Loading...
HomeMy WebLinkAboutRes 05-24 Authorizing an Agreement with Humphrey and AssociatesTOWN OF WESTLAKE RESOLUTION NO. 05-24 A RESOLUTION OF THE BOARD OF ALDERMEN OF THE TOWN OF WESTLAKE, TEXAS, AUTHORIZING THE TOWN MANAGER TO ENTER INTO AN AGREEMENT WITH HUMPHREY & ASSOCIATES INC. FOR CONSTRUCTION WORK RELATED TO THE PHASE I REMODELING/CONVERSION OF POD E CIVIC CAMPUS FROM OFFICE SPACE TO ADDITIONAL CLASSROOMS AND RELATED SPACE 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 and agrees with the proposed services of Humphrey & Associates Inc. to perform all necessary work for the power, PA systems, fire alarm strobe, horn and devices for the classroom conversions of Pod E; and WHEREAS, the Board of Alderman finds that the passage of this Resolution is in the best interest of the public. NOW, THEREFORE, BE IT RESOLVED BY THE BOARD OF ALDERMEN OF THE 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 Humphrey & Associates Inc relating to the Phase I 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 27th DAY OF JUNE 2005. ATTEST: plan Dwinnell, Town Secretary APPROVED O F L. nton o Attorney r�- rt— AAgglea4i Scott Bradl y, Mayor Trent O. Petty, To anager Civil Campus Expansion FROM CLASSROOM CONVERSIONS POD E June 22nd 2005 DON REDDING LARRY SPARROW TOWN OF WESTLAKE SCOTT BRADLEY MAYOR BOARD OF ALDERMEN FRED HELD — MAYOR PRO TEM TRENT O. PETTY TOWN MANAGER Town of Westlake 2650 JT Ottinger Rd. Westlake, Tx. 76262 Phone 817-430-0941 Fax 817-430-1812 BUDDY BROWN BILL FREY 1000 Build Tamp Partion 2cl 21ll 22JUN05 123JUN05 1010 _ !Dap Plumbing Lines! Electrical Unrler Slab Id 1d 22JUN05 22JUN05 1020 Remove harkces 1d 1d 23JUN05 23JUN05 1030 _ Demo Exirjlrg Walls/Floori Cabinets 2d 2d 24JUNO5 27JUN05 1040 Frame New WaIWHang HM Fra rres 4d 4d 28JUN05 01JUL05 1190 1 Clean Timber ld ld 26JUN05 28JUN05 01JUL09 1050 Core Slab for Eww-10ala 1d 1d 01JULOS 1060 ElectricaliDala Rough In/Ins ec ic-r s 3d 3d 05JUL05 07JUL05 107 Insulate Wall: Id td OBJULO`._ 08JUL0; 1080 Hang Sheetrock 2d 2d 11JUL05 12JUL05 1090 _ Tape and Bed 4d 4d 13JUL05 18JUL05 19JUL05 26JUL05 1100 Prime Paint 1d ld 19JUL05 1110 install Millwork 5d 5d 20JULOS 1120 _ Measure Window Glass 1d 1d 25JUL05 25JUL05 1140 Finish Paint 2d 2d 27JUL05 28JUL05 1150 Install Accoustical Panels 2d 2d 29JUL05 OIAUG05 1220 Install Ceding Grid and Tile 1d 1d 29JUL05 29JUL05 1160 _ Install Marker Boards Id ld 02AUG05 02AUG05 03A0005 _ 1180 Install Flooring ld1d 03AUG05 1170 Hang Doors/Hardware 10 ld 94AUG05 04AUG05 1210 ElectrinaI Trimout 1cf Id 04AUG05 04AUG05 1230 Remove Temp Panion Idl Id 04AUG05 04AUG05 1130 Install Glass 1d 1d 05AU 105 OSAUG05 1200 Final Clean/Punchlist �! 3,11 3dj 05A7)5 09AUG05 Finish date 09AUG05 Data date 22JUN05 Run date 20JUN05 Page number 1A P Primavera Systems, Inc Cap Plumbing Lines/ Electrical Under Slab 1 Remove Appliances a Deno Exisiing Wails/Fboring/Cabinels 1� Frame New WaNs/Hang HM Frames I Clean Timber I Gore Slab for Elec/Dala t;ai ElectricaYDala Rough In/Inspections I Insulate Walls IRI Hang Sheelrock Tape and Bed 1 Prime Palnl Install Millwork I Measure window Glass M Finish Paint as>•s Install Aecouslical Panels Install Ceiling Grid and Tile I Install Marker Boards Install Flooring I Hang Doors/Hardware I Electrinal Trimout I Remove Temp Portion Install Glass a Final Clean/Pu Manhattan Construction Westlake Classroom Addition 0 Early bar Progress bar D Critical bar �Sun1n try bar O Start milestone point 0 Finish milestone poir Section 8.1 INSTRUCTIONS 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 I he 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 be 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 5d' 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. BIDDERS INSTRUCTIQNS (Must be signed by the Contractor) ATTENTION TO ALL BIDDERS: 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 Iaw 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 REOUIRED BY THE TOWN OF WE TLAKE THE FOLLOWING FORMS MUST BE COMPLETED BY THE CONTRACTOR AND IT'S INSURANCE COMPANY 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 Attorricy(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. uvl,lpally N'a1,,a I�,v11L aL,L j Signature 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: SEAL - IF BIDDER A CORPORATION Section 8.2 AGREEMENT BETWEEN TOWN AND CONTRACTOR 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 Humphrey & Associates Inc.. (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 TIMF- 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 Unit 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 S. 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 b. INTEREST. All moneys not paid when due shall bear interest at the maximum rate allowed by law at the place of the Project. Article 7. CONTRACTOR'S REPRESENTIONS. 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 terns 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 pemiitted by Laws and Regulations, terminate the services of CONTRACTOR, exclude CONTRACTOR from the site and take possession of the Work. Ar i h 7 1!SCE T A RTE/>i lS 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 22 d day of June, 2005. OWNER: Town of Westlake, Texas By: Trent Petty, T Manage ATTES Jean Dw' ell, Town Secretary Address for giving notices: 2650 J. T. Ottinger Road Westlake, Texas 76262 CONTRACTOR: Hbrey & Associates Inc. i Sawberger, Cotnract Admin. Address for giving notices: 11235 Shady Trail Dallas. TX 75229 List name of person to whose attention notices are to be sent: Don Ezzell (If CONTRACTOR is a Corporation, attach evidence of authority to sign. ) Section 8.3 Bid Proposal WESTLAKE SCHOOL CLASSROOM CONVERSIONS 81D PROPOSAL naeor:l: dXcer ee visingj city CIM, re area wathin arm pay a; the =p1C(, hoilrilrtp, to eonueri that sfmca into a modular cassroarn tttatdtlnQ adj6eertt elda5ag classrooms, Alio cors as eKlsiang rikY's aPpce tR a m:tching one -boy esrtgrlsian al the erula rl corridor Yrikt t naso fart,-4�sig!;4 :Nall nncisasuri}y daorio separate the schmt a nd ei�ys aAaros- Komodo] 1h2 2s-si+nq Oily Phn Roorn +a arr�,mm Withz a new entry into im space. pursuant to the foregoing Fmtkx 10 NNdde,s, the undersignad Sadder hereby proposes 1D Wall she materials aro equipment to complete all the work upon whlCh he bids, as provided try the attatltetl Spill flims and ahavm a r rd plans and hinds himsag on &&cel ce of his iompo alio exeeedr a Cana Prtrad and bond, aacsrdha to it aG'.nrn a ail necessary -alma parmrm,ng and cDtrnpleting the said lvarx within the tale slated and m:intainiag same as required by lire GCl2?edas�na inrr is fa yecF. calions far be LLam A Approzirriale t)rscrtpthan Of Nems s th hid prices Fu Quantity , Wrin®n In wands Urm Price Total Amount nleh and Ons m $rtoludtnj):s apptia'tenant work,campale in piece, the latavring items please Apia: Tho doors 3YId lir7me5 wflf he rBll possiairle, 5ed in ME VDJect All *a systarn snrd mimetic devices wll DC reused when PlurnbIn Power ReMMl esinkandeapa&supply;§nee under is bighed floor see A1.02 far a Sum of: g 5 NIA uolhare and VHS ❑emo illion. 8 tlellrtS remova3 seg/,'I 03 IDr i s a gum of : ^� ry00R� S, ,$ 62.00 and Gallars --,- -CenlS GFC) plugs and data ouue:s se€ Al 03 ;or it iiA sum of: g �5 7,SQO.QC DClsars and Cer la 3 EA Lightfiztjre see Al 03 icra Sum Df ander-� :i0war5 Cents a Ls For all Conduit see At 03rD, rcrasum or.. S ,7Dllals and Cents Telephone A DItO stub LPS 111a11ed 2214 ace Aldi for ferasum of [lallzrc aqy Cerifs N Fire MUM strobe devlt:e and PAapeaku EA LIMAIled sea Af83 far fur asuld: $� g 3,E00.DO Hollars and Cants Brarto circwta ry insleled eco Att)3 for for a Burn oS: 5 s 2,6DD.�D Dollars and Please MAC The nbnrs and fra^nes vhll be reuml to the prnjed. All ire horn end strobe device Will be rerrsed when pc.,5 rli h11[IwprN 7 LF Cases<rorB See Al, _64- Al M `a a cues of; E i_ � MIA pp118i5 Ce,,,i Z W QIX SU-uca tops see A1.t15 ?� n SF sum of e s W.A. ❑otlars and Cents 3 FA Lcckats Zed Al pa fcrr aum U:. 5 NfA � QaYAr3 _ ane Ce-�L• 4 Ciasstwrrr Vm see Al 84 Icy a LF sum of: a NIA 2% Cenic 6 Trip; in CcrNot see Al. DI -Al 45 fbr a sum !-F of: y NIA � ,ho4lars 2nd Gems r 5UinIn,Q i finkhknp MIDwark sae A% .()4 LE n. r ,7bLytE and, _,Gets painting & Waft covering f Tape. Bed & Paint d LS !nrsaurttof. ryMraltsee Af.Qf NIA and Qalnrs Cents Niagnauz rnarxeF b -rd We A1.01 St= far a num of : 5 hllA am ovltars Cerris 1`otal Amount RM PprYrade S S 13 1 Qc 00 r45WknauntBid for Project S Psidendur'rt �S 13,1D�.�0 Recsifpp is acknavviedged of the following addenda: Addendum No_f n!a AdVwdum No. 2 rVa Adda'adurn No. 3 n1a The undersigned bidder sprees b communes work within !Iva 15l days ajte' the da A of vMeeM nd`110 to COMMrnca work, and to au5stanLaly r oaarrplete the work an whirlr, he Iran tsitlalttln gp i=i*ndar days as provided in Ih6 Der+eral cora W=4 of the a a^used with W8 Proposal b a bid bad, prob-rosnsa bond In iha atnnarnt of the project twogrSSMnL greement year rnai 3enshw band and 8 payment wQrwrr L, -q , five ib �e hal be ftrx i~e cRate a .and nY the —*nor a5 Aquidelec dw ages ln,.he Ujartt tkls propose! 19 ascCptcd by the y erased rar tv recaO a, bids enP the urndersigned falls tc execute Iha Contract end Me rctuw.s d Donna and the owner ceder e, c )Tdllvtm hereof, within five M days BAWWe 53id prWossl B "zvpled by fha aw rsand recd7L`0 DY the u-ze;sipnesi,. o erwis>ti said Check a end shall bF raturned!o the urde�,signed upon nontand. The Lnne y it- ted hereby declare ?hat he vislzd �6 She and has zarHfuly examined the contract documents re®vvg to the work GRversd by the a3ava hid. RaspeCtiarfiy 8uhmttled, Humphrey & Associates, int. Contractor Hy. Dan Ezzell NomaFa ki5d Tltie Project 1vlana er Addr=; 2650 HBnd ley Ederville FA We rlh. TX 76118 ?dT '589-955o Section 8.4 PROJECT SCOPE 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: I . 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 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, PfA 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, mnsmictinn. TherefnrP flip 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 ##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 project must be completed no later than August 5a', 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. General Provisions CLEAN-UP DESCRIPTION 1. The Contractor shall perform such clean-up work as is deemed necessary by the town. 2. 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. SOLID WASTE DISPOSAL DESCRIPTION I. 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 D/FW 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. tPOM CONVERSIONS L++ SHEET INDEX i �f the occupied building,to A1.00 SCOPE,WORK AREA LEGEND, SHEET INDEX LU g-t existing classrooms. A1.01 DEMOLITION PLAN, FLOOR PLAN IL of the school corr 0 � �.�end City's spacesidor A1.02 REFLECTED CEILING PLAN, PLUMBING PLAN v A1.03 MECHANICAL PLAN, POWER PLAN INCLUDING SYSTEMS c19 its space. A1.04 CLASSROOM ELEVATIONS, DETAILS w o k A1.05 CLASSROOM DETAILS d > U {4 D U 0 r- N F ',V selected A1.06 CLASSROOM AND CORRIDOR ELEVATIONS a 0¢ 3 cc n>r Troy A1.07 DETAILS AND ROOM FINISH SCHEDULE A1.08 DETAILS OF ALTERNATE NUMBERS 1 &2 -m A1.09 MATERIALS SELECTION SCHEDULE AND NOTES �7 2-C v � 4` o` wnz , ` 215 - T52 11 y mr Q 21- I mK. coee rw `L,7 sey, ftwOMM ell. `..-. 1. .2 NOT Tri $GALF— OF ESTLAKE SCHOOL JOB NO. 5128..00 PAGE NO. ;ROOM CONVERSIONS �Tnry RFI"otd+�FfzS Al,av,Ai.o t,�l.o1� t,e3;f �- DA3!`' 3/16,/05 l.a WESTLAKE, TEXAS DRAWN BY W&H - .