project manual for bid package 2 st. joseph's ridge satellite ... - fowler … · 2020. 12. 17. ·...

892
3433 Oakwood Hills Parkway Eau Claire, WI 54701-7698 715.834.3161 • Fax: 715.831.7500 www.AyresAssociates.com Ayres Associates Project No. 23-1716.01 PROJECT MANUAL FOR BID PACKAGE 2 ST. JOSEPH'S RIDGE SATELLITE SHOP LA CROSSE COUNTY HIGHWAY DEPARTMENT NOVEMBER 30, 2020

Upload: others

Post on 08-Mar-2021

0 views

Category:

Documents


0 download

TRANSCRIPT

  • 3433 Oakwood Hills Parkway Eau Claire, WI 54701-7698

    715.834.3161 • Fax: 715.831.7500 www.AyresAssociates.com

    Ayres Associates Project No. 23-1716.01

    PROJECT MANUAL

    FOR

    BID PACKAGE 2

    ST. JOSEPH'S RIDGE SATELLITE SHOP

    LA CROSSE COUNTY HIGHWAY DEPARTMENT

    NOVEMBER 30, 2020

  • Page Intentionally Left Blank

  • St. Joseph's Ridge Satellite Shop La Crosse County Highway Department Ayres Project No. 23-1716.01

    Page 1 of 5

    Bid Package 2 TABLE OF CONTENTS

    November 30, 2020

    BID PACKAGE 2 ST. JOSEPH'S RIDGE SATELLITE SHOP

    LA CROSSE COUNTY HIGHWAY DEPARTMENT

    TABLE OF CONTENTS

    Title No. of Pages

    Title Page ....................................................................................................................... 1 Table of Contents ............................................................................................................ 5

    BIDDING REQUIREMENTS

    Advertisement for Bids .................................................................................................... 1 Instructions to Bidders .................................................................................................... 4 Bid Form .......................................................................................................................... 4 Bid Schedule .................................................................................................................... 1 Bid Bond .......................................................................................................................... 1 Statement of Bidder's Qualifications ............................................................................... 4

    CONTRACTING REQUIREMENTS

    Agreement ....................................................................................................................... 1 Performance Bond and Payment Bond ........................................................................... 1 General Conditions .......................................................................................................... 1 Supplementary Conditions .............................................................................................. 5

    SPECIFICATIONS

    DIVISION 01 - GENERAL REQUIREMENTS 01 10 00 Summary ...................................................................................................... 2 01 30 00 Administrative Requirements ....................................................................... 3 01 33 00 Submittal Procedures .................................................................................... 4 01 50 00 Temporary Facilities and Controls ................................................................. 5 01 57 19 Temporary Environmental Controls .............................................................. 4 01 60 00 Product Requirements .................................................................................. 3 01 73 00 Execution ....................................................................................................... 3 01 77 00 Closeout Procedures ..................................................................................... 2 DIVISION 03 - CONCRETE 03 10 00 Concrete Forming and Accessories ............................................................... 4 03 20 00 Concrete Reinforcing ..................................................................................... 3 03 30 00 Cast-in-Place Concrete .................................................................................. 9 03 35 11 Concrete Floor Finishes ................................................................................. 3 03 40 00 Structural Precast Concrete .......................................................................... 20 DIVISION 04 - MASONRY 04 20 00 Unit Masonry ................................................................................................. 16

  • St. Joseph's Ridge Satellite Shop La Crosse County Highway Department Ayres Project No. 23-1716.01

    Page 2 of 5

    Bid Package 2 TABLE OF CONTENTS

    November 30, 2020

    TABLE OF CONTENTS

    Title No. of Pages

    DIVISION 05 - METALS 05 12 00 Structural Steel Framing ................................................................................ 5 05 21 00 Steel Joist Framing......................................................................................... 5 05 31 00 Steel Decking ................................................................................................. 4 05 40 00 Cold-Formed Metal Framing ......................................................................... 5 DIVISION 06 - WOOD, PLASTICS, AND COMPOSITES 06 10 00 Rough Carpentry ........................................................................................... 4 06 40 23 Interior Architectural Woodwork .................................................................. 4 DIVISION 07 - THERMAL AND MOISTURE PROTECTION 07 53 23 Ethylene-Propylene-Diene-Monomer (EPDM) Roofing ................................ 9 07 62 00 Sheet Metal Flashing and Trim ...................................................................... 8 07 71 00 Roof Specialties ............................................................................................. 8 07 92 00 Joint Sealants ................................................................................................. 10 DIVISION 08 - OPENINGS 08 11 13 Hollow Metal Doors and Frames ................................................................... 7 08 22 00 Fiberglass Doors ............................................................................................ 5 08 36 13 Sectional Doors ............................................................................................. 7 08 41 13 Aluminum-Framed Entrances and Storefronts ............................................. 7 08 62 50 Tubular Skylights ........................................................................................... 6 08 71 00 Door Hardware .............................................................................................. 7 08 80 00 Glazing ........................................................................................................... 8 08 83 00 Mirrors ........................................................................................................... 3 DIVISION 09 - FINISHES 09 22 16 Non-Structural Metal Framing ...................................................................... 5 09 29 00 Gypsum Board ............................................................................................... 4 09 30 00 Tiling .............................................................................................................. 10 09 51 13 Acoustical Ceiling Panels ............................................................................... 7 09 67 00 Fluid-Applied Flooring ................................................................................... 2 09 91 00 Painting.......................................................................................................... 10 DIVISION 10 - SPECIALTIES 10 14 00 Signage .......................................................................................................... 4 10 28 00 Toilet, Bath, and Laundry Accessories ........................................................... 4 10 44 16 Fire Extinguishers .......................................................................................... 2 10 51 13 Metal Lockers ................................................................................................ 6 10 53 00 Prefinished Metal Canopy ............................................................................. 2

    DIVISION 11 - EQUIPMENT 11 11 19 Bulk Fluids System ......................................................................................... 8 11 11 26 Pressure Washer ........................................................................................... 2

  • St. Joseph's Ridge Satellite Shop La Crosse County Highway Department Ayres Project No. 23-1716.01

    Page 3 of 5

    Bid Package 2 TABLE OF CONTENTS

    November 30, 2020

    TABLE OF CONTENTS

    Title No. of Pages

    DIVISION 13 - SPECIAL CONSTRUCTION 13 34 19 Pre-Engineered Metal Building Systems ....................................................... 14 13 60 10 Salt Storage Dome Tensioned Fabric ............................................................ 10 DIVISION 21 - FIRE SUPPRESSION 21 05 00 Common Work Results for Fire Suppression ................................................ 11 21 05 29 Hangers and Supports for Fire Suppression Piping and Equipment ............. 6 21 10 00 Water-Based Fire-Suppression Systems........................................................ 14 DIVISION 22 - PLUMBING 22 05 00 Common Work Results for Plumbing ............................................................ 11 22 05 13 Common Motor Requirements for Plumbing Equipment ............................. 3 22 05 14 Plumbing Specialties ..................................................................................... 7 22 05 15 Piping Specialties ........................................................................................... 4 22 05 23 General Duty Valves for Plumbing Piping ..................................................... 6 22 05 29 Hangers and Supports for Plumbing Piping & Equipment ............................ 7 22 07 00 Plumbing Insulation ....................................................................................... 9 22 10 13 Facility Fuel Piping ......................................................................................... 6 22 11 00 Facility Water Distribution ............................................................................ 9 22 13 00 Facility Sanitary Sewerage ............................................................................. 7 22 14 00 Facility Storm Drainage ................................................................................. 8 22 15 13 General Service Compressed Air Piping ........................................................ 5 22 30 00 Plumbing Equipment ..................................................................................... 10 22 42 00 Commercial Plumbing Fixtures ..................................................................... 5 DIVISION 23 - HEATING, VENTILATING, AND AIR-CONDITIONING (HVAC) 23 05 00 Common Work Results for HVAC .................................................................. 18 23 05 11 Motor Starters ............................................................................................... 4 23 05 12 Disconnect Switches ...................................................................................... 2 23 05 13 Common Motor and Electrical Requirements for HVAC Equipment ............ 4 23 05 14 Variable Frequency Drives............................................................................. 6 23 05 15 Pipe Specialties .............................................................................................. 9 23 05 23 General Duty Valves for HVAC ...................................................................... 5 23 05 29 Hangers and Supports for HVAC Piping and Equipment ............................... 8 23 05 48 Vibration and Seismic Controls for HVAC Piping and Equipment ................. 6 23 05 93 Testing, Adjusting, and Balancing for HVAC .................................................. 7 23 07 00 HVAC Insulation ............................................................................................. 10 23 09 24 Direct Digital Control Systems for HVAC ....................................................... 15 23 09 25 Sequence of Operation for HVAC Controls ................................................... 6 23 21 13 Pipe and Pipe Fittings .................................................................................... 15 23 21 23 Pumps ............................................................................................................ 3 23 25 00 HVAC Water Treatment ................................................................................ 4 23 31 00 HVAC Ducts and Casings ................................................................................ 7 23 33 00 Air Duct Accessories ...................................................................................... 6 23 34 00 HVAC Fans ..................................................................................................... 4 23 37 13 Diffusers, Registers, and Grilles ..................................................................... 3

  • St. Joseph's Ridge Satellite Shop La Crosse County Highway Department Ayres Project No. 23-1716.01

    Page 4 of 5

    Bid Package 2 TABLE OF CONTENTS

    November 30, 2020

    TABLE OF CONTENTS

    Title No. of Pages

    DIVISION 23 - HEATING, VENTILATING, AND AIR-CONDITIONING (HVAC) (Continued) 23 51 00 Breechings, Chimneys, and Stacks ................................................................ 3 23 52 00 Primary Heating Equipment .......................................................................... 4 23 54 00 Gas Fired Heating Equipment ....................................................................... 5 23 72 00 Energy Recovery Equipment ......................................................................... 2 23 82 00 Heating and Cooling Terminal Units.............................................................. 4 23 83 16 Hydronic Radiant Floor Heating Systems ...................................................... 8 DIVISION 26 - ELECTRICAL 26 00 01 Electrical General Requirements ................................................................... 13 26 01 26 Testing Electrical System ............................................................................... 8 26 01 60 Electrical System Short-Circuit, Coordination and Arc Flash Studies ............ 4 26 05 19 Wire and Cable – 600 Volt and Below ........................................................... 6 26 05 26 Grounding and Bonding ................................................................................ 5 26 05 29 Supporting Devices ........................................................................................ 2 26 05 33 Raceways and Boxes ..................................................................................... 13 26 05 53 Electrical Identification .................................................................................. 4 26 10 16 Utility Services ............................................................................................... 3 26 12 19 Pad Mounted Transformer Service ............................................................... 2 26 24 16 Panelboards ................................................................................................... 5 26 27 26 Wiring Devices ............................................................................................... 7 26 28 16 Safety Switches, Circuit Breakers and Fuses ................................................. 4 26 32 00 Engine Generator Units (Diesel) .................................................................... 12 26 36 23 Automatic Transfer Switches ........................................................................ 3 26 43 02 Surge Protection Device for Panelboards Type 3 (Emergency Panels) ......... 3 26 51 14 Lighting Fixtures, LED Sources and Drivers ................................................... 7 DIVISION 28 - ELECTRONIC SAFETY AND SECURITY 28 31 00 Fire Alarm System ......................................................................................... 16 DIVISION 31 - EARTHWORK 31 05 10 Site Preparation ............................................................................................. 2 31 05 12 Temporary Environmental Controls .............................................................. 4 31 20 00 Earth Moving ................................................................................................. 8 31 32 35 Geotextile Stabilization Fabric ...................................................................... 2 DIVISION 32 - EXTERIOR IMPROVEMENTS 32 11 25 Select Crushed Material ................................................................................ 1 32 11 30 Aggregate Base Course.................................................................................. 2 32 12 16 Asphalt Paving ............................................................................................... 2 32 13 13 Concrete Paving ............................................................................................ 6 32 17 20 Pavement Markings....................................................................................... 1 32 31 11 Gate Operator ............................................................................................... 3 32 39 14 Pipe Guard Posts ........................................................................................... 1 32 92 00 Turf and Grasses ............................................................................................ 4

  • St. Joseph's Ridge Satellite Shop La Crosse County Highway Department Ayres Project No. 23-1716.01

    Page 5 of 5

    Bid Package 2 TABLE OF CONTENTS

    November 30, 2020

    TABLE OF CONTENTS

    Title No. of Pages

    DIVISION 33 - UTILITIES 33 11 05 Water Well System ........................................................................................ 6 33 31 16 Sanitary Service Piping .................................................................................. 3 33 34 05 On-Site Wastewater Treatment System ....................................................... 3 33 41 54 Pavement Drain Tile ...................................................................................... 2 33 42 12 Site Storm Sewer System .............................................................................. 5

    APPENDICES

    A QuestCDN On-Line Bidding User Guide .................................................................. 9 B Geotechnical Data .................................................................................................. 29

  • Page Intentionally Left Blank

  • Bidding Requirements

  • Page Intentionally Left Blank

  • St. Joseph's Ridge Satellite Shop La Crosse County Highway Department Ayres Project No. 23-1716.01

    Page 1 of 1

    Bid Package 2 ADVERTISEMENT FOR BIDS

    November 30, 2020

    ADVERTISEMENT FOR BIDS

    PROJECT: Bid Package 2 St. Joseph's Ridge Satellite Shop La Crosse County Highway Department

    BID DEADLINE: January 5, 2021 11:00 am, Local Time

    Sealed bids for the above project will be received by La Crosse County Highway Department until the Bid Deadline. Bids shall be submitted in electronic format through Quest vBid. Immediately after the Bid Deadline, bids will be publicly opened and read aloud at the La Crosse County Highway Department, 301 Carlson Road, West Salem, WI 54669. Capacity is limited to 15 people due to COVID.

    In general, the project consists of constructing an approximately 20,000 sq ft pre-engineered metal office and garage building, salt / sand shed, on-site water well and septic systems, concrete building aprons, and gravel basecourse for future asphalt pavements. The project also includes new turning and bypass lanes on STH 33.

    A mandatory pre-bid meeting to examine the project site will be held on December 18, 2020, at 11:00 a.m. Meet at the La Crosse County Highway Department, 301 Carlson Road, West Salem, WI 54669. Capacity is limited to 15 people due to COVID. Alternately, bidders can attend the pre-bid meeting virtually, via Microsoft Teams. Bidders and other interested parties may call the teleconference number: 715.318.5006, conference ID: 253 244 542#. Please contact Gareth Shambeau at [email protected] to get an invite to log in visually to the pre-bid meeting.

    A single prime bid will be received for the work.

    Bids must be accompanied by bid security in the amount of 10% of the maximum bid amount. Bid and bid security may not be withdrawn for a period of 45 days after the Bid Deadline. Bid security will be retained if the Bidder is awarded the Work and fails to execute the Agreement and furnish 100% Performance and Payment Bonds.

    Bidders who have not submitted qualifications to the Owner in the last 12 months shall submit a Statement of Bidder's Qualifications with their bid.

    Owner reserves the right to reject any or all bids and to waive informalities in any bid.

    Bidding documents may be examined at Builders Exchanges in Appleton, Eau Claire, La Crosse, Minneapolis, Rochester, and Wausau.

    Bidding documents may be obtained in PDF electronic format by download from the Quest Construction Data Network website, accessible via www.AyresAssociates.com by clicking on the "Bidding" link, for a non-refundable fee of $45.00.

    Published by authority of: La Crosse County Highway Department

    mailto:[email protected]://www.ayresassociates.com/

  • Page Intentionally Left Blank

  • St. Joseph's Ridge Satellite Shop La Crosse County Highway Department Ayres Project No. 23-1716.01

    Page 1 of 4

    Bid Package 2 INSTRUCTIONS TO BIDDERS

    November 30, 2020

    INSTRUCTIONS TO BIDDERS

    1. SUMMARY

    A. To submit a bid, the following documents must be completed and submitted using Quest vBid:

    1. Bid Form (uploaded in PDF format). 2. Quest vBid "Bid Worksheet" (completed online). 3. Bid Bond (uploaded in PDF format). 4. Statement of Bidder's Qualifications (uploaded in PDF format).

    2. PREPARATION OF BIDS

    A. Electronic Format Bids Through Quest vBid:

    1. To obtain bidding documents from QuestCDN and participate in electronic bidding through Quest vBid, bidder must have a QuestCDN account.

    2. From the QuestCDN project advertisement page, click on the "On-Line Bid" button to go to Quest vBid.

    3. A detailed description of the required steps to submit an online bid can be found in Appendix A of this Project Manual.

    B. Bids may be rejected for the following reasons: alterations or additions to any form, alternates not specified, incomplete bids, unbalanced prices, and irregularities of any kind. The term "unbalanced prices" shall mean the use of one or more unit prices that do not reflect the reasonable actual costs of labor, equipment, materials, profit, overhead costs, and indirect costs of the bidder for the item(s).

    3. FAX TRANSMISSION AND E-MAIL AND MAIL

    A. Fax transmission, e-mailing or mailing of Bid Form or required supporting documents to individual designated to receive bids will not be acceptable.

    4. WITHDRAWAL OR MODIFICATION OF BID

    A. Withdrawal of Bid: A bid may be withdrawn at any time prior to the Bid Deadline by clicking the "Unsubmit Bid" button at Quest vBid.

    B. Modification of Bid: If a bidder wishes to modify its bid prior to the Bid Deadline, bidder must withdraw its initial bid in the manner specified above and submit a new bid prior to the Bid Deadline.

    C. After the Bid Deadline, a bid may not be withdrawn or modified during the bid holding period specified in the Advertisement for Bids.

    5. BID SECURITY

    A. Form of Bid Security: Bid shall be accompanied by a scanned PDF copy of a bid bond. Upon request after the Bid Deadline, the apparent low bidder shall submit the original signed copy of the bid bond to Owner.

    B. Bid security shall be in the amount specified in the Advertisement for Bids made payable to Owner as a guarantee that the bidder will enter into a contract and furnish bonds. Bid bonds shall be executed by the bidder and by a surety corporation licensed to transact business in the state where the project is

  • St. Joseph's Ridge Satellite Shop La Crosse County Highway Department Ayres Project No. 23-1716.01

    Page 2 of 4

    Bid Package 2 INSTRUCTIONS TO BIDDERS

    November 30, 2020

    located. Bidders shall require Attorneys-in-fact who execute bid bonds to affix thereto a certified and current copy of their power of attorney.

    C. Bid security of the three lowest bidders will be released when the contract has been executed or, if no award has been made within the specified bid holding period, upon demand of the bidder at any time thereafter so long as bidder has not been notified of acceptance of its bid. All other bid securities will be released within 10 days after the opening of bids.

    6. LIQUIDATED DAMAGES FOR FAILURE TO ENTER INTO CONTRACT

    A. The successful bidder, upon failure or refusal to execute and deliver the contract and bonds required within 10 days after receiving Notice of Award, shall forfeit the bid security to Owner as liquidated damages for such failure or refusal.

    7. QUALIFICATIONS OF BIDDER

    A. A bidder who has not submitted qualifications to the Owner for similar work within 12 months previous to the Bid Deadline shall submit a Statement of Bidder’s Qualifications to the Owner with its bid on the form contained in this Project Manual (or a similar form containing the same information).

    B. Before the award of any contract, the Owner shall be satisfied that the bidder, (a) maintains a permanent place of business, (b) has adequate equipment to do the work properly and expeditiously, (c) has a suitable financial status to meet obligations incident to the work, (d) has appropriate technical experience, and (e) has satisfactorily completed contracts of similar nature and magnitude.

    8. ADDENDA AND INTERPRETATIONS

    A. No binding interpretation of the meaning or intent of the drawings, specifications, or other bidding documents will be made to any bidder orally. Requests for such interpretation shall be made to Ayres Associates in writing. Requests received less than 7 days prior to the Bid Deadline may not be answered. Interpretations or clarifications considered necessary by A/E in response to such requests will be issued by addenda mailed or delivered to all parties recorded by A/E as having received the bidding documents. All addenda so issued shall become part of the bidding documents and shall be acknowledged with the bid. Failure of any bidder to receive any such addendum or interpretation shall not relieve such bidder from any obligation under this bid as submitted.

    9. SUBSTITUTIONS (BID PHASE)

    A. Bids shall be based on those products, materials, and equipment specified or described in the bidding documents, or those substitute or "or equal" items approved by addendum.

    B. Products, materials, and equipment identified in the bidding documents by reference to a manufacturer's name, catalog number, or model are identified for the purpose of establishing a standard of type, function, appearance, and quality. Bidders desiring to submit bids for manufacturers or products not previously named shall submit a substitution request for approval not later than 10 days prior to the Bid Deadline.

    C. Requests for substitution of alternate products or use of "or equal" items shall be submitted with complete references to manufacturer's product identification and specification data indicating composition, guarantee, availability, applicable standards or agency approvals met or exceeded, restrictions imposed on product, and manufacturer's recommended method of application or installation. A substitution or an "or equal" item will be considered acceptable if the product will perform adequately the duties imposed by the general design and, in the opinion of the A/E, is of equal

  • St. Joseph's Ridge Satellite Shop La Crosse County Highway Department Ayres Project No. 23-1716.01

    Page 3 of 4

    Bid Package 2 INSTRUCTIONS TO BIDDERS

    November 30, 2020

    substance, quality, appearance, and function, unless the named item is necessary for interchangeability or if the named product has been demonstrated to be most cost-effective. If approved by addendum, the requested substitution or "or equal" item may be included in the Contract Bid amount.

    10. ALTERNATE BIDS

    A. If alternate bids are requested, bidder shall state the amount to be added to or deducted from the base bid for making the changes required under each alternate. The stated amount shall include all incidental work and adjustments as may be necessary or required to fully complete the alternate work. If there is no price change, the bidder shall state "NO CHANGE."

    11. LIST OF SUBCONTRACTORS

    A. Bidders are required to submit, with the Bid Form, a list of subcontractors. Failure to complete this list may be considered cause to recommend rejection of the bid.

    B. Bidders are specifically advised that any person, firm or other party to whom it is proposed to award a subcontract under this contract must be acceptable to Owner. If Owner, after due investigation, has reasonable objection to any proposed subcontractor or supplier, Owner may, before the Notice of Award is given, request apparent successful bidder to submit a substitute without an increase in the bid. If apparent successful bidder declines to make any such substitution, Owner may award the Contract to the next lowest bidder that proposes to use acceptable subcontractors and suppliers. Declining to make requested substitutions will not constitute grounds for forfeiture of the bid security of any bidder.

    12. AWARD OF CONTRACT

    A. A single prime contract will be awarded on the basis of lowest responsible, responsive base bid amount, or combination of base and alternate bid amounts, in the Owner's best interests.

    B. The Owner reserves the right to reject any or all bids, including bids which, in the opinion of Owner, are excessive or not sufficient to properly carry out the work. The Owner reserves the right to reject the bid of bidders who have previously failed to properly perform or complete on time contracts of similar nature.

    C. Bidder shall, if awarded a contract, deliver executed agreement forms within 10 days of the date of the Notice of Award, including satisfactory bonds which shall remain in effect for one year after acceptance of the work and component parts by the Owner. Said bonds shall be 100% Performance Bond and 100% Labor and Material Payment Bond in the amount of Bid and on forms furnished by Owner.

    13. GEOTECHNICAL DATA

    A. Subsurface investigations have been performed pertaining to this project site. A copy of the geotechnical report is contained in Appendix B of this Project Manual.

    B. The cover page to the geotechnical report indicates the extent to which information on existing physical conditions can be relied upon for bidding purposes.

    14. PRE-BID MEETING

    A. A pre-bid meeting will be held at the place and time indicated in the Advertisement for Bids. Representatives of Owner and A/E will be present to discuss the project. A/E will transmit to all bidding

  • St. Joseph's Ridge Satellite Shop La Crosse County Highway Department Ayres Project No. 23-1716.01

    Page 4 of 4

    Bid Package 2 INSTRUCTIONS TO BIDDERS

    November 30, 2020

    document holders of record such Addenda as A/E considers necessary in response to questions arising at the meeting.

    B. This meeting is mandatory for all prime bidders. Failure to attend the pre-bid meeting will be considered sufficient grounds for rejection of a bid.

  • St. Joseph's Ridge Satellite Shop La Crosse County Highway Department Ayres Project No. 23-1716.01

    Page 1 of 4

    Bid Package 2 BID FORM

    November 30, 2020

    BID FORM

    PROJECT: Bid Package 2 St. Joseph's Ridge Satellite Shop La Crosse County Highway Department

    BID DEADLINE: January 5, 2021 11:00 am, Local Time

    To: La Crosse County Highway Department

    We __________________________________________________________________ (Name of Bidder) acknowledge that we have received the Contract Documents, prepared by Ayres Associates and dated November 30, 2020, that are listed in the Project Manual Table of Contents and Drawing Sheet Index. We hereby agree to provide all labor, materials, equipment, and services required to complete the work in strict accordance with the Contract Documents for the following stated amount(s).

    BID SCHEDULE

    [Submit prices by completing the online Quest vBid "Bid Worksheet".]

    BID SECURITY

    Accompanying this bid is bid security payable to Owner in the form stipulated in the Instructions to Bidders, which is at least 10% of the maximum bid amount, and will be retained by Owner as liquidated damages if the undersigned fails to execute agreements and furnish bonds within 10 days after Notice of Award.

    WITHDRAWAL OF BID

    It is agreed that this bid and bid security may not be withdrawn for a period of 45 days after the Bid Deadline.

  • Page Intentionally Left Blank

  • St. Joseph's Ridge Satellite Shop La Crosse County Highway Department Ayres Project No. 23-1716.01

    Page 2 of 4

    Bid Package 2 BID FORM

    November 30, 2020

    TIME OF COMPLETION

    The undersigned agrees, if awarded the contract, to start work within 10 calendar days after "Notice to Proceed" and to:

    1. Substantially complete the work within 300 calendar days after proceeding. 2. Have the work completed and ready for final payment within 360 calendar days after

    proceeding.

    Failure to substantially complete the work within the stated time will result in liquidated damages of $5,500 per calendar day thereafter until substantial completion.

    BIDDER'S WARRANTY

    By the act of submitting a bid for the proposed work, the bidder warrants that:

    1. Bidder and its subcontractors have carefully and thoroughly reviewed the Contract Documents and have found them complete, free of ambiguities, and sufficient for the purpose intended; further that,

    2. Bidder and all workers, employees, and subcontractors are skilled and experienced in the type of work represented by the Contract Documents; further that,

    3. Bid is based solely upon the Contract Documents and properly issued written addenda and not upon any other representation; further that,

    4. Bidder has carefully examined the site of the work and from its investigations is satisfied as to the nature and location of work, the character, quality, quantities of materials, and difficulties to be encountered, the kind and extent of equipment and other facilities needed for performance of the work, the general and local conditions, and other items which may, in any way, affect the work or its performance; and further that,

    5. Neither the bidder nor its employees, agents, prospective suppliers, or subcontractors have relied upon any verbal representations allegedly authorized or unauthorized from the Owner, its employees or agents, including architects, engineers, and consultants, in assembling the bid.

  • Page Intentionally Left Blank

  • St. Joseph's Ridge Satellite Shop La Crosse County Highway Department Ayres Project No. 23-1716.01

    Page 3 of 4

    Bid Package 2 BID FORM

    November 30, 2020

    LIST OF SUBCONTRACTORS

    The following is a list of subcontractors whose bids were used in this bid. It is agreed that after submission of this list, no change may be made in subcontractors as listed without submitting change for Owner review in accordance with the conditions of the contract. If there are no subcontractors, state "None."

    Subcontract: Subcontractor:

  • Page Intentionally Left Blank

  • St. Joseph's Ridge Satellite Shop La Crosse County Highway Department Ayres Project No. 23-1716.01

    Page 4 of 4

    Bid Package 2 BID FORM

    November 30, 2020

    ADDENDA

    The undersigned acknowledges receipt of addenda ___________ to ___________ inclusive.

    ORGANIZATION AND AUTHORITY

    The undersigned hereby certifies that the bidder is organized as indicated below and that all statements herein are made on behalf of such bidder.

    Business Name ___________________________________________________

    Business Address _______________________________________________

    _______________________________________________

    Telephone Number _______________________________________________

    E-Mail Address _______________________________________________

    State Contractor Registration/License No. (if applicable) __________________

    (Complete applicable paragraph 1, 2, 3, or 4.)

    1. Corporation. Bidder is a corporation organized under the laws of the state of ________________. Its corporate president is ___________________________________ and its corporate secretary is ___________________________________. The __________________________ is authorized to submit bids and sign construction contracts for the bidder by action of the board of directors.

    2. Limited Liability Corporation. Bidder is a limited liability corporation organized under the laws of the state of ________________. Its members are _______________________________________ _________________________________________________. The __________________________ is authorized to submit bids and sign construction contracts for the bidder.

    3. Partnership. Bidder is a partnership consisting of partners ________________________________ ______________________________________ and ______________________________________.

    4. Sole Trader. Bidder is an individual doing business as ____________________________________ ________________________________________________________________________________.

    SWORN STATEMENT

    I, being duly sworn, hereby certify that I have examined and carefully prepared this bid from the Contract Documents and have checked the same in detail before submitting this bid; that I have full authority to make such statements and submit this bid on behalf of the above bidder; and that said statements are true and correct.

    Signature _______________________________________________________

    Name and Title ___________________________________________________

    (Seal, if bid is by a corporation) Subscribed and sworn to before me this ________________________

    day of _________________________________, 20 _______________

    _____________________________________________ Notary Public

    __________________________ County, ________________________

    My Commission expires _____________________________________

  • Page Intentionally Left Blank

  • BID PACKAGE 2ST. JOSEPH'S RIDGE SATELLITE SHOP

    LA CROSSE COUNTY HIGHWAY DEPARTMENT

    LINE ITEM APPROX. UNITITEM CODE DESCRIPTION UNIT QUANTITY PRICE EXTENSION

    Base Bid

    1 1 Total Bid Amount for the Base Bid Work L.S. 1

    Alternate Bid No. 1

    2 2

    For furnishing and installing in-floor heating for entire office and garage building (versus base bid of in-floor heating for wash bay only), add/deduct* L.S. 1

    *Choose One

    BID SCHEDULE

    NAME OF BIDDER:

    Page 1 of 1

  • Page Intentionally Left Blank

  • St. Joseph's Ridge Satellite Shop La Crosse County Highway Department Ayres Project No. 23-1716.01

    Page 1 of 1

    Bid Package 2 BID BOND

    November 30, 2020

    BID BOND

    PART 1 GENERAL

    1.01 BID BOND

    A. Bid Bond shall be executed on American Institute of Architects Document A310 “Bid Bond” (or equivalent), which is incorporated herein by reference.

    1. Copies of this document may be purchased from:

    a. AIA Wisconsin, 321 S. Hamilton Street, Madison, Wisconsin 53703-4000.

    1) Phone: (608) 257-8477. 2) Web: www.aiaw.org.

    b. AIA Minnesota, 105 5th Ave South, Suite 485, Minneapolis, MN 55401.

    1) Phone: (612) 338-6763. 2) Web: www.aia-mn.org.

    PART 2 (NOT USED)

    PART 3 (NOT USED)

    END OF SECTION

    http://www.aiaw.org/http://www.aia-mn.org/

  • Page Intentionally Left Blank

  • St. Joseph's Ridge Satellite Shop La Crosse County Highway Department Ayres Project No. 23-1716.01

    Page 1 of 4

    Bid Package 2 STATEMENT OF BIDDER'S QUALIFICATIONS

    November 30, 2020

    STATEMENT OF BIDDER'S QUALIFICATIONS

    To: ___________________________________ Project: ___________________________________

    Date: ___________________________________ ___________________________________

    The following experience record, as of date shown, shall be submitted to the Owner with the bid. All questions shall be answered fully. Bidders who have qualified to bid on other projects for this Owner within the last 12 months need not resubmit this form unless specifically requested by the Owner. The contents of this form will be considered confidential to the extent allowed by applicable laws and regulations.

    Name of Bidder: ____________________________________________________________________

    Business Address: ___________________________________________________________________ Street ___________________________________________________________________ City State Zip Code

    1. Number of years in business as a Contractor under the present:

    Business Name __________________________________________________________________

    As Principal Contractor _______________ As a Sub-Contractor ____________________________

    2. Class of work you are equipped to perform: ___________________________________________

    3. Class of work you usually sublet: ____________________________________________________

    4. Have any members of your concern ever operated under any other business name?

    __________. If so, give details: ____________________________________________________

    _______________________________________________________________________________

    5. Have you ever failed to qualify as a responsible bidder? _________ If so, give details:

    _______________________________________________________________________________

    _______________________________________________________________________________

    6. Have you ever refused to enter into a contract after the award is made to you?

    __________. If so, give details: ____________________________________________________

    _______________________________________________________________________________

    7. Have you ever failed to complete any work? _______________. If so, give details:

    _______________________________________________________________________________

    _______________________________________________________________________________

    8. Has any surety or financial institution ever experienced loss on your concern?

    __________. If so, give details: ____________________________________________________

    _______________________________________________________________________________

  • St. Joseph's Ridge Satellite Shop La Crosse County Highway Department Ayres Project No. 23-1716.01

    Page 2 of 4

    Bid Package 2 STATEMENT OF BIDDER'S QUALIFICATIONS

    November 30, 2020

    9. Give name, address, and telephone number of Owner; type of work; and the contract amount of at least three projects completed in the last three years:

    Owner Type of Contract Name, Address, Telephone No. Work Amount

    _______________________________________________ _________________ $ __________

    _______________________________________________ _________________ $ __________

    _______________________________________________ _________________ $ __________

    10. Give name, address, and telephone number of Owner; type of work; and the contract amount of projects now in process of construction:

    Owner Type of Contract Name, Address, Telephone No. Work Amount

    _______________________________________________ _________________ $ __________

    _______________________________________________ _________________ $ __________

    _______________________________________________ _________________ $ __________

    _______________________________________________ _________________ $ __________

    _______________________________________________ _________________ $ __________

    11. Indicate your experience in the construction of work similar to this project (if not demonstrated by Questions 9 and 10, above):

    _______________________________________________________________________________

    _______________________________________________________________________________

    _______________________________________________________________________________

    12. Give construction experience of principal individuals of your organization:

    Years of Size and Type Name Position Experience of Work

    _________________ _____________ _________ _______________________________

    _________________ _____________ _________ _______________________________

    _________________ _____________ _________ _______________________________

    _________________ _____________ _________ _______________________________

    _________________ _____________ _________ _______________________________

    13. Attach a list of your major equipment pertinent to this project.

  • St. Joseph's Ridge Satellite Shop La Crosse County Highway Department Ayres Project No. 23-1716.01

    Page 3 of 4

    Bid Package 2 STATEMENT OF BIDDER'S QUALIFICATIONS

    November 30, 2020

    14. Are there any judgments, suits, or claims pending against you? _________ If so, give details:

    _______________________________________________________________________________

    15. Does your organization operate as a corporation, partnership, or individual? ________________

    _______________________________________________________________________________

    A. If a corporation, when incorporated: ____________________________________________

    In which state incorporated: ___________________________________________________

    List name, title, and address of all officers:

    Name Title Address

    __________________ ___________________ _______________________________

    __________________ ___________________ _______________________________

    __________________ ___________________ _______________________________

    __________________ ___________________ _______________________________

    __________________ ___________________ _______________________________

    B. If a partnership, date of organization: ___________________________________________

    General, Limited, or Associated? _______________________________________________

    List name, address, and proportional interest of parties:

    Proportional Name Address Interest

    __________________ ____________________________________ _______________

    __________________ ____________________________________ _______________

    __________________ ____________________________________ _______________

    __________________ ____________________________________ _______________

    __________________ ____________________________________ _______________

    16. If requested prior to award of contract, provide to the Owner an accurate, up-to-date, condensed financial statement of the corporation, partnership, or individual.

  • St. Joseph's Ridge Satellite Shop La Crosse County Highway Department Ayres Project No. 23-1716.01

    Page 4 of 4

    Bid Package 2 STATEMENT OF BIDDER'S QUALIFICATIONS

    November 30, 2020

    The undersigned hereby declares and certifies that the foregoing is a true statement of the experience and condition of the organization, therein first given and that any agency or individual herein named authorized to supply any information as may be deemed necessary to verify this statement.

    Signed ____________________________________________________

    Title _____________________________________________________

    Subscribed and sworn to before me this _________________________

    day of __________________________________, 20 _______________

    ______________________________________________ Notary Public

    _________________________ County, _________________________

    My Commission expires ______________________________________

  • Contracting Requirements

  • Page Intentionally Left Blank

  • St. Joseph's Ridge Satellite Shop La Crosse County Highway Department Ayres Project No. 23-1716.01

    Page 1 of 1

    Bid Package 2 AGREEMENT FORM November 30, 2020

    AGREEMENT FORM

    PART 1 GENERAL

    1.01 AGREEMENT FORM

    A. Written Agreement will be executed on American Institute of Architects Document A101 – 2017 “Standard Form of Agreement Between Owner and Contractor where the basis of payment is a Stipulated Sum”, which is incorporated herein by reference.

    1. Copies of this document may be purchased from:

    a. AIA Wisconsin, 321 S. Hamilton Street, Madison, Wisconsin 53703-4000.

    1) Phone: (608) 257-8477. 2) Web: www.aiaw.org.

    b. AIA Minnesota, 105 5th Ave South, Suite 485, Minneapolis, MN 55401.

    1) Phone: (612) 338-6763. 2) Web: www.aia-mn.org.

    PART 2 (NOT USED)

    PART 3 (NOT USED)

    END OF SECTION

    http://www.aiaw.org/http://www.aia-mn.org/

  • Page Intentionally Left Blank

  • St. Joseph's Ridge Satellite Shop La Crosse County Highway Department Ayres Project No. 23-1716.01

    Page 1 of 1

    Bid Package 2 PERFORMANCE AND PAYMENT BOND

    November 30, 2020

    PERFORMANCE BOND AND PAYMENT BOND

    PART 1 GENERAL

    1.01 PERFORMANCE BOND AND PAYMENT BOND

    A. Performance and Payment Bonds shall be executed on American Institute of Architects Document A312 “Performance Bond” and "Payment Bond", which is incorporated herein by reference.

    1. Copies of this document may be purchased from:

    a. AIA Wisconsin, 321 S. Hamilton Street, Madison, Wisconsin 53703-4000.

    1) Phone: (608) 257-8477. 2) Web: www.aiaw.org.

    b. AIA Minnesota, 105 5th Ave South, Suite 485, Minneapolis, MN 55401.

    1) Phone: (612) 338-6763. 2) Web: www.aia-mn.org.

    PART 2 (NOT USED)

    PART 3 (NOT USED)

    END OF SECTION

    http://www.aiaw.org/http://www.aia-mn.org/

  • Page Intentionally Left Blank

  • St. Joseph's Ridge Satellite Shop La Crosse County Highway Department Ayres Project No. 23-1716.01

    Page 1 of 1

    Bid Package 2 GENERAL CONDITIONS

    November 30, 2020

    GENERAL CONDITIONS

    PART 1 GENERAL

    1.01 GENERAL CONDITIONS

    A. American Institute of Architects Document A201 – 2017 “Standard General Conditions of the Contract for Construction” is hereby made a part of this Project Manual and is incorporated herein by reference.

    1. Copies of this document may be purchased from:

    a. AIA Wisconsin, 321 S. Hamilton Street, Madison, Wisconsin 53703-4000.

    1) Phone: (608) 257-8477. 2) Web: www.aiaw.org.

    b. AIA Minnesota, 105 5th Ave South, Suite 485, Minneapolis, MN 55401.

    1) Phone: (612) 338-6763. 2) Web: www.aia-mn.org.

    1.02 RELATED SECTIONS

    A. Supplementary Conditions.

    PART 2 (NOT USED)

    PART 3 (NOT USED)

    END OF SECTION

    http://www.aiaw.org/http://www.aia-mn.org/

  • Page Intentionally Left Blank

  • St. Joseph's Ridge Satellite Shop La Crosse County Highway Department Ayres Project No. 23-1716.01

    00 73 11 - 1

    Bid Package 2 SUPPLEMENTARY CONDITIONS

    November 30, 2020

    SUPPLEMENTARY CONDITIONS

    PART 1 GENERAL

    1.01 GENERAL

    A. The following supplements modify AIA Document A201-2017, General Conditions of the Contract for Construction, and other Contract Documents as specifically indicated. Where a portion of the General Conditions is modified or deleted by these Supplementary Conditions, the unaltered provisions of the General Conditions shall remain in effect.

    1.02 NOTICE

    A. Amend Section 1.6.1 to indicate that written notice under this Contract shall be served in person, by mail, by courier, or by electronic transmission.

    1.03 CONSTRUCTION PROCEDURES

    A. Add the following to Section 3.3.1:

    3.3.1.1 If Contract Documents give specific instructions on construction procedures, Contractor shall (1) review any such construction or installation procedure (including those recommended by manufacturers); (2) advise Architect (a) if procedure deviates from good construction practice, (b) if following procedure will affect any warranties, including Contractor's general warranty, or (c) of any objections Contractor may have to procedure; and (3) propose any alternate procedure which Contractor will warrant.

    1.04 SUBCONTRACTORS AND SUPPLIERS

    A. Add the following to Section 5.2:

    5.2.5 In accordance with Wis. Stats., s. 779.14, Contractor agrees, to the extent practicable, to maintain a list of all subcontractors and suppliers performing labor or furnishing materials to Contractor for the project.

    1.05 PAYMENTS AND COMPLETION

    A. In the first sentence of Section 9.3.1, change "ten days" to "thirty days."

    B. Add the following to Section 9.3.1:

    9.3.1.3 The form of Application for Payment shall be AIA Document G702, Application and Certificate for Payment, supported by AIA Document G703, Continuation Sheet.

    9.3.1.4 Provided an Application for Payment is received by the Architect not later than the first day of the month, the Owner shall make payment to the Contractor not later than the first day of the following month. If an Application for Payment is received by the Architect after the application date fixed above, payment will be made by the Owner not later than sixty days after the Architect receives the Application for Payment.

    9.3.1.5 Retainage shall be accumulated at 5% of the value of the Work completed, and 5% of the value of materials and equipment delivered and suitably stored, until 50% completion. At 50% completion, no additional amounts shall be retained unless Architect

  • St. Joseph's Ridge Satellite Shop La Crosse County Highway Department Ayres Project No. 23-1716.01

    00 73 11 - 2

    Bid Package 2 SUPPLEMENTARY CONDITIONS

    November 30, 2020

    certifies that the Work is not proceeding satisfactorily, but amounts previously retained shall not be paid to Contractor. At 50% completion or any time thereafter when the progress of the Work is not satisfactory, additional amounts may be retained but in no event shall total retainage be more than 10% of the value of the Work completed and materials and equipment delivered and suitably stored.

    C. Delete the last two sentences of Section 9.8.5 and substitute the following:

    Upon acceptance of Certificate of Substantial Completion by Owner and Contractor, payments shall be increased to 98% of the Contract Sum (i.e. retainage will be reduced to 2% of the Contract Sum), less an allowance for incomplete Work and other amounts that may be withheld in accordance with the General Conditions.

    1.06 CONTRACTOR'S REQUIRED INSURANCE COVERAGE

    A. Add the following to Section A.3.2 Contractor's Required Insurance Coverage of AIA A101, Standard Form of Agreement Between Owner and Contractor where the basis of payment is a Stipulated Sum, Exhibit A, Insurance and Bonds:

    1. Commercial General Liability Insurance: Under Section A.3.2.2.1 of the Agreement, provide policy limits of not less than:

    a. Each Occurrence: $ 1,000,000 b. General Aggregate: $ 2,000,000 c. Products-Completed Operations Aggregate: $ 2,000,000

    2. Automobile Liability Insurance: Under Section A.3.2.3 of the Agreement, provide policy limit of not less than:

    a. Bodily Injury and Property Damage, Combined Single Limit: $ 1,000,000

    3. Umbrella or Excess Liability Insurance: Delete existing paragraph A3.2.4 of the Agreement and replace it with the following:

    §A.3.2.4 Contractor shall purchase and maintain umbrella or excess liability insurance

    written over the underlying employer’s liability, commercial general liability, and automobile liability insurance described in the paragraphs above and below. Subject to industry-standard exclusions, the coverage afforded shall follow form as to each and every one of the underlying policies. Provide policy limits of not less than:

    a. Each Occurrence $ 10,000,000 b. General Aggregate: $ 10,000,000

    4. Workers' Compensation Insurance: Under Sections A.3.2.5 and A.3.2.6 of the Agreement, provide policy limits of not less than:

    a. State and Applicable Federal: Statutory b. Employer's Liability:

    1) Per Accident: $ 500,000 2) Disease, Each Employee: $ 500,000 3) Disease, Policy Limit: $ 1,000,000

  • St. Joseph's Ridge Satellite Shop La Crosse County Highway Department Ayres Project No. 23-1716.01

    00 73 11 - 3

    Bid Package 2 SUPPLEMENTARY CONDITIONS

    November 30, 2020

    5. Professional Liability Insurance: This insurance is not required. 6. Pollution Liability Insurance: This insurance is not required. 7. Maritime Liability Insurance: This insurance is not required unless the work requires

    maritime activities. 8. Manned or Unmanned Aircraft Liability Insurance: This insurance is not required

    unless the work requires aircraft activities. 9. Additional Insureds: Under Section A.3.1.3 of the Agreement, additional insureds to

    be listed on Contractor's Commercial General Liability policy with respect to the work to be performed (subject to customary exclusion for professional liability) are as follows. The insurance afforded the additional insureds under Contractor's liability policy shall provide primary coverage for all claims covered thereby.

    a. Owner: La Crosse County Highway Department b. Architect: Barrientos Design & Consulting, Inc. c. Other: Ayres Associates Inc

    1.07 CONTRACTOR'S OTHER INSURANCE COVERAGE

    A. Add the following to Section A.3.3 Contractor's Other Insurance Coverage of AIA A101, Standard Form of Agreement Between Owner and Contractor where the basis of payment is a Stipulated Sum, Exhibit A, Insurance and Bonds:

    1. Property Insurance: Contractor is not required to provide this insurance. It will be provided by Owner in accordance with Section A.2.3 of the Agreement.

    2. Insurance for physical damage to property while it is in storage and in transit to the construction site is not required.

    3. Property insurance covering property owned by Contractor and used on the project is not required.

    1.08 CERTIFICATES OF INSURANCE

    A. Add the following to Section A.3.1.1 Certificates of Insurance of AIA A101, Standard Form of Agreement Between Owner and Contractor where the basis of payment is a Stipulated Sum, Exhibit A, Insurance and Bonds:

    1. Certificates of Insurance acceptable to the Owner shall be filed with the Owner prior to commencement of the Work and at other times as specified in Section A.3.1.1 of the Agreement. These Certificates and the insurance policies provided by the Contractor shall contain a provision that coverages afforded under the policies will not be canceled, materially changed, or allowed to expire until at least 10 days prior written notice has been given to the Owner.

    1.09 PERFORMANCE AND PAYMENT BONDS

    A. Add the following to Section 11.1.2:

    11.1.2.1 Bonds shall be executed by such sureties as are named in the current list of "Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Financial Management Service, Surety Bond Branch, U.S. Department of the Treasury. All Bonds signed by an agent must be accompanied by a certified copy of such agent's authority to act.

  • St. Joseph's Ridge Satellite Shop La Crosse County Highway Department Ayres Project No. 23-1716.01

    00 73 11 - 4

    Bid Package 2 SUPPLEMENTARY CONDITIONS

    November 30, 2020

    B. Add the following to Section 11.1.2:

    11.1.2.2 The performance and payment bonds furnished for the project are for a public improvement contract. The bonds shall be construed to comply with s. 779.14, Wis. Stats, s. 779.14.

    1.10 TERMINATION BY THE OWNER FOR CONVENIENCE

    A. Revise Section 14.4.3 to read as follows:

    14.4.3 In case of such termination for the Owner’s convenience, the Owner shall pay the Contractor for (without duplication of any items):

    1. completed and acceptable Work executed in accordance with the Contract Documents prior to the effective date of termination, including fair and reasonable sums for overhead and profit on such Work;

    2. expenses sustained prior to the effective date of the termination in performing services and furnishing labor materials or equipment as required by the Contract Documents in connection with uncompleted Work, plus fair and reasonable sums for overhead and profit on such expenses; and

    3. other reasonable expenses directly attributable to termination, including costs incurred to prepare a termination for convenience cost proposal.

    Contractor shall not be paid on account of loss of anticipated overhead, profits, or revenue, or other economic loss arising out of or resulting from such termination.

    1.11 BINDING DISPUTE RESOLUTION

    A. Delete Section 15.4 Arbitration. For any Claim subject to, by not resolved by, mediation pursuant to Section 15.3, the method of binding dispute resolution shall be litigation in a court of competent jurisdiction.

    1.12 NONRESIDENT CONTRACTORS

    A. The State of Wisconsin requires nonresident persons, whether incorporated or not, engaging in construction contracting in the State as a contractor or subcontractor to file a surety bond with the Wis. Dept. of Revenue or (if approved) a cash deposit with the Wis. Dept. of Administration to guarantee the payment of certain taxes. The bond or deposit is required where the amount of the contract or subcontract (or the aggregate amount of two or more contracts or subcontracts in one year) is $50,000 or more. The bond or deposit must be filed within 60 days after construction is begun. Refer to Wis. Stats., s. 71.80(16), for complete requirements.

    B. Nonresident contractors and subcontractors are responsible for making their own arrangements to meet this requirement.

  • St. Joseph's Ridge Satellite Shop La Crosse County Highway Department Ayres Project No. 23-1716.01

    00 73 11 - 5

    Bid Package 2 SUPPLEMENTARY CONDITIONS

    November 30, 2020

    PART 2 (NOT USED)

    PART 3 (NOT USED)

    END OF SECTION

  • Page Intentionally Left Blank

  • Specifications

  • Page Intentionally Left Blank

  • St. Joseph's Ridge Satellite Shop La Crosse County Highway Department Ayres Project No. 23-1716.01

    01 10 00 - 1

    Bid Package 2 SUMMARY

    November 30, 2020

    SECTION 01 10 00

    SUMMARY

    PART 1 GENERAL

    1.01 PROJECT DESCRIPTION

    A. In general, the project consists of construction of:

    1. An approximate 20,000 sq ft pre-engineered metal office and garage building. 2. Salt / sand shed. 3. On-site water well and septic systems. 4. Concrete building aprons, and gravel basecourse for future asphalt pavements. 5. Turing and bypass lanes on STH 33.

    B. An alternate bid is being taken for:

    1. Furnishing and installing in-floor heating for the entire office and garage building, rather than only in the wash bay as required under the Base Bid. See Section 23 83 16 and the Mechanical Drawings.

    1.02 WORK BY OTHERS

    A. Bid Package 1, involving grading and preparation of the 16-acre project site, was completed in 2019. This completed work appears as existing conditions on the Drawings.

    1.03 CONTRACTOR USE OF SITE

    A. Limit construction operations to areas indicated on the Drawings. Do not disturb areas beyond the limits or not part of the required construction and, if disturbed, restore to original conditions or better.

    1.04 WORK HOURS

    A. Work shall be conducted between the hours of 7:00 a.m. to 6:00 p.m. on normal work days, unless approved for unusual circumstances.

    B. Give written notice to A/E whenever it is desired to perform work at night, or on a Saturday, Sunday, or holiday, or to vary period of hours during which work is carried on each day. If approved, such work shall be subject to requirements furnished in writing by A/E, and no extra compensation will be allowed.

    1.05 PERMITS AND CODES

    A. Owner will obtain the following permits, licenses, and approvals:

    1. DSPS building plan approval. 2. WDNR construction site storm water discharge permit (see Section 01 57 19). 3. WisDOT permit to work within STH 33 right-of-way.

    B. Contractor shall comply with the requirements of the above permits, licenses, and approvals. If a copy of a permit, license, or approval is not available for review prior to the

  • St. Joseph's Ridge Satellite Shop La Crosse County Highway Department Ayres Project No. 23-1716.01

    01 10 00 - 2

    Bid Package 2 SUMMARY

    November 30, 2020

    Bid Deadline, and if it contains a requirement not covered by the Contract Documents, such a requirement will be considered extra work if Contractor makes a claim under the terms of the General Conditions. Work shall not begin on items applicable to the above until the required permit, license, or approval is received.

    C. Contractor shall provide all other necessary permits and licenses and pay all fees, taxes, and royalties, unless otherwise indicated.

    D. Comply with local and municipal ordinances and applicable state and national codes.

    1.06 SPECIFICATION CONVENTIONS

    A. Specification requirements are to be performed by Contractor unless specifically stated otherwise.

    B. Conditions of the Contract (Division 00) and Sections in Division 01 – General Requirements apply to the work of all Sections of the Specifications.

    C. Where reference is made to an industry standard, the reference shall be to the standard in effect at time bids are due, unless otherwise noted.

    1.07 DEFINITIONS

    A. The term "furnish" is used to mean supply and deliver to the project site, ready for use or installation and in usable or operable condition.

    B. The term "install" is used to mean to put into use or place in final position, complete and ready for intended use.

    C. The term "provide" means to furnish and install, complete and ready for the intended use.

    D. The term "working days" shall exclude weekends (Saturday and Sunday) and holidays.

    E. References to "WDNR" shall mean Wisconsin Department of Natural Resources.

    F. References to "WisDOT Std. Spec." shall mean Wisconsin Department of Transportation, Standard Specifications for Highway and Structure Construction, latest edition.

    G. References to "A/E", "Architect", or "Engineer" shall mean Ayres Associates.

    H. References to "Owner" shall mean La Crosse County Highway Department.

    PART 2 (NOT USED)

    PART 3 (NOT USED)

    END OF SECTION

  • St. Joseph's Ridge Satellite Shop La Crosse County Highway Department Ayres Project No. 23-1716.01

    01 30 00 - 1

    Bid Package 2 ADMINISTRATIVE REQUIREMENTS

    November 30, 2020

    SECTION 01 30 00

    ADMINISTRATIVE REQUIREMENTS

    PART 1 GENERAL

    1.01 SUMMARY

    A. This Section includes Contractor's responsibilities for managing and coordinating the Work, including, but not limited to, the following:

    1. Construction scheduling. 2. Construction coordination. 3. Project meetings.

    1.02 RELATED SECTIONS

    01 33 00 Submittal Procedures. 01 77 00 Closeout Procedures.

    1.03 CONSTRUCTION SCHEDULE

    A. Prior to or at preconstruction conference, submit a proposed schedule of operations in one of the following formats:

    1. PDF electronic file. 2. Two paper copies.

    B. Coordinate activities of the various trades for orderly completion of the work.

    C. After acceptance of construction schedule, distribute copies to subcontractors and other parties required to comply with scheduled dates.

    D. When revisions to schedule are made, notify all parties of changes in writing.

    1.04 SCHEDULE OF SUBMITTALS

    A. Within 10 days of acceptance of construction schedule, submit a schedule of submittals in one of the following formats:

    1. PDF electronic file. 2. Two paper copies.

    B. Schedule shall list anticipated date for each required submittal and shall allow A/E reasonable time for reviews. Strive to submit all submittals requiring A/E review within 30 days of acceptance of construction schedule.

    C. After acceptance of schedule of submittals, distribute copies to subcontractors and other parties required to comply with submittal dates.

    1.05 SCHEDULE OF VALUES

    A. Prior to first application for payment, submit a detailed schedule of values of work to be performed in one of the following formats:

  • St. Joseph's Ridge Satellite Shop La Crosse County Highway Department Ayres Project No. 23-1716.01

    01 30 00 - 2

    Bid Package 2 ADMINISTRATIVE REQUIREMENTS

    November 30, 2020

    1. PDF electronic file. 2. Two paper copies.

    B. Schedule shall list work categories and quantities, major equipment, and values. This schedule, when accepted, will be the basis for partial payments during progress of the work.

    PART 2 (NOT USED)

    PART 3 EXECUTION

    3.01 CONSTRUCTION COORDINATION

    A. Contractor shall coordinate construction activities to facilitate general progress of work. Inspect Contract Documents for interrelated work and afford each trade reasonable opportunity to perform its work. Perform each item of work in proper sequence and arrangement to other activities in accordance with intent of Contract Documents and construction schedule.

    B. All trades shall coordinate their respective work to meet the deadline date for project completion. No trade may assume that this is the date for completion of its respective portion of work.

    C. Contractor and subcontractors shall periodically inspect work in progress to assure proper preparation for their work and so that no delay is caused in progress of work.

    D. Notify A/E when work is complete in compliance with Contract Documents.

    3.02 PRECONSTRUCTION CONFERENCE

    A. A preconstruction conference will be scheduled after award of contract and prior to beginning work. This meeting shall be attended by A/E, Owner, and an authorized representative of Contractor.

    B. Meeting will consider matters of contract administration and initial construction operations.

    3.03 PROGRESS MEETINGS

    A. Periodic progress meetings will be held at a time and place mutually agreed upon at preconstruction conference. A responsible representative of Contractor and plumbing, HVAC, and electrical subcontractors who can bind Contractor/subcontractor to decisions shall attend. A responsible representative of other subcontractors working on site shall also attend.

    B. Meetings will be held to coordinate and expedite progress of work and shall be conducted by Contractor. Contractor and each subcontractor on site shall submit a written report at each meeting indicating:

    1. Work progress since last meeting. 2. Upcoming work sequences and schedules. 3. Requests for information.

  • St. Joseph's Ridge Satellite Shop La Crosse County Highway Department Ayres Project No. 23-1716.01

    01 30 00 - 3

    Bid Package 2 ADMINISTRATIVE REQUIREMENTS

    November 30, 2020

    C. Contractor shall record meeting minutes and shall distribute a typewritten copy to all parties involved in the project within 48 hours of each meeting. Minutes shall document all issues discussed and decisions reached at progress meeting.

    END OF SECTION

  • Page Intentionally Left Blank

  • St. Joseph's Ridge Satellite Shop La Crosse County Highway Department Ayres Project No. 23-1716.01

    01 33 00 - 1

    Bid Package 2 SUBMITTAL PROCEDURES

    November 30, 2020

    SECTION 01 33 00

    SUBMITTAL PROCEDURES

    PART 1 GENERAL

    1.01 SUMMARY

    A. Submit items to A/E for review as required by the various Contract Documents. Refer to individual specification sections, General Conditions, Supplementary Conditions, and sections of Division 01 - General Requirements for submittal requirements.

    1.02 GENERAL PROCEDURES

    A. Follow the requirements for each submittal type as specified below.

    B. Submittals shall be identified with project name, numbered consecutively, and bear the stamp of approval of Contractor as evidence of accuracy, compatibility, and conformance with contract requirements. Submittals not so stamped will be returned without being examined.

    C. Give specific written notice of each variation that submittals may have from requirements of the Contract Documents.

    D. Partial submittals will not be considered. Submit each portion of work complete in one submittal.

    E. Products subject to submittal review shall not be used in the work until submittals have been reviewed and bear the stamp and signature of A/E. Submittals will only be reviewed for general conformance with the design concept of the project and general compliance with the information given in the Contract Documents. Contractor shall be responsible for confirming and correlating all quantities and dimensions, selecting fabrication processes and the means and methods of construction, coordinating its work with that of all other trades, and performing all work in a safe and satisfactory manner. Corrections or comments made on submittals shall not relieve Contractor from compliance with requirements of Drawings and Specifications and shall not be considered an order for extra work.

    F. If information on previously reviewed shop drawings is altered, submit changes for review.

    G. Maintain complete copies of all final submittals at the project site.

    1.03 SHOP DRAWINGS

    A. Required shop drawings are designated in the various specification sections. Submit shop drawings for review prior to fabrication, delivery, or installation in one of the following formats:

    1. PDF electronic file. An annotated PDF electronic file will be returned to Contractor. 2. A minimum of three paper copies. Two paper copies will be retained and the

    remainder returned to Contractor.

    B. Each brochure of shop drawings shall contain an index of contents and shall consist of layout details, schedules, setting instructions, manufacturer's literature, and other data specifically

  • St. Joseph's Ridge Satellite Shop La Crosse County Highway Department Ayres Project No. 23-1716.01

    01 33 00 - 2

    Bid Package 2 SUBMITTAL PROCEDURES

    November 30, 2020

    prepared for the work. Reproductions of contract drawings may not be used without prior approval.

    1.04 PRODUCT DATA

    A. Required product data are designated in the various specification sections. Submit product data for review prior to delivery or installation in one of the following formats:

    1. PDF electronic file. An annotated PDF electronic file will be returned to Contractor. 2. A minimum of three paper copies. Two paper copies will be retained and the

    remainder returned to Contractor.

    B. Product data shall consist of manufacturer's literature, illustrations, and brochures of catalog cuts; instructions for handling, storage, and installation; and specifications and design data. Where manufacturer's standard literature includes multiple products or options, identify the specific products and options as required for this project.

    1.05 SAMPLES

    A. Prior to fabrication, delivery, or installation, submit samples as designated in the various specification sections. Allow reasonable time for review and testing.

    1. Submit samples in sufficient quantity and of adequate size to show quality, type, and extremes of color range, finish, and texture. Submit a minimum of two sets of appearance and color samples.

    B. Label each sample stating material, description, project name, and Contractor's name. Expedite submittal of appearance and color samples following Notice to Proceed.

    C. Submit samples with transmittal letter requesting review; prepay transportation charges. Samples shall become Owner's property, unless otherwise designated.

    D. Samples will be reviewed for acceptability or selection of color, pattern, and texture only. Compliance with specifications is the responsibility of Contractor.

    E. Order no materials subject to sample review until receipt of written notice of completion of review. Installed materials shall match reviewed samples. No review of samples shall be taken in itself to change contract requirements.

    1.06 CERTIFICATES OF COMPLIANCE

    A. Submit certificates of compliance as designated in the various specification sections in one of the following formats:

    1. PDF electronic file. 2. Two paper copies.

    B. Certificates shall be furnished by manufacturer, producer, or supplier of material or product and shall indicate that material or product conforms to or exceeds specified requirements. Include supporting reference data as appropriate. Certificates may be recent or previous test results on material or product, but must be acceptable to A/E.

  • St. Joseph's Ridge Satellite Shop La Crosse County Highway Department Ayres Project No. 23-1716.01

    01 33 00 - 3

    Bid Package 2 SUBMITTAL PROCEDURES

    November 30, 2020

    1.07 PERMITS AND APPROVALS

    A. Submit permits, code inspections, and agency approval documents as designated in the various specification sections in one of the following formats:

    1. PDF electronic file. 2. One paper copy.

    1.08 TEST REPORTS

    A. Submit test reports as designated in the various technical specifications in one of the following formats:

    1. PDF electronic file. 2. Two paper copies.

    1.09 OPERATION AND MAINTENANCE (O/M) MANUALS AND INSTRUCTIONS

    A. Prior to Substantial Completion, submit operation and maintenance manuals covering each item of equipment furnished or installed under the Contract in the following formats:

    1. Two bound paper sets (unless otherwise specified in the various specification sections), and

    2. PDF electronic file of entire manual.

    B. For each item of equipment, include the following information:

    1. A/E-reviewed shop drawings and product data. 2. Installation and operating instructions. 3. Maintenance instructions and address of authorized service center. 4. Wiring diagrams and parts lists. 5. Test data and certifications.

    C. Designate correct model number where literature covers more than one model.

    D. Write and furnish duplicate operation and maintenance instructions for items fabricated or assembled by Contractor.

    E. Paper Manuals:

    1. Furnish data in 8-1/2 in. x 11 in. or 11 in. x 17 in. size; photographically reduce information if required. Place data into D-style, 3-ring hard cover binders; fold 11 in. x 17 in. sheets as required. Group data according to specification section and organize with tabbed index dividers on which the product name is typed.

    2. Label binders as follows:

    [Systems or Equipment Designation] OPERATION AND MAINTENANCE MANUAL

    St. Joseph’s Ridge Satellite Shop La Crosse, WI

  • St. Joseph's Ridge Satellite Shop La Crosse County Highway Department Ayres Project No. 23-1716.01

    01 33 00 - 4

    Bid Package 2 SUBMITTAL PROCEDURES

    November 30, 2020

    3. Integrate general, mechanical, and electrical construction into same binder(s) when practicable. Individual subcontract O/M manuals will be acceptable provided they are placed in binder(s) as specified above.

    F. Electronic Manual:

    1. Submit manual in the form of a single PDF file for entire project.

    2. Use electronic files prepared by manufacturer where available. Where scanning of paper documents is required, configure scanned file for minimum readable file size.

    3. Group data according to specification section and organize with bookmarks. Bookmark both specification sections and individual products so that resulting bookmarks reflect a readily navigated document tree.

    G. Provide competent instructors to train Owner's personnel in proper care, operation, adjustment, and maintenance of all equipment and systems. Conduct training during normal working hours, at times agreeable to Owner. Submit a letter indicating names of personnel trained, dates of instruction, and a list of manuals delivered.

    1.10 PROJECT RECORD DOCUMENTS

    A. Keep a current set of paper documents at project site that are marked to show all changes made during construction. Dimension underground and concealed work and utilities from permanent reference points; record vertical distances. Make and record measurements to the nearest 0.5 ft. Submit project record documents upon completion of Work.

    PART 2 (NOT USED)

    PART 3 (NOT USED)

    END OF SECTION

  • St. Joseph's Ridge Satellite Shop La Crosse County Highway Department Ayres Project No. 23-1716.01

    01 50 00 - 1

    Bid Package 2 TEMPORARY FACILITIES AND CONTROLS

    November 30, 2020

    SECTION 01 50 00

    TEMPORARY FACILITIES AND CONTROLS

    PART 1 GENERAL

    1.01 TEMPORARY ELECTRICAL SERVICE

    A. Contractor shall provide temporary electric service facilities for construction purposes. Make arrangements with local utility company for temporary service. Initial service fees and transformer charges and service removal costs at completion of project shall be paid for by Contractor and shall be included in its Bid.

    B. Meter shall be taken out in name of Contractor. Pay for electrical energy consumed for construction purposes.

    C. Electrical energy consumed for construction purposes shall include that used for all trades, temporary offices, lighting, cold weather protection, operation of ventilating equipment, electrical energy consumed for heating, and current used in testing and operating of equipment after permanent wiring has been installed, until Substantial Completion.

    1.02 TEMPORARY ELECTRICAL DISTRIBUTION SYSTEM

    A. Contractor shall install and maintain temporary electrical distribution facilities. Distribution facilities shall be in accordance with OSHA regulations for construction and as required to prevent injury or damage to persons, equipment, or construction. Facilities exposed to moisture or weather shall be weatherproof type. Electrical equipment enclosures shall be locked to prevent access.

    B. Connect to utility service and run 1 ph wiring of adequate size to a central location on site. Provide service disconnect, panels, and switches as required.

    C. Temporary electrical circuits shall be equipped with combination ground fault interrupter and circuit breaker meeting requirements of UL for Class A, Group 1 devices.

    D. Provide wiring, switches, sockets, and similar equipment required for small power tools, for temporary lighting, and for portable, temporary, or permanent heating and ventilating units until Substantial Completion. Provide at least one temporary 120-volt, 1 ph outlet for small power tools and one outlet for lighting (200 watt) for each 1000 sq ft of floor space. Circuits shall be 20 amp., single pole, No. 12 wire. Circuit length shall not exceed 200 ft.

    E. Subcontractors shall be allowed to use the service provided for supplementary lighting and fractional horsepower tools. Each trade shall furnish extension cords and accessories.

    F. At completion of work, remove temporary electrical distribution system and restore all surfaces.

    G. Permanent electrical system and building wiring may be used during finishing work but this wiring shall not be used for motors larger than 1/2 hp or for welding equipment. Circuits for larger motors and welding equipment shall be provided by special circuits at expense of Contractor requiring them, provided that permission is obtained from Owner.

  • St. Joseph's Ridge Satellite Shop La Crosse County Highway Department Ayres Project No. 23-1716.01

    01 50 00 - 2

    Bid Package 2 TEMPORARY FACILITIES AND CONTROLS

    November 30, 2020

    H. Use of permanent electrical system during construction shall in no way waive any part of the one year correction period.

    1.03 TEMPORARY LIGHTING

    A. Contractor shall provide temporary lighting, including lamps, sufficient to enable all trades to complete work and to enable inspectors to check work, as required. Not less than 5 foot-candles illumination shall be provided. Illumination in all areas shall meet or exceed OSHA regulations for construction.

    1.04 COLD WEATHER PROTECTION

    A. All temporary provisions for heating required prior to enclosure of building(s) shall be classified as "Cold Weather Protection". Contractor shall furnish and pay for Cold Weather Protection to protect work and materials. Electrical power used for cold weather protection may be taken from power sources as defined above.

    B. Temporary heating units shall be of types approved for the intended purpose and shall meet requirements as specified below.

    1.05 TEMPORARY HEATING AND VENTILATING

    A. All heating required after enclosure of building until Substantial Completion shall be classified as "Temporary Heating". Building will be certified to be enclosed when all roofing and flashing is completed as specified and all doorways, windows, and other openings are covered to provide reasonable heat retention. See below.

    B. After building is enclosed, provide temporary heat and adequate ventilation to protect building and work therein from damage due to cold or dampness.

    C. Pay for all fuel for temporary heat. Electrical energy for temporary heat shall be paid for as specified above.

    D. Provide electrical wiring to temporary heating units. Electrical current required for temporary heating may be taken from temporary electrical service if units are compatible with electrical power supplied.

    E. Unless otherwise approved, temporary heating units shall be portable hot air type with electric blowers and automatic controls. Use of coke, oil, or open salamanders as portable heating units is prohibited. Provide proper ventilation to prevent combustion gases from remaining in heated area. Keep equipment in a clean and safe condition; carefully guard against fire. Protect units and switches with safety devices. Temporary heating equipment shall be relocated as required during construction to prevent interference with new construction.

    F. Supervise, maintain, and operate temporary heating s