Page 1 of 33

REQUEST FOR BID SHAWNEE MISSION SCHOOL DISTRICT NO. 512

Date: Feb. 6, 2012 Bid No. 13-010

Return sealed envelope to: For: Door Replacement – McAuliffe, Rosehill, SM North. Shawnee Mission Unified Schools Purchasing Department Bids will be accepted to and opened on: 7235 Antioch Shawnee Mission, Kansas 66204 Date: March 5, 2013

Day: Tuesday

ATTN: Everett Morgan Time: 10:00 AM

Conditions under which bids are requested are included. Please review thoroughly.

You are invited to submit a sealed bid for window and door replacement as specified. All work is to be provided as specified in accordance with the timeline specified. Bidders shall visit each building to familiarize himself with the specific local conditions at each door opening. Bidders shall visit each site during normal working hours and check at the office upon arrival at the building. The following are the head custodians at each building. SM NORTH HS – 7401 JOHNSON DR. OVERLAND PARK KS- custodian Daryl Nimz (913) 9936919 Rosehill Elementary – 9801 Rosehill Rd, Lenexa, KS. Lorin Crawford (913) 9934804 McAuliffe Elementary – 15600 W 83, Lenexa, KS. Tom Jokiel (913) 9933505 Bid price is to be lump sum, including all materials, equipment, labor, services and supervision for the work identified per the specifications and drawings herein. DO NOT INCLUDE SALES TAX.

Any questions regarding the bid documents should be directed to Operations and Maintenance, via E-Mail to: Larry Hodges: [email protected] : or FAX: 913/993-8599, or Jeff Copple [email protected] no later than three days prior to bid opening.

Questions regarding bid procedures may be directed in writing to the Purchasing Department; Attn: Everett Morgan via E-Mail, [email protected] ; or FAX: 913/993-6225.

Bid will be awarded: _X _ All-or-None, ___ Item-by-Item, _____ Groups of Items, or ____ Groups & by-Item. Payment will be made ON COMPLETION of Purchase Order. DO NOT INCLUDE SALES TAX.

THIS BID IS NOT TRANSFERABLE NOTE: Bid Number and Name of Bidder must appear on the front of sealed envelope. Faxed bids will not be accepted. Bids must be received in the Purchasing Office prior to bid opening. If sending by U.S. Postal Service, please allow a minimum of 24 hours for your bid to be processed and delivered to the Purchasing Office by the Administrative Mail Center. It is the responsibility of the bidder to ensure delivery of bids to the Purchasing Department. Bidders shall hold all bid prices firm for acceptance for 90 calendar days after date of bid opening.

If you do not attend the bid opening and wish to know the final result of the bid, THE FINAL RESULTS of bids will be available for your review in the Purchasing Office during the hours of 8:00 AM to 4:30 PM two (2) business days after bid opening. Bid 13-010 Page 2 of 33

NOTICE OF “NO RESPONSE FORM”

BID NO. 13-010 Door Replacement – McAuliffe, Rosehill, SM North. VENDORS WHO RESPOND TO THIS INVITATION WITH A COMPLETED NOTICE OF “NO RESPONSE” FORM WILL REMAIN ON OUR MAILING LIST, IF REQUESTED.

VENDORS MAKING NO RESPONSE AT ALL MAY BE REMOVED FROM OUR MAILING LIST.

Dear Vendor:

Please check ( ) the appropriate box below, complete the remainder of this form and return it NO LATER THAN the scheduled Bid/Proposal/or Quote Date and Time.

Our company cannot provide the products, supplies and/or services listed in this bid, proposal or quote. Please MOVE our name and address to the following category(ies) so that we may bid at a later date ______

We have chosen NOT to submit a response at this time, but would like to remain on your bid list for this product category. We did not submit a response because: Reason(s): ______

Please REMOVE our name from all SMSD bid lists until further notice.

Reason(s): ______

COMPANY NAME:______

REPRESENTATIVE (please print):______

ADDRESS: ______PHONE (_____)______

AUTHORIZED SIGNATURE: ______

TITLE: ______DATE: ______

PLEASE RETURN THIS FORM ONLY TO:

Shawnee Mission Unified School District #512 11457 W. 93rd St. Overland Park Ks 66214 Attention Larry Hodges

Fax to: 913/993-8599 attention Larry Hodges

Thank you for your time and assistance. Bid 13-010 Page 3 of 33

Terms and Conditions

A. Bid Requirements and Considerations:

1. The Board of Education reserves the right to reject any or all bids, to accept any item or items in the bid, and to waive any informality in bids.

2. Each bid must be completed on SMSD bid forms.

3. Alternate bids will be considered only if the alternate properly meets specifications outlined in the bid.

4. Each bidder shall carefully examine the bidding documents and thoroughly inform himself with all requirements prior to submitting a bid. Should a bidder find discrepancies or ambiguities in, or omission from bidding documents, or should he be in doubt as to their meaning, he will at one and at least three days prior to bid date, notify the school district. Any subsequent addenda sent to bidders will become part of the contract documents.

5. Prior to submitting a bid, each bidder shall examine and thoroughly familiarize himself with all existing conditions; including applicable laws, codes, ordinances, rules, and regulations that will affect his work. Bidders shall visit the site, examine the existing conditions, and shall ascertain by reasonable means, all conditions that will in any manner affect the work. Contractors and/or bidders are required to check in with building authorities at the school immediately upon entering the school premises.

6. Prices quoted are to be free of all Federal, state, and local taxes, unless otherwise imposed by a governmental body and applicable to the work or material. The school district will obtain from the State of Kansas a sales tax exemption certificate number. The sales tax exemption certificate will permit the contractor to purchase materials for incorporation into this project without paying sales tax, provided that the contractor furnishes the certificate number to the supplier.

7. When submitting a substitute article as equal, the full name and illustrated description must be given. The Board of Education reserves the right, however, to decide upon its suitability for the intended use. Upon request, samples of substitute articles must be submitted.

8. If bid is accepted, USD #512 must be supplied with seller’s employer identification number of social security number, per IRS regulations.

9. Each contractor is responsible for his/her own worker’s compensation and liability insurance coverage. Shawnee Mission Unified School District #512 assumes this COVERAGE IS INCLUDED IN THE PRICE OF EACH BID TOTAL. Bid 13-010 Page 4 of 33

10. Any catalog, brand name or manufacturer’s reference used herein is intended to be descriptive and not restrictive. Offers on any reputable manufacturer’s regularly produced product which is similar and substantially equivalent will be considered. SMSD reserves the right to make final decisions as to the acceptability of comparable items.

11. Vendors who do not bid, but wish to remain on our bid list, should notify the Shawnee Mission USD #512: Larry Hodges Fax 913.993.8530 in writing using the enclosed “Notice of No Response” form. Failure to do so may result in removal from this list.

12. If required by the bid form, the contractor shall submit with his bid a list of subcontractors and other persons or organizations that will perform work on this project.

B. 1. Form and Requirements of the Contract:

1. The form of contract will be a Purchase Order issued by Shawnee Mission School District. In submitting his bid for consideration, each bidder agrees to commence work as soon as practical upon receipt of the school district purchase order and subsequent execution of applicable bonds and certificates of insurance.

2. The district shall not be responsible for any goods delivered or services performed without its purchase order signed by an authorized representative of the Purchasing Department.

3. The contractor shall not commence work under this contract until he has obtained the owner’s approval of a certificate of insurance providing evidence that the has obtained all the insurance required under this section, at least equal to the limits set forth hereinafter, with an insurance company acceptable to the owner.

All policies shall provide for ten (10) days written notice to the owner prior to effective date of any changes affecting the policy. Two copies of the certificate of insurance in a form acceptable to the owner shall be delivered to the owner. The contractor shall not allow any subcontractor to commence work until the subcontractor has obtained insurance coverage similar to that required of the contractor.

4. For projects with a value of $20,000 or more, subsequent to award, the contractor shall be requested to furnish a Performance Bond and Labor & Materials Bond and Kansas Statutory Bond, covering the faithful performance of the contract and the payment of all obligations arising there-under. All such bonds shall be submitted to the school district prior to the commencement of any contract work.

5. Contracts entered into on the basis of submitted bids are revocable if contrary to law.

6. The laws of the State of Kansas shall govern any contracts resulting from this bid. Actions must be filed in the Johnson County Courthouse in Johnson County, Kansas. Bid 13-010 Page 5 of 33

7. The seller shall provide the standard patent infringement indemnity clause which shall hold and save the Board of Education and its officers, agents, servants, and employees, harmless from liability of any patented, or unpatented invention, process, article, or appliance manufactured, or used, in the performance of the contract, including its use by the Board of Education.

C. General Work Requirements: 1. The contractor will be required to start the work per the schedule included herein. Liquidated damages as stated on the bid form will be assessed for each consecutive calendar day which the work is not substantially complete, beginning with the first day beyond the substantial completion time stated. Substantial completion is the owner’s ability to utilize the facility for its intended purpose. Shawnee Mission Public Schools will be the sole judge of substantial completion.

2. The contractor shall closely coordinate his work activity at the building with the owner activities and/or the work activity of other contractors, so as to not impede their progress.

3. The contractor shall ensure that his work activities are staged and conducted so as to maintain the overall security of the affected building. The contractor shall not leave building openings or entries being utilized by the contractor unattended or open for unauthorized entry into the building during working hours. The contractor shall ensure that entries or openings created by the work activity of the contractor are secured overnight, weekends, or during other non- working hours.

4. The owner reserves the right and may delay work if scheduling between school administration and contractor cannot be resolved.

5. It will be the contractor’s responsibility to have the approaching licenses and permits required by the state and/or municipality in which the work will be performed. It is also the contractor’s responsibility to make certain all work ad material meets local and state codes. Bidders shall include permit fees in their bid.

6. The contractor shall observe and comply with all ordinances, laws, and regulations, and shall protect and indemnify the owner against any claim or liability arising from or based on any violation of the same. The contractor shall comply with all regulations of agencies having jurisdiction with respect to sanitation and safety during construction.

7. All items shall be new and unused, unless otherwise specified by the district, and in first class condition.

8. Contractor shall be responsible for protection of the adjacent spaces during all phases of the project, demolition material storage and new construction.

9. All items furnished must be of their respective kinds, and will be free from defects in material and workmanship. Items will be subject to our inspection and approval at any time. Items furnished must be manufactured in compliance with all existing legal or governmental directives. Bid 13-010 Page 6 of 33

10. All work shall be of the highest quality. The contractor and subcontractor shall check their work regularly for quality and conformance as the work is in progress. Unsatisfactory work shall be corrected immediately.

11. The contractor shall promptly correct work rejected by the owner or failing to conform to the requirements of the contract documents, whether observed before or after substantially completion and whether or not fabricated, installed or completed. The contractor shall bear all costs of correcting such rejected work, including additional testing and inspections and compensation for owner services and expenses made necessary thereby.

12. As work is completed by the contractor/subcontractor, it shall be his responsibility to remove all excess material, equipment and debris from the premises.

D. Miscellaneous Requirements

The law requires that Section 1 through 5 of KSA 44-1030 (as follows) are to be included in all contracts to which our agency is a party: Except those with contractors, vendors or suppliers whose cumulative dollar total in any fiscal year is $5,000.00 or less, or who have fewer than four (4) employees:

1. The contractor shall observe the provisions of the Kansas act against discrimination and shall not discriminate against any person in the performance of work under the present contract because of race, religion, color, sex, physical handicap unrelated to such person’s ability to engage in the particular work, national origin or ancestry;

2. In all solicitations or advertisements for employees, the contractor shall include the phrase, “equal opportunity employer” or similar phrase to be approved by the commission;

3. If the contractor fails to comply with the manner in which the contractor reports to the commission in accordance with the provisions of KSA 1976 Supp .44-1030, as amended, the contractor shall be deemed to have breached the present contract and it may be canceled, terminated or suspended, in whole or in part, by the contracting agency;

4. If the contractor is found guilty of violation of the Kansas act against discrimination under a decision or order of the commission which has become final, the contractor shall be deemed to have breached the present contract and it may be canceled, terminated or suspended, in whole or in part, by the contract and it may be canceled, terminated or suspended, in whole or in part, by the contracting agency; and

5. The contractor shall include the provisions or paragraphs one (1) through (4) inclusively of this subsection (a) in every subcontract or purchase order so that such provisions will be binding upon such subcontractor or vendor.

E. CONTRACTOR AND VENDOR CODE OF CONDUCT Bid 13-010 Page 7 of 33

Shawnee Mission School District requests that all contractor and vendor employees conduct themselves in an acceptable manner while performing work on school district property. The following items are prohibited on school district property: 1. Physical or verbal contact made with students or non-designated staff.

2. Smoking in public or student occupied areas of the building or areas of the site.

3. Drugs and/or alcohol consumed or present on district property.

4. Firearms, hunting items on district property.

5. Foul/abrasive language.

6. NOTE: All school district properties will be tobacco free. All tobacco, including smokeless tobacco, will be prohibited. There will be no designated areas for tobacco use. Contractors will be required to post no tobacco signs. Smoking will not be permitted inside private vehicles which are on school district property. Workers may be required to sign a consent form acknowledging no tobacco use on the property. Violators may be required to leave the work site.

7. All workers shall wear clothing on all parts of the body and clothing should be appropriate for a public school environment.

8. All workers shall utilize areas for vehicle access and parking, material storage, etc.

9. All workers shall wear nametags identifying the name of the worker and the company they are representing. Bid 13-010 Page 8 of 33

INSURANCE REQUIREMENTS

A. Worker’s Compensation Insurance: Worker’s Compensation and Employer’s Liability Insurance as required by law to cover fully all employees.

B. Bodily Injury and Property Damage Insurance: A comprehensive general bodily injury and property damage policy, including automobiles, covering the work to be performed. The policy shall be written to provide damage arising from one accident, with not less than $1,000,000 aggregate damages to, or destruction of property during the policy period; except, in case of automobile damage coverage, the minimum provided shall be not less than $1,000,000 bodily injury and $1,000,000 property damage per accident for any vehicle used on the project, whether owned, hired or non-owned.

C. Special Insurance: Contractor for General Construction work shall take out and maintain insurance providing a minimum coverage of $1,000,000 for the following hazards:

Where the work to be performed involves excavation or other underground work or construction, the property damage insurance provided shall cover all injury to or destruction of property below the surface of the ground, such as wires, conduits, pipes, mains, sewers, etc., caused by the contractor’s operations, or injury to or destruction of property above or below ground resulting therefrom.

Property damage insurance shall also cover the collapse of, or structural injury to, any building or structures on or adjacent to the owner’s premises, or the injury to or destruction of equipment and/or property resulting therefrom, caused by the removal of other buildings, structures, or supports, or by excavation below the ground, where the construction of a new structure or the demolition of any existing structure involves any of the foregoing designated hazards and in all cases where the contract provides for alterations in, additions to, or the underpinning of, and existing structure or structures.

D. Subcontractor’s Insurance: If a part of this contract is sublet, the contractor shall either cover any or all subcontractors in his insurance policies; or require each subcontractor to secure insurance which will protect him against all applicable hazards not covered by the contractor’s insurance.

Certificate and Maintenance of Insurance: The contractor shall submit three (3) copies of Certificate of Insurance to the owner. The required insurance shall be maintained in force until the project is completed. Bid 13-010 Page 9 of 33

SECTION 08255 FRP FLUSH DOORS

PART 1 GENERAL

1.1 SECTION INCLUDES

A. Fiberglass reinforced polyester (FRP) flush doors with aluminum frames.

1.2 RELATED SECTION

A. Section 08710 - Door Hardware.

1.3 REFERENCES

A. AAMA 1503-98 - Thermal Transmittance and Condensation Resistance of Windows, Doors and Glazed Wall Sections.

B. ANSI A250.4 - Test Procedure and Acceptance Criteria for Physical Endurance for Steel Doors and Hardware Reinforcings.

C. ASTM B 117 - Operating Salt Spray (Fog) Apparatus.

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

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

F. ASTM D 256 - Determining the Pendulum Impact Resistance of Notched Specimens of Plastics.

G. ASTM D 543 - Evaluating the Resistance of Plastics to Chemical Reagents.

H. ASTM D 570 - Water Absorption of Plastics.

I. ASTM D 638 - Tensile Properties of Plastics.

J. ASTM D 790 - Flexural Properties of Unreinforced and Reinforced Plastics and Electrical Insulating Materials.

K. ASTM D 1308 - Effect of Household Chemicals on Clear and Pigmented Organic Finishes.

L. ASTM D 1621 - Compressive Properties of Rigid Cellular Plastics.

M. ASTM D 1623 - Tensile and Tensile Adhesion Properties of Rigid Cellular Plastics.

N. ASTM D 2126 - Response of Rigid Cellular Plastics to Thermal and Humid Aging. Bid 13-010 Page 10 of 33

O. ASTM D 2583 - Indentation Hardness of Rigid Plastics by Means of a Barcol Impressor.

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

Q. ASTM E 90 - Laboratory Measurement of Airborne Sound Transmission Loss of Building Partitions.

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

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

T. ASTM E 331 - Water Penetration of Exterior Windows, Skylights, Doors, and Curtain Walls by Uniform Static Air Pressure Difference.

U. ASTM F 476 - Security of Swinging Door Assemblies.

V. SFBC PA 201 - Impact Test Procedures.

W. SFBC PA 203 - Criteria for Testing Products Subject to Cyclic Wind Pressure Loading.

X. SFBC 3603.2 (b)(5) - Forced Entry Resistance Test.

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 3’-0” x 7’-0”, test specimen shall be tested in accordance with ASTM E 283 at pressure differential of 6.24 psf. Door shall not exceed 0.90 cfm per linear foot of perimeter crack.

C. Water Resistance: For a single door 3’-0” x 7’-0”, test specimen shall be tested in accordance with ASTM E 331 at pressure differential of 7.50 psf. Door shall not have water leakage.

D. Swinging Door Cycle Test, Doors and Frames, ANSI A250.4: Minimum of 20,000,000 cycles.

E. Swinging Security Door Assembly, Doors and Frames, ASTM F 476: Grade 40.

F. Salt Spray, Exterior Doors and Frames, ASTM B 117: Minimum of 500 hours.

G. Sound Transmission, Exterior Doors, STC, ASTM E 90: Minimum of 25. Bid 13-010 Page 11 of 33

H. Thermal Transmission, Exterior Doors, U-Value, AAMA 1503-98: Maximum of 0.29 BTU/hr x sf x degrees F. Minimum of 55 CRF value.

I. Surface Burning Characteristics, FRP Doors and Panels, ASTM E 84: 1. Flame Spread: Maximum of 200, Class C. 2. Smoke Developed: Maximum of 450, Class C.

J. Surface Burning Characteristics, Class A Option On Interior Faces of FRP Exterior Panels and Both Faces of FRP Interior Panels, ASTM E 84: 1. Flame Spread: Maximum of 25. 2. Smoke Developed: Maximum of 450.

K. Impact Strength, FRP Doors and Panels, Nominal Value, ASTM D 256: 15.0 foot- pounds per inch of notch.

L. Tensile Strength, FRP Doors and Panels, Nominal Value, ASTM D 638: 14,000 psi.

M. Flexural Strength, FRP Doors and Panels, Nominal Value, ASTM D 790: 21,000 psi.

N. Water Absorption, FRP Doors and Panels, Nominal Value, ASTM D 570: 0.20 percent after 24 hours.

O. Indentation Hardness, FRP Doors and Panels, Nominal Value, ASTM D 2583: 55.

P. Abrasion Resistance, Face Sheet, Taber Abrasion Test, 25 Cycles at 1,000 Gram Weight with CS-17 Wheel: Maximum of 0.029 average weight loss percentage.

Q. Stain Resistance, ASTM D 1308: Face sheet unaffected after exposure to red cabbage, tea, and tomato acid. Stain removed easily with mild abrasive or FRP cleaner when exposed to Sharpie ink pen and white spray paint.

R. Chemical Resistance, ASTM D 543. Excellent rating. 1. Acetic acid, 5 percent solution. 2. Chlorine bleach, 10 percent solution. 3. Sodium hypochlorite, 4 to 6 percent solution. 4. Citric acid, 10 percent solution. 5. Sodium carbonate, 20 percent solution. 6. Turpentine.

S. Compressive Strength, Foam Core, Nominal Value, ASTM D 1621: 84.2 psi.

T. Compressive Modulus, Foam Core, Nominal Value, ASTM D 1621: 448 psi.

U. Tensile Adhesion, Foam Core, Nominal Value, ASTM D 1623: 48 psi.

V. Thermal and Humid Aging, Nominal Value, 158 Degrees F and 100 Percent Humidity for 14 Days, ASTM D 2126: Minus 4.89 percent volume change. Bid 13-010 Page 12 of 33

1.5 SUBMITTALS

A. Comply with Section 01330 (01 33 00) - Submittal Procedures.

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

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

D. Samples: 1. Door: Submit manufacturer's sample of door showing face sheets, core, framing, and

finish.

2. Color: Submit manufacturer's samples of standard colors of doors and frames.

E. Test Reports: Submit certified test reports from qualified independent testing agency indicating doors comply with specified performance requirements.

F. 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.

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

H. 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. Bid 13-010 Page 13 of 33

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. Or Approved Equal: 2.2 FRP FLUSH DOORS

A. Model: SL-17 Flush Doors with SpecLite3 fiberglass reinforced polyester (FRP) face sheets. Or Approved Equal:

B. Door Opening Size: As indicated on the Drawings and Door Schedule.

C. Construction: 1. Door Thickness: 1-3/4 inches. 2. Stiles and Rails: Aluminum Alloy 6063-T5, minimum of 2-5/16-inch depth. 3. Corners: Mitered. 4. Provide joinery of 3/8-inch diameter full-width tie rods through extruded splines top and bottom as standard tubular shaped stiles and rails reinforced to accept hardware as specified. 5. Securing Internal Door Extrusions: 3/16-inch angle blocks and locking hex nuts for joinery. Welds, glue, or other methods are not acceptable. 6. Furnish extruded stiles and rails with integral reglets to accept face sheets. Lock face sheets into place to permit flush appearance. 7. Rail caps or other face sheet capture methods are not acceptable. 8. Extrude top and bottom rail legs for interlocking continuous weather bar. 9. Meeting Stiles: Pile brush weatherseals. Extrude meeting stile to include integral pocket to accept pile brush weatherseals. 10. Bottom of Door: Install bottom weather bar with nylon brush weatherstripping into extruded interlocking edge of bottom rail.

D. Face Sheet: 1. Material: SpecLite3 FRP, 0.120-inch thickness, finish color throughout. Abuse- resistant engineered surface. 2. Texture: Pebble.

3. Color: Boysenberry to match existing Bid 13-010 Page 14 of 33

E. Core: 1. Material: Poured-in-place polyurethane foam. 2. Density: Minimum of 5 pounds per cubic foot. 3. R-Value: Minimum of 9.

F. Cutouts: 1. Manufacture doors with cutouts for required vision lites, louvers, and panels. 2. Factory install vision lites, louvers, and panels.

G. Hardware: 1. Premachine doors in accordance with templates from specified hardware manufacturers and hardware schedule. 2. Factory install hardware.

2.3 MATERIALS

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

B. Components: Door and frame components from same manufacturer.

C. Fasteners: 1. Material: Aluminum, 18-8 stainless steel, or other noncorrosive metal. 2. Compatibility: Compatible with items to be fastened. 3. Exposed Fasteners: 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 members. Bid 13-010 Page 15 of 33

2.5 ALUMINUM DOOR FRAMING SYSTEMS

A. Tubular Framing: 1. Size and Type: SL260 2” x 6” framing for immediate doors frames. 2. Materials: Aluminum Alloy 6063-T5, 1/8-inch minimum wall thickness. 3. Frame Members: Box type with 4 enclosed sides. Open-back framing is not acceptable. 4. Caulking: Caulk joints before assembling frame members. 5. Joints: a. Secure joints with fasteners. b. Provide hairline butt joint appearance. 6. Field Fabrication: Field fabrication of framing using stick material is not acceptable. 7. Hardware: a. Premachine and reinforce frame members for hardware in accordance with manufacturer's standards and hardware schedule. b. Factory install hardware. 8. Anchors: a. Anchors appropriate for wall conditions to anchor framing to wall materials. b. Door Jamb and Header Mounting Holes: Maximum of 24-inch centers. c. Secure head and sill members of transom, side lites, and similar conditions. 9. Side Lites: a. Where sidelite framing provided by Special-Lite or other manufacturers abut Special-Lite door frames, joints are to be secured using extruded shear blocks and stainless steel fasteners.

2.6 HARDWARE

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

B. Factory install hardware.

C. Hardware Schedule: [Reference Section 08700 for schedules.

2.7 ALUMINUM FINISHES

A. Anodized Finish: Class I finish, 0.7 mils thick. 1. Black, AA-M10C12C22A42/44, Class I, 0.7 mils thick.

PART 3 EXECUTION

3.1 EXAMINATION

A. Examine areas to receive doors. Notify Owner’s representative of conditions that would adversely affect installation or subsequent use. Do not proceed with installation until unsatisfactory conditions are corrected. Bid 13-010 Page 16 of 33

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 Architect.

E. Set thresholds in bed of mastic and backseal.

F. Install exterior doors to be weathertight 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.

3.4 FIELD QUALITY CONTROL

A. Manufacturer's Field Services: Manufacturer's representative shall provide technical assistance and guidance for installation of doors.

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.

SECTION 08120 (08 11 16) Bid 13-010 Page 17 of 33

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 08710 (08 71 00) - Door Hardware.

B. Section 08800 (08 80 00) - 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. Bid 13-010 Page 18 of 33

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.

1.5 SUBMITTALS

A. Comply with Section 01330 (01 33 00) - Submittal Procedures.

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

C. 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.

D. 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.

E. 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.

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

G. 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. Bid 13-010 Page 19 of 33

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, or approved Equal

2.2 MONUMENTAL STILE AND RAIL DOORS

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

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

D. Stiles and Rails: 1. Material: Aluminum extrusions made from prime-equivalent billet that is produced from 100% reprocessed 6063-T6 alloy recovered from industrial processes, 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. 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. Bid 13-010 Page 20 of 33

H. Mid Panel: 2. Height: 12 inches FRP 3. Frame: Aluminum extrusions with extruded spline and interlocking edges to secure face sheets. 4. Core: Poured-in-place urethane, minimum 5 pounds per cubic foot density. 5. Fasten with mortise and tenon joints and two 3/8-inch diameter galvanized steel tie rods with locking hex nuts. 6. Face Sheet: FRP

2.3 MATERIALS

A. Aluminum Members: 1. Aluminum extrusions made from prime-equivalent billet that is produced from 100% reprocessed 6063-T6 alloy recovered from industrial processes: 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 members. Bid 13-010 Page 21 of 33

2.6 ALUMINUM DOOR FRAMING SYSTEMS

A. Tubular Framing: 1. Size and Type: As indicated on the Drawings. 2. Materials: Aluminum extrusions made from prime-equivalent billet that is produced from 100% reprocessed 6063-T6 alloy recovered from industrial processes, 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. Insert Framing System:

1. Model: SL-1032 for continues hinge set up 2. Insert frame as indicated on the Drawings, using integral stop fitted with weatherstripping. 3. Corner joints of miter design, secure with furnished aluminum clips, and screw into place. 4. Hardware: a. Premachine and reinforce insert frame members for hardware in accordance with manufacturer's standards and hardware schedule. b. Factory install hardware. 5. Anchors: a. Anchors of suitable type to fasten insert framing to existing frame materials. b. Minimum of 5 anchors on jambs up to 7'-4" height, 3 anchors on headers, and 1 additional anchor on jambs for each additional foot of frame. Bid 13-010 Page 22 of 33

C. 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.

5. Concealed adjustable bottom brush. Install door manufacturer’s multidirectional adjustable bottom with double nylon brush weatherstripping. Door bottom must be concealed and adjust to accommodate irregular tapered floor conditions.

D. Finish: [As specified in Section 08710 (08 71 00)]

2.8 GLAZING

A. Factory Glazing: 1/4-inch glass laminated glass

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. 5. Dark Bronze, AA-M10C12C22A44.

B. Painted:

PART 3 EXECUTION

3.1 EXAMINATION

A. Examine areas to receive doors. Notify Owner’s representative of conditions that would adversely affect installation or subsequent use. Do not proceed with installation until unsatisfactory conditions are corrected. Bid 13-010 Page 23 of 33

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 Architect.

E. Set thresholds in bed of mastic and backseal.

F. Install exterior doors to be weathertight 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.

3.4 FIELD QUALITY CONTROL

A. Manufacturer's Field Services: Manufacturer's representative shall provide technical assistance and guidance for installation of doors.

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 Bid 13-010 Page 24 of 33

Door Hardware Schedule: NOTE: All Glazing to be ¼” Laminated Glass

HW SET: 01 EACH TO HAVE: McAuliffe west side pair on front of building M004

Each To Have: (1 pair 3070 replace doors with Special Lite Wide Style monumental doors per spec, powder coat paint, standard color) Qty Description Catalog Number Finish Mfr 2 EA CONT. HINGE 224HD 628 IVE 1 EA KEYED REMOVABLE 90KR 689 DET MULLION 2 EA PANIC HARDWARE 99-L-DT-996-06 626 VON 1 EA PRIMUS RIM CYL. 20-757 626 SCH 2 EA SURFACE CLOSER 4111 SHCUSH 689 LCN 2 EA CUSH SHOE SUPPORT 4110-30 689 LCN 2 EA BLADE STOP SPACER 4110-61 689 LCN 2 EA DOOR SWEEP C627A CL NGP 1 EA THRESHOLD 896V AL NGP Special Lite Adjustable bottom weather-stripping NOTE: WEATHERSTRIP AND ASTRAGAL PROVIDED BY DOOR SUPPLIER. MOO4 McAuliffe west side pair on front of building Bid 13-010 Page 25 of 33

HW SET: 03 McAuliffe east side pair on front of building EACH TO HAVE: M005

Each To Have: (1 pair 3070 replace doors with Special Lite Wide Style monumental doors per spec, powder coat paint, standard color) Qty Description Catalog Number Finish Mfr 2 EA CONT. HINGE 224HD 628 IVE 1 EA KEYED REMOVABLE 90KR 689 DET MULLION 2 EA PANIC HARDWARE 99-L-NL-996-06 626 VON 3 EA PRIMUS RIM CYLINDER 20-757 626 SCH 1 EA SURFACE CLOSER 4111 SHCUSH 689 LCN 1 EA SURF. AUTO 4642 689 LCN OPERATOR 1 EA CUSH SHOE SUPPORT 4110-30 689 LCN 1 EA BLADE STOP SPACER 4110-61 689 LCN 2 EA TRANSMITTER KIT 8310-844 689 LCN 2 EA ACTUATOR, WALL 8310-856 630 LCN MOUNT 1 EA RECEIVER 8310-865 BLU LCN 2 EA DOOR SWEEP C627A CL NGP 1 EA THRESHOLD 896V AL NGP Special Lite Adjustable bottom weather-stripping

NOTE: INSTALL AUTO OPERATOR ON RHR LEAF. WEATHERSTRIP AND ASTRAGAL PROVIDED BY DOOR SUPPLIER. MOO5 McAuliffe east side pair on front of building Bid 13-010 Page 26 of 33

HW SET: 04 EACH TO HAVE: M006

Each To Have: (4070 Door and Frame Special lite per spec, Door to be FRP, FRP to be standard color, Frame to be powered coat standard color, door has pep hole, and has existing electric strike to be reinstalled) Qty Description Catalog Number Finish Mfr 1 EA CONT. HINGE 224HD 628 IVE 1 EA PANIC HARDWARE 99-L-NL-996-06 626 VON 1 EA PRIMUS RIM CYLINDER 20-757 626 SCH 1 EA SURFACE CLOSER 4111 SHCUSH 689 LCN 1 EA CUSH SHOE SUPPORT 4110-30 689 LCN 1 EA BLADE STOP SPACER 4110-61 689 LCN 1 EA DOOR SWEEP C627A CL NGP 1 EA THRESHOLD 896V AL NGP 1 EA DOOR VIEWER 698 626 IVE Special Lite Adjustable bottom weather-stripping

NOTE: WEATHERSTRIP PROVIDED BY DOOR SUPPLIER.

MOO6 – McAuliffe REC door. North side of building, replace door and Frame Bid 13-010 Page 27 of 33

HW SET: 02 EACH TO HAVE: N002 North HS Each To Have: 3070 Door and frame, door to be FRP, frame to be power coat standard paint and FRP door to be standard color Qty Description Catalog Number Finish Mfr 1 EA CONT. HINGE 224HD 628 IVE 1 EA PANIC HARDWARE 99-L-DT-996-06 626 VON 1 EA SURFACE CLOSER 4111 SHCUSH 689 LCN 1 EA CUSH SHOE SUPPORT 4110-30 689 LCN 1 EA BLADE STOP SPACER 4110-61 689 LCN 1 EA DOOR SWEEP C627A CL NGP 1 EA THRESHOLD 896V AL NGP Special Lite Adjustable bottom weather-stripping

NOTE: WEATHERSTRIP PROVIDED BY DOOR SUPPLIER. NOO2 North HS north of big gym be REC room. Bid 13-010 Page 28 of 33

HW SET: 05 EACH TO HAVE:

N001 – North HS 3070 Pair, replace doors and Frame. North side of Big Gym by REC room, Special lite monumental style, FRP Mid-panel to be standard color ROO3 – Rosehill 3070 Pair, replace doors and Frame. North side of Building has existing Office access system on doors, reinstall. doors to be Special Lite Wide Style monumental doors per spec, doors and frame to be powder coat painted standard color, FRP Mid-panel to be standard color.

Each To Have: (3070 Doors and Frame Special lite per spec, Door to be FRP, FRP to be standard color, Frame to be powered coat standard color)

Qty Description Catalog Number Finish Mfr 2 EA CONT. HINGE 224HD 628 IVE 1 EA KEYED REMOVABLE 90KR 689 DET MULLION 2 EA PANIC HARDWARE 99-L-DT-996-06 626 VON Bid 13-010 Page 29 of 33

1 EA PRIMUS RIM CYL. 20-757 626 SCH 2 EA SURFACE CLOSER 4111 SHCUSH 689 LCN 2 EA CUSH SHOE SUPPORT 4110-30 689 LCN 2 EA BLADE STOP SPACER 4110-61 689 LCN 2 EA DOOR SWEEP C627A CL NGP 1 EA THRESHOLD 896V AL NGP Special Lite Adjustable bottom weather-stripping NOTE: WEATHERSTRIP AND ASTRAGAL PROVIDED BY DOOR SUPPLIER.

NOO1 – Pair by REC Room, South of the Big Gym, 3070 doors and frame to be replaced.

ROSEHILL PAIR ROO3, North side of building by kitchen has office door access existing to be reinstalled, replace doors and frame. Bid 13-010 Page 30 of 33

END OF SECTION BID FORM Bid 13-010 Page 31 of 33

BID NO. 13-010

Door Replacement – McAuliffe, Rosehill, SM North

BID OF:

A CORPORATON ORGANIZED AND EXISTING UNDER THE LAWS

OF THE

A PARTNERSHIP CONSISTING OF

PARTNERS:

OR: A SOLE PROPRIETOR; HERINAFTER CALLED THE BIDDER.

TO: SHAWNEE MISSION PUBLIC SCHOOLS ATTN: Larry Hodges 11475 W. 93re St SHAWNEE MISSION KS 66214

The undersigned acknowledges that he has received and familiarized himself with the following:

Request for Bid Shawnee Mission Public School District #512 Door Replacement – McAuliffe, Rosehill, SM North

ADDENDA NO(s): School buildings. Received

The undersigned further acknowledges that he has familiarized himself with local conditions affecting the cost of the work at each place where the work is to be done. In submitting this bid, the undersigned agrees:

1. To furnish all material, labor, tools, expendable equipment, and all utility and transportation services necessary to perform and complete, in a workmanlike manner, all of the work required in accord with the bid documents.

2. To hold his bid open for ninety (90) days after receipt of bids and to accept the provisions of the instructions to bidders regarding disposition of bid security.

3. To commence the work at the noted sites, on/about June 10, 2013, and to substantially complete the work not later than August 2, 2013

4. To accept the assessment of liquidated damages of $ 100.00 per calendar day for each day following the substantial completion date listed above. Liquidated damages shall apply for each individual site that is not completed per the listed date.

5. All materials to be non-proprietary, as specified, or approval equal. Bid 13-010 Page 32 of 33

The undersigned hereby proposes and agrees to install and provide materials for the lump sum listed below.

Door Replacement – McAuliffe, Rosehill, SM North:

Dollars

Dollars ($ )

(Indicate bid in both numbers and words. In the case of a discrepancy between the two, the amount shown in words shall govern.)

In submitting this bid, it is understood that the right to reject any and all bids and to waive irregularities in the bidding has been reserved by the owner.

Date this day of , 2013.

Name of Bidder

Address of Bidder

Authorize Officer

AreaCode/TelephoneNumber Bid 13-010 Page 33 of 33