Art Building Elevator Replacement

expired opportunity(Expired)
From: Wayne(Higher Education)
040-348980

Basic Details

started - 15 Jan, 2023 (14 months ago)

Start Date

15 Jan, 2023 (14 months ago)
due - 30 Jan, 2023 (14 months ago)

Due Date

30 Jan, 2023 (14 months ago)
Bid Notification

Type

Bid Notification
040-348980

Identifier

040-348980
Wayne State College

Customer / Agency

Wayne State College
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

WAYNE STATE UNIVERSITY WSU Project No. 040-348980 Division of Finance and Business Operations Wayne State University Art Building Elevator Replacement WSU Project Number 040-348980 FOR: Board of Governors Wayne State University Detroit, Michigan Purchasing Agent: Valerie Kreher, Senior Buyer WSU – Procurement & Strategic Sourcing 5700 Cass, Suite 4200 Detroit, Michigan 48202 313-577-3720 rfpteam2@wayne.edu Owner's Representative: Lana Vrubel, Project Manager Facilities Planning & Management Design & Construction Services 5454 Cass Wayne State University Detroit, Michigan 48202 Consultant: Stantec Architecture Inc. 2338 Coolidge Highway Berkley, 48072-1500 January 9, 2023 Art Building Elevator Replacement WSU Project No. 040-348980 TABLE OF CONTENTS 00002-1 TABLE OF CONTENTS Title Page 00001 Table of Contents 00002 Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract 00005 Information for Bidders 00005
00100 Instructions to Bidders 00100 00250 Notice of Pre-Bid Conference 00250 00300 Form of Proposal & Qualification Statement 00300 00410 WSU Wage Rate Schedule Information 00410 00420 KPI Reporting 00420 00430 Payment Package Document Requirements 00430 00440 Contractor’s Performance Evaluation 00440 00500 Agreement between Contractor and Owner for Construction 00500 00510 Form of Guarantee 00510 00700 General Conditions 00700 00800 WSU Supplementary General Conditions of the Contract for Construction 00800 00850 Drawings 00850 Division 1 - General Requirements 01000 General Requirements 01000 01010 Summary of Work (Includes Scope of Work) 01010 Appendix A Project Specific WSU Wage Schedule (posted separately) https://procurement.wayne.edu/vendors/wage-rates https://procurement.wayne.edu/vendors/wage-rates Art Building Elevator Replacement WSU Project No. 040-348980 INFORMATION FOR BIDDERS 00005 - 1 INFORMATION FOR BIDDERS OWNER: Board of Governors Wayne State University PROJECT: Art Building Elevator Replacement Project No. 040-348980 LOCATION: Wayne State University 5400 Gullen Mall, Detroit, MI 48202 Detroit, Michigan 48202 PURCHASING AGENT: Valerie Kreher, Senior Buyer WSU – Procurement & Strategic Sourcing 5700 Cass, Suite 4200 Detroit, Michigan 48202 313-577-3720 rfpteam2@wayne.edu OWNER'S REPRESENTATIVE: Lana Vrubel, Project Manager Facilities Planning & Management Design & Construction Services Wayne State University 5454 Cass Avenue Detroit, Michigan 48202 Architect: Stantec Architecture Inc. 2338 Coolidge Highway Berkley, 48072-1500 SPECIAL NOTE: Right to reject any and all proposals, either in whole or in part and to waive any irregularities therein is reserved by the Owner. BIDS ADVERTISED: January 9, 2023 BIDDING: Bidding documents may be obtained by vendors from the University Purchasing Web Site at http://go.wayne.edu/bids beginning January 9, 2023. When visiting the Web Site, click on the "Construction" link in green. Copies of the RFP will not be available at the pre-proposal meeting. Mandatory Pre-Bid Conference: To participate, it is Mandatory that you and/or responsible representatives of your organization attend our pre-bid conference, to be held on January 18, 2023, 10:00 am (Eastern - Detroit Time). Vendors who would like to participate in the pre-bid meeting via a TEAMS Video Conference or Conference Call, may do so via the information below: Microsoft Teams Meeting On-line or via Conference Call Click here to join the meeting Optionally - Dial in at +1 313-261-5339 Conference ID: 151 907 375# OPTIONAL Site Visit (if needed): A Site visit may be scheduled at the conclusion of the pre-bid meeting, at the discretion of the project manager. The tentative date for Site Visit is January 19, 2023: 10:00 to 11:00 am. The University requires all guests to complete a Guest Campus Screener before coming to campus or upon arrival. This tool is available at https://forms.wayne.edu/guest-screening. Additional information on the University’s protocols for COVID-19 can be found at https://wayne.edu/coronavirus?utm_source=wayne-header. DUE DATE FOR QUESTIONS: Due Date for questions shall be January 24, 2023 at 12:00 Noon. All questions must be reduced to writing and emailed to the attention of Valerie Kreher, Senior Buyer at rfpteam2@wayne.edu. http://go.wayne.edu/bids https://teams.microsoft.com/l/meetup-join/19%3ameeting_ZmMwNTBlZWMtMTE1Ni00NGQwLTliMjctMmY5M2MxOTkzOTcx%40thread.v2/0?context=%7b%22Tid%22%3a%22e51cdec9-811d-471d-bbe6-dd3d8d54c28b%22%2c%22Oid%22%3a%2277cc5d84-79dd-4386-bb9a-6aae17743ee7%22%7d tel:+1%20313-261-5339,,677687693#%20 https://forms.wayne.edu/guest-screening https://wayne.edu/coronavirus?utm_source=wayne-header Art Building Elevator Replacement WSU Project No. 040-348980 INFORMATION FOR BIDDERS 00005 - 2 Bids Due: Proposals for lump-sum General Contract will be received by electronic submission on January 30, 2023, until 2:00 p.m. (local time). The link for bid submission will be posted with the bid details at http://go.wayne.edu/bids beginning January 9, 2023. Vendors are required to combine documents into one PDF to ensure no portion of your response is inadvertently omitted. This includes your bid, bid bond, and any other documents. No public bid opening will be held. Bid Qualification Meeting: Bidders must be available for a bid prequalification meeting, as soon as the day following the bid opening. The lowest qualified bidder will be contacted and requested to meet with Facilities Planning & Management at their office located at 5454 Cass Avenue, Detroit, MI 48202. During this meeting, the Vendor must provide a Project Schedule and a Schedule of Values, including a list of Contractor’s suppliers, subcontractors, and other qualifications. If all aspects of the bid are in order, an unsigned contract will be given to the successful Contractor as soon as it’s available. The Contractor has 5 business days to return the contract to the Project Manager for University counter signature. The contractor must also submit a Performance Bond as outlined above, and a Certificate of Insurance in the same 5 business day period. In the event the Contractor fails to return the documents in this 5-day period, the University reserves the right to award the contract to the next lowest qualified bidder. All available information pertaining to this project will be posted to the Purchasing web site at http://go.wayne.edu/bids. Information that is not posted to the website is not available/not known http://go.wayne.edu/bids http://go.wayne.edu/bids Art Building Elevator Replacement WSU Project No. 040-348980 INSTRUCTIONS TO BIDDERS 00100 - 1 INSTRUCTIONS TO BIDDERS OWNER: Board of Governors Wayne State University PROJECT: Art Building Elevator Replacement Project No. 040-348980 LOCATION: Wayne State University 5400 Gullen Mall, Detroit, MI 48202, Detroit, Michigan 48202 PURCHASING AGENT: Valerie Kreher, Senior Buyer WSU – Procurement & Strategic Sourcing 5700 Cass, Suite 4200 Detroit, Michigan 48202 313-577-3720 rfpteam2@wayne.edu 1. PROPOSALS A. Procurement will receive Proposals for the work as herein set forth on January 30, 2023, until 2:00 p.m. (local time). The link for bid submission will be posted with the bid details at http://go.wayne.edu/bids. No public bid opening will be held. B. Proposals shall be for a lump-sum General Contract for the entire work of the Project as provided in the Form of Proposal. C. Proposals shall be submitted by electronic submission on forms furnished with the Bidding documents. The link for bid submission will be posted with the bid details at http://go.wayne.edu/bids beginning January 9, 2023. The forms must be completed in its entirety and must be signed, and the completed forms shall be without alterations, interlineations, or erasures. Forms shall contain no recapitulations of the work to be done. D. All base bids must be conforming to the detailed specifications and drawings provided by the University, including any Addenda issued. Voluntary Alternates will only be considered if the Contractor has also submitted a conforming base bid. Any stipulation of voluntary alternates or qualifications contrary to the Contract requirements made by the Bidder in or accompanying his proposal as a condition for the acceptance of the Contract will not be considered in the 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. The University is not obligated to accept the lowest or any other bids. The University reserves the right to reject any and all bids and to waive any informalities in the Proposals. 2. PROPOSAL GUARANTEE A. A satisfactory Bid Bond executed by the Bidder and Surety Company, in an amount equal to not less than five percent (5%) of the maximum proposal amount shall be submitted with each Proposal, which amount may be forfeited to the Board of Governors, Wayne State University, if the successful Bidder refuses to enter into a Contract within ninety (90) days from receipt of Proposals. B. Bond must be issued by a Surety Company with an A or A- rating as denoted in the AM Best Key Rating Guide. C. Bid bonds shall be accompanied by a Power of Attorney authorizing the signer of the bond to do so on behalf of the Surety Company. http://go.wayne.edu/bids http://go.wayne.edu/bids Art Building Elevator Replacement WSU Project No. 040-348980 INSTRUCTIONS TO BIDDERS 00100 - 2 D. Withdrawal of Proposals is prohibited for a period of ninety (90) days after the actual date of opening thereof. 3. CONTRACT SECURITY A. The successful Bidder will be required to furnish a Performance Bond and Labor and Material Payment bond in an amount equal to 100% of the contract award amount, and include such cost in the Proposal, complying with University policy and the laws of the State of Michigan. B. Performance Bond and Labor and Material Payment Bond shall be from a surety company acceptable to the Owner and made payable as follows: (1) A bond for 100% of the contract award amount to the Board of Governors of Wayne State University, and guaranteeing the payment of all subcontractors and all indebtedness incurred for labor, materials, or any cause whatsoever on account of the Contractor in accordance with University policy and 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 State University 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 or A- rating as denoted in the AM Best Key Rating Guide. 4. BOND CLARIFICATION For bids below $50,000.00, A. Bid bond will not be required. B. Performance and Material & Labor Payment bonds will not be required. 5. INSPECTION A. Before submitting its Proposal, each Bidder shall be held to have visited the site of the proposed work and to have familiarized themselves as to all existing conditions affecting the execution of the work in accordance with the Contract Documents. No allowance or extra consideration on behalf of the Contractor will subsequently be made by reason of its failure to observe the Conditions or on behalf of any subcontractor for the same reason. 6. EXPLANATION TO BIDDERS AND ADDENDA A. Neither the Owner nor Representative nor Purchasing Agent will give verbal answers to any inquiries regarding the meaning of drawings and specifications, and any verbal statement regarding same by any person, previous to the award, shall be unauthoritative. B. Any explanation desired by Bidders must be submitted in writing to the Purchasing Agent, and if explanation is necessary, a reply will be made in the form of an Addendum, a copy of which will be distributed via the appropriate Listserv maintained by Procurement & Strategic Sourcing, and will be posted to the website. B. All addenda issued prior to date of receipt of Proposals shall become a part of these Specifications, and all proposals are to include the work therein described. Art Building Elevator Replacement WSU Project No. 040-348980 INSTRUCTIONS TO BIDDERS 00100 - 3 7. INTERPRETATION OF CONTRACT DOCUMENTS A. If any person contemplating submitting a bid for the proposed Contract is in doubt as to the true meaning of any part of the drawings, specifications, or other Contract Documents, he may submit to the Purchasing Agent, a written request for an interpretation thereof. The person submitting the request will be responsible for its prompt delivery. Any interpretation of the Contract Documents will be made by an addendum duly issued. A copy of such addendum will be posted to the website and distributed via the listserv. Each proposal submitted shall list all addenda, by numbers, which have been published prior to the time scheduled for receipt of proposal. 8. SUBSTITUTION OF MATERIALS AND EQUIPMENT A. Whenever a material, article or piece of equipment is identified on the Drawings or in the Specifications by reference to manufacturers' or vendors' names, trade names, catalog numbers, or the like, it is so identified for the purpose of establishing a standard, and any material, article, or piece of equipment of other manufacturers or vendors which will perform adequately the duties imposed by the general design will be considered equally acceptable provided that the material, article, or piece of equipment so proposed is, in the opinion of the Architect, of equal substance, appearance and function. It shall not be purchased or installed by the Contractor without the Architect's written approval. 9. TAXES A. The Bidder shall include in his lump sum proposal and make payment of all Federal, State, County and Municipal taxes, including Michigan State Sales and Use Taxes, now in force or which may be enacted during the progress and completion of the work covered. Information regarding the State of Michigan sales and use tax laws can be found in SOM Revenue Administrative Bulletin 2016-18. 10. REQUIREMENTS FOR SIGNING PROPOSALS AND CONTRACTS A. 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 a Power of Attorney, evidencing the authority to sign the Proposal in the name of the person for whom it is signed. (2) Proposals that are signed for partnership shall be signed by all of the partners or by an Attorney-in-Fact. If signed by an Attorney-in-Fact, there must be attached to the Proposal a 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 thereof and the signature of the President or other authorized officer of the corporation, manually written in the line of the Form of Proposal following the words "signed by". If such a proposal is signed by an official other than the President of the Corporation, a certified copy of resolution of the Board of Directors, evidencing the authority of such official to sign the bid, shall be attached to it. Such proposal shall also bear the attesting signature of the Secretary of the Corporation and the impression of the corporate seal. 11. QUALIFICATIONS OF BIDDERS A. The Owner may request each of the three (3) low bidders to submit information necessary to satisfy the Owner that the Bidder is adequately prepared to fulfill the Contract. Such information may include past performance records, list of available personnel, plant and equipment, description of work that will be done simultaneously with the Owner's Project, financial statement, or any other pertinent information. This information and such other information as may be requested will be used in determining whether a Bidder is qualified to perform the work required and is responsible and reliable. http://www.forms.procurement.wayne.edu/Adv_bid/RAB_2016-18_Sales_and_Use_Tax_in_Construction_Industry-replaces_1999-2.pdf Art Building Elevator Replacement WSU Project No. 040-348980 INSTRUCTIONS TO BIDDERS 00100 - 4 12. SPECIAL REQUIREMENTS A. 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, including Subcontracts, materials, etc. Special attention is called to those portions dealing with Labor Standards, including wages, fringe benefits, Equal Employment Opportunities, and Liquidated Damages. B. Prior to award of the project, the apparent low bidder will be required to produce a schedule of values which will include the proposed subcontractors for each division of work and whether the subcontractor is signatory or non-signatory. A contract will not be issued to the apparent low bidder until this document is provided. A contractor will have 5 business days to produce this document. If the required document is not received within this time, the bidder will be disqualified. 13. NOTICE OF AWARD/ACCEPTANCE OF BID PROPOSAL A. The Proposal shall be deemed as having been accepted when a copy of the Contract (fully executed by 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 duly received 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, at 5454 Cass, Wayne State University, Detroit, MI 48202. Construction will begin when the fully- executed contract has been returned to the Contractor. 14. TIME OF STARTING AND COMPLETION A. It is understood that the work is to be carried through to substantial completion with the utmost speed consistent 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-executed contract from the Owner, and shall substantially complete the project ready for unobstructed occupancy and use of the Owner for the purposes intended within the completion time stated in the Contract. C. The Contractor shall, immediately upon receipt of fully-executed contract, schedule his work and expedite deliveries of materials and performance of the subcontractors to maintain the necessary pace for start and completion on the aforementioned dates. 15. CONTRACTOR’S PERFORMANCE EVALUATION In an effort to provide continuous process improvement regarding the construction of various university projects, Wayne State University is embarking upon a process of evaluating the contractor’s overall performance following the completion of work. At the conclusion of the construction project a subjective evaluation of the Contractor’s performance will be prepared by the Project Manager and the supervising Director of Construction. The evaluation instrument that will be used in this process is shown in Section 00440-01 - Contractor’s Performance Evaluation. 16. BIDDING DOCUMENTS A. Bid specifications are available online beginning January 9, 2023 through Wayne 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 from the above website. Copies of the RFP will not be available at the pre-proposal meeting. . B. DOCUMENTS ON FILE http://go.wayne.edu/bids Art Building Elevator Replacement WSU Project No. 040-348980 INSTRUCTIONS TO BIDDERS 00100 - 5 (1) Wayne State University Procurement & Strategic Sourcing’s Website. All available information pertaining to this project will be posted to the Purchasing web site at 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 our ListServ. Available ListServs can be found at http://www.forms.procurement.wayne.edu/Adv_bid/Adv_Bid_Listserve.html (3) Please note: Bid notices will be sent only to those Vendors registered to receive them via our Bid Opportunities list serve. To register, to http://go.wayne.edu/bids, and click on the “Join our Listserve” link at the top of the page. 15. Smoke and Tobacco-Free Policies On August 19, 2015, Wayne State joined hundreds of colleges and universities across the country that have adopted smoke- and tobacco-free policies for indoor and outdoor spaces. Contractors are responsible to ensure that all employees and all subcontractors’ employees are in compliance anytime they are on WSU’s main, medical, or extension center campuses. The complete policy can be found at http://wayne.edu/smoke-free/policy/. http://go.wayne.edu/bids http://wayne.edu/smoke-free/policy/ Art Building Elevator Replacement WSU Project No. 040-348980 NOTICE OF (PREBID BID OPTION) PRE-BID CONFERENCE 00250 - 1 Notice of Mandatory Pre-Bid Conference PROJECT: Art Building Elevator Replacement, PROJECT NOS.: WSU PROJECT NO. 040-348980 It is Mandatory that each Contractor proposing to bid on this work must attend a pre-bid conference as a condition for submitting a proposal. Pre-registration for the meeting is to be made on or before Noon on, January 17, 2023. Please use our online registration form to confirm your attendance. The link for the registration form will be posted with the proposal details at http://go.wayne.edu/bids. The pre-bid meeting will be held on January 18, 2023, 10:00 am (Eastern - Detroit Time). Vendors who would like to participate in the pre-bid meeting via a TEAMS Video Conference or Conference Call, may do so via the information below: Microsoft Teams Meeting On-line or via Conference Call Click here to join the meeting Optionally - Dial in at +1 313-261-5339 Conference ID: 151 907 375# The purpose of this conference is to clarify the procedures, scope of work, and to identify any omissions and/or inconsistencies that may impede preparation and submission of representative competitive bids. In the event that less than 3 individual contractor firms attend the pre-bid conference, the University reserves the right, at its sole discretion, to either reschedule the pre-bid conference or proceed and offer a second pre-bid conference date. (Attendance at only one pre-bid conference will be required). Minutes of the conference shall be posted to the Website at http://go.wayne.edu/bids. Any clarifications or corrections that cannot be made at the conference will be by Addendum. All available information pertaining to this project will be posted to the Purchasing web site at http://go.wayne.edu/bids. Information that is not posted to the website is not available/not known. http://go.wayne.edu/bids http://go.wayne.edu/bids https://teams.microsoft.com/l/meetup-join/19%3ameeting_ZmMwNTBlZWMtMTE1Ni00NGQwLTliMjctMmY5M2MxOTkzOTcx%40thread.v2/0?context=%7b%22Tid%22%3a%22e51cdec9-811d-471d-bbe6-dd3d8d54c28b%22%2c%22Oid%22%3a%2277cc5d84-79dd-4386-bb9a-6aae17743ee7%22%7d tel:+1%20313-261-5339,,677687693#%20 http://go.wayne.edu/bids http://go.wayne.edu/bids http://go.wayne.edu/bids Art Building Elevator Replacement WSU Project No. 040-348980 NOTICE OF (PREBID BID OPTION) PRE-BID CONFERENCE 00250 - 2 AGENDA I. Welcome and Introductions A. Wayne State University Representatives B. Vendor Representatives C. 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 University A. 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/Issues A. Questions that can be answered directly by the appropriate person in this meeting will be answered and both question and answer will be recorded in the minutes of the meeting. B. Questions that need to be researched will be answered and a nature of clarification will be emailed to the appropriate ListServ. See http://www.forms.purchasing.wayne.edu/Adv_bid/Adv_Bid_Listserve.html for a list of 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 Valerie Kreher, Procurement & Strategic Sourcing. Discussion with other University members is seriously discouraged and could lead to disqualification from further consideration. All questions and answers will be recorded and emailed to all participants of the RFP. E. Due date for questions is January 24, 2023, 12:00 noon. IV. Minimum Participation A. Pre-registration for the Pre-Bid meeting is required. In the event that we do not have 3 or more eligible bidders pre- registered, the University reserves the right to postpone the Pre-bid meeting with up to 4 business hour notice. B. If less than 3 individual contractor firms attend the Mandatory pre-bid meeting, the University reserves the right, at its sole discretion, to either reschedule the pre-bid conference or proceed and offer a second pre-bid conference date. (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 sole discretion, to rebid the project in an effort to obtain greater competition. If the specifications are unchanged during the rebid effort, any contractor who submitted a bid will be given the option of keeping its bid on file for opening after the second bid effort, or of having the bids returned to them unopened. V. Proposal Due Date: January 30, 2023, 2:00 p.m. VI. Final Comments VII. Adjourn Art Building Elevator Replacement WSU Project No. 040-348980 FORM OF PROPOSAL FOR THE GENERAL CONTRACT 00300 - 1 VENDOR NAME GENERAL CONTRACT - PROPOSAL FORM Sealed proposals for lump-sum General Contract will be received at the office of the Procurement & Strategic Sourcing by electronic submission on January 30, 2023, until 2:00 p.m. (local time). The link for bid submission will be posted with the bid details at http://go.wayne.edu/bids beginning January 9, 2023. Please Note – Vendors must Pre-qualify themselves when responding to this bid opportunity. Our Prequalification questions can be found on page 4 of this section. OWNER: Board of Governors Wayne State University PROJECT: Art Building Elevator Replacement PROJECT NO.: WSU PROJECT NO. 040-348980 PROJECT TYPE: General Work PURCHASING AGENT: Valerie Kreher, Senior Buyer WSU – Procurement & Strategic Sourcing 5700 Cass, Suite 4200 Detroit, Michigan 48202 313-577-3720 rfpteam2@wayne.edu OWNER'S REPRESENTATIVE: Lana Vrubel, Project Manager Design & Construction Services Facilities Planning & Management 5454 Cass Avenue Detroit, Michigan 48202 TO: Board of Governors Wayne State University Detroit, Michigan BASE PROPOSAL: The undersigned agrees to enter into an Agreement to complete the entire work of the Art Building Elevator Replacement project (WSU Project No. 040-348980) in accordance with the Bidding Documents for the following amounts: $ Dollars WSU WAGES: Did your company quote based upon Union or WSU Wage Rates as required? Yes No CONFICT OF INTEREST: Are you or any Officer, Owner or Partner in this company an employee of Wayne State University, or have you been an employee within the past 24 months? If Yes, explain below. Yes No http://go.wayne.edu/bids Art Building Elevator Replacement WSU Project No. 040-348980 FORM OF PROPOSAL FOR THE GENERAL CONTRACT 00300 - 2 Are any immediate family members of any Officer, Owner or Partner in this company employees of Wayne State University? If Yes, explain below. Yes No LAWN REPLACEMENT: The undersigned agrees that, in the event of existing lawn or landscaping damage, due to the Contractor's work, that has not been properly addressed and repaired to the satisfaction of the University, the University may repair/replace the lawn and/or landscaping, and that the expense will be at a unit cost of $15.00 per square yard for lawn, and landscaping at a rate of 1.5 times the cost of said repairs, the full cost of which shall be reimbursed by the contractor. CONTRACT CHANGE The undersigned agrees to the following pricing formula and rates for changes in the ORDERS: contract work: Where changed Work is performed, the Contractor may add to the total estimated actual cost for such 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 4.02.01 Within 14 days of the project’s contract execution Contractor shall provide to the Owner; Subcontractor’s hourly labor rate breakdown details. This requirement shall extend to the lowest level of subcontractor participation. * Job and general overhead includes supervision and executive expenses; use charges on small tools, scaffolding, blocking, shores, appliances, etc., and other miscellaneous job expenses. ** Net labor cost is the sum of the base wages, fringe benefits established by governing trade organizations, applicable payroll taxes, and increased expense for contractor's liability insurance (Workman's Compensation, P.L. and P.D.). TIME OF COMPLETION: The Contract is expected to be fully executed on or about 25 calendar days after successful bidder qualification and recommendation of award. The undersigned agrees to start construction immediately after receipt of a fully executed contract, and to complete the work as follows: Substantial Completion will be completed no later than December 22, 2023. LIQUIDATED DAMAGES: It is understood and agreed that, if project is not completed within the time specified in the contract plus any extension of time allowed pursuant thereto, the actual damages sustained by the Owner because of any such delay, will be uncertain and difficult to ascertain, and it is agreed that the reasonable foreseeable value of the use of said project by Owner would be the sum of $None.00 per day, and therefore the contractor shall pay as liquidated damages to the Owner the sum of $None.00 per day for each day's delay in substantially completing said project beyond the time specified in the Contract and any extensions of time allowed thereunder. TAXES: The undersigned acknowledges that prices stated above include all applicable taxes of whatever character or description. Michigan State Sales Tax is applicable to the work. Bidder understands that the Owner reserves the right to reject any or all bids and to waive informalities or irregularities therein. ADDENDA: The undersigned affirms that the cost of all work covered by the following Addenda are included in the lump sum price of this proposal. Addendum No. Date Addendum No. Date Addendum No. Date Addendum No. Date Addendum No. Date Addendum No. Date Addendum No. Date Addendum No. Date Art Building Elevator Replacement WSU Project No. 040-348980 FORM OF PROPOSAL FOR THE GENERAL CONTRACT 00300 - 3 Addendum No. Date Addendum No. Date CONTRACTOR'S PREQUALIFICATION STATEMENT & QUESTIONNAIRE: Our Minimum Requirements for Construction Bids are: WSU considers this project: General Work. Criteria Small Project bid less than $50,000 Medium Project bid between $50,001 and $250,000 Large Project bid between $250,001 and $2 million Very Large Project bid greater than $2 million EMR Rating (Experience Modification Rating) 1.0 or Less 1.0 or Less 1.0 or Less 1.0 or Less Bondable Vendor N.A. Required Required Required Length of Time in Construction Business 2 Years 3 Years 5 Years 5 Years Demonstrated Experience in Projects Similar in Scope and Price in the last 3 years 1 or more 1 or more 2 or more 3 or more Unsuccessful Projects on Campus in last 3 years None Allowed None Allowed None Allowed None Allowed Failure to comply with WSU Wage and/or Project Labor requirements None Allowed None Allowed None Allowed None Allowed Withdrawn University Bid (with or without Bond forfeiture) within the last 3 years ** 1 or less 1 or less 1 or less 1 or less Company currently not in Chapter 11 of the US Bankruptcy Code 1 Year 2 Years 3 Years 3 Years ** Withdrawal of a bid is subject to the University suspension policy, for a period up to one year. Contractors must complete the following information to determine their eligibility to participate in this bid. This information is required with your Bid to the University Failure to complete this form in its entirety will result in your bid being disqualified. Check one of the following on the makeup of your company: Corporation Individual Partnership Joint Venture Other (Explain below): Art Building Elevator Replacement WSU Project No. 040-348980 FORM OF PROPOSAL FOR THE GENERAL CONTRACT 00300 - 4 Diversity Classification: Please indicate the appropriate diversity classification for your company. The University recognizes the following groups as diverse or disadvantaged: • Majority Owned • Minority Business Enterprises (MBE) • Women Business Enterprises (WBE) • Disabled Veteran Enterprises (DVBE) • Disabled Person Enterprises (DBE) • Veteran Owned Businesses (VBE) • Small Businesses per the US Small Business Administration (SBE) • Other (Please Explain): 1. How many years has your organization been in business as a contractor? 2. How many years has your organization been in business under its present business name? 3. List states in which your organization is legally qualified to do business. 4. Provide the Name and Address of your Liability Insurance Carrier. 5. What is your current EMR Rating? The minimum requirement is an EMR Rating of 1.0 or less for all projects. Bidders with a rating higher than 1.0 understand that their bid may be disqualified, at the sole discretion of the University. 6. What percentage of work performed on projects are by company employees; excluding any hired subcontracting and outsourced relationships, for the bid submitted? _______ % 7. What percentage of work performed on your company’s behalf are by subcontracted business relationships; disallowing 1099 contracting work forces, for the bid submitted? _______ % 8. Have you ever failed to complete any work awarded to you? If so, attach a separate sheet of explanation. Include the name of the Project, the customer, the dates of the work, and the amount of the contract? 9. Have you withdrawn a bid after a University bid opening and/or refused to enter into a contract with the University upon notification of award within the last 3 years? If so, state the Project Name and Number, and the date of bid submission below. 10. Has any officer or partner of your organization ever been an officer or partner of another organization that failed to complete a construction contract? If so, attach a separate sheet of explanation. 11. List the construction experience of the principals and superintendents of your company. Name: __________________________________ Title: _____________________________________ _________________________________________________________________________________ Name: __________________________________ Title: _____________________________________ _________________________________________________________________________________ Art Building Elevator Replacement WSU Project No. 040-348980 FORM OF PROPOSAL FOR THE GENERAL CONTRACT 00300 - 5 Name: __________________________________ Title: _____________________________________ _________________________________________________________________________________ 12. List the construction Projects, and approximate dates, when you performed work similar in Scope to this project. Project: ___________________________________ Owner: __________________________________ Contract Amount: ___________________________ Date Completed: _________________________ Project: ___________________________________ Owner: __________________________________ Contract Amount: ___________________________ Date Completed: _________________________ Project: ___________________________________ Owner: __________________________________ Contract Amount:___________________________ Date Completed: _________________________ 13. List the construction Projects, and approximate dates, when you performed work similar in Dollar Amount to this project. Project:___________________________________ Owner:__________________________________ Contract Amount: __________________________ Date Completed: _________________________ Project: __________________________________ Owner: __________________________________ Contract Amount: __________________________ Date Completed: _________________________ Project: ___________________________________ Owner: __________________________________ Contract Amount: ___________________________ Date Completed: _________________________ 14. Is your Company “bondable”? Yes No 15. What is your present bonding capacity? $ 16. Who is your bonding agent? NAME: ADDRESS: PHONE: ( ) CONTACT: 17. Does your company agree to provide financial reports to the University upon request? Failure to agree may result in disqualification of your bid? (select one): Yes No 18. Does your company agree that all of the Terms and Conditions of this RFP and Vendor’s Response Proposal become part of any ensuing agreement? (select one): Yes No 19. Does your company agree to execute a contract containing the clauses shown in Section 00500 “Agreement between Contractor and Owner for Construction”? (select one): Yes No Art Building Elevator Replacement WSU Project No. 040-348980 FORM OF PROPOSAL FOR THE GENERAL CONTRACT 00300 - 6 If “No”, clearly note any exceptions to any information contained in the contract documents and include with your proposal. Otherwise, a “No” response without documentation will be considered a non-responsive proposal. In addition, any proposed exceptions may or may not be accepted by the University. 20. Does your company agree to comply with the University Smoke and Tobacco Free Policies? Yes No Note: Contractors submitting proposals for this project may, at the discretion of the University, be required to submit references including contact information to be used to assist in the post bid evaluation process for the subject project ACKNOWLEDGEMENT OF The undersigned has read and understands the minimum qualifications MINIMUM QUALIFICATIONS: for University construction projects, and has completed the Prequalification section completely and accurately. The undersigned understands that a contractor, who fails to meet the minimum qualifications in the category identified for this project, will be disqualified from consideration for the project. ACCEPTANCE OF PROPOSAL: The undersigned agrees to execute a Contract, being the Wayne State University standard form titled "Agreement Between Contractor and Owner for Construction" (see section 00500 of the bid documents), provided that we are notified of the acceptance of our Proposal within sixty (60) days of the date set for the opening thereof. The undersigned below understands that the bid will be disqualified if the Prequalification information above is not completed in its entirety. NAME OF COMPANY: OFFICE ADDRESS: PHONE NUMBER: DATE SIGNED BY: Signature (Please print or type name here) TITLE EMAIL ADDRESS: @ Art Building Elevator Replacement WSU Project No. 040-348980 WSU WAGE RATE SCHEDULE 00410 - 1 WAYNE STATE UNIVERSITY RATE SCHEDULE (revised 11-01-2018) POLICY Wayne State University requires all project contractors, including subcontractors, who provide labor on University projects to compensate at a rate no less than WSU wage rates. The rates of wages and fringe benefits to be paid to each class of laborers and mechanics by each VENDOR and subcontractor(s) (if any) shall be not less than the wage and fringe benefit rates prevailing in Wayne County, Michigan, as determined by the United States Secretary of Labor. Individually contracted labor commonly referred to as “1099 Workers” and subcontractors using 1099 workers are not acceptable for work on any of Wayne State’s properties. Rates for all counties are available at https://wdolhome.sam.gov/, and Procurement will post the schedules quarterly that pertain to Wayne County on its website at http://procurement.wayne.edu/vendors/wage-rates.php. Certified Payroll must be provided for each of the contractor’s or subcontractor’s payroll periods for work performed on any University project. Certified Payroll must accompany Pay Applications, and be fully reconciled with the final Pay Application. Failure to provide certified payroll will constitute a material breach of contract, and pay applications will be returned unpaid, and remain unpaid until satisfactory supporting documents are provided. Additional information can be found on the University Procurement & Strategic Sourcing’s web site at the following URL address: http://procurement.wayne.edu/vendors/wage-rates.php PROCEDURE Construction Bids and other Bids or Proposals for work that includes construction shall contain a WSU Wage Rate clause outlining a contractor’s responsibilities under University policy. Each bid solicitation shall include reference to the most current wage determination schedule that contractors can use when preparing their bids. When compensation will be paid under WSU Wage Rate requirements, the University shall require the following: • The contractor shall obtain and keep an accurate record showing the name and occupation of and the actual wages and benefits paid to each laborer and mechanic employed in connection with this contract. • The contractor shall submit a completed certified payroll document [U.S. Department of Labor Form WH 347] verifying and confirming the WSU Wage and benefits rates for all employees and subcontractors for each payroll period for work performed on this project. The certified payroll form can be downloaded from the Department of Labor website at http://www.dol.gov/whd/forms/wh347.pdf. • A properly executed sworn statement is required from all tiers of contractors, sub-contractors and suppliers which provide services or product of $10,000.00 or greater. Sworn statements must accompany applications for payment. All listed parties on a sworn statement as a subcontractor must submit Partial or Full Conditional Waivers for the amounts invoiced on the payment application. A copy of the acceptable WSU Sworn Statement and Waiver will be provided to the awarded contractor. If the VENDOR or subcontractor fails to pay the WSU rates of wages and fringe benefits and does not cure such failure within 10 days after notice to do so by the UNIVERSITY, the UNIVERSITY shall have the right, at its option, to do any or all of the following: • Withhold a portion of payments due the VENDOR as may be considered necessary by the UNIVERSITY to pay laborers and mechanics the difference between the rates of wages and fringe benefits required by this contract and the actual wages and fringe benefits paid. • Terminate the contract and proceed to complete the contract by separate agreement with another vendor or otherwise, in which case the VENDOR and its sureties shall be liable to the UNIVERSITY for any excess costs incurred by the UNIVERSITY. Art Building Elevator Replacement WSU Project No. 040-348980 WSU WAGE RATE SCHEDULE 00410 - 2 • Propose to the Associate Vice President for Business Services / Procurement that the Vendor be considered for Debarment in accordance with the University’s Debarment Policy, found on our website at https://policies.wayne.edu/appm/2-8-debarment-policy-on-non-responsible-vendor-in-procurement-transactions Terms identical or substantially similar to this section of this RFP shall be included in any contract or subcontract pertaining to this project. Prior to award of the project, the apparent low bidder will be required to produce a schedule of values which will include the proposed subcontractors for each division of work and whether the subcontractor is signatory or non-signatory. A letter of intent or contract will not be issued to the apparent low bidder until this document is provided. The apparent low bidder will have one week to produce this document. If the required document is not received within this time, the bidder will be disqualified, and the next low bidder will be required to provide this schedule of values. Art Building Elevator Replacement WSU Project No. 040-348980 WSU WAGE RATE SCHEDULE 00410 - 3 APPENDIX A FOR THE WSU WAGE SCHEDULE FOR THIS PROJECT See web site: http://go.wayne.edu/bids http://go.wayne.edu/bids

130 E. 9th, Fremont, NE 68025Location

Address: 130 E. 9th, Fremont, NE 68025

Country : United StatesState : Nebraska

You may also like

UW-Green Bay Boiler 2 and 3 bottom blow valve replacement

Due: 29 Mar, 2024 (Today)Agency: State of Wisconsin

324-64 – Buildings 3 & 4 Roof Replacement Project (Detentio

Due: 11 Apr, 2024 (in 13 days)Agency: Daviess County

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.