Bidder S Proposal

BIDDER’S PROPOSAL

APPENDIX A

FORM OF BIDDER’S PROPOSAL

BP-1

BIDDER’S PROPOSAL

Bidder is to complete all blank spaces of this form. Enter “None”, “No Bid” or “Not Applicable” if necessary. Amounts shall be shown in both words and figures. In case of discrepancy, the amount shown in words will govern.

Submitted By:______

Bidder

______

Street Address

______

City State Zip Code

______

Telephone Number

______

Bidder’s Contact Name

Project:Washington University in St. Louis Project # 09157

Project Title: Washington University Data Center

Bid Due Date:TO BE DETERMINED

Bidder is (check one):

A corporation

A joint venture partnership

A limited liability company

An individual

Doing business as ______

(If different from above)

If Bidder is a corporate entity, Bidder is organized and existing under the laws of the State of ______

Mark box if Bidder is:

MBE firm

WBE firm

Certified by: ______

(Name of certifying agency)

BP-1

BIDDER’S PROPOSAL

I. Base Bid Proposal

A. To Washington University (the “Owner”): Bidder hereby proposes to furnish all labor, materials, transportation, services and equipment necessary and/or reasonably required to construct and properly execute the Work included in the Bid Documents and to provide a complete and operable project, for the following amount (“Base Bid”):

______Dollars ($______)

This amount (“Base Bid”) shall be distributed into the following Divisions and submitted to WUSM, Design and Construction no later than twenty-four (24) hours from receipt of bids. In the event of a mathematical discrepancy between the indicated Base Bid and the actual sum of all the Bid Items, the indicated lump sum shall govern. Each Bidder shall enter a cost figure for each Bid Item. Failure to comply subjects bid to disqualification.

Division 01 00 00:General Requirements

$ ______

Division 02 00 00:Existing Conditions

$ ______

Division 03 00 00:Concrete

$ ______

Division 04 00 00;Masonry

$ ______

Division 05 00 00:Metals

$ ______

Division 06 00 00:Woods, Plastics, and Composites

$ ______

Division 07 00 00:Thermal and Moisture Protection

$ ______

Division 08 00 00:Doors and Windows, Frames, Hardware, Glazing

$ ______

Division 09 00 00:Finishes

$ ______

Division 10 00 00:Specialties

$ ______

Division 13 00 00:Special Construction

$ ______

Division 21 00 00:Fire Suppression

$ ______

Division 22 00 00:Plumbing

$ ______

Division 23 00 00:HVAC

$ ______

Division 26 00 00:Electrical

$ ______

B. Bidder represents and warrants to Owner that Bidder has (1) examined and carefully studied the Bid Documents, (2) inspected the site of/and the conditions affecting and governing construction of the proposed project, (3) made itself familiar with all other conditions surrounding the construction of the proposed project including taxes, permits and the availability of labor, and (4) not identified or observed any errors, defects, deficiency, lack of clarity, inconsistency, conflicts of any sort or omissions in any of the Plans or Bid Documents and that they are adequate to complete the Work for the Base Bid set forth above.

C. This Bid shall be valid for sixty (60) days after the Bid Due Date.

D. Upon receipt of a written Notice of Acceptance of Bid, the successful Bidder shall be required to execute a contract with the Owner for construction of the Work (the “Contract”). Such Contract, along with any required payment and performance bonds, shall be executed and delivered to Owner within fifteen (15) days of receipt of the Notice of Acceptance of Bid.

E. Bidder acknowledges that Owner may consider non-responsive any bid not prepared and submitted in accordance with the provisions hereof and may waive informalities or reject any or all bids.

II. Bonds

A. Bidder shall, if awarded the Contract and if directed by Owner, deliver to Owner a satisfactory Payment and/or Performance Bond in a form (with a bonding company) acceptable to Owner in an amount equal to one hundred percent (100%) of the Contract Sum. The cost of such bond shall be added to the Base Bid contained in this Proposal or, at Owner's option, may be secured and paid for separately by Owner.

B. Cost of Bond: $______. This amount is not included in the amount of the Base Bid listed in I.A above.

C. Bidder’s current available bonding capacity as of the date of this Proposal is: ______Dollars ($______).

D. Evidence of Bidder’s current available bonding capacity is attached:

 Yes  No:

III. Completion Date

Bidder agrees to complete the Work in ______calendar days from notice of award.

IV. Alternate Bids

A. The above Base Bid may be changed in accordance with any or all of the following Alternate Bids as Owner may elect.

B. Alternate Bid No. 1:Provide the cost to install ornamental fencing and gates in lieu of chain link fencing and gates (new and at existing building) as indicated on the Civil Drawings.

Check one of the following:

 Add  Deduct:

______Dollars ($______).

OR

 No Change of Base Bid

C. Alternate Bid No. 2:Provide the cost to install Branch Circuiting monitoring on all RPP’s.

Check one of the following:

 Add  Deduct:

______Dollars ($______).

OR

 No Change of Base Bid

D. Alternate Bid No. 3:Provide the cost for extended UPS electrical equipment maintenance and warranty agreement to five years.

Check one of the following:

 Add  Deduct:

______Dollars ($______).

OR

 No Change of Base Bid

E. Alternate Bid No. 4:Provide the cost for providing Building Automation System (BAS) temperature controls, monitoring and alarms, integration of other building systems, and connection with campus central automation systems by Johnson Controls in lieu of C&C Group. Check one of the following:

 Add  Deduct:

______Dollars ($______).

OR

 No Change of Base Bid

F. Alternate Bid No. 5:Provide the cost to add SMART high resistance grounding system on Unit Substation US-4 in lieu of standard high resistance grounding system.

Check one of the following:

 Add  Deduct:

______Dollars ($______).

OR

 No Change of Base Bid

G. Alternate Bid No. 6:Provide the cost to add arc flash and ground fault detection in all Unit Substations.

Check one of the following:

 Add  Deduct:

______Dollars ($______).

OR

 No Change of Base Bid

H. Alternate Bid No. 7:Provide the cost to install Battery monitoring system for the UPS batteries.

Check one of the following:

 Add  Deduct:

______Dollars ($______).

OR

 No Change of Base Bid

I. Alternate Bid No. 8:Provide the cost for five (5) year extended service contract by the battery vendor.

Check one of the following:

 Add  Deduct:

______Dollars ($______).

OR

 No Change of Base Bid

V. Unit Price Bids

A. The above Base Bid may be changed in accordance with the following Unit Price Bids when Owner orders or approves more or less of certain items in the scope of work of the Base Bid or if the quantity required by the Bidding and Contract Documents is increased or decreased. Additions or deductions of the Unit Price Bid include mobilization/demobilization, all related work and materials. Insert "No Change" wherever applicable.

B. Unit Price Bid No. 1:Provide cost to provide cutouts in 24” x 24” access floor panel.

Measure for payment shall be per floor panel. None are included in Base Bid. Bidder shall be paid as follows when quantity is determined:

______Dollars ($______) per floor panel

C. Unit Price Bid No. 2:Provide cost to remove unsuitable soil.

Measure for payment shall be based on 200 cubic yards. None are included in Base Bid. Bidder shall be paid as follows when quantity is determined:

______Dollars ($______) per cu. yd.

D. Unit Price Bid No. 3:Provide cost to remove rock required to install the Work.

Rock shall be defined as: Material requiring continuous drilling for removal; Boulders having a volume of one cubic yard or more; and Materials that cannot be removed by ripping with a Cat. D8L or equivalent machine with a single shank, hydraulic ripper.

Measure for payment shall be based on 50 cubic yards. None are included in Base Bid. Bidder shall be paid as follows when quantity is determined:

______Dollars ($______) per cu. yd.

VI. Subcontractors

Bids of the following prime Subcontractors have been used in this proposal:

Mechanical
Electrical
Plumbing
Fire Protection
Telecommunications
Access Floor
Flooring
Painting
Controls
Masonry

Bidder to alter list to suit project requirements. Minor subcontractors are not to be listed.

A. Bidder’s subcontractor solicitation list is attached:

 Yes  No:

VII. Equal Employment Opportunity, Non-discrimination and MBE/WBE Utilization

Failure to complete this section will result in your bid being considered non-responsive and will result in the disqualification of your bid.

A. By submitting this Bid, Bidder represents and warrants that it does not discriminate in access to, or treatment or employment in, its activities on the basis of race, color, age, religion, sex, sexual orientation, national origin, gender identity or expression, veteran status or disability.

B. By submitting this Bid, Bidder warrants that in any contract for work or services performed in connection with any construction project for or on behalf of the Owner, Bidder (which term shall include the contractor, any transferees, lessees, designees, successors and assigns thereof, including without limitation any entity related to the contractor by one of the relationships described in Section 267(b) of the United States Internal Revenue Code of 1986, as amended), its employees, contractors, subcontractors, and material suppliers shall comply with all applicable federal, state and local laws, ordinances or regulations governing equal opportunity and nondiscrimination (the “Laws”). Moreover, the Bidder shall contractually require its contractors, subcontractors and material suppliers to comply with the Laws. Neither the Bidder nor any of its contractors or subcontractors shall contract with any party known to have been found in violation of the Laws.

C. Bidder shall state the dollar amount of sub-contracting work to be let to minority and women owned firms and the dollar amount of materials to be ordered from minority or women owned businesses (attach additional sheets as necessary):

Name, Address & Telephone Number / Specialty / Dollar Participation / List All Principals

D.Bidder’s on-site workforce participation of qualified ethnic minorities and women on the Project, if any, is:

Minority: ______percent of total workforce

Women: ______percent of total workforce

VIII. Cost of General Conditions

Costs for general conditions will be allowed, which amount shall not exceed the proportion as submitted in the Contract Schedule of Values and is only allowed to the General Contractor. The maximum cost of general conditions for change orders after the contract has been awarded is: ______%.

IX. Labor Rate Breakdown

See Attached.

X. Bid Security

A. Not Used

XI. Addenda Received

Bidder acknowledges receipt of the following addenda issued after the Issue Date of the Invitation to Bid and before the Bid Due Date (if none, so state):

______

______

______

[The remainder of this page is intentionally left blank; signature page follows.]

Bidder’s Proposal Submitted By:

______

Bidder’s Name

By: ______

Print Name:______

Title: ______

DATE:______

[END: BIDDER’S PROPOSAL]

BP-1

Exhibit A

SCHEDULE OF VALUES

(See attached.)

Exhibit B

LABOR RATE BREAKDOWN

(See attached.)

LABOR RATE BREAKDOWN

FROM: / / TO: / /

CONTRACTOR/SUBCONTRACTOR CRAFT LOCATION EFFECTIVE DATES

STRAIGHT TIME RATE TIME AND A HALF RATE DOUBLE TIME RATE JOURNEY GENERAL JOURNEY GENERAL JOURNEY GENERAL

MAN FOREMAN FOREMAN MAN FOREMAN FOREMAN MAN FOREMAN FOREMAN

Base Hourly Rate

% F.I.C.A.

% State & Federal Unemployment Tax

% WC* (State portion only)

% Other Insurance**

Welfare Fund

Vacation Fund

Apprentice Fund

Pension

Other Union***

Subtotal

% Overhead****

Total Rate

Contractor/Subcontractors markup for Overhead & Fee is Percent ( %) on materials, Percent ( %) on subcontracts, and a combination totaling Percent ( %) for Contractor and Subcontractor on subcontracts.

* Use predominant rate for craft for Workers Compensation/Employer Liability (WC).

**Other Insurance includes Auto, General Liability and Excess Liability as a percent of Direct Labor.

*** Attach sheet if necessary.

**** Overhead is calculated based on straight time costs only. Straight time costs include taxes, insurance and benefits. Fee is based on straight time costs plus calculated Overhead amount. Use same hourly OH & F amounts for overtime.

NOTE: WC Rate shall not be calculated on the premium portion of overtime.