ORDER NO. 31721 BIDS FOR PROPOSED HILL COUNTRY YOUTH EXHIBIT CENTER OUTDOOR ARENA Came to be heard this the 10th day of May, 2010, with a motion made by Commissioner Letz, seconded by Commissioners Oehler /Baldwin, the Court unanimously approved by a vote of 4 -0 -0 to: Accept all bids and refer to Peter Lewis & Associates for review and recommendation: 1. Feller Fabrications, LLC, 3 bid components, Bid A - demolish only $16,250, Bid B - construct new arena and press box, $137,500, and Bid C - including both Bids A & B, $147,500. 2. Socen, Inc., d/b /a Southwest Fabricators, Bid A - $25,000, Bid B - $115,950, Bid C - $135,950 3. Kendnel Kasper Construction, Bid A - $7,885, Bid B - $152,100, Bid C - $159,725 4. Heritage Construction, Bid A - $16,500, Bid B - $171,859, Bid C - $188,359 1. COMMISSIONERS' COURT AGENDA REQUEST PLEASE FURNISH ONE ORIGINAL AND ONE (1) COPY OF THIS REQUEST AND DOCUMENTS TO BE REVIEWED BY THE COURT MADE BY: Judge Pat Tinley OFFICE: County Judge MEETING DATE: May 10, 2010 TIME PREFERRED: SUBJECT: Open bids for proposed HCYEC Outdoor Arena and refer bids to appropriate personnel for consideration and recommendation and take appropriate action as necessary to award bid(s). EXECUTIVE SESSION REQUESTED: (PLEASE STATE REASON) NAME OF PERSON ADDRESSING THE COURT: Judge Tinley ESTIMATED LENGTH OF PRESENTATION: IF PERSONNEL MATTER - NAME OF EMPLOYEE: Time for submitting this request for Court to assure that the matter is posted in accordance with Title 5, Chapter 551 and 552, Government Code, is as follows: Meeting scheduled for Mondays: 5:00 PM previous Tuesday THIS REQUEST RECEIVED BY: THIS RQUEST RECEIVED ON: @ .M. All Agenda Requests will be screened by the County Judge's Office to determine if adequate information has been prepared for the Court's formal consideration and action at time of Court Meetings. Your cooperation will be appreciated and contribute towards your request being addressed at the earliest opportunity. See Agenda Request Rules Adopted by Commissioners' Court. Make sure any and all back up material is attached to this form. BID FORM GENERAL CONSTRUCTION CONTRACT PROJECT: Hill Country Exhibit Center Rodeo Arena Protect # 201006 BID TO: Kerr County Commissioners Court Kerr County Courthouse Kerrville, Texas 78028 BID FROM: /'1' //ter" b r C M` r' c a Z C . (NAME OF BIDDER) 1. The undersigned BIDDER agrees, if this Bid is accepted, to enter into an agreement with OWNER, on aform A101 -1997 Standard From of Agreement Between Owner and Contractor where the Basis of Payment is a Stipulated Sum, to perform and furnish the Work as specified or indicated in the Bidding Documents for the bid Price and within the Contract Time indicated in the Bid and in accordance with the other terms and conditions of the Contract Documents. 2. BIDDER further agrees that the contract is non - assignable. 3. In submitting this Bid, BIDDER represents, as more fully set forth in the Agreement, that: a. This Bid will remain subject to acceptance for 30 (thirty) days after the day of Bid opening; b. The Owner has the right to reject this Bid; c. BIDDER accepts the provisions of the Instructions and Supplementary Instructions to Bidders regarding disposition of Bid Security; d. BIDDER will sign and submit the Agreement with the Bonds and other documents required by the Bidding Requirements within 10 days after the date of OWNER's Notice of Award; e. BIDDER has examined copies of all the Bidding Documents; f. BIDDER has visited the site and become familiar with the general, local, site conditions, and availability of labor, utilities and materials; g. BIDDER is familiar with federal, state and local laws and regulations; h. BIDDER has correlated the information known to BIDDER, information and observations obtained from visits to the site, reports and drawings identified in the Bidding Documents and additional examinations, investigations, exploration, tests, studies, and data with the Bidding Documents; This Bid is genuine and not made in the interest of or behalf of an undisclosed person, firm, or corporation and is not submitted in conformity with an agreement or rules of a group, association, organization, or corporation; BIDDER has not directly or indirectly induced or solicited another Bidder to submit a false or sham Bid; j. BIDDER has received the following Addenda, receipt of which is hereby acknowledged: Addendum Number Date /7 //o BID FORM 1 of 3 4. BIDDER will complete the Work in accordance with the Contract Documents for the guaranteed maximum cost of the following price : BID PACKAGE A : DEMOLISH EXISTING ARENA AND STRUCTURES, ONLY STIPULATED SUM BASE BID PRICE (use words) (figures) BID PACKAGE B : CONSTRUCT NEW RODEO ARENA AND PRESSBOX, ONLY STIPULATED SUM BASE BID • PRICE G ��lr�l,/� /'i /cfry 5 :.c 27o LISArvi / -C /Yuoi)r c/ /./v//ar_e ($ /57 ,Sze© ) (use words) (figures) BID PACKAGE C : DEMOLISH EXISTING RODEO ARENA AND STRUCTURES AND CONSTRUCT NEW RODEO ARENA AND PRESSBOX STIPULATED SUM BASE BID PRICE On r ry Yeti e ri ve d D / /4rJ (($ )L/7 coo ) (use words) (figures) 5. Upon receipt of a written Notice to Proceed, Bidder agrees to commence work immediately; Bidder will complete the work in accordance with the contract documents within the following number of calendar days: BID PACKAGE A : P(7 CALENDAR DAYS BID PACKAGE B : , t7 CALENDAR DAYS BID PACKAGE C : 612 CALENDAR DAYS 6. BIDDER agrees that the Work will be substantially complete and ready for final payment in accordance with the General Conditions on or before the dates or within the number of calendar months indicated in the Agreement 7. Overhead and Profit: The Undersigned hereby agrees that the Contractor's overhead and profit, to be charged in payment of Additional Work, will be based upon the following percentages of the cost for said Work. Additional Work by Contractor's own forces: OVERHEAD AND PROFIT'S % Additional Work by Subcontractor's forces: OVERHEAD AND PROFIT /5- % BID FORM 2 of 3 SUBMITTED on 1 7e 1 , 2010. By: A VA � ri � (SEAL) (Firm Name) (Signature of Authorized t" o SIgn) (Title) Business Address: PO d ,B'A �,t' 7 ,,fir tr Z `) Phone No: ��a— "�i" + 3 — CeFCS' r g e V93 Fax No: 3G -- , 4 9J Email: //e � )-PC/x+.5"S'i C e 3 of 3 BID FORM Hill Country Exhibit Center Rodeo Arena 04/16/10 SECTION 01000 -- GENERAL REQUIREMENTS A. Specifications, General Provisions of the Contract for Construction including AIA Document A201, General Conditions of the Contract for Construction, 1997 Edition and all other sections are part of this Project and the Contractor shall consult them in detail for instruction pertaining to this Work. B. Contractor shall provide all items, materials, articles, operations or methods listed, mentioned shown or scheduled on the drawings and /or in these specification including labor, material, equipment and all incidentals necessary and required for the completion of the following Work. All work and areas adjacent to and affected by the Work shall be to delivered to Owner in like - new condition prior to acceptance by Owner. 1. Project: Hill Country Exhibit Center Rodeo Arena Highway 27 East Kerrville, TX 78028 2. Owner: County Court of Kerr County Texas C. Each bidder shall be responsible for fully examining the Bid Documents, visiting the jobsite, satisfying himself regarding all existing conditions and measurements, and shall include in his proposal an amount sufficient to cover all work as described in the documents. D. Contractor shall have full use of premises for construction operations, including use of Project site, during construction period. Contractor's use of premises is limited only by Owner's right to perform work or to retain other contractors on portions of Project. E. All Applicable State laws, Municipal ordinances and rules and regulations of all authorities having jurisdiction over the construction of the project shall apply to the Contract throughout and shall be deemed to be included in the contract including fees pertaining to such. F. This agreement shall be governed by the Uniform Commercial Code as adopted and currently enforced in the State of Texas. All parties agree that venue for any litigation arising from this contract/project shall lie in Kerr County, Texas. G. In the event of errors or conflict between documents, only the Owner shall interpret, clarify or correct such conflict. All discrepancies shall be submitted to the architect for interpretation. If work which could be affected by such errors, conflict or discrepancy is proceeded upon without Owners clarification, correction, or interpretation, this work shall be made good, corrected or replaced at the Contractor's expense. H. Contractor assumes risks for damage or injury from whatever cause to property or persons used or employed on or in connection with the Work. Contractor will defend the Owner against all claims on account of any such damage or injury. END OF SECTION 01000 GENERAL REQUIREMENTS 01000 - 1 Hill Country Exhibit Center Rodeo Arena 04/16/10 SECTION 01732 -- DEMOLITION PART 1- GENERAL 1.1 SECTION INCLUDES A. Removal of designated building equipment and fixtures. B. Removal of designated construction. C. Identification of utilities. D. Salvage of all items. 1.2 RELATED SECTIONS 1.3 REGULATORY REQUIREMENTS A. Conform to applicable O.S.H.A. code for demolition work, safety of structure, and dust control. B. Obtain required permits from authorities. C. Notify affected utility companies before starting work and comply with their requirements. D. Conform to regulatory procedures applicable for any hazardous or contaminated materials encountered on this project. 1.4 SCHEDULING A. Schedule Work to coincide with new construction. PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION 3.1 PREPARATION A. Provide, erect, and maintain temporary barriers. B. Protect existing materials, adjacent structures and site improvements which are not to be demolished. C. Mark location of utilities. 3.2 DEMOLITION REQUIREMENTS A. Conduct demolition to minimize interference with adjacent building areas. B. Maintain protected egress and access to the Work. DEMOLITON 01732 1 Hill Country Exhibit Center Rodeo Arena 04/16/10 3.3 DEMOLITION A. Disconnect, remove, cap, and identify utilities designated as "abandoned" within demolition areas. B. All exposed and abandoned mechanical, electrical and plumbing shall be removed from the site. C. Demolish in an orderly and careful manner. Protect existing supporting structural members. D. Except where noted otherwise, remove demolished materials from site. Do not burn or bury materials on site. E. Remove demolished materials from site as work progresses. Upon completion of work, leave areas in clean condition. F. Remove temporary Work. G. All salvaged material to become property of General Contractor. END OF SECTION 01732 01732 2 DEMOLITON Hill Country Exhibit Center Rodeo Arena 04/16/10 SECTION 05500 • METAL FABRICATIONS PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes the following: 1. Miscellaneous steel framing. 2. Steel stairs and platforms 3. Miscellaneous metal trim. 1.3 SUBMITTALS A. Shop Drawings: Detail fabrication and erection of each metal fabrication indicated. Include plans, elevations, sections, and details of metal fabrications and their connections. Show anchorage and accessory items. 1.4 QUALITY ASSURANCE A. Fabricator Qualifications: A firm experienced in producing metal fabrications similar to those indicated for this Project and with a record of successful in- service performance, as well as sufficient production capacity to produce required units. B. Welding: Qualify procedures and personnel according to the following: 1. AWS D1.1, "Structural Welding Code — Steel." 2. AWS D1.2, "Structural Welding Code — Aluminum." 3. AWS D1.3, "Structural Welding Code - -Sheet Steel." 4. Certify that each welder has satisfactorily passed AWS qualification tests for welding processes involved and, if pertinent, has undergone recertification. 1.5 PROJECT CONDITIONS A. Field Measurements: Verify dimensions by field measurements before fabrication and indicate measurements on Shop Drawings. PART 2 - PRODUCTS 2.1 METALS, GENERAL A. Metal Surfaces, General: For metal fabrications exposed to view in the completed Work, . provide materials with smooth, flat surfaces without blemishes. Do not use materials with exposed pitting, seam marks, roller marks, rolled trade names, or roughness. 2.2 FERROUS METALS A. Steel Plates, Shapes, and Bars: ASTM A 36 /A 36M. B. Stainless -Steel Sheet, Strip, Plate, and Flat Bars: ASTM A 666, Type 304. C. Stainless -Steel Bars and Shapes: ASTM A 276, Type 304. METAL FABRICATIONS 05500 -1 Hill Country Exhibit Center Rodeo Arena 04/16/10 D. Rolled -Steel Floor Plate: ASTM A 786/A 786M, rolled from plate complying with ASTM A 36/A 36M or ASTM A 283/A 283M, Grade C or D. E. Rolled - Stainless -Steel Floor Plate: ASTM A 793. F. Steel Tubing: Cold- formed steel tubing complying with ASTM A 500. G. Steel Pipe: ASTM A 53, standard weight (Schedule 40), unless another weight is indicated or required by structural loads. H. Malleable -Iron Castings: ASTM A 47, Grade 32510. I. Gray -Iron Castings: ASTM A 48, Class 30, unless another class is indicated or required' by structural loads. 2.3 ALUMINUM A. Aluminum Extrusions: ASTM B 221, alloy 6063 -T6. B. Aluminum -Alloy Rolled Tread Plate: ASTM B 632/B 632M, alloy 6061 -T6. 2.4 PAINT A. Shop Primer for Ferrous Metal: Fast - curing, lead- and chromate -free, universal modified -alkyd primer complying with performance requirements in FS TT -P -664; selected for good resistance to normal atmospheric corrosion, compatibility with finish paint systems indicated, and capability to provide a sound foundation for field- applied topcoats despite prolonged exposure. B. Galvanizing Repair Paint: High - zinc - dust - content paint for regalvanizing welds in steel, complying with SSPC -Paint 20. C. Bituminous Paint: Cold - applied asphalt mastic complying with SSPC -Paint 12, except containing no asbestos fibers, or cold - applied asphalt emulsion complying with ASTM D 1187. 2.5 FASTENERS A. General: Provide Type 304 or 316 stainless -steel fasteners for exterior use and zinc - plated fasteners with coating complying with ASTM B 633, Class Fe /Zn 5, where built into exterior walls. Select fasteners for type, grade, and class required. B. Bolts and Nuts: Regular hexagon -head bolts, ASTM A 307, Grade A; with hex nuts, ASTM A 563; and, where indicated, fiat washers. C. Anchor Bolts: ASTM F 1554, Grade 36. D. Machine Screws: ASME B18.6.3. E. Lag Bolts: ASME B18.2.1. F. Wood Screws: Flat head, carbon steel, ASME B18.6.1. G. Plain Washers: Round, carbon steel, ASME B18.22.1. H. Lock Washers: Helical, spring type, carbon steel, ASME B18.21.1. I. Expansion Anchors: Anchor bolt and sleeve assembly of material indicated below with capability to sustain, without failure, a load equal to six times the load imposed when installed in unit masonry and equal to four times the load imposed when installed in concrete, as determined by testing per ASTM E 488, conducted by a qualified independent testing agency. 1. Material: Carbon -steel components zinc- plated to comply with ASTM B 633, Class Fe /Zn 5. 2. Material: Alloy Group 1 or 2 stainless -steel bolts complying with ASTM F 593 and nuts complying with ASTM F 594. METAL FABRICATIONS 05500 - 2 Hill Country Exhibit Center Rodeo Arena 04/16/10 J. Toggle Bolts: FS FF -B -588, tumble -wing type, class and style as needed. 2.6 FABRICATION, GENERAL A. Shop Assembly: Preassemble items in shop to greatest extent possible to minimize field splicing and assembly. Disassemble units only as necessary for shipping and handling limitations. Use connections that maintain structural value of joined pieces. Clearly mark units for reassembly and coordinated installation. B. Shear and punch metals cleanly and accurately. Remove burrs. C. Ease exposed edges to a radius of approximately 1/32 inch, unless otherwise indicated. Form bent -metal corners to smallest radius possible without causing grain separation or otherwise impairing work. D. Weld corners and seams continuously to comply with the following: 1. Use materials and methods that minimize distortion and develop strength and corrosion resistance of base metals. 2. Obtain fusion without undercut or overlap. 3. Remove welding flux immediately. 4. At exposed connections, finish exposed welds and surfaces smooth and blended so no roughness shows after finishing and contour of welded surface matches that of adjacent surface. E. Provide for anchorage of type indicated; coordinate with supporting structure. Fabricate and space anchoring devices to secure metal fabrications rigidly in place and to support indicated loads. F. Cut, reinforce, drill, and tap metal fabrications as indicated to receive finish hardware, screws, and similar items. G. Fabricate joints that will be exposed to weather in a manner to exclude water, or provide weep holes where water may accumulate. H. Allow for thermal movement resulting from the following maximum change (range) in ambient and surface temperatures by preventing buckling, opening up of joints, overstressing of components, failure of connections, and other detrimental effects. Base engineering calculation on surface temperatures of materials due to both solar heat gain and nighttime -sky heat loss. 1. Temperature Change (Range): 120 deg F, ambient; 180 deg F, material surfaces. 1. Form exposed work true to line and level with accurate angles and surfaces and straight sharp edges. J. Remove sharp or rough areas on exposed traffic surfaces. K. Form exposed connections with hairline joints, flush and smooth, using concealed fasteners where possible. Use exposed fasteners of type indicated or, if not indicated, Phillips flat -head (countersunk) screws or bolts. Locate joints where least conspicuous. 2.7 MISCELLANEOUS FRAMING AND SUPPORTS A. General: Provide steel framing and supports that are not a part of structural -steel framework as necessary to complete the Work. B. Fabricate units from structural -steel shapes, plates, and bars of welded construction, unless otherwise indicated. Fabricate to sizes, shapes, and profiles indicated and as necessary to receive adjacent construction retained by framing and supports. Cut, drill, and tap units to receive hardware, hangers, and similar items. 2.8 MISCELLANEOUS STEEL TRIM METAL FABRICATIONS 05500 - 3 Hill Country Exhibit Center Rodeo Arena 04/16/10 A. Unless otherwise indicated, fabricate units from structural -steel shapes, plates, and bars of profiles shown with continuously welded joints, and smooth exposed edges. Miter corners and use concealed field splices where possible. B. Provide cutouts, fittings, and anchorages as needed to coordinate assembly and installation with other work. Provide anchors, welded to trim, for embedding in concrete or masonry construction, spaced not more than 6 inches from each end, 6 inches from corners, and 24 inches o.c., unless otherwise indicated. 2.9 CLOSED RISER STAIRS A. Provide treads, risers, platforms, stringers, headers and other supporting members. B. Fabricate units of metal indicated below in sizes and configurations indicated and in lengths necessary to accurately fit openings or conditions C. Fabricate treads, risers and platform from slip resistant, medium texture steel checker plate. D. Provide anchors for embedding units in concrete, either integral or applied to units, as standard with manufacturer. 2.10 STEEL AND IRON FINISHES A. Galvanizing: Hot -dip galvanize items as indicated to comply with applicable standard listed below: 1. ASTM A 123, for galvanizing steel and iron products. B. Preparation for Shop Priming: Prepare uncoated ferrous -metal surfaces to comply with minimum requirements indicated below for SSPC surface - preparation specifications and environmental exposure conditions of installed metal fabrications: 1. Exteriors (SSPC Zone 1B): SSPC -SP 6 /NACE No. 3, "Commercial Blast Cleaning." 2. Interiors (SSPC Zone 1A): SSPC -SP 3, "Power Tool Cleaning." C. Apply shop primer to uncoated surfaces of metal fabrications, except those with galvanized finishes and those to be embedded in concrete, sprayed -on fireproofing, or masonry, unless otherwise indicated. Comply with SSPC -PA 1, "Paint Application Specification No. 1," for shop painting. 1. Stripe paint corners, crevices, bolts, welds, and sharp edges. PART 3 - EXECUTION 3.1 INSTALLATION, GENERAL A. Fastening to In -Place Construction: Provide anchorage devices and fasteners where necessary for securing metal fabrications to in -place construction. Include threaded fasteners for concrete and masonry inserts, toggle bolts, through - bolts, lag bolts, wood screws, and other connectors. B. Cutting, Fitting, and Placement: Perform cutting, drilling, and fitting required for installing metal fabrications. Set metal fabrications accurately in location, alignment, and elevation; with edges and surfaces level, plumb, true, and free of rack; and measured from established lines and levels. C. Provide temporary bracing or anchors in formwork for items that are to be built into concrete, masonry, or similar construction. D. Fit exposed connections accurately together to form hairline joints. Weld connections that are not to be left as exposed joints but cannot be shop welded because of shipping size limitations. METAL FABRICATIONS 05500 - 4 Hill Country Exhibit Center Rodeo Arena 04/16/10 Do not weld, cut, or abrade surfaces of exterior units that have been hot -dip galvanized after fabrication and are for bolted or screwed field connections. E. Field Welding: Comply with the following requirements: 1. Use materials and methods that minimize distortion and develop strength and corrosion resistance of base metals. 2. Obtain fusion without undercut or overlap. 3. Remove welding flux immediately. 4. At exposed connections, finish exposed welds and surfaces smooth and blended so no roughness shows after finishing and contour of welded surface matches that of adjacent surface. 3.2 INSTALLING MISCELLANEOUS FRAMING AND SUPPORTS A. General: Install framing and supports to comply with requirements of items being supported, including manufacturers' written instructions and requirements indicated on Shop Drawings, if any. B. Anchor supports for operable partitions securely to and rigidly brace from building structure. 3.3 ADJUSTING AND CLEANING A. Touchup Painting: Immediately after erection, clean field welds, bolted connections, and abraded areas of shop paint, and paint exposed areas with the same material as used for shop painting to comply with SSPC -PA 1 for touching up shop - painted surfaces. 1. Apply by brush or spray to provide a minimum 2.0 -mil dry film thickness. B. Touchup Painting: Cleaning and touchup painting of field welds, bolted connections, and abraded areas of shop paint are specified in Division 9 Section "Painting." C. Galvanized Surfaces: Clean field welds, bolted connections, and abraded areas and repair galvanizing to comply with ASTM A 780. END OF SECTION 05500 METAL FABRICATIONS 05500 - 5 Hill Country Exhibit Center Rodeo Arena 4/16/10 SECTION 09900 - PAINTING PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General Conditions and Division1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes surface preparation and field painting of the following: 1. Exposed exterior items and surfaces. 2. Exposed interior items and surfaces. 3. Surface preparation, priming, and finish coats specified in this Section are in addition to shop priming and surface treatment specified in other Sections. B. Paint exposed surfaces, except where the paint schedules indicate that a surface or material is not to be painted or is to remain natural. If the paint schedules do not specifically mention an item or a surface, paint the item or surface the same as similar adjacent materials or surfaces whether or not schedules indicate colors. If the schedules do not indicate color or finish, the Architect or Interiors Consultant will select from standard colors and finishes available. 1. Painting includes field painting of exposed bare and covered pipes and ducts (including color coding), hangers, exposed steel and iron work, and primed metal surfaces of mechanical and electrical equipment. C. Do not paint prefinished items, concealed surfaces, finished metal surfaces, operating parts, and labels. 1. Finished metal surfaces include the following: a. Anodized aluminum. b. Stainless steel. 2. Labels: Do not paint over Underwriters Laboratories (UL), Factory Mutual (FM), or other code - required labels or equipment name, identification, performance rating, or nomenclature plates. 1.3 SUBMITTALS A. Product Data: For each paint system indicated, including fillers and primers. B. Samples for Verification: Of each color and material to be applied. 1.4 QUALITY ASSURANCE A. Source Limitations: Obtain block fillers, primers, and undercoat materials for each coating system from the same manufacturer as the finish coats. B. Benchmark Samples (Mockups): Provide a full -coat benchmark finish sample of each type of coating and substrate required on the Project. 1. Final approval of colors will be from job - applied samples. 2. Mockups: 4'x4' PAINTING 09900 -1 Hill Country Exhibit Center Rodeo Arena 4/16/10 1.5 DELIVERY, STORAGE, AND HANDLING A. Deliver materials to the Project Site in manufacturer's original, unopened packages and containers bearing manufacturer's name and label, and the following information: 1. Product name or title of material. 2. Product description (generic classification or binder type). 3. Manufacturer's stock number and date of manufacture. 4. Contents by volume, for pigment and vehicle constituents. 5. Thinning instructions. 6. Application instructions. 7. Color name and number. 8. VOC content. B. Store materials not in use in tightly covered containers in a well - ventilated area at a minimum ambient temperature of 45 deg F. Maintain containers used in storage in a clean condition, free of foreign materials and residue. 1. Protect from freezing. Keep storage area neat and orderly. Remove oily rags and waste daily. Take necessary measures to ensure that workers and work areas are protected from fire and health hazards resulting from handling, mixing, and application. 1.6 PROJECT CONDITIONS • A. Apply water -based paints only when the temperature of surfaces to be painted and surrounding air temperatures are between 50 and 90 deg F. B. Apply solvent- thinned paints only when the temperature of surfaces to be painted and surrounding air temperatures are between 45 and 95 deg F. C. Do not apply paint in snow, rain, fog, or mist; or when the relative humidity exceeds 85 percent; or at temperatures less than 5 deg F above the dew point; or to damp or wet surfaces. 1. Painting may continue during inclement weather if surfaces and areas to be painted are enclosed and heated within temperature limits specified by manufacturer during application and drying periods. 1.7 EXTRA MATERIALS A. Furnish extra paint materials from the same production run as the materials applied in the quantities described below. Package paint materials in unopened, factory- sealed containers for storage and identify with labels describing contents. Deliver extra materials to the Owner. 1. Quantity: Furnish the Owner with an additional 5 percent, but not Tess than 1 gallon of each material and color applied. PART 2- PRODUCTS 2.1 MANUFACTURERS A. Products: Subject to compliance with requirements, provide one of the products in the paint schedules. B. Manufacturers Names: The following manufacturers are referred to In the paint schedules by use of shortened versions of their names, which are shown in parentheses: 1. Devoe & Reynolds Co. (Devoe). 2. Benjamin Moore & Co. (Moore). 3. Sherwin- Williams Co. (S -W). 4. ICI PAINTING 09900 - 2 Hill Country Exhibit Center Rodeo Arena 4/16/10 5. Pittsburgh Paints 2.2 PAINT MATERIALS, GENERAL A. Material Compatibility: Provide block fillers, primers, undercoats, and finish -coat materials that are compatible with one another and the substrates indicated under conditions of service and application, as demonstrated by manufacturer based on testing and field experience. B. Material Quality: Provide manufacturer's best - quality paint material of the various coating types specified. Paint - material containers not displaying manufacturer's product identification will not be acceptable. 1. Proprietary Names: Use of manufacturer's proprietary product names to designate colors or materials is not intended to imply that products named are required to be used to .'. the exclusion of equivalent products of other manufacturers. Furnish manufacturer's material data and certificates of performance for proposed. substitutions. C. Colors: Provide color selections made by the Architect and /or Interiors Consultant PART 3 - EXECUTION 3.1 EXAMINATION A. Examine substrates, areas, and conditions, with the Applicator present, under which painting will be performed for compliance with paint application requirements. 1. Do not begin to apply paint until unsatisfactory conditions have been corrected and surfaces receiving paint are thoroughly dry. 2. Start of painting will be construed as the Applicator's acceptance of surfaces and conditions within a particular area. B. Coordination of Work: Review other Sections in which primers are provided to ensure compatibility of the total system for various substrates. On request, furnish information on characteristics of finish materials to ensure use of compatible primers. 1. Notify the Architect about anticipated problems using the materials specified over substrates primed by others. 3.2 PREPARATION A. General: Remove hardware and hardware accessories, plates, machined surfaces, lighting fixtures, and similar items already installed that are not to be painted. If removal is impractical or impossible because of the size or weight of the item, provide surface - applied protection before surface preparation and painting. B. Cleaning: Before applying paint or other surface treatments, clean the substrates of substances that could impair the bond of the various coatings. Remove oil and grease before cleaning. C. Surface Preparation: Clean and prepare surfaces to be painted according to manufacturer's written instructions for each particular substrate condition and as specified. 1. Cementitious Materials: Prepare concrete, concrete masonry block, cement plaster, and mineral- fiber - reinforced cement panel surfaces to be painted. Remove efflorescence, chalk, dust, dirt, grease, oils, and release agents. Roughen as required to remove glaze. If hardeners or sealers have been used to improve curing, use mechanical methods of surface preparation. a. Determine alkalinity and moisture content of surfaces by performing appropriate tests. If surfaces are sufficiently alkaline to cause the finish paint to blister and PAINTING 09900 - 3 Hill Country Exhibit Center Rodeo Arena 4/16/10 burn, correct this condition before application. Do not paint surfaces where moisture content exceeds that permitted in manufacturer's written instructions. b. Clean concrete floors to be painted with a 5 percent solution of muriatic acid or other etching cleaner. Flush the floor with clean water to remove acid, neutralize with ammonia, rinse, allow to dry, and vacuum before painting. 2. Wood: Clean surfaces of dirt, oil, and other foreign substances with scrapers, mineral spirits, and sandpaper, as required. Sand surfaces exposed to view smooth and dust off. 3. Ferrous Metals: Clean ungalvanized ferrous -metal surfaces that have not been shop coated; remove oil, grease, dirt, loose mill scale, and other foreign substances. Use solvent or mechanical cleaning methods that comply with the Steel Structures Painting Council's (SSPC) recommendations. 4. Galvanized Surfaces: Clean galvanized surfaces with nonpetroleum -based solvents so surface Is free of oil and surface contaminants. Remove pretreatment from galvanized sheet metal fabricated from coil stock by mechanical methods. D. Materials Preparation: Mix and prepare paint materials according to manufacturer's written instructions. E. Tinting: Tint each undercoat a lighter shade to simplify identification of each coat when multiple coats of the same material are applied. Tint undercoats to match the color of the finish coat, but provide sufficient differences in shade of undercoats to distinguish each separate coat. 3.3 APPLICATION A. General: Apply paint according to manufacturer's written instructions. Use applicators and techniques best suited for substrate and type of material being applied. 1. Paint colors, surface treatments, and finishes are indicated in the schedules. 2. Do not paint over dirt, rust, scale, grease, moisture, scuffed surfaces, or conditions detrimental to formation of a durable paint film. 3. Provide finish coats that are compatible with primers used. 4. The term "exposed surfaces" includes areas visible when permanent or built -in fixtures, convector covers, covers for finned -tube radiation, grilles, and similar components are in place. Extend coatings in these areas, as required, to maintain the system integrity and provide desired protection. 5. Paint surfaces behind movable equipment and furniture the same as similar exposed surfaces. Before the final installation of equipment, paint surfaces behind permanently fixed equipment or furniture with prime coat only. 6. Paint interior surfaces of ducts with a fiat, nonspecular black paint where visible through registers or grilles. 7. Paint back sides of access panels and removable or hinged covers to match exposed surfaces. 8. Finish exterior doors on tops, bottoms, and side edges the same as exterior faces. 9. Finish interior of wall and base cabinets and similar field - finished casework to match exterior. 10. Sand lightly between each succeeding enamel or varnish coat. B. Scheduling Painting: Apply first coat to surfaces that have been cleaned, pretreated, or otherwise prepared for painting as soon as practicable after preparation and before subsequent surface deterioration. C. Application Procedures: Apply paints and coatings by brush, roller, spray, or other applicators according to manufacturer's written instructions. D. Minimum Coating Thickness: Apply paint materials no thinner than manufacturer's recommended spreading rate. Provide the total dry film thickness of the entire system as recommended by the manufacturer. 1. Apply no less than one coat primer and two finish coats. PAINTING 09900 - 4 Hill Country Exhibit Center Rodeo Arena 4/16/10 E. Mechanical and Electrical Work: Painting of mechanical and electrical work is limited to items exposed in equipment rooms and in occupied spaces. F. Electrical Items to be painted include, but are not limited to, the following: 1. Conduit and fittings. 2. Switchgear. 3. Panel boards. 4. Phoneboards. G. Prime Coats: Before applying finish coats, apply a prime coat of material, as recommended by the manufacturer, to material that is required to be painted or finished and that has not been prime coated by others. Recoat primed and sealed surfaces where evidence of suction spots or unsealed areas in first coat appears, to ensure a finish coat with no burn through or other defects due to insufficient sealing. H. Completed Work: Match approved samples for color, texture, and coverage. Remove, refinish, or repaint work not complying with requirements. 3.4 CLEANING A. Cleanup: At the end of each workday, remove empty cans, rags, rubbish, and other discarded paint materials from the site. 3.5 PROTECTION A. Protect work of other trades, whether being painted or not, against damage by painting. Correct damage by cleaning, repairing or replacing, and repainting, as approved by Architect. B. Provide 'Wet Paint" signs to protect newly painted finishes. Remove temporary protective wrappings provided by others to protect their work after completing painting operations. 1. At completion of construction activities of other trades, touch up and restore damaged or defaced painted surfaces. Comply with procedures specified in PDCA P1. 3.6 EXTERIOR PAINT SCHEDULE B. Ferrous Metal: Provide the following finish systems over exterior ferrous metal. Primer is not required on shop - primed items. - 1. Semigloss, Acrylic - Enamel Finish: 2 finish coats over a rust - inhibitive primer. a. Primer: Rust - inhibitive metal primer applied at spreading rate recommended by the manufacturer to achieve a total dry film thickness of not less than 1.3 mils. b. First and Second Coats: Semigloss, exterior, acrylic -latex enamel applied at spreading rate recommended by the manufacturer to achieve a total dry film thickness of not less than 2.6 mils. A. Zinc - Coated Metal: Provide the following finish systems over exterior zinc - coated (galvanized) metal surfaces: 1. Low - Luster Finish: 2 finish coats over a galvanized metal primer. a. Primer: Galvanized metal primer applied at spreading rate recommended by the manufacturer to achieve a total dry film thickness of not less than 1.2 mils. b. First and Second Coat: Low- luster (eggshell or satin), exterior, acrylic -latex paint applied at spreading rate recommended by the manufacturer to achieve a total dry film thickness of not less than 2.8 mils. 3.7 INTERIOR PAINT SCHEDULE PAINTING 09900 - 5 Hill Country Exhibit Center Rodeo Arena 4/16/10 A. Woodwork and Hardboard: Provide the following paint finish systems over new, interior wood surfaces: 1. Semigloss, Acrylic- Enamel Finish: 2 finish coats over a wood undercoater. a. Undercoat: Alkyd- or acrylic- latex - based, interior wood undercoater, as recommended by the manufacturer for this substrate, applied at spreading rate recommended by the manufacturer to achieve a total dry film thickness of not less than 1.2 mils. B. Ferrous Metal: Provide the following finish systems over ferrous metal: 1. Semigloss, Acrylic- Enamel Finish: One finish coat over an enamel undercoater and a primer. a. Primer: Quick - drying, rust - inhibitive, alkyd -based or epoxy -metal primer, as recommended by the manufacturer for this substrate, applied at spreading rate recommended by the manufacturer to achieve a total dry film thickness of not less than 1.5 mils. b. Undercoat: Alkyd, interior enamel undercoat or semigloss, acrylic - latex, interior enamel, as recommended by the manufacturer for this substrate, applied at spreading rate recommended by the manufacturer to achieve a total dry film thickness of not less than 1.3 mi. c. Finish Coat: Semigloss, acrylic - latex, interior enamel applied at spreading rate recommended by the manufacturer to achieve a total dry film thickness of not less than 1.3 mils. END OF SECTION 09900 PAINTING 09900 - 6 0) ^, CO � \ W , Y ° U . o ID LU V � ` � + � 11 � a C O L d + m i t � . .►1� th = 0 a y c° o cr / : = . / si O O co • LL, 3d \ '/ .5 — O O Ll.l Q N 3 \\ o ? i;, -1- 3 < m n om. O (n I CD Z r y 03 O O� N 'm I I I Q O = Z 0 .£ l .. 10-- -\‘'-. - o w . w w O' w F y a . ~ 0w z 0 0 C ~ < 0 Z cK � 0 03 2 v3 0itD z 0 0 w �� w • LIJ • Q c, • a .-..1 0 O =u c T A 0 E — ---. P a a 1 I Z I I iC1S1 II c 0 0 Q 0 b II J Z ir ci o a 1 ° J gm I, M V c N O ct Q II o wm p a Z m a 11 0 Ti FI II w z w O 0 w z `L - -1 • a 1 0 o z 1 m I w¢ U 0 =CT Et • 1 W a w a w H w Z z I m O° w y 0 o z 3 z 3 0,,,_...., w ° r z I oL U ro w� a r w n 1 > ¢ x (n wwo o�.i Z a3 cn0 oa3 41) w w a_aN F— M w 0 Z a t 3 O r w co g 1 f I ti 1 ( a Q I o a 03 I � I 0 0 I ,_1, no i.o I z o - z I a 3 >_ _ I g o I • III o .o -.o£ .O-•o£ .0 i L C V) a N N s \ o ��' "' `1 1 1 ++ C v ' 3 "' a =2' o \ ( C 0 f- 0 y v J + z m % ` t ` �l�� ` v � ' I! � � V Q a) L. O cr /1 1 d 5 �' / V . 0 0 1 0 C � o Q w I ¢ N o r ,�. / V — v ' ` = 0 ¢ ‘V, `v N ; O Z x Y C O �' U1 CC i N / ; m a a ' Ott_ n g Oz oO w 0 < 0 U Z a a D Z J d < ;J °1' O 2 Z O v J J N N a I IZwi ° j O NVHa3A0 ONVHa3A0 (/) y < w Z . A0021 - �o wo® 1 � 0 3000 „0 -.a CID J008 c9 .o -,Z Z -- �'� — II' - -- _VIII a 0 - .01. .0 -, — — — a 3s. _ III I I 1 o-' s N 009 I as I ,=, � Illl I � ® n 0 II I I a' A l @ m .4 a 1: L ', \ 0 LI - 0.111111WIEL.:+1.2:.:.t:::.::::::t.' P < .- ° s �InI :� o of ` i O v a 1,,h, i o CC � I3 I @ Ti n » m z 0 Cg � 1 I I � 0o w lillllil 4 MINIM o 0 r 00 I- w YwaW V1 iI 1 j w =,, zF Jw [A z Al 1003 1oa3 -l003II 0 ¢z z o ® p ° LT z J n _ L 3 w N o „ 0- . 91 L� OLL � _ _I �° wN1+1 ri'i w J Z M a 1 J - a CO o 0 ° O Oi o a O D a3v d D ©D .< mu U _._ a o m 1II1II1III 11II11 1 E • MIM = m 0 1 I I I I I I 0 Z � x 1 0 0 ..-1 ..... z : s_ I I v II I I 1 g 1 11 I 11 � � I Y m Q� .=,,., c9 a� I I I I I I I I I I . „111111 1 0x Iz � iMMiI �MINNE� O o J < j 11111 I��� m01, 1 1 1 111111 1 1 I �'ow I!IIllIHOIi w o ®6 ZW a ° z Iivl r w onO i� x¢ o o "1.H WA „L 1- tl 'n N z O F ° I J • 4- sa3sia 03 9l w � � 4i z w • �� C w CD I „0 -,b"1 w 0 z_ oa c� ki193A ` 1 W z -, ji . 83S18 lVft03 9 z z • o ° o w . w u_ m w Wo® „9 -.8 0 0 0 3w „Y o chi °w a Ea 0) J NJ V1 1- 1v 1 5 re L w = °5 c � a �3m o 0 1 cr w x S O m 0, 3 F- to.; N LL 0 0< S 5o < ct Q. r 9 IV Q N N ` ° N O U m a • S 6� \ \ ) *d C W ilf M CO \ w ¢ li .3' E c e cc F = ; = - -4 . •o i 'J // o ff� o , _ _ w ; v LL o vil LU CC U. / c's . ' -,3 O U w U m 0, m0 m� 0. N d� d .6 / .9 - . .6 - .S �.9 "9 - . 03' 03 l'.'K 3 � � -ll ,ll 1 .1. I. n q a mwxc� .� w z� . w u.,,,,,,, q ..� jz zZ w° o [�' a zw o C ? 0N w 0 uK Z b w U �u' 4 z i �: ¢ p U - > Q = O F- LO J O F- t j m w t al (w/1 W m z I w 4� S I UJ n„ i NI W s w ` a ® I ., P Q � L , p 4D 1 1 ® � W 4 Q reo w m w i N I Z I Z Va $ $ U © 1-' 0 J O z z O . m \ ,/ • - Z. - , . ,/ . .._ _ \\ c' Z-) 7, ------, r ----, ..,\ 6 . , , .. , 61,, a r l i � � O -o y w j � ' ii II ( IIIIIIIIIIIIIIIIIIII \ \� sa3HOV3-1a �/ - \---,,,,_______ 1 1 1 — — � �l. f 'I N a� � j � `'�r % 4fri , fl—.----e—c—e--0--tk-t—a--. V Iti , i „,.t....?._.... , ( , , ,_ 4....._ _, c.., 1 F, , , , , , .,....,, iu . ii. - . „ ,, , ,._ 0 , ..., , , __,_,,,, .__, („1 _,_, ... r7civ 11 . ... 1 O j � ; 4) / 7 v) (,,F, L `�_ y 1 ow ilriq- � / !c` � j�M / p,,, ni W o � / s. ....c... I I Il / h ji i `�z ` , ww z z Wo ( m ro JZ� ( Op ❑ y�� Y1 NO NI_ �! ii X j ' 20.7 It ," Ir i 5 F , CCU K w O w - -�./� I ;e H Il © J I r, ,, 6 , r∎ 7 w (" i It 1 \ • • 0 Z>rn, H ', c' ‘ , PETER LEWIS ARCHITECT + ASSOCIATES Addendum 2 Addendum No. 1 Narrative May 6, 2010 Project: Hill Country Exhibit Center Rodeo Arena Project No.: 20 -1006 To: Bidding Contractor From: Nicole Landrum — Project Manager Peter W. Lewis Architect + Associates This Addendum forms a part of the Contract Documents and modifies the original Bidding Documents dated April 16, 2010. Acknowledge receipt of this Addendum in the space provided on the Bid Form. Failure to do so may subject the Bidder to disqualification. 1. Contractor Question: Are you going to have roping chutes? Answer: Price it as drawn. Changes, if necessary, will be made later as required. 2. Contractor Question: You do not have a specification for the stripping chute. Are we supposed to use a particular brand, or are we supposed to fabricate ourselves? Answer: It was the Commissioner's expectation that this would be fabricated. However, please price what is the least expensive for you. 3. Contractor Question: Will Voelkel mark the corners for us — with pens? Answer: The location of the arena to be determined. The county will prep the site /mark the location before you begin. 4. Announcer Stand: Sheet A2.0. Provide Pre - Engineered Metal Building Shop Drawings for Architect review. Shop drawings must be sealed by a State of Texas registered engineer. Hill Country Exhibit Center Rodeo Arena Addendum #2 Page 1 of 1 110 PETER LEWIS ARCHITECT + ASSOCIATES Addendum Addendum No. 1 Narrative April 30, 2010 Project: 11111. Country Exhibit Center Rodeo Arena Project No.: 20 -1006 To: Bidding Contractor From: Nicole Landrum — Project Manager Peter W. Lewis Architect + Associates This Addendum forms a part of the Contract Documents and modifies the original Bidding Documents dated April 16, 2010. Acknowledge receipt of this Addendum in the space provided on the Bid Form. Failure to do so may subject the Bidder to disqualification. To the Specifications: 1. Invitation to Bid, Line 6: Delete "Plan holders not returning documents shall forfeit deposit." 2. 'Bid Form, Line 3d: There are no bond requirements. To the Drawings: Demolition (see attached 'e)thibit)- 3. County Site Work Demolition responsibilities to include: a, Dirt removal from existing. Arena and placemontatnew b. Remove & cap, all utilities: plumbing; electrical, lighting c. Empty interior,of Concession. Stand before demolition by Contractor 4. Contractor Demolition responsibilities to include; a. Fencing, Gates, Shoots b. Press Box e. Concession Stand and Pad d. Restrooms (Adjacent Storage Building to remain) e. Bleachers — Salvage aluminum bleacher. seats and their metal angle supports and present to owner. f. Protecttreess during demolition g. Completely remove concrete slabs, footings and piers associated with items 4(a)-4(e) Hill Country Exhibit Center Rodeo Arena Addendum #1 Page 1 of 3 New Construction (build Arena as drawn with the following revisions): 5. Voelkel Land Surveying to shoot elevations for County 6. County to prepare new Arena site to receive new construction by Contractor. Exact location of new Arena to be determined 7. All electrical, plumbing and lighting by County 8. Building Section 3 /Sheet A2.0 - County to perform the Interior finish -out of the Announcer Stand 9. Sections'1 &2 /Sheet A3.0 - Change "C" Channel note to "C" Purlin. Purlin to be tack welded to pipe 10. Sections 1,2 &3 /Sheet A3.0 — 9" pier to be at Pipe Only Hill Country Exhibit Center Rodeo Arena Addendum #1 Page 2 of 3 , 1 ° 4 AGRICULTURE EXTENSION OFFICE KERRVILLE:' ARTS Sc CRAFTS % FAIRGROUNDS ,,„,,,, • . � . ■ �i-- -� - ----- . L Iv sommaamsas �`'. ■ . - • ry a O EXHIBIT ■ I ■ HALL a In N 41 • p ■ ®, ' $ ` EXISTING ' ■ ® • MI r ---,• . lc ,® _ . 1 ' ; - 8 • a` ' s e e .. • CHERS■ il S . • N 44t,,,4 ■ p F - -- F 1 ', IN ti I \ ■ • s ® ��� R R • • • ' '**•' \ ' - ' ' l it S641 MI .. ' ® STORAGE ■ �♦ `► 4, BUILDING TO REMAIN j e t . ®�. a �o FLAT ROCK °'���+ PARK ' ,,, . . \ ..`' A 'D--C [Ti10�LrgN GI r.,- t® ?ova r 60800 a w s TOOP -O Hill Country Ex hi b i t Center Add e�d�m 1 PETER LEWIS Ro d eo Arena DATE: 04-30_10 L- ARCHITECT + ASSOCIATES SHEET NO. 334Water Street Kem 4141 TX 730 ZOO CO®e)PM7e1{RCsP [;)a $sOO /� Q (830)PI96 -4220 (Y30) 4496.4226f a(�( �l ® C l� � �O�o A3 0 r a3e 3 of 3 Project Manual Hill Country Exhibit Center Rodeo Arena Kerrville, Texas April 16, 2010 /�ERto q c \ \\ /c‘' >ER w 444 ` , z I /h l''s 1 08.2 g5 /J \\ l O F S E �� '.. t *Ito 40 The County Court of Kerr County, Texas �� PETER LEWIS 1,- ARCHITECT + ASSOCIATES Set No. 2, INVITATION TO BID April 16, 2010 Project: Hill Country Exhibit Center Rodeo Arena Highway 27 East Kerrville, Texas 78028 Owner: County Court of Kerr County Texas 700 Main Street Kerrville, Texas 78028 Be it known to all interested and qualified parties: 1. The County Court of Kerr County will receive sealed bids, at the County Clerk's office, Room 122, County Court of Kerr County Texas, 700 Main Street, Kerrville, Texas, for the above referenced project. 2. Bids will be received and opened publicly at 10:00 a.m., local time, on Monday May 10, 2010 in Commissioners Court. 3. Bids shall be on a Stipulated Sum Basis and shall be submitted using the 'Bid Form/General Construction Contract', provided. 4. Two (2) sets each of Contract Drawings and Specifications will be issued to General Contractors. 5. All bidding documents remain the property of Peter W. Lewis Architect + Associates PLLC, shall not be used for any other purpose, and shall be returned to the Architect within ten (10) calendar days after the Bid Opening. 6. Bidders shall return the bidding documents in full and In good condition to the Architect immediately following the opening of the bids. Plan holders not returning documents shall forfeit deposit. 7. Owner reserves the right to waive Irregularities, to reject any or all bids, and accept any combination of bids. 8. Acceptance of any bid(s) and execution of a contract or contracts for General Construction is subject to project funding. 9. There will be a Pre -Bid Meeting for all. interested General Contractors at the Hill Country Youth Exhibit Center, Highway 27 East, Kerrville, Texas, 10:00 a.m., local time, on Friday, April 30, 2010. The purpose of the meeting will be to review Bid Process and respond to questions. INVITATION TO BID 1 of 1 Hill Country. Exhibit Center Rodeo Arena 04/16/10 INSTRUCTIONS TO BIDDERS A. At contractors cost, additional Bid Documents may be obtained from the Owner. All copies of Bid Documents shall remain the property of the Owner and shall be returned after bidding. One copy will be available for review at Commissioners Court Office, Kerr County Courthouse. B. Each bidder shall be responsible for fully examining the Bid Documents, visiting the jobsite, satisfying himself regarding all existing conditions and measurements, and shall include in his proposal an amount sufficient to cover all work as described in the documents. Should any bidder find discrepancies in the Bid Documents or should he be in doubt of their exact meaning, he should notify the Owner at once. The Owner may, at his option issue a written addendum correcting or clarifying the matter. The Owner will not be responsible for oral instructions or for misinterpretations of the Bid Documents. C. The Owner reserves the right to issue addenda at any time prior to bid opening time. All such addenda become, upon Issuance, a part of the Contract Documents. All addenda shall be acknowledged on the Kerr County Bid Form. D. Prospective Bidders requiring further information or interpretation of the Bid Documents shall request such data in writing. E. To obtain approval to use an unspecified product, Bidders shall submit written requests at least 5 business days prior to the Bid due date in order to be considered. Requests shall clearly describe the product for which approval is asked. No proposed substitution will be considered less than 5 business days before bid due date. F. Clarification issues which arise too late to be included in a last addendum shall be handled as follows to assure uniformity in bidding: 1. Bid the greater quantity, better quality, and more expensive work. 2. Bid the Interpretation that is most in keeping with the general nature and quality of the project. Attach to bid a written description of interpretation outlining issue in question and proposed solution. G. Answers to all questions, inquiries or requests for additional information, and construction document changes will be issued in the form of Addenda, and copies of each Addendum will be issued to all prospective bidders. During the bidding period, prospective bidders may be advised by Addendum of changes in the requirements of the Bid Documents. Failure to acknowledge receipt of any Addenda may invalidate a proposal as incomplete. H. The Owner reserves the right not to respond" to clarification or interpretation requests received later than 5 business days prior to the date for receipt of bids, if responses cannot reasonably and fairly be transmitted to all bidders with sufficient time for review by bidders. I. The amount of the Base Bid must include, but not be limited to the following: 1. All taxes, excises or other charges by Federal, State, County, and Township or Municipal Governments, unless the Owner is a tax- exempt institution. 2. All fees for royalties and patents. 3. All temporary facilities as required. 4. All permits and required certifications. J. No bidder may withdraw his bid within thirty (30) days after the actual Bid Opening. INSTRUCTIONS TO BIDDERS 1 of 2 Hill Country Exhibit Center Rodeo Arena 04/16/10 K. The successful Bidder shall be required to enter into a Contract with the Owner, covering the entire work of the Bid, and must fumish to the Owner all certifications, insurance documents, and other requirements, within seven (7) days after issuance of a written Notice of Award of Contract or Letter of Intent by the Owner. INSTRUCTIONS TO BIDDERS 2 of 2 lememermarmi BID FORM GENERAL CONSTRUCTION CONTRACT PROJECT: Hill Country Exhibit Center Rodeo Arena Protect # 201006 BID TO: Kerr County Commissioners Court Kerr County Courthouse Kerrville, Texas 78028 BID FROM: / ����— / Jri cp fr oh a L G . (NAME OF BIDDER) 1. The undersigned BIDDER agrees, if this Bid is accepted, to enter into an agreement with OWNER, on aform A101 -1997 Standard From of Agreement Between Owner and Contractor where the Basis of Payment is a Stipulated Sum, to perform and furnish the Work as specified or indicated in the Bidding Documents for the bid Price and within the Contract Time indicated in the Bid and in accordance with the other terms and conditions of the Contract Documents. 2. BIDDER further agrees that the contract is non - assignable. 3. In submitting this Bid, BIDDER represents, as more fully set forth in the Agreement, that: a. This Bid will remain subject to acceptance for 30 (thirty) days after the day of Bid opening; b. The Owner has the right to reject this Bid; c. BIDDER accepts the provisions of the Instructions and Supplementary Instructions to Bidders regarding disposition of Bid Security; d. BIDDER will sign and submit the Agreement with the Bonds and other documents required by the Bidding Requirements within 10 days after the date of OWNER's Notice of Award; e. BIDDER has examined ;:opies of all the Bidding Documents; f. BIDDER has visited the site and become familiar with the general, local, site conditions, and availability of labor, utilities and materials; g. BIDDER is familiar with federal, state and local laws and regulations; h. BIDDER has correlated the information known to BIDDER, information and observations obtained from visits to the site, reports and drawings identified in the Bidding Documents and additional examinations, investigations, exploration, tests, studies, and data with the Bidding Documents; i. This Bid is genuine and not made in the interest of or behalf of an undisclosed person, firm, or corporation and is not submitted in conformity with an agreement or rules of a group, association, organization, or corporation; BIDDER has not directly or indirectly induced or solicited another Bidder to submit a false or sham Bid; j. BIDDER has received the following Addenda, receipt of which is hereby acknowledged: Addendum Number Date ._5%70 `5"/7/70 BID FORM 1 of 3 4. BIDDER will complete the Work in accordance with the Contract Documents for the guaranteed maximum cost of the following price : BID PACKAGE A : DEMOLISH EXISTING ARENA AND STRUCTURES, ONLY • STIPULATED SUM BASE BID PRICE . Y-/ do /V ).-2 ) (use words) (figures) BID PACKAGE B : CONSTRUCT NEW RODEO ARENA AND PRESSBOX, ONLY PRICE SUM BASE BID ,�p e / r /r -e a 7 SC ci e c7 ��7!✓ -s A .�. Titer � --r L1 .dels'rS d ✓SCY ($ /37-ra i ) (use words) (figures) BID PACKAGE C : DEMOLISH EXISTING RODEO ARENA AND STRUCTURES AND CONSTRUCT NEW RODEO ARENA AND PRESSBOX STIPULATED SUM BASE BID ��ryry PRICE ! fi- $ vc t1 72o11S -4n L, ■;vG J u 4e-ct/ at �4,s...� ($✓47 SU0 ) (use words) (figures) 5. Upon receipt of a written Notice to Proceed, Bidder agrees to commence work immediately. Bidder will complete the work in accordance with the contract documents within the following number of calendar days: BID PACKAGE A : CALENDAR DAYS BID PACKAGE B : O CALENDAR DAYS BID PACKAGE C : CALENDAR DAYS 6. BIDDER agrees that the Work will be substantially complete and ready for final payment in accordance with the General Conditions on or before the dates or within the number of calendar months indicated in the Agreement 7. Overhead and Profit The Undersigned hereby agrees that the Contractor's overhead and profit, to be charged in payment of Additional Work, will be based upon the following percentages of the cost for said Work. Additional Work by Contractor's own forces: OVERHEAD AND PROFIT / 3-- % Additional Work by Subcontractor's forces: OVERHEAD AND PROFIT /� % BID FORM 2 of 3 SUBMITTED on /220 /2204 1 / 77' , 2010. By / ��t°r / 6P> c 41. a to S LL C , (SEAL) (Firm Name).-;Th (Signatur n op Sign) (Title) Business Address: /, %X < /-4.,7-7-- / ESQ y Phone No: ,%f a3X 3 e F. 0 -� 0/9- Fax No: — �3 ` / 3 Email: DI�t- ��L ° , ' - ®61/455, c .eve ?"• BID FORM 3 of 3 Hill Country Exhibit Center Rodeo Arena 04/16/10 SECTION 01000 — GENERAL REQUIREMENTS A. Specifications, General Provisions of the Contract for Construction including AIA Document A201, General Conditions of the Contract for Construction, 1997 Edition and all other sections are part of this Project and the Contractor shall consult them in detail for instruction pertaining to this Work. B. Contractor shall provide al items, materials, articles, operations or methods listed, mentioned shown or scheduled on the drawings and /or in these specification including labor, material, equipment and all incidentals necessary and required for the completion of the following Work. All work and areas adjacent to and affected by the Work shall be to delivered to Owner in like - new condition prior to acceptance by Owner. 1. Project: Hill Country Exhibit Center Rodeo Arena Highway 27 East Kerrville, TX 78028 2. Owner: County Court of Kerr County Texas C. Each bidder shall be responsible for fully examining the Bid Documents, visiting the jobsite, satisfying himself regarding all existing conditions and measurements, and shall include in his proposal an amount sufficient to cover all work as described in the documents. D. Contractor shall have full use of premises for construction operations, including use of Project site, during construction period. Contractor's use of premises is limited only by Owner's right to perform work or to retain other contractors on portions of Project. E. All Applicable State laws, Municipal ordinances and rules and regulations of all authorities having jurisdiction over the construction of the project shall apply to the Contract throughout and shall be deemed to be included in the contract including fees pertaining to such. F. This agreement shall be governed by the Uniform Commercial Code as adopted and currently enforced in the State of Texas. All parties agree that venue for any litigation arising from this contract/project shall lie in Kerr County, Texas. G. In the event of errors or conflict between documents, only the Owner shall interpret, clarify or correct such conflict. All discrepancies shall be submitted to the architect for interpretation. If work which could be affected by such errors, conflict or discrepancy is proceeded upon without Owners clarification, correction, or interpretation, this work shall be made good, corrected or replaced at the Contractor's expense. H. Contractor assumes risks for damage or injury from whatever cause to property or persons used or employed on or in connection with the Work. Contractor will defend the Owner against all claims on account of any such damage or injury. END OF SECTION 01000 GENERAL REQUIREMENTS 01000 - 1 Hill Country Exhibit Center Rodeo Arena 04/16/10 SECTION 01732 — DEMOLITION PART 1- GENERAL 1.1 SECTION INCLUDES A. Removal of designated building equipment and fixtures. B. Removal of designated construction. C. Identification of utilities. D. Salvage of all items. 1.2 RELATED SECTIONS 1.3 REGULATORY REQUIREMENTS A. Conform to applicable O.S.H.A. code for demolition work, safety of structure, and dust control. B. Obtain required permits from authorities. C. Notify affected utility companies before starting work and comply with their requirements. D. Conform to regulatory procedures applicable for any hazardous or contaminated materials encountered on this project. 1.4 SCHEDULING A. Schedule Work to coincide with new construction. PART 2 - PRODUCTS (Not Used) PART 3 • EXECUTION 3.1 PREPARATION A. Provide, erect, and maintain temporary barriers. B. Protect existing materials, adjacent structures and site Improvements which are not to be demolished. C. Mark location of utilities. 3.2 DEMOLITION REQUIREMENTS A. Conduct demolition to minimize interference with adjacent building areas. B. Maintain protected egress and access to the Work. DEMOLITON 01732 1 Hill Country Exhibit Center Rodeo Arena 04/16/10 3.3 DEMOLITION A. Disconnect, remove, cap and identify utilities designated as "abandoned" within demolition areas. B. All exposed and abandoned mechanical, electrical and plumbing shall be removed from the site. C. Demolish in an orderly and careful manner. Protect existing supporting structural members. D. Except where noted otherwise, remove demolished materials from site. Do not burn or bury materials on site. E. Remove demolished materials from site as work progresses. Upon completion of work, leave areas in clean condition. F. Remove temporary Work. G. All salvaged material to become property of General Contractor. END OF SECTION 01732 DEMOLITON 01732 2 Hill Country Exhibit Center Rodeo Arena 04/16/10 SECTION 05500 - METAL FABRICATIONS PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes the following: 1. Miscellaneous steel framing. 2. Steel stairs and platforms 3. Miscellaneous metal trim. 1.3 SUBMITTALS A. Shop Drawings: Detail fabrication and erection of each metal fabrication indicated. Include plans, elevations, sections, and details of metal fabrications and their connections. Show anchorage and accessory items. 1.4 QUALITY ASSURANCE A. Fabricator Qualifications: A firm experienced in producing metal fabrications similar to those indicated for this Project and with a record of successful in- service performance, as well as sufficient production capacity to produce required units. B. Welding: Qualify procedures and personnel according to the following: 1. AWS D1.1, "Structural Welding Code — Steel." 2. AWS D1.2, "Structural Welding Code — Aluminum." 3. AWS D1.3, "Structural Welding Code —Sheet Steel." 4. Certify that each welder has satisfactorily passed AWS qualification tests for welding processes involved and, if pertinent, has undergone recertification. 1.5 PROJECT CONDITIONS A. Field Measurements: Verify dimensions by field measurements before fabrication and indicate measurements on Shop Drawings. PART2- PRODUCTS 2.1 METALS, GENERAL A. Metal Surfaces, General: For metal fabrications exposed to view in the completed Work, provide materials with smooth, flat surfaces without blemishes. Do not use materials with exposed pitting, seam marks, roller marks, rolled trade names, or roughness. 2.2 FERROUS METALS A. Steel Plates, Shapes, and Bars: ASTM A 36 /A 36M. B. Stainless -Steel Sheet, Strip, Plate, and Flat Bars: ASTM A 666, Type 304. C. Stainless -Steel Bars and Shapes: ASTM A 276, Type 304. METAL FABRICATIONS 05500 -1 Hill Country Exhibit Center Rodeo Arena 04/16/10 D. Rolled -Steel Floor Plate: ASTM A 786/A 786M, rolled from plate complying with ASTM A 36/A 36M or ASTM A 283/A 283M, Grade C or D. E. Rolled -Stainless -Steel Floor Plate: ASTM A 793. F. Steel Tubing: Cold- formed steel tubing complying with ASTM A 500. G. Steel Pipe: ASTM A 53, standard weight (Schedule 40), unless another weight is indicated or required by structural loads. H. Malleable -Iron Castings: ASTM A 47, Grade 32510. I. Gray -Iron Castings: ASTM A 48, Class 30, unless another class is indicated or required by structural loads. 2.3 ALUMINUM A. Aluminum Extrusions: ASTM B 221, alloy 6063 -T6. B. Aluminum -Alloy Rolled Tread Plate: ASTM B 632/B 632M, alloy 6061 -T6. 2.4 PAINT A. Shop Primer for Ferrous Metal: Fast - curing, lead- and chromate -free, universal modified -alkyd primer complying with performance requirements in FS TT- P-664; selected for good resistance to normal atmospheric corrosion, compatibility with finish paint systems indicated, and capability to provide a sound foundation for field - applied topcoats despite prolonged exposure. B. Galvanizing Repair Paint: High - zinc - dust - content paint for regalvanizing welds in steel, complying with SSPC -Paint 20. C. Bituminous Paint: Cold- applied asphalt mastic complying with SSPC -Paint 12, except containing no asbestos fibers, or cold- applied asphalt emulsion complying with ASTM D 1187. 2.5 FASTENERS A. General: Provide Type 304 or 316 stainless -steel fasteners for exterior use and zinc - plated fasteners with coating complying with ASTM B 633, Class Fe/Zn 5, where built into exterior walls. Select fasteners for type, grade, and class required. B. Bolts and Nuts: Regular hexagon -head bolts, ASTM A 307, Grade A; with hex nuts, ASTM A 563; and, where indicated, flat washers. C. Anchor Bolts: ASTM F 1554, Grade 36. D. Machine Screws: ASME 818.6.3. E. Lag Bolts: ASME B18.2.1. F. Wood Screws: Flat head, carbon steel, ASME B18.6.1. G. Plain Washers: Round, carbon steel, ASME B18.22.1. H. Lock Washers: Helical, spring type, carbon steel, ASME B18.21.1. I. Expansion Anchors: Anchor bolt and sleeve assembly of material indicated below with capability to sustain, without failure, a load equal to six times the load imposed when installed in unit masonry and equal to four times the load imposed when installed in concrete, as determined by testing per ASTM E 488, conducted by a qualified independent testing agency. 1. Material: Carbon -steel components zinc- plated to comply with ASTM B 633, Class Fe/Zn 5. 2. Material: Alloy Group 1 or 2 stainless -steel bolts complying with ASTM F 593 and nuts complying with ASTM F 594. METAL FABRICATIONS 05500 - 2 Amomorommilime Hill Country Exhibit Center Rodeo Arena 04/16/10 J. Toggle Bolts: FS FF- B-588, tumble -wing type, class and style as needed. 2.6 FABRICATION, GENERAL A. Shop Assembly: Preassemble items in shop to greatest extent possible to minimize field splicing and assembly. Disassemble units only as necessary for shipping and handling limitations. Use connections that maintain structural value of joined pieces. Clearly mark units for reassembly and coordinated installation. B. Shear and punch metals cleanly and accurately. Remove burrs. C. Ease exposed edges to a radius of approximately 1/32 inch, unless otherwise indicated. Form bent -metal comers to smallest radius possible without causing grain separation or otherwise impairing work. D. Weld corners and seams continuously to comply with the following: 1. Use materials and methods that minimize distortion and develop strength and corrosion resistance of base metals. 2. Obtain fusion without undercut or overlap. 3. Remove welding flux immediately. 4. At exposed connections, finish exposed welds and surfaces smooth and blended so no roughness shows after finishing and contour of welded surface matches that of adjacent surface. E. Provide for anchorage of type indicated; coordinate with supporting structure. Fabricate and space anchoring devices to secure metal fabrications rigidly in place and to support indicated loads. F. Cut, reinforce, drill, and tap metal fabrications as indicated to receive finish hardware, screws, and similar items. G. Fabricate joints that will be exposed to weather in a manner to exclude water, or provide weep holes where water may accumulate. H. Allow for thermal movement resulting from the following maximum change (range) in ambient and surface temperatures by preventing buckling, opening up of joints, overstressing of components, failure of connections, and other detrimental effects. Base engineering calculation on surface temperatures of materials due to both solar heat gain and nighttime -sky heat loss. 1. Temperature Change (Range): 120 deg F, ambient; 180 deg F, material surfaces. I. Form exposed work true to line and level with accurate angles and surfaces and straight sharp edges. J. Remove sharp or rough areas on exposed traffic surfaces. K. Form exposed connections with hairline joints, flush and smooth, using concealed fasteners where possible. Use exposed fasteners of type indicated or, if not indicated, Phillips flat -head (countersunk) screws or bolts. Locate joints where least conspicuous. 2.7 MISCELLANEOUS FRAMING AND SUPPORTS A. General: Provide steel framing and supports that are not a part of structural -steel framework as necessary to complete the Work. B. Fabricate units from structural -steel shapes, plates, and bars of welded construction, unless otherwise indicated. Fabricate to sizes, shapes, and profiles indicated and as necessary to receive adjacent construction retained by framing and supports. Cut, drill, and tap units to receive hardware, hangers, and similar items. 2.8 MISCELLANEOUS STEEL TRIM METAL FABRICATIONS 05500 - 3 Hill Country Exhibit Center Rodeo Arena 04/16/10 A. Unless otherwise indicated, fabricate units from structural -steel shapes, plates, and bars of profiles shown with continuously welded joints, and smooth exposed edges. Miter comers and use concealed field splices where possible. B. Provide cutouts, fittings, and anchorages as needed to coordinate assembly and installation with other work. Provide anchors, welded to trim, for embedding in concrete or masonry construction, spaced not more than 6 inches from each end, 6 inches from corners, and 24 inches o.c., unless otherwise indicated. 2.9 CLOSED RISER STAIRS A. Provide treads, risers, platforms, stringers, headers and other supporting members. B. Fabricate units of metal indicated below in sizes and configurations indicated and in lengths necessary to accurately fit openings or conditions C. Fabricate treads, risers and platform from slip resistant, medium texture steel checker plate. D. Provide anchors for embedding units in concrete, either integral or applied to units, as standard with manufacturer. 2.10 STEEL AND IRON FINISHES A. Galvanizing: Hot -dip galvanize items as indicated to comply with applicable standard listed below: 1. ASTM A 123, for galvanizing steel and iron products. B. Preparation for Shop Priming: Prepare uncoated ferrous -metal surfaces to comply with minimum requirements indicated below for SSPC surface- preparation specifications and environmental exposure conditions of installed metal fabrications: 1. Exteriors (SSPC Zone 1B): SSPC -SP 6/NACE No. 3, "Commercial Blast Cleaning." 2. Interiors (SSPC Zone 1A): SSPC -SP 3, "Power Tool Cleaning." C. Apply shop primer to uncoated surfaces of metal fabrications, except those with galvanized finishes and those to be embedded in concrete, sprayed -on fireproofing, or masonry, unless otherwise indicated. Comply with SSPC -PA 1, "Paint Application Specification No. 1," for shop painting. 1. Stripe paint corners, crevices, bolts, welds, and sharp edges. PART 3 - EXECUTION 3.1 INSTALLATION, GENERAL A. Fastening to In -Place Construction: Provide anchorage devices and fasteners where necessary for securing metal fabrications to in -place construction. Include threaded fasteners for concrete and masonry inserts, toggle bolts, through- bolts, lag bolts, wood screws, and other connectors. B. Cutting, Fitting, and Placement: Perform cutting, drilling, and fitting required for installing metal fabrications. Set metal fabrications accurately in location, alignment, and elevation; with edges and surfaces level, plumb, true, and free of rack; and measured from established lines and levels. C. Provide temporary bracing or anchors in formwork for items that are to be built into concrete, masonry, or similar construction. D. Fit exposed connections accurately together to form hairline joints. Weld connections that are not to be left as exposed joints but cannot be shop welded because of shipping size limitations. METAL FABRICATIONS 05500 - 4 Hill Country Exhibit Center Rodeo Arena 04/16/10 Do not weld, cut, or abrade surfaces of exterior units that have been hot -dip galvanized after fabrication and are for bolted or screwed field connections. E. Field Welding: Comply with the following requirements: 1. Use materials and methods that minimize distortion and develop strength and corrosion resistance of base metals. 2. Obtain fusion without undercut or overlap. 3. Remove welding flux immediately. 4. At exposed connections, finish exposed welds and surfaces smooth and blended so no roughness shows after finishing and contour of welded surface matches that of adjacent surface. 3.2 INSTALLING MISCELLANEOUS FRAMING AND SUPPORTS A. General: Install framing and supports to comply with requirements of items being supported, including manufacturers' written instructions and requirements indicated on Shop Drawings, if any. B. Anchor supports for operable partitions securely to and rigidly brace from building structure. 3.3 ADJUSTING AND CLEANING A. Touchup Painting: Immediately after erection, clean field welds, bolted connections, and abraded areas of shop paint, and paint exposed areas with the same material as used for shop painting to comply with SSPC -PA 1 for touching up shop - painted surfaces. 1. Apply by brush or spray to provide a minimum 2.0 -mil dry film thickness. B. Touchup Painting: Cleaning and touchup painting of field welds, bolted connections, and abraded areas of shop paint are specified in Division 9 Section "Painting." C. Galvanized Surfaces: Clean field welds, bolted connections, and abraded areas and repair galvanizing to comply with ASTM A 780. END OF SECTION 05500 METAL FABRICATIONS 05500 - 5 Hill Country Exhibit Center Rodeo Arena 4/16/10 SECTION 09900 - PAINTING PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General Conditions and Division1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes surface preparation and field painting of the following: 1. Exposed exterior items and surfaces. 2. Exposed interior items and surfaces. 3. Surface preparation, priming, and finish coats specified in this Section are in addition to shop priming and surface treatment specified in other Sections. B. Paint exposed surfaces, except where the paint schedules indicate that a surface or material is not to be painted or is to remain natural. If the paint schedules do not specifically mention an item or a surface, paint the item or surface the same as similar adjacent materials or surfaces whether or not schedules indicate colors. If the schedules do not indicate color or finish, the Architect or Interiors Consultant will select from standard colors and finishes available. 1. Painting includes field painting of exposed bare and covered pipes and ducts (including color coding), hangers, exposed steel and iron work, and primed metal surfaces of mechanical and electrical equipment. C. Do not paint prefinished items, concealed surfaces, finished metal surfaces, operating parts, and labels. 1. Finished metal surfaces include the following: a. Anodized aluminum. b. Stainless steel. 2. Labels: Do not paint over Underwriters Laboratories (UL), Factory Mutual (FM), or other code- required labels or equipment name, identification, performance rating, or nomenclature plates. 1.3 SUBMITTALS A. Product Data: For each paint system indicated, including fillers and primers. B. Samples for Verification: Of each color and material to be applied. 1.4 QUALITY ASSURANCE A. Source Limitations: Obtain block fillers, primers, and undercoat materials for each coating system from the same manufacturer as the finish coats. B. Benchmark Samples (Mockups): Provide a full -coat benchmark finish sample of each type of coating and substrate required on the Project. 1. Final approval of colors will be from job - applied samples. 2. Mockups: 4'x4' PAINTING 09900 -1 Hill Country Exhibit Center Rodeo Arena 4/16/10 1.5 DELIVERY, STORAGE, AND HANDLING A. Deliver materials to the Project Site in manufacturer's original, unopened packages and containers bearing manufacturer's name and label, and the following information: 1. Product name or title of material. 2. Product description (generic classification or binder type). 3. Manufacturer's stock number and date of manufacture. 4. Contents by volume, for pigment and vehicle constituents. 5. Thinning instructions. 6. Application instructions. 7. Color name and number. 8. VOC content. B. Store materials not in use in tightly covered containers in a well - ventilated area at a minimum ambient temperature of 45 deg F. Maintain containers used in storage in a clean condition, free of foreign materials and residue. 1. Protect from freezing. Keep storage area neat and orderly. Remove oily rags and waste daily. Take necessary measures to ensure that workers and work areas are protected from fire and health hazards resulting from handling, mixing, and application. 1.6 PROJECT CONDITIONS • A. Apply water -based paints only when the temperature of surfaces to be painted and surrounding air temperatures are between 50 and 90 deg F. B. Apply solvent - thinned paints only when the temperature of surfaces to be painted and surrounding air temperatures are between 45 and 95 deg F. C. Do not apply paint in snow, rain, fog, or mist; or when the relative humidity exceeds 85 percent; or at temperatures less than 5 deg F above the dew point; or to damp or wet surfaces. 1. Painting may continue during inclement weather if surfaces and areas to be painted are enclosed and heated within temperature limits specked by manufacturer during application and drying periods. 1.7 EXTRA MATERIALS A. Fumish extra paint materials from the same production run as the materials applied in the quantities described below. Package paint materials in unopened, factory- sealed containers for storage and identify with labels describing contents. Deliver extra materials to the Owner. 1. Quantity: Furnish the Owner with an additional 5 percent, but not less than 1 gallon of each material and color applied. PART 2 - PRODUCTS 2.1 MANUFACTURERS A. Products: Subject to compliance with requirements, provide one of the products in the paint schedules. B. Manufacturers Names: The following manufacturers are referred to in the paint schedules by use of shortened versions of their names, which are shown in parentheses: 1. Devoe & Reynolds Co. (Devoe). 2. Benjamin Moore & Co. (Moore). 3. Sherwin- Williams Co. (S -W). 4. ICI PAINTING 09900 - 2 Hill Country Exhibit Center Rodeo Arena 4/16/10 5. Pittsburgh Paints 2.2 PAINT MATERIALS, GENERAL A. Material Compatibility: Provide block fillers, primers, undercoats, and finish -coat materials that are compatible with one another and the substrates indicated under conditions of service and application, as demonstrated by manufacturer based on testing and field experience. B. Material Quality: Provide manufacturer's best - quality paint material of the various coating types specified. Paint - material containers not displaying manufacturer's product identification will not be acceptable. 1. Proprietary Names: Use of manufacturer's proprietary product names to designate colors or materials is not intended to imply that products named are required to be used to the exclusion of equivalent products of other manufacturers. Furnish manufacturer's material data and certificates of performance for proposed substitutions. C. Colors: Provide color selections made by the Architect and /or Interiors Consultant PART 3 - EXECUTION 3.1 EXAMINATION A. Examine substrates, areas, and conditions, with the Applicator present, under which painting will be performed for compliance with paint application requirements. 1. Do not begin to apply paint until unsatisfactory conditions have been corrected and surfaces receiving paint are thoroughly dry. 2. Start of painting will be construed as the Applicator's acceptance of surfaces and conditions within a particular area. B. Coordination of Work: Review other Sections in which primers are provided to ensure compatibility of the total system for various substrates. On request, fumish information on characteristics of finish materials to ensure use of compatible primers. 1. Notify the Architect about anticipated problems using the materials specified over substrates primed by others. 3.2 PREPARATION A. General: Remove hardware and hardware accessories, plates, machined surfaces, lighting fixtures, and similar items already installed that are not to be painted. If removal is impractical or impossible because of the size or weight of the item, provide surface - applied protection before surface preparation and painting. B. Cleaning: Before applying paint or other surface treatments, clean the substrates of substances that could impair the bond of the various coatings. Remove oil and grease before cleaning. C. Surface Preparation: Clean and prepare surfaces to be painted according to manufacturer's written instructions for each particular substrate condition and as specified. 1. Cementitious Materials: Prepare concrete, concrete masonry block, cement plaster, and mineral - fiber - reinforced cement panel surfaces to be painted. Remove efflorescence, chalk, dust, dirt, grease, oils, and release agents. Roughen as required to remove glaze. If hardeners or sealers have been used to improve curing, use mechanical methods of surface preparation. a. Determine alkalinity and moisture content of surfaces by performing appropriate tests. If surfaces are sufficiently alkaline to cause the finish paint to blister and PAINTING 09900 - 3 Hill Country Exhibit Center Rodeo Arena 4/16/10 burn, correct this condition before application. Do not paint surfaces where moisture content exceeds that permitted in manufacturer's written Instructions. b. Clean concrete floors to be painted with a 5 percent solution of muriatic acid or other etching cleaner. Flush the floor with clean water to remove acid, neutralize with ammonia, rinse, allow to dry, and vacuum before painting. 2. Wood: Clean surfaces of dirt, oil, and other foreign substances with scrapers, mineral spirits, and sandpaper, as required. Sand surfaces exposed to view smooth and dust off. 3. Ferrous Metals: Clean ungalvanized ferrous -metal surfaces that have not been shop coated; remove oil. grease, dirt, loose mill scale, and other foreign substances. Use solvent or mechanical cleaning methods that comply with the Steel Structures Painting Council's (SSPC) recommendations. 4. Galvanized Surfaces: Clean galvanized surfaces with nonpetroleum -based solvents so surface is free of oil and surface contaminants. Remove pretreatment from galvanized sheet metal fabricated from coil stock by mechanical methods. D. Materials Preparation: Mix and prepare paint materials according to manufacturer's written instructions. E. Tinting: Tint each undercoat a lighter shade to simplify identification of each coat when multiple coats of the same material are applied. Tint undercoats to match the color of the finish coat, but provide sufficient differences in shade of undercoats to distinguish each separate coat. 3.3 APPLICATION A. General: Apply paint according to manufacturer's written instructions. Use applicators and techniques best suited for substrate and type of material being applied. 1. Paint colors, surface treatments, and finishes are Indicated in the schedules. 2. Do not paint over dirt, rust, scale, grease, moisture, scuffed surfaces, or conditions detrimental to formation of a durable paint film. 3. Provide finish coats that are compatible with primers used. 4. The term "exposed surfaces" includes areas visible when permanent or built -in fixtures, convector covers, covers for finned -tube radiation, grilles, and similar components are in place. Extend coatings in these areas, as required, to maintain the system integrity and provide desired protection. 5. Paint surfaces behind movable equipment and furniture the same as similar exposed surfaces. Before the final installation of equipment, paint surfaces behind permanently fixed equipment or fumiture with prime coat only. 6. Paint interior surfaces of ducts with a flat, nonspecular black paint where visible through registers or grilles. 7. Paint back sides of access panels and removable or hinged covers to match exposed surfaces. 8. Finish exterior doors on tops, bottoms, and side edges the same as exterior faces. 9. Finish interior of wall and base cabinets and similar field - finished casework to match exterior. 10. Sand lightly between each succeeding enamel or varnish coat. B. Scheduling Painting: Apply first coat to surfaces that have been cleaned, pretreated, or otherwise prepared for painting as soon as practicable after preparation and before subsequent surface deterioration. C. Application Procedures: Apply paints and coatings by brush, roller, spray, or other applicators according to manufacturer's written instructions. D. Minimum Coating Thickness: Apply paint materials no thinner than manufacturer's recommended spreading rate. Provide the total dry film thickness of the entire system as recommended by the manufacturer. 1. Apply no less than one coat primer and two finish coats. PAINTING 09900 - 4 Hill Country Exhibit Center Rodeo Arena 4/16/10 E. Mechanical and Electrical Work: Painting of mechanical and electrical work is limited to items exposed in equipment rooms and in occupied spaces. F. Electrical Items to be painted include, but are not limited to, the following: 1. Conduit and fittings. 2. Switchgear. 3. Panelboards. 4. Phoneboards. G. Prime Coats: Before applying finish coats, apply a prime coat of material, as recommended by the manufacturer, to material that is required to be painted or finished and that has not been prime coated by others. Recoat primed and sealed surfaces where evidence of suction spots or unsealed areas in first coat appears, to ensure a finish coat with no burn through or other defects due to insufficient sealing. H. Completed Work: Match approved samples for color, texture, and coverage. Remove, refinish, or repaint work not complying with requirements. 3.4 CLEANING A. Cleanup: At the end of each workday, remove empty cans, rags, rubbish, and other discarded paint materials from the site. 3.5 PROTECTION A. Protect work of other trades, whether being painted or not, against damage by painting. Correct damage by cleaning, repairing or replacing, and repainting, as approved by Architect. B. Provide "Wet Paint" signs to protect newly painted finishes. Remove temporary protective wrappings provided by others to protect their work after completing painting operations. 1. At completion of construction activities of other trades, touch up and restore damaged or defaced painted surfaces. Comply with procedures specified in PDCA P1. 3.6 EXTERIOR PAINT SCHEDULE B. Ferrous Metal: Provide the following finish systems over exterior ferrous metal. Primer is not required on shop -primed items. - 1. Semigloss, Acrylic - Enamel Finish: 2 finish coats over a rust - inhibitive primer. a. Primer: Rust - inhibitive metal primer applied at spreading rate recommended by the manufacturer to achieve a total dry film thickness of not less than 1.3 mils. b. First and Second Coats: Semigloss, exterior, acrylic -latex enamel applied at spreading rate recommended by the manufacturer to achieve a total dry film thickness of not less than 2.6 mils. A. Zinc-Coated Metal: Provide the following finish systems over exterior zinc - coated (galvanized) metal surfaces: 1. Low- Luster Finish: 2 finish coats over a galvanized metal primer. a. Primer: Galvanized metal primer applied at spreading rate recommended by the manufacturer to achieve a total dry film thickness of not less than 1.2 mils. b. First and Second Coat: Low - luster (eggshell or satin), exterior, acrylic -latex paint applied at spreading rate recommended by the manufacturer to achieve a total dry film thickness of not less than 2.8 mils. 3.7 INTERIOR PAINT SCHEDULE PAINTING 09900 - 5 Hill Country Exhibit Center Rodeo Arena 4/16/10 A. Woodwork and Hardboard: Provide the following paint finish systems over new, interior wood surfaces: 1. Semigloss, Acrylic - Enamel Finish: 2 finish coats over a wood undercoater. a. Undercoat: Alkyd- or acrylic - latex- based, interior wood undercoater, as recommended by the manufacturer for this substrate, applied at spreading rate recommended by the manufacturer to achieve a total dry film thickness of not less than 1.2 mils. B. Ferrous Metal: Provide the following finish systems over ferrous metal: 1. Semigloss, Acrylic - Enamel Finish: One finish coat over an enamel undercoater and a primer. a. Primer: Quick - drying, rust- inhibitive, alkyd -based or epoxy -metal primer, as recommended by the manufacturer for this substrate, applied at spreading rate recommended by the manufacturer to achieve a total dry film thickness of not Tess than 1.5 mils. b. Undercoat: Alkyd, interior enamel undercoat or semigloss, acrylic - latex, interior enamel, as recommended by the manufacturer for this substrate, applied at spreading rate recommended by the manufacturer to achieve a total dry film thickness of not less than 1.3 mi. c. Finish Coat: Semigloss, acrylic - latex, interior enamel applied at spreading rate recommended by the manufacturer to achieve a total dry film thickness of not less than 1.3 mils. END OF SECTION 09900 PAINTING 09900 - 6 N F W W N L. Q $ p ia, \ L o 03 an �` m • ti -1-,,, 1 , O C CD h. d + • % ` � ��� � � � J 0 V a N c o O W cc / a o/ .4 O O co w 0 36. o �' r F k . , ,,,'-.Z... *- ' � ti. 0 a_ < \y . 0 V O Q, i 3 . O _m • if o V7 0 v Z • / -- A-- —MI W • mw ...... - f j -- 1 • 0 K l ir • I 3 °° k •y k Jcl a _._ o • • • .o .. ..( 10- o o L W 411) wo ® w • Z� < a < owe ° Z z0K mil 0 C 7 a U3 = 0 Z m w3 �� w Oa W • • W w m co a 3 vo .. f5P W 0 a p 0 � � Ct a a • (7)) 0 i -.'... — — 0 PI a • 0 m W • 1� o --), o , . o ..o -.osI. ill . b -1 I —I Z , Z i i 3 < Z I N W O � J 0 Z W ›- m • w m' T i 1 ! � 0 • ° 1 l( l y m — • Ir – .73 W I U Z / 6 z L I ;o cnWNOO F- 1 L, ate 0 I aWaw F La I Z a ? � I m I - 0 VI O c z 3 Z z 3 i ° w0 a m � O �� a� v 1 > N� Z w\ - FW o � 0 U� ' a3 Nv c Q� WwQam irn l 0 M W O 0 0 Z a D 3 w LEI O J muj Mill - -- r -v - - - -- 1 z W O z ' ioz I a w I a 1 3�iI I� la � cn I Z I Z I °° I 1 om I� a I I, ..... I I qv I >— o .o —.os .o—•oe u -12 � 1- 1 C a oN X MI � i% ...41.-^,...: ' ' 1 1 1 C d I. g 0 0 J + zm I : , `' 1]�� 1� p 0 Q co L. O - 6 t; p i I � - k� ,1� .0 It 2 w 41 O C 0 < w !L N N 3 1 ry, t t J i y — , ' D S L = o o_ 1 a : : a 3 v ‘\\`‘.31114.-..- vS T nINE :ma/ o (D 0 O o 3 O Z Z /� /� Y ^ N n W C i�� �. 2 / o X w n W O W Oz UO K 0 ..„. J zQ U 0-M z--. Ce JU Z M J O w 0 = Z U 0 ri > N = W o o O NVH 3 D ON H /\O cn > Q W z Y U W 4® 4D z ce '�ar Ld ° III I I I s H Mg I ae 7 , a CC 01 I IN I Q 2 1t I �) O P T _ �� �� _ © In • 0. — ■��'111111111 , om mo 1 I W - �, ` ° — x _ = �dIW :; a J ; j i I- 0.. 0a VIII •'• 1 d Q a i ! IH5 o imingii a. � a �� w • _ . o.ili or coo t- w Ym �� plow* -ion � � ° • 0 V.1 9D 7.11..RQd (CliDI q0 -v 1 o z.W x , /��I I. W ce 4 i O 3E n — o8 ..0- 1 \ F5 QA d oz gal . o WN w 1-. u_ a W i I ^ O Z m U 1 J Q 0 O O J c, U p Z a 3� > �� ©� csa 00 O • �i i i - m c� I I. p 1 o g z- m 111111111 pp111 1 • � nPJ z III p B �I j I�II�LI�A� 6 1=- � o II II p 1 II III II II 1 11 1 1 � 1 ® Q �P a r 11 1 1 II I . II II HL g - II 1 11 II 1 1 R II 11 1 1 p p U- e Q IIIIIIII 1111111 1 —',° ?? I111 U ®� • - -I' '' o -: �W WN � _ O 0 W O w o ? o f Z iliiil o �1 o i CD "1H X VW .L W I ` I^ iN z o CC _ o o n 0 i N q Sa3SIa D 9 L w • - f z J co \ y y <^ 0._ "I .0 -.4.. W O L. AJ1 3A • z U . ?J3SR1 1Vf1D3 9 z z 0 o w i o W ° m w0 .9 -.9 0 0 0 �a OF- Y oa w "' J NJVI 1- W I J 5 ace a U Ja'N W = ,T0 x U W W s w a o U "JK m K O N 0 N WO >,....0 VI _ U �J m W a ¢� w_,e. Z0 II K. O Q o � O aapi FUN IN -CD F0(0 0¢ T h D O r aK z• a ••••40- CD 'Haul oa z 0 >_J ao Or © K . 3T I �:xOw I- V)O. 0 I- n= � wry a P \ \ \\ii I P La _ imp = x I. =. N // \\ - , ` _ 00 —.=. P x 1 (7 et* E 9g t ij, , ri - = _Jimina=N — ___ 0 CV ..:: I .. F ,-....-_\: F (I) = J U m W W WCO = 00 I_ , } cc 0 N WI- 0 o Z W Z W I - a' Z ZW Z - o WI ;p Z ' W I O Z D I- O 0 zz � . fc �z 1 ~my V1z mQ I U a_ z ¢o a a o 0 0 a.c Q x x O U5 ceW 0 �Q‹ ° I m 11 > Ci , `O J Wz �> a 3m 0 0 I z W m x' ON on 0 f Nv, W O 0< ., a0 a r Th- U U3 Q co N A , 2 N O — V m i' �,��� 41 \ ` 1Y O ca + F m W y � /_ p a G c' • - ,w • I, tt 1 �, I �� / , � U . d 0 o a W ` 1S Ti:. 5 / _ J = C V _O a. 4 « v 3 i . 0 I 3 1 , .....--, z ,„ 4 I m U U U J w J w J w O CO m tn. /n CO 7 to CL / a a / .6 - ,S y / .9 - .0 .6 / .9 - ./ ., ll mw=c� J a m L, ¢ w0 wawOw ¢ L'""-' 0 � 3UNZ 1+l Zw Z [ a zwo o Ciz oxtY�0 wo_ 0 7 Z L zw - z wa O — U � Z < N U 1.10 Z a O Q E P 3 E.-3 - m w m w m z O _ !^ O I N w B N LJ N J B w Et ■ SP IU n W reo 3N w W I Z Z J N U O U © i 0 o3 0 Lim U CI. V U O Z 0 10 ,fi . -1 : - _,.... .../ 1 •.■ •••■ ■•... •■•••••.1. \\ C Z) 1 6 p, z Nog 7 0 0 W O I O C i i �`/ �} 0_ I �IIIIIIIIIIIIIII I \ \\ p ' -- _ III `' S2i3H0V318 // #),,,,,,Nioviiit.!' - \ �I N 01D Z . 1 O z ' //- ,i 1 0 2 0 `� id N � � l ., I / I Z — Z ¢ riQ �i ,, i�I X / O N F- 0 ^, o n I w °� ` ii II I � ■ I QI~/1 \ ) II J / w ° Z O W U z / K Z J = W W Z Z w 0 m ' _„9,o..., OO ��1 ¢� XF- NJ P LA \`.i J zwz , I ` � lir. \ -- b * 1---- - - - - -- N ;CI - i rr l "ww.'� ca -- J �� - Y 5 / / • 0 z • \ ‘ 0 A * el cc ... 1 1 1 ''':: l 444444 . Kna I. q M III 'S • an d )c_,6,%7AIOP _L.:- nip d �. v . -v x Lb i J Q NJ l a BID FORM GENERAL CONSTRUCTION CONTRACT PROJECT: Hill Country Exhibit Center Rodeo Arena Project # 201006 BID TO: Kerr County Commissioners Court Kerr County Courthouse Kerrville, Texas 78028 nn 2 BID FROM: d Q Y` r L., rI l A S v -kw „4- ��(�, c 5 (NAME OF BIDDER) 1. The undersigned BIDDER agrees, if this Bid is accepted, to enter into an agreement with OWNER, on aform A101 -1997 Standard From of Agreement Between Owner and Contractor where the Basis of Payment is a Stipulated Sum, to perform and furnish the Work as specified or indicated in the Bidding Documents for the bid Price and within the Contract Time indicated in the Bid and in accordance with the other terms and conditions of the Contract Documents. 2. BIDDER further agrees that the contract is non - assignable. 3. In submitting this Bid, BIDDER represents, as more fully set forth in the Agreement, that: a. This Bid will remain subject to acceptance for 30 (thirty) days after the day of Bid opening; b. The Owner has the right to reject this Bid; c. BIDDER accepts the provisions of the Instructions and Supplementary Instructions to Bidders regarding disposition of Bid Security; d. BIDDER will sign and submit the Agreement with the Bonds and other documents required by the Bidding Requirements within 10 days after the date of OWNER's Notice of Award; e. BIDDER has examined copies of all the Bidding Documents; f. BIDDER has visited the site and become familiar with the general, local, site conditions, and availability of labor, utilities and materials; g. BIDDER is familiar with federal, state and local laws and regulations; h. BIDDER has correlated the information known to BIDDER, information and observations obtained from visits to the site, reports and drawings identified in the Bidding Documents and additional examinations, investigations, exploration, tests, studies, and data with the Bidding Documents; This Bid is genuine and not made in the interest of or behalf of an undisclosed person, firm, or corporation and is not submitted in conformity with an agreement or rules of a group, association, organization, or corporation; BIDDER has not directly or indirectly induced or solicited another Bidder to submit a false or sham Bid; j. BIDDER has received the following Addenda, receipt of which is hereby acknowledged: Addendum Number Date LI -30- .2010 BID FORM 1 of 3 ..............._.. ......_.... . 4. BIDDER will complete the Work in accordance with the Contract Documents for the guaranteed maximum cost of the following price : BID PACKAGE A : DEMOLISH EXISTING ARENA AND STRUCTURES, ONLY • STIPULATED SUM BASE BID PRICE ) (rise words) (figures) BID PACKAGE B : CONSTRUCT NEW RODEO ARENA AND PRESSBOX, ONLY STIPULATED SUM BASE BID a h. 4 ( „A f J PRICE 0t• - SG. ,, �n; ., kV 0\1-j . '��y (s 12.r 95-0 U 'use words) (figures) 4-5---6-”, BID PACKAGE C : DEMOLISH EXISTING RODEO ARENA AND STRUCTURES AND CONSTRUCT NEW RODEO ARENA AND PRESSBOX STIPULATED SUM BASE BID (\ ,, \\ PRICE CJti,,.t. lot�,v,\,�,ne.(J• �-'∎ Ltr5a tJ ko-,Sv1/4,e1 . ($ / 3 9sa ) (use words) (figures) 5. Upon receipt of a written Notice to Proceed, Bidder agrees to commence work immediately. Bidder will complete the work in accordance with the contract documents within the following number of calendar days: BID PACKAGE A : 20 CALENDAR DAYS BID PACKAGE B : wO CALENDAR DAYS BID PACKAGE C : O CALENDAR DAYS 6. BIDDER agrees that the Work will be substantially complete and ready for final payment in accordance with the General Conditions on or before the dates or within the number of calendar months indicated In the Agreement 7. Overhead and Profit: The Undersigned hereby agrees that the Contractor's overhead and profit, to be charged in payment of Additional Work, will be based upon the following percentages of the cost for said Work. Additional Work by Contractor's own forces: OVERHEAD AND PROFIT / 0 Additional Work by Subcontractor's forces: OVERHEAD AND PROFIT / 0 % BID FORM 2 of 3 SUBMITTED on ( ►0- ) 0 , 2010. ( By: co C 4' \ . J-"L 1U g , s. u w -55 t)C.k. - dd`5 (SEAL) (Finn Name) D in (Signature of Person Authorized to • (Title) Business Address: PC) . & c Phone No: Fax No: 3ar-- Email: W S o v4L uJ Q� a P � eat . e -dvv1 • BID FORM 3 of 3 To whom it may concern, SOCEN INC. Dba Southwest Fabricators has been in business for 18 in Junction, Texas. Owner operator Shannon Boyles has a lifetime of experience of constructing metal buildings, arenas and livestock facilities. Several recent project photos have been included. We believe our experience in arena projects will bring value to this Kerr County project. Thank You for your consideration, 11 111. Shannon Boyles f3"+ t ` ' 1 r' 1 ,; r e t i p : a <� P {M 1 '� ii�4,, s p k t i �1 y' 1> s, +� ,, � � r � 4b � � r 1 5 ‘ �1. r1 i ;� � 1i � 4 ' i � t z 1d vr 'IS kA : , i tip _.. � . `a.4 +yi o � ':' .ii, i '} h� y a� ti ,,e„ 3 Nt t e, 4 P � � 3 ` � . � � �� 6e rids c x ��`° W`',' ti i y s tfi a' " 1 l 4 I b i y . ,' ` i ,4 ' ; M , i :+ „ el , , 1 «� s j man Qki",V r 1 4 , ,? 44y z �� e , � F�� � ` t o �� � � �! ����' ,'''',:r. 4tg < � 1 , ,4V n:, c1 ;° 7< 1 i z: r { { b r r, A A •u p A P C '' } a ,i +1'#ti i ar s !VI-4 It t i C -l t 3t ? l 1 5 R, 1 ,f,f,, r ; aip a �� 44 �t e 1 � x t E _ t 4 a t 1 1 '� z , S i � 5 t,gi � 1 "'" ,�1 < }a �i ir {yl�< 1z 1 i t � { r ', i �,� �, n , 1 r `a a 1 + t t. c. � - i''''''x ' ,4 �'l t a l��� d ' rce 5r � 3 ° $F.J .� te a' >t 1 r t w � R" a s a` � � � � - � '� i o — o Vg }. f; r1' k t J { }r M1 44 i ' 1 M� 1,4= ; 6 I f l ,k � � a i � � 1 �y 5 < t r d" i a +. ; �� n 41 t a , . { a m i , f A' '"tn k 4 y, '94 -5 ,� r'' } — i } 15 1 iV p � < I 10 f4IT i r' ! ( " I ' 41 r �' }. jQ� i ' { i '��( f'�§ +I i �� gip" 1 . �' I 'J � apc , 1 5i ' • r, sty' , � i "` �i i i < " N r .) yy ' r 1 t i a i t.. + 1. - , `xfilrj k / ixli I" 1 t.: , itiL / Qr 1 i i ��i ( I t• , .E I � I ' ∎. 1 , � ( ' � 1n ' �'� r ; a s: , t , d1: 5 l i 1 < i ,:.,!.... + 9 . ,1 t I '' ■ 1 ',. il T at n a x I t! A S $ act+`"^ �` 1 .. . ,,,,, fr + 8 rw f p / , , , - ', , , J IMF .E ,. , ,,, GI i , 1 1f, ,, 4 Y d ti j wpr rrw " t l .. p rx ;, il" 'V w'wuX..1 E YkS M N $ $ 1 , F , 4 ,t r I a { k r ; ' 4 4i * J Ir(j/ 5 } J1 i r g d 4 ; ' r t s' A h � - ,, t: a ^ r� '+�, , A ` u. "1",,, ,, n ii ; , �, A r 7 i ' L'`' ,,,, , ' ,' \ i ,,, 4 ' ', r, x } Fr , '1..� ya j.�y a; � "� �11 f w t` .'4:''''',1.14'''' ` t fi �" a �' 1 S + 9 4 w r NI! ' r ", S,.t, tt 7 a" \t m� '''.'4 '... ' ! actor e 1. . .' ' ';,,,:'.. ',1;',;•',,.,,,,,,,,,,,,,,,.;',,g,,, . - i _ . ' '':,,. i .. ''''',;Nk- \, if ' r , _ z ucs x =..t +rr `1,1 i ' ����7:_ q' " ," � � \ i t �� i t �,' iv ,,, , ,„!,,,,s,....„,,,.,,.,.1 'ail �li :S ,.� ; F ' c P ` kvrP .f t 7 t �". k bL ��++ y r )4 j 4 �, t .„2 ta y ��%}#5+ �F ''' r. NA f .k k Sun �G' , •n`� � . L'�� '.. Y t s �, t o - 5 , + , + . n . s i S� d ^`s ' 4 1 ' as ". a fOlitmw' � ,pi ,gi .,a, , '''',,,4.;,.;;,'''''!.1-.. ',I li' / i ' il . i * ': r' ' 1,...;:' , :',...' ‘, J t' ' :' r',I -. .,". ;, --.-,,, ' ,.;.. 4,'' '.''.;';' - '''''''''''''.. '' . '' ', l'-'''' ! ',,' , \ \ ',.'''.,§',.. � r } v . 1 ; ' , • 1 1111111 . ; ., I ' , _ �.-�_ —.,^ „ a ) < re /le( ppY fi t . ; # •� 7�a � ■ � • 1* l ,,. f P �'�' r'' a' • riit k ry N 'Y ' i ( L . ill , ' .� �' i ; ' . 1 3 t t ii ,', r -.' i , J • -- Q1) o 6 • gp) • PETER LEWIS ARCHITE=CT + ASSOCIATES Addendum 2 Addendum No. 1 Narrative May 6, 2010 Project: Hill Country Exhibit Center Rodeo Arena Project No.: 20 -1006 To: Bidding Contractor From: Nicole Landrum — Project Manager Peter W. Lewis Architect + Associates This Addendum forms a part of the Contract Documents and modifies the original Bidding Documents dated April 16, 2010. Acknowledge receipt of this Addendum in the space provided on the Bid Forin. Failure to do so may subject the Bidder to disqualification. 1. Contractor Question: Are you going to have roping chutes? Answer: Price it as drawn. Changes, if necessary, will be made later as required. 2. Contractor Question: You do not have a specification for the stripping chute. Are we supposed to use a particular brand, or are we supposed to fabricate ourselves? Answer: It was the Commissioner's expectation that this would be fabricated. However, please price what is the least expensive for you. 3. Contractor Question: Will Voelkel mark the corners for us — with pens? Answer: The location of the arena to be determined. The county will prep the site /mark the location before you begin. 4. Announcer Stand: Sheet A2.0. Provide Pre - Engineered Metal Building Shop Drawings for Architect review. Shop drawings must be sealed by a State of Texas registered engineer. Hill Country Exhibit Center Rodeo Arena Addendum #2 Page 1 of 1 PETER LEWIS ARCHITEC1 + ASSOCIATES Addendum 1 Addendum No. 1 Narrative April 30, 2010 Project: Hill Country Exhibit Center Rodeo Arena Project No.: 20-1006 To: Bidding Contractor From: Nicole Landrum — Project Manager Peter W. Lewis Architect + Associates This Addendum forms a part of the Contract Documents and modifies the original Bidding Documents dated April 16, 2010. Acknowledge receipt of this Addendum in the space provided on the Bid Form. Failure to do so may subject the Bidder to disqualification. To the Specifications: 1. invitation to Bid, Line 6: Delete "Plan holders not returning documents shall forfeit deposit" 2. Bid Form, Line 3d: There are no bond requirements. the Drawings: Demolition (see attached exhibit): 3. County Site Work Demolition responsibilities to include: a. Dirt removal from existing Arena and placement at new b. Remove & cap all utilities: plumbing; electrical; lighting c. Empty interior of Concession Stand before demolition by Contractor 4. Contractor Demolition responsibilities to include: a. Fencing, Gates, Shoots b. Press Box c. Concession Stand and Pad d. Restrooms (Adjacent Storage Building to remain) e. Bleachers - Salvage aluminum bleacher seats and their metal angle supports and present to owner f. Protect trees during demolition g. Completely remove concrete slabs, footings and piers associated with items 4(a) -4(e) Hill Country Exhibit Center Rodeo Arena Addendum #1 Page 1 of 3 New Construction (build Arena as drawn with the following revisions): 5. Voelkel Land Surveying to shoot elevations for County 6. County to prepare new Arena site to receive new construction by Contractor. Exact location of new Arena to be determined 7. All electrical, plumbing and lighting by County 8. Building Section 3 /Sheet A2.0 - County to perform the Interior finish -out of the Announcer Stand 9. Sections 1 &2 /Sheet A3.0 Change "C" Channel note to "C" Purlin. Purlin to be tack welded to pipe 10. Sections 1,2 &3 /Sheet A3.0 - 9" pier to be at Pipe Only Hill Country Exhibit Center Rodeo Arena Addendum #1 Page 2 of 3 AGRICULTURE 1 EXTENSION • OFFICE . KERRVILLE ARTS & CRAFTS , FAIRGROUNDS i u 4. r • • j �( / _ -__ _ x____'.+ • ■ • • • I I • ■ • • • 0 EXHIBIT • • HALL O • I ■' • , • E XISTING I ` • • ® I • RODEO I 1 ■ • ° ® i Ik ARENA L J' ' SInN • ' ' N it ,..1 11, ! 1 ■ \\�• OFFIC I i • � ' " , 1 �' CHERS • " ` 1 , 1 i , : �` it„,, x RR i iii '' STORAGE �' 11 .• 1 ® ir BUILDING TO REMAIN a \ ■■■E■■■ j,,,, ■■Ii4., k 4 11111111111°' ill Illb 411,1410., mo t,__ �1 /� ,` ) \ IIIIIN‘lic'qkk /1/4"' FLAT ROCK '� `� PARK S O`► `'► 4 0 D O _U . OR S pEl aii 0 S c�f0 ®a 11 B 510 0 ° ° 0� Hill Country Exhibit Center Addendum PETER LEWIS Rodeo Arena DATE: 04 -30 -10 b� ARCHITECT + ASSOCIATES �1 r� SHEET NO. '+• 334 Water Street Kerrville. TX '8028 t 400 C� [leavvra sQ P aseo J� /'� (830) 8964220 (830) 896 -4 x• K4PPNIB00 © 'Taxes 76028 028 11 • V rage 3 Q f 5 Project Manual Hill Country Exhibit Center Rodeo Arena Kerrville, Texas April 16, 2010 / '5 FY' W LF' �) % e i 10 " i * ° `Il 4 p8 h / - •tses 40 The County Court of Kerr County, Texas PETER LEWIS V .• ARCHITECT +, ASSOCIATES Set No. i Cl INVITATION TO BID April 16, 2010 Project: Hill Country Exhibit Center Rodeo Arena Highway 27 East Kerrville, Texas 78028 Owner: County Court of Kerr County Texas 700 Main Street Kerrville, Texas 78028 Be it known to all interested and qualified parties: 1. The County Court of Kerr County will receive sealed bids, at the County Clerk's office, Room 122, County Court of Kerr County Texas, 700 Main Street, Kerrville, Texas, for the above referenced project. 2. Bids will be received and opened publicly at 10:00 a.m., local time, on Monday May 10, 2010 in Commissioners Court. 3. Bids shall be on a Stipulated Sum Basis and shall be submitted using the `Bid Form/General Construction Contract', provided. 4. Two (2) sets each of Contract Drawings and Specifications will be issued to General Contractors. 5. All bidding documents remain the property of Peter W. Lewis Architect + Associates PLLC, shall not be used for any other purpose, and shall be returned to the Architect within ten (10) calendar days after the Bid Opening. 6. Bidders shall return the bidding documents in full and in good condition to the Architect immediately following the opening of the bids. Plan holders not returning documents shall forfeit deposit. 7. Owner reserves the right to waive irregularities, to reject any or all bids, and accept any combination of bids. 8. Acceptance of any bid(s) and execution of a contract or contracts for General Construction is subject to project funding. 9. There will be a Pre -Bid Meeting for all interested General Contractors at the Hill Country Youth Exhibit Center, Highway 27 East, Kerrville, Texas, 10:00 a.m., local time, on Friday, Aprll 30, 2010. The purpose of the meeting will be to review Bid Process and respond to questions. INVITATION TO BID 1 of 1 Hill Country. Exhibit Center Rodeo Arena 04/16/10 INSTRUCTIONS TO BIDDERS A. At contractors cost, additional Bid Documents may be obtained from the Owner. All copies of Bid Documents shall remain the property of the Owner and shall be returned after bidding. One copy will be available for review at Commissioners Court Office, Kerr County Courthouse. B. Each bidder shall be responsible for fully examining the Bid Documents, visiting the jobsite, satisfying himself regarding all existing conditions and measurements, and shall include in his proposal an amount sufficient to cover all work as described in the documents. Should any bidder find discrepancies in the Bid Documents or should he be in doubt of their exact meaning, he should notify the Owner at once. The Owner may, at his option issue a written addendum correcting or clarifying the matter. The Owner will not be responsible for oral instructions or for misinterpretations of the Bid Documents. C. The Owner reserves the right to issue addenda at any time prior to bid opening time. All such addenda become, upon issuance, a part of the Contract Documents. All addenda shall be acknowledged on the Kerr County Bid Form. D. Prospective Bidders requiring further information or interpretation of the Bid Documents shall request such data in writing. E. To obtain approval to use an unspecified product, Bidders shall submit written requests at least 5 business days prior to the Bid due date in order to be considered. Requests shall clearly describe the product for which approval is asked. No proposed substitution will be considered less than 5 business days before bid due date. F. Clarification issues which arise too late to be included in a last addendum shall be handled as follows to assure uniformity in bidding: 1. Bid the greater quantity, better quality, and more expensive work. 2. Bid the interpretation that is most in keeping with the general nature and quality of the project. Attach to bid a written description of interpretation outlining issue in question and proposed solution. G. Answers to all questions, inquiries or requests for additional information, and construction document changes will be issued in the form of Addenda, and copies of each Addendum will be issued to all prospective bidders. During the bidding period, prospective bidders may be advised by Addendum of changes in the requirements of the Bid Documents. Failure to acknowledge receipt of any Addenda may invalidate a proposal as incomplete. H. The Owner reserves the right "not to respond" to clarification or interpretation requests received later than 5 business days prior to the date for receipt of bids, if responses cannot reasonably and fairly be transmitted to all bidders with sufficient time for review by bidders. I. The amount of the Base Bid must include, but not be limited to the following: 1. All taxes, excises or other charges by Federal, State, County, and Township or Municipal Governments, unless the Owner is a tax - exempt institution. 2. All fees for royalties and patents. 3. All temporary facilities as required. 4. All permits and required certifications. J. No bidder may withdraw his bid within thirty (30) days after the actual Bid Opening. INSTRUCTIONS TO BIDDERS 1 of 2 Hill Country Exhibit Center Rodeo Arena 04/16/10 K. The successful Bidder shall be required to enter into a Contract with the Owner, covering the entire work of the Bid, and must furnish to the Owner all certifications, insurance documents, and other requirements, within seven (7) days after issuance of a written Notice of Award of Contract or Letter of Intent by the Owner. INSTRUCTIONS TO BIDDERS 2 of 2 BID FORM GENERAL CONSTRUCTION CONTRACT PROJECT: Hill Country Exhibit Center Rodeo Arena Project # 201006 BID TO: Kerr County Commissioners Court Kerr County Courthouse Kerrville, Texas 78028 BID FROM: /e h o(h e [ / �ar' c r cog, et1`r k ....er C. • (NAME OF BIDDER 1. The undersigned BIDDER agrees, if this Bid is accepted, to enter into an agreement with OWNER, on aform A101 -1997 Standard From of Agreement Between Owner and Contractor where the Basis of Payment is a Stipulated Sum, to perform and furnish the Work as specified or indicated in the Bidding Documents for the bid Price and within the Contract Time indicated in the Bid and in accordance with the other terms and conditions of the Contract Documents. 2. BIDDER further agrees that the contract is non - assignable. 3. In submitting this Bid, BIDDER represents, as more fully set forth in the Agreement, that: a. This Bid will remain subject to acceptance for 30 (thirty) days after the day of Bid opening; b. The Owner has the right to reject this Bid; c. BIDDER accepts the provisions of the Instructions and Supplementary Instructions to Bidders regarding disposition of Bid Security; d. BIDDER will sign and submit the Agreement with the Bonds and other documents required by the Bidding Requirements within 10 days after the date of OWNER's Notice of Award; e. BIDDER has examined copies of all the Bidding Documents; f. BIDDER has visited the site and become familiar with the general, local, site conditions, and availability of labor, utilities and materials; g. BIDDER is familiar with federal, state and local laws and regulations; h. BIDDER has correlated the information known to BIDDER, information and observations obtained from visits to the site, reports and drawings identified in the Bidding Documents and additional examinations, investigations, exploration, tests, studies, and data with the Bidding Documents; This Bid is genuine and not made in the interest of or behalf of an undisclosed person, firm, or corporation and is not submitted in conformity with an agreement or rules of a group, association, organization, or corporation; BIDDER has not directly or indirectly induced or solicited another Bidder to submit a false or sham Bid; j. BIDDER has received the following Addenda, receipt of which is hereby acknowledged: Addendum Number Date l 1 00/ia 2 ‘//o BID FORM 1 of 3 4. BIDDER will complete the Work in accordance with the Contract Documents for the guaranteed maximum cost of the following price : BID PACKAGE A : DEMOLISH EXISTING ARENA AND STRUCTURES, ONLY STIPULATED SUM BASE BID '/ / j � / PRICE Sive•, gou.f'a,„/, Giq� f (TKhc/roJ �i�C/��y �l •(�t 17. f /amt V c/ ($ erS �-' ) (figures) (use words) BID PACKAGE B : CONSTRUCT NEW RODEO ARENA AND PRESSBOX, ONLY STIPULATED SUM BASE BID PRICE On 1-1tt..,d-sI fit -T t wa 1u j © A I h e ! /A-aJ Do /tour ($ /S,/Qv (/ ) (use words) (figures) BID PACKAGE C : DEMOLISH EXISTING RODEO ARENA AND STRUCTURES AND CONSTRUCT NEW RODEO ARENA AND PRESSBOX 61 Po STIPULATED SUM BASE BID PRICE ON te (hdG►.r' -S-;"&t eel l!/ a t4'7'`"� : ` c D. A la ex {$ l59 z /Y� ) (else words) (figures) 5. Upon receipt of a written Notice to Proceed, Bidder agrees to commence work immediately. Bidder will complete the work in accordance with the contract documents within the following number of calendar days: BID PACKAGE A : /6 CALENDAR DAYS BID PACKAGE B : 1' /17 CALENDAR DAYS BID PACKAGE C : / .Z 0 CALENDAR DAYS 6. BIDDER agrees that the Work will be substantially complete and ready for final payment in accordance with the General Conditions on or before the dates or within the number of calendar months indicated in the Agreement 7. Overhead and Profit: The Undersigned hereby agrees that the Contractor's overhead and profit, to be charged in payment of Additional Work, will be based upon the following percentages of the cost for said Work. Additional Work by Contractor's own forces: OVERHEAD AND PROFIT / 0 Additional Work by Subcontractor's forces: OVERHEAD AND PROFIT 1 0 % BID FORM 2 of 3 SUBMITTED on 21 /J , 2010. By: 1 fie,, 461 e / kapper t�,,,s,r9'r 40 s" j 7Zh G. (SEAL) (Firm Name -:e., //6tr.e...•-:-/ t-.4- ( K 7 (Signature P erson Authorized to Sign) (Title) Business Address: ) 6.Z L s../.. ,r)s-, Phone No: ?30/ 992 r O .P 3 Fax No: €,'J/ 9?) -,2 -r 9 Email: d ,t� ( 27. re". CD..,, BID FORM 3 of 3 InSC INSCO INSURANCE SERVICES INC. �c o Underwriting Manager for: GHOM Developers Surety and Indemnity Company Indemnity Company of California 17780 Fitch, Suite 200 • Irvine, California 92614 • (800) 782 -1546 www.InscoDico.com Bond No. N/A BID BOND KNOW ALL PERSONS BY THESE PRESENTS, That we, Kendnel Kasper Construction, Inc. as Principal, and Developers Surety and Indemnity Company ,a corporation authorized to transact a general surety business in the State of Texas, as Surety, are held and firmly bound unto County Court of Kerr'County Texas (hereinafter called the Obligee) in the full and just sum of 5% of the greatest amount bid Dollars, ($ 5% G.A.B. ) for the payment whereof in lawful money of the United States, we bind ourselves, our heirs, administrators, executors, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the said PRINCIPAL has submitted the accompanying bid for Hill Country Exhibit Center Rodeo Arena NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid, or in the event of the failure of the Principal to enter such Contract, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the Work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. Signed and Sealed this 10th day of May 2010 Year Kendnel Kasper Construction, Inc. Kendnel Kasper, President Principal Developers Surety and Indemnity Company / / Surety By: 5 � „I/ Stephen R. Schmerbeck Attorney -in -Fact Authorized Representative (Name and Title) B y: Signature of Authorized Representative ID -1198 (TX) (BID BOND) (9/01) IMPORTANT NOTICE AVISO IMPORTANCE To obtain information or make a complaint: Para obtener informacion o para someter una queja: You may call the Surety's toll free telephone number Usted puede Ilamar al numero de telefono gratis de for information or to make a complaint at: para informacion o para someter una queja al: 1- 800 - 782 -1546 1- 800 - 782 -1546 You may also write to the Surety at: Usted tanbien puede escribir a Surety at: P.O. Box 19725 P.O. Box 19725 Irvine, CA 92623 -9725 Irvine, CA 92623 -9725 You may contact the Texas Department of Insurance Puede comunicarse con el Departamento de Seguros to obtain information on companies, de Texas para obtener information acerca de compa- coverage, rights or complaints at: nias, coberturas, derechos o quejas al: 1- 800 - 252 -3439 1- 800 - 252 -3439 You may write the Texas Department of Insurance at: Puede escribir al Departmento de Seguros de Texas P.O. Box 149104 P.O. Box 149104 Austin, TX 78714 -9104 Austin, TX 78714 -9104 Fax# 512- 475 -1771 Fax# 512- 475 -1771 web: http: / /www.tdi.state.tx.us web: http: / /www.tdi.state.tx.us E -mail: ConsumerProtection @tdi.state.tx.us E -mail: ConsumerProtection @ tdi.state.tx.us PREMIUM OR CLAIM DISPUTES: Should you DISPUTAS SOBRE PRIMAS 0 RECLAMOS: have a dispute concerning your premium or about a Si tiene una disputa concerniente a su prima o a un claim you should contact the Surety first. If the reclamo, debe comunicarse con el Surety primero. Si dispute is not resolved, you may contact the Texas no se resuelve la disputa, puede entonces comuni- Department of Insurance. carrse con el departamento (TDI). ATTACH THIS NOTICE TO YOUR POLICY: UNA ESTE AVISO A SU POLIZA: Este aviso es solo This notice is for information only and does not para proposito de informacion y no se convierte en become a part or condition of the attached document. parte o condicion del documento adjunto. insc %ico (ROMCD Insco Insurance Services, Inc. Underwriting Manager for: Developers Surety and Indemnity Company • Indemnity Company of California 17780 Fitch, Suite 200 Irvine, CA 92614 1- 800 - 782 -1546 www.InscoDico.com ID -1404 (TX) (Rev. 7/07) POWER OF ATTORNEY FOR DEVELOPERS SURETY AND INDEMNITY COMPANY PO Box 19725, IRVINE, CA 92623 (949) 263 -3300 KNOW ALL BY THESE PRESENTS that except as expressly limited, DEVELOPERS SURETY AND INDEMNITY COMPANY, does hereby make, constitute and appoint: * ** Stephen R. Schmerbeck * ** as its true and lawful Attorney(s) -in -Fact, to make, execute, deliver and acknowledge, for and on behalf of said corporation, as surety, bcnds, undertakings and contracts of suretyship giving and granting unto said Attorney(s) -in -Fact full power and authority to do and to perform every act necessary, requisite or proper to be done in connection therewith as each of said corporation could do, but reserving to each of said corporation full power of substitution and revocation, and all of the acts of said Attorney(s) -in -Fact, pursuant to these presents, are hereby ratified and confirmed, This Power of Attorney is granted and is signed by facsimile under and by authority of the following resolution adopted by the Board of Directors of DEVELOPERS SURETY AND INDEM- NITY COMPANY, effective as of January 1st, 2008. RESOLVED, that a combination of any two of the Chairman of the Board, the President, any Executive Vice- President, Senior Vice- President or Vice- President of the corpo- ration be, and that each of them hereby is, authorized to execute this Power of Attorney, qualifying the attorney(s) named in the Power of Attorney to execute, on behalf of the corporation, bonds, undertakings and contracts of suretyship; and that the Secretary or any Assistant Secretary of the corporation be, and each of them hereby is, authorized to attest the execution of any such Power of Attorney: RESOLVED, FURTHER, that the signatures of such officers may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile. and any such Power of Attorney or certificate bearing such facsimile signatures shall be valid and binding upon the corporation when so affixed and in the future with respect to any bond, undertaking or contract of suretyship to which it is attached. IN WITNESS WHEREOF, DEVELOPERS SURETY AND INDEMNITY COMPANY has caused these presents to be signed by its officers and attested by its Secretary or Assistant Secre- tary this January 1st, 2008. By: C ,.._L-Dad 07 ''' { AND Daniel Young, Vice- President ock? 0 R,4 . „. (.1 'ty' 1.11 0 En OCT. i cz By c a °.. 19 =o Stephen T. Pate, Senior Vice - President State of California County of Orange On _ August 13th, 2008 before me, Jenny TT Nguyen, Notary Public Date Here Insert Name and Title of the Officer personally appeared Daniel Young and Stephen T. Pate Name(s) of Signer(s) • who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is /are subscribed to Ilulrr�rlfrir�l, the within instrument and acknowledged to me that he /she /they executed the same in his /her /their authorized JENNY TT NGLIVEN capacity(ies), and that by his /her /their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. COMM. # 191840 rd,r43 : t NOTARY PUBLIC CALIFORNLA I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is ORANGE CONTY true and correct. My+ comm. expires Feb. 19, 2012 WITNESS my hand and official seal. Place Notary Seal Above Signature Je TT Ng n, t Lary Public CERTIFICATE ' The undersigned, as Secretary or Assistant Secretary of DEVELOPERS SURETY AND INDEMNITY COMPANY does hereby certify that the foregoing Power of Attorney remains in full force and has not been revoked and, furthermore, that the provisions of the resolution of the Board of Directors of said corporation set forth in the Power of Attorney are in force as of the date of this Certificate. T his Certificate is executed in the City of Irvine, California, this/0 day of m y o / d By: � / )7.e Gregg Okurf istant Secretary . ID- 1438(Rev.11/09) l V L l C 0 r p 9 y J y .� G 4 ........................ BID FORM GENERAL CONSTRUCTION CONTRACT PROJECT: Hill Country Exhibit Center Rodeo Arena Protect # 201006 BID TO: Kerr County Commissioners Court Kerr County Courthouse Kerrville, Texas 78028 ' BID FROM: Heritage Counstruc ;oal (NAME OF BIDDER) 1. The undersigned BIDDER agrees, if this Bid is accepted, to enter into an agreement with OWNER, on aform A101 -1997 Standard From of Agreement Between Owner and Contractor where the Basis of Payment is a Stipulated Sum, to perform and furnish the Work as specified or indicated in the Bidding Documents for the bid Price and within the Contract Time indicated in the Bid and in accordance with the other terms and conditions of the Contract Documents. 2. BIDDER further agrees that the contract is non - assignable. 3. In submitting this Bid, BIDDER represents, as more fully set forth in the Agreement, that: a. This Bid will remain subject to acceptance for 30 (thirty) days after the day of Bid opening; b. The Owner has the right to reject this Bid; c. BIDDER accepts the provisions of the Instructions and Supplementary Instructions to Bidders regarding disposition of Bid Security; d. BIDDER will sign and submit the Agreement with the Bonds and other documents required by the Bidding Requirements within 10 days after the date of OWNER's Notice of Award; e. BIDDER has examined copies of all the Bidding Documents; f. BIDDER has visited the site and become familiar with the general, local, site conditions, and availability of labor, utilities and materials; g. BIDDER is familiar with federal, state and local laws and regulations; h. BIDDER has correlated the information known to BIDDER, information and observations obtained from visits to the site, reports and drawings identified in the Bidding Documents and additional examinations, investigations, exploration, tests, studies, and data with the Bidding Documents; This Bid is genuine and not made in the interest of or behalf of an undisclosed person, firm, or corporation and is not submitted in conformity with an agreement or rules of a group, association, organization, or corporation; BIDDER has not directly or indirectly induced or solicited another Bidder to submit a false or sham Bid; j. BIDDER has received the following Addenda, receipt of which is hereby acknowledged: Addendum Number Date 1 4 - -30 -2010 2 5 -6 -2010 BID FORM 1 of 3 ............_............ _ _ 4. BIDDER will complete the Work in accordance with the Contract Documents for the guaranteed maximum cost of the following price : BID PACKAGE A : DEMOLISH EXISTING ARENA AND STRUCTURES, ONLY • STIPULATED SUM BASE BID PRICE S:;) ,- teen T1 Five Ii.r,diec Pc:;Jar c' r, c I c: ' J 0 0 ; � � >: a f � >. s. >.... } >. s. s s y, . ($ 1E 5C 0,00 (use words) ) (figures) BID PACKAGE B : CONSTRUCT NEW RODEO ARENA AND PRESSBOX, ONLY STIPULATED SUM BASE BID PRICE (Jr 1Et 1 ;Lnd: E d Se Cne T1 otit; Lei FJ- C'1 Fitrt(12 ee: I' : ar a No /100 ($ 171,859.00 ) (use words) (figures) BID PACKAGE C : DEMOLISH EXISTING RODEO ARENA AND STRUCTURES AND CONSTRUCT NEW RODEO ARENA AND PRESSBOX STIPULATED SUM BASE BID PRICE One Hundred Eighty Eight Thousand Three Hundred Fifty Nine Dollars and No /100 ($ 188,359.00 (use words) (figures) 5. Upon receipt of a written Notice to Proceed, Bidder agrees to commence work immediately. Bidder will complete the work in accordance with the contract documents within the following number of calendar days: BID PACKAGE A : 45 CALENDAR DAYS BID PACKAGE B : 12( CALENDAR DAYS BID PACKAGE C : 120 CALENDAR DAYS 6. BIDDER agrees that the Work will be substantially complete and ready for final payment in accordance with the General Conditions on or before the dates or within the number of calendar months indicated in the Agreement 7. Overhead and Profit: The Undersigned hereby agrees that the Contractor's overhead and profit, to be charged in payment of Additional Work, will be based upon the following percentages of the cost for said Work. Additional Work by Contractor's own forces: OVERHEAD AND PROFIT 1 9 % Additional Work by Subcontractor's forces: OVERHEAD AND PROFIT 15 % BID FORM 2of3 SUBMITTED on May 1C , 2010 By: Heritase Construction (SEAL) (Firm Name) illi yq f {Signature eon A thorized t. ign) (Title) Business Address: 120 Wharton Road Kerrville,Texas 78028 Phone No: 830- 896 -4158 FaxNo: 830 - 896 -4158 Email: Heritageconstruction .kerrvilletx@yahoo.com BID FORM 3 of 3 II 1 -• A: 0 est C. `‘) 4--