Wayne State University School Of Social Work Phase II Renovation WSU .

Transcription

WAYNE STATE UNIVERSITYWSU Project No. 063-301464Division of Finance and Business OperationsWayne State UniversitySchool of Social Work Phase II RenovationWSU Project Number 063-301464Prevailing Wage WorkFOR:Board of GovernorsWayne State UniversityDetroit, MichiganOwner's Representative:Kidest Albaari , Project ManagerFacilities Planning & ManagementDesign & Construction Services5454 CassWayne State UniversityDetroit, Michigan 48202Owner's Agent:Robert Kuhn, Sr. BuyerWSU – Procurement & Strategic Sourcing5700 Cass, Suite 4200Detroit, Michigan 48202313-577-3712 / 313-577-3747 faxac6243@wayne.edu and copy ac9934@wayne.eduConsultant:Hamilton Anderson Associates, Inc.1435 Randolph Suite 200Detroit, Michigan 48226July 9, 2019

School of Social Work Phase II RenovationWSU Project No. 063-301464TABLE OF CONTENTSTitle Page00001-1Table of Contents00002-1Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract00005Information for Bidders00005-1 thru 00005-200100Instructions to Bidders00100-1 thru 00100-500250Notice of Pre-Bid Conference00250-1 thru 00250-200300Form of Proposal & Qualification Statement00300-1 thru 00300-700410Prevailing Wage Rate Schedule Information00410-1 thru 00410-300420KPI Reporting00420-1 thru 00420-300430Payment Package Document Requirements00430-100440Contractor’s Performance Evaluation00440-100500Agreement between Contractor and Ownerfor Construction00500-1 thru 00500-3000510Form of Guarantee00510-100700General Conditions (A.I.A. A-201)00700-100800WSU Supplementary General Conditionsof the Contract for Construction00800-1 thru 00800-1200850Drawings00850-1Division 1 - General Requirements01000General Requirements01000-1 thru 01000-901010Summary of Work (Includes Scope of Work)01010-1Appendix AProject Specific Prevailing Wage Schedule (posted separately)TABLE OF CONTENTS00002-1

School of Social Work Phase II RenovationWSU Project No. 063-301464INFORMATION FOR BIDDERSOWNER:Board of GovernorsWayne State UniversityPROJECT:School of Social Work Phase II RenovationProject No. 063-301464LOCATION:Wayne State University5447 Woodward Avenue, DetroitDetroit, Michigan 48202OWNER’S AGENT:Robert Kuhn, Sr. BuyerWSU – Procurement & Strategic Sourcing5700 Cass, Suite 4200Detroit, Michigan 48202313-577-3712 / 313-577-3747 faxac6243@wayne.edu & copy ac9934@wayne.eduOWNER'S REPRESENTATIVE:Kidest Albaari , Project ManagerFacilities Planning & ManagementDesign & Construction ServicesWayne State University5454 Cass AvenueDetroit, Michigan 48202Architect:Hamilton Anderson Associates, Inc.1435 Randolph Suite 200Detroit, Michigan 48226SPECIAL NOTE: Right to reject any and all proposals, either in whole or in part and to waive any irregularitiestherein is reserved by the Owner.BIDS ADVERTISED: July 9, 2019BIDDING: Bidding documents may be obtained by vendors from the University Purchasing Web Site athttp://go.wayne.edu/bids beginning July 9, 2019. When visiting the Web Site, click on the "Construction" link ingreen. Copies of the RFP will not be available at the pre-proposal meeting.MANDATORY Pre-Bid Conference:11:30 – 12:30, local time, July 16, 2019 to be held at Wayne StateUniversity – 5447 Woodward Avenue, Conference Room 233, Detroit, MI, 48202. Late Arrivals may not bepermitted to submit bids.OPTIONAL Second Walk Through (if needed): To be determined at the conclusion of the pre-bid conference,by those in attendance.DUE DATE FOR QUESTIONS: Due Date for questions shall be July 22, 2019 at 12:00 Noon. All questions must bereduced to writing and emailed to the attention of Robert Kuhn, Sr. Buyer at ac6243@wayne.edu, copy to KimToby - Tomaszewski, Sr. Buyer at: ac9934@wayne.edu.Bids Due: Sealed proposals for lump-sum General Contract will be received at the office of the Procurement &Strategic Sourcing by electronic submission on July 30 2019, until 2:00 p.m. (local time). The link for bidsubmission will be posted with the bid details at http://go.wayne.edu/bids beginning July 9, 2019. Vendors arestrongly encouraged to combine documents into one PDF for the ease of distribution within the University, and toensure no portion of your response is inadvertently omitted in transmission to the University or internally to the enduser department.No public bid opening will be held.INFORMATION FOR BIDDERS00005 - 1

School of Social Work Phase II RenovationWSU Project No. 063-301464Bid Qualification Meeting: Bidders must be available for bid prequalification meeting the day following the bidopening. The lowest qualified bidder will be contacted and requested to meet with Facilities Planning & Managementat their office located at 5454 Cass Avenue, Detroit, MI 48202. During the bid qualification, the Vendor must providea Project Schedule and a Schedule of Values, including a list of Contractor’s suppliers, subcontractors and otherqualifications.An unsigned contract will be given to the successful Contractor at the conclusion of the bid qualification meeting, if allaspects of the bid are in order. The Contractor has 5 business days to return the contract to the Project Manager forUniversity counter signature. The contractor must also submit a Performance Bond as outlined above and aCertificate of Insurance in the same 5 business day period. In the event the Contractor fails to return the documentsin this 5 day period, the University reserves the right to award the contract to the next most responsive bidder.All available information pertaining to this project will be posted to the Purchasing web site athttp://go.wayne.edu/bids.Information that is not posted to the website is not available/not knownINFORMATION FOR BIDDERS00005 - 2

School of Social Work Phase II RenovationWSU Project No. 063-301464INSTRUCTIONS TO BIDDERSOWNER:Board of GovernorsWayne State UniversityPROJECT:School of Social Work Phase II RenovationProject No. 063-301464LOCATION:Wayne State University5447 Woodward Avenue, Detroit,Detroit, Michigan 48202OWNER’S AGENT:Robert Kuhn, Sr. BuyerWSU – Procurement & Strategic Sourcing5700 Cass, Suite 4200Detroit, Michigan 48202313-577-3712 / 313-577-3747 faxac6243@wayne.edu & copy ac9934@wayne.edu1.2.PROPOSALSA.The Purchasing Agent will receive sealed Proposals for the work as herein set forth at the place anduntil the time as stated in the "Information for Bidders", a copy of which is bound herewith in thesesspecifications. No public bid opening will be held.B.Proposals shall be for a lump-sum General Contract for the entire work of the Project asprovided in the Form of Proposal.C.Proposals shall be submitted by electronic submission on forms furnished with the Biddingdocuments.The link for bid submission will be posted with the bid details athttp://go.wayne.edu/bids beginning July 9, 2019. The forms must be fully filled out in ink ortypewritten with the signature in longhand, and the completed forms shall be without alterations,interlineations, or erasures. Forms shall contain no recapitulations of the work to be done. Eachproposal shall be delivered in an opaque sealed envelope, marked "PROPOSAL" AND SHALL BEARTHE NAME OF THE PROJECT AND THE NAME OF THE BIDDER. Proposals submitted bytelephone or telegraph will not be accepted. Modifications by telephone or telegraph to previouslysubmitted proposals will not be accepted.D.(revised 5-29-2009) All base bids must be conforming to the detailed specifications and drawingsprovided by the University, including any Addenda issued. Voluntary Alternates will only beconsidered if the Contractor has also submitted a conforming base bid. Any stipulation of voluntaryalternates or qualifications contrary to the Contract requirements made by the Bidder in oraccompanying his proposal as a condition for the acceptance of the Contract will not be considered inthe award of the Contract and will cause the rejection of the entire Proposal.E.The competency and responsibility of Bidders will be considered in making the award. TheOwner does not obligate himself to accept the lowest or any other bids. The Owner reservesthe right to reject any and all bids and to waive any informalities in the Proposals.PROPOSAL GUARANTEE (revised 3-22-2012)A.A certified check or bank draft payable to the Owner, or satisfactory Bid Bond executed by the Bidderand Surety Company, in an amount equal to not less than five percent (5%) of the maximum proposalamount shall be submitted with each Proposal, which amount may be forfeited to the Board ofGovernors, Wayne State University, if the successful Bidder refuses to enter into a Contract withinninety (90) days from receipt of Proposals.INSTRUCTIONS TO BIDDERS00100 - 1

School of Social Work Phase II RenovationWSU Project No. 063-3014643.4.B.Bond must be issued by a Surety Company with an “A rating as denoted in the AM Best Key RatingGuide”C.The bid deposit of all bidders except the lowest three will be returned within three (3) days after thebids are opened. After the formal Contract and bonds are approved, the bid deposit will be returnedto the lowest three bidders, except when forfeited.D.Bid bonds shall be accompanied by a Power of Attorney authorizing the signer ofon behalf of the Surety Company.E.Withdrawal of Proposals is prohibited for a period of ninety (90) days after the actual date of openingthereof.the bond to do soCONTRACT SECURITY (revised 3-22-2012)A.The successful Bidder will be required to furnish a Performance Bond and Labor and MaterialPayment bond in an amount equal to 100% of the contract award amount, and include such cost inthe Proposal, complying with the laws of the State of Michigan. The graduated formula no longerapplies.B.Performance Bond and Labor and Material Payment Bond shall be from a surety company acceptableto the Owner and made payable as follows:(1)A bond for 100% of the contract award amount to the Board of Governors of Wayne StateUniversity, and guaranteeing the payment of all subcontractors and all indebtednessincurred for labor, materials, or any cause whatsoever on account of the Contractor inaccordance with the laws of the State of Michigan relating to such bonds.(2)A bond for 100% of the contract award amount to the Board of Governors of Wayne StateUniversity to guarantee and insure the completion of work according to the Contract.C.The only acceptable Performance Bond shall be the AIA A312 – 2010.D.Bond must be issued by a Surety Company with an “A rating as denoted in the AM Best Key RatingGuide”.BOND CLARIFICATIONFor bids below 50,000.00,A.B.5.INSPECTIONA.6.Bid bond will not be required.Performance Bond will not be required.Before submitting his Proposal, each Bidder shall be held to have visited the site of the proposedwork and to have familiarized himself as to all existing conditions affecting the execution of the work inaccordance with the Contract Documents. No allowance or extra consideration on behalf of theContractor will subsequently be made by reason of his failure to observe the Conditions or on behalfof any subcontractor for the same reason.EXPLANATION TO BIDDERS AND ADDENDAA.Neither the Owner nor Representative nor Purchasing Agent will give verbal answers to any inquiriesregarding the meaning of drawings and specifications, and any verbal statement regarding same byany person, previous to the award, shall be unauthoritative.INSTRUCTIONS TO BIDDERS00100 - 2

School of Social Work Phase II RenovationWSU Project No. 063-3014647.B.Any explanation desired by Bidders must be requested of the Purchasing Agent in writing, and ifexplanation is necessary, a reply will be made in the form of an Addendum, a copy of which will beforwarded to each Bidder registered on the Bidders' List maintained by Procurement & StrategicSourcing.C.All addenda issued to Bidders prior to date of receipt of Proposals shall become a part of theseSpecifications, and all proposals are to include the work therein described.INTERPRETATION OF CONTRACT DOCUMENTSA.8.SUBSTITUTION OF MATERIALS AND EQUIPMENT*A.9.Whenever a material, article or piece of equipment is identified on the Drawings or in theSpecifications by reference to manufacturers' or vendors' names, trade names, catalog numbers, orthe like, it is so identified for the purpose of establishing a standard, and any material, article, or pieceof equipment of other manufacturers or vendors which will perform adequately the duties imposed bythe general design will be considered equally acceptable provided that the material, article, or piece ofequipment so proposed is, in the opinion of the Architect, of equal substance, appearance andfunction. It shall not be purchased or installed by the Contractor without the Architect's writtenapproval.TAXESA.10.If any person contemplating submitting a bid for the proposed Contract is in doubt as to the truemeaning of any part of the drawings, specifications, or other Contract Documents, he may submit tothe Purchasing Agent, a written request for an interpretation thereof. The person submitting therequest will be responsible for its prompt delivery. Any interpretation of the Contract Documents willbe made by an addendum duly issued. A copy of such addendum will be mailed and delivered toeach registered Bidder. Each proposal submitted shall list all addenda, by numbers, which have beenreceived prior to the time scheduled for receipt of proposal.The Bidder shall include in his lump sum proposal and make payment of all Federal, State, Countyand Municipal taxes, including Michigan State Sales and Use Taxes, now in force or which may beenacted during the progress and completion of the work covered. Information regarding the State ofMichigan sales and use tax laws can be found in SOM Revenue Administrative Bulletin 2016-18.REQUIREMENTS FOR SIGNING PROPOSALS AND CONTRACTSA.The following requirements must be observed in the signing of proposals that are submitted:(1)Proposals that are not signed by individuals making them shall have attached thereto aPower of Attorney, evidencing the authority to sign the Proposal in the name of the personfor whom it is signed.(2)Proposals that are signed for partnership shall be signed by all of the partners or by anAttorney-in-Fact. If signed by an Attorney-in-Fact, there must be attached to the Proposala Power of Attorney evidencing authority to sign the Proposal, executed by the partners.(3)Proposals that are signed for a corporation shall have the correct corporate name thereofand the signature of the President or other authorized officer of the corporation, manuallywritten in the line of the Form of Proposal following the words "signed by". If such aproposal is signed by an official other than the President of the Corporation, a certifiedcopy of resolution of the Board of Directors, evidencing the authority of such official to signthe bid, shall be attached to it. Such proposal shall also bear the attesting signature of theSecretary of the Corporation and the impression of the corporate seal.INSTRUCTIONS TO BIDDERS00100 - 3

School of Social Work Phase II RenovationWSU Project No. 063-30146411.QUALIFICATIONS OF BIDDERSA.12.13.SPECIAL REQUIREMENTSA.The attention of all Bidders is called to the General Conditions, Supplementary General Conditions,and Special Conditions, of which all are a part of the Specifications covering all work, includingSubcontracts, materials, etc. Special attention is called to those portions dealing with LaborStandards, including wages, fringe benefits, Equal Employment Opportunities, and LiquidatedDamages.B.Prior to award of the project, the apparent low bidder will be required to produce a schedule of valueswhich will include the proposed subcontractors for each division of work and whether thesubcontractor is signatory or non-signatory. A contract will not be issued to the apparent low bidderuntil this document is provided. A contractor will have one week to produce this document. If therequired document is not received within this time, the bidder will be disqualified.NOTICE OF AWARD/ACCEPTANCE OF BID PROPOSAL (revised 12-15-2009)A.14.15.The Owner may request each of the three (3) low bidders to submit information necessary to satisfythe Owner that the Bidder is adequately prepared to fulfill the Contract. Such information may includepast performance records, list of available personnel, plant and equipment, description of work thatwill be done simultaneously with the Owner's Project, financial statement, or any other pertinentinformation. This information and such other information as may be requested will be used indetermining whether a Bidder is qualified to perform the work required and is responsible and reliable.The Proposal shall be deemed as having been accepted when a copy of the Contract (fully executedby both the vendor and the appropriate signatory authority for the University), with any/all Alternates,Addenda, and Pre-Contract Bulletins, as issued by the office or agent of the Owner has been dulyreceived by the Contractor. After signing the Contracts, the Contractor shall then return all copies,plus any required bonds and certificates of insurance, to the office of the Owner's Representative, at5454 Cass, Wayne State University, Detroit, MI 48202. Construction will begin when the fullyexecuted contract has been returned to the Contractor.TIME OF STARTING AND COMPLETIONA.It is understood that the work is to be carried through to substantial completion with the utmost speedconsistent with good workmanship and to meet the established start and completion dates.B.The Contractor shall begin work under the Contract without delay, upon receipt of a fully-executedcontract from the Owner, and shall substantially complete the project ready for unobstructedoccupancy and use of the Owner for the purposes intended within the completion time stated in theContract.C.The Contractor shall, immediately upon receipt of fully-executed contract, schedule his work andexpedite deliveries of materials and performance of the subcontractors to maintain the necessarypace for start and completion on the aforementioned dates.CONTRACTOR’S PERFORMANCE EVALUATION (2-2015)In an effort to provide continuous process improvement regarding the construction of various universityprojects, Wayne State University is embarking upon a process of evaluating the contractor’s overallperformance following the completion of work. At the conclusion of the construction project a subjectiveevaluation of the Contractor’s performance will be prepared by the Project Manager and the supervisingDirector of Construction. The evaluation instrument that will be used in this process is shown in Section00440-01 - Contractor’s Performance Evaluation.16.BIDDING DOCUMENTSINSTRUCTIONS TO BIDDERS00100 - 4

School of Social Work Phase II RenovationWSU Project No. 063-301464A.Bid specifications are not available at the University, but are available beginning July 9, 2019 throughWayne State University Procurement & Strategic Sourcing’s Website for Advertised Bids:http://go.wayne.edu/bids. The plans for this project can be viewed in advance and/or printed fromthe above website. Copies of the RFP will not be available at the pre-proposal meeting.B.15.DOCUMENTS ON FILE (revised 12-2007)(1)Wayne State University Procurement & Strategic Sourcing’s Website.All available information pertaining to this project will be posted to the Purchasing web siteat http://go.wayne.edu/bids.Information that is not posted to the website is not available/not known.(2)Notification of this Bid Opportunity has been sent to those entities registered with ourListServ. Available ListServs can be found athttp://www.forms.procurement.wayne.edu/Adv bid/Adv Bid Listserve.html(3)Please note: Effective December 1, 2007, bid notices will be sent only to those Vendorsregistered to receive them via our Bid Opportunities list serve. To register, tohttp://go.wayne.edu/bids, and click on the “Join our Listserve” link at the top of the page.Smoke and Tobacco-Free Policies (9-2015)On August 19, 2015, Wayne State joined hundreds of colleges and universities across the country that haveadopted smoke- and tobacco-free policies for indoor and outdoor spaces. Contractors are responsible toensure that all employees and all subcontractors’ employees are in compliance anytime they are on WSU’smain, medical, or extension center campuses.The complete policy can be found athttp://wayne.edu/smoke-free/policy/.INSTRUCTIONS TO BIDDERS00100 - 5

School of Social Work Phase II RenovationWSU Project No. 063-301464NOTICE OF MANDATORY PRE-BID CONFERENCEPROJECT:School of Social Work Phase II Renovation,PROJECT NOS.: WSU PROJECT NO. 063-301464It is MANDATORY that each Contractor proposing to bid on this work must attend a pre-bid conference at the following location:Wayne State University5447 Woodward Avenue, Conference Room 233Detroit MI 4820211:30 – 12:30, local time, July 16, 2019Please use our online registration form at https://forms.wayne.edu/5aa587e3de04c#form-9162, to indicate your attendance atour mandatory Pre-proposal meeting to be held on, July 16, 2019 at 11:30 – 12:30 pm and your intent to submit a proposal forthe services listed.The purpose of this conference is to clarify the procedures, scope of work, and to identify any omissions and/or inconsistenciesthat may impede preparation and submission of representative competitive bids.In the event that less than 4 individual contractor firms attend the pre-bid conference, the University reserves the right, at its solediscretion, to either reschedule the pre-bid conference or proceed and offer a second pre-bid conference date. (Attendance at onlyone pre-bid conference will be required).An attendance list shall be prepared and minutes of the conference shall be furnished to all those attending.Any clarifications or corrections that cannot be made at the conference will be by Addendum.For your convenience a map of the University and appropriate parking lots can be downloaded and printed from:http://campusmap.wayne.edu/. Guest parking in any of the University student and guest lots is 8.50. A detailed list of Cash &Coin operated lots can be viewed at http://procurement.wayne.edu/cash and credit card lots.php. Cash lots dispensechange in quarters. Due to time constraints, Vendors are encouraged to avoid parking at meters on the street (especially blue“handicapped” meters).All available information pertaining to this project will be posted to the Purchasing web site athttp://go.wayne.edu/bids.Information that is not posted to the website is not available/not known.NOTICE OF MANDATORY PRE-BID CONFERENCE00250 - 1

School of Social Work Phase II RenovationWSU Project No. 063-301464I.AGENDAWelcome and IntroductionsA. Wayne State University RepresentativesB. Vendor RepresentativesC.Sign in Sheet- be sure to include your company name and representative in attendance on the sign in sheet.II.Brief Overview of Wayne State UniversityA. Purpose and Intent of RFP.B. Detailed review of the RFP and the requirements for a qualified response.C. Review of all pertinent dates and forms that are REQUIRED for a qualified response.III.Vendor Questions/Concerns/IssuesA. Questions that can be answered directly by the appropriate person in this meeting will be answered and bothquestion and answer will be recorded in the minutes of the meeting.IV.B.Questions that need to be researched will be answered and a nature of clarification will be emailed to theappropriate ListServ. See http://www.forms.purchasing.wayne.edu/Adv bid/Adv Bid Listserve.html for a listof ListServ Bid Lists.C.Minutes will be emailed to the appropriate ListServ.D.Questions and concerns that come up after this meeting are to be addressed to Robert Kuhn, Procurement &Strategic Sourcing. Discussion with other University members is seriously discouraged and could lead todisqualification from further consideration. All questions and answers will be recorded and emailed to allparticipants of the RFP.E.Due date for questions is July 22, 2019, 12:00 noon.Minimum ParticipationA.Pre-registration for the Pre-Bid meeting is required. In the event that we do not have four (4) or more eligiblebidders pre-registered, the University reserves the right to postpone the Pre-bid meeting with up to 4 business hournotice.B.If less than 4 individual contractor firms attend the mandatory pre-bid meeting, the University reserves the right, atits sole discretion, to either reschedule the pre-bid conference or proceed and offer a second pre-bid conferencedate. (Attendance at only one pre-bid conference will be required).C.On the day of the bid opening, if less than 3 sealed bids are received, the University reserves the right, at its solediscretion, to rebid the project in an effort to obtain greater competition. If the specifications are unchanged duringthe rebid effort, any contractor who submitted a bid will be given the option of keeping its bid on file for openingafter the second bid effort, or of having the bids returned to them unopened.V.Proposal Due Date- July 30, 2019, 2:00 p.m.VI.Final CommentsVII.AdjournNOTICE OF MANDATORY PRE-BID CONFERENCE00250 - 2

School of Social Work Phase II RenovationWSU Project No. 063-301464VENDOR NAMEGENERAL CONTRACT - PROPOSAL FORM (revised 4 - 2017)Sealed proposals for lump-sum General Contract will be received at the office of the Procurement & Strategic Sourcing byelectronic submission on July 30, 2019, until 2:00 p.m. (local time). The link for bid submission will be posted with the biddetails at http://go.wayne.edu/bids beginning July 9, 2019.Please Note – Vendors must Pre-qualify themselves when responding to this bid opportunity. Our Prequalificationquestions can be found on page 4 of this section.OWNER:Board of GovernorsWayne State UniversityPROJECT:School of Social Work Phase II RenovationPROJECT NO.:WSU PROJECT NO. 063-301464PROJECT TYPE:General ContractionPURCHASING AGENT:Robert Kuhn, Sr. BuyerWSU – Procurement & Strategic Sourcing5700 Cass, Suite 4200Detroit, Michigan 48202313-577-3712/ 313-577-3747 faxac6243@wayne.edu & copy ac9934@wayne.eduOWNER'S REPRESENTATIVE:Kidest Albaari , Project ManagerDesign & Construction ServicesFacilities Planning & ManagementWayne State University5454 Cass AvenueDetroit, Michigan 48202TO:Board of GovernorsWayne State UniversityDetroit, MichiganBASE PROPOSAL:The undersigned agrees to enter into an Agreement to complete the entire work of the School ofSocial Work Phase II Renovation project (WSU Project No. 063-301464) in accordance with theBidding Documents for the following amounts: DollarsALTERNATES: The following alternates to the base proposal(s) are required to be offered by the respectivebidder. The undersigned agrees that the following amounts will be added to or deducted from the base bid asindicated, for each alternate which is accepted.ALTERNATE NO. 1: East Courtyard Build-out:The undersigned agrees to enter into an agreement to complete the Alternate # 1work of the project and to provide all labor and materialFORM OF PROPOSAL FOR THE GENERAL CONTRACT00300 - 1

School of Social Work Phase II RenovationWSU Project No. 063-301464associated with the work in accordance with the Bidding Documents for thefollowing amounts:(select one) ADD DollarsorDEDUCT DollarsALTERNATE NO. 2: Phase 1 (area) Office Renovations:The undersigned agrees to enter into an agreement to complete the Alternate # 2work of the project and to provide all labor and materialassociated with the work in accordance with the Bidding Documents for thefollowing amounts:(select one) ADD DollarsorDEDUCT DollarsALTERNATES: The following alternates to the base proposal(s) are required to be offered by the respectivebidder. The undersigned agrees that the following amounts will be added to or deducted from the base bid asindicated, for each alternate which is accepted.ALTERNATE NO. 3: Phase 1 (area) Toilet Room Renovations:The undersigned agrees to enter into an agreement to complete the Alternate # 1work of the project and to provide all labor and materialassociated with the work in accordance with the Bidding Documents for thefollowing amounts:(select one) ADD DollarsorDEDUCT DollarsALTERNATE NO. 4: Upgrade Manual Partition to an Electric Operable Partition:The undersigned agrees to enter into an agreement to complete the Alternate # 2work of the project and to provide all labor and materialassociated with the work in accordance with the Bidding Documents for thefollowing amounts:(select one) ADDFORM OF PROPOSAL FOR THE GENERAL CONTRACT Dollars00300 - 2

School of Social Work Phase II RenovationWSU Project No. 063-301464orDEDUCT DollarsALTERNATE NO. 5: Perform Masonry Cleaning:The undersigned agrees to enter into an agreement to complete the Alternate # 2work of the project and to provide all labor and materialassociated with the work in accordance with the Bidding Documents for thefollowing amounts:(select one) ADD DollarsorDEDUCT DollarsLAWN REPLACEMENT:The undersigned agrees that, in the event of existing lawn or landscaping damage, due to theContractor's work, that has not been properly addressed and repaired to the satisfaction of theUniversity, the University may repair/replace the lawn and/or landscaping, and that the expense willbe at a unit cost of 10.00 per square yard for lawn, and landscaping at a rate of 1.5 timesthe cost of said repairs, the full cost of which shall be reimbursed by the contractor.CONTRACT CHANGEORDERS: (revised 4-17-2017)The undersigned agrees to the following pricing formula and ratesfor changes in the contract work:Where changed Work is performed, the Contractor may add to the total estimated actual cost forsuch Work no more than ten (10%) for subcontractor mark-up and seven and one-half percent(7.5%) for self-performed trade work for profit, overhead, insurance, taxes, indirect supervision,bonds, and any other costs not allowed by section 4.02.01Within 14 days of the project’s contract execution Con

School of Social Work Phase II Renovation WSU Project No. 063-301464 INFORMATION FOR BIDDERS 00005 - 1 INFORMATION FOR BIDDERS OWNER: Board of Governors Wayne State University PROJECT: School of Social Work Phase II Renovation Project No. 063-301464 LOCATION: Wayne State University 5447 Woodward Avenue, Detroit Detroit, Michigan 48202