HomeMy WebLinkAbout223 E 4th St Technical I.T. & H.R. Office Conversion - BuildingTECHNICAL
Permit# 1 1 U(3 5
Address 2 23 E 44411 Si"
Project description 041C,e, CoMleir
L II. Et kr
Date the permit was finaled
Number of technical pages
OFFICE CONVERSION FOR INFORMATION
TECHNOLOGY AND HUMAN RESOURCES
LOCATED AT
CLALLAM COUNTY COURTHOUSE
223 EAST 4 STREET
PORT ANGELES, WA 98362
j:'admmWiv_mgri1- county active projects12010\additional projectslcourthouse space planning -hr a moves\infonnal bid package.docs
FILE
CITY OF PORT ANGELES Construction r'lan-
The Issuance of this permit based upon these plans, spp; n
cations and other data shell ad parr nt the building off '1,,i
from thereafter requiring the corfoolim of errors in
plans, specifications and other deb. R from prevent:
building operations being carried A aereunder when in
violation of all codes and Woos of this jurisdiction.
()pc
Approval Date 174c
Sit° tC Iii 1
Prepared by
Clallam County Parks, Fair Facilities Department
223 East 4th Street, Suite 7
Port Angeles, WA 98362
PH 360.417 2429
FX. 360 417 2395
September 2010
p
OFFICE CONVERSION FOR INFORMATION TECHNOLOGY
AND HUMAN RESOURCES
TABLE OF CONTENTS
Title No. of Paaes
COVER SHEET 1
TABLE OF CONTENTS 1
BIDDING REQUIREMENTS
Notice of Call for Bids 1
Instructions to Bidders 2
General Conditions 6
Scope of Work 2
Bid Proposal Form 2
Contractor's Qualification Form 2
DRAWING
11 X 17' Floor Plan 1
j:ladmin div_mgr 1 -county active projects 120101additional projectslcourthouse space pia ng-hr n mosca informal brd package.docs
September 2010
OFFICE CONVERSION FOR INFORMATION TECHNOLOGY
AND HUMAN RESOURCES
NOTICE OF CALL FOR BIDS
Notice is hereby given that the Clallam County Parks, Fair Facilities Department will receive sealed bids
until 1000 a.m on Friday September 17 2010 at the Parks, Fair Facilities office, Room 180 in the
Historic Clallam County Courthouse, 223 East Fourth Street, Port Angeles, Washington, 98362, for the
following*
OFFICE CONVERSION FOR INFORMATION TECHNOLOGY
AND HUMAN RESOURCES
Located at:
223 East 4th Street, Port Angeles, WA 98362.
Bids must be marked on the OUTSIDE.
'BID OPENING OFFICE CONVERSION FOR INFORMATION TECHNOLOGY
AND HUMAN RESOURCES.
Specifications, contract documents, and bid proposal forms for the above may be obtained at the Clallam
County Parks, Fair Facilities Department Office (phone 360/417 -2291) in the Historic Clallam County
Courthouse during regular business hours. All persons proposing to bid are required to inspect and to
obtain a copy of the documents prior to bidding.
All bidding related questions shall be directed to Joel G. Winborn, Director Clallam County Parks, Fair
Facilities Department at 360 417.2429 or email at jwinborn @co clallam wa.us.
Clallam County will determine the most responsible proposal in accordance with Clallam County Code
Section 3 12 and further reserves the right to reject any /all bids received and waive formalities in the
bidding process.
A Pre -Bid Walk- Through is scheduled for Wednesday September 8, 2010 at 2:00 pm at the site in the
basement of the courthouse addition
Construction Timeframe. 30 Calendar days from the Notice to Proceed (final Contract signature)
j:\admin\div_mgrtl• county active projects 2010\additional projects \courtho spa plan ng -hr it moves\informal bid package docx
September 2010
OFFICE CONVERSION FOR INFORMATION TECHNOLOGY
AND HUMAN RESOURCES
INSTRUCTIONS TO BIDDERS
1 Bid documents may be obtained or examined at the Clallam County Parks, Fair Facilities
Department Office, Historic Clallam County Courthouse, 223 East 4th Street, Suite 7 Port Angeles,
WA 98362 -0149
2. Questions concerning any of the bid documents should be directed to Joel G Winborn Director of
Parks, Fair Facilities Department for Clallam County at 360 417.2429 or email at
jwinborn @co.clallam wa.us.
3 Each bidder shall thoroughly examine and be familiar with the Site Contract Documents, and
Specifications. The failure of any Bidder to examine and be familiar with the site or any form or
document shall not relieve the Bidder of any obligations with respect to his /her Proposal. By
submitting a Proposal the Bidder agrees that he /she has examined the Contract Documents, and
where the Contract Documents require in any part of the work a given result to be produced, that the
Contract Documents are adequate, and the required results can be produced under the Contract
Documents. Whenever a result is required, the successful Bidder shall furnish any and all extras
and make any changes needed to produce to the satisfaction of the owner the required result.
4 Each bid proposal shall be made upon the attached proposal forms, or good quality copies, included
herein. All blank spaces for bid prices shall be filled in in ink or typewritten and the Bid Proposal
Form must be fully completed and executed when submitted. Erasures or other changes in the bids
must be explained or noted over the signature of the Bidder Limitations or provisions not officially
invited in these Contract Documents may render the proposal as being incomplete or modified and
may become cause for rejection
5 Bid documents shall be sealed in an envelope which shall be clearly labeled with the words
'BID OPENING OFFICE CONVERSION FOR INFORMATION TECHNOLOGY AND HUMAN
RESOURCES" name of bidder and date and time of opening Submit one complete copy of the
Bid Proposal Form accompanied by all submittals required
6 No Bidder may withdraw his or her Bid for a period of thirty (30) consecutive calendar days after the
date set for the opening thereof without the consent of the Owner The County reserves the right to
accept the proposal of the lowest responsible bidder to reject any and all bids, republish the call for
bids, revise or cancel the work to be performed, or to do the work otherwise, if in the judgment of the
Department the best interest of Clallam County will be served thereby The County also reserves the
right to postpone the bid award for a period of thirty (30) calendar days after the bid opening except
that upon mutual consent of the lowest responsible bidder and the County the 30 calendar day
period may be extended to allow legislative approval of the bid award.
7 Sealed Bids specified herein shall be received at the office of the Parks, Fair Facilities Department,
located in the Historic Clallam County Courthouse at 223 East Fourth Street, Suite 7 Port Angeles,
WA 98362, at a date and time specified in the 'Notice of Call for Bids' Late bids will not be
considered.
8 Any Bidder upon his /her examination of the Bid Documents and /or the site of the Work, who
perceives any conflicts, errors, omissions, or who has any question regarding the extent, nature,
scope or intent of work to be performed under the Contract Documents shall immediately notify in
writing Clallam County Director of Parks, Fair Facilities, 223 East Fourth Street, Suite 7 Port
Angeles, WA 98362. Any addenda issued during the time of bidding will be numbered consecutively
and will be incorporated into these contract documents. The Bidder shall be responsible to ascertain
j:ladmmldiv_mgAl- county active projects12010 \additional projectslcounhouse space plan ng -hr& n moves'infomml btd package.docz
September 2010
prior to submittal of a bid proposal that all addenda issued have been received, and are
acknowledged on the 'Bid Proposal Signature and Addendum Acknowledgment' form
9 Contractors submitting bids shall evidence satisfactory to the Owner that their firms and personnel
are qualified to perform the work. In partial satisfaction of this requirement, a completed copy of the
Contractor's Qualification form and Equipment and Supply form shall be provided at the time of bid.
10 This is a Prevailing Wage Job
11 County funds will be utilized for this Project; no Federal share monies are involved.
12. The Contractor shall secure all municipal, county or state permits or licenses necessary or incident to
the actual performance of the work, and shall, during its progress, comply with all laws, ordinances,
and governmental regulations pertaining to carrying out of the work.
13 The Contractor will provide adequate supervisory staff assigned exclusively to the Project as
required to maintain the optimum level of cleanliness. The supervisory staff will become familiar with
the emergency fire and disaster plans developed by the County The supervisory staff will comply
with and assist the County's Project Manager and security staff in enforcing the security plan
developed for the sites as this plan relates to the activities of the janitorial crew
14 The standard of services provided shall be first class in all respects and shall be in accordance with
the best commercial practices. The duly authorized representative of the County will be an inspector
or such other person or persons so designated to act on his /her behalf The Contractor's
performance will be subject to inspections by the assigned representatives of the County for
compliance with the specifications.
15 Floor plan drawings attached hereto are for ease of reference only and are not to be relied on for
complete accuracy for dimensions or lay -out of all areas to be cleaned. Bidders shall verify
dimensions and work site tasks through their own visual inspection of the sites.
16. The Contractor shall have access only to the areas where the new work is to be executed The
Contractor shall coordinate with the Owner for staging construction, and parking during construction,
which will be limited to the area of Work. Work times and dates shall be scheduled and approved by
the Owner prior to start of work.
17 'Work Not In Contract' (NIC)
a.) Painting
b) Floor Covering
j:tadminldiv_mgrlt- county active projects l2010 additional projects\courthouse space planning -hr it moves\informal bid package.docx
September 2010
OFFICE CONVERSION FOR INFORMATION TECHNOLOGY
AND HUMAN RESOURCES
GENERAL CONDITIONS
1 Scope of Contractor's Services. The Contractor agrees to provide to the County services and any
materials set forth in the project narrative identified as Attachment A during the agreement period
No material, labor or facilities will be furnished by the County unless otherwise provided for in the
Agreement.
2. Accountina and Payment for Contractor Services. Payment to the Contractor for services rendered
under this Agreement shall be as set forth in Attachment B Unless specifically stated in
Attachment B the County will not reimburse the Contractor for any costs or expenses incurred by
the Contractor in the performance of this contract.
The County shall compensate the Contractor through the County voucher system for the
Contractor's service pursuant to the fee schedule set forth in Attachment B
3 Deleaation and Subcontracting Contractor's services are deemed personal and no portion of this
contract may be delegated or subcontracted to any other individual, firm or entity without the
express and prior written approval of the County Project Manager
4 Independent Contractor The Contractor's services shall be furnished by the Contractor as an
independent contractor and nothing herein contained shall be construed to create a relationship of
employer /employee or master /servant.
The Contractor acknowledges that the entire compensation for this Agreement is specified in
Attachment B and the Contractor is not entitled to any county benefits including, but not limited to
vacation pay holiday pay sick leave pay medical, dental or other insurance benefits, or any other
rights or privileges afforded to Clallam County employees. The Contractor represents that it
maintains a separate place of business, serves clients other than the County will report all income
and expense accrued under this contract with the Internal Revenue Service on a business tax
schedule, and has a tax account with the State of Washington Department of Revenue for payment
of all sales and use and Business and Occupation taxes collected by the State of Washington
In the event that either the state or federal government determines that an employer /employee or
master /servant relationship exists rather than an independent contractor relationship such that
Clallam County is deemed responsible for federal withholding, social security contributions,
workers compensation and the like, the Contractor agrees to reimburse Clallam County for any
payments made or required to be made by Clallam County Should any payments be due to the
Contractor pursuant to this Agreement, the Contractor agrees that reimbursement may be made by
deducting from such future payments a pro rata share of the amount to be reimbursed
Notwithstanding any determination by the state or federal government that an employer /employee
or master /servant relationship exists, the Contractor its officers, employees and agents, shall not
be entitled to any benefits that Clallam County provides to its employees.
5 Modifications. Either party may request changes in the Agreement. Any and all agreed
modifications shall be in writing signed by each of the parties.
6 Termination for Default. If the Contractor defaults by failing to perform any of the obligations of the
contract or becomes insolvent or is declared bankrupt or makes an assignment for the benefit of
creditors, the County may by depositing written notice to the Contractor in the U S Mail, postage
prepaid, terminate the contract, and at the County's option obtain performance of the work
elsewhere. If the contract is terminated for default, the Contractor shall not be entitled to receive
any further payments under the contract. Any extra cost or damage to the County resulting from
such default(s) shall be deducted from any money due or coming due to the Contractor The
j:\admin div_mgr\1- county alive projectst2010 \additi al projects lcourthouse space planning-hr a movestiafom,al bid package.docx
September 2010
Contractor agrees to bear any extra expenses incurred by the County in completing the work,
including all increased costs for completing the work, and all damage sustained or which may be
sustained by the County by reason of such default.
If a notice of termination for default has been issued and it is later determined for any reason that
the Contractor was not in default, the rights and obligations of the parties shall be the same as if
the notice of termination had been issued pursuant to the Termination for Public Convenience
paragraph hereof
7 Termination for Public Convenience. The County may terminate the contract in whole or in part
whenever the County determines, in its sole discretion that such termination is in the interests of
the County Whenever the contract is terminated in accordance with this paragraph the Contractor
shall be entitled to payment for actual work performed for completed items of work. An equitable
adjustment in the contract price for partially completed items of work will be made, but such
adjustment shall not include provision for loss of anticipated profit on deleted or uncompleted work.
Termination of this contract by the County at any time during the term whether for default or
convenience, shall not constitute a breach of contract by the County
8 Termination Due to Insufficient Funds. If sufficient funds for payment under this contract are not
appropriated or allocated or are withdrawn, reduced or otherwise limited the County may
terminate this contract upon five (5) days written notice to the Contractor No penalty or expense
shall accrue to the County in the event this provision applies.
9 Termination Procedure The following provisions apply in the event that this Agreement is
terminated
(a) The Contractor shall cease to perform any services required hereunder as of the effective
date of termination and shall comply with all reasonable instructions contained in the notice
of termination, if any
(b) The Contractor shall provide the County with an accounting of authorized services
provided through the effective date of termination
(c) If the Agreement has been terminated for default, the County may withhold a sum from
the final payment to the Contractor that the County determines necessary to protect itself
against loss or liability
10 Defense and Indemnity Agreement. The Contractor agrees to defend, indemnify and save
harmless the County its appointed and elected officers, agents and employees from and against
all loss or expense, including but not limited to claims, demands actions judgments settlements,
attorneys' fees and costs by reason of any and all claims and demands upon the County its
elected or appointed officials or employees for damages because of personal or bodily injury
including death at any time resulting therefrom sustained by any person or persons and on
account of damage to property including loss of use thereof whether such injury to persons or
damage to property is due to the negligence of the Contractor his /her subcontractors, its
successor or assigns or its or their agent, servants, or employees, the County its appointed or
elected officers, employees or their agents, except only such injury or damage as shall have been
occasioned by the sole negligence of the County its appointed or elected officials or employees. It
is further provided that no liability shall attach to the County by reason of entering into this contract,
except as expressly provided herein.
11 Contractor Commitments. Warranties and Representations. Any written commitment received from
the Contractor concerning this Agreement shall be binding upon the Contractor unless otherwise
specifically provided herein with reference to this paragraph Failure of the Contractor to fulfill such
a commitment shall render the Contractor liable for damages to the County A commitment
includes, but is not limited to any representation made prior to execution of this Agreement,
whether or not incorporated elsewhere herein by reference, as to performance of services or
jiadmmt div_mgr11 -county active projectst20101additional projects\ courthouse space planting -hr it movestlnfonnat btd package.docx
September 2010
equipment, prices or options for future acquisition to remain in effect for a fixed period, or
warranties.
12. Project AOoroval The extent and character of all work and services to be performed under this
Agreement by the Contractor shall be subject to the review and approval of the County Project
Manager For purposes of this Agreement, the County Project Manager is.
Name:
Title
Address.
Telephone.
E -mail:
Fax:
Joel G. Winborn
Director
223 East 4th Street, Suite 7
360 417.2429
jwinborn @co.clallam.wa.us
360.417.2395
In the event there is a dispute with regard to the extent and character of the work to be done, the
determination of the County Project Manager as to the extent and character of the work to be done
shall govern subject to the Contractor's right to appeal that decision as provided herein.
13 Insurance. The Contractor shall maintain in full force and effect during the term of this Agreement,
and until final acceptance of the work, public liability and property damage insurance with
companies or through sources approved by the state insurance commissioner pursuant to RCW
Title 48 as now or hereafter amended. The County its appointed and elected officials, agents
and employees, shall be specifically named as additional insureds in a policy with the same
company which insures the Contractor or by endorsement to an existing policy or with a separate
carrier approved pursuant to RCW Title 48 as now or hereafter amended, and the following
coverages shall be provided:
X COMPREHENSIVE GENERAL LIABILITY
Bodily injury including death
Property damage
ERRORS AND OMISSIONS or PROFESSIONAL
LIABILITY with an Extended Reporting Period
Endorsement (two year tail)
X WORKERS COMPENSATION Statutory amount
X AUTOMOBILE coverage on owned non owned, rented and hired vehicles
Bodily injury liability including death $500 000 per occurrence
Property damage liability $500 000 per occurrence
If the Errors and Omissions or Professional Liability insurance obtained is an occurrence policy as
opposed to a claims -made policy the Extended Reporting Period Endorsement is not
required
j.tadmmWiv mgr 1-county active projects\ 2010\additional projects\courthouse space pia ning -hr it movestinformal Ind package docx
$500 000 per occurrence
$500 000 per occurrence
per occurrence
September 2010
Any such insurance carried by the Contractor shall be primary over any insurance carried by
Clallam County and the Contractor shall ensure that such insurances is primary The
County shall have no obligation to report occurrences unless a claim or lawsuit is filed with it
and the County has no obligation to pay any insurance premiums.
Evidence of primary insurance coverage shall be submitted to the County Project Manager within
20 days of the execution of the Agreement. The Agreement shall be void ab initio if the
proof of coverage is not timely supplied
The coverage limits identified herein shall not limit the potential liability of the Contractor and the
Contractor's duty to defend indemnify and hold harmless shall apply to any liability beyond
the scope of insurance coverage.
14 Cuttina and Patchina. The Contractor shall execute all cutting and patching of existing conditions
with the same skilled workmen, with the same material supplies, and with the same equipment as
required for new work of the same type The cut and patched areas shall be left so that when the
work of this Project is completed; all evidence of the cutting and patching is removed Texture, finish
and color of new or patched areas shall match that of the existing /adjacent construction
15 Coordination.
a.) Coordinate scheduling submittals, and Work of the various sections of specification to ensure
efficient and orderly sequence of installation and interdependent construction elements with a
minimum of facility disruption
b) Verify utility requirement characteristics of operating equipment are compatible with building
utilities.
c.) Coordinate space requirements and installation of electrical work which is indicated
diagrammatically on Drawings. Follow routing shown for conduit and wiring as closely as
practicable
d) In finished areas, conceal pipes and wiring within the construction.
16. Examination. Verify that existing conditions and substrate surfaces are acceptable for subsequent
Work. Submission of Bid means acceptance of existing conditions.
17 Preparation.
a.) Clean substrate surfaces prior to applying next material or substance.
b) Apply manufacturer required or recommended substrate primer sealer or conditioner prior to
applying new material or substance in contact or bond
18 Submittal Procedures.
a.) Submit five (5) copies. Submittal form to identify Project, Contractor Subcontractor or supplier'
and pertinent Contract Document references.
b.) Apply Contractor's stamp signed or initialed certifying that review verification of Products
required, field dimensions, adjacent construction Work, and coordination of information is in
accordance with the requirements of the Work and Contract Documents, prior to submitting the
submittal for review by the Owner or Owner's representative Architect.
c.) Identify variations from Contract Documents and Product or system limitations which may be
detrimental to successful performance of the completed Work.
d) Revise and submit submittals as required identify all changes made since previous submittal.
19 Quality Assurance Control of Installation.
a.) Monitor quality control over suppliers, manufacturers, products, services, site conditions, and
workmanship to produce Work of specified quality or when no level of quality is specified,
perform Work as would be standard for a custom installation.
b) Comply with manufacturers' instructions.
j:ladmin\div_mgr 1 -county active projects t2010\additional projects\courthouse spa pla ng n vestiuformal brd package.docs
September 2010
c.) Comply with specified standards as minimum quality for the Work except when more stringent
tolerances, codes, or specified requirements indicate higher standards or more precise
workmanship.
20 Tolerances. Monitor tolerance control of installed Products over suppliers, manufacturers,
Products, site conditions, and workmanship to produce acceptable Work. Do not permit tolerances
to accumulate. Comply fully with manufacturer's tolerances.
21 References. Conform to reference standards applicable for each system product, or assembly as
commonly applied to each trade or discipline for this type of work and level of quality specified or
implied, by date of issue current as of date of Contract Documents. Should specified reference
standard conflict with Contract Documents, request clarification from Owner before proceeding.
22. Electricity. Cost: Contractor may use on -site power for equipment related to this contract. Provide
power outlets for construction operations, branch wiring, distribution boxes, and flexible power cords
as required utilizing the existing building's power source or adjacent sources. Contractor shall be
responsible for Electrical Permit and inspections as required.
23 Liahtina for Construction Purposes. Contractor may use on -site lighting, when available.
24 Water. Contractor may use on -site water
25 Sanitary Facilities. Contractor may use the on -site restroom facilities for the duration of the project.
Access to be coordinated with facility personnel. However it is expected that they will be kept clean
and orderly
26 Enclosures. Provide temporary closures for protection of adjacent existing conditions, when
required
27 Protection of Installed Work. Protect installed Work and provide special protection where specified
in individual specification sections.
28 Security. Contractor is responsible for the security of all materials and tools. Contractor shall
barricade and sign areas of work.
29 Progress Cleaning and Waste Removal. Collect and maintain areas free of waste materials, debris,
and rubbish Maintain construction area in a clean and orderly condition. Contractor responsible for
all costs involved in waste removal.
30 Removal of Utilities. Facilities and Controls. Remove temporary utilities, equipment, facilities,
materials, prior to Final Completion review Clean and repair damage caused by installation or use
of temporary work. Restore existing facilities used during construction to original condition Restore
permanent facilities used during construction to specified condition
31 Products. Products. means new material, machinery components, equipment, fixtures and
systems forming the Work, but does not include machinery and equipment used for preparation
fabrication, conveying and erection of the work. Products may also include existing materials or
components specifically identified for reuse.
Do not use materials and equipment removed from existing premises, except as
specifically identified or allowed by the Contract Documents.
Provide interchangeable components of the same manufacture for components being
replaced and /or added in addition to existing components, e g. lighting, switches, receptacles, etc.
j: admm\div_mgr\1- county active projects \2010 \additio al projects \courtha space pla ng -hr it movesi nfotmal btd package docx
September 2010
32. Transportation. Handlina. Storaae and Protection. Transport, handle store and protect Products in
accordance with manufacturer's instructions.
33 Contract Closeout Procedures. Submit written certification the Contract Documents have been
reviewed, Work has been inspected and that Work is complete in accordance with the General
Conditions and the Contract Documents and ready for Owner inspection.
Submit final Application for Payment identifying total adjusted Contract Sum /Price
previous payments, and amount remaining due.
Complete and submit all required documentation, covered in this Project Manual, and the drawings.
34 Final Cleanina. Execute final cleaning prior to final inspection Thoroughly clean interior and
exterior surfaces exposed to view Remove waste and surplus materials, rubbish, and construction
facilities from the site
35 Adjustina_ Adjust operating Products and equipment to ensure smooth and unhindered operation
36 Warranties. Provide duplicate notarized copies. Execute and assemble transferable warranty
documents from Subcontractors, suppliers, and manufacturers. Submit prior to final Application for
Payment.
j:'adminldiv_mgril- county active projecls120101additi nal projects \courthou space pla ng -hr d moveslinfomul Md package.docx
September 2010
102A
103
104
105
106
OFFICE CONVERSION FOR INFORMATION TECHNOLOGY
AND HUMAN RESOURCES
SCOPE OF WORK
A. Contract Description
Work includes, but is not limited to
1 Installation of new walls, doors, hardware relocation of electrical lighting and HVAC
ductwork; patching, etc.
2. Miscellaneous Work associated with a project of this type and as described in the
Contract Documents.
B The Contractor is responsible for verifying all systems, assemblies, and details of construction
prepared by the Owner as being appropriate to and within the standard practices of the building
trades involved. The Contractor and all of his subcontractors and sub subcontractors shall
have reviewed all documents thoroughly and shall report all discrepancies, irregularities, and
items that differ from standard practices during the bidding phase. The Contractor shall also be
responsible to ensure proper coordination between all trades and all the corresponding
documentation directing those trades. The Contractor shall also be responsible for
confirmation of all manufacturers instructions and special requirements of the use and
application of their products.
Room Location(s) of Work (See attached Floor Plan for Room locations)
100 Remove nails, screws, tape etc. and patch existing holes in walls.
Patch and texture areas of cabinet removal.
101 Remove nails, screws, tape, etc. and patch existing holes in walls.
Patch and texture areas of cabinet removal.
102 Remove nails, screws tape etc. and patch existing holes in walls.
Patch and texture areas of cabinet removal.
Not In Contract (NIC)
Not In Contract (NIC)
Remove nails, screws, tape, etc. and patch existing holes in walls.
Remove nails, screws, tape, etc. and patch existing holes in walls.
j:\admimdiv_mgr\1- county active projects12010\additio al projects \courthouse spa plann ng -hr it ma s\informal bid package.docx
Texture repairs to match existing
Texture repairs to match existing
Texture repairs to match existing
Texture repairs to match existing
Texture repairs to match existing
Construct new wall between Rooms 106 and 107 (See drawing)
Relocate lights to accommodate wall
Relocate HVAC grill to accommodate wall
Remove nails, screws, tape etc. and patch existing holes in walls. Texture repairs to match existing
September 2010
107 See Note Room 106
Remove nails, screws, tape etc. and patch existing holes in walls. Texture
108
109
110
111
112 Remove nails, screws, tape etc. and patch existing holes in walls. Texture
113
Remove nails, screws, tape, etc. and patch existing holes in walls. Texture
Remove nails, screws, tape, etc. and patch existing holes in walls. Texture
Construct new walls and fill -in existing windows as shown on drawing
Remove nails, screws tape etc. and patch existing holes in walls. Texture
Remove existing wood door frame and repair wall to match existing.
Remove existing window frame and repair wall to match existing
Install new solid core PLAM faced door w/ color to match existing Provide
and install Best mortise lock 45H7A15H612RH
Owner will provide cores.
Remove nails, screws tape etc. and patch existing holes in walls. Texture
Install new solid core PLAM faced door w/ color to match existing Provide
and install Best mortise lock 45H7A15H612RH
Owner will provide cores.
j:\admintdiv_mgrtl- county active projects t2010\additional projectstcourthou space planning -hr at It moves\infonnat Ind package.docx
repairs to match existing
repairs to match existing
repairs to match existing
repairs to match existing
repairs to match existing
repairs to match existing
Remove nails, screws, tape etc. and patch existing holes in walls. Texture repairs to match existing
September 2010
OFFICE CONVERSION FOR INFORMATION TECHNOLOGY
AND HUMAN RESOURCES
BID PROPOSAL FORM
For OFFICE CONVERSION FOR INFORMATION TECHNOLOGY AND HUMAN RESOURCES at
223 East 4th Street, Port Angeles, WA 98362.
Date. 2010
To Office of Clallam County Parks, Fair Facilities
1 This certifies that the undersigned has fully examined the project site and the conditions of work; and
has carefully read and understands the contract documents including 1) Invitation and Instructions
to Bidders, 2) Bid Proposal Form, 3) Scope and Specifications Narrative and all other attachments
governing the work embraced by this project, and the method by which payment will be made for
said work.
2. The undersigned hereby proposes to undertake and complete the work embraced by this project with
said contract documents, and agrees to accept as payment for said work, the schedule of lump sum
and unit prices as set forth in the Bid below
3 The undersigned acknowledges that payment will be based on the actual work performed as
measured or provided for in accordance with said contract documents, and that no additional
compensation will be allowed for any taxes or fees not included in the lump sum or unit prices.
4 BID
Lump sum bid amount of
a. NA
5 Bidder shall attach to the Bid Proposal Form the following completed forms as part of the bidding
documents:
6 The Undersigned hereby agrees to pay labor not less than the prevailing rates of wages or less than
the hourly minimum rate of wages set forth by the Industrial Statistician Department of Labor and
Industries, Employment Standards Division for each occupation of this project.
7 Contractor acknowledges receipts of the following addenda (if applicable)
Addendum #1
Addendum #2
Addendum #3
j:ladmin\dry mgr11 -county active projec1s120101additio al projectslcourtho space pla ng -hr mm stinfom,al lnd package.doox
September 2010
(Proposal must be signed)
Firm Name.
SIGNATURE OF AUTHORIZED OFFICIAL(S)
j:\admin'div_mgi 1- my active projects\2010\additi al projects \courthouse space planning -hr at rt mo s\infonnal b,d paclmge.docx
(Seal)
State of Washington
SS
County of
On this day of 2010 before me personally appeared
to me personally known to be the person described in and who executed the
above instrument and who acknowledged to me the act of signing thereof
NOTARY PUBLIC in and for the
State of Washington, residing at
September 2010
OFFICE CONVERSION FOR INFORMATION TECHNOLOGY
AND HUMAN RESOURCES
CONTRACTOR'S QUALIFICATION FORM
The Undersigned certifies all statements and all answers to questions made hereinafter are
correct.
This Form completed and
Submitted by (firm name)
Representative's Name
Check one.
Corporation
Address.
Principal Office.
1 How many years has your organization been in business?
2. How many years has your organization been in business under its present name?
a. Under what other or former names has your organization operated?
a. President's name
b Vice president's name(s)
c. State of incorporation.
d. Date of incorporation
Partnership Individual
3 If your business is a corporation please complete the following:
4 If your business is an individual or partnership please answer the following
Joint Venture Other
a. Date of organization
b. Name and address of all partners (state whether general or limited partnership)
5 If other than a corporation or partnership describe organization and name principals.
j:ladmm'div_mgr\1 -county active projects12010 al projects \courtho space pia mg -hr it movesUnformat Ind package. does
September 2010
6 List state and categories in which your organization is legally qualified to do business.
Indicate registration or license numbers, if applicable. List states in which partnership or
trade name is filed
7 We normally perform the following work with our own forces:
8 We normally sub contract the following work to others.
9 Have you ever failed to complete any work awarded to you? If so note when, where and
why
10 Within the last five years, has any officer or partner of your organization ever been an officer
or partner of another organization when it failed to complete a contract? If so attach a
separate sheet of explanation.
11 Please list name of insurance company and name and address of agent:
j:\admmddiv_mgA1- county active projects '2010\additional projects\courthouse space planning -hr it it bid package.docz
September 2010
GENERAL NOTES.
L ALL MATERIALS AND WORKMANSHIP SHALL CONFORM TO THE
REQUIREMENTS OF THE DRAWINGS, SPECIFICATIONS, THE
UNIFORM BUILDING CODE, AND OTHER APPLICABLE
ORDINANCES.
2. THE CONTRACTOR SHALL BE RESPONSIBLE FOR COORDINATION OF
THE WORK OF ALL TRADES AND SHALL CHECK ALL DIMENSIONS.
ANY DISCREPANCIES SHALL BE CALLED TO THE ATTENTION CF
THE OWNER AND BE RESOLVED BEFORE PROCEEDING WITH THE
WORK
3. DURING THE CONSTRUCTION PERIOD THE CONTRACTOR SHALL BE
RESPONSIBLE FOR ALL REQUIRED SAFETY PRECAUTIONS AND THE
METHODS, TECHNIQUES, OR PROCEDURES REQUIRED TO PERFORM
HIS WORK N ACCORDANCE WITH ALL NATIONAL, STATE AND LOCAL
SAFETY ORDINANCES.
4. CONTRACTOR INITIATED CHANGES SHALL BE SUBMITTED IN
WRITING TO THE OWNER FOR APPROVAL PRIOR TO FABRICATION
OR CONSTRUCTION. CHANGES 5140UN ON SHOP DRAWINGS ONLY WILL
NOT SATISFY THIS REQUIREMENT.
5. THE CONTRACTOR IS TO VERIFY ALL SPECIFIC CONDITIONS,
REQUIREMENTS, ETC., OF PRODUCT MANAUFACTURERS, SUPPLIERS,
AND /OR JURISDICTIONAL AGENCIES PRIOR TO SUBMITTING A BID
TO THE OWNER FOR PROCEEDING WITH WORK
WE RELY ON THE EXPERIENCE AND EXPERTISE OF THE CONTRACTOR
TO ISOLATE ALL OF THE POSSIBLE PROBLEM AREAS.
REVIEW MANUFACTURER'S PRODUCT LITERATURE FOR INSTALLATIONS
UNIQUE TO THE PROJECT CONSTRUCTION TYPE.
6. COORDINATE WITH OMER USE OF SITE AND REQUIRED
LIMITATIONS FOR STAGING, DISRUPTIONS AND
VEGETATION REMOVAL WHERE/IF APPLICABLE.
1. PROTECT ALL EXISTING/ADJACENT FACILITIES FROM
DAMAGE. CONTRACTOR TO REPAIR ALL DAMAGE
TO EXISTING ADJACENT FACILITIES, INCLUDING
LANDSCAPING DUE TO THE WORK OF THIS CONTRACT.
CONSTRUCTION /DRAWING NOTES.
I. PLEASE NOTIFY THE OWNER IF ANY DISCREFENCIES EXIST
WITHIN THE DRAWINGS BEFORE PROCEEDING WITH WORK IN
QUESTION.
2. ALL INFORMATION SHOWN ON THE DRAWINGS RELATIVE TO
EXISTING CONDITIONS IS GIVEN AS THE BEST PRESENT
KNOWLEDGE, BUT WITHOUT GUARANTEE OF ACCURACY WHERE
ACTUAL CONDITIONS CONFLICT WITH THE DRAWINGS THEY
SHALL BE REPORTED TO THE OWNER SO THAT THE PROPER
REVISIONS MAY BE MADE. MODIFICATION OF DETAILS OF
CONSTRICTION SHALL NOT BE MADE WITHOUT WRITTEN APPROVAL
OF THE OWNER
3. DON NOT SCALE DRAWINGS.
4. PLAN DIMENSIONS ARE TO FACE OF CONCRETE, AND /OR
STUDS, AS NOTED ON PLANS, OR UN.O.
5. VERIFY ALL ROUGH -IN DIMENSIONS FOR EQUIPMENT PROVIDED
IN THIS CONTRACT OR BY OTHERS.
6. REPETITIVE FEATURES DRALLN ONLY ONCE SHALL BE COMPLETELY
PROVIDED AS IF DRAWN IN FULL.
1. ALL DOORS NOT LOCATED BY DIMENSIONS ON PLANS, INTERIOR
ELEVATIONS, OR DETAILS SHALL BE 4° FROM FACE OF ADJACENT
STUD WALL TO EDGE OF DOOR OPENING OR CENTERED BETWEEN
ROOM PARTITIONS AS SHOWN.
S. ALL INTERIOR FRAME PARTITIONS ARE 2X4 a 16' O.C. EXCEPT
WHERE NOTED OTHERWISE.
S. DRAWINGS INDICATE GENERAL AND TYPICAL DETAILS OF CON-
STRUCTION. WHERE CONDITIONS ARE NOT SPECIFICALLY INDICATED
BUT ARE OF SIMILAR CHARACTER TO DETAILS SHOWN, SIMILAR
DETAILS OF CONSTRUCTION SHALL BE USED, SUBJECT TO REVIEW
AND APPROVAL. BY THE OWNER
KEY PLAN
NTS
INFORMATION TECHNOLOGY
900 SF
HUMAN RESOURCES
1975 SF
OFFICE
101
OFFICE
104
OFFICE
100
1
FLOOR PLAN
SCALE: 1/8• 1' -0•
r =Qn
OFFICE 3
102 ,,4' -o" 3 v)
1
STOR. STOR.
102A 103
JAN.
7 115
OFFICE
1
RECEPTION
110
3' -1"
(o -0"
CONFERENCE m
111
BADGING
112
L_
HALLWAY
114
RECORDS /STORAGE
105 106
F
L
PRINTING/
COPYING
109
OFFICE
108
J
OFFICE
107
r
I
I 1
TYP NEW WALL /INFILL
CONSTRUCTION
2X4 MTL. STUD WALL
W/ I" GWB EA. SIDE.
TEXTURE TO MATCH EXIST
T' AT ALL SOLID
WALLS SHOWN