Registration list.

N. Federal EPA laws require contractors performing renovation, repair and painting projects that disturb lead based products in Pre-1978 child care facilities and schools to be certified and must follow the rules required for lead-safe work practices. Contractors performing this type of work, if applicable, must provide proof of certification prior to the start of the project, and adhere to lead- safe work practices throughout the duration of the project.

O. Annually, the District is required by law to notify parents, staff, and outside contractors of asbestos building materials that exist in our District facilities. A careful survey of our facilities confirms that the present asbestos containing materials pose no health threat at this time. Located in the main office of each facility, is a manual pinpointing the locations of asbestos- containing material. The Director of Buildings and Grounds is the responsible party in ensuring the management plan is followed. If you have any questions regarding this notification or need additional information in regards to the management plan, you may contact the Director of Buildings and Grounds, Jim Wall, at 314-213-6185.

P. Equal Opportunity in Employment: Owner is an equal employment opportunity employer. Unless exempt, Contractor shall comply with the Equal Employment Opportunities of the Civil Rights Act of 1964 (as amended), Executive Orders 11246 and 11357 (as amended), Age Discrimination in Employment Act of 1967, Rehabilitation Act of 1973, and the Vietnam Era Readjustment Act of 1974, and with all other governmental laws, orders and regulations relative to wages and hours of labor and other matters which may refer to Contractor in connection with its execution of this order.

Instructions to Bidders 002113-5 Kirkwood School District KSD 2020 Door Replacement Project

Q. Contractor shall not discriminate against any employee or applicant for employment because of sex, race, creed, color, religion, national origin, veteran status, marital status, status with respect to public assistance, disability or age. Contractor shall take affirmative action to ensure that applications are employed and that employees are treated during employment without regard to the foregoing. Such action shall include, but not be limited to, the following: employment; upgrading; demotion or transfer; recruitment; recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. Contractor shall incorporate these same equal opportunity, anti-discrimination and affirmative action requirements into all agreements between Contractor and its Subcontractors.”

PART 2 - EXECUTION

2.1 SCHEDULE (March 10, 2020 thru July 31, 2020):

A. Issuance of the “Notice to Proceed” will be the project commencement date.

B. The Contractor will be allowed to start on-site work (except as noted below) no earlier than June 1, 2020, and the work must be completed no later than July 31, 2020. Work can be performed during normal hours (7:00 am to 3:30 pm); however, the Contractor cannot perform work activity which will in any way disrupt facility operations.

C. Contractor will submit to Owner for owner’s approval prior to starting to work a schedule indicating the contractor’s planned work days, work locations and timeline for completing each Work Group.

END OF SECTION 002113

Instructions to Bidders 002113-6 Kirkwood School District KSD 2020 Door Replacement Project

SECTION 002114 – PREVAILING WAGE DETERMINATIONS & WAGE ORDER

PART 1 – GENERAL

1.1 PREVAILING WAGE DETERMINATION

A. The current wage order in effect at the date of the bid opening is Annual Wage Order #26 and is inserted after this Section. Additional information can be obtained from the following website:

http://www.labor.mo.gov/DLS/PrevailingWage

B. It is the responsibility of the Bidder/Contractor and Sub-Contractor(s) to abide by the Annual Wage Order in effect at the date of Bid Close.

C. According to the State of Missouri Prevailing Wage laws, any Contractor and/or Sub- Contractor(s) performing work under this Contract will forfeit a penalty to the contracting public body of $100 per day (or portion of a day) if a worker is paid less than the Prevailing Wage rate.

1.2 REQUIREMENTS

A. Not less than the prevailing hourly rate of wages, as set out in the wage order attached to and made part of the specification for work under the contract, must be paid to all workers performing work under the contract (See section 290.250, RSMo, enclosed in the laws section).

1.3 PENALTIES

A. The Contractor will forfeit a penalty to the contracting public body of $100 per day (or portion of a day) for each worker that is paid less than the prevailing rate for any work done under the contract by the contractor or by any subcontractor (see section 290.250, RSMo, enclosed in the laws section). For detailed information on rules and occupational titles, see 8 CSR 30-3.010 through 3.060 (enclosed in the laws section, Code of State Regulations – Prevailing Wage rules).

PART 2 – PRODUCTS (Not Used)

PART 3 – EXECUTION (Not Used)

END OF SECTION 002114

Prevailing Wage Determinations & Wage Order 002114-1

Building Construction Rates for Section 100 ST. LOUIS County

Hasrc OCCUPATIONAL TITLE '* Date of Hourly lncrease Rates Asbestos Worker $62.18 Boilermaker $34.43. Bricklayer $57.54 Carpenter $55.75 Lather Linoleum Layer Millwriqht Pile Driver Cement Mason $51.54 Plasterer Communications Technician $53.72 Electrician (l nside Wireman) $63.21 Electrician Outside Lineman s68.18 Lineman Operator Lineman - Tree Trimmer Groundman Groundman - Tree Trimmer Elevator Constructor $34.43. Glazier $61.38 lronworker $59.87 Laborer $47.32 General Laborer First Semi-Skilled Second Semi-Skilled Mason $48.70 Marble Mason Marble Finisher Terrazzo Worker Terrazzo Finisher Tile Setter Tile Finisher Operatinq Enqineer $59.71 Group I Group ll Group lll Group lll-A Group lV Group V Painter $48.50 Plumber $68.44 Pipe Fitter Roofer $50.87 Sheet MetalWorker $65.87 Sorinkler Fitter $68.56 Truck Driver $34.43. Truck Control Service Driver Grouo I Group ll Group lll Group lV

*The Division of Labor Standards received less than 1,000 reportable hours as required by RSMo 290.257.4(b). Public works contracting minimum wage is established for this occupationaltitle using data provided by Missouri Economic Research and Information Center, in accordance with RSMo 29O.257.2.

"*Annual Incremental Increase ANNUAL WAGE ORDER NO. 26 Heavy Construction Rates for REPLACEMENT PAGE Section 1OO ST. LOUIS County EASIC OCCUPATIONAL TITLE ** Date of Hourly Increase Rates Carpenter $56.25 Millwright Pile Driver Electrician (Outside Lineman) $63.1 7 Lineman Operator Lineman - Tree Trimmer Groundman Groundman - Tree Trimmer Laborer $47.89 General Laborer Skilled Laborer Operating Engineer $60.56 Group I Group ll Group lll Group lV Truck Driver $42.64 Truck Control Service Driver

Group I Group ll Group lll Group lV

Use Heavy Construction Rates on Highway and Heavy construction in accordance with the classifications of construction work estabtished in 8 CSR 30-3.040(3).

Use Building Construction Rates on Building construction in accordance with the classifications of construction work established in 8 CSR 30-3.040(2). lf a worker is performing work on a heavy construction project within an occupational tile that is not listed on the Heavy Construction Rate Sheet, use the rate for that occupational title as shown on the Building Construction Rate Sheet.

*The Division of Labor Standards received less than 1,OOO reportable hours as required by RSM o 290.257 4(b) Public works contracting minimum wage is established for this occupational title using data provided by Missouri Economic Research and Information Center, in accordance with RSMo 290.257.2.

**Annual Incremental Increase ANNUAL WAGE ORDER NO. 26 3t29t19 OVERTIME and HOLIDAYS

OVERTIME

For all work performed on a Sunday or a holiday, not less than twice (2x) the prevailing hourly rate of wages for work of a similar character in the locality in which the work is performed or the public works contracting minimum wage, whichever is applicable, shall be paid to all workers employed by or on behalf of any public body engaged in the construction of public works, exclusive of maintenance work.

For all overtime work performed, not less than one and one-half (1%) the prevailing hourly rate of wages for work of a similar character in the locality in which the work is performed or the public works contracting minimum wage, whichever is applicable, shall be paid to all workers employed by or on behalf of any public body engaged in the construction of public works, exclusive of maintenance work or contractual obligation. For purposes of this subdivision, "overtime work" shall include work that exceeds hours in one day and work in excess of for$ hours in one calendar week; and

A thirty-minute lunch period on each calendar day shall be allowed for each worker on a public works project, provided that such time shall not be considered as time worked.

HOLIDAYS

January first; The last Monday in M"y; July fourth; The first Monday in September; November eleventh; The fourth Thursday in November; and

December twenty-fifth ; lf any holiday falls on a Sunday, the following Monday shall be considered a holiday.

ANNUAL WAGE ORDER NO. 26 3/Le Kirkwood School District KSD 2020 Door Replacement Project

SECTION 002213 - SUPPLEMENTARY CONDITIONS

PART 1 - GENERAL

1.1 MISCELLANEOUS CONTRACTOR RESPONSIBILITIES

A. SAFETY

1. The Contractor agrees to adequately and properly protect its Work. The Contractor agrees to adhere to the Federal Occupational Safety Act, State and local safety regulations, so as to avoid injury or damage to persons or property, and to be directly responsible for damage to persons and property resulting from failure to do so. Missouri regulations require that any person signing a contract to work on “public works” construction projects shall provide their on-site employees with 10 hours of construction safety training as defined in Section 292.675. Failure to comply with these regulations can result in monetary penalty per Missouri Statutes.

2. If the Owner’s issues a safety notice to the Contractor and the Contractor fails to take corrective action immediately to insure compliance with said safety regulations and/or removal of rubbish and debris resulting from his Work, the Owner shall undertake these obligations and charge the cost of same to the Contractor's account without further notice to the Contractor.

3. The Contractor agrees to notify the Owner’s representative on the jobsite of all accidents which may occur to persons or property and shall provide the Owner's representative with a copy of all accident reports on appropriate forms. All reports shall be signed by the Contractor or his authorized representative and submitted within twenty-four (24) hours of occurrence.

4. The Contractor shall insure that construction tools, equipment, temporary facilities, and other items used in accomplishing the Work, whether purchased, rented or otherwise provided by the Contractor or provided by the others, are in a safe, sound and good condition, they must be capable of performing the functions for which they are intended, and maintained in conformance with applicable laws and regulations.

B. LABOR RELATIONS

1. The Contractor shall procure its materials from such sources and employ such labor, subject to Contract terms and conditions, in order to insure harmonious labor relations on the project site and to prevent strikes or other labor disputes by other trades.

2. In the event of a strike or other labor dispute affecting the labor employed by the Contractor and determined by the Owner to be detrimental to the Project, the Owner, through the PM upon seven days written notice, may terminate this agreement and pay the Contractor for all work performed prior to termination.

3. The Contractor agrees that all disputes concerning the jurisdiction of trades shall be adjusted in accordance with any plan for the settlement of jurisdictional disputes which may be in effect, either nationally or in the locality in which the Work is being done. The Contractor shall be bound by, and shall abide by, all such adjustments and settlements of jurisdictional disputes, whether or not the Contractor is signature bound by the agreement establishing the Impartial Jurisdictional Disputes Board and/or its successors. The Contractor agrees not to cause a work stoppage due to the jurisdictional assignment of work.

4. Contractor shall use, at all times on the Project, only such labor as will in no way

Supplementary Conditions 002213-1 Kirkwood School District KSD 2020 Door Replacement Project

whatsoever disturb or affect labor employed by the Owner or other contractors on the site, and Contractor's employees shall work in harmony with all such employees and contractors. Contractor shall consult with Owner before making any disputed work assignments.

5. Any of Contractor's assigned personnel or subcontractors whom the Owner may consider to be incompetent, careless, insubordinate or otherwise objectionable, or whose conduct or presence is considered to be detrimental to the best interests of the Project, or who are not required for the Work, shall be removed at Owner's request. Owner shall not incur any liability, responsibility or obligation whatsoever in regard to exercising its rights herein either to Contractor or any other person.

C. PROGRESS PAYMENTS:

1. The Contractor shall submit to the Owner upon request, copies of orders placed for the various materials required for the Project, or authentic stock lists if such material is normally a stock item. Order copies need not reflect prices, but should indicate type of material, quantity, vendor name and address, etc. The Contractor shall be required to submit to the Owner a monthly Material Status Report, or more often if required by the Owner, as a prerequisite for the monthly progress payment. The Contractor shall notify the Owner immediately upon learning of a change of status of any material, equipment or supplies.

D. WORK SCHEDULES & STAFFING

1. The Contractor agrees to maintain an adequate force of experienced workers and the necessary materials, supplies, equipment and tools to meet the requirements of the Owner and other trades in order to maintain construction progress schedules, as established by the Contractor and approved by the Owner as stipulated in Section 002113, paragraph 2.1. In the event that its force is, in the judgment of the Owner, inadequate to meet the established schedules during the regular work hours, the Contractor agrees to work sufficient overtime hours or increase its work force to meet such schedules at no extra cost to the Owner.

2. The Contractor agrees to employ competent administrative, supervisory and field personnel to accomplish the work, including layout and engineering and preparation and checking of shop drawings.

E. WORK PERFORMANCE

1. In no event shall any act or omission on the part of the Owner, the Architect or the PM relieve the Contractor from its obligation to perform its Work in full compliance with applicable laws and regulations.

2. The Contractor shall be responsible to the Owner for the acts and omissions of all its employees and all Subcontractors, their agents and employees, and all other persons performing any of the Work under a contract with the Contractor.

3. Contractor shall in all respects comply with, and shall cooperate with the Owner in enforcing, all site procedures, conditions and rules established by the Owner which affect any of the Work being performed for the Project or at the Jobsite, including, but not limited to: Project schedules access; security, traffic and solicitation; work and storage areas; utilities; safety, medical and first aid facilities; fire and explosion precautions; pollution; sanitation; cleanup and work conditions. Contractor shall be required to attend all Jobsite or Project meetings held by the Owner in regard to site control, procedures, schedule or coordination.

Supplementary Conditions 002213-2 Kirkwood School District KSD 2020 Door Replacement Project

4. The requirements specified in any referenced standard and/or specification shall not change or modify the contractual obligations set forth in the Contract Documents.

F. EQUAL OPPORTUNITY IN EMPLOYMENT 1. Owner is an equal employment opportunity employer. Unless exempt, Contractor shall comply with the Equal Employment Opportunities of the Civil Rights Act of 1964 (as amended), Executive Orders 11246 and 11357 (as amended), Age Discrimination in Employment Act of 1967, Rehabilitation Act of 1973, and the Vietnam Era Readjustment Act of 1974, and with all other governmental laws, orders and regulations relative to wages and hours of labor and other matters which may refer to Contractor in connection with its execution of this order.

2. Contractor shall not discriminate against any employee or applicant for employment because of sex, race, creed, color, religion, national origin, veteran status, marital status, status with respect to public assistance, disability or age. Contractor shall take affirmative action to ensure that applications are employed and that employees are treated during employment without regard to the foregoing. Such action shall include, but not be limited to, the following: employment; upgrading; demotion or transfer; recruitment; recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. Contractor shall incorporate these same equal opportunity, anti-discrimination and affirmative action requirements into all agreements between Contractor and its Subcontractors.

END OF SECTION 002213

Supplementary Conditions 002213-3 Kirkwood School District KSD 2020 Door Replacement Project

SECTION 002214 - SPECIAL CONDITIONS

PART 1 – GENERAL

1.1 EMPLOYEE BACKGROUND & SEXUAL OFFENDER REGISTRY CHECKS

A. All CONTRACTORS shall perform conviction checks on its employees and any of its SUBCONTRACTORS' employees and shall cross reference each employee of the Contractor and any employee of its SUBCONTRACTORS with the St. Louis County Sexual Offender's Registration list.

B. Conviction checks shall be performed for both felonies and misdemeanors. All CONTRACTORS and any of its SUBCONTRACTORS will be required re-perform conviction and sexual offender list registration checks every two years for those individuals assigned to DISTRICT'S SITES.

C. All CONTRACTOR’S and SUBCONTRACTORS must exclude an individual from DISTRICT'S premises if he/she has ever been convicted of the following types of crime: 1. First of Second Degree Murder 2. First Degree Assault 3. Rape, Sodomy, Statutory Rape or Sodomy, Child Molestation, Sexual Assault, Sexual Misconduct, Sexual Contact, Sexual Abuse, Sexual Solicitation, or any other Misdemeanor or felony under §566.000 etSeq.RSMo. 4. Sexual Battery or Gross Sexual Imposition 5. Arson 6. Robbery 7. Trafficking in Drugs

D. In addition, THE CONTRACTOR and SUBCONTRACTOR must exclude an individual from DISTRICT'S premises if he/she is listed on the County Sexual Offender Registration.

1.2 SECURITY AND SAFETY:

A. At the end of the work shift, the Contractor will have all equipment and materials secure and stored away as to not impact facility operations.

B. The Contractor will be responsible for cleaning up on a daily basis.

C. All door openings must be secured/locked at the end of the day.

1.3 PROJECT SCHEDULE:

A. Contractor shall comply with the schedule as established in the bidding documents.

B. WORK HOURS: See Section 002113, paragraph 2.1.

1.4 WARRANTY

A. Contractor shall guarantee materials workmanship and any required labor to correct defects in products and/or workmanship for all materials installed and work performed at no additional cost to the Owner for a period of 1 year from date of final acceptance by Owner.

B. Provide manufacturer’s standard warranty.

Special Conditions 002214-1 Kirkwood School District KSD 2020 Door Replacement Project

C. Installation process must be carried out in a manner that will not cause any compromise to, modification of or void any portion of the manufacturer’s warranty.

END OF SECTION 002214

Special Conditions 002214-2 Kirkwood School District KSD 2020 Door Replacement Projects

CONSTRUCTION CONTRACT

This Contract is made as of the day of _____ in the year 20__ between Kirkwood R-7 School District ("Owner'') and ______("Contractor''). The Project is described as follows: KSD 2020 Door Replacement Project______

The Owner and Contractor agree as follows:

1. Contract Documents: The Contractor shall complete the Work to which they have been awarded, described in the Contract Documents for the Project. In addition to this Contract, the Contract Documents consist of the following documents:

(a) Project Manual and Specifications: (b) Drawings: (c) Addendums: (d) Description of Work:

(e) Purchase Order: 2. Conflict in Contract Documents: If there is any conflict among the Contract Documents, then this Contract shall be given first priority, superseding all other Contract Documents.

3. The Work: The Owner has retained the Contractor to furnish and pay for all labor, materials, equipment, expertise, skill and services referred to herein, and to perform the Work as an independent contractor. The Contractor shall perform such work (hereinafter called the "Work") under the direction of the Owner and in accordance with this Contract. The scope of the Work shall consist of all work necessary or incidental to complete the Project in accordance with and reasonably inferable from the Contract Documents, as defined in Section 1, as being necessary to produce the intended results of the Owner.

4. Work by Others. Unless the Owner is promptly notified in writing to the contrary, it shall be conclusively presumed that work by others which precedes the Contractor's performance has been done in a proper manner. Any expense accruing to the Contractor or the Owner because of the failure of such work by others to be properly done shall be borne by the Contractor.

5. Protection and Inspection of the Work. Contractor agrees to protect partially completed Work and equipment or materials left at the work site, and to be responsible for any damage occasioned by its failure to do so. Contractor shall make the Work accessible at all reasonable times for inspection by the Owner. Contractor shall, at the first opportunity, inspect all material and equipment delivered to the job site by others to be used or incorporated in the Work and give prompt notice of any defect therein. Contractor assumes full responsibility to protect the Work until final acceptance by the Owner. Contractor shall promptly repair or replace any Work damaged prior to final acceptance by the Owner, at no additional cost.

6. Independent Owner Status. Contractor is an independent contractor for all purposes. In conformity with the foregoing status of the parties, Contractor shall not hold itself out to be an employee or agent of the Owner or use the name of the Owner in its business in any way. All assistants and/or personnel supplied or used by Contractor shall be deemed employees or subcontractors of Contractor and will not be considered employees, agents, or subcontractors of the Owner for any purpose whatsoever. Contractor assumes full responsibility for the actions of all such assistants and/or personnel while performing services under this Agreement and for the payment of their compensation including, if applicable, withholding of income taxes, and the payment and withholding of FICA taxes, workers' compensation, union fringe benefit payments and unemployment compensation to the extent applicable to the personnel involved.

Construction Contract 002215‐1 Kirkwood School District KSD 2020 Door Replacement Projects

7. Contractor Qualifications to Perform the Work. Contractor represents that it is fully qualified to perform the Work and acknowledges that prior to the execution of the Agreement, it has, by its own independent investigation, ascertained and fully evaluated the work required by the Agreement, the conditions and difficulties involved in performing the Work including the availability of requisite skilled workmen, the nature, locality and site of the Work, and has reasonably verified all information furnished by the Owner or others satisfying itself as to the correctness of that information.

8. Workmanship. Every part of the Work shall be executed in accordance with the Contract Documents in a good and workmanlike manner. All materials used in the Work shall be furnished in sufficient quantities to facilitate the proper and expeditious execution of the work, and shall be new except such materials as may be expressly provided in the Contract Documents to be otherwise.

9. Contractor’s Personal Property. The Owner assumes no liability for any loss or damage to Contractor’s tools, equipment or labor, whether incorporated or not incorporated into the Work.

10. Contract Sum: The Owner shall pay the Contractor the Contract Sum for the Contractor's performance of the Contract. The Contract Sum shall be , subject to additions and deductions as provided by the Contract Documents.

11. Contract Time: The Contractor agrees to the following commencement and completion dates for the work, according to project specifications. The work, including punch list work, shall be completed by such date. Time is of the essence in the completion of the Work.

Start Date: March 10, 2020 Completion Date: July 31, 2020

12. Time: If the Contractor is delayed at any time in the progress of the Work by an act or neglect of the Owner, adverse weather conditions, governmental authorities or other causes beyond the Contractor's control, then the Contract Time shall be extended by Change Order for a reasonable time and the Contract Sum shall be adjusted to the extent reasonably necessary to compensate the Contractor for any increases in the cost of the Work caused by such delay.

13. Permits, Licenses and Inspections: The Contractor shall secure and pay for all permits, licenses, inspections and taxes necessary for proper execution of the Work as required by project specifications.

14. Changes in Work: If the Owner or Contractor requests a change in the Work, then the Contractor shall have the right to submit to the Owner a written change order request (a "COR"). Each COR shall set forth the Contractor's determination of the appropriate changes to: (a) the Work; (b) the Contract Sum; (c) the Contract Time; and (d) any other provisions of the Contract Documents. Each COR shall constitute an offer by the Contractor to amend the Contract Documents. If the Owner accepts such offer, then such offer and acceptance shall constitute a "Change Order” which shall operate to amend the Contract Documents. For all Work provided pursuant to a Change Order, Contractor shall be entitled to an amount as defined in the project manual. Used in the absence of a Change Order, the Owner may issue a Construction Change Directive, ordering changes in the Work that are within the general scope of the Contract. In such case, the Contract Sum and Contract Time shall be adjusted accordingly.

15. Payment: Payment by the Owner to the Contractor shall be based on the work completed and equipment and materials suitably stored on site for subsequent incorporation into the Work. Payment by Owner to Contractor shall be made according to the project manual, Application for Payment section or at completion of project.

Construction Contract 002215‐2 Kirkwood School District KSD 2020 Door Replacement Projects

16. Supervision and Construction Procedures: The Contractor shall supervise and direct the Work, using the Contractor's best skill and attention. Unless otherwise specified, the Contractor shall have control over construction means, methods, techniques, sequences and procedures, and for coordinating all portions of the Work. The Contractor shall be responsible for initiating, maintaining and supervising all safety precautions in connection with the performance of this Contract.

17. Subcontractors: The Contractor shall require each Subcontractor to be bound to the Contractor by the terms of these Contract Documents to the extent that the same may be applicable to each Subcontractor, and to assume toward the Contractor all the obligations, which the Contractor, by these Contract Documents, assumes toward the Owner. The Contractor shall require each Subcontractor to enter into similar agreements with any and all Sub-subcontractors. Contractor agrees to deliver to the Owner a complete list of names addresses and phone numbers of all subcontractors and vendors of goods with an aggregate value exceeding $500, and to update such list as necessary to keep it current, and further agrees that the Owner may contact any firm on that list to verify that payment has been made for any goods or services for which the Owner has made payment to Contractor.

18. Insurance: Before commencing the Work, Contractor shall purchase and maintain insurance for claims arising out of its operations under this Contract and the operations of any of its subcontractors or anyone for whose acts Contractor may be liable. The insurance policies shall contain a provision that they will not be canceled or allowed to expire until the Owner receives advanced notice of at least thirty days. In the event that Builder's Risk Insurance is provided by either Owner or Contractor, both shall waive all rights against each other and their agents for damages covered by the proceeds of such insurance, except such rights as they may have to the insurance proceeds. Contractor shall require similar waivers from its subcontractors. The insurance types and amounts required are defined in the project manual and specifications.

19. Bonds: Contractor shall obtain and execute a payment bond and a performance bond, each in an amount equal to one-hundred percent of the Contract Sum, if the Contract Sum is in excess of $50,000.

20. Stop Work: Contractor shall continue to perform the Work and maintain the schedule despite any unresolved disputes between Contractor and Owner, which are to be resolved pursuant to the Dispute Resolution clause herein. Under no circumstances shall Contractor stop the work for any reason, except upon failure by Owner to comply with the Payment provisions of this Contract.

21. Consequential Damages: Contractor waives all claims for consequential damages against Owner.

22. Warranty: Contractor warrants that all materials and equipment incorporated into the Project by Contractor shall be new unless otherwise specified and that all work under this Contract will be performed in a good and workmanlike manner, shall be of good quality, free from faults and defects, and in accordance with the Contract Documents. This warranty shall remain in effect for a period of one year from the date on which Contractor completes the Work.

23. Correction of Deficient Work. The Contractor is required to correct in a timely fashion any Work rejected by Owner for failing to comply with the Contract Documents. The Contractor shall correct at its own cost and time and bear the expense of additional services for any non-conforming Work for which it is responsible. Additionally, the Contractor shall be responsible to correct, repair or replace any portions of the Property damaged as a result of any defective or deficient work furnished by the Contractor.

24. Hazardous Materials. In the event Contractor encounters the existence of asbestos, asbestos containing material, formaldehyde, lead, fungus, mold, bacteria or the like, or potentially toxic or otherwise

Construction Contract 002215‐3 Kirkwood School District KSD 2020 Door Replacement Projects hazardous material ("Hazardous Material") in the performance of its Work, Contractor shall immediately stop work in the affected area and contact the Owner for further instruction. Contractor shall not disrupt, remove or in any way alter or dislodge any Hazardous Material. Contractor shall take no further action in the area where the Hazardous Material was found without specific written direction from the Owner. Contractor shall indemnify and hold the Owner harmless from and against any and all claims (including delay claims) and the costs of such claims, including attorneys' fees, damages for bodily injury and/or property damage which may arise as the direct result of the Contractor’s Work in or around Hazardous Material.

25. Indemnification: The Contractor shall indemnify, defend and hold harmless the Owner and its employees and agents from and against claims, damages, losses and expenses, including but not limited to attorneys' fees, arising out of or resulting from performance of the Work by Contractor, for claims, damages, liabilities, losses or expenses, including reasonable attorney’s fees and costs, attributable to bodily injury, sickness, disease or death, or to injury to tangible property other than the Work itself, to the extent caused by the negligent acts or omissions of the Contractor or any of its employees, agents or subcontractors. Contractor’s indemnity obligation shall not be limited in any way by any limitation of amount or type of damages, compensation or benefits payable by or for the Contractor under worker’s compensation acts, disability acts or other employee benefit acts. Contractor specifically waives any immunity provided against this indemnity by any workers’ compensation statute.

26. Termination: Contractor is deemed to be in Default of its obligations where Contractor fails to perform the work in accordance with the Contract Documents. Upon Default, Owner shall give Contractor written notice to cure the Default and Contractor must commence and satisfactorily continue to cure the Default within three days of receipt of such written notice. Failure by Contractor to do so shall constitute a material breach of this Contract and Owner shall have the right to terminate Contractor's right to perform work under this Contract. Contractor shall be liable to Owner for the difference, if any, between the Contract Sum and the actual cost to perform the Work.

27. Termination for Convenience. Notwithstanding any other provision of this Agreement, the Owner shall have the right, upon seven (7) days notice to the Contractor, to terminate this Agreement in its discretion for any or no reason. In the event that Owner elects to terminate pursuant to this provision, Contractor shall be entitled to recover from Owner payment for Work executed, for materials delivered to the project site, for costs and expenses incurred on the Project as of the date of termination.

28. Governing Law: The Contract shall be governed by the law of the State of Missouri.

29. Dispute Resolution: Owner and Contractor agree that any dispute arising out of the Project shall be arbitrated. The arbitration shall be administered by the American Arbitration Association ("AAA") in accordance with its Construction Industry Arbitration Rules in effect on the date of the Agreement. A demand for arbitration shall be made in writing. delivered to the other party, and filed with AAA. The award rendered by the arbitrator(s) shall be final, and judgment may be entered upon it in accordance with applicable law in any court having jurisdiction thereof. The arbitration shall take place in St. Louis County, Missouri unless otherwise mutually agreed.

30. Entire Agreement/Modification: This Contract represents the entire and integrated agreement between the parties. The Contract may be amended or modified only by a written modification.

22. Notices:

Construction Contract 002215‐4 Kirkwood School District KSD 2020 Door Replacement Projects

THIS CONTRACT CONTAINS A BINDING ARBITRATION PROVISION WHICH MAY BE ENFORCED BY THE PARTIES.

Signature of Kirkwood School District Date

Signature of Contractor Date

Printed Name of Contractor

K:\ATTY\JOE\Kirkwood\2019-01-16 Construction Contract.docx

Construction Contract 002215‐5 Kirkwood School District KSD 2020 Door Replacement Project

SECTION 004113 - BID FORM

Date Submitted:______

Deliver Bids To: Kirkwood School District, Director of Facilities 200 Thomas Avenue Kirkwood, MO 63122

Project Name: KSD 2020 Door Replacement Project

Bidders must complete all sections of the Bid Form. The Bidder that is the apparent low, responsive and responsible bidder shall be prepared to immediately meet with the Owner to execute the contract, provide payment and performance bonds, submit insurance certificates and receive a Notice to Proceed. The undersigned, having familiarized itself with the terms, conditions and requirements of said Bid Documents, hereby proposes to furnish any and all management, supervision, services, labor, equipment, materials, tools, clerical and administrative support, necessary to perform the services required in compliance with said terms, conditions and requirements, for the following consideration:

Instruction to bidders: Bids Due: FEBRUARY 28, 2020 at 1:00 PM CDT

Submit bids in a sealed envelope clearly labeled “KSD 2020 Door Replacement Project” For all bids equal to or greater than $5,000, bidders must include a bid bond or company check equivalent to five percent (5%) of the bid amount.

Bidder Acknowledges Receipt of Addendum (Initial by any/all received):

1. 2. 3. 4. 5.

Base Bid – Work Group #1: Replace doors and hardware at Kirkwood High School (KHS) and North Kirkwood Middle School (NKMS).

Bid Amount: $

Base Bid – Work Group #2: Replace doors and hardware at the Hough Building (HGH).

Bid Amount: $

The undersigned further agrees and understands that the Owner has the right to reject any and all bids, to waive technicalities or other requirements for its benefits, and to accept the bid that is genuine and is not made in the interest of or on behalf of any undisclosed person, firm, or corporation, and is not submitted in conformity with any agreement or rule of any group, association or corporation;

The bid is firm and cannot be withdrawn for a period of sixty (60) calendar days;

That there has been no attempt on its part to directly or indirectly induce or solicit any other vendor to submit a false or sham bid;

That there has been no attempt on its part to solicit or induce any person, firm, or corporation to refrain from submitting a bid;

And that it has not sought by collusion or otherwise to obtain for it any advantage over any other bidder or over the Owner.

In submitting this Bid the Bidder agrees:

A. To hold its bid open for sixty (60) calendar days after the bid date.

Bid Form – Stipulated Sum 004113-1 Kirkwood School District KSD 2020 Door Replacement Project

B. To accept the provisions of the Bid Documents.

C. To enter into and execute an Agreement in the form provided in the Bid Documents.

D. To provide its services in accord with the Contract Documents, including all submittals.

E. To complete its services within the time specified.

F. To comply with laws and regulations.

The Bidder certifies the following to induce the Owner to receive and consider its Bid:

A. Neither it nor its subcontractors and suppliers are currently debarred, suspended or otherwise ineligible for public work.

B. It has all current licenses to perform its work.

C. If it is a corporation, it is currently in good standing in its state of incorporation and is authorized to do business in the State of Missouri.

D. It has sufficient insurance coverage to satisfy the requirements in the Contract Documents.

E. To its best knowledge and belief, it will self perform % of the Work.

F. It has read, understands and will comply with the Project Special Requirements per paragraph 1.13 of Section 002113 - Instructions to Bidders and paragraph 1. 1 of Section 002214 - Special Conditions and can provide all required documents to the Kirkwood School District prior to starting work.

Signature

Print Name

Firm Name

Corporation Partnership Sole Proprietorship

Mailing Address

City, State, Zip

Telephone (including area code)

Email Address

Fax Number (including area code)

Date

END OF SECTION 004113

Bid Form – Stipulated Sum 004113-2 Kirkwood School District KSD 2020 Door Replacement Project

SECTION 011000 - SUMMARY OF THE WORK

PART 1 - GENERAL

1.1 DESCRIPTION

A. Work Included: 1. The “Project” of which the “Work” of this contract is a part, is titled “KSD 2020 Door Replacement Project.”

2. This Section is intended as a general outline of information for the Work required. It does not intend to cover all items of Work or suggest construction schedules.

1.2 SCOPE OF WORK

A. Documents:

1. The Drawings, as a totality, identify all locations of the Work; the Specifications identify the required quality of work in the Bid Packages. The Drawings and Specifications are complimentary and what is required by one shall be as binding as what is required by all.

2. This project requires the Contractor to replace existing doors, frames and hardware in various locations; furnish all materials, tools, equipment and labor necessary to remove the existing doors, frames and hardware (unless otherwise specified), prepare openings and install new doors, frames and hardware in accordance with the requirements, specifications and recommendations of this document and those of the manufacturer of the new doors, frames and hardware being installed.

3. The contractor shall also provide documentation to permitting entities and pay for and obtain permits and inspections as required.

END OF SECTION 011000

Summary of the Work 011000-1 Kirkwood School District KSD 2020 Door Replacement Project

SECTION 012600 – CONTRACT MODIFICATION PROCEDURES

PART 1 – GENERAL

1.1 SUMMARY

A. This section specifies administrative and procedural requirements for handling and processing Contract modifications.

B. Related sections include the drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 0 & 1 Specification Section, apply to this section.

1.2 PROPOSAL REQUESTS

A. Owner Initiated Proposal Request: Owner will issue a detailed description of proposed changes in the Work that may require adjustment to the Contract Sum or the Contract Time. If necessary, the description will include supplemental or revised Drawings and Specifications. 1. Within 7 days after receipt of Proposal Request, submit to Owner a quotation estimating cost adjustments to the Contract Sum and the Contract Time necessary to execute the change. a. Include a list of quantities of products and labor time required or eliminated and unit costs, with total amount of purchases and credits to be made. If requested, furnish data to substantiate quantities.

B. Contractor Initiated Proposal Request: If latent or changed conditions require modifications to the Contract, Contractor may initiate a claim by submitting a request for a change to Owner. 1. Include a statement outlining reasons for the change and the effect of the change on the Work. Provide a complete description of the proposed change. Indicate the effect of the proposed change on the Contract Sum and the Contract Time. 2. Include a list of quantities of products required or eliminated and unit costs, with total amount of purchases and credits to be made. If requested, furnish data to substantiate quantities.

1.3 CHANGE ORDER PROCEDURES

A. On Owner’s approval of a Work Changes Proposal Request, Owner will issue a Change Order for signatures of Owner and Contractor on AIA Document G701 or similar document.

1.4 CONSTRUCTION CHANGE DIRECTIVE

A. Construction Change Directive: Owner may issue a Construction Change Directive instructing Contractor to proceed with a change in the Work, for subsequent inclusion in a Change Order. 1. Construction Change Directive contains a complete description of change in the Work. It also designates method to be followed to determine change in the Contract Sum or the Contract Time.

B. Documentation: Maintain detailed records on a time and material basis or work required by the Construction Change Directive. 1. After completion of change, submit an itemized account and supporting data necessary to substantiate cost and time adjustments to the Contract.

Contract Modification Procedures 012600-1 Kirkwood School District KSD 2020 Door Replacement Project

PART 2 – PRODUCTS (Not Used)

PART 3 – EXECUTION (Not Used)

END OF SECTION 012600

Contract Modification Procedures 012600-2 Kirkwood School District KSD 2020 Door Replacement Project

SECTION 012900 – PAYMENT PROCEDURES

PART 1 – GENERAL

1.1 SUMMARY

A. Section includes administrative and procedural requirements necessary to prepare and process Applications for Payment.

B. See documents at the end of this section required to process payments.

1.2 SCHEDULE OF VALUES

A. Coordination: Coordinate preparation of the schedule of values with preparation of Contractor’s construction schedule. 1. The Contractor shall be required to prepare and submit a detailed Schedule of Values. The Contractor shall consult with the Project Manager for showing value correlations as required for Kirkwood School District accounting methods. 2. Submit the Schedule of Values to Owner at earliest possible date but no later than submittal of initial Applications for Payment.

B. Format and Content: Use the Project manual “Table of Contents” as a guide to establish line items for the schedule of values. Provide at least one line item for each Specification section. 1. Submit draft of AIA Document G703 Continuation Sheet. 2. Provide a breakdown of the Contract Sum in enough detail to facilitate continued evaluation of Applications for Payment and progress reports. 3. Round amounts to nearest whole dollar; total shall equal the Contract Sum. 4. Each item in the schedule of values and Applications for Payment shall be complete. Include total cost and proportionate share of general overhead and profit for each item.

1.3 APPLICATIONS FOR PAYMENT

A. Each Application for Payment shall be consistent with previous applications and payments as certified by Owner and paid for by Owner.

B. Payment Application Times: The period covered by each Application for Payment is one month, ending at time indicated in Agreement.

C. Application for Payment Forms: Use AIA Document G702 and AIA Document G703 Continuation Sheets as form for Application for Payment.

D. Application Preparation: Complete every entry on form. Notarize and execute by a person authorized to sign legal documents on behalf of Contractor. Owner will return incomplete applications without actions. 1. Include amounts of Change Orders and Construction Change Directives issued before last day of construction period covered by application.

E. Supplemental Information Requirements: The following documents shall be required to accompany the Application for Payment at the time of submission: 1. Waivers of Mechanic’s Lien: Contractor shall submit waivers of mechanic’s lien from entities lawfully entitled to file a mechanic’s lien arising out of the Contract and relating to the Work covered by the payment. Submit partial waivers on each item for amount requested in previous application. Upon completion of an item, submit unconditional final or full waivers.

Payment Procedures 012900-1 Kirkwood School District KSD 2020 Door Replacement Project

2. Conditional/unconditional Lien Waivers: Submit a conditional lien waiver to match the amount requested on the Application for Payment. Upon receipt of payment, Contractor shall submit an unconditional lien waiver to Owner. 3. Certified Payroll: Submit Certified Payroll documentation in compliance with the State of Missouri Prevailing Wage laws (reference Section 002114).

F. Final Payment Application: Submit final Application for Payment with releases and supporting documentation not previously submitted and accepted, including, but not limited to, the following: 1. Evidence of completion of Project closeout requirements. 2. Updated final statement, accounting for final changes to the Contract Sum. 3. Affidavit of Compliance that Contractor has complied with Missouri’s Prevailing Wage law. 4. AIA Document G707, “Consent of Surety to Final payment.” 5. Evidence that claims have been settled. 6. Evidence that all permits have been finalized.

PART 2 – PRODUCTS (Not Used)

PART 3 – EXECUTION (Not Used)

END OF SECTION 012900

Payment Procedures 012900-2 Kirkwood School District KSD 2020 Door Replacement Project

CONTRACTOR FINAL RECEIPT AFFIDAVIT AND CLAIM/LIEN WAIVER

Received of Kirkwood School District the sum of $______which is the full balance due the undersigned ______, a contractor on the Kirkwood School District project for “KSD 2020 Door Replacement Project” under contract dated ______.

The undersigned, on oath, states that the balance claimed of $______is due for work, labor, materials, services and miscellaneous items furnished to the said Project and that no additional sum is due the undersigned respecting said Project.

The undersigned, on oath, states that all persons and firms who provided work, labor, materials, services and miscellaneous items to the undersigned in connection with said Project have been fully paid.

In consideration of the payment herewith made the undersigned does fully and finally release and forever discharge any and all claims arising out of said Contract and the Project, including but not limited to claims respecting mechanics’ liens.

It is understood that this affidavit is submitted to induce payment of the above sum and for use by Kirkwood School District to satisfy itself that all liens and claims relating to the services and materials furnished by the undersigned have been paid. By: ______

STATE OF: ______} } SS CITY OF: ______}

On this day ______day of ______, 20______, before me appeared ______to me personally known, who, being ______, a Corporation of the State of ______, and the foregoing instrument was signed on behalf of said corporation, by proper authority from its Board of Directors; and said ______acknowledged said instrument to be the free act and deed of said corporation.

IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my official seal in the ______and State aforesaid, the day and year first above written. ______NOTARY PUBLIC My term expires: ______

Payment Procedures 012900-3 Kirkwood School District KSD 2020 Door Replacement Project

SECTION 081100 - STEEL DOORS AND FRAMES

PART 1 - GENERAL

1.1 SECTION INCLUDES

A. Steel doors.

B. Steel frames.

C. Steel sidelights and borrowed lights.

1.2 RELATED SECTIONS

A. Section 08210 - Wood Doors.

B. Section 08710 - Door Hardware.

C. Section 08800 - Glazing.

1.3 REFERENCES

A. The following design criteria shall be adhered to for all components of this project: 1. ANSI A250.6 - Hardware on Standard Steel Doors (Reinforcement - Application). 2. ANSI A250.8 - Recommended Specifications for Standard Steel Doors & Frames; Steel Door Institute. 3. ANSI A250.10 - Test Procedure and Acceptance Criteria for Prime Painted Steel Surfaces for Steel Doors and Frames. 4. ANSI A250.11 - Recommended Erection Instructions for Steel Frames; 2001 (until publication use SDI 105). 5. SDI 111 - Recommended Standard Details for Steel Doors & Frames. 6. SDI 122 - Installation and Troubleshooting Guide for Standard Steel Doors and Frames. 7. DHI 115.1G - Installation Guide for Doors and Hardware. 8. ASTM A 366/A 366M - Standard Specification for Steel, Sheet, Carbon, Cold-Rolled, Commercial Quality. 9. ASTM A 568/A 568M - Standard Specification for Steel, Sheet, Carbon, and High-Strength, Low-Alloy, Hot-Rolled and Cold-Rolled, General Requirements For. 10. ASTM A 569/A 569M - Standard Specification for Steel, Carbon (0.15 Maximum, Percent), Hot-Rolled Sheet and Strip Commercial Quality. 11. ASTM A 620/A 620M - Standard Specification for Drawing Steel (DS), Sheet, Carbon, Cold-Rolled. 12. ASTM A 653/A 653M - Standard Specification for Steel Sheet, Zinc-Coated (Galvanized) or Zinc-Iron Alloy-Coated (Galvannealed) by the Hot-Dip Process. 13. ASTM A 924/A 924M - Standard Specification for General Requirements for Sheet Steel, Metallic-Coated by the Hot-Dip Process. 14. NFPA 80 - Standard for Fire Doors and Windows.

1.4 SUBMITTALS

A. Product Data: Provide manufacturer's standard details and catalog data demonstrating compliance with referenced standards. Provide installation instructions.

B. Certificates: 1. Provide manufacturer's certification that products comply with referenced standards. 2. Provide evidence of manufacturer's membership in the Steel Door Institute.

Steel Doors & Frames 081100-1 Kirkwood School District KSD 2020 Door Replacement Project

C. Samples: Submit for approval the following: 1. 6 x 6 inch samples of each color of factory finish specified.

1.5 QUALITY ASSURANCE

A. Manufacturer Qualifications: Provide all products from a single manufacturer who is a member of the Steel Door Institute. 1. Meet or exceed all standards as noted in REFERENCES, above.

B. Fire-rated Assemblies: Manufactured in accordance with the following standards and bearing label. 1. Underwriters Laboratories Inc. (UL label). 2. Intertek Testing Services (ITS label). 3 Factory Mutual (FM label).

C. Manufacture products only after receipt of approved hardware schedule and templates.

1.6 DELIVERY, STORAGE, AND HANDLING

A. Upon delivery, inspect all materials for damage; notify shipper and supplier if damage is found.

B. Protect products from moisture, construction traffic, and damage. 1. Store vertically under cover. 2. Place units on 4-inch (102 mm) high wood sills or in a manner that will prevent rust or damage. 3. Do not use non-vented plastic or canvas shelters. 4. Should wrappers become wet, remove immediately. 5. Provide 1/4-inch (6 mm) space between doors to promote air circulation.

PART 2 - PRODUCTS

2.1 MANUFACTURERS

A. Acceptable Manufacturers: 1. Amweld Building Products, Inc. 2. Benchmark Commercial Doors. 3. Ceco Door Products. 4. Curries Company. 5. Deansteel Manufacturing Co. 6. The Kewanee Corporation. 7. Mesker Door, Inc. 8. Pioneer Industries, Inc. 9. Republic Builders Products. 10. Security Metal Products Corp. 11. Steelcraft.

2.2 MATERIALS

A. Steel Sheet for Doors, Frames, Anchors, and Accessories: 1. Cold rolled steel: ASTM A 366 or ASTM A 620 and A 568. 2. Hot rolled, pickled, and oiled steel: ASTM A 569 and A 568. 3. Hot dipped zinc coated steel: ASTM A 924 and A 653, Class A40 for alloyed coatings.

Steel Doors & Frames 081100-2 Kirkwood School District KSD 2020 Door Replacement Project

2.3 MANUFACTURED UNITS

A. Comply with ANSI A250.8.

B. Fire-rated openings: Comply with NFPA 80. 1. Affix permanent labels attesting to fire resistance. 2. At stairway enclosures, provide units listed for 450 degree F maximum temperature rise rating for 30 minutes of exposure. 3. Provide manufacturer's certificate that oversized openings have been constructed in accordance with all other applicable requirements for labeled door construction.

C. Provide glazing stops and beads where glazed lights are indicated.

2.4 DOORS

A. Construct/provide doors in accordance with ANSI A250.8 section 1.4, Level 2 and physical performance Level B (Heavy Duty 1 ¾”), and Table 2—Steel Thickness/door faces:

B. End Closures: Close top and bottom of doors with minimum 18 gage end closures or channel. 1. Type: Flush.

C. Cores: Per ANSI A250.8, Section 2.3.2.

D. Door Edge Design: Per ANSI A250.8, Section 2.3.1.3.

E. Minimum Hardware Reinforcing Gages: Per ANSI A250.8, Table 4.

F. Label Requirements, Steel Astragals, Louvers, Vision Lites: Per ANSI A250.8, Section 2, Product.

2.5 FRAMES

A. Construct/provide interior door frames in accordance with ANCI A250.8 section 2.4, Level 2, and Table 3—Steel thickness/frames:

B. Exterior Frames: (none included in this project)

C. Provide face welded type frames unless otherwise indicated.

D. For other than drywall slip-on type frames, provide minimum of three anchors per jamb suitable for adjoining wall construction; anchors minimum 18-gage steel or 7-gage diameter wire. 1. Provide additional anchor for frames over 7 feet 6 inches (2,286 mm).

E. Provide minimum 18 gage base anchors for other than slip-on drywall type frames. 1. Additional jamb anchors at existing masonry wall conditions that do not allow for the use of floor anchors.

F. Fully prepare frames for mortise template hardware and reinforce frames for surface mounted hardware; drilling and/or tapping by other trades. 1. Minimum hardware reinforcing gages: Comply with Table 4 of ANSI A250.8.

2.6 FINISHES

A. Prime: Thoroughly clean doors and frames and chemically treat to ensure maximum paint adhesion. Factory apply coat of rust inhibiting primer, either air-dried or baked-on, to door and frame surfaces exposed to view.

Steel Doors & Frames 081100-3 Kirkwood School District KSD 2020 Door Replacement Project

B. Finish: Meet acceptance requirements stated in ANSI A250.10.

2.7 DESIGN CLEARANCES

A. Unless noted otherwise, clearances are subject to tolerance of plus or minus 1/32 inch (0.8 mm).

B. Clearance between Door and Frame Head and Jambs: 1/8 inch (3 mm).

C. Clearance between Meeting Edges of Pairs of Fire-Rated Doors: 1/8 inch (3 mm) plus or minus 1/16 inch (1.6 mm).

D. Clearance between Meeting Edges of Non-Rated Pairs of Doors: 1/8 inch (3 mm) to 1/4 inch (6 mm).

E. Clearance at Bottom: 3/4 inch (19 mm).

F. Clearance between Door Face and Door Stop: 1/16 inch (1.6 mm) to 1/8 inch (3 mm).

PART 3 - EXECUTION

3.1 EXAMINATION

A. Verify that project conditions are suitable before beginning installation of frames. 1. Verify that completed openings to receive knock-down wrap-around frames are of correct size and thickness. 2. Verify that completed concrete or masonry openings to receive butt type frames are of correct size.

B. Correct unsatisfactory condition before proceeding with installation.

3.2 INSTALLATION

A. Install frames plumb, level, rigid, and in true alignment as recommended in ANSI A250.11 and DHI A115.1G.

B. Fill welded wrap-around frames in masonry construction with grout as masonry is laid-up. Brace or fasten frame in such a way to prevent pressure of the grout from deforming frame. 1. Mix grout to provide 4 inch (102 mm) maximum consistency and hand trowel into place. 2. Do not use grout mixed to thin "pumpable" consistency.

C. Fill welded wrap-around frames in plaster construction with plaster as work progresses.

D. If additives are used in masonry or plaster work during cold weather, field coat the inside of steel frames with a bituminous compound to prevent corrosion.

C. Install doors plumb and in true alignment and fasten to achieve the maximum operational effectiveness and appearance of the unit. Maintain clearances specified. Shim as indicated in DHI A115.1G and SDI 122.

D. Install hardware in accordance with hardware manufacturer's recommendations and templates. Consult DHI A115.1G and ANSI A250.6 as necessary.

Steel Doors & Frames 081100-4 Kirkwood School District KSD 2020 Door Replacement Project

3.3 ADJUST AND CLEAN

A. Adjust doors for proper operation, free from binding or other defects.

B. Clean and restore soiled surfaces. Remove scraps and debris, and leave site and a clean condition.

END OF SECTION 08110

Steel Doors & Frames 081100-5 Kirkwood School District KSD 2020 Door Replacement Project

SECTION 08210 - FLUSH WOOD DOORS

PART 1 - GENERAL

1.1 SECTION INCLUDES

A. Flush Doors

B. Factory Glazing

C. Transoms non-rated and fire-rated

D. Applied moldings

1.2 RELATED SECTIONS

A. Section 08100 - Metal doors and frames

B. Section 08210 - Stile and rail wood doors

C. Section 08700 - Finish hardware

1.3 REFERENCES AND REGULATORY REQUIREMENTS

A. ASTM E152 - Methods of Fire Tests and Door Assemblies.

B. NFPA 252 - Standard Methods for Fire Assemblies.

C. UL 10 (b) - Fire Tests for Door Assemblies - Neutral Pressure

D. NFPA 80 - Fire Doors and Windows.

E. Quality Standards: 1. WDMA Industry Standard I.S. 1-A-97 – Window and Door Manufacturers Association (WDMA) 2. AWI Quality Standards 7th Edition, Version 1.0 1997 3. WIC Manual of Millwork, 9th Edition, 1998 4. ANSI A115. W Series, Wood Door Hardware Standards. (American National Standard Institute) F. Labeling Agencies 1. Underwriters Laboratories, Inc. (UL) (Neutral pressure only)

1.4 SUBMITTALS

A. Shop drawings: Illustrate door opening criteria, elevations, sizes, types, swings, undercuts, special beveling, blocking for hardware in mineral core doors, identify cutouts.

B. Indicate compliance with positive pressure.

C. Product Data: Indicate door core materials, thickness, construction, veneer species (veneer color selection required in Ash, Birch and Maple). See WDMA “A Specifier’s Guide to Door Face Veneers” for cut and matching requirements, factory machining and factory finishing criteria.

D. Construction samples: Submit one or more of manufacturer’s standard samples demonstrating door construction.

Flush Wood Doors 082100 - 1 Kirkwood School District KSD 2020 Door Replacement Project

E. Finish samples: A set of 3 illustrating the range of color and grain of the specified door face materials.

F. Manufacturer’s full lifetime warranty

1.5 QUALITY ASSURANCE

A. Meet or exceed WDMA I.S.1-A Premium Grade, AWI Version 7 Custom Grade and / or WIC Custom Grade.

B. Labeled Doors: Listed and conform to the requirements of: 1. Underwriters Laboratories (UL).

1.6 DELIVERY STORAGE AND HANDLING AND SITE CONDITIONS

A. Deliver, store, protect and handle products under provisions of WDMA, AWI, WIC and manufacturer’s care and handling instructions.

B. Accept doors on site in manufacturer’s standard packaging. Inspect for damage. Do not store in damp or wet areas. HVAC systems should be operating and balanced prior to arrival of doors. Acceptable humidity shall be no less than 25% nor greater than 55%.

C. Certain wood species are light sensitive. Protect doors from exposure to natural and artificial light after delivery.

1.7 COORDINATION

A. Coordinate work under provisions of Section 01620.

B. Coordinate the work with door opening construction, door frame and door hardware installation with a pre-installation conference.

1.8 WARRANTY

A. Provide manufacturer's warranty to the following term: 1. Interior Solid Core Doors: "Full Life of Original Installation" including rehang and refinish if door(s) do not comply with warranty tolerance standards. 2. Include coverage for delamination, warping, bow, cup and telegraphing of core construction beyond warranty tolerances.

PART 2 PRODUCTS

2.1 MANUFACTURER

A. Marshfield DoorSystems, Inc., Marshfield Signature Series™ quality as defined in this section. Other acceptable manufacturers (with Owner’s prior approval): 1. Graham Wood Doors (specifications must equal or exceed specified Marshfield doors). 2. Oshkosh Door Company (specifications must equal or exceed specified Marshfield doors).

B. Substitutions allowed only if approved by the Owner architect prior to bid date.

2.2 MATERIALS

Flush Wood Doors 082100 - 2 Kirkwood School District KSD 2020 Door Replacement Project

A. Workmanship 1. Comply with WDMA/AWI/WIC workmanship for veneer faces, vertical edges, crossbands, horizontal edges and dimensional tolerances.

B. Door Construction Grade 1. Except as may be otherwise shown on the drawings fabricate the work of this section to WDMA “Premium Grade” / AWI “Custom Grade” and WIC “Custom Grade”.

C. Wood Door Facing 1. Wood Veneer (5-Ply): (Choose from the selection of grade, species, cuts and color as detailed by WDMA G-6 through G-11 or AWI Section 200 Hardwood Veneer Face Summary. Note: unless otherwise noted Birch, Ash and Maple will be supplied as Natural). 2. Plastic Laminate: (Select manufacturer, thickness, pattern, color and finish). a. Laminate to be selected from WilsonArt International standard colors and patterns. 3. MDO (Medium Density Overlay for paint).

D. Veneer Matching 1. Book Match, Slip Match (Choose one, See WDMA G-7 / AWI Section 1300 G12).

E. Assembly of Spliced Veneers 1. Running book match (standard unless otherwise noted), Balance match, Center balance match. (Choose one, See WDMA G-8 / AWI Section 1300 G 13).

F. Doors in Pairs or Sets 1. Specify per project requirements. (See WDMA G-9 / AWI Section 1300 G14). Door schedule shall reflect pairs and sets by door numbers, including doors separated by a mullion.

G. Doors with Transoms 1. Continuous Match (standard unless otherwise noted), End Match. (Choose one, See WDMA G-10 / AWI Section 1300 G15).

H. Glazing of Flush Wood Doors 1. Glazing shall be by the wood door manufacturer a. Glass as selected by architect b. Logo glass as selected by architect c. Pattern glass as selected by architect d. Artistic Expressions glass, or comparable, as selected by the architect

2.3 FABRICATION

A. Door and Transom Panel Core Construction 1. Non-rated Marshfield Signature Series™: ANSI A208; (Select 1). a. 1-LD-2 Particleboard, DPC-1; [or] b. Structural Composite Lumber; DCL-1 [or] c. Kiln Dried Staves with one species per core; DSC-1 d. Workable Surfaces™ - surface (dry erase, select from 24ga. steel over hardboard or enameled high-pressure laminate over hardboard), cork (select buff, fawn or green or mirror) is constructed as an integrated part of the door and factory installed. e. Variable Privacy™ - factory install venetian blind into the door. Blind is encapsulated between two panes of glass. f. 20-minute fire-rated Marshfield Signature Series™: ANSI A208. 1-LD-2,

Flush Wood Doors 082100 - 3 Kirkwood School District KSD 2020 Door Replacement Project

Particleboard; DFP-20 [or] g. Structural Composite Lumber; DCL-20 [or] h. Kiln Dried Staves with one species per core; DFS-20 [or] 2. 45, 60 or 90 minute mineral core fire-rated Marshfield Signature Series™: a. Fire Rated Mineral Core; DFM-45, -60, -90 3. Marshfield Signature Series™ Acoustic: Sound Retardant construction (Non- rated or 20-minute rated DSR-41, Non-rated, 20 – 45 minute rated DSR-44, DSR-45, DSR-46 or DSR-47) 4. Marshfield Signature Series™ 5. Bond stiles and rails to core, abrasive sand core assembly to achieve uniform thickness.

B. Vertical Edges (Stiles) 1. Non-rated and 20-minute rated a. Edges to match face veneer. (May include veneer banding with structural composite lumber backers or innerplies). 2. 20-minute rated pairs (No metal edges or astragal required). a. Treated edges on meeting stiles to match face veneer. (May include veneer banding with structural composite lumber backers or innerplies). 3. Mineral Core a. Mineral core door stiles to be veneer banded to match face veneer over manufacturer’s edge for improved screw holding. (Neutral Pressure) 4. Plastic laminate: a. Same as door facing, applied after face

C. Horizontal Edges (Rails) 1. Manufacturer’s standard. (No MDF top and bottom rails permitted)

D. Adhesives 1. Face Adhesive: Type 1.

E. Innerblocking for Mineral Core Fire Doors 1. Supply innerblocking for all surface applied hardware - Through bolts not accepted.

F. Machining 1. Factory fit and machine doors for frame and finish hardware in accordance with hardware and NFPA 80 requirements and dimensions. Do not machine for surface hardware. Apply appropriate fire labels.

G. Dutch Doors Type (Owner to choose one) 1. One-side shelf. 2. Two-side shelf. 3. 20-minute shelf. 4. No shelf. 5. Rabbeted meeting rails.

2.4 ACCESSORIES

A. Louvers 1. Wood louvers as detailed on the elevations. 2. Louvers to be furnished by the door manufacturer. Metal Louvers: Specified in Section 10255.

B. Glazing Stops 1. Non-Rated:

Flush Wood Doors 082100 - 4 Kirkwood School District KSD 2020 Door Replacement Project

a. Wood, of the same species/compatible with door species. 2. Fire-Rated: a. Metal Vision Frames. b. Verify compatibility of glazing system with positive pressure requirements.

C. Glass and Glazing in Wood Doors 1. Glass and glazing provided by the wood door manufacturer.

D. Meeting Edges for Pairs of Fire Rated Doors 1. Metal edges (or) 2. Manufacture doors whereby the opening will not require either an overlapping metal edge and astragal or metal meeting edges. (Special hardware requirements apply). 3. For neutral Pressure 20 minute doors only – treated stiles at meeting edge.

E. Applied Moldings 1. As selected from manufacturer’s standard profiles and install as detailed. 2. Applied moldings to be affixed to the door without the use of nails or staples. No visible fasteners are permitted.

2.5 FACTORY FINISH

A. Factory finish doors in accordance with WDMA G-17 Finish System Description or AWI Division 1500–S-4 – 1. Finish System Standards. Factory finish to be water based stain and ultraviolet (UV) cured polyurethane to comply with EPA Title 5 guidelines for Volatile Organic Compound (VOC) emissions limitations. 2. Finish must meet or exceed performance standards of TR-6 catalyzed polyurethane. 3. Color shall be Marshfield Door Systems Enviroclad UV™ Graffiti Resistant Designer Color (To be selected by Owner).

B. Factory finish with Graffiti Resistant Custom color in accordance with approved sample.

C. For standing and running trim use Pittsburgh Paint stain formulated to match Marshfield Door Systems Enviroclad UV™ Designer color.

D. Factory finished doors to be installed just prior to substantial completion.

PART 3 - EXECUTION

3.1 EXAMINATION

A. Verify that opening sizes and tolerances are acceptable and ready to receive this work.

B. Do not install doors in frame openings that are not plumb or are out of tolerance for size or alignment.

3.2 INSTALLATION

A. Install fire-rated and non-rated doors in accordance with NFPA 80, manufacturers’ instructions and to ITS-WH/UL requirements.

B. Trim non-rated door width by cutting equally on both jamb edges.

Flush Wood Doors 082100 - 5 Kirkwood School District KSD 2020 Door Replacement Project

C. Trim door height by cutting bottom edges to a maximum 3/4 inch (19-mm).

D. Trim fire door height at bottom edge only, in accordance with fire rating requirements.

F. Pilot drill screw and bolt holes using templates provided by hardware manufacturer. [Use threaded through bolts for half surface hinges].

H. Coordinate installation of doors with installation of frames and hardware

I. Manufacturer shall install glass in wood doors.

J. Install door louvers and light kits plumb and level.

K. Reseal or refinish any doors that required site alteration.

3.3 WARRANTY TOLERANCES

A. Conform to WDMA standards and testing methods for warp, cup, bow and telegraphing.

3.4 ADJUSTING

A. Adjust doors for smooth and balanced door movement.

END OF SECTION 08210

Flush Wood Doors 082100 - 6 Kirkwood School District KSD 2020 Door Replacement Project

SECTION 084100 - MONUMENTAL STILE AND RAIL DOORS

PART 1: GENERAL

1.1 SECTION INCLUDES

A. Monumental aluminum stile and rail doors.

1.2 RELATED SECTIONS

A. Section 087100 - Door Hardware and Accessories

B. Glazing.

1.3 REFERENCES

A. ASTM B 209 - Aluminum and Aluminum-Alloy Sheet and Plate.

B. ASTM B 221 - Aluminum-Alloy Extruded Bars, Rods, Wire, Profiles, and Tubes.

C. ASTM D 6670-01 - Standard Practice for Full-Scale Chamber Determination of Volatile Organic Emissions from Indoor Materials/Products.

D. ASTM E 84 - Surface Burning Characteristics of Building Materials.

E. ASTM E 283 - Determining the Rate of Air Leakage Through Exterior Windows, Curtain Walls, and Doors Under Specified Pressure Differences Across the Specimen.

F. ASTM E 330 - Structural Performance of Exterior Windows, Curtain Walls, and Doors by Uniform Static Air Pressure Difference.

G. ASTM E 331 - Test Method for Water Penetration of Exterior Windows, Curtain Walls and Doors by Uniform Static Air Pressure Difference.

H. ASTM E 1886 - Standard Test Method for Performance of Exterior Windows, Curtain Walls, Doors, and Storm Shutters Impacted by Missile(s) and Exposed to Cyclic Pressure Differentials.

1.4 PERFORMANCE REQUIREMENTS

A. General: Provide door assemblies that have been designed and fabricated to comply with specified performance requirements, as demonstrated by testing manufacturer’s corresponding standard systems.

B. Air Infiltration: For a single door, test specimen shall be tested in accordance with ASTM E 283 at a pressure differential of 6.24 psf. Door shall not exceed 0.01 cfm per square foot.

C. Uniform Structural Load: For a single door, test specimen shall be tested in accordance with ASTM E 330. Plus or minus 67.5 pounds per square foot.

D. Water Resistance: For a single door, test specimen shall be tested in accordance with ASTM E 331 at a pressure differential of 3.75 psf. No leakage.

E. Large Missile Impact: Single impact. Pass.

F. Indoor air quality testing per ASTM D 6670-01: GREENGUARD Environmental Institute Certified including GREENGUARD for Children and Schools Certification.

Monumental Stile and Rail Doors 084100-1 Kirkwood School District KSD 2020 Door Replacement Project

1.5 SUBMITTALS

A. Product Data: Submit manufacturer's product data, including description of materials, components, fabrication, finishes, and installation.

B. Shop Drawings: Submit manufacturer's shop drawings, including elevations, sections, and details, indicating dimensions, tolerances, materials, fabrication, doors, panels, framing, hardware schedule, glazing, and finish.

C. Samples: 1. Doors: Submit manufacturer's sample of doors showing stiles, rails, framing, hardware, glazing, and finish. 2. Color: Submit manufacturer's samples of standard colors of doors and frames.

D. Manufacturer's Project References: Submit list of successfully completed projects including project name and location, name of architect, and type and quantity of doors manufactured.

E. Maintenance Manual: Submit manufacturer's maintenance and cleaning instructions for doors, including maintenance and operating instructions for hardware.

F. Warranty: Submit manufacturer's standard warranty.

1.6 QUALITY ASSURANCE

A. Manufacturer's Qualifications: 1. Continuously engaged in manufacturing of doors of similar type to that specified, with a minimum of 25 years successful experience. 2. Door and frame components from same manufacturer. 3. Evidence of a compliant documented quality management system.

1.7 DELIVERY, STORAGE, AND HANDLING

A. Delivery: Deliver materials to site in manufacturer's original, unopened containers and packaging, with labels clearly identifying opening door mark and manufacturer.

B. Storage: Store materials in clean, dry area indoors in accordance with manufacturer's instructions.

C. Handling: Protect materials and finish from damage during handling and installation.

1.8 WARRANTY

A. Warrant doors, frames, and factory hardware against failure in materials and workmanship, including excessive deflection, faulty operation, defects in hardware installation, and deterioration of finish or construction in excess of normal weathering.

B. Warranty Period: Ten years starting on date of shipment.

PART 2 - PRODUCTS

2.1 MANUFACTURER

A. Special-Lite, Inc., PO Box 6, Decatur, Michigan 49045. Toll Free (800) 821-6531. Phone (269) 423-7068. Fax (800) 423-7610. Web Site www.special-lite.com. E-Mail [email protected].

Monumental Stile and Rail Doors 084100-2 Kirkwood School District KSD 2020 Door Replacement Project

2.2 MONUMENTAL STILE AND RAIL DOORS

A. Model: SL-15 wide stile monumental aluminum stile and rail doors.

B. Door Opening Size: To be measured and determined by installing contractor.

C. Door Thickness: 1-3/4 inches.

D. Stiles and Rails: 1. Material: Aluminum Alloy 6063-T5 tubular extrusions, 0.125-inch minimum wall thickness, 1-piece. 2. Stile Width: 4-1/2 inches. 3. Rail Width: a. Top: 6-1/2 inches. b. Mid: 6 1/2 inches. c. Bottom: 10 inches.

E. Corners: 1. True mortise and tenon joints. 2. Full-width 3/8-inch diameter galvanized steel tie rods secured with locking hex nuts.

F. Welding of Joints: Not permitted.

G. Mid Panel: None

2.3 MATERIALS

A. Aluminum Members: 1. Extrusions: ASTM B 221. 2. Sheet and Plate: ASTM B 209. 3. Wall Thickness: 0.125 inch. 4. Alloy and Temper: As required by manufacturer for strength, corrosion resistance, application of required finish, and control of color.

B. Fasteners: 1. Material: Aluminum, 18-8 stainless steel, or other noncorrosive metal. 2. Compatibility: Compatible with items to be fastened. 3. Exposed Fasteners: Oval Phillips head screws with finish matching items to be fastened.

2.4 FABRICATION

A. Sizes and Profiles: Required sizes for door and frame units and profile requirements shall be as indicated on the Drawings.

B. Coordination of Fabrication: Field measure before fabrication and show recorded measurements on shop drawings.

C. Assembly: 1. Complete cutting, fitting, forming, drilling, and grinding of metal before assembly. 2. Remove burrs from cut edges.

D. Welding: Welding of doors or frames is not acceptable.

E. Fit: 1. Maintain continuity of line and accurate relation of planes and angles. 2. Secure attachments and support at mechanical joints with hairline fit at contacting

Monumental Stile and Rail Doors 084100-3 Kirkwood School District KSD 2020 Door Replacement Project

members.

2.5 ARCHITECTURAL PANELS

A. Model: SL-36 Aluminum Architectural Panels. 1. Size: As measured by installing contractor. 2. Thickness: 1 inch. 3. Finish: To match doors and frame. 4. Texture: Smooth. 5. Insulated Panels: a. Core: Foam polyurethane, minimum 5 pounds per cubic foot density. b. Face Sheets: 0.062-inch thick aluminum. c. Rigid Backing: 1/8-inch thick hardboard.

2.6 ALUMINUM DOOR FRAMING SYSTEMS

A. Tubular Framing: 1. Size and Type: As indicated on the Drawings. 2. Materials: Aluminum Alloy 6063-T5, 0.125-inch minimum wall thickness. 3. Applied Door Stops: 0.625-inch high, with screws and weatherstripping. Door stop shall incorporate pressure gasketing for weathering seal. Counterpunch fastener holes in door stop to preserve full metal thickness under fastener head. 4. Frame Members: Box type with 4 enclosed sides. Open-back framing is not acceptable. 5. Caulking: Caulk joints before assembling frame members. 6. Joints: a. Secure joints with fasteners. b. Provide hairline butt joint appearance. 7. Field Fabrication: Field fabrication of framing using stick material is not acceptable. 8. Applied Stops: For side, transom, and borrowed lites and panels. Applied stops shall incorporate pressure gasketing for weathering seal. Reinforce with solid bar stock fill for frame hardware attachments. 9. Hardware: a. Premachine and reinforce frame members for hardware in accordance with manufacturer's standards and hardware schedule. b. Factory install hardware. 10. Anchors: a. Anchors appropriate for wall conditions to anchor framing to wall materials. b. Door jamb and header mounting holes shall be spaced no more than 24 inches apart. c. Secure head and sill members of transom, side lites, and similar conditions. 11. Side Lites: a. Factory preassemble side lites to greatest extent possible. b. Mark frame assemblies according to location.

B. Frame Capping: 1. Model: SL-70. 2. Extruded Capping: With insert frame as indicated on the Drawings. 3. Finish: Match framing.

2.7 HARDWARE

A. Premachine doors in accordance with templates from specified hardware manufacturers and hardware schedule.

B. Factory install hardware.

Monumental Stile and Rail Doors 084100-4 Kirkwood School District KSD 2020 Door Replacement Project

C. Hardware Schedule: As follows. 1. Hinges: SL-11HD continuous hinges. 2. Locking Hardware: Schalge ND Series, ND66PD, 626 finish: a. Small format interchangeable core (less cores).

D. Finish: Clear

2.8 GLAZING

A. Factory Glazing: 1-inch glass insulating units.

B. Design glazing system for replacement of glass.

C. Manufacturer’s standard flush glazing system of recessed channels and captive glazing gaskets or applied stops as indicated on the Drawings.

D. Allow for thermal expansion on exterior units.

2.9 ALUMINUM FINISHES

A. Anodized Finish: Class I finish, 0.7 mils thick. 1. Clear 215 R1, AA-M10C12C22A41.

PART 3 - EXECUTION

3.1 EXAMINATION

A. Examine areas to receive doors. Notify Architect of conditions that would adversely affect installation or subsequent use. Do not proceed with installation until unsatisfactory conditions are corrected.

3.2 PREPARATION

A. Ensure openings to receive frames are plumb, level, square, and in tolerance.

3.3 INSTALLATION

A. Install doors in accordance with manufacturer's instructions.

B. Install doors plumb, level, square, true to line, and without warp or rack.

C. Anchor frames securely in place.

D. Separate aluminum from other metal surfaces with bituminous coatings or other means approved by Owner.

E. Set thresholds in bed of mastic and backseal.

F. Install exterior doors to be weather tight in closed position.

G. Repair minor damages to finish in accordance with manufacturer's instructions and as approved by Architect.

H. Remove and replace damaged components that cannot be successfully repaired as determined by Architect.

Monumental Stile and Rail Doors 084100-5 Kirkwood School District KSD 2020 Door Replacement Project

3.5 ADJUSTING

A. Adjust doors, hinges, and locksets for smooth operation without binding.

3.6 CLEANING

A. Clean doors promptly after installation in accordance with manufacturer's instructions.

B. Do not use harsh cleaning materials or methods that would damage finish.

3.7 PROTECTION

A. Protect installed doors to ensure that, except for normal weathering, doors will be without damage or deterioration at time of substantial completion.

END OF SECTION 084100

Monumental Stile and Rail Doors 084100-6 Kirkwood School District KSD 2020 Door Replacement Project

SECTION 087100 – DOOR HARDWARE AND ACCESSORIES

PART 1- GENERAL

1.1 SECTION INCLUDES

A. Exit Devices B. Cylindrical Locksets C. Tubular Deadbolt Locksets D. Push/Pull Handles/Plates E. Closers F. ADA Door Operators G. Hinges H. Mullions I. Lite Kits/Glazing J. Thresholds K. Smoke Seals

1.2 RELATED INFORMATION:

A. Steel Doors and Frames B. FRP Flush Doors C. AMP Colonial Flush Doors D. Aluminum Framed Storefronts

1.3 PRODUCTS

A. Unless otherwise specified all new door installations will include new installed hardware to include panic exit devices, closers, hinges, mullions, lite kits, threshold and smoke seals.

B. Exit Devices: Interior Fire Rated Doors (where non-locking devices are called for) 1. Von Duprin 99 Series Rim Fire Exit Device: a. Concealed vertical cables: 9949-L-BE-17-F-US26D; or b. Surface Vertical Rod Device: 9927-L-BE-17-F-LBR-US26D i. NOTE: Spring loaded auxiliary fire latch bolt required to be installed in the lower door edge for LBR applications.

C. Exit Devices: Interior Fire Rated Doors (where locking devices are called for) 1. Von Duprin 99 Series Rim Fire Exit Device: 9949-L-17-F-US26D; or 2. Surface Vertical Rod Device: 9927-L-17-F-LBR-US26D a. NOTE: Spring loaded auxiliary fire latch bolt required to be installed in the lower door edge for LBR applications. b. For audible alarm device: ALK-9927-L-17-F-LBR-US26D

D. Exit Device: Double Cylinder (when specified) 1. Von Duprin 99 Series Rim Fire Exit Device: 99-L-17-F-2SI-US26D where fire rated doors are specified or; 2. Von Duprin 99 Series Rim Device: 99-L-17-2SI-US26D on non-fire rated doors.

E. Exit Device: Interior & Exterior Doors (Non-Fire Rated) 1. Von Duprin 99 Series Rim Exit Device: a. On the RHR door of pairs: 9949-NL-US26D. b. On the LHR door of pairs: 9949-DT-US26D.

F. Exit Device: Exterior Aluminum Monumental Style Doors (Non Fire Rated) 1. Von Duprin 99 Series Rim Exit Device:

Door Hardware and Accessories 087100-1 Kirkwood School District KSD 2020 Door Replacement Project

a. On the RHR door of pairs: 9949-NL-OP-US26D. b. On the RHR, access control, door of pairs: QEL-9949-NL-OP-3-US26D c. On the LHR door of pairs: 9949-EO-US26D. 2. Pulls: a. Use Special-Lite SL-84 flush pulls where specified.

G. Cylindrical Locksets 1. Schlage ND Series: a. Lock Cylinder: 6-pin uncombinated Small Format Interchangeable Core b. Lever: Sparta. c. Latch: Deadlatch d. Strike: ANSI Standard. e. Finish: 626

H. Tubular Deadbolt Locksets 1. Schlage B600 Series. a. Lock Cylinder: 6-pin uncombinated Small Format Interchangeable Core

I. Push Pull Set 1. Rockwood a. 109 X 73CL X US32D, Type 9 HD Fasteners (5/16”-18) or, b. 76B X 626 Push Plate with 147 x 76B X 626 Pull Plate. 2. Special-Lite: a. Use Special-Lite push/pull sets where specified.

J. Lock Cylinders 1. Provide and install small format interchangeable core (SFIC) rim or mortise cylinders as required.

K. Closers: Unless otherwise specified 1. Interior and Fire Rated Doors (where non hold-open closers are called for/required): a. LCN 4040XP, BHMA 689 Finish, Regular Arm w/ 62PA Shoe, and TBWMS Screw Pack on each door. 2. Interior and Non Fire Rated Doors (where hold-open closers are called for): a. LCN 4040XP, BHMA 689 Finish, Hold-Open Arm w/ 62PA Shoe, and TBWMS Screw Pack on each door. 3. Exterior Doors: a. LCN 4040XP, BHMA 689 Finish, Spring H Cush (SHCUSH) Arm, TBWMS Screw Pack on each door.

L. Swinging Door Operators 1. Tucker Automation 10SW19 Harmony Series Power Door Operator. 2. Actuation Switches: a. Hard Wired: Horton C1260-4 Push Plate Switch (or BEA equivalent). b. Wireless: Horton C1260-4RC Push Plate Switch (or BEA equivalent).

M. Hinges: Unless otherwise specified: 1. Interior and Fire Rated Doors: a. Ives 5BB1, BHMA 652 Finish, 4 ½” x 4 ½” (unless other size is needed to match existing frame). 2. Exterior Doors (standard) and interior (as specified). a. Select Geared Continuous Hinge, SL-11 HD (or equal).

N. Mullions: Unless otherwise specified on double door openings: 1. Non-fire rated openings:

Door Hardware and Accessories 087100-2 Kirkwood School District KSD 2020 Door Replacement Project

a. Use Von Duprin KR4954 keyed removable mullion with MT 54 storage mount kit where hollow metal frames are installed or are being left in place and being reused. b. Use Special-Lite SL-60 keyed removal mullion on all openings where Special-Lite or other aluminum doors and frames are specified. 2. Fire rated openings: a. Von Duprin KR9954 keyed removable mullion with MT 54 Storage mount Kit. 3. Finish on mullions: a. On Von Duprin: SP28. b. On Special-Lite: Match door/frame color. 4. Lock Cylinder in Keyed Removal Mullions: a. Furnish and install appropriate Schlage interchangeable core mortise cylinder.

O. Lite Kits/Glazing (Unless otherwise specified) 1. Fire Rated Doors: a. Glaze with clear 5/16” Firelite® Plus glass in 3” x 33” metal vision frame. 2. Exterior Doors: a. Hollow Metal Doors: Use 1” clear tempered insulated glass. b. FRP doors: Use 1” clear tempered insulated glass in door manufacturer’s color- matched lite kit. c. Aluminum doors: Use 1” clear tempered insulated glass. 3. Glazing Panels: a. Non-FRP doors: Use Citadel GlazeGuard® 1000 WR textured panels of specified color. b. In FRP door applications: Use manufacturer’s color & Texture matched glazing panels. 4. Obscure Glass: a. Where specified in detailed specifications the pattern and type to use will be approved by Owner prior to ordering or installing.

P. Threshold (Unless otherwise specified) 1. Install new aluminum saddle threshold with finish to match lockset or panic devices.

Q. Smoke Seals (on pairs of fire doors without mullions or astragals only) Unless otherwise specified 1. Provide and install on the leading edge of each door NGP #9600 “Allseal” Gasketing / smoke seals.

R. Kickplates/Other (unlesss otherwise specified) 1. Kickplates: a. On each hollow metal door furnish (materials only—uninstalled) 10” high kickplates to match finish of exit devices. b. On all other doors the same kickplates as specified above are to be installed. 2. Penetrations: In hollow metal doors: a. All penetrations through the surface of the doors for hardware, lite kits, etc., to have edges of metal touched up with appropriate rust inhibiting primer and sealed with commercial grade caulk or other sealant so that the metal edges are sealed from rain and other such moisture.

END OF SECTION 087100

Door Hardware and Accessories 087100-3 Sequence of Operations for Handicapped Push Paddle with a Access Control

Kirkwood School District

Exterior Scenario with Card Reader (no AI phone) and Handicapped Push‐paddle

A. Visitor does not have a keycard: Upon pressing push‐paddle… 1. Door‐strike does not activate (remains locked). 2. Door‐operator does not activate.

Result: no entry possible.

B. Visitor presents a valid keycard: Upon pressing push‐paddle… 1. Door‐strike activates (unlocks). 2. THEN, the door operator activates/door opens.

Result: Entry possible…door opens for 120 seconds, then closes and locks.

C. Visitor presents non‐valid keycard (e.g., timezone not valid): Upon pressing push‐paddle… 1. Door‐strike does not activate (remains locked). 2. Door‐operator does not activate.

Result: no entry possible.

Exterior Scenario with Card Reader, AI Phone, and Handicapped Push‐paddle

A. Visitor does not have a keycard: Upon pressing AI phone… 1. Door‐strike does not activate (remains locked). 2. Door‐operator does not activate. 3. Intercom is activated (Building Secretary asks for credentials). If credentials are approved, Building Secretary activates the door strike (to unlock). Then, visitor presses push‐paddle (which will activate).

Interior Scenario with Handicapped Push‐paddle

A. Building occupant activates push‐paddle. 1. Door‐strike activates (unlocks). 2. THEN, door‐operator activates (door opens).

Result: Handicapped push‐paddle always activates from the inside.

B. Building occupant walks by or stands near door with handicapped push‐paddle. 1. Door‐strike does not activate (remains locked unless panic bar or push‐paddle releases strike). 2. Door‐operator does not activate.

Result: Door remains closed (locked) unless push‐paddle or panic bar is used.

Kirkwood School District KSD 2020 Door Replacement Project

SCOPE: WORK GROUP #1 (KHS: Kirkwood High School)

A. Door Location #1: KHS Essex Entrance Vestibule: Exterior double doors (#O2). 1. Demolition a. Remove existing frame, doors, and all hardware except handicapped operator (on RHR leaf), lock cylinder and core. Existing sidelights, transom, and access control card reader and aiphone shall remain. 2. Frame Information a. Furnish and install new frame in existing opening. i. Type: Special-Lite, heavy-duty aluminum tube frame with applied stop. ii. Color: Match existing sidelights and transom frames. 3. Door Information a. Furnish and install new aluminum monumental pair of doors. i. Manufacturer & Model No.: Special Lite, SL-15 (wide-stile). ii. Color: Match existing sidelights and transom frames. iii. Special Features: a. ADA compliant, 10” bottom rail. b. SL-484 mid-panel. c. SL-84 recessed flush pull handles on outside of doors. iv. Glazing: 1” clear tempered insulated glass. 4. Hardware Information a. Furnish and install new hardware. i. Exit Devices: As specified for “Exterior Aluminum Monumental Style Doors / Non Fire-Rated.” a. Access control on RHR door. b. Hex dogging on LHR door. ii. Lock Cylinder and Core: Reuse existing on RHR door. iii. Closers: As specified for “Exterior Doors.” iv. Operator: Reuse existing on RHR door. Install necessary relays to function as specified per Kirkwood School District standards for access controlled doors with handicapped operators. v. Hinges: As specified for “Exterior Doors.” vi. Pulls: Use Special Lite SL-84 recessed pulls. vii. Threshold: Low profile (ADA compliant) viiii. Kickplates: None ix. Door Stops: Floor mounted. 5. Additional Features a. Access control hardware: i. All access control components to function with the RHR door hardware. Furnish and install required parts and labor to modify existing card reader, aiphone, and operator to sequence per the KSD standard for handicapped operator with access control. ii. Provide all required electrical work and electrical permits. iii. All components shall be for wireless connection.

B. Door Location #2: KHS Essex Entrance Vestibule: Interior double doors (#O1). 1. Demolition a. Remove existing frame, doors, and all hardware except handicapped operator (on RHR leaf). Existing sidelights, and transom shall remain. 2. Frame Information a. Furnish and install new frame in existing opening. i. Type: Special-Lite, heavy-duty aluminum tube frame with applied stop. ii. Color: Match existing sidelights and transom frames. 3. Door Information a. Furnish and install new aluminum monumental pair of doors. i. Manufacturer & Model No.: Special Lite, SL-15 (wide-stile).

KHS Scope of Work -1 Kirkwood School District KSD 2020 Door Replacement Project

ii. Color: Match existing sidelights and transom frames. iii. Special Features: a. ADA compliant, 10” bottom rail. b. SL-484 mid-panel. c. SL-84 recessed flush pull handles on outside of doors. iv. Glazing: 1” clear tempered insulated glass. 4. Hardware Information a. Furnish and install new hardware. i. Exit Devices: As specified for “Interior Aluminum Monumental Style Doors / Non Fire-Rated.” a. Hex dogging on both doors. ii. Push Pull Set: As specified for “Special-Lite Doors.” iii. Closers: As specified for “Interior and Non-Fire Rated Doors.” Doors shall have hold-open devices on both doors. iv. Operator: Reuse existing on RHR door. Install necessary relays to function as specified per Kirkwood School District standards for access controlled doors with handicapped operators. v. Hinges: As specified for “Exterior Doors” for continuous hinges. vi. Pulls: Use Special Lite SL-84 recessed pulls. vii. Threshold: Low profile (ADA compliant) viiii. Kickplates: None ix. Door Stops: Floor mounted. 5. Additional Features a. Handicapped Operator i. Provide all required electrical work and electrical permits. iii. All components shall be for wireless connection.

C. Door Location #3: KHS West Building: Exterior double doors (#A2). 1. Demolition a. Remove existing frame, doors, and all hardware. Salvage for reuse, existing lock cylinder and core. Existing sidelights, transom, and access control card reader and aiphone shall remain. 2. Frame Information a. Furnish and install new frame in existing opening. i. Type: Special-Lite, heavy-duty aluminum tube frame with applied stop. ii. Color: Match existing sidelights and transom frames. 3. Door Information a. Furnish and install new aluminum monumental pair of doors. i. Manufacturer & Model No.: Special Lite, SL-15 (wide-stile). ii. Color: Match existing sidelights and transom frames. iii. Special Features: a. ADA compliant, 10” bottom rail. b. SL-484 mid-panel. c. SL-84 recessed flush pull handles on outside of doors. iv. Glazing: 1” clear tempered insulated glass. 4. Hardware Information a. Furnish and install new hardware. i. Exit Devices: As specified for “Exterior Aluminum Monumental Style Doors / Non Fire-Rated.” a. Access control on RHR door. b. Hex dogging on LHR door. ii. Lock Cylinder and Core: Reuse existing on RHR door. iii. Closers: As specified for “Exterior Doors.” iv. Operator: Horton style operator. Install necessary relays to function as specified per Kirkwood School District standards for access controlled doors with handicapped operators.

KHS Scope of Work -2 Kirkwood School District KSD 2020 Door Replacement Project

v. Hinges: As specified for “Exterior Doors.” vi. Pulls: Use Special Lite SL-84 recessed pulls. vii. Threshold: Low profile (ADA compliant) viiii. Kickplates: None ix. Door Stops: Floor mounted. 5. Additional Features a. Access control hardware: i. Furnish and install new access control card reader and all components to match District standard. Program new card reader into existing Lenel software. Card reader shall be hard wired to the location of the “A1” door control panel. Furnish and install new control panel as required for new card reader. ii. All access control components to function with the RHR door hardware. Furnish and install required parts and labor to new handicapped operator to sequence per the KSD standard for handicapped operator with access control. iii. Provide all required electrical work and electrical permits.

END OF SECTION

KHS Scope of Work -3

Kirkwood School District KSD 2020 Door Replacement Project

SCOPE: WORK GROUP #1 (NKMS: North Kirkwood Middle School)

A. Door Location #4: NKMS South Gym: Exterior double doors (#19). 1. Demolition a. Remove existing frame (around door only), doors, and hardware consisting of the following: threshold, mullion, and hinges. 2. Frame Information a. Furnish and install new frame. i. Type: Special-Lite, heavy-duty aluminum tube frame with applied stop and 10” headrail. ii. Color: Dark Bronze (KS3C31214) 3. Door Information a. Furnish and install new FRP doors. i. Manufacturer & Model No.: Special Lite, SL-17. ii. Color: Dark Bronze (KS3C31214) iii. Special Features: a. SL-84 recessed flush pull handles on outside of doors. 4. Hardware Information a. Furnish and install new hardware. i. Exit Devices: Reuse existing. ii. Concealed vertical cables. iii. Closers: Reuse existing. iv. Hinges: As specified for “Exterior Doors” (continuous). vi. Pulls: Use Special Lite SL-84 recessed pulls. vii. Threshold: Low profile (ADA compliant). viiii. Kickplates: As specified. ix. Door Stops: closer mounted.

END OF SECTION

NKMS Scope of Work 1

Kirkwood School District KSD 2020 Door Replacement Project

SCOPE: WORK GROUP #2 (HGH: Hough Building)

A. Door Location #5: HGH South Entry: Exterior double doors. 1. Demolition a. Remove existing frame, doors, transom, and hardware. 2. Frame Information a. Furnish and install new frame. i. Type: Special-Lite, heavy-duty aluminum tube frame with applied stop and 10” headrail. ii. Color: Dark Bronze (KS3C31214) 3. Door Information a. Furnish and install new FRP doors. i. Manufacturer & Model No.: Special Lite, SL-18, colonial style (match existing single door on north elevation). ii. Color: Dark Bronze (KS3C31214) iii. Special Features: a. SL-84 recessed flush pull handles on outside of doors. 4. Hardware Information a. Furnish and install new hardware. i. Lockset: Schlage ND series; rim cylinder; reuse existing core. ii. Exit Devices: As specified for “Exterior, Non-Fire Rated Doors.” iii. Concealed vertical cables. iv. Closers: As specified for “Exterior Doors. v. Hinges: As specified for “Exterior Doors” (continuous). vi. Pulls: Use Special Lite SL-84 recessed pulls. vii. Threshold: Low profile (ADA compliant). viii. Kickplates: As specified. ix. Door Stops: closer mounted.

END OF SECTION

HGH Scope of Work 1