melvindale-northern allen park public schools - axiom …€¦ ·  ·...

222
Project Manual & Bidding Requirements Melvindale-Northern Allen Park Public Schools Stadium Renovations at Melvindale High School Construction Manager: Architect: McCarthy & Smith, Inc. Wakely Associates 24317 Indoplex Circle 30500 Van Dyke, Suite M-7 Farmington Hills, MI 48335 Warren, MI 48093 Phone: (248) 427-8400 Phone: (586) 573-4100 Fax: (248) 427-8401 Fax: (586) 573-0822 December 28, 2017

Upload: doandiep

Post on 04-May-2018

215 views

Category:

Documents


2 download

TRANSCRIPT

Project Manual &

Bidding Requirements

Melvindale-Northern Allen Park Public Schools

Stadium Renovations at Melvindale High School

Construction Manager: Architect: McCarthy & Smith, Inc. Wakely Associates 24317 Indoplex Circle 30500 Van Dyke, Suite M-7 Farmington Hills, MI 48335 Warren, MI 48093 Phone: (248) 427-8400 Phone: (586) 573-4100 Fax: (248) 427-8401 Fax: (586) 573-0822

December 28, 2017

PROJECT MANUAL

MELVINDALE-NORTHERN ALLEN PARK PUBLIC SCHOOLS

TABLE OF CONTENTS

DIVISION 0 BIDDING AND CONTRACT REQUIREMENTS 00 11 13 Advertisement for Bids 00 21 13 Instructions to Bidders 00 22 13 Supplemental / Special Instructions to Bidders 00 24 16 Bid Section 00 31 13 Milestone Schedule 00 41 26 Bid Division Index, Descriptions and Bid Pricing Forms 00 42 00 Bid Execution Form 00 42 05 Familial Disclosure Statement 00 42 10 Iran Economic Sanctions Act Statement 00 42 20 Affidavit of Compliance-Criminal Background Checks 00 52 00 Construction Contract 00 62 00 Pre-Contract Performance Submittals 00 63 54 Change Order Pricing Form 00 72 00 General Conditions of the Contract for Construction 00 73 00 Supplemental/Special Conditions to the General Conditions 00 73 10 Additional Articles to the General Conditions 00 73 36 Affirmation Action Program 00 73 73 Statutory Declarations

SPECIFICATIONS DIVISION 1 GENERAL REQUIREMENTS 01 11 00 Summary of Work 01 11 25 Construction and Change Documents 01 31 19 Project Meetings 01 32 23 Layouts & Measurements 01 35 23 Safety 01 41 00 Permits, Inspections, and Licensing Fees 01 50 00 Construction Facilities and Temporary Controls 01 57 00 Traffic, Environmental and Safety Protection 01 58 13 Project Signs 01 66 00 Material and Equipment 01 66 10 Access, Delivery and Storage 01 74 00 Cleaning and Final Clean-Up 01 76 00 Protection of Completed Work 01 77 00 Contract Close-Out 01 78 00 Record Documents 01 78 54 Hazardous Materials Other Information - Geotechnical Report Melvindale High School Athletic Fields Dated October 2017 - Geotechnical Report Melvindale High School Track Reconstruction Dated October 2016

00 11 13 - 1

MELVINDALE- NORTHERN ALLEN PARK PUBLIC SCHOOLS MELVINDALE, MI 48122

SECTION 00 11 13

ADVERTISEMENT FOR BIDS Sealed Bids for the MELVINDALE- NORTHERN ALLEN PARK PUBLIC SCHOOLS, consisting of:

Stadium Renovations at Melvindale High School Project The Board of Education of the Melvindale – Northern Allen Park Public Schools (“Owner” or “School District”) requests Bids for the above referenced project. Bids will be received to the attention of Ms. Elfriede Hervey, Director of Maintenance/Transportation, 18530 Prospect Avenue, Melvindale, MI 48122 on or before 1:30 P.M., local time on January 18, 2018 (“Due Date”) at which time all Bids received will be opened and read aloud at the Melvindale-Northern Allen Park Public School District Board Room (address above). Bids are to be submitted in a sealed envelope. The bid division(s) being bid is/are to be identified on the outside of the envelope. The Owner is not liable for any delivery or postal delays. The Board of Education will not consider, accept or open a Bid received after the Due Date and time specified for Bid submission. All Bids received after the Due Date will be unopened and made available to the respective Bidder for pick-up, at their sole cost and expense for a period of two (2) weeks. Faxed or e-mailed Bids will not be considered. This Project will consist of separate sealed Bids for the following Bid Divisions of work:

101 Earthwork and Site Utilities 102 Asphalt Paving 103 Selective Demolition 104 Foundations 105 Concrete Flatwork / Site Concrete 106 Masonry 108 Carpentry & General Trades 109A Metal Roofing 114 Aluminum Glass & Glazing 115 Metal Studs / Drywall / Plaster / EIFS

118 Carpet & Resilient Flooring 120 Painting 126 Metal Lockers 140 Plumbing 143 Electrical 153 Athletic Field Fencing 156 Outside Bleachers 166 Synthetic Fields 167 Track Surfacing

Bidding Documents prepared by Wakely Associates will be available for public inspection at the office of the Construction Manager, McCarthy & Smith, Inc., 24317 Indoplex Circle, Farmington Hills, MI 48335; the Dodge Plan Room, Construction Association of Michigan (CAM), Reed Construction Data, and Builders Exchange, Lansing.

Bidding Documents will be available beginning at 3:00 P.M. on December 28, 2017 via the following:

- Bidders may obtain one (1) set of ½ size bidding by contacting the Construction Manager, McCarthy & Smith, Inc., at (248) 427-8400.

- Bidders may download Bid Documents from Gradebeam.com free of charge.

A Pre-Bid meeting will be held on Tuesday January 9, 2018 @ 10:30 pm at Melvindale – Northern Allen Park Public Schools Board Room located at 18530 Prospect, Melvindale, MI 48122. The purpose of the meeting will be to review the Project and schedule, and to address questions from interested Bidders. All Bidders are encouraged to attend. All Bids should include 2 copies (1 original, 1 copy) of the Bid Pricing Form (Section 00 41 26), Bid Execution Form (Section 00 42 00), Familial Disclosure (Section 00 42 05) and the Iran Economics Sanctions Act Affidavit (Section 00 42 10), and the Contractor Background Check Affidavit (Section 00 42 20) Each Bid must be accompanied by a sworn and notarized statement disclosing any familial relationship that exists between the owner or any employee of the Bidder and any member of the Board of Education or the

00 11 13 - 2

Superintendent of Melvindale – Northern All Park Public School District. The Board of Education will not accept a Bid that does not include this sworn and notarized disclosure statement. Each Bid must be accompanied by a sworn and notarized statement certifying that the Bidder is compliant with the Iran Economics Sanctions Act. The Board of Education will not accept a Bid that does not include this sworn and notarized statement. All Bids must be accompanied by a Bid Security, in either the form of a bid bond or certified bank check, in the amount of five (5) percent of the amount of the Bid, payable to Melvindale – Northern Allen Park Public School District, as a guarantee that if the Bid is accepted, the School District is secured from loss or damage by reason of the withdrawal of the Bid or failure of the Bidder to enter a Contract for performance, Further, the Bidder will execute the Contract, provide the required insurance certificate(s) and file the required bonds within ten (10) days after notice of award of Contract but prior to Work commencing. Melvindale – Northern Allen Park Public School District’s Board of Education reserves the right to accept or reject any and all Bids, either in whole or in part, to waive any informalities or irregularities therein, or to award the contract to other than the Bidder(s) submitting the best financial Bid (low bidder), in its sole and absolute discretion. This Project is authorized by Melvindale – Northern Allen Park Public School Board of Education and Administration.

END OF SECTION

00 21 13 - 1

SECTION 00 21 13 INSTRUCTIONS TO BIDDERS

The Instructions to Bidders is AIA Document A701, issued by the American Institute of Architects, 1997 edition, as modified herein in in Section 00 21 13 titled “Supplemental / Special Instructions to Bidders.” In addition:

1. Bidding documents may be obtained at the office of the Construction Manager, McCarthy &

Smith, Inc.

2. Bidding Documents may also be downloaded free of charge from Gradebeam.com. Bidders may contact the Construction Manager, McCarthy & Smith, Inc., at (248) 427-8400 to obtain log in information for accessing the Gradebeam.com files.

3. ALL BIDS SUMBITTED REQUIRE A 5% BID SECURITY. Bid Securities can be in the form of

a Bid Bond or a Certified Check made out to Melvindale-Northern Allen Park Public Schools in the amount of 5% of the Bid.

4. Bidders are to be aware that many of the bid divisions of work are asking for separate lump

sum prices for either groupings of buildings, or individual buildings alone

5. Bidders are to provide breakdown pricing, for the Owner’s accounting purposes, of their Bids for the individual building Projects on the Proposal Pricing form.

6. Bidders must include with their Bid the following forms and information:

a. Bid Security in the amount of 5% of the Bid Proposal b. Bid Division Bid Pricing form (Section 00 41 26) c. Bid Execution Form (Section 00 42 00) d. Executed, Signed & Notarization Familial Disclosure Statement (Section 00 42 05). e. Executed, Signed & Notarization of the Affidavit of Bidder for the Iran Economic

Sanctions Act (Section 00 42 10).

7. The apparent low Bidders will be required to attend a Post Bid interview. The Post Bid interview will take place at the office of the Construction Manager, McCarthy & Smith. A Bidder’s failure to attend the Post Bid interview may be cause for disqualification of the Bidder’s Bid.

8. The School District’s anticipated timeline for its selection process is:

Non-Mandatory pre-bid walk through 1/9/18 10:30 AM

DUE DATE FOR BIDS 1/18/18 1:30 PM

Bid Opening 1/18/18 1:30 PM

Post Bid Reviews 1/22 – 1/25/18 starting at 9:00 AM

Team Meeting to Review To Review Contract Award 2/8/18

Award Recommendation-Board Packet 2/8/18

00 21 13 - 2

PLEASE NOTE: The School District reserves the right, in its sole and absolute discretion, to make modifications to the RFB timeline set forth above as it determines to be in its best interest.

9. The Due Date for receipt of Bids is:

January 18, 2018 @ 1:30 PM.

10. Bid Envelope: The opaque envelope containing your Bids must be marked in the lower left hand corner as follows: SEALED BIDS ENCLOSED

MELVINDALE-NORTHERN ALLEN PARK PUBLIC SCHOOLS [Name of Project] [Bidder’s Name]

[Bidder’s Address] [Bidder’s Telephone Number]

The envelope must also be addressed and delivered as follows:

MELVINDALE-NORTHERN ALLEN PARK PUBLIC SCHOOLS Attention: Ms. Elfriede Hervey

18530 Prospect Avenue Melvindale, MI 48122

11. Late Bids: Each Bidder is responsible for submission of its Bid. Bids or Bid revisions received

after the Due Date will not be accepted or considered. The School District is not liable for any delivery or postal delays.

12. Returned Bids: All Bids received after the Due Date will be unopened and made available to

the respective Bidder for pick-up, at their sole cost and expense for a period of two (2) weeks.

13. Signed Original Bids: Each Bid must be an original and hard copy, and signed by an authorized member of the Bidder’s firm. This member should be the highest-ranking officer at the local level. NO ORAL, FAX or E-MAILED Bids will be accepted. Each Bid must be submitted on the Bids Form attached to this RFB.

14. Copies of Bids: The Bidder shall also submit with the signed original Bid, one (1) complete

copy of the signed original Bid.

15. Opening of Bids: At the specified location and Due Date stated above, all submitted Bids shall be publicly opened and dated. Any interested parties may attend. No immediate decision will be rendered.

16. E-Mail Clarifications: The School District intends to communicate with Bidders via e-mail

(e.g., RFB clarifications and addenda). Except for the delivery of the Bid itself, references in this RFB to “written” form of communications include e-mail.

17. Requests for Clarification: Prospective Bidders may request that the School District clarify

information contained in this RFB. All such requests must be made in writing via email. The School District will attempt to provide a written response to all written Requests For Clarification within three (3) business days after the receipt of such request. The School District will not respond to any Request for Clarification received after 5:00 p.m. on January 16, 2018. Requests for Clarification and inquiries must be made via e-mail. All Requests for Clarification must be directed to Matt Hartmann at [email protected]. (Subject Line:

00 21 13 - 3

Renovations to Melvindale High School: Request for Clarification). No response will be made to any oral questions. Clarifications will be provided in an Addendum posted on the Gradebeam Website. Bidders are responsible to check the website to RFB Due Date to ensure that it has received all the information, including but not limited to, all Addendum to this RFB.

18. Restrictions On Communication: From the issuance of this RFB until a Bidder is selected

and the selection announced, a prospective Bidder shall not communicate about the subject of this RFB or a Bidder’s Bid with the School District, its Board of Education, or any individual member, administrators, faculty, staff, students or employees, except for additional Requests For Clarification in accordance with Paragraph 18 above, or as otherwise required by applicable law.

19. Addenda to the RFB: If it becomes necessary to revise any part of this RFB addenda will be

issued by the Construction Manager and all addenda shall become a part of this RFB. Each Bidder must in its Bids, to avoid any miscommunication, acknowledge all addenda which it has received, but the failure of a Bidder to receive, or acknowledge receipt of, any addendum shall not relieve the Bidder of the responsibility for complying with the terms thereof.

20. RFB/Bid Information Controlling: The School District intends that all Bidders shall have equal access to information relative to this RFB, and that this RFB contains adequate information. No information communicated, either verbally or in writing, to or from a Bidder shall be effective unless confirmed by written communication contained in an addendum to this RFB, a Request for Clarification or other written response thereto, or in the Bids.

21. Finality of Decision: Any decision made by the School District, including the Bidder selection, shall be final. Each Bidder by submitting its Bid releases the School District from any and all claims arising out of, and related to, this bidding process and selection of a Bidder.

22. Reservation of Rights: The School District reserves the right, in its sole and absolute discretion (for this provision and all other provisions contained in this RFB), to accept or reject, in whole or in part, any or all Bids with or without cause. The School District further reserves the right to waive any irregularity or informality in the RFB process or any Bid, and the right to award the Contract to other than the Bidder submitting the best financial Bid (low bidder). The School District reserves the right to request additional information from any or all Bidders. The School District reserves the right to negotiate with the Bidders concerning their Bids. The School District reserves the right to select one or more Bidders to perform the Work on behalf of the School District. In the event a Bidder’s Bid is accepted by the School District and that Bidder asserts exceptions, special considerations or conditions after acceptance, the School District, in its sole and absolute discretion, reserves the right to reject the Bid and award the Contract to another Bidder.

23. Release of Claims: Each Bidder by submitting its Bid releases the School District from any and all claims arising out of, and related to, this RFB process and selection of a Bidder.

24. Bidder Bears Bid Costs: A recipient of this RFB is responsible for any and all costs and liabilities incurred by it or others acting on its behalf in preparing or submitting a Bid, or otherwise responding to this RFB, or any negotiations incidental to its Bid or this RFB.

25. Irrevocability of Bids: All Bids submitted shall not be withdrawn and shall be irrevocable for a minimum period of ninety (90) calendar days following the Due Date for receipt of Bids set forth above.

26. Collusive Bidding: The Bidder certifies that its Bid is made without any previous understanding, agreement or connection with any person, firm or corporation making a Bid for the same Work and is in all respects fair, without outside control, collusion, fraud or otherwise illegal action.

27. Incorporation by Reference: The Contract shall incorporate by reference this RFB and the Bidder’s Bid. It is acknowledged by the Bidder that exceptions or special conditions of the

00 21 13 - 4

Bidder will not be binding upon the School District unless those exceptions or special conditions are expressly accepted by the School District, and specifically incorporated into the final Contract.

28. Governing Law: The Contract shall be governed by and construed in accordance with the laws of the State of Michigan. The parties hereby agree to the exclusive jurisdiction and venue of courts sitting in Wayne County, Michigan.

29. Contract Assignment or Sub-Contract: The Contract shall not be assigned, transferred, or sublet, in whole or in part, by the Bidder without the prior written consent of the School District.

30. Competitive Bids: The name of a model, manufacturer or brand in this RFB shall not be considered as exclusive of other brands. Brands and models specified in this RFB are preferred. The School District expects all supplies, materials, equipment or Products Bid by a Bidder to meet or exceed the Specifications set forth in this RFB. Further, it is the School District’s intent that this RFB permit competition. Accordingly, the use of any patent, proprietary name or manufacturer’s name is for demonstrative purposes only and is not intended to curtail competition. Whenever any supplies, material, equipment or Products requested in this RFB are specified by patent, proprietary name or by the name of the manufacturer, unless stated differently, such specification shall be considered as if followed by the words “or comparable equivalent,” whether or not such words appear. The School District in its sole and absolute discretion, shall have the right to determine if the proposed equivalent Products/brands submitted by Bidder meet the Specifications contained in this RFB and possess equivalent and/or better qualities. It is the Bidder’s responsibility to notify the Owner in writing if any Specifications or suggested comparable equivalent Products/brands require clarification by the School District prior to the Due Date for Bids. Any and all Bid deviations/exceptions from Specifications must be noted on the Bid Form.

END OF SECTION

00 22 13 - 1

SECTION 00 22 13 SUPPLEMENTAL/SPECIAL INSTRUCTIONS TO BIDDERS

THE FOLLOWING CONDITIONS AMEND, SUBTRACT OR ADD TO THE INSTRUCTIONS TO BIDDERS, AIA DOCUMENT A-701, 1997 EDITION

ARTICLE I DEFINITIONS

1.2 In the second line change the word "A201" to "A232 – 2009."

1.10 Add a new paragraph:

"A Bid Division is a unit of work to be performed by a Bidder and its sub-bidders which forms part of the total Project. The term Bid Division should not be confused with the term Technical Division. Basically, the Technical Division specifies quality and performance, the Bid Division denotes Work scope."

1.11 Add a new paragraph:

"A Bid Division Description is a written description of the scope of Work to be performed by a Bidder in a specific Bid Division."

ARTICLE 2 BIDDERS REPRESENTATIONS

2.1.3 Delete this entire paragraph and substitute the following:

“The Bidder has examined the site, become familiar with local conditions under which the Work is to be performed and has correlated the Bidder’s examination with the requirements of the proposed Contract Documents and has satisfied themselves as to the conditions thereof. No allowances or extra payments will be made to the Bidder for, or on account of costs or expenses occasioned by Bidder’s failure to comply with the provisions hereof or by reason of error or oversight on the part of the Bidder.

ARTICLE 3

BIDDING DOCUMENTS

3.1 COPIES 3.1.3 Insert the words ", Construction Manager," after the word "Owner" in the second line.

3.1.4 Insert the words “, Construction Manager,” after the word “Owner” in the first line.

3.2 INTERPRETATION OR CORRECTION OF BIDDING DOCUMENTS.

3.2.2 Delete the period at the end of the paragraph and continue the sentence as follows: "...or make a verbal request to the Architect at the Pre-Bid Meeting."

3.3 SUBSTITUTIONS

3.3.1 Add the following:

Where several materials are specified under the same heading, selection shall be at the option of the Bidder. Where materials or products are specified accompanied with the phrase "Approved Substitution", or similar verbiage, the Bidder may submit materials or products for approval in accordance with Subparagraph 3.3.2.

00 22 13 - 2

3.3.2 In the third line change the word "ten" to "seven working".

3.4 ADDENDA. 3.4.3 Delete this paragraph.

ARTICLE 4

BIDDING PROCEDURE

4.1 FORM AND STYLE FOR BIDS.

4.1.1 Delete remainder of sentence after the word "forms" and add the following words "provided by the Construction Manager."

4.1.2 Delete this paragraph.

4.1.7 Delete the words "Copy of the" after the first word "Each". Delete the first two words in

the second sentence "Each copy" and the period at the end of the first sentence. Insert a comma and the word "and" after the words "legal entity".

4.3 SUBMISSION OF BIDS.

4.3.1 Delete this entire paragraph and substitute the following:

"All bids shall be submitted in the envelope provided for such purpose by the Construction Manager."

4.4.1 Add the following sentence after the first sentence:

“Bidder shall agree not to withdraw their bid for a period of (90) ninety calendar days after the Due Date.”

ARTICLE 5 CONSIDERATION OF BIDS

5.1 OPENING OF BIDS

Revise entire paragraph to read as follows: “The properly identified Bids received on or before Due Date will be publicly opened in accordance with the Advertisement for Bids and will be read aloud. An abstract of the Bids may, at the discretion of the Owner, be made available to Bidders.”

5.2 REJECTION OF BIDS

Add the following to the end of the first sentence: “, including the low bid.”

5.3 ACCEPTANCE OF BID (AWARD) 5.3.1 Delete the word “qualified” and replace with the word “responsible” in the first sentence.

Add the words “or reject any and all bids in whole or in part” after the word “accept” in the second sentence.

ARTICLE 6 POST-BID INFORMATION

6.1 CONTRACTOR'S QUALIFICATION STATEMENT.

6.1.1 Insert the words "Construction Manager or" prior to the word "Architect" in the second line.

00 22 13 - 3

6.1.2 OWNER’S FINANCIAL CAPABILITY

Delete this paragraph in its entirety.

6.3 SUBMITTALS.

6.3.1 In the second line, replace the word "Architect" with "Construction Manager". Delete the colon after the word "writing", and add the following: "all Pre-Contract Performance Submittals as specified in Section 00600". Delete items .1, .2, and .3 from this paragraph.

6.3.2 Insert the words "Construction Manager," prior to the "Architect" in the second line.

6.3.3 Delete this paragraph in its entirety and replace with " Prior to the award of the Contract,

the Construction Manager will notify the Bidder in writing if either the Owner, Construction Manager, or Architect, after due investigation, has reasonable and substantial objection to any person or entity on such list, and refuses in writing to accept such persons or organization. The Bidder may, at its option, (1) withdraw the Bid; (2) submit an acceptable substitute person or entity at no change in cost; (3) submit an acceptable substitute person or entity with an adjustment in the Bid price to cover the difference in cost occasioned by such substitution".

6.3.4 Insert the words ", Construction Manager" after the word "Owner" in the second line.

Insert the words ", Construction Manager" after the word "Owner" in the fifth line.

6.3.5 Add a new paragraph:

“Owner shall not be liable to Bidder for any cost incurred by the Bidder prior to contract execution.”

ARTICLE 7

PERFORMANCE BOND AND PAYMENT BOND 7.1 BOND REQUIREMENTS. 7.1.3 DELETE this paragraph in its entirety and replace with "The sureties shall be authorized

and licensed to conduct surety business by the State of Michigan and with a rating of A or better from the AM Best Company.

7.1.4 Add a new paragraph:

"The Owner reserves the right to waive bonds on Contracts, if permitted by law."

7.2 TIME OF DELIVERY AND FORM OF BONDS.

7.2.1 DELETE the first sentence and replace with “The Bidder shall deliver the required bonds

to the Owner through the Construction Manager as specified in Section 00 62 00, pre-contract performance submittals.

ARTICLE 8

FORM OF AGREEMENT BETWEEN OWNER AND CONTRACTOR 8.1 FORM TO BE USED.

8.1.1 In the third line change the word "A101" to "A132 - 2009".

END OF SECTION

00 24 16- 1

SECTION 00 24 16 BID SECTION

1.0 ATTENTION ALL BIDDERS A. This is a Construction Management Project. There is no General Contractor. All Contractors on

this Project are considered prime Contractors. The Owner will award separate Contracts for all Bid Divisions involved in the Project. The Project will be administered by the Construction Manager.

2.0 BID DIVISION UNIT A. Although each Bid Division involves an obvious and recognizable segment of "conventional"

subcontracting, multiple contract performance requires that adjustments be made to permit the completion of a Bid Division as a construction unit. Each Contractor is to review the total scope of their responsibilities with respect to the Work of their Bid Division and provide for same in their Bid.

3.0 BID DIVISION DESCRIPTION A. For clarification purposes the scope of the Work involved in each Bid Division is defined in three

categories: "'EXCLUDED", "INCLUDED", and "ALSO INCLUDED". B. Information provided under the heading "EXCLUDED" is for the purpose of noting a point of

beginning and/or to eliminate fringe involvements that might be inadvertently included in the scope of the Work. Information under this heading is not always required to define a Bid Division.

C. "INCLUDED" items are the obvious and/or "conventional" Work scope of a Bid Division. D. Information under "ALSO INCLUDED" points out the "unconventional" and/or less obvious items

of Work included in the Bid Division, as well as the fringe involvements that could inadvertently be missed in evaluating the scope of the Work. Information under this heading is not always required to define a Bid Division.

4.0 MANDATORY INTERFACES A. The scope of each Contractor's Work is defined in the description of their Bid Division. Each

Contractor shall familiarize themselves with the requirements of those Bid Divisions that interface with their own. They shall consider the fact that their Work follows the Work of another contractor and that still another contractor will interface with the Work of their Bid Division and the intent is to produce a complete and finished construction Project.

5.0 PRE-BID MEETINGS A. Meetings with interested Bidders shall be held after documents have been sent out and before the

Bid Due Date. The purpose of the meetings is to familiarize Bidders with the Project. The Owner, Architect, Engineer and Construction Manager shall be in attendance. The schedule of meetings will be sent out by CM. Bidders are urged to attend.

6.0 BIDDING AND AWARD A. All Bidders must submit their Bid on the form provided. Failure to do so may jeopardize the

Bidder’s chances of receiving an award. B. There is no limit as to the number of Bid Divisions any one Bidder can Bid. However, each Bidder

is requested to enter a figure for each and every Bid Division they are bidding, which may be a consideration for award in that Division. Space is provided in the Bid Form to accommodate combined Bids, if any Bidder Bidding more than one Division wishes to be considered on this

00 24 16- 2

alternate basis. C. The award of all Bid Divisions will be based on the dollar value of the Bid, the qualifications of the

Bidder and ability to perform. Bidders are cautioned to fill in all blanks on the pages of the Bid they are submitting by noting "N/A" in those blanks not applicable to their particular Bidl.

7.0 ACCEPTANCE OR REJECTION OF BIDS A. Berkley School District’s Board of Education reserves the right to accept or reject any and all Bids,

either in whole or in part, to waive any informalities or irregularities therein, or to award the contract to other than the Bidder(s) submitting the best financial Bid (low bidder), in its sole and absolute discretion

8.0 MILESTONE CONSTRUCTION SCHEDULE A. A Milestone Schedule for the Project has been developed by the Construction Manager. Each

Bidder is required to review the milestone dates indicated therein and to either endorse or amend them within the context of the portion(s) they are bidding. A space is provided on the Bid Form for specific endorsement or amendment.

B. The Milestone dates as endorsed and/or amended by the successful Bidders and accepted by the

Owner will be used as the basis for a Construction Schedule by which the Project will be built. C. The affect of any amendment to the schedule shall be considered when selecting a Bidder for

performance of the Work due to the fact that time is of the essence to the Owner. Bidders are obligated to comment on the milestone dates if in their opinion they do not realistically depict the time interval for performance of the Work in their Bid Division(s).

END OF SECTION

00 31 13 - 1

SECTION 00 31 13 MILESTONE SCHEDULE

The Milestone Schedule indicates completion dates for significant areas during the construction period. Completion of an area is considered to be attained when the Work of subsequent activities can proceed in accordance with their scheduled dates. During the construction period, a Construction Schedule will be collectively developed and updated from current information and input from Contractors. The Construction Schedule will detail contractor performance responsibilities between Project milestones. Following is the preliminary Milestone Schedule for each buildings scope of Work. Although the schedule may not be inclusive of all activities, it is provided to show timelines required to meet the completion dates for each Project. Bidders are to include all necessary overtime to meet the project schedule. No change orders will be executed for overtime premium. Activity Start End Construction Contract Awards, Submittals, Shop Drawings, Permits 2/12/2018 3/30/2018

Mobilization 4/2/2018 Construction 4/2/2018 8/24/2018

Site Demolition and Removals 4/2/2018 4/13/2018 Buidings

Building Pads 4/16/2018 4/20/2018 Building Footings/CMU 4/23/2018 5/11/2018

Roof Trusses/Sheathing 5/14/2018 6/8/2018 Interior Slabs Roughins, Finishes, Roofing 6/11/2018 7/27/2018

Selective Demo of existing Building 5/14/2018 6/8/2018 Interior roughins, finishes, Plumbing/Mech, Elec 6/11/2018 8/10/2018

Punchlist/Inspections 8/13/2018 8/24/2018 Site/Fields

Civil /Site Utility 4/16/2018 5/4/2018 Earthwork to Rough Grade 4/23/2018 5/18/2018

Perimeter Curb 5/21/2018 5/25/2018 Athletic field subbase 6/1/2018

Athletic Field install 6/4/2018 7/13/2018 Track Subbase 6/4/2018 6/8/2018 Asphalt Paving 6/11/2018 6/22/2018

Track Surfacing/Striping 7/9/2018 7/27/2018 Fencing 6/25/2018 7/20/2018

Site Concrete 5/21/2018 6/15/2018 Grandstand/Press Box Installation 6/4/2018 7/20/2018

Athletic Field Lighting 6/4/2018 7/20/2018 Site Finishes/Restoration 7/30/2018 8/17/2018

Punchlist/Inspections 8/20/2018 8/31/2018

Punchlist Prep/ Execution/Closeout 8/27/2018 9/28/2018

Owner Move In/Utilize 8/30/2018

00 41 26 - 1

SECTION 00 41 26

BID DIVISION INDEX, DESCRIPTIONS AND PRICING FORMS

BD#101 Earthwork and Site Utilities

BD#102 Asphalt Paving

BD#103 Selective Demolition

BD#104 Foundations

BD#105 Concrete Flatwork / Site Concrete

BD#106 Masonry

BD#108 Carpentry & General Trades

BD#109A Metal Roofing

BD#114 Aluminum Glass & Glazing

BD#115 Metal Studs / Drywall / Plaster / EIFS

BD#118 Carpet & Resilient Flooring

BD#120 Painting

BD#126 Metal Lockers

BD#140 Plumbing

BD#143 Electrical

BD#153 Athletic Field Fencing

BD#156 Outside Bleachers

BD#166 Synthetic Fields

BD#167 Track Surfacing

MELVINDALE-NORTHERN ALLEN PARK PUBLIC SCHOOLS BIDS ARE DUE 1:30 P.M. LOCAL TIME MELVINDALE HIGH SCHOOL ON THURSDAY, JANUARY 18, 2018 AT STADIUM RENOVATIONS MELVINDALE-NORTHERN ALLEN PARK ADMINISTRATION BUILDING BID DIVISION DESCRIPTION & PRICING FORM BID DIVISION 101: EARTHWORK & SITE UTILITIES EXCLUDED:

1. Asphalt paving and associated aggregate base (by BD 102). 2. Aggregate base and drainage system for synthetic turf field (by BD 166) 3. Disconnect and removal of electrical components noted on Demo Legend (by BD 143) 4. Sidewalks, ramps, approaches and curbs. (by Bid Division 105). 5. Sand cushion for building slabs and sidewalks. (by Others). 6. Fencing (by Bid Division 153). 7. Testing services (provided by Owner). 8. Property corners and benchmarks (by Owner)

INCLUDED:

Provide all earthwork and site utilities to rough and finish grade for the work of the following categories specified in the Technical Specifications for a complete and operational system.

02110 Site Clearing & Removals 02210 Fine Grading 02230 Site Clearing 02270 Soil Erosion Control 02300 Earthwork 02721 Storm Sewers, Underdrains, & Drainage Structures 02925 Clean Up and Final Restoration

024110 Salvage and Relocation of Field Items 024113 Demolition

ALSO INCLUDED: 1. Maintain dust control throughout duration of project. 2. All Stadium Demolition notes (1,2,3,4,5,6,7,8,9,10(not including Bleachers),11 3. Full depth sawcut and removal of asphalt paving for utility installation to the concessions building. 4. Provide and install water service to the concession building, from the valve box provided and installed

by BD#140. 5. Haul all excess material and dispose of legally offsite. 6. Include in base bid an allowance of overcut and backfill with suitable materials of 1000 cy. Additional

will be added at unit price. Unused will be credited at unit price. 7. Proof roll subgrade for athletic field, running track, building pads and pavement areas. 8. Coordination and verification of grades with Bid Division 102,105, 166. 9. Utility Legend Notes 2, 4,9, 10 10. Provide fill material as required to bring finished areas to rough grade (+/- 0.10’) 11. Furnish, install and maintain soil erosion control measures, including at existing structures, including

temporary seeding where required. 12. Verify building pad elevations after completion of earthwork operations. Provide survey results to

McCarty & Smith. 13. All surveying and layout from owner provided control points / benchmarks. 14. Phasing and mobilizations to meet milestone schedule. 13. Provide storm water certified operator services and log for duration of project. 14. Clean all catch basins and storm drains at completion of project. 15. Remove temporary controls after final inspection. 16. Pay costs of any fines resulting from improperly placed or improperly maintained soil erosion control

measures. 17. Install and maintain tree protection as shown and specified (if required).

MELVINDALE-NORTHERN ALLEN PARK PUBLIC SCHOOLS MELVINDALE, MI

18. Provide unit pricing information as requested on the proposal pricing form. 19. Weekly sweeping of adjacent public roadways and private parking areas associated with the project. 20. Compliance with all Soil Erosion Controls notes. 21. Contact Miss Dig before starting any site work. 22. Dewatering as required. 23. Provide continuous housekeeping and clean up. 24. Final Site cleanup.

CONSIDERATIONS FOR AWARD ACCEPTANCE:

1. To begin immediately following award and site readiness. 2. To have on file proper certificates of insurance prior to performing work on site. 3. To have proper equipment and responsible personnel to complete the above list of work. 4. To repair any adjacent materials damaged in the execution of the above listed work. 5. Replacement of and/or repair of defective and/or misaligned material belongs to this Contractor. 6. Expediting, communication and follow up is required. 7. Close cooperation with the Construction Manager and other Bid Divisions to provide input to develop

working schedule.

MELVINDALE-NORTHERN ALLEN PARK PUBLIC SCHOOLS MELVINDALE, MI PROPOSAL PRICING FORM BIDDER'S NAME: BID DIVISION 101: EARTHWORK & SITE UTILITIES A. Our Lump Sum Bid for the work of this Bid Division is:

Dollars ($ ).

Our cost for Performance and Labor & Material Payment Bonds, to be added to our Base Bid is:

Dollars ($ ).

B. Alternates: Our price for the work of Alternate #1: Dollars ($ ).

C. Our Unit Price (includes all OH&P and markup) for the following items are:

ITEM UNIT UNIT PRICE Over excavation and removal off site(Add/Deduct) cu. yd. Compacted fill material (21AA limestoneAdd/Ded cu. yd. Compacted fill material (1x3 limestone) cu. yd. Hourly Rate for Dozer + Operator $/hr

Hourly Rate for Loader + Operator $/hr Hourly Rate for Excavator + Operator $/hr

D. Company Name:

Signature:

Title:

Phone Number:

Date:

Company E-Mail Address:

MELVINDALE-NORTHERN ALLEN PARK PUBLIC SCHOOLS BIDS ARE DUE 1:30 P.M. LOCAL TIME MELVINDALE HIGH SCHOOL ON THURSDAY, JANUARY 18, 2018 AT STADIUM RENOVATIONS MELVINDALE-NORTHERN ALLEN PARK ADMINISTRATION BUILDING BID DIVISION DESCRIPTION & PRICING FORM BID DIVISION 102: ASPHALT PAVING - Track EXCLUDED:

1. Testing services (provided by Owner). 2. Lay out of radius markers (By Owner)

INCLUDED:

Furnish and install all material, labor and equipment required for the work of the following categories specified in Technical Specifications for a complete & operational system. 03 3000 Cast In Place Concrete 03 3010 Portland Cement Concrete 32 1124 Aggregate Base Course 32 1217 Plant Mix Bituminous Asphalt Paving

ALSO INCLUDED:

1. Provide all aggregate base for new asphalt pavements. 2. Furnish and install new concrete curb at Field/Track perimeter 3. Furnish and Install radius set markers 4. Furnish and Install Concrete for Field events 5. Furnish and Install associated sand for long jump pit 6. Contact Miss Dig before starting any site work. 7. Coordination with Other Bid Divisions. 8. Provide all required layout. 9. Provide continuous housekeeping and clean up. 10. Final Clean-up. 11. All site restoration is to be by BD#101. .

CONSIDERATIONS FOR AWARD ACCEPTANCE:

1. To begin immediately following award and site readiness. 2. To have on file proper certificates of insurance prior to performing work on site. 3. To have proper equipment and responsible personnel to complete the above list of work. 4. To repair any adjacent materials damaged in the execution of the above listed work. 5. Replacement of and/or repair of defective and/or misaligned material belongs to this Contractor. 6. Expediting, communication and follow up is required.

MELVINDALE-NORTHERN ALLEN PARK PUBLIC SCHOOLS MELVINDALE, MI PROPOSAL PRICING FORM BIDDER'S NAME: BID DIVISION 102: ASPHALT PAVING - Track A. Our Lump Sum Bid for the work of this Bid Division is:

Dollars ($ ).

Our cost for Performance and Labor & Material Payment Bonds, to be added to our Base Bid is:

Dollars ($ ).

B. Our Unit Price for the following items are:

ITEM UNIT UNIT PRICE Compacted fill material (21AA Limestone) Placed cu. yd.

Undercut for Paving cu. yd.

Asphalt pavement patch (4” thickness) sq. yd.

C. Company Name:

Signature:

Title:

Phone Number:

Date:

Company E-Mail Address:

MELVINDALE-NORTHERN ALLEN PARK PUBLIC SCHOOLS BIDS ARE DUE 1:30 P.M. LOCAL TIME MELVINDALE HIGH SCHOOL ON THURSDAY, JANUARY 18, 2018 AT STADIUM RENOVATIONS MELVINDALE-NORTHERN ALLEN PARK ADMINISTRATION BUILDING BID DIVISION DESCRIPTION & PRICING FORM BID DIVISION 103: SELECTIVE DEMOLITION EXCLUDED:

1. Exterior Sitework (by Bid Division 101). 2. Demolition of Bleachers (by BD 156) 3. Plumbing Demolition, Demo notes 2,13,15,25 (by BD140)

INCLUDED:

Furnish and install all material, labor and equipment required for the work of the following categories specified in Technical Specifications for a complete & operational system.

02070 Selective Demolition ALSO, INCLUDED:

1. All Demolition key notes described A.4 except those specifically excluded above. 2. Removal and legal disposal of all demolition materials from site on a daily basis. 3. Provide and maintain dust protection. 4. Removal of all adhesives for items called to be demolished. 5. Removal of flooring materials including mechanically removing adhesives. 6. Salvage and turn over to Owner all items indicated to be salvaged not excluded above. 7. Review all architectural and structural drawings for miscellaneous demolition notes and details. 8. Demolition contractor shall include an allowance of 100 hours for general labor as directed by the Construction

Manager. Unused portions of the allowance will be returned to the Owner via a deductive change order. Provide Hourly wage, all inclusive which will serve as an add/deduct.

9. Provide dumpsters for the work of this Bid Division. 10. Careful removal and return of items to Owner as noted. 11. Adhere to all MIOSHA standards and regulations. 12. Coordination with all Bid Divisions. 13. Provide all required layout. 14. Provide continuous housekeeping and clean up. 15. Final clean-up.

CONSIDERATIONS FOR AWARD ACCEPTANCE:

1. The ability to begin as soon as areas of work become available. 2. To have on file proper certificates of insurance prior to performing work on site. 3. To have proper equipment and responsible personnel to complete the above list of work. 4. To repair any adjacent materials damaged in the execution of the above listed work. 5. Expediting, communication and follow up is required.

MELVINDALE-NORTHERN ALLEN PARK PUBLIC SCHOOLS MELVINDALE, MI PROPOSAL PRICING FORM BIDDER'S NAME: BID DIVISION 103: SELECTIVE DEMOLITION A. Our Lump Sum Bid for the work of this Bid Division is:

Dollars ($ ).

Our cost for Performance and Labor & Material Payment Bonds, to be added to our Base Bid is:

Dollars ($ ).

B. Unit Price Construction Laborer All Inclusive Wage-Add/Deduct $/hr

C. Schedule Information Anticipated Number of On Site Staff Anticipated Number of Weeks to Complete Man-hours included in the base bid

D, Company Name: Signature: Title: Phone Number: Date: Company E-Mail

MELVINDALE-NORTHERN ALLEN PARK PUBLIC SCHOOLS BIDS ARE DUE 1:30 P.M. LOCAL TIME MELVINDALE HIGH SCHOOL ON THURSDAY, JANUARY 18, 2018 AT STADIUM RENOVATIONS MELVINDALE-NORTHERN ALLEN PARK ADMINISTRATION BUILDING BID DIVISION DESCRIPTION & PRICING FORM BID DIVISION 104: CONCRETE FOOTINGS AND FOUNDATIONS EXCLUDED:

1. Undercut & engineered fill. 2. Supply of anchor bolts and leveling plates (by Bid Division 107). 3. Testing services (provided by Owner). 4. Concrete flatwork (by Bid Division 105).

INCLUDED:

Furnish and install all material, labor and equipment required for the work of the following categories specified in Technical Specifications for a complete & operational system.

03001 Concrete Work ALSO INCLUDED:

1. All excavation, compaction and backfilling required for building and Brick Pier footings and foundations including removal of excess spoils from site.

2. Excavate to sub-grade at all below finish floor areas. 3. Foundation keynotes as they relate to foundation construction. 4. Legal disposal of excavation spoils off-site. 5. Casual dewatering as required. 6. Install anchor bolts and leveling plates including non-shrink grout as shown and specified. 7. Foundations for concessions building (building pad will be provided at 8” below finish floor elevation. 8. Cover exposed vertical re-steel rods per MIOSHA Standards and maintain. 9. Coordination with other Bid Divisions. 10. Provide all required layout. 11. Provide continuous housekeeping and clean-up. 12. Final clean-up.

CONSIDERATIONS FOR AWARD ACCEPTANCE:

1. To begin immediately following award and site readiness. 2. Insurances must be in order prior to start up. 3. To have proper equipment and responsible personnel to complete the above list of work. 4. To repair any adjacent materials damaged in the execution of the above listed work. 5. Replacement of and/or repair of defective and/or misaligned material belongs to this Contractor. 6. Concrete design mix & reinforcement submittals to be submitted within one (2) week of letter of intent.

MELVINDALE-NORTHERN ALLEN PARK PUBLIC SCHOOLS MELVINDALE, MI PROPOSAL PRICING FORM BIDDER'S NAME: BID DIVISION 104: CONCRETE FOOTINGS AND FOUNDATIONS A. Our Lump Sum Bid for the work of this Bid Division is:

Dollars ($ ).

Our cost for Performance and Labor & Material Payment Bonds, to be added to our Base Bid is:

Dollars ($ ).

B. Alternates:

Our price for the work of Alternate #1: Dollars ($ ).

C. Our Unit Price for the following items are:

ITEM UNIT UNIT PRICE

Over excavating & removal from site truck cu. yd.

D. Anticipated Date of Shop Drawing(s) Submittal

Anticipated Number of On Site Staff

Anticipated Number of Weeks to Complete

E. Proposed Manufacturers, Suppliers, and/or Subcontractors:

Concrete Supplier

Reinforcing Steel Supplier/Sub

F. Company Name:

Signature:

Title:

Phone Number:

E-Mail:

Date:

MELVINDALE-NORTHERN ALLEN PARK PUBLIC SCHOOLS BIDS ARE DUE 1:30 P.M. LOCAL TIME MELVINDALE HIGH SCHOOL ON THURSDAY, JANUARY 18, 2018 AT STADIUM RENOVATIONS MELVINDALE-NORTHERN ALLEN PARK ADMINISTRATION BUILDING BID DIVISION DESCRIPTION & PRICING FORM BID DIVISION 105: CONCRETE FLATWORK / SITE CONCRETE EXCLUDED:

1. Building foundations (by Bid Division 104). 2. Demolition of existing concrete (by Bid Division 101). 3. Concrete Curb for Field/Running Track (by BD 102) 4. Earthwork to Rough Grade (by BD 101) 5. Concrete for Field Events (by BD 102) 6. Testing services (by Owner).

INCLUDED:

Furnish and install all material, labor and equipment required for the work of the following categories specified in Technical Specifications for a complete & operational system.

02751 Cement Concrete Pavements 03001 Concrete 03 3000 Cast in Place Concrete 03 3010 Portland Cement Concrete ALSO INCLUDED:

1. Provide all site concrete including new sidewalk, new concrete and thickened slabs under bleacher systems, new slabs for buildings.

2. Provide, install, and compact all granular fill under slabs. 3. All reinforced concrete paving surrounding the concession building in included. 4. Furnish and install joint sealant/fillers associated with concrete 5. Drilling and doweling between new and existing slabs as shown. 6. Contractor shall review all drawings and plan notes for miscellaneous concrete patching of floors where walls

or other existing construction have been removed. 7. Coordination with other Bid Divisions. 8. Provide all required layout. 9. Removal off site of concrete truck wash out materials. 10. Provide continuous housekeeping and clean-up. 11. Final clean-up.

CONSIDERATIONS FOR AWARD ACCEPTANCE:

1. The ability to begin as soon as areas of work become available. 2. Insurances and design mix must be in order prior to start up. 3. To have proper equipment and responsible personnel to complete the above list of work. 4. To repair any adjacent materials damaged in the execution of the above listed work. 5. Replacement of and/or repair of defective and/or misaligned material belongs to this Contractor. 6. Expediting, communication and follow up is required. 7. Close cooperation with the Construction Manager and other Bid Divisions to provide input to develop Working

Schedule.

MELVINDALE-NORTHERN ALLEN PARK PUBLIC SCHOOLS MELVINDALE, MI PROPOSAL PRICING FORM BIDDER'S NAME: BID DIVISION 105: CONCRETE FLATWORK / SITE CONCRETE A. Our Lump Sum Bid for the work of this Bid Division is:

Dollars ($ ).

Our cost for Performance and Labor & Material Payment Bonds, to be added to our Base Bid is:

Dollars ($ ). B. Alternates:

Our price for the work of Alternate #1: Dollars ($ ).

C. Proposed Manufacturers, Suppliers, and/or Subcontractors:

ITEM

Concrete supplier

D. Our Unit Price for the following items are: ITEM UNIT UNIT PRICE

4" slab on grade SF Granular sub-base Ton E. Company Name: Signature: Title: Phone Number: E-Mail:

Date:

MELVINDALE-NORTHERN ALLEN PARK PUBLIC SCHOOLS BIDS ARE DUE 1:30 P.M. LOCAL TIME MELVINDALE HIGH SCHOOL ON THURSDAY, JANUARY 18, 2018 AT STADIUM RENOVATIONS MELVINDALE-NORTHERN ALLEN PARK ADMINISTRATION BUILDING BID DIVISION DESCRIPTION & PRICING FORM BID DIVISION 106: MASONRY EXCLUDED:

1. Demolition, unless specifically included below (by Bid Division 103). 2. Furnishing of hollow metal frames (by Bid Division 113). 3. Supply of steel lintels & miscellaneous steel (by Bid Division 107). 4. Caulking (by Bid Division 112). 5. Masonry testing (by Owner). 6. Installation of hollow metal frames in non-masonry wall (by others).

INCLUDED:

Furnish and install all material, labor and equipment required for the work of the following categories specified in Technical Specifications for a complete & operational system. 02220 Demolition

04100 Mortar & Grout

04300 Unit Masonry 07200 Insulation 07910 Joint Fillers and Gaskets 07840 Firestopping 07920 Sealants and Caulking

ALSO INCLUDED:

1. Precast Masonry Lintels 2. Toothing in hollow metal frames for installation in existing walls. 3. CMU Locker Bench 4. Tuckpointing as noted on Note 10 sht A4.1 5. Block infills as shown. 6. Provide for provide for masonry patching work associated with Demolition Key Notes.. 7. Provide control joints, and caulking of masonry work. 8. All scraping and cleaning of masonry walls. 9. Receive, unload, inventory, store, protect and install all hollow metal frames in masonry walls, steel lintels and misc.

steel plates and embedded items furnished by others. 10. Clean and prep footings as required for new masonry work. 11. Reinforcing dowels into existing slabs at new masonry walls. 12. Coordinate/schedule pre-masonry construction conference. 13. Coordination with other Bid Divisions. 14. Provide all required layout. 15. Provide continuous housekeeping and clean up. 16. Final clean up.

CONSIDERATIONS FOR AWARD ACCEPTANCE:

1. The ability to begin as soon as areas of work becomes available. 2. The ability to submit all insurance, schedule of values, shop drawings and color samples, etc. within three (3)

weeks after award. 3. To have proper equipment and responsible personnel to complete the above list of work. 4. To repair any adjacent materials damaged in the execution of the above listed work. 5. Replacement of and/or repair of defective and/or misalign material belongs to this Contractor. 6. Close cooperation with the Construction Manager and other Bid Divisions to provide input to develop Working

Schedule.

MELVINDALE-NORTHERN ALLEN PARK PUBLIC SCHOOLS MELVINDALE, MI PROPOSAL PRICING FORM BIDDER'S NAME: BID DIVISION 106: MASONRY A. Our Lump Sum Bid for the work of this Bid Division is:

Dollars ($ ).

Our cost for Performance and Labor & Material Payment Bonds, to be added to our Base Bid is:

Dollars ($ ). B. Alternates: Our price for the work of Alternate #1: Dollars ($ ).

C. Schedule Information

Anticipated Number of On Site Staff Anticipated Number of Weeks to Complete Man-hours included in the base bid

D. Company Name: Signature:

Title:

Phone Number:

Date:

Company E-Mail Address:

MELVINDALE-NORTHERN ALLEN PARK PUBLIC SCHOOLS BIDS ARE DUE 1:30 P.M. LOCAL TIME MELVINDALE HIGH SCHOOL ON THURSDAY, JANUARY 18, 2018 AT STADIUM RENOVATIONS MELVINDALE-NORTHERN ALLEN PARK ADMINISTRATION BUILDING BID DIVISION DESCRIPTION & PRICING FORM BID DIVISION 108: CARPENTRY & GENERAL TRADES EXCLUDED:

1. Supply of hollow metal frames and doors, wood doors, and finish hardware (by Bid Division 113). 2. Installation of hollow metal frames (by others). 3. Wood Nailers associated with replacement of existing roofing (by Bid Division 109). 4. Demolition (by Bid Division 103). 5. Drywall and metal studs (by Bid Division 115). 6. Exterior plywood sheathing attached to metal studs (by Bid Division 115). 7. Exterior Siding (by BD 115) 8. Caulking (by Bid Division 112).

INCLUDED:

Furnish and install all material, labor and equipment required for the work of the following categories specified in Technical Specifications for a complete & operational system. 06100 Carpentry

06193 Plate Connected Wood Trusses 08333 Overhead Doors 08334 Security Grill 08350 Rolling Counter Shutters 10100 Chalkboards, Markerboards, & Tackboards 10200 Architectural Louvers 10400 Identification Devices

10160 Toilet Partitions 10800 Toilet Accessories 10999 Miscellaneous Specialties 12300 Plastic Laminate Casework

ALSO INCLUDED:

1. Include a $5,000 allowance for misc. steel lintels 2. Review of all notes, drawings, details, elevations, etc., for work required by this bid division. 3. Receive, unload, protect and install hollow metal doors, wood doors, and finish hardware. 4. Store and inventory finish hardware on site. Inventory is to be completed and a report forwarded to the

construction manager within 48 hours of delivery. 5. Furnish and install Millwork and associated countertops, window sills 6. Furnish and install rolling counter shutters as shown and specified. 7. Furnish and install all plastic laminate casework. 8. Provide and install stainless steel countertops and bulletin board cabinet at concessions building 9. Provide and install all toilet partitions as shown and specified 10. Toilet accessories will be provided by Owner, and installed by BD#108 11. Contractor to field verify dimensions. 12. Contractor to provide written schedule confirmation from manufacturer. 13. Provide cut-outs and grommets as required. 14. Final cleaning and vacuuming of the inside and outside of casework prior to owner occupancy, this will require a

separate mobilization. 15. Provide an allowance of $5,000.00 within the base bid for potential extra work directed by the Construction

Manager. 16. Coordinate with other Bid Divisions. 17. Provide all required layout 18. Provide continuous housekeeping and clean up. 19. Final clean up.

MELVINDALE-NORTHERN ALLEN PARK PUBLIC SCHOOLS MELVINDALE, MI CONSIDERATIONS FOR AWARD ACCEPTANCE:

1. The ability to begin as soon as areas of work become available. 2. The ability to submit all insurance, schedule of values, shop drawings and color samples, etc. within three (3)

weeks after award. 3. To have proper equipment and responsible personnel to complete the above list of work. 4. To repair any adjacent materials damaged in the execution of the above listed work. 5. Replacement of and/or repair of defective and/or misaligned material belongs to this Contractor. 6. Expediting, communication and follow up is required.

MELVINDALE-NORTHERN ALLEN PARK PUBLIC SCHOOLS MELVINDALE, MI PROPOSAL PRICING FORM BIDDER'S NAME: BID DIVISION 108: CARPENTRY & GENERAL TRADES

A. Our Lump Sum Bid for the work of this Bid Division is:

Dollars ($ ).

Our cost for Performance and Labor & Material Payment Bonds, to be added to our Base Bid is:

Dollars ($ ).

B. Alternates: Our price for the work of Alternate #1: Dollars ($ ).

C. Proposed Manufacturers, Suppliers, and/or Subcontractors:

ITEM MANF / SUPPLIER / SUB

Overhead Doors / /

Plastic Laminate Casework / /

Toilet Partitions and Accessories / /

D. Company Name:

Signature:

Title:

Phone Number:

Date:

Company E-Mail Address:

MELVINDALE-NORTHERN ALLEN PARK PUBLIC SCHOOLS BIDS ARE DUE 1:30 P.M. LOCAL TIME MELVINDALE HIGH SCHOOL ON THURSDAY, JANUARY 18, 2018 AT STADIUM RENOVATIONS MELVINDALE-NORTHERN ALLEN PARK ADMINISTRATION BUILDING BID DIVISION DESCRIPTION & PRICING FORM BID DIVISION 109: ROOFING / SHEETMETAL EXCLUDED:

1. Furnishing all mechanical curbs (by Bid Division 142). 2. Painting of existing standing seam roof (by BD 120)

INCLUDED:

Furnish and install all material, labor and equipment required for the work of the following categories specified in Technical Specifications for a complete & operational system. 07600 Flashing and Sheet Metal 07620 Snow Guards 07711 Commercial Gutter System 07910 07920 Sealants & Caulking

07610 Standing Seam Metal Roofing

ALSO INCLUDED:

1. Caulking and sealants associated with roofing and copings, flashings, penetrations and fascia panels. 2. All metal roofing, fascia,soffit and gutter and downspout work 3. Furnish and install roofing underlayment 4. Furnish and install new gutters on existing Concession/restroom facility roof 5. Modifications to existing roof per details J & K on A4.2 6. Provide roof demolition work associated with re-roofing of existing roofs and cutting in of new roof curbs, pitch

boxes, etc. 7. Install and level prefabricated roof curbs (including cutting of roofing materials) for all new mechanical openings

provided by BD 142. Cutting of deck by BD 142. 8. Furnish and install all copings, fascias, etc. as shown and specified. 9. All metal roofing at the new concession building. 10. Provide all roof warranties as specified. 11. Coordination with other Bid Divisions. 12. Provide daily housekeeping and clean-up. 13. Final clean-up.

CONSIDERATIONS FOR AWARD ACCEPTANCE:

1. To begin work within five (5) calendar days of notice. 2. The ability to submit all insurance, schedule of values, shop drawings and color samples, etc. within two (2) weeks

after award. 3. To have proper equipment and responsible personnel to complete the above list of work. 4. To repair any adjacent materials damaged in the execution of the above listed work. 5. Replacement of and/or repair of defective and/or misaligned material belongs to this Contractor. 6. Expediting, communication and follow up is required. 7. Close cooperation with the Construction Manager and other Bid Divisions to provide input to develop working

schedule.

MELVINDALE-NORTHERN ALLEN PARK PUBLIC SCHOOLS MELVINDALE, MI PROPOSAL PRICING FORM BIDDER'S NAME: BID DIVISION 109: ROOFING / SHEETMETAL A. Our Lump Sum Bid for the work of this Bid Division is:

Dollars ($ ).

Our cost for Performance and Labor & Material Payment Bonds, to be added to our Base Bid is:

Dollars ($ ). B. Alternates: Our price for the work of Alternate #1: Dollars ($ ).

C. Our Unit Price for the following items are:

ITEM UNIT UNIT PRICE Single Ply Roofing System (installed) SF

SF

D. Proposed Manufacturers, Suppliers, and/or Subcontractors:

ITEM MANF / SUPPLIER / SUB

Metal Roofing system / /

/ /

/ /

E. Company Name:

Signature:

Title:

Phone Number:

Date:

Company E-Mail Address:

MELVINDALE-NORTHERN ALLEN PARK PUBLIC SCHOOLS BIDS ARE DUE 1:30 P.M. LOCAL TIME MELVINDALE HIGH SCHOOL ON THURSDAY, JANUARY 18, 2018 AT STADIUM RENOVATIONS MELVINDALE-NORTHERN ALLEN PARK ADMINISTRATION BUILDING BID DIVISION DESCRIPTION & PRICING FORM BID DIVISION 114: ALUMINUM WINDOWS GLASS & GLAZING EXCLUDED:

1. Installing hollow metal frames. (by Others) 2. Furnishing hardware for wood and HM doors (by Bid Division 113) 3. Furnish cylinders and cores for wood and HM doors.

INCLUDED:

Furnish and install all material, labor and equipment required for the work of the following categories specified in Technical Specifications for a complete & operational system. 08520 Aluminum Windows-Sliding Window 08740 Flush FRP Doors-Alum. Framing Systems

08710 Finish Hardware

08800 Glass & Glazing

ALSO INCLUDED: 1. Wood blocking and shims for new aluminum windows. 2. Finish hardware for FRP / Aluminum Doors. 3. Pre-finished aluminum closures at jamb, head and sill locations, whether shown on drawings or not, as required

for a complete job. 4. Glazing of all hollow metal and doors. 5. Field verify existing openings prior to fabrication. 6. Coordination with other Bid Divisions. 7. Provide all required layout. 8. Provide continuous housekeeping and clean-up. 9. Final clean-up.

CONSIDERATIONS FOR AWARD ACCEPTANCE:

1. The ability to submit all shop drawings, color samples, etc. within two (2) weeks after award. 2. To have proper equipment and responsible personnel to complete the above list of work. 3. To repair any adjacent materials damaged in the execution of the above listed work. 4. Replacement of and/or repair of defective and/or misaligned material belongs to this Contractor. 5. Expediting, communication and follow up is required. 6. Close cooperation with the Construction Manager and other Bid Divisions.

MELVINDALE-NORTHERN ALLEN PARK PUBLIC SCHOOLS MELVINDALE, MI PROPOSAL PRICING FORM BIDDER'S NAME: BID DIVISION 114: ALUMINUM WINDOWS GLASS & GLAZING A. Our Lump Sum Bid for the work of this Bid Division is:

Dollars ($ ).

Our cost for Performance and Labor & Material Payment Bonds, to be added to our Base Bid is:

Dollars ($ ).

B. Alternates: Our price for the work of Alternate #1 Dollars ($ ).

C. Proposed Manufacturers, Suppliers, and/or Subcontractors: ITEM MANF / SUPP / SUB FRP Doors / /

Finish Hardware / /

Aluminum Windows / /

D. Schedule Information

Anticipated Date for Shop Drawings / Submittals Anticipated Number of On Site Staff Anticipated Number of Weeks to Complete Manhours included in the base bid

E. Company Name: Signature: Title: Phone Number:

Date:

Company E-Mail Address:

MELVINDALE-NORTHERN ALLEN PARK PUBLIC SCHOOLS BIDS ARE DUE 1:30 P.M. LOCAL TIME MELVINDALE HIGH SCHOOL ON THURSDAY, JANUARY 18, 2018 AT STADIUM RENOVATIONS MELVINDALE-NORTHERN ALLEN PARK ADMINISTRATION BUILDING BID DIVISION DESCRIPTION & PRICING FORM BID DIVISION 115: METAL STUDS/ COLD FORM FRAMING

EXCLUDED:

1. Painting (by Bid Division 120). 2. Installation of doors and finish hardware (by Bid Division 108). 3. Furnish hollow metal frames (by Bid Division 113). 4. Supply of Access Doors & Panels (by Others).

INCLUDED:

Furnish and install all material, labor and equipment required for the work of the following categories specified in Technical Specifications for a complete & operational system. 05400 Cold Formed Metal Framing

07200 Insulation

09250 Gypsum Drywall 09510 Acoustical Ceilings 09540 Special Surfaces

ALSO INCLUDED:

1. Furnish and install cold form framed trusses, exterior sheathing, siding, and batt insulation 2. Furnish and install high impact drywall ceilings 3. Furnish and install ceiling tile in existing grid and new lay in ceiling grid systems where shown 4. Patch and repair existing drywall ceilings to remain, as shown 5. Furnish and Install new access hatches as shown 6. Furnish and install misc infill and patching of openings 7. Review all drawings and schedules for metal stud framing & GPDW work. 8. Receive, unload, protect, inventory, install and coordinate deliveries of hollow metal frames, installed in metal stud

walls including grouting of frames where required. 9. Furnish, install and finish all gypsum sheathing. 10. Furnish and install batt insulation within metal studs. 11. Coordination with other Bid Divisions. 12. Provide all required layout. 13. Provide continuous housekeeping and clean-up. 14. Final clean-up.

CONSIDERATIONS FOR AWARD ACCEPTANCE:

1. To begin work within five (5) calendar days of notice. 2. Insurances must be in order prior to start up. 3. The ability to submit all shop drawings, color samples, etc. within two (2) weeks after award. 4. To have proper equipment and responsible personnel to complete the above list of work. 5. To repair any adjacent materials damaged in the execution of the above listed work. 6. Replacement of and/or repair of defective and/or misaligned material belongs to this Contractor. 7. Expediting, communication and follow up is required.

MELVINDALE-NORTHERN ALLEN PARK PUBLIC SCHOOLS MELVINDALE, MI PROPOSAL PRICING FORM BIDDER'S NAME: BID DIVISION 115: METAL STUDS/ COLD FORM FRAMING A. Our Lump Sum Bid for the work of this Bid Division is:

Dollars ($ ).

Our cost for Performance and Labor & Material Payment Bonds, to be added to our Base Bid is:

Dollars ($ ).

B. Alternates: Our price for the work of Alternate #1: Dollars ($ ).

C. Schedule Information

Anticipated Number of On Site Staff Anticipated Number of Weeks to Complete Man-hours included in the base bid

D. Company Name: Signature:

Title:

Phone Number:

Date:

Company E-Mail Address:

MELVINDALE-NORTHERN ALLEN PARK PUBLIC SCHOOLS BIDS ARE DUE 1:30 P.M. LOCAL TIME MELVINDALE HIGH SCHOOL ON THURSDAY, JANUARY 18, 2018 AT STADIUM RENOVATIONS MELVINDALE-NORTHERN ALLEN PARK ADMINISTRATION BUILDING BID DIVISION DESCRIPTION & PRICING FORM BID DIVISION 118: RESILIENT FLOORING EXCLUDED:

1. Demolition of existing floor materials (by Bid Division 103). INCLUDED:

Furnish and install all material, labor and equipment required for the work of the following categories specified in Technical Specifications for a complete & operational system. 09650 Resilient Flooring

ALSO INCLUDED:

1. Provide all floor preparation work (include existing to new transitions). 2. Final cleaning to be completed on second shift for all new tile flooring prior to Owner Move-in. 3. Vacuum carpet prior to owner occupancy. 4. Coordination with other Bid Divisions. 5. Provide all required layout. 6. Provide continuous housekeeping and clean-up. Final clean-up.

CONSIDERATIONS FOR AWARD ACCEPTANCE:

1. To have on file proper certificates of insurance prior to performing work on site. 2. To have proper equipment and responsible personnel to complete the above list of work. 3. To repair any adjacent materials damaged in the execution of the above listed work. 4. Replacement of and/or repair of defective and/or misaligned material belongs to this Contractor. 5. Expediting, communication and follow up is required. 6. Close cooperation with the Construction Manager and other Bid Divisions to provide input to develop working

schedule. 7. Ability to begin work within (5) calendar days of notice. 8. Ability to submit all shop drawings, color samples, etc within two (2) weeks after award.

MELVINDALE-NORTHERN ALLEN PARK PUBLIC SCHOOLS MELVINDALE, MI PROPOSAL PRICING FORM BIDDER'S NAME: BID DIVISION 118: RESILIENT FLOORING A. Our Lump Sum Bid for the work of this Bid Division is:

Dollars ($ ).

Our cost for Performance and Labor & Material Payment Bonds, to be added to our Base Bid is:

Dollars ($ ).

C. Schedule Information

Anticipated Number of On Site Staff Anticipated Number of Weeks to Complete Man-hours included in the base bid

D. Company Name:

Signature:

Title:

Phone Number:

Date:

Company E-Mail Address:

MELVINDALE-NORTHERN ALLEN PARK PUBLIC SCHOOLS BIDS ARE DUE 1:30 P.M. LOCAL TIME MELVINDALE HIGH SCHOOL ON THURSDAY, JANUARY 18, 2018 AT STADIUM RENOVATIONS MELVINDALE-NORTHERN ALLEN PARK ADMINISTRATION BUILDING BID DIVISION DESCRIPTION & PRICING FORM BID DIVISION 120: PAINTING

EXCLUDED:

1. Caulking of all new construction (by Bid Division 112).

INCLUDED: Furnish and install all material, labor and equipment required for the work of the following categories specified in Technical Specifications for a complete & operational system.

09900 Painting

ALSO INCLUDED: 1. All preparation work as required including cracks and minor deformities in building. 2. Provide all cleaning of existing surfaces and prep work noted for painting existing CMU, existing Standing Seam

Roof, existing OH Door, etc. 3. Preparation of all new concrete floors receiving epoxy paint 4. Acceptance of all surfaces prior to wall finish application. 5. Refer to room finish schedule remarks for additional painting notes. 6. Review of all drawings, Demolition Key Notes, Floor Plan Keynotes, Reflected Ceiling Plan Keynotes and elevations

for painting notes and extent of painting. 7. All patches or touch-ups to match adjacent areas. 8. Touch up painting prior to Owner occupancy. 9. Coordination with other Bid Divisions. 10. Provide all required layout. 11. Provide continuous housekeeping and clean-up. 12. Final clean-up.

CONSIDERATIONS FOR AWARD ACCEPTANCE:

1. To begin work within five (5) calendar days of notice. 2. The ability to submit all insurance, schedule of values, shop drawings and color samples, etc. within three (3)

weeks after award. 3. To have proper equipment and responsible personnel to complete the above list of work. 4. To repair any adjacent materials damaged in the execution of the above listed work. 5. Replacement of and/or repair of defective and/or misaligned material belongs to this Contractor. 6. Expediting, communication and follow up is required.

MELVINDALE-NORTHERN ALLEN PARK PUBLIC SCHOOLS MELVINDALE, MI PROPOSAL PRICING FORM BIDDER'S NAME: BID DIVISION 120: PAINTING A. Our Lump Sum Bid for the work of this Bid Division is:

Dollars ($ ).

Our cost for Performance and Labor & Material Payment Bonds, to be added to our Base Bid is:

Dollars ($ ).

B. Alternates: Our price for the work of Alternate #1: Dollars ($ ).

C. Schedule Information

Anticipated Number of On Site Staff Anticipated Number of Weeks to Complete Man-hours included in the base bid

D. Company Name: Signature: Title: Phone Number: Date:

Company E-Mail:

MELVINDALE-NORTHERN ALLEN PARK PUBLIC SCHOOLS BIDS ARE DUE 1:30 P.M. LOCAL TIME MELVINDALE HIGH SCHOOL ON THURSDAY, JANUARY 18, 2018 AT STADIUM RENOVATIONS MELVINDALE-NORTHERN ALLEN PARK ADMINISTRATION BUILDING BID DIVISION DESCRIPTION & PRICING FORM BID DIVISION 126: METAL LOCKERS

EXCLUDED:

1. CMU Locker Bench (by BD 106) INCLUDED:

Furnish and install the lockers as covered in the following Technical Specifications required for a complete and operational system.

10500 Metal Lockers ALSO INCLUDED:

1. Provide and Install lockers on CMU base and new metal base per notes. 2. All required metal trim, wood blocking and shimming required for installation of relocated lockers. 3. Provide all required layout. 4. Coordination with other Bid Divisions 5. Provide continuous housekeeping and clean up. 6. Final clean up.

CONSIDERATIONS FOR AWARD ACCEPTANCE:

1. To have on file proper certificates of insurance prior to performing work on site. 2. To have proper equipment and responsible personnel to complete the above list of work. 3. To repair any adjacent materials damaged in the execution of the above listed work. 4. Expediting, communication and follow up is required. 5. Ability to begin work within (5) calendar days of notice. 6. Ability to submit all shop drawings, color samples, etc within two (2) weeks after award.

MELVINDALE-NORTHERN ALLEN PARK PUBLIC SCHOOLS MELVINDALE, MI PROPOSAL PRICING FORM BIDDER'S NAME: BID DIVISION 126: METAL LOCKERS A. Our Lump Sum Bid for the work of this Bid Division is at:

Dollars ($ ).

Our cost for Performance and Labor & Material Payment Bonds, to be added to our Base Bid is:

Dollars ($ ).

B. Schedule Information

Anticipated Date of Show Drawing(s) Submittal Anticipated Weeks for Material Delivery Anticipated Number of On Site Staff Anticipated Number of Weeks to Complete Manhours included in the base bid

C. Proposed Manufacturers, Suppliers, and/or Subcontractors:

ITEM MANF / SUPP / SUB Lockers / /

D. Company Name:

Signature:

Title:

Phone Number:

Date:

Company E-Mail:

MELVINDALE-NORTHERN ALLEN PARK PUBLIC SCHOOLS BIDS ARE DUE 1:30 P.M. LOCAL TIME MELVINDALE HIGH SCHOOL ON THURSDAY, JANUARY 18, 2018 AT STADIUM RENOVATIONS MELVINDALE-NORTHERN ALLEN PARK ADMINISTRATION BUILDING BID DIVISION DESCRIPTION & PRICING FORM BID DIVISION 140: PLUMBING / MECHANICAL EXCLUDED:

1. Disconnect of electrical to radiant panels (by BD 143) 2. Line voltage to equipment (by BD 143)

INCLUDED:

Furnish and install all material, labor and equipment required for the work of the following categories specified in Technical Specifications for a complete & operational system. 07840 Firestopping Division 22-Plumbing 22 0001 Mechanical Demolition 22 0010 Basic Mechanical Requirements 22 0020 Electrical Requirements for Mechanical work 22 0519 Meters and Gages for Plumbing Piping 22 0553 Identification for Plumbing piping and equipment 22 0719 Plumbing Piping Insulation 22 1005 Plumbing Piping 22 1006 Plumbing Piping Specialties 22 3000 Plumbing Equipment 22 4000 Plumbing Fixtures Division 23 Heating, Ventilation and Air Conditioning 23 0593 Testing Adjusting and Balancing 23 3100 HVAC Ducts and Casings 23 3300 Air Duct Accessories 23 3423 Power Ventilators 23 3700 Air Outlets and Inlets 23 8200 Convection Heating and Cooling Units

ALSO INCLUDED:

1. Disconnect existing piping and cap as shown and specified. 2. Demolition and removal of existing plumbing equipment and piping. Particular attention to Demolition Plan

Keynotes 2, 13, 15, 25 described on sheet A4.0. 3. Complete coordination of Demolition with Architectural and Mechanical drawings. 4. Furnish and install all storm, sanitary and domestic water piping and tie-ins as shown. 5. Perform all mechanical demolition as shown. 6. Furnish and install all plumbing fixtures. 7. Provide proper sealant for all plumbing fixtures and penetrations. 8. All fire caulking required for the work of this Bid Division. 9. All cutting and patching of floors and walls as required for all plumbing demolition or new installations, unless

specifically excluded above. 10. Coordinate roof penetrations and curbs with roofing contractor 11. Furnish and Install Louvers as shown 12. Furnish and Install all low voltage control wiring 13. Provide all required access panels 14. Furnish access panels, to be installed by others. 15. Provide State of Michigan plumbing permit and schedule inspections. 16. Complete set of as-builts. 17. Coordination with other Bid Divisions. 18. Provide all required layout. 19. Provide continuous housekeeping and clean-up. 20. Final clean-up.

MELVINDALE-NORTHERN ALLEN PARK PUBLIC SCHOOLS MELVINDALE, MI CONSIDERATION FOR AWARD ACCEPTANCE:

1. To begin immediately following award and site readiness. 2. To have on file proper certificates of insurance prior to performing work on site. 3. The ability to submit all shop drawings, color samples, etc. within two (2) weeks after award. 4. To have proper equipment and responsible personnel to complete the above list of work. 5. To repair any adjacent materials damaged in the execution of the above listed work. 6. Replacement of and/or repair of defective and/or misaligned material belongs to this Contractor. 7. Close cooperation with the Construction Manager and other Bid Divisions to provide input to develop Working

Schedule.

MELVINDALE-NORTHERN ALLEN PARK PUBLIC SCHOOLS MELVINDALE, MI PROPOSAL PRICING FORM BIDDER'S NAME: BID DIVISION 140: PLUMBING / MECHANICAL A. Our Lump Sum Bid for the work of this Bid Division is:

Dollars ($ ).

Our cost for Performance and Labor & Material Payment Bonds, to be added to our Base Bid is:

Dollars ($ ).

B. Schedule Information

Anticipated Date for Shop Drawings / Submittals Anticipated Number of On Site Staff Anticipated Number of Weeks to Complete Manhours included in the base bid

C. Equipment

- Plumbing Fixtures

- Electric CUH

- Exhaust Fans

D. Company Name:

Signature: Title: Phone Number: Date:

Company E-Mail Address:

MELVINDALE-NORTHERN ALLEN PARK PUBLIC SCHOOLS BIDS ARE DUE 1:30 P.M. LOCAL TIME MELVINDALE HIGH SCHOOL ON THURSDAY, JANUARY 18, 2018 AT STADIUM RENOVATIONS MELVINDALE-NORTHERN ALLEN PARK ADMINISTRATION BUILDING BID DIVISION DESCRIPTION & PRICING FORM BID DIVISION 143: ELECTRICAL

EXCLUDED:

1. (By Owner). INCLUDED:

Furnish and install all material, labor and equipment required for the work of the following categories specified in Technical Specifications for a complete & operational system. 07840 Firestopping Division 26 Electrical 26 0500 Basic Electrical Requirements 26 0501 Minor Electrical Demolition 26 0519 Low Voltage Electrical Power Conductors & Cables 26 0529 Grounding and Bonding for Electrical Systems 26 0529 Hangers and Supports for Electrical Systems 26 0534 Conduit 26 0535 Surface Raceways 26 0537 Boxes 26 0553 Identification for Electrical Systems 26 0923 Lighting Control Devices 26 2416 Panelboards 26 2717 Equipment Wiring 26 2813 Fuses 26 2818 Enclosed Switches 26 2913 Enclosed Controllers 26 5100 Interior Lighting 26 5701 Occupancy Sensors and indoor Photocells

ALSO INCLUDED: 1. All cutting and patching required for all electrical demolition or new installation unless specifically excluded above. 2. Modifications to Existing Service Entrance Distribution Panel 3. All electrical key notes (sht ES1.0) 4. Provide Temp Power for new buildings while under construction. 5. Coordinate conduit locations for Athletic field with BD 166 6. Perform all electrical demolition and disposal as shown on E4.0 7. Disconnect, demolish and dispose or turn over to owner all existing electrical devices as shown and described on

electrical demolition drawings. 8. Provide for removing and reinstalling ceiling pads and grid as necessary to accommodate work of this contractor

above the ceilings where the architectural drawings are indicating ceilings to remain. 9. Provide independent electrical testing, as specified. 10. All fire caulking required for the work of this Bid Division.

11. Provide State of Michigan electrical permit and schedule inspections. 12. Coordination with other Bid Divisions. 13. Provide all required layout. 14. Contact Miss Dig before starting any site work. 15. Provide expediting report for all equipment. 16. Provide continuous housekeeping and clean-up. 17. Final clean-up.

MELVINDALE-NORTHERN ALLEN PARK PUBLIC SCHOOLS MELVINDALE, MI CONSIDERATIONS FOR AWARD ACCEPTANCE:

1. To begin immediately following award and site readiness. 2. Insurances, manufacturer lists, must be in order prior to start-up. 3. The ability to submit all shop drawings, color samples, etc. within two (2) weeks after award. 4. To have proper equipment and responsible personnel to complete the above list of work. 5. To repair any adjacent materials damaged in the execution of the above listed work. 6. Replacement of and/or repair of defective and/or misaligned material belongs to this Contractor. 7. Expediting, communication and follow up is required. 8. Close cooperation with the Construction Manager and other Bid Divisions to provide input to develop Working

Schedule. 9.

MELVINDALE-NORTHERN ALLEN PARK PUBLIC SCHOOLS MELVINDALE, MI PROPOSAL PRICING FORM BIDDER'S NAME: BID DIVISION 143: ELECTRICAL

A. Our Lump Sum Bid for the work of this Bid Division is:

Dollars ($ ).

Our cost for Performance and Labor & Material Payment Bonds, to be added to our Base Bid is:

Dollars ($ ).

B. Alternates: Our price for the work of Alternate #1: Dollars ($ ).

C. Schedule Information

Anticipated Number of On Site Staff Anticipated Number of Weeks to Complete Manhours included in the base bid

D. Signature:

Title: Phone Number: Date: Company E-Mail:

MELVINDALE-NORTHERN ALLEN PARK PUBLIC SCHOOLS BIDS ARE DUE 1:30 P.M. LOCAL TIME MELVINDALE HIGH SCHOOL ON THURSDAY, JANUARY 18, 2018 AT STADIUM RENOVATIONS MELVINDALE-NORTHERN ALLEN PARK ADMINISTRATION BUILDING BID DIVISION DESCRIPTION & PRICING FORM BID DIVISION 153: ATHLETIC FIELD FENCING EXCLUDED:

1. Site removals including existing fencing (by Bid Division 101). 2. Fencing attached to Athletic Bleachers (by Bid Division 156)

INCLUDED:

Furnish and install all material, labor and equipment required for the work of the following categories specified in Technical Specifications for a complete & operational system.

02821 Chain Link Fences & Gates 02835 Ornamental Fence & Gate System 32 3100 Chain Link Fence Galvanized ALSO INCLUDED:

1. Modify existing fencing to accommodate new gates. 2. Modify existing fencing to accommodate new fencing tie-ins. 3. Furnish “Hold To Dimensions” for ornamental fence sections 4. Provide all required layout in the field. 5. Provide continuous housekeeping and clean-up.

CONSIDERATIONS FOR AWARD ACCEPTANCE:

1. To begin immediately following award and site readiness. 2. To have on file proper certificates of insurance prior to performing work on site. 3. To have proper equipment and responsible personnel to complete the above list of work. 4. To repair any adjacent materials damaged in the execution of the above listed work. 5. Replacement of and/or repair of defective and/or misaligned material belongs to this Contractor. 6. Expediting, communication and follow up is required. 7. Close cooperation with the Construction Manager and other Bid Divisions to provide input to develop

working schedule.

MELVINDALE-NORTHERN ALLEN PARK PUBLIC SCHOOLS MELVINDALE, MI PROPOSAL PRICING FORM BIDDER'S NAME: BID DIVISION 153: ATHLETIC FIELD FENCING A. Our Lump Sum Bid for the work of this Bid Division is:

Dollars ($ ).

Our cost for Performance and Labor & Material Payment Bonds, to be added to our Base Bid is:

Dollars ($ ). C. Manufacturer Ornamental Fence Chain Link Fence

B. Company Name:

Signature:

Title:

Phone Number:

Date:

Company E-Mail Address:

MELVINDALE-NORTHERN ALLEN PARK PUBLIC SCHOOLS BIDS ARE DUE 1:30 P.M. LOCAL TIME MELVINDALE HIGH SCHOOL ON THURSDAY, JANUARY 18, 2018 AT STADIUM RENOVATIONS MELVINDALE-NORTHERN ALLEN PARK ADMINISTRATION BUILDING BID DIVISION DESCRIPTION & PRICING FORM BID DIVISION 156: EXTERIOR GRANDSTANDS

EXCLUDED:

1. Concrete sidewalks, pads & asphalt paving (by BD 102,105). 2. Soil erosion and sedimentation controls (by BD 101). 3. Earthwork, underdrainage systems and site restoration work (by BD 101). 4. Demolition of Existing Bleachers (By BD 103) 5. Electrical work (by BD 143). 6. Site Fencing (by BD 153). 7. Testing Services (by Owner).

INCLUDED:

Furnish and install all material, labor and equipment required for the work of the following categories specified in Technical Specifications for a complete & operational system.

133520 Grandstands 133423 Pressbox 133510 Angle Frame Bleachers 311002 Grandstand and Press Box Demolition

ALSO INCLUDED: 1. Provide for all demolition and legal disposal offsite of existing bleachers, ramps, stairs etc., as indicated on the

drawings. 2. All chainlink fencing associated with the grandstands, ramps, stairs & pressbox. 3. Close coordination with Bid Division 105 for elevations, grades, etc., of concrete sidewalks, approaches and

ramps for the bleacher systems. 4. Provide all required layout. 5. Protect finished surface of other trades during installation. 6. Coordination with other Bid Divisions. 7. Provided Continuous housekeeping and clean up. 8. Final Clean up.

CONSIDERATIONS FOR AWARD ACCEPTANCE:

1. The ability to submit all shop drawings, color samples, etc. within two (2) weeks after award. 2. Insurance must be in order prior to start up. 3. To have proper equipment and responsible personnel to complete the above list of work. 4. To repair any adjacent materials damaged in the execution of the above listed work. 5. Replacement of and/or repair of defective and/or misaligned material belongs to this Contractor. 6. Expediting, communication and follow up is required. 7. Close cooperation with the Construction Manager and other Bid Divisions to provide input to develop working

schedule.

MELVINDALE-NORTHERN ALLEN PARK PUBLIC SCHOOLS MELVINDALE, MI PROPOSAL PRICING FORM BIDDER'S NAME: BID DIVISION 156 EXTERIOR GRANDSTANDS A. Our Lump Sum Bid for the work of this Bid Division is: Dollars ($ ). Our cost for Performance and Labor & Material Payment Bonds, to be added to our Base Bid is: Dollars ($ ). B. Anticipated Date of Shop Drawing(s) Submittal

Anticipated Number of On Site Staff

Anticipated Number of Working days to Complete

C. Proposed Manufacturers, Suppliers, and/or Subcontractors:

ITEM MANF / SUPP / SUB

Grandstand Demolition / / New Grandstands & Pressbox Structure / /

D. Signature:

Title:

Phone Number:

Date:

Company’s E-Mail Address:

MELVINDALE-NORTHERN ALLEN PARK PUBLIC SCHOOLS BIDS ARE DUE 1:30 P.M. LOCAL TIME MELVINDALE HIGH SCHOOL ON THURSDAY, JANUARY 18, 2018 AT STADIUM RENOVATIONS MELVINDALE-NORTHERN ALLEN PARK ADMINISTRATION BUILDING BID DIVISION DESCRIPTION & PRICING FORM BID DIVISION 166: SYNTHETIC TURF

EXCLUDED:

1. Asphalt paving, Athletic Field Events. (by BD 102) 2. Electrical work. (by BD 143) 3. Pavement coloring and surfacing. (by BD 167) 4. Stadium Demolition Notes (by Others) 5. Grandstand Demolition. (by BD 103) 6. Earthwork to Rough/Grade (by BD 101) 7. Site Utility Work outside Field Limits

INCLUDED:

Furnish, deliver, unload, protect, erect, and install all materials and equipment for Synthetic Turf a covered by Tech Specs:

11 6834 Football Goal Posts 11 6836 Portable Soccer Goals 31 1000 Site Preparation 31 1020 Athletic Field Geotextile Fabric 31 1012 Fine Grading 31 2010 Earthwork-Turf 31 3219 Geotextile Fabric 31 1123 Aggregate Drainage Layer 31 1124 Aggregate Base Course 32 1815 Synthetic Turf 32 8420 Water Distribution System 33 4600 Sub Drainage Systems-Sand

33 4605 Sub Drainage System-Flat Draintile 33 4615 Sub Drainage System-Peastone

ALSO INCLUDED:

1. Verify Rough Grade elevation with BD 101 2. Added excavation for perimeter drain detail 3. Utility and Drainage /Utility Legend Notes 1,8 4. Furnish and Install Synthetic Turf boxes-other to provide associated utility 5. Furnish and install associated post foundations 6. Furnish and Install Nailer 7. G-Max testing per plans and specifications. 8. Fine grading of sub base. 9. Commitment required to complete per schedule. 10. Furnish and Install Football goal posts . 11. Submittals with bid per specification. 12. Pay special attention to specifications for stone gradations for synthetic turf drainage layer. 13. Turf Nailer and Turf Boxes. 14. Irrigation work as shown, including disconnection and reconnection. 15. Additional Turf as specified. 16. Synthetic turf testing, initial and during warranty period. 17. Line markings as shown and specified. 18. Expedition of all required shop drawings. 19. All required layout & survey.

20. Grooming machine and sweeper. 21. Warranty as specified. 22. Continuous housekeeping. 23. Final clean up.

CONSIDERATIONS FOR AWARD ACCEPTANCE:

1. Ability to work as soon as site becomes available. 2. Insurances must be in order prior to start up. 3. To have proper equipment and responsible personnel to complete the above list of work. 4. To repair and adjacent materials damaged in the execution of the above listed work. 5. Replacement of and/or repair of defective and/or misaligned material belongs to this Contractor. 6. Expediting, communication and follow up is required. 7. Close cooperation with the Construction Manager and other Bid Divisions to provide input to develop

working schedule. .

MELVINDALE-NORTHERN ALLEN PARK PUBLIC SCHOOLS MELVINDALE, MI PROPOSAL PRICING FORM BIDDER'S NAME: BID DIVISION 166: SYNTHETIC TURF A. Our Lump Sum Bid for the work of this Bid Division is: Dollars ($ ). Our cost for Performance and Labor & Material Payment Bonds, to be added to our Base Bid is:

Dollars ($ ).

B. Our Unit Price for the following items are: (these are to include OH&P markup) ITEM UNIT UNIT PRICE Synthetic turf system w/infill (in place) (sf) Aggregate Base for Field (in place) (cy) Excavate and remove unsuitable soils (cy) Tensar bx 1100 grid (in place0 (sy) 1x3 crushed stone (in place) (sy) Turf Handhole box (in place) (ea) C. Anticipated Date of Shop Drawing(s) Submittal

Anticipated Number of On Site Staff Anticipated Number of Weeks to Complete

D. Proposed Manufactures, suppliers, and or subcontractors ITEM MANF / SUPP / SUB Synthetic Turf System / / Aggregate Base (supplier) / / Earthwork Contractor / / E. Company Name: Signature:

Title:

Phone Number:

Date: Company E-Mail Address:

MELVINDALE-NORTHERN ALLEN PARK PUBLIC SCHOOLS BIDS ARE DUE 1:30 P.M. LOCAL TIME MELVINDALE HIGH SCHOOL ON THURSDAY, JANUARY 18, 2018 AT STADIUM RENOVATIONS MELVINDALE-NORTHERN ALLEN PARK ADMINISTRATION BUILDING BID DIVISION DESCRIPTION & PRICING FORM BID DIVISION 167: TRACK SURFACING EXCLUDED:

1. Bituminous paving (by BD 102) INCLUDED:

Furnish, deliver, unload, protect, erect, and install all material and equipment for track surfacing including but not restricted to synthetic surface and required materials, etc. as shown and specified.

32 1724 Track Markings 32 1826 All-Weather Synthetic Track Surface

ALSO INCLUDED:

1. Furnish and install All-Weather Surface at track, runways, and other athletic surfaces as shown and described on Sheets L1.02, L1.03, L1.04,LD1.01, and LD1.02, LD1.03, LD1.04, LD1.05

2. Provide all striping. 3. Include an Owner allowance of $5,000.00 for infilling depressions in asphalt track pavement to ensure proper

level. 4. Shop drawings. 5. Joint sealant as shown and specified. 6. Inspections of paving prior to surfacing. 7. Line markings. 8. Detailed schedule of this contract work activities to produce a master schedule. 9. All required layout. 10. Coordination with other Bid Divisions especially asphalt paving contractor. 11. Provide continuous housekeeping and clean up. 12. Final clean up. 13. Warranty as specified. 14. Provide State Prevailing Wage Requirements.

CONSIDERATIONS FOR AWARD ACCEPTANCE:

1. Ability to work as soon as site becomes available. 2. Insurances must be in order prior to start up. 3. To have proper equipment and responsible personnel to complete the above list of work. 4. To repair and adjacent materials damaged in the execution of the above listed work. 5. Replacement of and/or repair of defective and/or misaligned material belongs to this Contractor. 6. Expediting, communication and follow up is required. 7. Close cooperation with the Construction Manager and other Bid Divisions to provide input to develop working

schedule. 8. This contractor to provide complete breakdown of labor rates included on Bid Form at time of Post Bid

Interview.

MELVINDALE-NORTHERN ALLEN PARK PUBLIC SCHOOLS MELVINDALE, MI PROPOSAL PRICING FORM BIDDER'S NAME: BID DIVISION 167: TRACK SURFACING A. Our Lump Sum Bid for the work of this Bid Division is:

Dollars ($ ). Our cost for Performance and Labor & Material Payment Bonds, to be added to our Base Bid is: Dollars ($ ). B. Our Unit Price for the Following items are:

ITEM UNIT UNIT PRICE Track Coating System (SYD)

Track Coating Infill System for Depressions (SF) ______

C. Anticipated Date of Shop Drawing(s) Submittal

Anticipated Number of On Site Staff Anticipated Number of Weeks to Complete

D. Proposed Manufacturers, suppliers, and or subcontractors ITEM MANF / SUPP / SUB Track coating / /

E. Company Name:

Signature:

Title:

Phone Number:

Date:

Company E-Mail Address:

00 42 00 - 1

Section 00 42 00

Melvindale-Northern All Park Public Schools BID EXECUTION FORM Melvindale High School

PAGE 1

SUBMITTED BY: (name) (THE BIDDER) (address) (city, state, zip) (phone) (fax) (e-mail) BID DIVISION (S): / /

BID Due Date: January 18, 2018 at 1:30 P.M. (Local Time) DOCUMENTS We have carefully read and fully understand the Bidding Documents and the Contract Documents, including the Instructions to Bidders, the General Conditions, the Specifications, the Addenda, and the Drawings related to the Work covered by our Bid. BID DIVISION RESPONSIBILITY We recognize that the scope of Work within a Bid Division represents a construction segment that is not necessarily restricted to a single construction trade, and our Bid includes work of all trades required to fully and successfully complete all of the Work required in the Bid Division(s) we have bid. SCHEDULE We have reviewed the Preliminary Milestone Schedule and hereby endorse it with regard to the Work of the Bid Division(s) we have bid unless an amendment to the Schedule is noted on the reverse side of this Form. EXCEPTIONS AND/OR SUBSTITUTIONS We have submitted our Bid complete, as specified, and in accord with the Bidding Documents including Addenda and the Contract Documents, without exceptions or substitutions, unless otherwise noted on the reverse side of this form. AGREEMENT We understand that this Bid if accepted by the Owner, will be incorporated by reference into the contract directly with the Owner. We agree to accept a Contract for the Work covered by this Bid in accord with the Bidding Documents and the Contract Documents. This Bid includes the Bid Execution Form and at least one Bid Division Description/Bid Pricing Form. BID SECURITY All Bids require a 5% bid security. ADDENDA We (the Bidder) acknowledge receipt of Addenda # ______________ dated____________, # ______________ dated ________________, or _______________ none received. SCHEDULE AMENDMENT If we have chosen to amend the possible Preliminary Milestone Schedule, our amendment is as follows: ____________________________________________________________________________

00 42 00 - 2

Melvindale-Northern Allen Park Public Schools BID EXECUTION FORM

PAGE 2 EXCEPTIONS AND/OR SUBSTITUTIONS If exceptions and/or substitutions to the Bidding Documents and/or the Contract Documents are included in our Bid, they are noted here: VOLUNTARY ALTERNATE/VALUE ENGINEERING SUGGESTIONS We suggest the following alternate procedure(s) and/or material(s) Summary of Suggestion________________________ ___ COMBINED BID DEDUCT If awarded a Contract for the combined Work of the following combination(s) of Bid Divisions, the corresponding amount(s) may be deducted from the total(s) of Base Bid(s) for such combination(s) of Bid Divisions. Bid Division Numbers: Combined Bid Deduct: __________________________________ ___________________________ __________________________________ ___________________________ ACKNOWLEDGEMENTS The undersigned Bidder acknowledges and agrees that the School District reserves, in its sole and absolute discretion, the right: (i) to accept or reject, in whole or in part, any and all Bids received in response to this RFB; (ii) to waive informalities and irregularities in the RFB process; and (iii) to award the Contract to other than the Bidder with the lowest financial bid. If awarded the Project, the Bidder agrees to enter into the form of Contract with the School District, and to furnish the Project related services in strict accordance with the RFB and the Contract. By submitting a Bid, the Bidder certifies that its Bid, as submitted, complies with all terms and conditions as set forth in this RFB, unless specifically enumerated as an exception as part of its Bid. Please provide a detailed list of any exceptions or special considerations your have to the terms and conditions of the RFB and the Contract. This must include a detailed reference to the corresponding section of the RFP the Contract, and explanations for the same. (Use additional pages if necessary). My signature certifies that the Bid as submitted complies with all terms and conditions as set forth in this Request For Bid/Project Manual and the Contract, unless specifically enumerated as an exception as part of our Bid I hereby certify that I am authorized to sign as a representative for the Bidder. BID SUBMISSION CHECKLIST:

5% Bid Security (Certified Check or Bid Bond) Bid Division Proposal Pricing Form (section 00 41 26) Proposal Execution Form (section 00 42 00) Familial Disclosure Statement – signed & notarized (section 00 42 05) Certification of Compliance – Iran Economic Sanctions Act (section 00 42 10) Bid Envelope identifies the Bid Division being bid on

EXECUTION NAME OF THE BIDDER: ________________________________________________ Partnership: ____ Sole proprietor: ____ Other: ____ - specify______________. BY: (signature)

NAME: (type or print)

TITLE:

DATE:

END OF SECTION

00 42 10 - 1

SECTION 00 42 05

Familial Disclosure Affidavit

The undersigned, the owner or authorized officer of ________________________ (the

“Bidder”), pursuant to the familial disclosure requirement provided in the Melvindale-Northern Allen Park Public Schools (the “School District”) Project Manual, hereby represents and warrants that, except as provided below, no familial relationships exist between the owner or any employee of the Bidder, and any member of the Board of Education of the School District or the Superintendent of the School District. A list of the School District’s Board of Education Members and its Superintendent may be found at www.melnapschools.com.

List any Familial Relationships:

BIDDER: ___________________________

By: Its:

STATE OF ) )ss. COUNTY OF ____________ ) This instrument was acknowledged before me on the _____ day of ____________, 2017, by

__________________________.

_______________________________________

, Notary Public

______________ County, __________

My Commission Expires:___________

Acting in the County of :___________

END OF SECTION

00 42 10 - 2

00 42 10 - 1

SECTION 00 42 10

AFFIDAVIT OF COMPLIANCE – IRAN ECONOMIC SANCTIONS ACT

Michigan Public Act No. 517 of 2012

The undersigned, the owner or authorized officer of the below named contractor (the “Bidder”), pursuant to the compliance certification requirement provided in the Melvindale-Northern Allen Park Public Schools (the “School District”) Project Manual (the “Project Manual”), hereby certifies, represents and warrants that the Bidder (including its officers, directors and employees) is not an “Iran linked business” within the meaning of the Iran Economic Sanctions Act, Michigan Public Act No. 517 of 2012 (the “Act”), and that in the event Bidder is awarded a Contract as a result of the aforementioned Project Manual, the Bidder will not become an “Iran linked business” at any time during the course of performing the Work or any services under the Contract. The Bidder further acknowledges that any person who is found to have submitted a false certification is responsible for a civil penalty of not more than $250,000.00 or 2 times the amount of the Contract or proposed Contract for which the false certification was made, whichever is greater, the cost of the School District’s investigation, and reasonable attorney fees, in addition to the fine. Moreover, any person who submitted a false certification shall be ineligible to bid on a request for bid/proposal for three (3) years from the date it is determined that the person has submitted the false certification.

BIDDER:

Name of Bidder

By: Its:

Date:

STATE OF ) )ss. COUNTY OF ____________ ) This instrument was acknowledged before me on the _____ day of ____________, 2017, by

__________________________.

____________________________________

, Notary Public

______________ County, __________

My Commission Expires:___________

Acting in the County of :___________

END OF SECTION

00422

SECTION 00 42 20

AFFIDAVIT OF COMPLIANCE – CRIMINAL BACKGROUND CHECKS Michigan Public Act No. 517 of 2012

The undersigned, the owner or authorized officer of the below-named contractor (the “Contractor”), pursuant to the criminal background compliance certification requirements of Melvindale-Northern Allen Park Public Schools (the “School District”) hereby represents and warrants that the Contractor has performed and/or will perform sufficient criminal background checks, including at a minimum, an Internet Criminal History Tool (“ICHAT”) check, for all of its owners, employees, agents, representatives, contractors and/or other personnel who will be on any School District premises to carry out the services contemplated by the Contract Documents. The Contractor further hereby certifies that no owner, employee, agent, representative, contractor and/or other personnel of the Contractor will be on any School District premises if they are a registered criminal sexual offender under the Sex Offenders Registration Act, Public Act 295 of 1994, or have been convicted of “Listed Offense” as defined under Section 722 of the Sex Offenders Registration Act, MCL 28.722. The Contractor further acknowledges that if it is found to have submitted a false certification or otherwise fails to comply with the requirements of this certification, the School District may immediately terminate the Contract.

CONTRACTOR:

(Name of Contractor)

By:

Its:

Date:

STATE OF ) )ss. COUNTY OF ) The instrument was acknowledged before me on the ______ day of _____________, 20__, by

.

, Notary Public

County,

My Commission Expires:____________

Acting in the County of:

END OF SECTION

00 52 00 - 1

SECTION 00 52 00 CONSTRUCTION CONTRACT

The successful bidder will execute an agreement with the Owner which shall be the standard form of agreement between Owner and Contractor, Construction Manager as Adviser Edition, AIA Document A132 – 2009. No contractual adjustment shall be due or requested as a result of failure on the part of the Contractor to fully acquaint themselves and all other parties to the contract with the provisions of AIA Document A132 – 2009.

00 62 00 - 1

SECTION 00 62 00

PRE-CONTRACT PERFORMANCE SUBMITTALS PART 1 GENERAL 1.01 DESCRIPTION A. Each Contractor shall submit the following pre-contract performance submittals when

applicable, within ten days of the date of the Letter of Intent. B. Pre-contract submittals shall be submitted separately for each Contract. 1.02 PRE-CONTRACT SUBMITTALS The contractor shall not commence work nor allow subcontractors or sub-subcontractors to

commence work until the following submittals are provided and approved: A. Performance, and Labor and Material Payment Bond for 100% of the Contract Amount (if

required). B. Insurance Certificate with coverages as specified in Section 00 73 00; Article 11,

Insurance. C. A Schedule of Values. D. List of Subcontractors, material suppliers and equipment manufacturers. E. A detailed schedule for the work of the Contractor. F. Material Safety Data Sheets for all materials to be used on-site. G. Contractor written Safety Program. H. Criminal Background Affidavit of Compliance (See Specification Section 00 42 00)

END OF SECTION

00 63 54 - 1

SECTION 00 63 54

CHANGE ORDER PRICING FORM PART 1 GENERAL 1.1 SUMMARY

A. This section provides project prime contractors with a standardized form (EXCEL format) for submitting change order pricing for the project.

B. All pricing for bulletins, field change authorizations, etc., will be required to be submitted

on the Change Order Pricing form.

END OF SECTION

Melvindale-Northern Allen Park Public Schools = to be completed by Contractor

CONTRACTOR QUOTATION - WORK ITEMS DETAIL = predetermined or automatic calculation

A.

1 -2 -

3 -4 -5 -8 - LS

** To add rows: COPY row, then INSERT COPIED CELLS, then re-number. **

####

B. LABOR

=

=

=

=

** To add rows: COPY row, then INSERT COPIED CELLS, then re-number. ** Sub-Totals = ** WHEN ADDING ROWS, LINK PROPERLY TO LABOR RATE SUMMARY TAB **

C. FIELD EQUIPMENT RENTALS

1 -2 -3 -

** To add rows: COPY row, then INSERT COPIED CELLS, then re-number. **

D.

1 -2 -

** To add rows: COPY row, then INSERT COPIED CELLS, then re-number. **

E. SUBCONTRACTOR MARK-UP

Name of Subcontractor1 -2 -3 -

** To add rows: COPY row, then INSERT COPIED CELLS, then re-number. **

TOTAL AMOUNT FOR WORK ITEM NO. Contractor CHANGE REQUEST NO.

A.B.C.D.E.

Bond % 1% F.

Enter negative quantity for deleted work items.

$0.00

Quantity Measure Charge Price Per

10% Overhead & Profit Mark-up (0% if Credit) = $0.00

Total Field Equipment Amount = $0.00

Sub-Total Field Equipment Amount = $0.00

$0.00Quantity Measure Charge Price

-$ -$

MATERIALS and PURCHASED EQUIPMENT DO NOT INCLUDE State Sales Tax.

Description Per

Quantity Measure

Enter negative quantity for deleted work items.

Charge Price

Bond Premium = Total Subcontractor Mark-up Amount = $0.00

Total Field Equipment Amount = $0.00Total Unit Price Amount = $0.00

$0.00

Total Labor Amount = $0.00

BULLETIN NO. CCD NO. ASI NO.

TOTAL AMOUNT FOR WORK ITEM = $0.00

Total Subcontractor Amount = $0.00

$0.00$0.00

Total Material Amount = $0.00

Subco t actoAmount

$0.00

Total Unit Price Amount = $0.00

Sub-Total Subcontractor Amounts = $0.005% Overhead & Profit Mark-up (0% if Credit) = $0.00

$0.00$0.00

Enter negative quantity for deleted work items.

Field Equipment Description (i.e. Backhoe, manlift, etc. - Not Job Vehicles)

UNIT PRICES: Include material, labor, all taxes other costs and fees

$0.00$0.00

-$ -$ -$ -$

-$ -$ -$

Sub-Total Field Labor Amount (Straight time + x1.5 time + x2 time) = $0.00If net credit, reduction in credit to omit 10% Overhead & Profit in labor rate = $0.00

Total Labor Amount = $0.00

Field Equipment Description (i.e. Backhoe, manlift, etc. - Not Job Vehicles) Per

Craft/Trade:Classification:

-$ -$

Craft/Trade:Classification:

-$ -$

-$

-$ -$ -$ -$

Craft/Trade:Classification:

-$ -$ -$ -$

-$ -$ -$ -$ -$

TOTAL1-1/2TimeAMOUNT

= c x d

TOTALDouble TimeAMOUNT

=e x f

Total Material Amount = $0.00

Shipping/Freight (when applicable) 1Sub-Total Material Amount = $0.006% State Sales Tax Amount = $0.00

$0.00-$ LS

Craft/Trade:Classification:

Sub-Total Material Amount = $0.0010% Overhead & Profit Mark-up (0% if Credit) = $0.00

$0.00$0.00

On first quotation provide breakdown of rate for review by McCarthy & Smith. Rate to included burden and 10% OH&P per contract.

ApprovedHOURLY

Straight TimeRATE (a)

TOTALStraight TimeHOURS (b)

Approved Hourly1-1/2

Time Rate (c)

TOTAL1-1/2 TimeHOURS (d)

Approved HourlyDouble

Time Rate (e)

TOTALDouble TimeHOURS (f)

TOTALStraight Time

AMOUNT= a x b

$0.00$0.00

Check One

BULLETIN NO: CCD NO: ASI NO:

McCarthy & Smith, Inc.

Contractor CHANGE REQUEST NO:

CM:

Date:Contractor:

Project Name:A/E / A/E Project #:

TOTAL

Description of Work:

Check if PRIME Contractor Check if Subcontractor

00 72 00 - 1

SECTION 00 72 00 GENERAL CONDITIONS

The General Conditions of the contract for construction, Construction Manager as Adviser Edition, are AIA Document A232 - 2009 issued by the American Institute of Architects, 2009 Edition. No contractual adjustment shall be due or requested as a result of failure on the part of the Contractor to fully acquaint themselves and all other parties to the contract with AIA Document A232 - 2009.

END OF SECTION

00 73 00 – 1

SECTION 00 73 00 SUPPLEMENTAL AND SPECIAL CONDITIONS

TO GENERAL CONDITIONS OF THE CONTRACT FOR CONSTRUCTION,

Construction Manager as Adviser Edition AIA DOCUMENT A232 - 2009

1.0 GENERAL CONDITIONS

The General Conditions, Section 00 72 00, are hereby made a part of this Section. The articles contained in this Section may delete, modify, or add to the provisions of the General Conditions and shall take precedence over the General Conditions.

ARTICLE 1

GENERAL PROVISIONS

1.1 BASIC DEFINITIONS Add the following Subparagraph: 1.1.9 THE PROJECT MANAUAL

The Project Manual is the volume usually assembled for the Work which may include the bidding requirements, sample forms, Conditions of the Contract and Specification.

1.2 CORRELATION AND INTENT OF THE CONTRACT DOCUMENTS

1.2.1 Delete the period at the end of the paragraph and add “and to make all working systems operational.”

Add the following: "The Standard Form of Agreement between Owner and Contractor shall be signed by the

Owner and the Contractor as provided in the agreement."

1.2.2 Add the following:

"The organization of the Specifications into divisions, sections, and articles, and the arrangement of the Drawings shall not make the Architect an arbiter to establish subcontract limits between Contractor and Subcontractor."

Add the following Subparagraphs:

1.2.4 Where a reference in the Contract Documents to a Federal Specifications, American National

Standards Institute Standard, American Society of Testing Materials Standard or other standard does not include the edition or date of the standard, the edition and amendments current as of the date of this Project Manual shall apply.

1.2.5 Figures given on the Drawings govern scale measurements and large scale governs small

scale. Discrepancies shall be brought to the attention of the Architect for interpretation and the Architect’s decision.

1.2.6 If the Drawings and Specifications disagree in themselves or with each other, estimate on and

furnish the greater quantity or better quality unless otherwise instructed in writing by the Architect.

00 73 00 – 2

ARTICLE 2

OWNER 2.2 INFORMATION AND SERVICES REQUIRED OF THE OWNER

2.2.1 Delete this paragraph in its entirety. 2.2.2 Add “The Owner shall also be responsible for securing and paying for such items as zoning

approvals, environmental impact statements and other approvals which may be required before construction can commerce, but will not be responsible for securing or paying for items stated in Subparagraph 3.7.1.

2.2.3 Add the word “existing” before surveys in the first sentence.

2.4 OWNER’S RIGHT TO CARRY OUT THE WORK

In the second to the last sentence, delete the words “prior approval” and substitute

“recommendations” in its stead.

ARTICLE 3 CONTRACTOR

3.4 LABOR AND MATERIALS Add the following Subparagraph:

3.4.4. ASBESTOS - FREE PRODUCT INSTALLATION

Add the following Subparagraph:

1. It is hereby understood and agreed that no product/material containing asbestos including chrysotile, amosite, crocidolite, tremolite asbestos, anthophyllite asbestos, actinolite asbestos or any combination of these materials that have been chemically treated and/or altered shall be installed or introduced into the construction by the Contractor or his employees, agents, Subcontractors, or other individuals or entities over whom the Contractor has control. The Contractor shall be required to sign a certification statement ensuring that all his products or materials installed or introduced into the construction will be asbestos - free.

2. The Contractor shall also be required to furnish certified statements from the manufacturers of

supplied materials used during construction verifying their products to be asbestos - free in accordance with the previous paragraph.

3. Provided is a Contractor Certification of Asbestos - Free Product Installation Form to be

completed and submitted with the submittals.

4. The Asbestos - Free Certification Form is included in Section 01 78 54. 3.7 PERMITS, FEES AND NOTICES

Add the following:

3.7.1. The Contractor shall submit Drawings and Specifications to the office of any Government department having jurisdiction over work of this character, and shall obtain and pay for examination fees, and any other fees required by said departments.

00 73 00 – 3

3.11 DOCUMENTS AND SAMPLES AT THE SITE

3.11.1 In first sentence add the word “Contractor” after the words “approved”, and the words “which have been reviewed by the Architect” after the words “and similar required submittals”. In second sentence add the words “Architect through the” after the words “delivered to the”

Also add the following: “Contractor to provide a listing of all Shop Drawings, Product Data, and Samples given to the Architect through the Construction Manager for the Owner.”3.12 SHOP DRAWINGS, PRODUCT DATA AND SAMPLES

3.12.7 Delete the words “and approved” from the sentence. Delete the period at the end of the

sentence and add “and bearing the Architects review stamp.”

3.12.8 Delete the words “approved and/or approval” where it appears in the paragraph and substitute the word “reviewed and/or review” in its stead.

3.12.9 Delete the word “approval” in the 2nd sentence and substitute with the word “reviewed” in its

stead. 3.12.10 Delete the word “approve” in the 6th sentence. 3.13 USE OF SITE

Add the following Subparagraph:

3.13.3 Materials stored within contract limits shall be in an area designated by the Construction Manager. Materials or equipment lost through mishandling shall be replaced by the contractor without cost to the Owner. Materials, tools and equipment which will not become incorporated into the final building product, lost through theft, shall be replaced by the contractor without cost to the Owner.

3.14 CUTTING AND PATCHING 3.14.1 Add the following sentence:

Permission to patch any areas or items of work does not imply a waiver of the Architect’s right to require complete removal and replacement if, in the Architect’s opinion, said patching does not satisfactorily restore the quality and appearance of the work.

3.18 INDEMNIFICATION

3.18.1 Add the word “reasonable” before attorneys’ fees in the first sentence. 3.18.1 Delete the words "but only to the extent" from the 6th line. Add new sentence at the end of the

paragraph "The Contractor shall purchase insurance insuring the obligations of the Contractor under this paragraph with limits of insurance not less than those specified in Article 11."

ARTICLE 4

ARCHITECT AND CONSTRUCTION MANAGER 4.1.4 Delete the words "against whom the Contractor makes no reasonable objection and" from the 2nd line of

this paragraph. 4.2 ADMINISTRATION OF THE CONTRACT

4.2.3 Delete the 1st sentence of this paragraph in its entirety. 4.2.5 In the 1st sentence after the words “or charge of,” add “and will not be responsible for”…

00 73 00 – 4

4.2.7 After the 1st sentence, add the following “The Construction Manager will assemble each of the Contractor’s Applications for Payment

with similar Applications from other Multiple Prime Contractors into a Project Application and Project Certificate for Payment. After reviewing and certifying the amounts due the Contractors, the Construction Manager will submit the Project Application and Project Certificate for Payment, along with the applicable Contractors’ Applications and Certificates for Payment, to the Architect.”

4.2.8 Add the following to the end of the sentence ending in "Contract Document" in the tenth line ";

however, the Construction Manager cannot request removal and replacement of rejected work without approval of the Owner or the Architect".

4.2.10 Delete the words “and approve” in the first sentence. 4.2.11 Delete the word “approval” in the last sentence and substitute the word “review” delete the

period at the end of the sentence and add the following: “nor shall his final review of a drawing or of an assembly indicate concurrence with specific items previously reviewed by the Architect, but which have been subsequently altered without the Contractor’s notification in writing or on the submittal of the alteration. Markings or comments shall not be construed as relieving the Contractor from compliance with the project drawings and specifications, nor departures therefrom. The Contractor remains responsible for details and accuracy, for conforming and correlating all quantities and dimensions, for selecting fabrication processes, for techniques of assembly, and for performing his work in a safe manner.”

ARTICLE 7

CHANGES IN THE WORK 7.1 CHANGES

Add the following paragraph: 7.1.1.1 The Construction Manager has no rights under the terms of their Agreement with the Owner to

order or approve Extra Work or Change Orders in the Field. 7.3 CONSTRUCTION CHANGE DIRECTIVES 7.3.3.3 Delete the words "mutually acceptable fixed or percentage fee" and add the words "ten

percent (10%) allowance for overhead and profit. Allowable contractor mark-up for overhead and profit for subcontractor work shall be five percent (5%)."

7.3.7 Delete the word "reasonable" nearest the end of the first sentence of the paragraph and

substitute "ten percent (10%)". Insert new sentence after the first sentence "Allowable contractor mark-up for profit and overhead for subcontractors work shall be five percent (5%)."

7.3.7.2 Delete this subparagraph entirely and substitute the following subparagraphs:

.a “For Contractor owned equipment, charges will be limited to (100 %) one hundred percent of the document rental costs. The cost will be limited to the published rates in the Associated Equipment Dealers Blue Book. Equipment that is on site and part of the normal course of work shall not be subject to an additional cost. No additional cost will be allowed for hand tools, minor equipment, and basic scaffolds.”

.b “Reasonable delivery charges or per mile trucking shall be included for the

delivery of the materials and equipment that require special delivery. Extra materials that are delivered with base bid materials shall not be subject to additional trucking expense unless it can be documented that an extra cost was

00 73 00 – 5

incurred. Charges for the use of pickups shall not be included. Lump sum mobilization charges shall not be accepted.”

.c “Material and supplies purchased by the Contractor to be incorporated into the

Work, shall include quotations from suppliers and dealers.”

7.3.7.3 Delete this subparagraph entirely and substitute the following subparagraph: .a “Non-owned heavy equipment or specialty tools shall be limited to (100 %) one

hundred percent of the documented rental costs. This does not include hand tools, minor equipment, and basic scaffolds. Equipment that is on site and part of the normal course of work shall not be subject to additional costs. No additional cost will be allowed for hand tools, minor equipment, and basic scaffolds.”

7.3.7.4 Delete this subparagraph entirely and substitute the following subparagraphs:

.a “The cost of extending the bond and insurance will be allowed with no addition for Overhead or Profit.”

.b “The cost for permits, inspections and testing shall be limited to the actual cost with no addition for Overhead or Profit.”

ARTICLE 9

PAYMENTS AND COMPLETION 9.3 APPLICATIONS FOR PAYMENT

9.3.1 Delete this paragraph in its entirety and substitute the following:

"Approximately thirty (30) days before each progress payment falls due, and no later than the Monthly Meeting preceding the due date, the Contractor, Architect and Construction Manager shall determine percentage completion of the contractor's work for the previous month. The Schedule of Values accepted for billing purposes shall be used for this purpose. The Architect's and Construction Manager's determination shall be binding upon the Contractor. .1 Within twenty (20) working days after said Monthly Project Meeting, the Construction

Manager shall notify the Contractor of the exact payment to be received for the previous month's work.

.2 Prior to the date each progress payment falls due, the Construction Manager shall

send to the Contractor a Sworn Statement Form, Application and Certificate for Payment, and Partial Waiver of Lien. The Contractor shall properly execute these documents and exchange them for payment at Monthly Meetings."

9.3.2 Add the following sentence to the end of this paragraph:

"Any extra cost of on-site and off-site storage shall be the responsibility of the Contractor."

9.3.4 Add the following paragraph:

The Owner will reserve an amount of not to exceed ten percent (10%) of all progress

payments as retainage. Retained amounts shall be paid to the contractor as a part of the Contractor's Final Payment.

9.7 FAILURE OF PAYMENT Delete the words “plus interest” in the last sentence of the paragraph.

00 73 00 – 6

ARTICLE 10 PROTECTION OF PERSONS AND PROPERTY

10.2 SAFETY OF PERSONS AND PROPERTY

Add the following subparagraph. 10.2.1.5 The Contractor shall assume the responsibility for the protection of all finished construction

under his Contract and shall repair and restore any and all damage to his finished construction to its original state.

10.3 HAZARDOUS MATERIALS 10.3.3 Add the word “reasonable” before attorneys’ fees in the first sentence.

ARTICLE 11 INSURANCE AND BONDS

11.1 CONTRACTORS LIABILITY INSURANCE Add the following sentence to paragraph 11.1.1.

11.1.1 All insurance companies writing coverage for this project shall have a minimum A.M. Best rating of A - and financial size of VII, and be approved or licensed to operate within the State in which this project is located. Written certification of this requirement shall be presented to the Owner, Architect and Construction Manager.

11.1.2 The insurance required by Subparagraph 11.1.1 shall be as follows:

.1 Workmen's Compensation and Employer's Liability Insurance:

Workmen's Compensation and Occupational Disease Insurance at statutory limits as provided by the State in which this contract is performed and Employer's Liability Insurance at a limit of not less than One Hundred Thousand Dollars ($100,000.00) for all damages arising from each accident or occupational disease.

.2 Commercial General Liability Insurance covering (the contractors must provide liability

coverage on an occurrence base format):

A. Operations - Premises Liability: including, but not limited to, bodily injury, including death at any time resulting therefrom, to any person or property damage resulting from execution of the work provided for in this contract or due to or arising in any manner from any act or any omission or negligence of the Contractor and any subcontractor, their respective employees or agents.

B. Elevator Liability: including, but not limited to, bodily injury, including death at any time

resulting therefrom, to any person or property damage resulting from operation or use of any elevator or hoist, if either or both are operated or used in connection with execution of this contract.

C. Contractor's Protective Liability: including, but not limited to, bodily injury, including

death at any time resulting therefrom, to any person or property damage resulting from acts or any omission of any subcontractor, their employees or agents.

D. Products - Completed Operations Liability: including, but not limited to, bodily injury,

including death at any time resulting therefrom, to any person or property damage because of goods, products, materials, or equipment used or installed under this

00 73 00 – 7

contract or because of completed operations, which may become evident after acceptance of the building, including damage to the building or its contents.

E. Contractual Liability - Each and every policy for liability insurance, carried by each

Contractor and subcontractor as required by this Article shall specifically include contractual liability (hold harmless clause) coverage with respect to Article 3.18 of the AIA General Conditions.

F. Special Requirements: the insurance required under 11.1.2.2 of this Article shall

specifically include the following special hazards:

1. Property damage caused by conditions otherwise subject to exclusions "X,C,U" explosion, collapse or underground damage, as defined by the National Bureau of Casualty underwriters.

2. Property damage liability coverage shall be broad form coverage.

3. "Occurrence" bodily injury coverage in lieu of "Caused by accident".

4. "Occurrence" property damage coverage in lieu of "Caused by accident".

5. EXCEPTION: Contracts that do not require excavation or underground work are not

required to have the above "Special hazards" insurance coverage under 1 above. G. Limits of Liability: The insurance under 11.1.2.2 of this Article shall be written in the

following limits of liability as a minimum:

Bodily Injury:

$1,000,000 each occurrence $1,000,000 aggregate products

Property Damage:

$1,000,000 each occurrence $1,000,000 aggregate operations $1,000,000 aggregate protective $1,000,000 aggregate products $1,000,000 aggregate contractual

H. The Owner, the Construction Manager, and the Architect shall be named as additional

insureds.

.3 Comprehensive Automobile Liability Insurance covering:

A. All owned, hired, or non-owned vehicles including the loading or unloading thereof.

B. Special Requirements: The insurance required under 11.1.2.3 of this Article shall specifically include the following special hazards:

1. "Occurrence" bodily injury in lieu of "Caused by accident".

2. "Occurrence" property damage in lieu of "Caused by accident".

C. Limits of Liability: the insurance under 11.1.2.3 of this Article shall be written in the

following limits of liability as a minimum:

Automobile Bodily Injury $1,000,000 each person $1,000,000 each occurrence

00 73 00 – 8

Automobile Property Damage $1,000,000 each occurrence

.4 Umbrella Clause: If an umbrella clause is written to implement the above prime coverages,

the umbrella clause shall specifically state that the policy is written on an "occurrence' basis. Any combination of underlying premium with excess or umbrella coverage will satisfy the total liability limits required in the agreement.

11.1.3 No Contractor shall commence work under this contract until they have obtained all insurance

required under this section and evidence that insurance has been obtained in the form of a valid certificate of insurance has been furnished to the Owner, the Architect and the Construction Manager, and accepted by the Owner, nor shall any Contractor allow any subcontractor to commence work on their subcontract until the same insurance has been obtained by the subcontractor. Unless exceptions are noted or specified, each and every Contractor and subcontractor shall maintain all insurance required under 11.1.2.1, 11.1.2.2 and 11.1.2.3 of this section for not less than one (2) years after completion of the contract.

11.1.5 If requested by the Owner, Contractor shall furnish the Owner with true copies of each policy

required of them or their subcontractors.

11.1.6 The General Liability policy limit shall be issued on a per project basis covering this project alone.

11.3 PROPERTY INSURANCE

Delete subparagraph 11.3.1.4 in its entirety.

ARTICLE 12 UNCOVERING AND CORRECTION OF WORK

12.2 CORRECTION OF WORK Add the following:

12.2.1.2If any Contractor or any of his Subcontractors chooses to use any system, equipment, facilities or services which have been installed into the building as a permanent part thereof by any other Contractor, said Contractor shall assume full responsibility for damage to said system, equipment, facilities, or services and shall make such arrangements with the installing Contractor as are necessary, so that in no case the performance for the period mentioned above shall be jeopardized as a result of such use.

ARTICLE 14

TERMINATION OR SUSPENSION OF THE CONTRACT 14.1 TERMINATION BY THE CONTRACTOR Delete subparagraphs 14.1.1.3, 14.1.1.4 in their entirety. Revise paragraph 14.1.4 to read as follows:

14.1.4 If the Work is stopped for a period of 60 days or if repeated suspensions, delays, or interruptions by the Owner as described in Paragraph 14.3 constitute in the aggregate the lesser of an amount equal to the Contract time or 120 days in any one (1) year period through no act or fault of the Contractor or a Subcontractor or their agents or employees or any other persons performing portions of the Work under contract with the Contractor because the Owner has persistently failed to fulfill the Owner’s obligations under the Contract Documents with respect to matters important to the progress of the Work, the Contractor may, upon seven additional days’ written notice to the Owner, Construction Manager and Architect, terminate the Contract and recover from the Owner as provided in Subparagraph 14.1.2.

00 73 00 – 9

14.2 TERMINATION BY THE OWNER FOR CAUSE Add the following subparagraphs:

14.2.5 Is petitioned bankrupt, or makes a general assignment for the benefit of creditors, or if a receiver is appointed on account of the contractor’s insolvency.

14.2.6 Fails after commencement of the Work to proceed continuously with the construction and completion of the Work for more than ten (10) days, except as permitted under the Contract Documents.

14.2.7 Breaches any warranty made by the Contractor under or pursuant to the Contract Documents.

14.2.8 Fails to furnish the Owner with assurances satisfactory to the Owner evidencing the Contractor’s

ability to complete the Work in compliance with all the requirements of the Contract Documents. 14.2.9 The Contractor acknowledges that it has certified to the School District [Owner] that no owner,

employee, agent, representative, contractor and/or other personnel of the Contractor will be on any School District premises if they are a registered criminal sexual offender under the Sex Offenders Registration Act, Public Act 295 of 1994, or have been convicted of “Listed Offense” as defined under Section 722 of the Sex Offenders Registration Act, MCL 28.722 (the “Certification”). The Contractor acknowledges and agrees that if it is found to have submitted a false Certification or otherwise breaches or fails to comply with the requirements of the Certification, the School District [Owner] may immediately terminate the Contract and notwithstanding any other provision of this Contract, the Contractor shall be liable to the School District [Owner] for any and all costs and expenses incurred by the School District [Owner] to secure a replacement contractor to complete the Work in accordance with the Contract Documents, including, but not limited to, any costs or expenses required to be paid by the School District [Owner] to the replacement contractor in addition to those required to be paid to the Contractor, all attorney and/or professional service fees, and any and all other actual and consequential damages incurred by the School District [Owner].

ADD THE FOLLOWING PARAGRAPH AND SUBPARAGRAPHS AS FOLLOWS: 14.4 OWNER’S TERMINATION FOR CONVENIENCE Delete paragraph 14.4.3 in its entirety and replace with the following:

14.4.3 If the Owner terminates the Contract for convenience, the following shall be the Contractor’s

exclusive remedies: .1 Reimbursement of all actual expenditures and costs approved by the Owner through the

Construction Manager and Architect as having been made or incurred in performing the terminated Work;

.2 Reimbursement of expenditures made and costs incurred with the Owner’s prior written

approval in settling or discharging outstanding commitments entered into by the Contractor in performing the Contract; and

.3 Payment of profit, insofar as profit is realized hereunder of an amount equal to the estimated

profit on the entire Contract at the time of termination multiplied by the percentage of completion of the Work. In no event shall the Contractor be entitled to anticipated fees or profits on work not required to be performed.

00 73 00 – 10

14.4.4 All obligations of the Contractor under the Contract with respect to completed Work, including but not limited to all warranties, guarantees, indemnities, insurance and bonds shall apply to all Work completed or substantially completed by the Contractor prior to a convenience termination by the Owner. Notwithstanding the above, any convenience termination by the Owner or payments to the Contractor shall be without prejudice to any claims or legal remedies that the Owner may have against the Contractor for any cause.

14.4.5 Upon a determination that a termination of this Contract, other than a termination for

convenience under this Paragraph 14.5, was wrongful or improper for any reason, such termination shall automatically be deemed converted to a convenience termination under this Paragraph 14.5, and the Contractor’s remedy for such wrongful termination shall be limited to the recoveries specified under Subparagraph 14.4.3.

14.4.6 Contractor is required to include a termination for convenience clause in all of its subcontractor

and supplier contras, in substantially similar form as set forth in this Paragraph 14.5, and that limits the subcontractors and suppliers to exclusive remedies no greater than those set forth in Subparagraph 14.4.3 that are available to the Contractor. Contractor shall bear all costs arising or related to its failure to include such clause in its subcontracts.

ARTICLE 15 CLAIMS AND DISPUTES

15.3 MEDIATION Delete paragraphs 15.3.1, 15.3.2 and 15.3.3 and replace with the following: 15.3.1 Any claim, dispute or other matter in question arising out of or related to this Agreement shall be

subject first to informal mediation discussions by Senior Officers of the Owner and Architect. (The term “Senior Officer” shall mean with respect to the Owner and Architect, the respective party’s chief executive officer, president, managing partner, partner, chief financial officer, chief operating officer, or superintendent.) In the event that those discussions do not result in resolution of the claim, dispute or other matter, they then must be submitted to mediation as a condition precedent to arbitration. If such matter relates to or is the subject of a lien arising out of the Architect's services, the Architect may proceed in accordance with applicable law to comply with the lien notice or filing deadlines prior to resolution of the matter by mediation or by arbitration.

15.3.2 In the event that the informal mediation discussions by Senior Officers of the Owner and

Architect do not result in resolution of claims, disputes or matters in question, the Owner and Architect shall endeavor to resolve said claims, disputes and other matters in question between them by mediation which, unless the parties mutually agree otherwise, shall be in accordance with the Construction Industry Mediation Rules of the American Arbitration Association currently in effect. Request for mediation shall be filed in writing with the other party to this Agreement and with the American Arbitration Association. The request may be made concurrently with the filing of a demand for arbitration but, in such event, mediation shall proceed in advance of arbitration, which shall be stayed pending mediation for a period of 60 days from the date of filing, unless stayed for a longer period by agreement of the parties or court order.

15.3.3 The parties shall share the mediator's fee and any filing fees equally. The mediation shall be

held in the place where the Project is located, unless another location is mutually agreed upon. Agreements reached in mediation shall be enforceable as settlement agreements in any court having jurisdiction thereof.

15.4 ARBITRATION

Delete paragraphs 15.4.1, 15.4.1.1, 15.4.2, 15.4.3, 15.4.4 and 15.4.4.1, 15.4.4.2 and 15.4.4.3

and replace with the following:

00 73 00 – 11

15.4.1 Any claim, dispute or other matter in question arising out of or related to this Agreement shall be subject to arbitration. Prior to arbitration, the parties shall endeavor to resolve disputes by mediation in accordance with Section 15.3 of this Agreement.

15.4.2 Claims, disputes and other matters in question between the parties that are not resolved by

mediation shall be decided by arbitration which, unless the parties mutually agree otherwise, shall be in accordance with the Construction Industry Arbitration Rules of the American Arbitration Association currently in effect. The demand for arbitration shall be filed in writing with the other party to this Agreement and with the American Arbitration Association.

15.4.3 A demand for arbitration shall be made within a reasonable time after the claim, dispute or other

matter in question has arisen. In no event shall the demand for arbitration be made after the date when institution of legal or equitable proceedings based on such claim, dispute or other matter in question would be barred by the applicable statute of limitations.

15.4.4 No arbitration arising out of or relating to this Agreement shall include, by consolidation or joinder

or in any other manner, an additional person or entity not a party to this Agreement, except by written consent containing a specific reference to this Agreement and signed by the Owner, Architect, and any other person or entity sought to be joined. Consent to arbitration involving an additional person or entity shall not constitute consent to arbitration of any claim, dispute or other matter in question not described in the written consent or with a person or entity not named or described therein. The foregoing agreement to arbitrate and other agreements to arbitrate with an additional person or entity duly consented to by parties to this Agreement shall be specifically enforceable in accordance with applicable law in any court having jurisdiction thereof.

15.4.5 The award rendered by the arbitrator or arbitrators shall be final, and judgment may be entered

upon it in accordance with applicable law in any court having jurisdiction thereof.

END OF SECTION

00 73 10 - 1

SECTION 00 73 10 ADDITIONAL ARTICLES

TO GENERAL CONDITIONS OF THE CONTRACT FOR CONSTRUCTION,

Construction Manager as Advisor Edition AIA DOCUMENT A232 - 2009

1.0 GENERAL CONDITIONS

The General Conditions, Section 00 72 00, are hereby made a part of this Section. The articles contained in this Section add to the provisions of the General Conditions and shall take precedence over the General Conditions.

ARTICLE 16

OWNER PURCHASED MATERIAL AND/OR EQUIPMENT 16.1 As an expedient, the Owner may purchase certain material and equipment to be incorporated into the

work by designated Bid Division Contractors. The designated contractor is to accept delivery and unload, handle, store and install the items. Upon delivery, the designated contractor is to verify product suitability, quantity, quality and condition as soon as it can be ascertained and shall accept care, custody and control responsibility as if it were their own purchase.

16.2 Products furnished and paid for by the Owner are described in the Specifications and in the Bid Division

Descriptions (Section 00 41 26). 16.3 Owner's Responsibilities Regarding Owner-Furnished Products:

.1 Arrange for and deliver necessary shop drawings, product data and samples to the installing contractor,

.2 Arrange and pay for product delivery to the site, in concert with the Short Term Construction Activities Plan,

.3 Arrange for the suppliers to submit bills of materials directly to the Owner,

.4 Inspect deliveries jointly with Contractors,

.5 Submit claims for transportation damage,

.6 Arrange for replacement of damaged, defective, or missing items,

.7 Arrange for manufacturer's warranties, bonds, service, and inspections, as required. 16.4 Contractor's Responsibilities Regarding Owner-Furnished Products:

.1 Designate needed delivery dates for each product in the construction schedule.

.2 Review shop drawings, product data and samples,

.3 Review and return Owner-Furnished shop drawings, data and samples with notification of any discrepancies or problems anticipated in the use of the product,

.4 Promptly inspect products jointly with the Owner, and record shortages, damaged items and defective items,

.5 Receive products at the site, including unloading, uncrating and storage,

.6 Protect products from exposure to elements, and other forms of damage,

.7 Assemble, install, connect, adjust and finish products as stipulated in the Specifications,

.8 Repair or replace items damaged by the Contractor's carrying out their responsibilities

ARTICLE 17 JOB MEETINGS

17.1 MEETINGS

17.1.1 Meetings shall be conducted periodically by the Construction Manager for the purpose of coordinating and expediting the work. It shall be mandatory that each contractor's Project Manager and/or Superintendent, foreman or lead person be in attendance. Also, from time to time, the Construction Manager will designate certain subcontractors to attend. Failure by a Contractor to attend a scheduled mandatory meeting may, at the Owner’s option, result in a $250.00 deduction from the Contractor’s contract for each meeting not attended.

00 73 10 - 2

17.1.2 Progress and Project Meetings shall be held at the site on a regularly scheduled basis. The date and hour will be established by the Construction Manager.

17.1.3 The essence of the discussions and decisions of each meeting will be entered into the minutes

and copies of the minutes will be furnished to all in attendance and interested parties.

ARTICLE 18 CONTRACTOR PERFORMANCE

18.1 STARTING THE WORK

18.1.1 The Contractor shall commence the Work in such a manner and at such a time as to expeditiously interface with the Work of other contractors, and shall pursue the Work diligently to completion. The Contractor shall work in a cooperative manner with other contractors.

18.1.2 Upon receipt of a Letter of Intent, the Contractor shall pursue and complete the Work without

voluntary interruption for any reason, as long as the Work can be performed. The Contractor agrees that they shall continue the Work at all times the Work can be performed, at a pace consistent with good industry practice regardless of pending or current claims or disputes in connection with the Contract Documents.

18.2 TIMELY PERFORMANCE

18.2.1 It is the Owner's intent to complete the Project as soon as possible, and in this pursuit the Owner may coordinate the scheduling function. The Contractor agrees to cooperate in scheduling and performing the Work to achieve completion of the Project as soon as possible.

18.2.2 The Contractor acknowledges and accepts the prospects of such delays, interferences and

interruptions to the progress of the Project and to the Work as are inherent in the construction industry. The Contractor represents that they have included compensation for such delays, interferences and interruptions in the Contract Sum.

18.2.3 The Owner does not guarantee that delays, interferences and/or interruptions to the Work will

not occur. The Owner expressly disclaims any responsibilities or obligations resulting from delays, interferences or interruptions.

18.2.4 The Contractor shall not be entitled to additional compensation or damages due to delays,

interferences or interruptions to the Work or the Project, but shall be entitled only to an appropriate extension of time in accord with the General Conditions of the Contract for Construction.

ARTICLE 19

CONSTRUCTION SCHEDULING 19.1 SCHEDULING

19.1.1 The Construction Manager will provide the overall scheduling function for the Project, and will coordinate scheduling input from Contractors during the course of construction. Day-to-day activities planned by Contractors will be incorporated into a Construction Schedule. The purpose of the Construction Schedule is to guide the Project from milestone to milestone, using input provided by Contractors.

19.1.2 The Work to be performed under this Contract shall be commenced immediately and be

completed in accordance with the milestone schedule and the subsequent construction schedule incorporating scheduling input from the Contractors on the Project. Contractor agrees to complete its Work in accordance with the construction schedule as updated from time to time, and specifically in accordance with day-to-day schedule input submitted to the Construction Manager by the Contractor and accepted by the Construction Manager for incorporation in the construction schedule. It is expressly understood and agreed that upon request by the Construction Manager the Contractor shall adjust its individual scheduled activities to allow coordination of the Project Work, to achieve established milestone dates or to allow completion of the Project in an expeditious manner, all without additional compensation to the Contractor or damages of any kind.

00 73 10 - 3

19.1.3 The Construction Manager will provide a Milestone Schedule which will establish the major points of completion during construction, and toward which Contractors shall orient their efforts.

19.1.4 If at any time a contractor is of the opinion that the quality of their work is, or will be jeopardized,

as a result of the scheduling or coordination of the project, or for any other reason known to them, they shall stop work and immediately inform the Construction Manager of their action and the reasons therefore. The contractor shall immediately, on the same day, reduce their action and their reasons to writing, hand it to the Field Construction Manager for the record, and mail a copy to the Architect. Upon subsequent and timely investigation by the Construction Manager and the Architect, a decision shall be made on the point of jeopardy, and the problem resolved in accordance with the full intent of the contract documents.

19.2 INTERMITTENT WORK

19.2.1 If a Contractor's work is intermittent by nature, or if they have reason to leave the Site for a period of two days or more, they shall inform the Construction Manager in advance.

19.2.2 When planning to leave the Site during the course of its Work, a Contractor shall provide

evidence that their absence will not adversely affect the progress of the Project, nor of any other Contractor's previously scheduled work commitment.

19.2.3 When planning to reduce manpower during the course of its Work, a Contractor shall provide

evidence that reduced manpower will not adversely affect the progress of the Project, nor of any other Contractor's previously scheduled work commitment.

19.2.4 Contractors shall cancel any absences or manpower reductions that, in the opinion of the

Construction Manager, will adversely affect scheduled progress as determined by the Construction Schedule and the Program Schedule.

19.2.5 Each Bid Division Contractor is required to report to the Field Construction Manager prior to

resuming work on the project after an absence from the site for one or more working days. The purpose of reporting is to make the Field Construction Manager aware of the contractors re-involvement with the work and to provide an update of any conditions that could affect the continuing work of the Contractor.

19.3 WORK DAYS

19.3.1 Construction schedules are based on Contractors working five (5) day weeks, eight (8) hours per day unless overtime or additional time is designated. Any variation to this policy will be disruptive to the Project Construction Schedule and to other Contractors work. Contractors may not use a four (4) day, forty (40) hour week or any other foreshortened work week other than a five (5) day, eight (8) hour per day week or what may be specifically required by the Construction Schedule. Any deviation from this must be requested in writing to the Construction Manager.

19.4 MATERIAL AND EQUIPMENT EXPEDITING

19.4.1. The Construction Manager may initiate and coordinate an expediting program, in cooperation with each contractor, incorporating all critical items of materials and/or equipment provided under the various Bid Division requirements.

19.4.2 In order to ensure timeliness and accuracy, each Contractor shall cooperate by providing order

and acknowledgement documentation (without pricing) as required by the Construction Manager.

19.4.3 Each Contractor shall further cooperate by keeping the Construction Manager informed of any

and all changes in the commitments previously incorporated in the expediting program, and when deemed necessary by the Construction Manager, provide source contacts for direct expediting by the Construction Manager.

00 73 10 - 4

19.4.4 The Construction Manager expediting program is to be considered a back-up program and shall not in any way relieve the individual Contractors from the performance responsibilities subscribed to elsewhere in the contract documents.

END OF SECTION

00 73 36 - 1

SECTION 00 73 36

AFFIRMATIVE ACTION PROGRAM PART 1 GENERAL 1.01 DESCRIPTION

A. The Owner is an Equal Opportunity Employer. Pursuant to the executive Order 11246, you are advised that under the provisions of this Order, Contractors and Subcontractors are obliged to take affirmative action to provide Equal Employment Opportunities without regard to race, creed, color, national origin, age or sex.

END OF SECTION

00 73 73 - 1

SECTION 00 73 73

STATUTORY DECLARATIONS

PART I GENERAL 1.01 DRUG FREE WORKPLACE A. The Melvindale-Northern Allen Park Public Schools is a Drug Free Work Place. 1.03 SMOKE FREE BUILDINGS AND PROPERTIES A. The Melvindale-Northern Allen Park Public Schools has adopted a no smoking policy for all of its

facilities and school properties. END OF SECTION

01 11 00 - 1

SECTION 01 11 00 SUMMARY OF WORK

PART 1 GENERAL 1.01 PROJECT DESCRIPTION

A. The Work included in the Contract Documents consists of the following:

The reconstruction of the Melvindale High School Stadium complex including site improvements. Replacement of natural turf field with new synthetic turf, replacement of the running track, stadium bleachers, press boxes, athletic field lighting, building improvements, including the remodeling of existing concession/restroom building, construction of new team room building, storage building and ticket booth.

B. The subdivision of Work between the multiple Prime Contractors is delineated in Section 00 41 26 of these Specifications.

C. The timing and sequence of the Work is generally described in the Milestone

Schedule. That schedule will be modified and expanded with input from Contractors subsequent to contract awards. The resulting Construction Schedule will be used for actual construction.

1.02 CONTRACTOR USE OF PREMISES

A. Contractors shall limit their use of the Project site for Work and for storage as designated by the CM. Contractors will not occupy or use any of the Owners’ facilities or services. Any Work required outside of the designated limits shall be previously scheduled and coordinated with the CM and Owner.

B. No radios will be permitted on the Project site.

C. Contractors shall locate field offices, storage trailers, and employee parking as

designated by the CM.

D. Contractors shall cooperate to the fullest extent possible with the CM to protect the public, staff and visitors from construction. Clean-up must be constantly maintained and clear accesses must be provided at all times.

1.03 OWNER OCCUPANCY

A. Prior to occupancy the Owner will be installing equipment, furnishings, and other amenities as required for occupancy. Each Contractor shall cooperate with all Owner installations and coordinate the completion of this Work accordingly.

B. Owner occupancy of existing buildings

1. The Owner will occupy the building during periods of construction. Certain

Work and services are required to be performed on this job in connection with existing buildings, as indicated on Drawings and specified in various divisions of the Specifications. All Contractors shall have free access to

01 11 00 - 2

their work in area in which new construction occurs until their Work is completed.

2. Contractors shall arrange with Owner to make alterations, do new work,

and make connections to utilities at such times as shall not interrupt utility services or proper operation of the building and which are otherwise convenient and satisfactory to the Owner. Contractor whose work is involved shall protect, reroute, shore up, cap, cut off, and/or replace existing pipes, electrical work, and all other active utilities encountered, which may interfere with new Work. Do all work in approved manner and with minimum of interference and inconvenience to the Owner.

END OF SECTION

01 11 25 - 1

SECTION 01 11 25

CONSTRUCTION & CHANGE DOCUMENTS PART 1 GENERAL 1.01 CONSTRUCTION & CHANGE DOCUMENTS A. Each Contractor will be provided a PDF file of the construction documents and

subsequent change documents for each bid division awarded. PART 2 ELECTRONIC FILES 2.01 TRANSFER OF ELECTRONIC FILES POLICY

A. As a service to bidders, contractors, subcontractor, vendors, material suppliers and others needing electronic (CAD) copies of drawing files, the Architect will provide CAD files in the form of a CD-ROM in accordance with the following policy:

1. See Wakely’s specifications for details of their policy

END OF SECTION

01 31 19 - 1

SECTION 01 31 19

PROJECT MEETINGS PART 1 GENERAL 1.01 PRECONSTRUCTION MEETINGS A. Prior to the initiation of on-site activity, a meeting will be held with all Bid Division

Contractors for the purpose of planning, scheduling and coordinating an orderly initiation of on-site construction activity.

1.02 PRECONSTRUCTION CONFERENCES A. Each Contractor is required to meet on the site with the Construction Manager and the

Architect/Engineers as required by the Construction Manager prior to beginning their Work. The purpose of this meeting is to review the intent of the Contract Documents as they pertain to the Contractor's Work, and to integrate the initiation of that Work with the Work already in progress on the site.

1.03 PROGRESS & PROJECT MEETINGS A. Contractors active on site shall be required to attend Progress and Project Meetings when

called by the Construction Manager. These meetings are for the purpose of planning and assessing construction progress and for discussing problems of mutual concern.

B. It shall be mandatory that each Contractor and/or their superintendent, foreman or lead

person be in attendance at these meetings. Failure by a Contractor to attend a scheduled mandatory meeting may, at the Owner’s option, result in a $250.00 deduction from the Contractor’s contract for each meeting not attended.

C. All decisions, instructions and interpretations given by the Owner or their designated

representatives at these meetings shall be conclusive, and shall be binding on the Contractors.

D. The minutes of such meetings will be recorded and distributed to the Contractors by the

Construction Manager.

END OF SECTION

01 32 23 - 1

SECTION 01 32 23

LAYOUT AND MEASUREMENTS PART 1 GENERAL 1.01 RESPONSIBILITY A. The responsibility for accurate layout and measurement of the work of each contractor is

their own. In addition, each contractor shall verify the dimensional accuracy of the work their work is reliant upon before they begin their work. They shall report all inaccuracies to the Construction Manager and not proceed until corrections are made. If a contractor inadvertently or knowingly proceeds with their work on dimensionally inaccurate work of another, they will be liable for the cost of corrections to their work when the error is corrected.

B. Assistance provided by the Construction Manager shall not relieve a Contractor of their

responsibilities established by the Contract Documents. C. The Contractor shall carefully protect monuments, stakes, and bench marks. If destroyed

or disturbed by the Contractor or their employees, subcontractors and sub-subcontractors, the cost to the Owner of replacing them shall be charged against the Contractor and shall be deducted from the payments for their work.

1.02 CHECKING LINES AND LEVELS A. Each Contractor shall thoroughly examine the existing conditions and be familiar with

work to be performed as hereinafter specified and as outlined on the drawings. B. Two basic grid lines and one benchmark elevation point necessary for the location and

construction of the building shall be established by the Owner. C. Each Contractor shall compare all lines and levels given on the drawings with actual field

conditions and shall call attention to discrepancies if they occur. D. Each Contractor shall verify and document with the Construction Manager all lines and

levels and be responsible for the proper location of all their work. 1.03 SURVEY AND LAYOUT A. Each Contractor shall be responsible for line and grade survey and layout from the basic

grid lines and benchmarks established by the Owner. Layout of the site paving, parking, etc. shall be done as noted on the Plans.

END OF SECTION

01 35 23 - 1

SECTION 01 35 23

SAFETY PART 1 GENERAL 1.01 DESCRIPTION A. Safety is the responsibility of each individual Contractor. Each Contractor shall comply

with all local safety ordinances and MI-OSHA regulations and requirements while performing the Work.

B. Each Contractor is required to submit bound Safety Data Sheets (SDS) to the

Construction Manager, to be used for reference only, prior to transporting the material / chemical on site. In addition, it is the responsibility of each Contractor to maintain an accessible SDS file for their employees, subcontractors, sub-subcontractors, and suppliers that are on site.

C. Each Contractor shall submit evidence of an Employer Safety Program that complies with

current MI-OSHA regulations and requirements prior to beginning any contract Work. D. The Contractor and their Subcontractor(s), Sub-subcontractor(s), and suppliers shall take

all necessary precautions to ensure the safety of the public and of workers on the job, and to prevent accidents or injury to any persons, on, about, or adjacent to the premises where the Work is being performed. The Contractor and their Subcontractors, Sub-subcontractor(s), and suppliers shall comply with Federal OSHA and/or State of Michigan MI-OSHA regulations and all other laws, codes, ordinances, and regulations relative to safety and the prevention of accidents.

E. The Contractor shall designate a responsible representative at the job site as a Safety

Representative who shall be responsible for the promotion of safety and prevention of accidents, and shall enforce all applicable laws, ordinances, codes, rules, regulations and standards pertaining to safety and prevention of accidents.

END OF SECTION

01 41 00 - 1

SECTION 01 41 00

PERMITS, INSPECTION, AND LICENSING FEES PART 1 GENERAL 1.01 PERMITS AND INSPECTION FEES A. The Owner will secure and pay for all general building permits, encroachment permits and

special city permits required for the site or building construction. B. All soil erosion, right of way; mechanical and electrical building permits shall be applied

for, secured, and paid for by the Contractor requiring such permits. C. Any other specialized permits or inspection fees shall be applied, for, secured, and paid

by the Contractor requiring such permits. 1.02 INSPECTIONS A. Any Contractor requiring special inspection by the State or other agency shall arrange and

schedule the inspection and give a minimum of 48 hour notice to the Construction Manager, Architect and Engineer.

B. Partial occupancy permits may be applied for by the Owner. All Contractors will

cooperate and assist in securing and maintaining partial occupancy permits. C. Mechanical and electrical Contractors shall review their specifications to comply with all

special testing and inspections. D. Where the Contract Documents require inspections, tests or approvals of the Work to be

made by an independent testing agency or laboratory or an independent professional consultant, the independent testing agency or laboratory or independent professional consultant shall be satisfactory to the Architect and Construction Manager.

E. Each contractor shall inspect work of others which will receive or is adjacent to their Work

before commencing their work. Do not proceed until conditions which would result in a less than first class installation are satisfactorily corrected. Commencing work shall constitute as acceptance of the work of others by the contractor as satisfactory to receive their Work.

END OF SECTION

01 50 00 - 1

SECTION 01 50 00

CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS

PART 1 GENERAL 1.01 DESCRIPTION A. The Construction Manager will arrange for temporary utilities required for construction, unless

noted otherwise. B. All contractors will include cost of temporary work in base bid where specifically called for in

the Bid Division Description or in this Section 01 50 00. 1.02 DEFINITIONS A. Substantial Enclosure: When the exterior walls are substantially complete, the roof deck is

substantially complete, exterior openings are temporarily closed and temporary doors are installed, the building, or portion thereof, shall be deemed by the Construction Manager to have reached "Substantial Enclosure".

1.03 TEMPORARY LIGHTING AND POWER A. The Electrical Contractor shall provide all required wiring and facilities for temporary service

and metering by the electric utility company. The Electrical Contractor shall coordinate temporary service with the electric utility company and assume the cost of any utility company charges.

B. The Electrical Contractor shall provide, maintain, and remove temporary service for light and

power required in construction for all trades until the permanent system is in operation. 1. Temporary Service: Provide a temporary 120/220 volt, 3 phase, 4 wire service or a

120/240 volt, single phase, 3 wire service arranged to serve the lighting and power requirements for the project and as designated by the Construction Manager.

2. Temporary Lighting: a. Provide general illumination of not less than 1/2 watt per square foot throughout all

areas of the building where work is being performed. b. Provide illumination of not less than 1/2 watt per square foot in all corridors and other

interior areas used for general circulation. c. Provide maintenance service for all temporary lighting facilities including lamps during

regular working hours. 3. Temporary Power: a. Provide and maintain 120 volt, single-phase and 208 volt, 3-phase outlets for small

tools, equivalent to not less than 1/2 watt per square foot or floor area, so located to permit any part of Work to be reached with an extension cord not longer than 50 feet.

01 50 00 - 2

b. Provide and maintain service in excess of that specified above at the request of other Contractors and Subcontractors. This cost is paid by the contractor requesting the excess service.

4. As soon as the permanent power and lighting systems can be safely energized as

determined by the Construction Manager, they may be used for temporary light and power, subject to the following conditions:

a. The systems are restored to original condition as required to comply with the

Specification requirements and warranty period. b. Prior to the Date of Substantial Completion, all lamps used for temporary lighting shall

be replaced with new lamps. C. The electrical contractor shall extend and install temporary service to the construction

manager field office trailer. D. Each Contractor shall furnish and maintain portable cords, lamps and connectors from the

above described temporary facilities in order to complete Contractor's Work. E. Each Contractor shall reimburse Electrical Contractor for all costs for distribution, connection

and increased service size and systems required in excess of that specified. F. Each Contractor shall provide supplemental lighting for their Work when natural and specified

(see lighting required to be provided by electrical Contractor) is not adequate. G. If any Contractor requires additional temporary power, they shall provide it as part of the base

bid. H. The Owner will pay for the electrical current used for temporary power. I. All temporary lighting and power shall comply with all applicable Federal, State, and Local

codes and regulations and with utility company requirements. 1.04 TEMPORARY HEATING AND VENTILATING A. Prior to substantial enclosure: 1. Temporary enclosures, fuel and equipment necessary for heating materials incorporated

in the Work and for protection of the Work before substantial enclosure is the responsibility of the party performing the work.

2. Fuel, equipment and method of heating shall be satisfactory to the authorities having

jurisdiction. See requirements in technical Specifications for environmental conditions to be maintained. No salamander heating shall be used after finishing or finished materials are in place.

B. After substantial enclosure: 1. The Owner shall provide sufficient temporary heating as required for finishes. This is to

include temporary heating necessary to thaw frozen ground prior to placement of interior concrete slab-on-grade.

2. The Owner shall provide temporary ventilation as required to eliminate condensation, dry

out the Work, and to allow the Work to proceed. 3. The Owner shall provide fuel for temporary heat.

01 50 00 - 3

4. Under no circumstances shall any item of air handling equipment be operated for

temporary heat or ventilation without filters in place. If the unit is used before construction is completed, filters shall be replaced by the Owner before the building is accepted by the Owner. This set of filters shall not be considered as the spare set of filters specified.

5. The temporary heating system shall comply with all applicable federal, state and local

codes and regulations and with utility company requirements 1.05 WATER A. Domestic non-potable water will be provided by the owner for work of this contract. Each

contractor is responsible to provide their own hoses, barrels, etc. as required for water usage. 1.06 FIELD OFFICE AND TELEPHONE A. The Construction Manager shall provide an on-site construction office for the use of the

Owner, Architect, and themselves. Limited use of these facilities will be offered to Contractors.

B. Contractors requiring field offices and telephones will need to coordinate location of office with

the Construction Manager. C. Telephone service is provided to the site. It will be each Contractor's responsibility to arrange

and pay for connections to the service provided. D. All Contractor electrical and telephone connections to on-site construction office trailers shall

be accomplished without overhead wiring. E. No field office or telephone service is expected to be available until after the mass excavation

contract is completed. 1.07 TOILET FACILITIES A. The Construction Manager will arrange for temporary toilet facilities for Contractor use. The

contractors will not use any of the Owner's public or private facilities. 1.08 WEATHER PROTECTION A. Each Contractor shall provide and maintain protection as may be required to complete his

work in accordance with the Construction Schedule until such time that substantial enclosure is obtained as defined in 1.02 of this Section. This shall include protective coverings and enclosures, heaters, fuel, required attendants, and removal upon completion as specified.

B. The Owner shall provide, maintain and remove the following items if required by project

conditions. 1. Temporary reinforced poly enclosure of exterior window and wall openings. 2. Temporary plywood doors at designated building entrances. Remaining exterior door

openings shall be temporarily closed with plywood. 3. Contractors requiring the removal of temporary enclosures to perform their Work shall be

responsible for removal and replacement immediately upon completion of work in that

01 50 00 - 4

area. C. Each Contractor shall be responsible for properly covering and protecting finish work and

removal and cleaning of snow and ice from work surfaces until the data of Substantial Completion for their contract.

D. The Owner shall arrange for snow removal on site access roads and the Construction Staging

Area. 1.09 REMOVAL A. Each Contractor shall completely remove their own temporary materials and equipment when

their use is no longer required. B. Each Contractor shall clean and repair damage they have caused by temporary installations

or use of temporary facilities. C. Each Contractor shall restore existing facilities they have used for temporary services to their

specified or original condition.

END OF SECTION

SECTION 01 57 00

TRAFFIC, ENVIRONMENTAL AND SAFETY PROTECTION

PART 1 GENERAL 1.01 DESCRIPTION

A. Each Contractor shall be responsible to maintain traffic, environmental and safety protection rules, regulations and measures as required by the EPA, MIOSHA and other state and local governing agencies.

1.02 TRAFFIC PROTECTION

A. The Contractor shall arrange for flagmen, barricades, etc. to maintain proper traffic flow if required by the Contractors operations.

B. The Contractor shall be responsible for any street closures or traffic control devices

required to complete the contract work. 1.03 ENVIRONMENTAL AND SAFETY PROTECTION

A. Contractors shall complete the work in the most expeditious manner with the least disruption to traffic, environment and existing school. Equipment shall have proper mufflers, back-up warning alarms and all other safety features as required for safe operation.

B. Contractors shall take all necessary steps required to protect the Owner’s staff,

employees, visitors, public, and surrounding buildings while completing the work.

C. Each Contractor shall conform to all environmental regulations and laws established by the EPA and other state and local governing agencies.

END OF SECTION

01 57 00 - 1

01 58 13 - 1

SECTION 01 58 13 PROJECT SIGNS

PART 1 GENERAL 1.01 DESCRIPTION A. The Construction Manager shall provide one general information sign displaying the name of the

Project, Owner, Architect and Engineers and Construction Manager. B. The Construction Manager will provide temporary on-site informational signs: 1. As required by codes, laws and regulatory agencies. 2. To identify key elements of the construction facilities as instructed by Owner or Construction

Manager, and 3. To direct traffic. C. No other signs other than identification signs on offices, shall be displayed by any Contractor without

approval of the Construction Manager. D. Contractors shall provide their own safety signs as required to be in compliance with safety rules

and good practice.

END OF SECTION

01 66 00 - 1

SECTION 01 66 00

MATERIAL AND EQUIPMENT PART 1 GENERAL 1.01 NEW MATERIAL AND EQUIPMENT

A. Material and equipment incorporated into the Work shall:

1. Conform to applicable specifications and standards.

2. Comply with sizes, makes, types and qualities specified or as specifically approved in writing by the Architect/Engineer.

B. Manufactured and Fabricated Products:

1. Design, fabricate and assemble in accord with the best engineering and shop

practices.

2. Manufacture like parts of duplicate units to standard sizes and gauges, to be interchangeable.

3. Two or more items of the same kind shall be identical by the same manufacturer.

4. Products shall be suitable for service conditions.

5. Equipment capacities, sizes and dimensions shown or specified shall be adhered to

unless variations are specifically approved in writing by the Architect/Engineer.

C. Do not use material or equipment for any purpose other than that for which it is designed or is specified.

1.02 MANUFACTURERS' INSTRUCTIONS

A. When the Contract Documents require that installation comply with manufacturers' printed instructions, obtain and distribute copies of such instructions to parties involved in the installation, including two copies to the Architect/Engineer.

B. Maintain one set of complete instructions at the site during installation, until completion.

C. Handle, install, connect, clean, condition and adjust products in strict accord with such

instructions and in conformity with specified requirements.

1. Should job conditions or specified requirements conflict with manufacturer's instructions, consult with the Project Team for further instructions.

2. Do not proceed with such Work without clear instructions.

D. Perform Work in accord with manufacturer's instructions. Do not omit any preparatory step

or installation procedure unless specifically modified or exempted by the Contract Documents.

1.03 TRANSPORTATION AND HANDLING

A. Arrange deliveries of products in accord with the Construction Schedule. Coordinate to avoid conflict with Work and conditions at the site.

01 66 00 - 2

1. Deliver products in undamaged condition, in manufacturers' original containers or packaging, and with identifying labels intact and legible.

2. Immediately upon delivery, inspect shipments to assure compliance with the

requirements of the Contract Documents and approved submittals, and to assure that products are properly protected and undamaged.

B. Provide equipment and personnel to handle products by methods which will prevent soiling

or damage to products or packaging. 1.04 STORAGE AND PROTECTION

A. Store products in accord with manufacturers' instructions, with seals and labels intact and legible.

1. Store products subject to damage by the elements in weather tight enclosures.

2. Maintain temperature and humidity within the ranges required by manufacturers'

instructions.

B. Arrange storage in a manner to provide easy access for inspection. Make periodic inspections of stored products to assure that the products are maintained under specified conditions, and are free from damage or deterioration.

C. Protection After Installation:

1. Provide substantial coverings as necessary to protect installed products from damage

from traffic and subsequent construction operations. Remove the coverings when they no longer are needed.

1.05 SUBSTITUTIONS AND PRODUCT OPTIONS

A. Products List:

1. Before commencing Work, submit to the Project Team a complete list of major products proposed to be used, with manufacturers' and suppliers' names, product names, model numbers, and, where applicable, names of installing subcontractors.

B. Contractor's Options

1. For products specified only by reference standard, select any product meeting that

standard.

2. For products specified by naming several products or manufacturers, select any one of the products or manufacturers named, which complied with the specifications.

3. For products specified by naming one or more products or manufacturers and "or

equal", Contractors must submit requests for substitutions for any product or manufacturer not specifically named.

4. For products specified by naming only one product and manufacturer, there is no

option.

C. Substitutions:

1. The Project Team will consider written requests from Contractors for substitution of products.

01 66 00 - 3

2. Submit a separate request for each product, supported with complete data, with drawings and samples as appropriate, including:

a. Comparison of the qualities of the proposed substitution with that specified,

b. Changes required in other elements of the Work because of the substitution,

c. Effect on the construction schedule,

d. Cost data comparing the proposed substitution with the product specified.

e. Any required license fees or royalties,

f. Availability of maintenance service, and source of replacement materials.

D. Contractor's Representation:

1. Any request for a substitution constitutes a representation that the Contractor:

a. Has investigated the proposed product and determined that it is equal to or

superior in all respects to that specified.

b. Will provide the same warranties or bonds for the substitution as for the product specified.

c. Will coordinate the installation of accepted substitutions into the Work, and make

such other changes as may be required to make the Work complete in all respects.

d. Waives all claims for additional costs which may subsequently become apparent.

E. The Architect/Engineer will review requests for substitutions with reasonable promptness,

and will notify Contractors is writing of their decisions regarding requested substitutions.

END OF SECTION

01 66 10 - 1

SECTION 01 66 10 ACCESS, DELIVERY & STORAGE

PART 1 GENERAL 1.01 ACCESS

A. Contractor vehicle parking and location of field offices and storage trailers require prior approval of the CM.

1.02 DELIVERY AND STORAGE

A. Contractors receiving deliveries to the site shall request a 24 hour notice of delivery from suppliers. Contractors receiving deliveries shall ensure that their personnel are at the site to receive deliveries and properly store same.

B. Bidders of Divisions for supply only divisions shall give 48 hour notice to the

Construction Manager so proper arrangements can be made for unloading.

C. Any Contractors or Bid Division suppliers not giving proper notice shall reimburse the Contractors at the site or be backcharged accordingly for unloading and storage of said materials.

D. All Contractors shall limit storage of materials in the building. Delivery of material

shall not be made to the project site until the job progress permits delivery and the schedule calls for it.

E. All storage areas and locations require prior approval from the CM.

F. Each Contractor shall move any stored material or equipment under their control

if it interferes with the operation of the Owner or other Contractors at no additional cost to the Owner or other Contractors.

G. Contractors shall obtain and pay for additional storage and work areas needed for

operations. 1.03 PROJECT ADDRESS

A. The project address for deliveries is:

Melvindale High School, 18656 Prospect

Melvindale, MI 48122

END OF SECTION

01 74 00 - 1

SECTION 01 74 00

CLEANING AND FINAL CLEAN-UP PART 1 GENERAL 1.01 DESCRIPTION A. Each contractor shall execute cleaning during the progress of the Work, and at completion

of the Work, as required by the General Conditions. 1.02 DISPOSAL REQUIREMENTS A. The Owner will provide a refuse container on the project site for use by contractors doing

interior work after building substantial enclosure. Contractors for exterior enclosure or structural work (i.e. footings and foundations, concrete, masonry, steel and roofing) shall be responsible for removal of their debris and trash from the site.

B. Each Contractor shall be responsible to move and deposit their own trash to the Owner

supplied dumpsters. All boxes and bulky items must be crushed before they are deposited in the dumpster.

C. Conduct cleaning and disposal operations to comply with codes, ordinances, regulations,

and anti-pollution laws. PART 2 PRODUCTS AND EQUIPMENT 1.01 CLEANING PRODUCTS & EQUIPMENT A. Use only those cleaning materials which will not create hazards to health or property, and

which will not damage surfaces. B. Use only those cleaning materials and methods recommended by the manufacturer of the

surface material to be cleaned. C. Use cleaning materials only on surfaces recommended by the cleaning material

manufacturer. D. Each Contractor shall provide their own cleaning equipment. E. Each Contractor shall cooperate with the Owner, the Construction Manager and the refuse

hauler regarding clean-up. PART 3 EXECUTION 3.01 HOUSEKEEPING AND CLEAN-UP A. Each Contractor shall execute periodic housekeeping to keep their Work, the site, the

building, and adjacent properties free from accumulations of waste materials, rubbish and windblown debris, resulting from construction operations.

01 74 00 - 2

B. Each Contractor is financially responsible for their own clean-up operations. Clean-up must be timely as well as thorough in order to meet safety regulations and permit other Contractors to perform without hindrance from dirt and debris. The Construction Manager will coordinate Project housekeeping, and take appropriate steps to maintain clean working conditions. Contractors failing to meet housekeeping requirements will be backcharged for services arranged by the Construction Manager.

3.02 DUST CONTROL A. Clean spaces prior to the start of finish painting and continue cleaning on an as-needed

basis until painting is finished. B. Schedule operations so that dust and other contaminants resulting from contractor's

activities will not adversely affect the County or the work of others. 3.03 FINAL CLEANING A. Each Contractor shall remove all debris from the finished building and site. B. The Owner shall perform final building clean-up. C. Prior to final completion or Owner occupancy, each active Contractor shall conduct an

inspection of exposed interior and exterior surfaces and all Work areas, to verify that the entire Project is clean.

END OF SECTION

01 76 00 - 1

SECTION 01 76 00

PROTECTION OF COMPLETED WORK PART 1: GENERAL 1.01 DESCRIPTION

A. Contractors shall consider protection of the finish work of prime importance. Care shall be taken by contractors not to damage completed work of other contractors, and to provide adequate protection for their own completed work.

B. When moving men and/or material across floors, grades, roofs or other

vulnerable surfaces and through existing areas, the contractor doing the moving shall provide adequate surface protection to prevent damage to existing surfaces.

C. In additions to the requirements of the General Conditions, Supplementary

Conditions, and other Specification Sections, the following special requirements for protection of the new work shall apply:

1. Each Contractor shall at all times protect all work from damage by rain

water, spring water, ground water, backing up of drains or sewers, and all other water that may or could be admitted to any work. He shall provide all pumps, other equipment, and closures to provide this protection. He shall do all pumping necessary to keep the work free of water.

2. Each Contractor shall be responsible for closing any of his openings in

wall or roof which would admit water to the building.

3. Each Contractor shall provide protection to the work against weather, rain, wind, storms, frost, cold, or heat so as to maintain all work materials, apparatus, and fixtures free from injury and damage.

4. After roofing is installed, all work on the roof shall be done over planking

or other substantial protection to spread construction loads and to isolate traffic from the roof surface. Each Contractor shall provide his own protection when working on the roof.

END OF SECTION

01 77 00 - 1

SECTION 01 77 00

CONTRACT CLOSE-OUT PART 1 GENERAL 1.01 DESCRIPTION

A. Each contractor shall comply with requirements stated in the Contract Documents for procedures in closing out the Work.

1.02 SUBSTANTIAL COMPLETION AND FINAL INSPECTION PROCEDURE

A. The procedure for substantial completion and final inspection as outlined in Section 00 72 00, Article 9 shall be followed.

B. Each Contractor shall be allowed thirty (30) calendar days from the date of receipt of the

Architect's inspection report to complete the items on both their list of items to be completed or corrected and the Architect's inspection report. Contractors failing to perform in accord with these time parameters will be subject to the provisions of the General Conditions, and the Owner will have the right to carry out the Work in need of correction and/or completion, the cost of which will be deducted from the Contractor's contract amount.

C. By the act of signing the Certificate of Substantial Completion prepared by the Construction

Manager and or Architect, the Contractor represents that they have:

1. Reviewed the Contract Documents,

2. Inspected their Work for compliance with the Contract Documents,

3. Completed their Work in accord with the Contact Documents, and all pertinent submittals.

D. They further represent that:

1. Equipment and systems have been tested in the presence of the Owner's

representative and are operational,

2. Their Work is completed and ready for final inspection. 1.03 CONTRACTORS' CLOSE-OUT SUBMITTALS

A. Upon Substantial Completion, the Contractor shall submit the following to the Owner through the Construction Manager:

1. Evident of compliance with requirements of governing authorities, including

Certificates of Inspection,

2. Warranties and Bonds, signed and co-signed where applicable in accordance with contract documents.

3. Evidence of Payment and Release of Liens,

4. Certification of Substantial Completion,

5. Record Drawings,

6. Consent of Surety to Final Payment (if applicable), 7. All test reports, material certifications, etc. as required by the Health Department, City

Officials, etc. as specified in the Contract Documents.

01 77 00 - 2

B. Contractors shall have forty-five (45) calendar days from the receipt of the Certificate of Substantial Completion to submit all close-out submittals to the Construction Manager. Contractors failing to perform in accord with this time parameter will be subject to a $500.00 per month deduction from their contract amount until all close-out documentation is received and accepted.

1.04 OWNER INSTRUCTION AND TRAINING

A. Each Contractor shall instruct the Owner or Owner's designated staff in the proper operation, use and maintenance of all materials, finishes, equipment and systems installed or furnished by the Contractor.

B. Operating and Maintenance Manuals. Prior to Substantial Completion of the Work, submit

Operating and Maintenance Manuals for the equipment to the Architect through the Construction Manager. Submit in 2 copies, unless otherwise specified.

The manuals shall be neatly edited with similar equipment grouped, pages tabbed and indexed. All material shall be printed or typewritten, and individual pages shall be set into plastic page covers. The manuals shall contain the following information.

1. Complete operating instructions and recommendations for the type of fuel and other

materials to be used in or with the item.

2. Manufacturer's complete data sheets.

3. Complete cleaning instruction including recommended cleaning materials.

4. Complete lubrication data and schedules.

5. Maintenance data, repair and adjustment data including manufacturer's instructions.

6. Parts list with numbers, recommended parts to stock and nearest parts depot and service organization.

7. Assembly drawings, wiring diagrams, mechanical diagrams and installation diagrams

and instructions. Special Tools. Provide special tools normally furnished with equipment which are required for maintenance purposes such as wrenches for door closers.

C. Owner instruction and training will be scheduled by the Construction Manager. Contractors will have all subcontractor representatives and factory and equipment supplier representatives present at these meetings as required to provide complete operating and maintenance instructions.

D. Refer to individual sections of the Work for additional operating and maintenance instruction requirements.

1.05 REBATES

A. All utility rebates are to be turned over to the Owner. Each Contractor shall supply the Owner with the necessary information and assist the Owner in obtaining rebates.

1.06 FINAL APPLICATION FOR PAYMENT

A. Each Contractor shall submit the final Application for Payment in accord with the procedures and requirements stated in the General Conditions.

END OF SECTION

01 78 00 - 1

SECTION 01 78 00

RECORD DOCUMENTS PART 1 GENERAL 1.01 DESCRIPTION A. The Construction Manager will maintain a set of Record Documents at the site including the

following: 1. Drawings, 2. Specifications, 3. Addenda, 4. Change Order and other Modifications to the Contracts, 5. Written Instructions, 6. Approved Shop Drawings, Product Data and Samples, 7. Field Test Records, 8. Construction Photographs. 1.02 RECORD DRAWINGS A. During the course of construction, each Contractor shall record any and all installation

information that differs in size, dimension or type from that shown on the Construction Documents on a single set of construction documents which are to be turned over to the Construction Manager to serve the purpose of compiling as-built drawings.

1.03 SUBMITTAL A. At Contract close-out, and as a condition of final payment, each Contractor shall deliver

Record Documents, as indicated in 1.02.A above, in neat, clean and dry condition, to the Construction Manager, for delivery to the Owner. All closeout documents, record drawings, manuals, warranties, etc. shall be submitted in triplicate.

B. Each Contractor shall accompany his Record Document submittal with a transmittal letter in

duplicate, containing: 1. Date, 2. Project designation, 3. Contractor's name and address, 4. Bid Division name and number, 5. Title and number of each Record Document, 6. Signature of Contractor or his authorized representative.

END OF SECTION

01 78 54 - 1

SECTION 01 78 54

HAZARDOUS MATERIALS PART 1 GENERAL 1.01 DESCRIPTION

A. It shall be the Contractor’s responsibility to ensure that the Owner is notified of any hazardous materials brought to the site.

B. The Contractor agrees to disallow any known carcinogen to be brought onto the jobsite at

any time. 1.02 REQUIREMENTS

A. The Contractor shall provide:

1. Two (2) copies of each Safety Data Sheet (SDS) for each of the hazardous materials used on the site.

2. Certification that the Contractor (and his subcontractors) has instructed the persons

using the hazardous materials in their proper use. 3. For removal of any unused hazardous materials brought to the jobsite. 4. Certification that not asbestos containing materials are being used or brought onto the

site by signing and notarizing the asbestos free certificate.

B. The Contractor has the responsibility to make himself, his employees, and his subcontractors aware of any hazardous materials in the area of his specified work by checking with the District Architect or his designated supervisor.

C. The above requirements must be fulfilled, in writing, at or prior to a pre-construction meeting

by filling out the Contractor Hazardous Materials Compliance Form.

D. Standard safety practices and regulations as supplied by all governmental agencies will be in effect. Any violation will be justification of stop work on demand.

E. A list of district Safety Data Sheets (SDS) is available on request.

01 78 54 - 2

CONTRACTOR_____________________________________________________ ADDRESS _______________________________________________________ CONTRACTOR’S REPRESENTATIVE ________________________________ PHONE __________________________________________________________ JOB LOCATION ___________________________________________________ _________________________________________________________________ _________________________________________________________________ This document certifies that the Contractor and any subsequent Contractor have complied with the terms set forth in the requirements of Berkley School District as they pertain to hazardous materials. The S.D.S.’s are attached for all hazardous materials which will be brought to Berkley School District property. There are ___________________ S.D.S.’s attached. The Contractor’s employees (including subcontractors) have received appropriate instructions pertaining to the use and handling of hazardous materials. The Contractor has been informed of hazardous materials in the area of the specified work. ________________________________________ Signature of Contractor’s Representative Date_____________________________ Received by ______________________ Date ____________________________

01 78 54 - 3

ASBESTOS FREE CERTIFICATE CONTRACTOR __________________________________________________________ Company Name ___________________________________________________________ Street ______________________ City ________________ State ______ Zip___________ Project ___________________________________________________________________ Bid Division _____________: _________________________________________________ Name of Building (s) in which work was performed: _________________________________ __________________________________________________________________________ __________________________________________________________________________ Certificate Statement: _________________________________________________________ I __________________________, representing and having authority for _________________ ___________________, hereby certify that any and all products/materials which will be or have been installed/introduced in the above mentioned buildings, are asbestos free or less than one percent (1%) asbestos by weight. Execution:_____________________________ ___________________________

Print Name Position _____________________________________

Signature _____________________________________ Company _____________________________________ Date

Notary Public ___________________________ My Commission Expires __________________

END OF SECTION