Loading...
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