HomeMy WebLinkAboutRes 05-22 Authorizing an Agreement with Manhattan Constructioni i !
i � i 1, • !'
' ! 1 9'1 1 inlilhi !
WHEREAS, the Board of Alderman finds that the remodeling/conversion of the
existing office space to additional classrooms and related space will benefit the public; and
WHEREAS, the Board of Alderman finds that the services of Manhattan Construction
will provide better quality and efficiency in the said construction; and
WHEREAS, the Board of Alderman finds that the passage of this Resolution is in the
best interest of the public.
NOW, i. ' RESOLVED BY THE BOARD i OF TAE
TOWN OF WESTLAKE, TEXAS:
SECTION 1. The above findings are hereby found to be true and correct and are
incorporated herein in the entirety.
SECTION 2. The Board of Aldermen of the Town of Westlake, Texas, hereby approve
the agreement with Manhattan Construction Company relating to the Phase 1
remodeling/conversion of Pod E Civic Campus construction, attached hereto as Exhibit "A";
and further authorizes the Town Manager to execute said agreement on behalf of the Town of
Westlake, Texas.
SECTION 3. The construction cost of this project, has been adopted in the 2004/2005
amended budget.
PASSED AND APPROVED ON THIS 27t" DAY OF JUNE 2005.
ATTEST:
,.oLASSROOM CONVERSIONS
June 22 nd i!'
WAI: r ♦ m s ,
Town of Westlake
2650 JT Qttinger Rd.
Westlake, Tx. 76262
Phone 817-430-0941
Fax 817-430-1812
r
1000
Build Temp Partion
1010
Cap PlumbingLines/ ines/ Electrical Urxla
1020
Remove Appliances
1030
Dema ExisilM WaIWFloori Cabi_nr
1040
Frame New Walls/Hang HM FramE
1190
Clean Timber
1050
_
Core Stab for ElecdData
1060
Electrical/Data Rough In/inspections
107
Insulate Wall!
1080
Hang Sheetrock
1090
_
Tape and Bed
1100
_
Prime Paint
1110
Install Millwork
1120
Measure Window Glass
1140
_
Finish Paint
1150
Install Accousticai Panels
1220
Install Ceili2q Grid and Tile
1160
Install Marker Boards
1180
_
Install Flooring_
1170
Ha Doors/Hardware
1210
_
Etectrinal Trimout
1230
Remove Temp Pardon a
1130
Install Glass
1200
Final Clean/Punchlist
2d
2d 22JUN05
23JUN05
to Oulm i emp r-anw
/ Cap Plumbing Lines/ Electrical Under Slab
0 Remove Appliances
Goo Demo Exisitng Walls/Flooring/Cabinets
goo Frame New Walls/Hang HM Frances
0 Clean Timber
0 Core Slab for ElecJData
ME Electrical/Data Rough In/Inspections
I Insulate Walls
63 Hang Sheetrock
OMima Tape and Bed
0 Prime Paint
OMENOW Install Millwork
0 Measure Window Glass
an Finish Paint
Install Accoustical Panels
0 Install Ceiling Grid and Tile
O Install Marker Boards
0 Install Flooring
0 Hang Doors/Hardware
/ Electrinal Trimout
0 Remove Temp Partion
/ Install Glass
Final Clean/Pu
Id td 22JUN05 22JUN05
1d 1d 23JUN05 23JUN05
2d 2d 24JUN05 27JUN05
4d 4d 28JUN05 01JUL05
1d Idl 28JUN05 28JUN05
1d 1d 01JUL05 01JUL05
3d 3d 05JUL05 07JUL05
1d 1d 08JUL0". 08JUL0:
2d 2d 11JUL05 12JUL05
4d 4d 13JUL05 18JUL05
1d ld 19JUL05 19JUL05
5d 5d 20JUL05 26JUL05
1d 1d 25JUL05 25JUL05
2d 2d 27JUL05 28JUL05
2d 2d 29JUL05 01AUG05
1d td 29JUL05 29JUL05
1d 1d 02AUG05 02AUG05
1d td 03AUG05 03AUG05
1d 1d 04AUG05 04AUG05
1d 1d 04AUG05 04AUG05
Idl 1d 04AUG05 04AUG05
1d 1d 05AUG05 05AUG05
_ .1 ,._ ...—
Start date 22JUN05
Early bar
Finish date 09AUG05
Progress bar
Data date 22JUN05
Manhattan Construction
GIM Critical bar
Run date 20JUN05
Westlake Classroom AdditionSummale
bar
Pa number 1A
® start milestone point
lD Primavera Systems, Inc.
0 Finish milestone point
Section 8.1
1. WORK TO BE DONE
The work to be done as covered by these contracts and specifications consists of the
furnishing of all labor, materials, equipment, and incidentals for the remodel existing city
office area within one bay of the occupied building, to convert that space into a modular
classroom matching adjacent existing classrooms. Also convert existing city's space to a
matching one -bay extension of the school corridor with a new full -height wall and security
door to separate the school and city's spaces.
2. PREPARATION AND SUBMISSION OF PROPOSAL
In the bid proposal, the bidder shall fill in the blanks for the "Unit Price" and the "Total
Amount."
3. INTERPRETATION OF QUOTED PRICES
In case of difference between the written words and any figure in a proposal, the amount
stated in writing will be considered as the bid. The contract method will be unit pricing based
on actual quantities of work installed.
4. DISCREPANCIES IN BIDS
In case of lack of clearness of a proposal, the owner will adopt the most advantageous
construction thereof or reject the bid.
5. UNBALANCED BIDS
Unreasonable or unbalanced unit prices will be cause for rejection of any bids.
6. INTERPRETATION OF SPECIFICATIONS
Any questions as to the meaning of any specifications will be answered by addendum which
will be sent to all who have been furnished with contract documents and plans.
7. LOCAL LABOR
The Contractor, in so far as is practicable, will be expected to give preference to employment
of local citizens.
8. MATERIALS FURNISHED BY CONTRACTOR
The Contractor shall furnish all materials, regardless of their nature except as noted in the
special provisions and/or plans.
9. MANUFACTURERS CERTIFICATE
The Contractor shall furnish, if the owner so requests, a certificate from each of the
manufacturers whose materials are used on this project stating that the materials and
supplies fulfill or exceed the requirements set out in these specifications.
10. AFFIDAVIT OF BILLS PAID
Prior to final acceptance of this project by the owner, the contractor shall execute an affidavit
that all bills for labor, material, rental, subcontractor's work and any other incidentals have
been paid in full and there are no claims pending of which he has been notified.
11. PLANS TO CONTRACTOR
The contractor will be furnished with one (1) sets of plans. Should he desire more than one
(1) sets, he may buy them for $25.00 per complete set.
12. LABOR CLASSIFICATION AND MINIMUM WAGE SCALE
Attention is called to the fact that a minimum scale of wages to be paid to employees engaged
in the work under this contract does not release the contractor from compliance with any state
wage law that may be applicable. The contractor shall abide by the wage and hour laws of the
state and must not pay less than the rates prescribed.
13. TIME ALLOWED FOR CONSTRUCTION
The contractor shall commence work in not more than 5 calendar days after the work order
has been issued and shall be substantially complete within thirty-five (35) calendar days of
issuance of the work order. Work on the project shall start on June 22nd 2005 and must be
completed on later than August 5th 2005. Liquidated damages shall be charged in the amount
of $150.00 per day for not completing the work within the allotted time. The days charged
shall begin at the earlier of the date the contractor proceeds with construction or 5 calendar
days after the work order has been issued by the Town of Westlake. The Contractor shall
submit in writing to the Town any request for additional time due to weather delays.
Contractor will meet with the town responsive weekly to update their progress of the project.
14. SPECIAL INFORMATION - SALES TAX
The owner qualifies as an exempt agency as defined by the statutes of the State of Texas. The
Contractor shall comply with all statutes and rulings of the State Comptroller. On unit price
contracts, a final change order will be required to make final adjustment to reflect actual costs
for sales tax data.
15. INSURANCE
The Contractor shall furnish and maintain during the life of the contract adequate Worker's
Compensation and Commercial General Liability (Public) Insurance in such amounts as
follows:
Type of Insurance
1. Workerman's Compensation
2. Commercial General
Liability (Public)
Products Comp/Ops Agg. $1,000,000
Amount
As set forth in the Worker's
Compensation Act.
Each Occurrence $500,000
General Aggregate $1,000,000
The Town of Westlake and Manhattam Construction Company shall be named as an
additional insured on the Commercial General Liability (Public) Insurance Policy furnished
by the Contractor.
Each insurance policy shall contain a provision requiring that thirty (30) days prior to
expiration, cancellation, non -renewal or any material change in coverage, a notice thereof
shall be given by certified mail to the Town of Westlake, 2650 J. T. Ottinger Road, Westlake,
Texas 76262.
Companies issuing the insurance policies shall have no recourse against the Town for
payment of any premiums or assessments for any deductibles which are at the sole
responsibility and risk of the Contractor.
Certificate of proof that the insurance is in force shall be furnished to the Town.
The coverage's provided herein shall be primary and noncontributory with any other
insurance maintained by the Town of Westlake, Texas, for its benefit, including self
insurance.
In the event any insurance policy shown on the Certificate of Insurance has an expiration date
that is prior to the completion and final acceptance of the project by the Town of Westlake,
the Contractor shall furnish the Town proof of identical continued coverage no later than ten
(10) days prior to the expiration date shown on the Certificate of Insurance.
The Contractor shall not commence work on any Contract in the Town of Westlake until the
Contractor has obtained all the insurance required under this paragraph and such insurance
has been approved by the Town.
16. Contractor's most have a Per -bid bond and provide certification.
==BIDDERSIST IJ�'I' I+l
(Must be signed by the Contractor)
The Town of Westlake wishes to thank you in advance for bidding on this project. Please be
aware of the following requirements for bidding Town of Westlake work. It is important that you read and
understand these qualification factors in order to achieve a rapid and smooth completion of the process. All
pertinent documents required by law and these instructions must be correctly completed. A successful
completion of them, will not only benefit the Town of Westlake, but also you as the contractor, because
among other things, the money reserved for the project will be ready to be used in your project and prompt
scheduled payment may be made without any further delays. If you are unable to comply with formal
requirements or fail to exercise due diligence in completing the required contract forms, the contract may
be awarded to the next lowest bidder for the reason time is of the essence in these projects.
BASIC FORMS REQUIRED BY THE TOWN OF WESTLAKE
THE FOLLOWING FORMS MUST BE COMPLETED BY THE CONTRACTOR AND IT'S
INSURANCE COMPANY
1. Proposal (to be completed by the contractor)
2. Standard Form of Agreement (to be completed by the contractor)
3. Corporate Acknowledgment; or
Single Acknowledgment; or
Partnership Acknowledgment
NOTE: Which ever is applicable to the contractor, just one must be completed, and shall be
notarized.
4. Bonds : Pre-bid Bond; Payment Bond and Maintenance Bond
6. Power of Attorney or Certificate of Authority of Attorney(s) In -Fact (issued by the surety's
company)
7. Town of Westlake Certificate of Insurance form (to be completed by the insurance company)
8. Indemnification by the Contractor (to be completed by the contractor)
REMINDER:
(a) All signatures must be originals.
(b) Make sure the appropriate forms have been correctly notarized.
INDEMNIFICATION BY CONTRACTOR
Town shall not be liable or responsible for, and shall be saved and held
harmless by Contractor from and against any and all suits, actions, losses,
damages, claims, or liability of any character, type, or description,
including all expenses of litigation, court costs, and attorney's fees for
injury or death to any person, or injury to any property, received or
sustained by any person or persons or property, arising out of, or
occasioned by, directly or indirectly, the performance of Contractor under
this agreement, including claims and damages arising in part from the
negligence of Town, without; however, waiving any governmental
immunity available to the Town under Texas law and without waiving any
defenses of the parties under Texas law. The provisions of this
indemnification are solely for the benefit of the parties hereto and not
intended to create or grant any rights, contractual or otherwise, to any
other person or entity.
It is the expressed intent of the parties to this Agreement that the indemnity
provided for in this section is an indemnity extended by Contractor to
indemnify and protect Town from the consequences of Town's own
negligence, provided, however, that the indemnity provided for in this
section shall apply only when the negligent act of Town is a contributory
cause of the resultant injury, death, or damage, and shall have no
application when the negligent act of Town is the sole cause of the
resultant injury, death, or damage, unmixed with the legal fault of another
person or entity.
Contractor further agrees to defend, at its own expense, and on behalf of
Town and in the name of Town, any claim or litigation brought in
connection with any such injury, death, or damage.
The Contractor will secure and maintain Contractual Liability insurance to cover this
indemnification agreement that will be primary and noncontributory as to any insurance
maintained by the Town for its own benefit, including self-insurance. In addition,
Contractor shall obtain and file with Town a Town of Westlake Certificate of Insurance
evidencing the required coverage.
Name (Please Print)
Title
THE UNDERSIGNED BIDDER AGREES TO COMMENCE WORK WITHIN FIVE (5)
DAYS AFTER THE DATE OF WRITTEN NOTICE TO COMMENCE WORK, AND TO
SUBSTANTIALLY COMPLETE THE WORK ON WHICH HE HAS BID WITHIN 35
CALENDAR DAYS AS PROVIDED IN THE GENERAL CONDITIONS OF
AGREEMENT.
ENCLOSED WITH THIS PROPOSAL IS A CASHIER'S OR CERTIFIED CHECK
FOR 4% Greatest Amount Bid
($ 4% GAB ) DOLLARS, OR A PROPOSAL BOND IN THE SUM OF ( )
DOLLARS, WHICH IT IS AGREED SHALL BE COLLECTED AND RETAINED BY THE
OWNER AS LIQUIDATED DAMAGES IN THE EVENT THIS PROPOSAL IS
ACCEPTED BY THE OWNER WITHIN TEN (10) DAYS AFTER THE DATE
ADVERTISED FOR THE RECEPTION OF BIDS AND THE UNDERSIGNED FAILS TO
EXECUTE THE CONTRACT AND THE REQUIRED BOND WITH THE OWNER,
UNDER THE CONDITIONS HEREOF, WITHIN FIVE (5) DAYS AFTER THE SAID
PROPOSAL IS ACCEPTED BY THE OWNER AND RECEIVED BY THE
UNDERSIGNED; OTHERWISE, SAID CHECK OR BOND SHALL BE RETURNED TO
THE UNDERSIGNED UPON DEMAND.
THE UNDERSIGNED HEREBY DECLARES THAT HE HAS VISITED THE SITE AND
HAS CAREFULLY EXAMINED THE CONTRACT DOCUMENTS RELATIVE TO THE
WORK COVERED BY THE ABOVE BID.
RESPECTFULLY SUBMITTED:
Section 8.2 AGREEMENT
THIS AGREEMENT is dated as of the 22nd day of June in the year 2005, by and between the Town of
Westlake, Texas (hereinafter called OWNER) and Manhattan Construction Comany. (hereinafter called
CONTRACTOR).
OWNER and CONTRACTOR, in consideration of the mutual covenants hereinafter set forth, agree as
follows:
Article 1. WORK.
CONTRACTOR shall complete all Work as specified or indicated in the Contract Documents. The Work is
generally described as follows:
Civil Campus Expansion
from
Classroom Conversions Pod E
Article 2. General Contractor
The Town General Contractor who is hereinafter called Manhattan Construction Company (MCC) and who
is to act as OWNER'S representative, assume all duties and responsibilities and has the rights and authority
assigned to MCC by the OWNER in connection with completion of the Work in accordance with the
Contract Documents.
Article 3. CONTRACT TIME.
3.1. CONTRACTOR agrees to commence work within ten (5) days after the date of written notice to
commence work, and to complete the work on which he has bid within 35 calendar days as provided
in the General Provisions and Requirements.
Article 4. CONTRACT PRICE.
4.1. OWNER shall pay CONTRACTOR for completion of the Work on a tint Price Work Basis in
accordance with the Contract Documents in current funds based on the measured quantities and the unit
prices stated in the Proposal.
Article 5. PAYMENT PROCEDURES.
CONTRACTOR shall submit Applications for Payment on work completed during the previous month on
the first day of the month. CONTRACTOR shall present only one Application for Payment each month.
Applications for Payment will be processed by MCC and OWNER shall make payment to CONTRACTOR
within thirty (30) days of the date of the invoice.
Article 6. INTEREST.
All moneys not paid when due shall bear interest at the maximum rate allowed by law at the place of the
Proj ect.
In order to induce OWNER to enter into this Agreement, CONTRACTOR makes the following
representations:
7.1. CONTRACTOR has familiarized itself with the nature and extent of the Contract Documents,
Work, site, locality, and all local conditions and Laws and Regulations that in any manner may affect cost,
progress, performance or furnishing of the Work.
7.2. CONTRACTOR binds itself to use such materials and so construct the work that it will remain in
good repair and condition for and during the period of two (2) years from the date of the repair and to
maintain said work in good repair and condition for said term of two (2) years. CONTRACTOR binds itself
to repair or reconstruct the work in whole or in part at any time within said period, if in the opinion of the
MCC, it be necessary.
7.3. To the fullest extent permitted by laws and Regulations, CONTRACTOR shall indemnify and
hold harmless OWNER and MCC and their consultants, agents and employees from and against all claims,
damages, losses and expenses, direct, indirect or consequential (including but not limited to fees and
charges of engineers, architects, attorneys and other professionals and court and arbitration costs) arising
out of or resulting from the performance of Work, provided that any such claim, damage, loss or expense
(a) is attributable to bodily injury, sickness, disease or death, or to injury to or destruction of tangible
property (other than the Work itself) including the loss of use resulting there from and (b ) is caused in
whole or in part by any negligent act or omission of CONTRACTOR, and Subcontractor, any person or
organization directly or indirectly employed by any of them to perform or furnish any of the Work or
anyone for whose acts any of them may be liable, regardless of whether or not it is caused in part by a party
indemnified hereunder or arises by or is imposed by Laws and Regulations regardless of the negligence of
any such party.
7.4. In any and all claims against OWNER or MCC or any of their consultants, agents or employees by
any employee of CONTRACTOR, any Subcontractor, any person or organization directly or indirectly
employed by any of them to perform or furnish any of the Work or anyone for whose acts any of them may
be liable, the indemnification obligation under paragraph 7.3 shall not be limited in any way by any
limitation on the amount or type of damages, compensation or benefits payable by or for CONTRACTOR
or any such Subcontractor or other person or organization under workers' or workmen's compensation acts,
disability benefit acts or other employee benefit acts.
Article 8. Contract Documents
The Contract Documents which comprise the entire agreement between OWNER and CONTRACTOR
concerning the Work consist of the following:
8.1. Instructions consisting of three (3) pages.
8.2 This Agreement consisting of four (4) pages.
8.3 Proposal consisting of five (5) pages.
8.4 Project scope classroom conversion consisting of two (2) pages.
8.5 Construction Plans consisting of fourteen (10) sheets.
There are no Contract Documents other than those listed above in this Article 8.
Article 9. TERMINATION
OWNER may terminate contract if CONTRACTOR persistently fails to perform the work in accordance
with the Contract Documents including, but not limited to, failure to supply sufficient skilled workers, or
suitable materials or equipment, or otherwise violates in any substantial way any provisions of the Contract
Documents. OWNER may, after giving CONTRACTOR seven (7) days written notice and to the extent
permitted by Laws and Regulations, terminate the services of CONTRACTOR, exclude CONTRACTOR
from the site and take possession of the Work.
Article 10. MISCELLANEOUS.
10.1. No assignment by a party hereto of any rights under or interests in the Contract Documents will be
binding on another party hereto without the written consent of the party sought to be bound, and
specifically but without limitation moneys that may become due and moneys that are due may not be
assigned without such consent (except to the extent that the effect of this restriction may be limited by law),
and unless specifically stated to the contrary in any written consent to an assignment, no assignment will
release or discharge the assignor from any duty or responsibility under the Contract Documents.
10.2. OWNER and CONTRACTOR each binds itself, its partners, successors, assigns and legal
representatives to the other party hereto, its partners, successors, assigns and legal representatives in respect
of all covenants, agreements and obligations contained in the Contract Documents.
IN WITNESS WHEREOF, OWNER and CONTRACTOR have signed five copies of the Agreement.
Three counterparts have been delivered to OWNER, and one counterpart each has been delivered to MCC
and CONTRACTOR. All portions of the Contract Documents have been signed or identified by OWNER
and CONTRACTOR or by MCC on their behalf.
This agreement will be effective on the 22nd day of June, 2005.
ff�-KIMI
Town of Westlake, Texas
By: �— By:
Trent Petty, Ta&zn-Manager
ATTEST:
Jean Dwinnell , Town Secretary
Address for giving notices: Address for giving notices:
2650 J. T. Ottinger Road
Westlake, Texas 76262
List name of person to whose attention
notices are to be sent:
(If CONTRACTOR is a Corporation,
attach evidence of authority to sign. )
Town of Westlake
3 Village Circle
Suite 207, Solana
Westlake, Texas 76262
Provide the following services to supervise contractors with a prime contract with
the Town for the renovation of Municipal space into Classroom space.
Service Cost
Weekly
Daily
Hourly
Superintendent
$2,450.00
$490.00
$61.25
Truck
$ 195.00
$ 39.00
$ 4.88
Gas/Oil
$ 100,00
$ 20.00
$ 2.50
Cell Phone & Service
$ 35.00
$ 7.00
$ 0.87
Computer & Software
$ 50.00
$ 10.00
$ 1.25
Reimbursable costs could include the following if required:
*ffice Supplies
Construction Materials
Safety Materials
Submitted by:
Robert Bowen
to M MWO M -
90710 • -�[M
Trent -Petty
14
Date Date
Section 8.4
WESTLAKE SCHOOL CLASSROOM CONVERSIONS POD E
General: Remodel existing City office area within one bay of the occupied building, to convert that space
into a modular classroom matching adjacent existing classrooms. Also convert existing City's space to a
matching one -bay extension of the school corridor with a new full -height wall and security door to separate
the school and City's spaces. Remodel the existing City Plan Room to accommodate a new entry into its
space.
Specific:
1. Due to close proximity of other City daily operations, work on this Project by selected contractors is to
be closely coordinated with the City's Project Manager (Mr. Troy Meyer, 817-490-5735, or fax 817-
430-1812) so as to minimize interference with normal daily operations. Contractor's daily work hours
and if high noise or vibration is to be generated, those must be coordinated beforehand with the Project
Manager.
2. Contractor will install heavy-duty work separation draping and/or hard barriers between work area and
office areas, and cut off supply and return air to minimize dust transferal to other spaces. Work to be
as approved by Project Manager.
3. No exterior work is contemplated for this project. Contractors will obtain City Project Manager's
approval of lay -down, parking, access areas and security fencing as needed.
4. In the renovated classroom and adjacent school corridor, all finishes, surfaces, and millwork shall
match the existing adjacent classroom and school corridors. In case of conflict between construction
document details and actual as -built condition to match, the as -built condition willog vern. If a conflict
arises, the City's Project Manager will resolve it, with the architect providing assistance as needed.
5. Original MEP design assumed eventual changing back to schoolroom and school corridor occupancy
in this area. Therefore, this project involves minimal changes (removal, capping, rerouting, etc.) of
existing mechanical, plumbing and electrical systems now serving the temporary City office spaces,
back to matching systems in existing classroom and corridor areas. The same applies for alarms,
detectors, P/A speakers, etc., whether or not mentioned in these documents.
6. Certain finishes or products may require longer ordering lead-time; if so, contractors shall get samples
to Project Manager for approval as early as possible so as to minimize delays.
7. The original "Materials Selection Schedule" is attached as part of these documents, for general
information; however, certain as -built selections were changed during construction. Therefore the
contractor shall insure that the new materials in this project do in fact match the existing classrooms
and corridors. In case of conflicts, the as -built conditions willog vern.
8. Two Alternates and all Millwork will require separate price breakouts as part of the final proposals.
Alternate #1 is to provide a folding classroom partition matching one of the other classroom folding
partitions, in lieu of a fixed wall with shelving units. The Project Manager will designate which
existing classroom to duplicate. Alternate 42 is to provide eight (8) in -classroom lockers to be
installed by two's in four existing classrooms, as located by the Project Manager.
9. Contractor's Proof of Liability Insurance will be provided to the Project Manager as part of their
Proposals, at a level of coverage that he will assign.
10. Work on this project must be completed no later than August 5b, 2005.
11. Alternate #3 is described as follows, with no drawing changes required: "Alternate #3: Omit folding
partition described in Alternate #2 (west wall of classroom #205), and provide finished west wall
surface shown on base bid documents. The east wall of classroom #205 will be a "temporary" wall
running flush under rough sawn wood beam at the ceiling, down to the floor. This "temporary" full -
height drywall will be finished with same color and texture paint as other classrooms, with a rubber
cove base. At a later date this wall will be replaced with a permanent folding wall partition.
12. The relocation of the door on room 259 will need to removed and placed in the new location with 48
hours.
11 i
1. The Contractor shall perform such clean-up work as is deemed necessary by the town.
The work shall at all times present a neat and orderly appearance, and all cleaning up shall be
completed and all construction machinery and equipment, surplus materials.
3. The Contractor is require by the town ordinance to use Trinity Waste for all wast disposal contaners use
on the project.
RUMMY / iUM
1. The Contractor shall dispose of all refuse at a Texas Department of Health (TDH) approved landfill.
2. A list of all landfills having a TDH permit is available at the Arlington Office of TDH. The North
Central Texas Council of Governments (NCTCOG) has prepared, for sale, a list of all landfills in the
NCTCOG region. The DlFW landfill is listed in the telephone book "Yellow Pages".
3. Alternately, the Contractor may arrange with a Commercial waste firm to simply supply a roll -off bin
for disposal purposes. Several private regional landfills are available in the NCTCOG area. The
contractor shall determine which method best fits the project requirements.
PROJECT SCOPE — WESTLAKE SCHOOL CLASSROOM CONVERSIONS
General: Remodel existing City office area within one bay of the occupied building, to
convert that space into a modular classroom matching adjacent existing classrooms.
Also convert existing City's space to a matching one -bay extension of the school corridor
with a new full -height wall and security door to separate the school and City's spaces.
Remodel the existing City Plan Room to accommodate a new entry into its space.
Specific:
1. Due to close proximity of other City, daily operations, work on this Project by selected
contractors is to be closely coordinated with the City's Project Manager (Mr. Troy
Meyer, 817-490-5735, or fax 817-430-1812) so as to minimize interference with
normal daily operations. Contractor's daily work hours and if high noise or vibration
is to be generated, those must be coordinated beforehand with the Project Manager.
2. Contractor will install heavy-duty work separation draping and/or hard barriers
between work area and office areas, and cut off supply and return air to minimize
dust transferal to other spaces. Work to be as approved by Project Manager.
3. No exterior work is contemplated for this project. Contractors will obtain City Project
Manager's approval of lay -down, parking, access areas and security fencing as
needed.
4. In the renovated classroom and adjacent school corridor, all finishes, surfaces, and
millwork shall match the,existinq adjacent classroom and school corridors. In case of
conflict between construction document details and actual as -built condition to
match, the as -built condition will govern. If a conflict arises, the City's Project
Manager will resolve it, with the architect providing assistance as needed.
5. Original MEP design assumed eventual changing back to schoolroom and school
- corridor occupancy in this area. Therefore, this project involves minimal changes
(removal, capping, rerouting, etc.) of existing mechanical, plumbing and electrical
systems now serving the temporary City office spaces, back to matching systems in
existing classroom and corridor areas. The same applies for alarms, detectors, PIA
speakers, etc., whether or not mentioned in these documents.
6. Certain finishes or products may require longer ordering lead-time; if so, contractors
shall get samples to Project Manager for approval as early as possible so as to
minimize delays.
7. The original "Materials Selection Schedule" is attached as part of these documents,
for general information; however, certain as -built selections were changed during
construction. Therefore the contractor shall insure that the new materials in this
project do in fact match the existing classrooms and corridors. In case of conflicts,
the as -built conditions will govern.
8. Two Alternates and all Millwork will require separate price breakouts as part of the
final proposals. Alternate #1 is to provide a folding classroom partition matching one
of the other classroom folding partitions, in lieu of a fixed wall with shelving units.
The Project Manager will designate which existing classroom to duplicate. Alternate
#2 is to provide eight (8) in -classroom lockers to be installed by two's in four existing
classrooms, as located by the Project Manager.
9. Contractor's Proof of Liability Insurance will be provided to the Project Manager as
part of their Proposals, at a level of coverage that he will assign.
10. Work on this Droiect must be completed no later than
11. Alternate #3 is described as follows, with no drawing changes required: "Alternate
#3: Omit folding partition described in Alternate #2 (west wall of classroom #205), and
provide finished west wall surface shown on base bid documents. The east wall of
classroom #205 will be a "temporary" wall running flush under rough sawn wood beam at
the ceiling, down to the floor. This "temporary" full -height drywall will be finished with
same color and texture paint as other classrooms, with a rubber cove base. At a later
date this wall will be replaced with a permanent folding wall partition.
GideonToal
Architecture . Engineering. Planning
Interiors. Landscape Architecture
A1.00 SCOPE, WORK AREA LEGEND, SHEET INDEX
A1.01 DEMOLITION PLAN, FLOOR PLAN
A1.02 REFLECTED CEILING PLAN, PLUMBING PLAN
A1.03 MECHANICAL PLAN, POWER PLAN INCLUDING SYSTEMS
A1.04 CLASSROOM ELEVATIONS, DETAILS
A1.05 CLASSROOM DETAILS
A1.06 CLASSROOM AND CORRIDOR ELEVATIONS
A1.07 DETAILS AND ROOM FINISH SCHEDULE
A1.08 DETAILS OF ALTERNATE NUMBERS 1 & 2
A1.09 MATERIALS SELECTION SCHEDULE AND NOTES
NOT TO
SCHOOL
r %�5
GNB ��YJs»as
�
JOB N0.
5128.00
PAGE NO.STL
CLASSROOM CONVERSIONS
RE.oIJ l SALDO,�.ol,AJ,0Z
C
DATA
3�18�05
ESTLAKE, TEXAS
,_
DRAWN BY
WG14. -[A1-.0
.