Title Page of. Project Manual For: Kootenai County Fire and Rescue Station #3 Remodel 3850 E. 16 th Post Falls, Idaho 83854

Size: px
Start display at page:

Download "Title Page of. Project Manual For: Kootenai County Fire and Rescue Station #3 Remodel 3850 E. 16 th Post Falls, Idaho 83854"

Transcription

1 Title Page of Project Manual For: Kootenai County Fire and Rescue Station #3 Remodel 3850 E. 16 th Owner Kootenai County Fire and Rescue 1590 E. Seltice Way Post Falls, Id Ph (208) Fax (208) Architect Miller Stauffer Architects, P.A. 601 E. Front Avenue #201 Coeur d'alene, ID (208) Fax: (208) Contract time: 75 Calendar Days Liquidated Damages $500/day October 10, 2016

2 Table of Contents Division 00 - Procurement and Contracting Requirements Invitation to Bid Instructions to Bidders Definition of Bid Terms Description of Bid Terms Bid Proposal Form General Construction Bidding Substitution Request Form Bid Bond Project Forms by Reference Division 01 - General Requirements Project Summary Payment Procedures Administrative Requirements Quality Requirements Temporary Facilities and Controls Closeout Procedures Division 02 - Existing Conditions Selective Demolition Division 05 Metals Cold-formed Metal Framing Division 06 - Wood, Plastics, and Composites Finish Carpentry Interior Architectural Woodwork Division 07 - Thermal and Moisture Protection Thermal Insulation Division 08 - Openings Hollow Metal Doors and Frames Flush Wood Doors Access Doors and Frames Door Hardware Mirrors Division 09 - Finishes Gypsum Board Acoustical Tile Ceilings Resilient Base and Accessories Resilient Sheet Flooring Resilient Tile Floring Tile Carpeting Painting Division 10 - Specialties Signage Fire Extinguisher Cabinets Fire Extinguisher Division 26 - Electrical Electrical Design Build Criteria TABLE OF CONTENTS

3 Division 00 PROCUREMENT AND CONTRACTING REQUIREMENTS

4 SECTION INVITATION TO BID PART 1. GENERAL The Kootenai County Fire and Rescue Board of Commissioners hereby invites you to submit a Bid for remodel of the existing KCFR Station 3 at 3850 E. 16 th Street, Sealed proposals will be received by the Kootenai County Fire and Rescue Board of Commissioners at 2:30pm pacific standard time on November 14 nd 2016 for: KCFR Station #3 Remodel. Bids are to be submitted to the Kootenai County Fire and Rescue Headquarters at 1590 E. Seltice Way, Post Falls, Idaho, Proposals will be opened and publicly read at Kootenai County Fire and Rescue Station #1 (404 N. Idaho St ) during the Kootenai County Fire and Rescue Board of Commissioners meeting in the basement at 5:00pm pacific standard time on November 14 nd Plans, specifications, proposal forms, and other information are on file for examination at the following locations: Miller Stauffer Architects, PA 601 E. Front Ave. Suite 201 Coeur d Alene, ID Abadan Planroom 603 E 2nd Avenue Spokane WA (509) (800) (509) One complete set of electronic plans and specifications can be obtained from Miller Stauffer Architects, 601 E Front Avenue #201, Coeur d'alene, Idaho 83814; Telephone (208) Mike@millerstauffer.com. The project includes a tenant improvement of the existing Kootenai County Fire and Rescue Station #3. The project scope is divided into four separate parts. Part one is the conversion of two existing dorms into 6 individual dorms. Part two of the project is the replacement of the existing kitchen cabinets and a partial reconfiguration to accommodate a new pantry. Part three is the removal of more of the existing carpet and tile as shown in the plans and replace with a luxury wood look sheet vinyl. The fourth part of the project is a reprint of all the existing walls except rooms noted on the plans. The electrical, mechanical, fire sprinkler and fire alarm are all design build. The contractor is responsible for design and construction of these four trades. Electrical, Fire sprinkler, and fire alarm Approvals and permits are to be the contractor s responsibility. Electrical, fire sprinkler, and fire alarm permit cost are to be included in bid. Owner will be responsible for general building permit approval; this includes mechanical approvals. All bids must be made on the forms furnished and must be signed by the Bidder with his name and post office address. No bids may be withdrawn after the scheduled time for receipt of bids for at least 30 days. The Kootenai County Fire and Rescue Board of Commissioners the right to reject any or all bids or to waive any informality, or to accept the bid deemed best for the Kootenai County Fire and Rescue Board of Commissioners. Construction is scheduled to begin no later than 30 days after the Notice of award is issued. Each bid must be accompanied by a certified or cashier s check on an Idaho bank or bid bond, with Idaho state licensed surety company as surety, in an amount not less than 5% of the total bid, made payable to Kootenai County Emergency Medical Services System. This surety shall be forfeited by the bidder in the event of failure to sign the contract or furnish the necessary 100% performance and labor bonds. INVITATION TO BID

5 All responding bidders must have a current and valid State of Idaho Contractors Registration number. State of Idaho Contractors Registration number are required for all sub contractors. Suppliers are not required to have a State of Idaho Contractors Registration number. All responding bidders must also have a current and valid Idaho Public Works License, rated for their scope of work. Idaho Public Works License, rated for their scope of work are required for all sub contractors. Suppliers are not required to have a Idaho Public works License. All responding bidders must provide 100% performance and payment bonds. The bidder shall furnish bonds covering the faithful performance of the contract and payment of all obligations arising there under. Bonds may be secured through the bidder s usual sources. The cost shall be included in the bid. The bidder shall deliver the required bonds to the owner no later than three days following the date of execution of the contract. Non mandatory pre-bid walkthroughs will be on Wednesday, October 26, 2016, 2:00pm and Wednesday, November 2, 2015, 2:00pm at KCFR Station 3 at 3850 E. 16 th Street, Davis Bacon prevailing wage is not required for this project. The Owner is to provide a Builders Risk Insurance Policy in the cost of project. Building Permits and approvals will be obtained by the owner and paid by owner, with exception of the electrical permit. The electrical permit is to be obtained by the contractor and included in the cost of the project. All questions regarding the project should be directed to the Architect, Mike Walker, at Miller Stauffer Architects, (208) Mike@millerstauffer.com. KOOTENAI COUNTY FIRE AND RESCUE BOARD OF COMMISSIONERS By: Commissioner President, Richard Nordstrom Kootenai County Emergency Medical Services System PART 2. PRODUCTS 2.1 Not Applicable PART 3. EXECUTION 3.1 Not Applicable END OF INVITATION TO BID INVITATION TO BID

6 SECTION INSTRUCTIONS TO BIDDERS PART 1. GENERAL 1.1 Definitions A. Bidding Documents include the Bidding Requirements and the proposed Contract Documents. The Bidding Requirements consist of the Invitation to Bidders, Supplementary Instructions to Bidders, the bid form, and other sample bidding and contract forms. The proposed Contract Documents consist of the form of Agreement between the Owner and Contractor, Conditions of the Contract (General, Supplementary and other Conditions), Drawings, Specifications and all Addenda issued prior to execution of the Contract. B. Definitions set forth in the General Conditions of the Contract for Construction, AIA Document A201, or in other Contract Documents are applicable to the Bidding Documents. C. Addenda are written or graphic instruments issued by the Architect prior to the execution of the Contract which modify or interpret the Bidding Documents by addition, deletions, clarifications or corrections. D. A bid is a complete and properly executed proposal to do the work for the sums stipulated therein, submitted in accordance with the Bidding Documents. E. The Base bid is the sum stated in the Bid for which the bidder offers to perform the work described in the Bidding Documents as the base, to which work may be added or from which work may be deleted for sums stated in Alternate Bids. F. An alternate bid (or alternate) is an amount stated in the bid to be added to or deducted from the amount of the base bid if the corresponding change in the work, as described in the bidding documents is accepted. G. A Unit Price is an amount stated in the Bid as price per unit of measurement for materials, equipment or services or a portion of the work as described in the bidding documents. H. A bidder is a person or entity who submits a bid and who meets the requirements set forth in the bidding documents. I. A sub-bidder is a person or entity who submits a bid to a bidder for materials, equipment or labor for a portion of the work. 1.2 Bidders Representations A. The bidder by making a bid represents that: 1. The bidder has read and understands the bidding documents or contract documents to the extent that such documentation relates to the work for which the bid is submitted and for the other portions of the project if any being bid concurrently or presently under construction. 2. The Bid is made in compliance with the bidding documents. 3. The Bidder has visited the site, become familiar with local conditions under which the work is to be performed and has correlated the Bidders personal observations with the requirements of the proposed contract documents. 4. The bid is based upon the materials, equipment and systems required by the Bidding Documents without exception. 1.3 Bidding Documents A. Copies INSTRUCTIONS TO BIDDERS

7 1. Bidder may obtain complete printed set of Bidding Documents from the issuing office designated in the Advertisement and invitation to Bid for a refundable fee of $ Bidding Documents will not be issued directly to Sub-Bidders unless specifically offered in the Advertisement or Invitation to bid or in supplementary instructions to bidders. 3. Bidders shall use complete sets of Bidding Documents in preparing Bids, neither the Owner nor Architect assumes responsibility for errors and misinterpretations resulting from the use of incomplete sets of Bidding Documents. 4. The Owner and Architect may make Electronic copies of the Bidding Documents available on the above terms for the purpose of obtaining bids on the work. No license or grant of use is conferred by issuance of Electronic copies of the Bidding Documents. 1) Bidders may obtain complete sets of Electronic Bidding Documents by from the issuing office designated in the Advertisement and Invitation to Bid for free a) It is the contractors responsibility to make prints if bidding documents are ed 2) Bidders may obtain complete sets of Electronic Bidding Documents from the issuing office designated in the Advertisement and Invitation to Bid for a non refundable fee of $10.00 per CD. a) It is the contractors responsibility to make prints if bidding documents are received by CD. B. Interpretation or Correction of Bidding Documents 1. The bidder shall carefully study and compare the bidding documents with each other, and with other work being bid concurrently or presently under construction to the extent that it related to the Work for which the Bid is submitted, shall examine the site and local conditions, and shall at once report to the Architect errors, inconsistencies or ambiguities discovered. 2. Bidders and sub-bidders requiring clarification or interpretation of the Bidding Documents shall make a written or request which shall reach the Architect at least (4) four days prior to the date for receipt of bids. 3. Interpretations, corrections and changes of the bidding documents will be made by Addendum. Interpretations, corrections and changes of the bidding documents made in any other manner will not be binding, and bidders shall not reply upon them. C. Substitutions 1. The materials, products and equipment described in the bidding documents establish a standard of required function, dimension, appearance and quality to be met by any proposed substitution. 2. No substitution will be considered prior to receipt of Bids unless a faxed or ed written request for approval on supplied form, see section , has been received by the Architect at least (4) four days prior to the date for receipt of bids. Such requests shall include the name of the material and equipment for which it is to be substituted and a complete description of the proposed substitution including drawings, performance and test data, and other information necessary for evaluation. A statement setting forth changes in other materials, equipment or other portions of the work, including changes in the work of other contracts that incorporation of the proposed substitution would require, shall be included. The burden of proof of the merit of the proposed substitution is upon the proposer. The architect s decision of approval or disapproval of a proposed substitution shall be final. 3. If the Architect approves a proposed substitution prior to receipt of bids, such approval will be set forth in an Addendum. Bidders shall not reply upon approvals made in any other manner. 4. No substitutions will be considered after the Contract award unless specifically provided for in the Contract Documents. D. Addenda 1. Addenda will be transmitted to all who are known by the issuing office to have received a complete set of Bidding documents. INSTRUCTIONS TO BIDDERS

8 2. Copies of Addenda will be made available for inspection wherever bidding documents are on file for that purpose. 3. Addenda will be issued no later than (2) two days prior to the date for receipt of bids except and Addendum withdrawing the request for bids or one which includes postponement of the date for receipt of bids. 4. Each bidder shall ascertain prior to submitting a bid that the bidder has received all addenda issued, and the bidder shall acknowledge their receipt in the bid. 1.4 Bidding Procedures A. Preparation of Bids 1. Bids shall be submitted on the forms included with the bidding documents. 2. All blanks on the bid form shall be legibly executed in a non-erasable medium. 3. Sums shall be expressed in both words and figures. In case of discrepancy, the amount written in words shall govern. 4. Interlineations, alterations and erasures must be initialed by the signer of the Bid. 5. All requested Alternates shall be bid. If no change in the Base Bid is required, enter No Change. 6. Where two or more Bids for designated portions of the Work have been requested, the Bidder may, without forfeiture of the bid security, state the Bidder s refusal to accept award of less than the combination of Bid s stipulated by the Bidder. The Bidder shall make no additional stipulations on the bid form nor qualify the Bid in any other manner. 7. Each copy of the Bid shall state the legal name of the Bidder and the nature of the legal form of the Bidder. The Bidder shall provide evidence of legal authority to perform within the jurisdiction of the Work. Each copy shall be signed by the person or persons legally authorized to bind the bidder to a contract. A Bid by a corporation shall further give the state of incorporation and the corporate seal affixed. A Bid submitted by an agent shall have a current power of attorney attached certifying the agent s authority to bind the Bidder. B. Bid Security 1. Each Bid shall be accompanied by a bid security in the form and amount required if so stipulated in the Instructions to Bidders. The Bidder pledges to enter into a Contract with the Owner on the terms stated in the Bid and will, if required, furnish bonds covering the faithful performance of the Contract and payment of all obligations arising there under. Should the Bidder refuse to enter into such Contract or fail to furnish such bonds if required, the amount of the bid security shall be forfeited to the Owner as liquidated damages, not as a penalty. 2. If a surety bond is required, it shall be written on AIA Document A310, Bid Bond, unless otherwise provided in the Bidding Documents, and the attorney-in-fact who executes the bond on behalf of the surety shall affix to the bond a certified and current copy of the power of attorney. 3. The Owner will have the right to retain the bid security of Bidders to whom an award is being considered until either (a) the Contract has been executed and bonds, if required, have been furnished, or (b) the specified time has elapsed so that Bids may be withdrawn or (c) all Bids have been rejected. C. Submission of Bids 1. All copies of the Bid, the bid security, if any, and other documents required to be submitted with the Bid shall be enclosed in a sealed opaque envelop. The envelope shall be addressed to the party receiving the Bids and shall be identified with the Project name, the Bidder s name and address and, if applicable, the designated portion of the Work for which the Bid is submitted. If the Bid is sent by mail, the sealed envelope shall be enclosed in a separate mailing envelope with the notation SEALED BID ENCLOSED on the face thereof. 2. Bids shall be deposited at the designated location prior to the time and date for receipt of Bids. Bids received after the time and date for receipt of Bids will be returned unopened. The clock used to determine cutoff time will be a timepiece designated by owner. INSTRUCTIONS TO BIDDERS

9 3. The Bidder shall assume full responsibility for timely delivery at the location designated for receipt of Bids. 4. Oral, telephonic, telegraphic, and facsimile or other electronically transmitted bids will not be considered. D. Modification or Withdrawal of Bid 1. A Bid may not be modified, withdrawn or canceled by the Bidder during the stipulated time period following the time and date designated for the receipt of Bids, and each Bidder so agrees in submitting a Bid. 2. Grounds for Bid Relief 1) The bidder shall establish to satisfaction of the public entity that: a) A clerical or mathematical mistake was made; b) The bidder gave the owner written notice within five (5) calendar days after the opening of the bids of the mistake, specifying in the notice in detail how the mistake occurred; and c) The mistake was material 2) The bidder claiming a mistake must meet above all conditions to be given relief of bidding requirements. a) A bidder that meets the grounds for relief shall be enttled to having their bid security returned. b) If the conditions are not met the owner shall keep the bid security and go to the next qualified bid. 3. Prior to the time and date designated for the receipt of Bids, a Bid submitted may be modified or withdrawn by notice to the party receiving Bids at the place designated for receipt of Bids. Such notice shall be in writing over the signature of the Bidder. Written confirmation over the signature of the Bidder shall be received, and date-and time- stamped by the receiving party on or before the date and time set for receipt of Bids. A change shall be so worded as not to reveal the amount of the original Bid. 4. Withdrawn Bids may be resubmitted up to the date and time designated for the receipt of Bids provided that they are then fully in conformance with these Instructions to Bidders. 5. Bid security, shall be in amount sufficient for the Bid as resubmitted. E. Pre-Bid Walk Thru Notification 1. The first Pre-bid walk thru will be on Wednesday, October 26, 2016 at 2:00pm. a. Attendance to pre-bid walk-thru is not mandatory to bid, but is encouraged. 2. The second follow up pre-bid walk thru will be on Wednesday, November 2, 2016 at 2:00pm. a. Second follow up pre-bid walk thru is not mandatory. b. Additional walk-thru times will not be allowed. 1.5 Consideration of Bids A. Opening of Bids 1. At the discretion of the Owner, if stipulated in the advertisement or invitation to Bid, the properly identified Bids received on time will be publicly opened and will be read aloud. An abstract of the Bids may be made available to Bidders. B. Rejection of Bids 1. The Owner shall reserve the right to reject any or all Bids. A bid not accompanied by a required bid security or by other data required by the Bidding Documents, or a Bid which is in any way incomplete or irregular is subject to rejection. INSTRUCTIONS TO BIDDERS

10 2. The Owner reserves the right to reject any Bid they deem not in the public s best interest. C. Acceptance of Bid (Award) 1. It is the intent of the Owner to award a Contact to the lowest qualified bidder provided the Bid has been submitted in accordance with the requirements of the Bidding Documents and does not exceed the funds available. The Owner shall have the right to waive informalities and irregularities in a Bid received and to accept the Bid which, in the Owner s judgment, is in the Owner and /or public s own best interest. 2. The Owner shall have the right to accept Alternates in any order or combination, unless otherwise specifically provided in the Bidding Documents, and to determine the low Bidder on the basis of the sum of the Base Bid and Alternates accepted. 1.6 Post -Bid Information A. Contractor s Qualification Statement 1. Bidders to whom award of a Contract is under consideration shall submit to the Architect, upon request, a properly executed AIA Document A305, Contractor s Qualification Statement, unless such a Statement has been previously required and submitted as a prerequisite to the issuance of Bidding Documents. 2. The Contractors qualification statement will be used to determine if Bidder meets the Bid requirements. B. Owner s Financial Capability 1. The Owner shall, at the request of the Bidder to whom award of a Contract is under consideration and no later than seven days prior to the expiration of the time for withdrawal of Bids, furnish to the Bidder reasonable evidence that financial arrangements have been made to fulfill the Owner s obligations under the Contract. Unless such reasonable evidence is furnished, the Bidder will not be required to execute the Agreement between the Owner and Contractor. C. Submittals 1. The Bidder shall, as soon as practicable or as stipulated in the Bidding Documents, after notification of selection for the award of a Contract, furnish to the Owner through the Architect in writing: 2. a designation of the Work to be performed with the Bidder s own forces; 3. names of the manufacturers, products, and the suppliers of principal items or systems of materials and equipment proposed for the Work; and 4. names of persons or entities (including those who are to furnish materials or equipment fabricated to a special design) proposed for the principal portions of the Work. 5. The Bidder will be required to establish to the satisfaction of the Architect and Owner the reliability and responsibility of the persons or entities proposed to furnish and perform the Work described in the Bidding Documents. 6. Prior to the execution of the Contract, the Architect will notify the Bidder in writing if either the Owner or Architect, after due investigation, has reasonable objection to a person or entity proposed by the Bidder. If the Owner or Architect has reasonable objection to a proposed person or entity, the Bidder may, at the Bidder s option, (1) withdraw the Bid or (2) submit an acceptable substitute person or entity with an adjustment in the Base Bid or Alternate Bid to cover the difference in cost occasioned by such substitution. The Owner may accept the adjusted bid price of disqualify the Bidder. In the event of either withdrawal or disqualification, bid security will not be forfeited. 7. Persons and entities proposed by the Bidder and to whom the Owner and Architect have made no reasonable objection must be used on the Work for which they were proposed and shall not be changed except with the written consent of the Owner and Architect. 1.7 Performance Bond and Payment Bond A. Bond Requirements INSTRUCTIONS TO BIDDERS

11 1. Performance and payment bond is required in the amount of 100% performance & 100% labor and materials amounts.. The bidder shall furnish bonds covering the faithful performance of the Contract and payment of all obligations arising there under. Bonds may be secured through the bidders usual sources. 2. The cost shall be included in the bid. B. Time of Delivery and Form of Bonds 1. The bidder shall deliver the required bonds to the Owner not later than three days following the date of execution of the contract. If the work is to be commenced prior thereto in response to a letter of intent, the bidder shall, prior to commencement of the work, submit evidence satisfactory to the Owner that such bonds will be furnished and delivered in accordance with this Section 1.07.B. 2. Unless otherwise provided, the bonds shall be written on AIA document A312, Performance Bond and Payment Bond. Both bonds shall be written in the amount of the Contract Sum. 3. The bonds shall be dated on or after the date of the contract. 4. The bidder shall require the attorney-in-fact who executes the required bonds on behalf of the surety to affix thereto a certified and current copy of the power of attorney. 1.8 Form of Agreement Between Owner and Contractor 1. Unless otherwise required in the Bidding Documents, the Agreement for the work will be written on AIA Document A101, Standard Form of Agreement between Owner and Contractor where the basis of payment is a Stipulated Sum. PART 2. PRODUCTS 2.1 Not Applicable PART 3. EXECUTION 3.1 Not Applicable END OF INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS

12 SECTION DEFINITION OF BID TERMS PART 1. GENERAL 1.1 Definition of Bid Terms 1. Unless otherwise specifically indicated in the Project Manual, or on the Drawings, in the technical specifications and/or the other Contract Documents, all construction terminology shall have the meaning as defined in A Glossary of Construction Specifications Terminology as published by the Construction Specification Institute, District of Columbia Metropolitan Chapter, Current Edition. 2. Wherever in the Project Manual, on the drawings in the technical specification, and/or in other Contract Documents the following terms or pronouns in place of them are used, they shall have the meaning defined below: 3. Architect / Engineer: As used herein, means Miller Stauffer Architects, P.A. (MSA), 601 E Front Avenue #201, Coeur d Alene, ID 83814, (208) Owner: As used herein, means Kootenai County Fire and Rescue Board of Commissioners, 1590 E. Seltice Way, Post Falls, ID Contractor: This term shall apply to any Proposer/Bidder of any labor and/or materials on the project. PART 2. PRODUCTS 2.1 Not Applicable PART 3. EXECUTION 3.1 Not Applicable END OF DEFINITION OF BID TERMS DEFINITION OF BID TERMS

13 SECTION DESCRIPTION OF BID TERMS PART 1. GENERAL 1.1 Description of Bid Items 1. The work included in the total construction of the Project and in the Contract as may be awarded, shall include all labor, equipment, materials, products, systems, structure, execute finishes, accessories, furnishings, specialties, special construction, taxes, sales taxes, transportation, facilities and services, overhead, and profit necessary for and/or reasonably incidental to the entire (100%) completion of the Project, including architectural, structural, mechanical, and electrical work, all as shown on the Drawings and described in the Project Manual entitled, "Kootenai County Fire and Rescue Station #3 Remodel, dated October 10, 2016, as prepared by Miller Stauffer Architects, Coeur d'alene, Idaho, with such Base Bid and Alternate Bid items hereinafter described as may be selected by the Owner. 2. For work of the Project to be performed by the Owner, see Division I - Section Bid/Proposals for the Contract shall provide prices for the following items of work as same relates to the Contract, and shall include but not necessarily be limited to the general descriptions hereinafter given: 4. Base Bids: Shall include the necessary demolition, removals, alterations, and new construction, etc. and other work as indicated in the Contract Documents. 5. Alternate Bids: Deductions or additions to base bid prices based upon description of alternate work. 6. All Bid/Proposals shall be for the work of bid packages as identified in the bid proposal. No alteration to or deletion from any bid package will be accepted. In doing so, bidder recognizes that his Bid/Proposal may be disqualified. PART 2. PRODUCTS 2.1 Not Applicable PART 3. EXECUTION 3.1 Not Applicable END OF DESCRIPTION OF BID ITEMS DESCRIPTION OF BID TERMS

14 SECTION BID PROPOSAL FORM GENERAL CONSTRUCTION PART 1. GENERAL 1.1 BID PROPOSAL FORM GENERAL CONSTRUCTION To: Kootenai County Fire and Rescue Station #3 Remodel Gentlemen: Having carefully examined "Instructions to Bidders" all Documents, Drawings, and Specifications entitled: Kootenai County Fire and Rescue Station #3 Remodel, and having visited the site and examined all apparent conditions affecting work; the undersigned proposes to furnish all labor, material, equipment, permits, tests, taxes, bonds, and insurances necessary and/or required for the general construction of said project in accordance with plans, specifications, and conditions as prepared by Miller Stauffer Architects, 601 E. Front Avenue, Suite 201, Coeur d'alene, Idaho CONTRACT (A) If the Undersigned be notified of the acceptance of this proposal, they (he) agree(s) to execute a Contract for the above stated Work, for a compensation of the following stated amount(s) in the form of the Agreement stated in the Specifications and to give bonds required by the Specifications. 2. BID GUARANTEE (A) The Undersigned further agrees that the certified check, cashier's check, or Bid Bond, payable to the "Owner" shown on the TITLE PAGE of the Project Manual accompanying this Proposal, is the measure of liquidated damages which the said "Owner" will sustain by the failure of the undersigned to execute and deliver the above named Agreement and Bond, and that if the undersigned defaults in executing that Agreement within seven (7) days of the written notification of the award of the contract to (him)/(them) or in furnishing the Contract Bonds and Insurances within three (3) days thereafter, the check/bond will become the property of said "Owner". If the Undersigned executes and delivers said Contract, Bonds, and Insurances, the check/bond shall be returned to (him)/ (them) on receipt thereof. 3. BID 4. UNIT PRICES 5. ALTERNATES & DEDUCTIONS 6. COMPLETION DATE (A) The Undersigned also agrees to complete the work contemplated within 75 calendar days commencing upon receipt of written notice to proceed. 7. LIQUIDATING DAMAGES (A) Liquidated Damages will be assessed the Contractor at the rate of $500 per day for each day beyond the Contract Time necessary to establish Substantial Completion. 8. PUBLIC WORKS CONTRACTOR'S LICENSE (A) The Undersigned hereby certifies that (he is) (they are) duly licensed as a Public Works Contractor in accordance with the provisions of an act known as "Public Works Contractors State License Law, H.B. No. 293, BID PROPOSAL FOR GENERAL CONSTRUCTION

15 Thirty-third Legislative Session 1955", and further, that he/ they possesses a valid State public works Contractor's License No..Address: Exp 9. STATE CONTRACTOR S LICENSE (A) The undersigned hereby certifies that (he is) (they are) duly licensed as a State of Idaho Contractor in accordance with the provisions of an act known as Idaho Contractor Registration Act. Idaho statues Title 54, Chapter 52, and further, that he/they possesses a valid State Contractor s License no. Address Exp 10. ACKNOWLEDGMENT OF ADDENDA (A) The Undersigned acknowledges receipt of Addenda Numbers One,Two,,,. 11. PROPOSED SUBCONTRACTORS Contractors Public Works License No.. (A) Electrical Subcontractor:. Address. (B) Plumbing Subcontractor:. Address. (C) HVAC Subcontractor:.. Address. BID PROPOSAL FOR GENERAL CONSTRUCTION

16 I, the Undersigned, if I do not answer any of the above questions, and fill in all blank spaces provided for answering, my bid may be rejected as a non-responsive bid. Dated this day of 2016 Respectfully Submitted, Company Street or Post Office Address Telephone Number Authorized Signature Title Seal if bid is by a corporation PART 2. PRODUCTS 2.1 Not Applicable PART 3. EXECUTION 3.1 Not Applicable END OF BID PROPOSAL FORM GENERAL CONSTRUCTION BID PROPOSAL FOR GENERAL CONSTRUCTION

17 SECTION BIDDING SUBSTITUTION REQUEST FORM PART 1. General Project: KCFR Station 3 Remodel Substitution Request Number: (For Architect to Fill in) From: (Insert your name and Company Name) To: Miller Stauffer Architects 601 E. Front Ste. 201 Coeur D Alene, Idaho Date: RE: A/E Project Number: 1643 Contract for: General Construction Specification Title: Description: Section: Page: Article/Paragraph: Proposed Substitution: Manufacturer: Address: Phone: Trade Name: Model No.: Attached data includes product description, specifications, drawings, photographs, and performance and test data adequate for evaluation of the request; applicable portions of the data are clearly identified. Attached data also includes a description of changes to the Contract Documents that the proposed substitution will require for its proper installation. The Undersigned certifies: Proposed substitution has been fully investigated and determined to be equal or superior in all respects to specified product. Same warranty will be furnished for proposed substitution as for specified product. Same maintenance service and source of replacement parts, as applicable, is available. Proposed substitution will have no adverse effect on other trades and will not affect or delay progress schedule. Proposed substitution does not affect dimensions and functional clearances. Payment will be made for changes to building design, including A/E design, detailing and construction costs caused by the substitution. Submitted By: Signed By: Firm: Address: Telephone: A/E s Review and Action Substitution approved Make submittals in accordance with Specification Section Substitution approved as noted Make submittals in accordance with Specification Section Substitution rejected Use specified materials. Substitution Request received too late Use specified materials. Signed by: Date: Supporting Data Attached: Drawings Product Data Samples Tests BIDDING SUBSTITUTION REQUEST FORM

18 PART 2. Products 2.1 Not Applicable PART 3. Execution 3.1 Not Applicable END OF BIDDING SUBSTITUTION REQUEST FORM BIDDING SUBSTITUTION REQUEST FORM

19 SECTION BID BOND PART 1. GENERAL By Reference 1.1 BID BOND The printed form Bid Bond, standard form of The American Institute of Architects, AIA Doc. No. A , shall be used as herein before specified. Refer to Instructions to Bidders for description of Bid Bond requirements. Attorneys-in-fact who sign Bid Bonds shall be licensed in the State of Idaho and must file with each bond a certified and effectively dated copy of their power-of-attorney. (Note: POWER-OF-ATTORNEY form must be executed.) PART 2. PRODUCTS 2.1 (Not Applicable) PART 3. EXECUTION 3.1 (Not Applicable) END OF BID BOND BID BOND

20 SECTION PROJECT FORMS BY REFERENCE PART 1. GENERAL 1.1 Bond for Performance and Payment of Labor and Materials A. By Reference 1. By reference the printed form Performance Bond and Payment Bond, standard form of The American Institute of Architects, AIA Doc. A312, Current Edition, shall be used each in the amount of 100% of each bid package Contract Amount, and is included herein by reference. 2. Attorneys-in-fact who sign Performance and Payment of Labor and Materials Bonds shall be licensed in the State of Idaho and must file with each bond a certified and effectively dated copy of their Power-of Attorney on form hereinbefore specified. 1.2 Application and Certificate for Payment A. By Reference 1. The printed Application and Certificate for Payment standard form of the American Institute of Architects, AIA Doc. Nos. G702 and G703, Current Edition, is included herein by reference and shall apply to all Contractors and sub-contractors. 2. Same shall be provided by the Architect and furnished to the Contractor, and when properly executed shall become a part of the Contract Documents. 1.3 Certificate of Insurance A. By Reference 1. The printed form Certificate of Insurance, standard form of The American Institute of Architects, AIA Doc. G715, Current Edition, included herein by reference, together with one (1) duplicate copy of all applicable insurance policies covered by certificate shall be provided to the Architect by the Contractor to whom a Contract is awarded within ten (10) calendar days after execution of Contract Agreement, and prior to any work being done on the Project by the Contractor. 2. Forms will be provided by the Architect and three (3) copies shall be executed by an Insurance Company duly authorized to conduct business in the State of Idaho, and satisfactory to the Owner. 3. Upon compliance with insurance requirements, and when properly executed, same shall become a part of the Contract Documents. 1.4 Certificate of Substantial Completion A. By Reference 1. The printed form Certificate of Substantial Completion, standard form of The American Institute of Architects, AIA Doc. G704, Current Edition, shall, upon completion of the work, be provided by the Architect and furnished to the Contractor, and, when properly executed by all parties thereto, shall identify the Contract Warranty Period and the Owner's obligations upon acceptance of the such work. 1.5 Contractor's Affidavit of Payment of Debts and Claims A. By Reference 1. The printed form Contractor's Affidavit of Payment of Debts and Claims, standard form of The American Institute of Architects, AIA Doc. G706, Current Edition, is included herein by reference and shall apply to the Contract. 2. Same shall be provided by the Architect and furnished to the Contractor, and when properly executed shall become a part of the Contract Documents. 1.6 Contractor's Affidavit of Release of Liens PROJECT FORMS BY REFERENCE

21 A. By Reference 1. The printed form Contractor's Affidavit of Release of Liens, standard form of The American Institute of Architects, AIA Doc. G706A, Current Edition, is included herein by reference and shall apply to the Contract. 2. Same shall be provided by the Architect and furnished to the Contractor, and when properly executed shall become a part of the Contract Documents. 1.7 Consent of Surety Company to Final Payment A. By Reference 1. The printed form Consent of Surety Company to Final Payment, standard form of The American Institute of Architects, AIA Document G707, Current Edition, is included herein by reference and shall apply to the Contract. Same shall be provided by the Architect and furnished to the Contractor, and when properly executed shall become a part of the Contract Documents. 1.8 Owner-Contractor Agreement A. By Reference 1. The printed form Standard Form of Agreement Between Owner and Contractor standard form of the American Institute of Architects, AIA Doc. No. A101, Current Edition, is included herein and shall apply to all Contractors and sub-contractors. 2. Same shall be provided by the Architect and furnished to the Contractor, and when properly executed by both the Contractor and Owner shall become a part of the Contract Documents. 1.9 GENERAL CONDITIONS: A. By Reference 1. The printed General Conditions of the Contract for Construction standard form of The American Institute of Architects, AIA Doc. A201, Current Edition, consisting of Articles 1 to 14 inclusive, and included herein are hereby made a part of the Contract Documents, except as may be inconsistent with Supplementary Conditions and the specific provisions of other documents herein. 2. Portions of any Article not in conflict with Supplementary Conditions and Specifications shall remain in full effect. 3. Same shall apply to all Contractors and sub-contractors. PART 2. PRODUCTS 2.1 Not Applicable PART 3. EXECUTION 3.1 Not Applicable END OF PROJECT FORMS BY REFERENCE PROJECT FORMS BY REFERENCE

22 Division 01 GENERAL REQUIREMENTS

23 SECTION PROJECT SUMMARY PART 1. GENERAL 1.1 SUMMARY OF WORK A. Project Identification: As follows: Kootenai County Fire and Rescue Station #3 Remodel B. Location: 3850 E. 16 th Street, Contract Documents, dated April 14 th, 2016, were prepared by Miller Stauffer Architects, P.A., 601 E Front Avenue #201, Coeur d Alene, Idaho The project includes a remodel C. WORK RESTRICTIONS 1. Contractor's Use of Premises: During construction, Contractor shall have partial use of site and building. The work will need to be coordinated with the Owner, which will be using portions building and the site. An area on site will be provided for the contractor to store materials or equipment. Contractor's use of premises is limited by Owner's right to perform work or employ other contractors on portions of Project. 2. Power can only be temporarily terminated at local distribution panels. If building power outages are necessary to complete the construction of project as shown in the construction documents, this work needs to be completed on the weekends and after normal business hours 8:00am to 5:00pm. These power outages must be coordinated with the owner. 3. All work must comply for Full Dust Containment and Risk Assessment for complete safety measures. Contractor to provide temporary measures to prohibit dust and construction debris from entering existing spaces that will be occupied by the owner. Refer to section Temporary Facilities and Controls for extent of protective measures. Cost to be included in base bid. 4. Work can be conducted from 6:30am to 5:00pm, Monday through Friday or as amended / by owner. D. OWNER-FURNISHED ITEMS (INSTALLATION BY OWNER) 1. Refer to Equipment Schedule 2. Furniture E. OWNER-FURNISHED ITEMS (INSTALLED BY CONTRACTOR) 1. Refer to Equipment Schedule PART 2. PRODUCTS 2.1 Not Applicable PART 3. EXECUTION 3.1 Not Applicable END OF PROJECT SUMMARY PROJECT SUMMARY

24 SECTION PAYMENT PROCEDURES PART 1. GENERAL 1.1 ALLOWANCES A. N/A 1.2 ALTERNATES A. An alternate is an amount proposed by bidders and stated on the Bid Form for certain work that may be added to or deducted from the Base Bid amount if the Owner accepts a change in either the amount of construction to be completed or in the products, materials, equipment, systems, or installation methods described in the Contract Documents. B. The cost or credit for each alternate is the net addition to or deduction from the Contract Sum to incorporate the alternate into the Work. No other adjustments are made to the Contract Sum. C. No additional time will be awarded if any or all of the alternates are selected by the Owner. D. Base Bid 1. The base bid is to complete the construction of the project in areas A, B, and D as shown in the plans and specifications, with exception of the scope as defined in Alternate #1. Refer to Alternate Scope Plan for extent of base bid. The Base bid does not include any equipment or furniture shown on the plans, unless noted otherwise. E. Alternates 1. Alternate #1 (Additive) Second floor classroom Conversion (Area D) a. Alternate #1 scope is to add the cost to convert the existing second floor classroom to three enclosed separate offices and one open office. Alternate #1 cost is to include all demolition, wall partitions additions and modifications, flooring modifications, ceiling modifications, and the design build of the electrical and HVAC systems as shown in the drawings for Area D. The schematic drawings for this area are to be used to determine the scope of the design build for the electrical and HVAC systems modification. Alternate #1 cost is to include all wiring and fixtures as shown in the drawings. Furniture shown on the plans in this area are not included in cost of the alternate. If Alternate #1 is selected by the owner the cost of the alternate will be added to the project and the completion of this area will be expected to follow all plans and specifications as if it was originally part of the base bid. 2. Alternate #2 (Deductive) Plastic Laminate Cabinets in Storage Room 105 (Area B) a. The Scope of alternate #2 is to deduct the cost of the plastic laminate cabinets both upper and lower and countertop from the base bid cost of the project. If alternate #2 is selected by the owner the plastic laminate cabinets (upper and lower) will be removed from the base bid scope of work. The contractor will still be required to provide the electrical rough in for the under cabinet lighting, but will be terminated in a junction box rather than the light fixtures. The outlets will be installed at the heights specified and circuited accordingly. The cost to add wall blocking in the new wall partition for future cabinets will be left in the scope of the base bid. If alternate #2 is selected and the cabinets are removed from the scope of the project the intent is that the wall where the cabinets would have been will be finished to the same level as the rest of the room. The intent of this alternate is to only remove the cabinets and countertop from the project. If the cabinets are removed from the project it is owners intent to add the cabinets at a later date so all electrical needs to be installed as if the cabinets are in the project. PAYMENT PROCEDURES

25 3. Alternate #3 (Deductive) Custom wood cabinets in Meeting Room 101 (Area C) a. The Scope of alternate #3 is to deduct the cost of the custom wood cabinets both upper and 1.3 UNIT PRICES lower and countertop from the base bid cost of the project. If alternate #3 is selected by the owner the cabinets (upper and lower) will be removed from the base bid scope of work. The contractor will still be required to provide the electrical rough in for the under cabinet lighting, but will be terminated in a junction box rather than the light fixtures. The outlets will be installed at the heights specified and circuited accordingly. The cost to add wall blocking in the new wall partition for future cabinets will be left in the scope of the base bid. If alternate #3 is selected and the cabinets are removed from the scope of the project the intent is that the wall where the cabinets would have been will be finished to the same level as the rest of the room and the chair rail in the room will be continued to the inside corners of the cabinet alcove. The intent of this alternate is to only remove the cabinets and countertop from the project. If the cabinets are removed from the project it is owners intent to add the cabinets at a later date so all electrical needs to be installed as if the cabinets are in the project. Included in the cost of Alternate #3 is the installation of the sink as specified. If alternate #3 is selected the plumbing for the sink is to be roughed in behind the wall for the future installation of sink in a cabinet at a later date. A. A unit price is an amount proposed by bidders and stated on the Bid Form as a price per unit of measurement for work added to or deducted from the Contract Sum by appropriate modification, if estimated quantities of Work required by the Contract Documents are increased or decreased. Bidders shall indicate on the Bid Form unit prices for the following items of work: 1. One Duplex convince outlet on a dedicated 20amp circuit run back to the nearest panel with open space. 1) Contractor to assume new outlet is 200 ft. minimum and 300 ft maximum from panel 2) All wiring to be installed in conduit B. Unit prices include all necessary material, plus cost for delivery, installation, insurance, applicable taxes, overhead, and profit. 1.4 CONTRACT MODIFICATION PROCEDURES A. Upon the Owner's approval of a proposal from the Contractor, submitted either in response to a Proposal Request issued by the Architect or as a request for change from the Contractor, the Architect will issue a Change Order on AIA Document G701, for all changes to the Contract Sum or Contract Time. B. When the Owner and Contractor disagree on the terms of a proposal, the Architect may issue a Construction Change Directive on AIA Document G714, instructing the Contractor to proceed with the change. The Construction Change Directive will contain a description of the change, and designate the method to be followed to determine changes to the Contract Sum or Contract Time. 1.5 PAYMENT PROCEDURES A. Submit a Schedule of Values which breaks down the Contract Sum into at least one line item for each Specification Section. Correlate the Schedule of Values with the Contractor's Construction Schedule. B. Submit Schedule of Values at least 10 days prior to the first Application for Payment. C. Submit 3 copies of each Application for Payment on AIA Document G702/703, in accordance with the schedule established in the Agreement. D. For the second Application through the Application submitted at Substantial Completion, submit partial releases of liens from each subcontractor or supplier for whom amounts were requisitioned on the previous payment. PAYMENT PROCEDURES

26 PART 2. PRODUCTS 2.1 NOT APPLICABLE PART 3. EXECUTION 3.1 NOT APPLICABLE END OF PAYMENT PROCEDURES PAYMENT PROCEDURES

27 SECTION ADMINISTRATIVE REQUIREMENTS PART 1. GENERAL 1.1 PROJECT MANAGEMENT AND COORDINATION A. Verify layout information shown on Drawings, in relation to existing improvements, before laying out the Work. 1. Contact architect for direction if drawings conflict with existing conditions prior to the start of construction of the materials that are affected by the deviation. B. Progress meetings will be held at Project site twice per month. Owner, Architect, Contractor, and each subcontractor or other entity concerned with current progress or involved with planning or coordination of future activities, shall attend. 1. Minutes of each meeting will be prepared by Architect, and distributed to all parties. 1.2 CONSTRUCTION SCHEDULE A. Contractor to prepare a horizontal bar-chart-type construction schedule. Provide a separate time bar for each activity and a vertical line to identify the first workday of each week. Use same breakdown of Work indicated in the Schedule of Values. As Work progresses, mark each bar to indicate actual completion. 1. Submit within 10 days prior to the first application for payment. 2. Prepare the schedule on reproducible media, of width sufficient to show data for the entire construction period. 3. Coordinate each element with other activities. Show each activity in proper sequence. Indicate sequences necessary for completion of related Work. 4. Indicate Substantial Completion and allow time for Architect's procedures necessary for certifying Substantial Completion. 5. Schedule Distribution: Distribute copies to Owner, Architect, subcontractors, and parties required to comply with dates. 6. Updating: Revise the schedule prior to each meeting or activity where revisions have been made. 1.3 SUBMITTAL PROCEDURES A. Coordinate submittal preparation with construction schedule, fabrication lead-times, other submittals, and other activities that require sequential operations. 1. No extension of Contract Time will be authorized due to failure to transmit submittals in time to permit processing sufficiently in advance of when materials are required in the Work. 2. Architect will not accept submittals from sources other than Contractor. B. Prepare submittals by placing a permanent label on each for identification. Provide a 4- by 5- inch (100- by 125-mm) space on the label or beside title block to record review and approval markings and action taken. Include the following information on the label: 1. Project name. 2. Date. 3. Name and address of Contractor. 4. Name and address of subcontractor or supplier. 5. Number and title of appropriate Specification Section. ADMINISTRATIVE REQUIREMENTS