REQUEST FOR COMPETITIVE SEALED PROPOSALS BASEBALL/SOFTBALL COMPLEX PROJECT FOR DRIPPING SPRINGS ISD The Dripping Springs Independent School District ( DSISD or the District ) is requesting Competitive Sealed Proposals from qualified offerors to provide services for the Dripping Springs ISD Stadium Improvements, Data Center Project and/or Baseball/Softball Complex Project (or also referred to as the Projects ) as identified herein. Offerors may respond to the Stadium Improvement Project only, Data Center Project only, the Baseball/Softball Complex Project only, to all of the Projects, or to any combination of Projects. Competitive Sealed Proposals must be addressed to the Administration at the address listed below and marked as follows: CSP # 15-007 REQUEST FOR COMPETITIVE SEALED PROPOSALS FOR STADIUM IMPROVEMENTS, DATA CENTER PROJECT AND/OR BASEBALL/SOFTBALL COMPLEX PROJECT FOR DRIPPING SPRINGS ISD due no later than APRIL 27, 2015 AT 2:00 PM Dripping Springs ISD Attn: Michelle Lyons 510 W. Mercer Street P.O. Box 479 Dripping Springs, Texas 78620 ANY PROPOSAL RECEIVED AFTER THE TIME AND DATE STATED ABOVE WILL NOT BE CONSIDERED. UNSIGNED PROPOSALS AND/OR PROPOSALS RECEIVED VIA FACSIMILE OR EMAIL WILL NOT BE CONSIDERED. ALL RESPONSES MUST BE RECEIVED AT THE ADDRESS SHOWN ABOVE. RESPONSES SENT/ DELIVERED TO ANY OTHER DISTRICT ADDRESS WILL NOT BE CONSIDERED. FAILURE TO COMPLY WITH SPECIFICATIONS MAY RESULT IN THE DISQUALIFICATION OF YOUR PROPOSAL. Offerors must provide all requested information; failure to comply with any portion of this solicitation will be reflected in the evaluation process. The DSISD reserves the right to accept or reject any Submission or any part thereof or any combination of Submissions and to waive any or all formalities. All responses in the Submission may be used by the DSISD in the selection process. The DSISD reserves the right to verify the accuracy and completeness of all responses by utilizing any information available to the DSISD without regard to whether such information appears in the Submission. 1
REQUEST FOR COMPETITIVE SEALED PROPOSALS BASEBALL/SOFTBALL COMPLEX PROJECT FOR DRIPPING SPRINGS ISD I. OVERVIEW Pursuant to the provisions of Texas Government Code Chapter 2269, Subchapter D, as amended, it is the intention of the Dripping Springs Independent School District ( DSISD or the District ) to select via the Request for Competitive Sealed Proposal process contractor(s) for construction of the Stadium Improvements, Data Center Project, and/or Baseball/Softball Complex Project, as generally described herein. Responses to this Request for Competitive Sealed Proposals ( CSP ) are referred to herein as proposals or submissions. Entities submitting proposals are referred to as Offerors or Proposers. Offerors may respond to the Stadium Improvements Project only, Data Center Project only, or the Baseball/Softball Complex Project only, to all Projects, or to any combination of Projects. The CSP may be obtained at the District administration office located at 510 W. Mercer Street, Dripping Springs, Texas 78620. PROPOSALS MUST BE RECEIVED NO LATER THAN 2:00 P.M. (CST) ON APRIL 27, 2015 Any Proposal received after such time will not be considered and will be returned unopened. Proposals will be received by: Ms. Michelle Lyons, Purchasing Specialist Dripping Springs ISD 510 W. Mercer St. P.O. Box 479 Dripping Springs, Texas 78620 Six (6) copies of V. INFORMATION TO BE PROVIDED BY OFFERORS of the proposal must be submitted. However, only one (1) copy of V., Section 4: Project Personnel, subsection 4-5 ( List all subcontractors and the work that each is anticipated to perform. ) is required. Further, one (1) copy of the Proposal Form, Exhibit A, shall be submitted. Proposal envelopes must be plainly marked on the outside as follows: SEALED PROPOSAL DO NOT OPEN DRIPPING SPRINGS INDEPENDENT SCHOOL DISTRICT BASEBALL/SOFTBALL COMPLEX PROJECT FOR DRIPPING SPRINGS ISD, CSP # 15-007 PROPOSALS MUST BE SUBMITTED ON THE PROPOSAL FORM ATTACHED AS EXHIBIT A. THIS REQUEST FOR CSP CONTAINS REQUIRED TERMS AND DESCRIPTIVE INFORMATION ABOUT THE SERVICES. RESPONSES NOT MADE AS 2
REQUEST FOR COMPETITIVE SEALED PROPOSALS BASEBALL/SOFTBALL COMPLEX PROJECT FOR DRIPPING SPRINGS ISD SET FORTH IN THE REQUEST FOR CSP MAY BE DEEMED NON-RESPONSIVE AND MAY NOT BE CONSIDERED. OFFERORS MAY RESPOND TO THE STADIUM IMPROVEMENTS ONLY, BASEBALL/SOFTBALL COMPLEX PROJECT ONLY, THE DATA CENTER PROJECT ONLY, OR ANY COMBINATION OF THE ABOVE. For questions regarding this Request for CSP, please contact Ms. Michelle Lyons, Purchasing Specialist, by email at Michelle.Lyons@dsisd.txed.net. Questions must be received no later than April 16, 2015 at 2:00 P.M. Questions will be responded to no later than April 20, 2015 at 2:00 P.M. Proposals are to include the information requested in Section V of this Request for CSP in the sequence and format prescribed. In addition to and separate from the requested information, Offerors submitting proposals may provide supplementary materials further describing their capabilities and experience. PRE-PROPOSAL CONFERENCE: A pre-proposal conference will be held on April 13, 2015 at 10:00 A.M. (CST) at the Administration Building located at 510 W. Mercer Street, Dripping Springs, Texas 78620. Attendance is encouraged by all Offerors. Following the deadline for receipt, the DSISD s staff will receive, publicly open, and read aloud the names of the Offerors and, if any are required to be stated, all prices stated in the proposals. Within forty-five (45) days after the opening of the Proposals, the DSISD shall evaluate and rank each Proposal submitted in relation to the selected criteria set forth below. The DSISD shall either select a construction contractor from the respondents to this Request for Competitive Sealed Proposals or reject all proposals. The recommended ranking shall be based on the data furnished by the Offerors in response to the Request for CSP. The following is a list of criteria and weight for each criterion. Unless modified by addendum prior to opening of the Proposals, the following listing of criteria and weight of criteria shall be utilized by the DSISD pursuant to Texas Government Code Chapter 2269, Subchapter D: WEIGHT CRITERIA 45 points The Price Proposal based on total proposal, including alternates if any 25 points Project Experience 15 points Project Scheduling Ability and Control 10 points Proposed Project Personnel 5 points Financial Information and Capability All responses in the Proposal may be used to help the DSISD select a contractor based on these criteria. The DSISD reserves the right to verify the accuracy and completeness of all responses 3
REQUEST FOR COMPETITIVE SEALED PROPOSALS BASEBALL/SOFTBALL COMPLEX PROJECT FOR DRIPPING SPRINGS ISD by utilizing any information available to the DSISD without regard to whether such information appears in the proposal. II. COMMITMENTS OF THE DSISD 1. The DSISD reserves the right to withdraw this Request for CSP at any time and for any reason. 2. Receipt of response by the DSISD or submission of a response to the DSISD or selection of an Offeror for the purposes of negotiating a contract; confers no rights to the Offeror, nor obligates the DSISD in any manner. 3. The DSISD reserves the right to award or not award a contract. The DSISD also will award the Contract to the party or parties that the Board of Trustees of the DSISD determines to be most qualified and most responsive to this Request for CSP. 4. The DSISD is under no obligation regarding this Request for CSP until a written contract is approved and executed by all parties and funding of the Project occurs. The DSISD s draft form of the agreement are attached as Exhibits B and C. 5. The cost of developing a response is the sole responsibility of the Offeror. The DSISD shall not provide reimbursement of such cost, and shall not be liable for any response preparation cost for any reason whatsoever. III. INSTRUCTIONS TO OFFERORS A. PROPOSAL FORM: The Proposal Form attached as Exhibit A must be filled out and signed by the Offeror. Offerors may respond to the Stadium Improvements Project only, Data Center Project only, the Baseball/Softball Complex Project only, all Projects, or any combination of Projects. These proposals are non-exclusive, and award of one Project to one Offeror does not create an entitlement to any of the other Projects. B. AGREEMENT: The Agreement between the Owner and Contractor shall consist of the following: 1. Standard Form of Agreement Between Owner and Contractor where the basis of payment is a Stipulated Sum, AIA Document A101-2007, as modified by the Owner (attached as Exhibit B). Offeror must state any requested modifications to these Contract Documents as part of its response to this Request. If no requests are made, Offeror will be expected to execute the Contract documents without modification. 2. General Conditions of the Contract for Construction, AIA Document A201-2007, as modified by the Owner (attached as Exhibit C). Note that Payment and Performance Bonds shall be required for the Project. Also note the other conditions included in all Exhibits. 3. Prevailing Wage Rates (attached as Exhibit E). 4. Plans and Specifications (attached as Exhibit F). C. TIME: Offeror agrees to hold the proposal open for acceptance for forty-five (45) calendar days from the proposal due date. 4
REQUEST FOR COMPETITIVE SEALED PROPOSALS BASEBALL/SOFTBALL COMPLEX PROJECT FOR DRIPPING SPRINGS ISD D. WITHDRAWAL OF PROPOSALS: Offerors may request permission to withdraw a proposal prior to the actual time for proposal opening. Such request must be made in person or in writing at the same location designated to receive the proposal. The DSISD will return the proposal documents unopened at that time. E. WAIVER: By submitting a proposal, each Offeror agrees to waive any claim it has or may have against the DSISD, its trustees, agents and employees, and any reference sources, arising out of or in connection with the administration, evaluation, or recommendation of any proposal; waiver of any requirements under the proposal documents; acceptance or rejection of any proposal; and award of the proposal. The DSISD shall have no contractual obligation to any Offeror, nor will any Offeror have any property interest or other right in the proposal or contract being proposed unless and until the contract is unconditionally executed and delivered by all parties, and all conditions to be fulfilled by the Offeror have been fulfilled by the Offeror. F. OTHER INFORMATION: The DSISD believes the information included in this Request for CSP is materially accurate, however, the DSISD does not warrant this information to be free from errors or omissions. Offerors are encouraged to inspect the premises prior to submitting a response. G. THE OFFEROR MUST SUBMIT THE FOLLOWING ITEMS: 1. PROPOSAL FORM: Exhibit A, signed by Offeror (ONE COPY). 2. RESPONSES TO INFORMATION REQUESTED: Section V, signed by Offeror (SIX COPIES, EXCEPT ONLY ONE COPY OF SECTION 4-5 OF SECTION V IS REQUIRED). 3. PROOF OF INSURABILITY: Submit a letter from your insurance provider stating provider s commitment to insure the applicant for the types of coverage at the levels specified in the CSP, if awarded a contract in response to this CSP. Offeror shall also submit a copy of current insurance certificate. 5. CONFLICTS OF INTEREST: Offeror acknowledges that it is informed that District Policy and Chapter 176 of the Texas Local Government Code requires that persons, or their agents, who seek to contract for the sale or purchase of property, goods, or services with the District, shall file a completed conflict of interest questionnaire with the appropriate district records administrator not later than the 7 th business day after the date that the person: (1) begins contract discussions or negotiations with the District; or (2) submits to the District an application, response to a request for qualifications, submissions or proposals, correspondence, or another writing related to a potential agreement with the District. The conflict of interest questionnaire form is available from the Texas Ethics Commission at www.ethics.state.tx.us. Completed conflict of interest questionnaires must be included with responses to this CSP. Please consult your own legal counsel if you have questions regarding the statute or form. 5
REQUEST FOR COMPETITIVE SEALED PROPOSALS BASEBALL/SOFTBALL COMPLEX PROJECT FOR DRIPPING SPRINGS ISD IV. SCOPE OF WORK; SCHEDULE The Scope of Work for the Stadium Improvements Project includes adding aluminum grandstands for 8,000 spectators (5,000 home/3,000 visitor with the ability to expand in the future) around the existing artificial turf field north of the high school, and also adding press box, concession/restroom/ticket buildings, an auxiliary field house, fencing, parking, pedestrian amenities, scoreboard, sound system, and other miscellaneous support elements. Additionally, the project includes work in the existing main field house where the weight room will be divided in half to create a wrestling room and locker rooms will be modified. The estimated budget for the Stadium Improvements Project, excluding professional fees, is: $18,171,500.00. The Scope of Work for the Data Center Project (also known as the Network Operations Center or NOC ) includes adding a new 1,750 square foot building addition to house a data center, workroom, and miscellaneous support spaces for the District s central network operations adjacent to the existing DAEP building east of the high school. The estimated budget for the Data Center Project, excluding professional fees, is: $750,000.00. The Scope of Work for the Baseball/Softball Complex is adding new competition baseball and softball fields in the vacant land north of the high school. Each field will include dugouts, bullpens, batting cages, press boxes, storage buildings, scoreboards, sound systems, and fencing. The baseball field will include grandstand seating for 800 and the softball field will include seating for 500. The two fields will share a new concession/restroom/ticket building, parking, and pedestrian amenities. The estimated budget for the Baseball/Softball Project, excluding professional fees, is: $4,112,790.00. PROJECT SCHEDULE: Pre-Proposal Conference: April 13, 2015 at 10:00 A.M. Questions Due: April 16, 2015 at 2:00 P.M. Responses to Questions Posted: April 20, 2015 at 2:00 P.M. Response to CSP Due: April 27, 2015 at 2:00 P.M. Ranking Board Action: Estimated May 26, 2015 Board Contract Approval: Estimated June 2015 Substantial Completion of Stadium Improvements Project by: July 27, 2016 Substantial Completion of Data Center Project by: January 11, 2016 Substantial Completion of Baseball/Softball Project by: January 11, 2016 6
REQUEST FOR COMPETITIVE SEALED PROPOSALS BASEBALL/SOFTBALL COMPLEX PROJECT FOR DRIPPING SPRINGS ISD OTHER REQUIRED DOCUMENTS The Offeror must complete and submit the Felony Conviction Notification Form and the Non- Collusion Statement attached as Exhibit D. WAGE RATES: The DSISD has ascertained and adopted a Prevailing Wage Schedule, attached as Exhibit E. Successful Offerors shall pay at least the minimum wage rate set forth in such Schedule to all employees and subcontractors performing work on this Project and in no event shall the successful Offeror pay less than the rate adopted. The scope of the work is more fully described in the Contract Documents available from the DSISD. TO THE EXTENT OF ANY CONFLICT BETWEEN THE TERMS OF THE PROPOSAL DOCUMENTS (INCLUDING THE SPECIFICATIONS), AND THE TERMS OF THE OWNER-MODIFIED AIA A101--2007 AND A201--2007 INCLUDED WITH THIS PROPOSAL, THE TERMS OF THE OWNER-MODIFIED AIA A101 AND A201 SHALL CONTROL. V. INFORMATION TO BE PROVIDED BY OFFERORS Please provide the following information concerning your firm. Section 1: General Information 1-1. Please provide a cover letter that includes the name, business address, telephone number, fax number, type of organization (individual, partnership, corporation, association), number of employees in the home and any field offices, a brief statement of interest and information regarding your organizational structure, availability, and intent to perform services. The letter shall also include general qualifications for selection and signature of an authorized officer of the Offeror who has legal authority in such matters. 1-2. List all professional or industry organizations in which your firm or its principals are members. 1-3. Describe any substantial changes in ownership of your firm during the past five (5) years. How many years has your firm operated in its current form of business operation? Section 2: Applicant Project Experience 2-1. Describe the most common problem or challenge that you have encountered in school construction and your method for addressing the issue. (Maximum length: 2 pages) 7
REQUEST FOR COMPETITIVE SEALED PROPOSALS BASEBALL/SOFTBALL COMPLEX PROJECT FOR DRIPPING SPRINGS ISD 2-2. Describe your firm s concepts for working a team relationship with the Owner and the Owner s design professional during the design and construction of major projects. 2-3. Provide a comprehensive list of all projects for which the applicant firm has provided comparable services for Texas Public School District in the past three (3) years. Include total project cost and Client/Owner contact information. 2-4. Provide a list of all projects involving construction of educational/athletic facilities for which Offeror has provided services in the last seven (7) years. The list shall indicate the name, owner, owner s contact, designers, state and completion dates, size, budget, final cost, managing principal, project architect and engineer, the number of change orders, and a brief description of each project. Identify projects that are currently under construction. 2-5. What do you bring to the project team that is unique? Please answer in essay form. 2-6. Describe your organization s safety program and provide your worker s compensation experience modification factor. List any safety awards your company has received within the past five (5) years. 2-7. Identify any claims or suits brought against your firm within the last five (5) years. 2-8. Describe all instances in which your firm was unable to complete the work under a contract. 2-9. Identify any judgments, claims, arbitration proceedings, or suits pending or outstanding against your firm or its officers. 2-10. Identify any lawsuits filed or arbitration requested by your firm with respect to construction contracts. Section 3: Scheduling Ability and Control 3-1. Describe the way your firm develops and maintains work schedules to coordinate with the Owner s project schedule. 3-2. Provide the following information for the five largest projects you currently have under contract: 1. Project Name 2. Location 3. Owner 4. Architect 5. Current Contract Amount 6. Percent Complete 7. Specified Contract Completion Date 8
REQUEST FOR COMPETITIVE SEALED PROPOSALS BASEBALL/SOFTBALL COMPLEX PROJECT FOR DRIPPING SPRINGS ISD 3-3. Provide a proposed schedule for Project completion by the Substantial Completion date. How many calendar days do you estimate construction of the Project will require? Section 4: Project Personnel 4-1. Provide a statement on the availability and commitment for all team members proposed for this Project. 4-2. Provide brief resumes (2 page limit) for the individuals listed below: a. Principals/Corporate Officers i. President ii. Vice President iii. Partners b. Project Management Candidates i. Project Manager ii. Superintendent 4-3. For the Project Manager and Superintendent candidates, please list up to three (3) people your firm considers qualified for each position. For each potential Project Manager and Superintendent, please provide the individual s total years of experience and experience relevant to this Project. Please also provide a list of the principal duties and responsibilities you anticipate assigning to the Project Manager and the Superintendent. 4-4. Describe the team proposed for this project and a description of planned efforts to provide quality work, meet schedules, and work within an agreed budget. 4-5. List all subcontractors and the work that each is anticipated to perform. Section 5: Financial Information and Capability 5-1. Provide the following financial information regarding your firm: a. Total amount of work performed as a general contractor for each of the past five (5) years. b. Bonding capacity, both per project and in the aggregate. c. Bank references, including banking representative name and title, name of bank, address, phone number. d. Bonding company references, including bonding representative name and title, name of bonding company, address, phone number. e. Dunn & Bradstreet rating, if available. 5-2. Explain in detail how your firm will handle warranty issues. 5-3. List the classifications of work or trades which you anticipate performing with in-house forces. 9
REQUEST FOR COMPETITIVE SEALED PROPOSALS BASEBALL/SOFTBALL COMPLEX PROJECT FOR DRIPPING SPRINGS ISD 5-4. Describe your proposed methods of cost control. VI. EXECUTION The foregoing is true and correct. The DSISD, or any authorized representative of the DSISD, is authorized by the undersigned to contact any firm, institution, or person listed above to obtain information about our firm's services, financial condition, and any other information which the DSISD might determine as being desirable. Offeror: By: (Signature) (Printed Name) (Title) 10
EXHIBIT A PROPOSAL FORM IDENTIFICATION OF OFFEROR AND ACCEPTANCE OF TERMS IMPORTANT: A proposal, to be valid, must be manually signed in ink by an authorized person in the space provided. By such signature, offeror agrees to strictly abide by the terms, conditions, and specifications set out in the Request for Competitive Sealed Proposal. 1.1 TO: Dripping Springs Independent School District Attn: Michelle Lyons, Purchasing Specialist 510 Mercer Street P.O. Box 479 Dripping Springs, Texas 78620 1.2 SUBMITTED BY: Address: Phone No.: Fax: Date: Signature: 1.3 PROPOSAL BREAKDOWN: Please write a dollar amount for each of the three Projects for which your firm wishes to submit a proposal. For any Project that your firm does not wish to respond to, please write N/A in the blank. The District will only consider Proposal items for which a dollar amount is written in the appropriate blank. Proposal Item No. 1: For the construction of the Stadium Improvements for Dripping Springs ISD in compliance with the Project Manual for the sum of: $ (Amount in figures) Proposal Item No. 2: For the construction of the Baseball/Softball Complex for Dripping Springs ISD in compliance with the Project Manual for the sum of: $ (Amount in figures)
Proposal Item No. 3: For the construction of the Data Center for Dripping Springs ISD in compliance with the Project Manual for the sum of: $ (Amount in figures) 1.4 ALLOWANCES: A. Stadium Improvements: 1. Section 01 5000 - Temporary Facilities and Control: Include the stipulated sum of $750.00 for purchase of project identification sign. 2. Pull Box Allowance: Include the stipulated sum of $15,000.00 for the purchase, delivery and installation of the final pull box locations and coordination. 3. Graphics Allowance: Include the stipulated sum of $15,000.00 for the purchase, delivery and installation of exterior graphics painting in locations to be determined by the Owner and the Architect. 4. Owners Contingency Allowance: Include the stipulated sum/price of $150,000.00 for use upon Architect's and Owner's instructions. 5. Construction Contingency Allowance: Include the stipulated sum/price of $150,000.00 for use upon Architect's and Owner's instructions. B. Baseball Softball Complex: 1. Section 01 5000 - Temporary Facilities and Control: Include the stipulated sum of $750.00 for purchase of project identification sign. 2. Graphics Allowance: Include the stipulated sum of $10,000.00 for the purchase, delivery and installation of exterior graphics painting in locations to be determined by the Owner and the Architect. 3. Owners Contingency Allowance: Include the stipulated sum/price of $50,000.00 for use upon Architect's and Owner's instructions. 4. Construction Contingency Allowance: Include the stipulated sum/price of $50,000.00 for use upon Architect's and Owner's instructions. C. Data Center Addition: 1. Section 01 5000 - Temporary Facilities and Control: Include the stipulated sum of $750.00 for purchase of project identification sign. 2. Data Allowance: Include the stipulated sum of $25,000.00 for the purchase, delivery, installation and coordination of the permanent data connectivity coordination between project sites. 3. Owners Contingency Allowance: Include the stipulated sum/price of $15,000.00 for use upon Architect's and Owner's instructions. 4. Construction Contingency Allowance: Include the stipulated sum/price of $15,000.00 for use upon Architect's and Owner's instructions.
1.5 ALTERNATES: A. Alternate Number 1A: 1. Remove and replace existing endzone panels with new panels as specified in Section 32 2964 and as detailed in the drawings, Sheet F304 $ B. Alternate Number 1B: 1. Remove and replace existing synthetic field with new field as specified in Section 32 2964 and as detailed in the drawings, Sheet F301 $ C. Alternate Number 2: 1. Provide Stadium Chair Seating as herein specified in Section 13 3416 where shown on the drawings in lieu of the seating indicated $ D. Alternate Number 3: 1. Provide custom colored riser plans as specified in Section 13 3416 where shown on the drawings in lieu of clear anodized aluminum. $ 1.6 UNIT PRICES: Please provide the following unit prices as part of the proposal. Unit prices apply to all Projects: Excavation (Dirt or Caliche) Excavation (Rock) Backfilling (On-Site) Reinforcing Steel, Straight or Bent Structural Concrete $ Cubic Yard $ Cubic Yard $ Cubic Yard $ Pound $ Cubic Yard Uncased Drilled Piers Complete including Reinforcing, concrete, accessories, and drilling 18 Diameter $ Lineal Foot 24 Diameter $ Lineal Foot 30 Diameter $ Lineal Foot Cased Drilled Piers Complete including reinforcing, concrete, accessories, drilling, and casing 18 Diameter $ Lineal Foot 24 Diameter $ Lineal Foot
30 Diameter $ Lineal Foot 1.7 ADDENDA: Undersigned acknowledges receipt of Addenda: (Nos. & Dates) 1.8 REVIEW OF CONTRACT AGREEMENTS The Proposer certifies that it has reviewed the AIA A101 2007 and AIA A201 2007, as modified by Owner and attached as Exhibits B and C. Yes No Proposer agrees that if any revisions are requested to the terms and conditions in the Agreements attached as Exhibits B and C, they are listed below or attached on a separate sheet and submitted with the Proposal response: Yes No Requested Revisions:
EXHIBIT B AIA A101 2007, AS MODIFIED BY OWNER
EXHIBIT C AIA A201---2007, AS MODIFIED BY OWNER
EXHIBIT D, ATTACHMENT 1 FELONY CONVICTION NOTIFICATION State of Texas Legislative Senate Bill No.1, Section 44.034, Notification of Criminal History, Subsection (a) states a person or business entity that enters into a contract with a school district must give advance notice to the district if the person or an owner or operator of the business entity has been convicted of a felony. The notice must include a general description of the conduct resulting in the conviction of a felony. Subsection (b) states a school district may terminate a contract with a person or business entity if the district determines that the person or business entity failed to give notice as required by Subsection (a) or misrepresented the conduct resulting in the conviction. The district must compensate the person or business entity for services performed before the termination of the contract. This notice is not required of a Publicly-held Corporation. I, the undersigned agent for the firm named below, certify that the information concerning notification of felony convictions has been reviewed by me and the following information furnished is true to the best of my knowledge. Vendor s Name: Authorized Company Official s Name (Printed): a. My firm is a publicly held corporation; therefore, this reporting requirement is not applicable: Signature of Company Official b. My firm is not owned nor operated by anyone who has been convicted of a felony. Signature of Company Official c. My firm is owned or operated by the following individual(s) who has/have been convicted of a felony: Name of Felon(s) Details of Conviction(s) Signature of Company Official
EXHIBIT D, ATTACHMENT 2 ACKNOWLEDGMENT FORM - NON-COLLUSION STATEMENT The undersigned affirms that they are duly authorized to execute this contract, that this company, corporation, firm, partnership or individual has not prepared this submission in collusion with any other proposer, and that the contents of this submission as to prices, terms or conditions of said submission have not been communicated by the undersigned nor by any employee or agent to any other person engaged in this type of business prior to the official opening of this submission. Vendor: Address: Phone: FAX: Respondent (Signature): Respondent (Print Name): Position with Company: Signature of Company Official Authorizing Submission: Company Official (Print Name): Official Position:
EXHIBIT E PREVAILING WAGE SCHEDULE AS ADOPTED BY THE DRIPPING SPRINGS INDEPENDENT SCHOOL DISTRICT BOARD OF TRUSTEES
EXHIBIT F PLANS AND SPECIFICATIONS