Bid Proposal For: Bid Due: Bids Received At: Email Bid to: Midwester State University Health Science Center 8-Aug-17 Midwestern State University Attn: Steven Shelley - Director of Purchasing/Contract Management Proposal RFP #735-17-8179 3410 Taft Blvd. Daniel Building, Room 202 Wichita Falls, Texas 76308 stephen.shelley@mwsu.edu 1.0 Bidder Information Bidders Name: Address: License Number: Contact Person: Phone: 2.0 Scope Of Work We are bidding on the following Specification s: We acknowledge the following Addendum: Addendum number Addendum date Addendum number Addendum date Contact Email: Fax: Addendum number Addendum date Addendum number Addendum date 3.0 Bid Price In submitting this proposal as described herein, we agree to furnish all necessary labor, materials, equipment, supplies, and services as required for the expeditious completion of the work listed in strict conformance with the Bidding Documents for the Base Bid Sum of: Base Bid $
3.1 Alternate Pricing ALTERNATE #01 - Terra Cotta Base Bid: Provide 18 mil thickness terra cotta exterior cladding. Alternate Bid: Provide 30 mil thickness terra cotta in lieu of base bid thickness. ALTERNATE #02 - Parking and Paving Base Bid: Provide north parking lot drive/fire lane and parking spaces as shown. Alternate Bid: Provide north parking lot drive/fire lane and parking spaces only on the south side of drive. Delete parking spaces on the north side of the drive. ALTERNATE #03 - Stair Tower Roofs Base Bid: Provide Spanish tile roof s at all 3 stair towers as shown. Alternate Bid: Provide flat roofs on 3 stair towers with Mod. Bit roofing. Include two scuppers per stair tower to drain to main roof. ALTERNATE #04 - Hospital Headwalls Base Bid: Provide manufactured headwalls as shown. Alternate Bid: Provide all devices shown to be mounted in headwalls directly mounted in the drywall partitions in lieu of manufactured headwalls at bed stations in 201E, 201F, 201G, 201H, 255A, 255B, 350A, 350B, 350C, 350D, 350E, 350F, 350G and 350H. Bed stations with windows onto the atrium at 201 A, 201B, 201C, 201D, 255C, 255D, 260, 360A, 360B, 360C, 360D and 360E will be furnished as manufactured headwalls as part of Base Bid. ALTERNATE #05 - ITV Clasroom Equipment Base Bid: Provide all ITV equipment and infrastructure as shown. Alternate Bid: Delete all ITV Equipment. Provide all infrastructure as required for future equipment.
ALTERNATE #06 - Casing of Drilled Piers Base Bid: Do not included casing in the base bid price. Alternate Bid: Include casing all drilled piers from top of pier to top of bearing strata. ALTERNATE #07 - Internal office suite partitions at 4th floor Base Bid: Construct all internal partitions within office suites to deck with acoustic insulation to full height of all walls. Acoustic insulation is not required at ceilings. Alternate Bid: All internal office suite partitions to be constructed to 6" above finish ceiling with acoustic batts to top of all office partitions. Provide full batt acoustic insulation on top of ceilings. Perimeter office partitions carried to deck above. ALTERNATE #08 - Underground condensation storage tank and drip irrigation Base Bid: Landscape irrigation is provided via normal City water supply. No retention of condensation water is provided. Alternate Bid: Provide water storage tank and plumbing system for collection of mechanical condensation water. System to be underground tank with pump to the irrigation system. ALTERNATE #09 - VOID Base Bid: Alternate Bid: ALTERNATE #10 - Brick Specification Base Bid: Use campus standard Cloud Brick as specified. Alternate Bid: Use ACME Brick in liue of campus standard brick. ALTERNATE #11 - Countertops Base Bid: Provide quartz countertops at all locations. Public restroom lavatory tops are stone. Alternate Bid: Provide plastic laminate countertops at all locations in lieu of quartz. Public restroom lavatory tops remain as stone.
ALTERNATE #12 - Copings Base Bid: Cast stone copings to be provided as indicated on current drawings. Alternate Bid: Metal copings to be provided where current drawings indicate cast stone copings. ALTERNATE #13 - Shell in Social Work office suite Base Bid: Provide the complete finish out of the Social Work office suite as indicated on the drawings. Alternate Bid: The Social Work office suite to be constructed as shell space. Interior partitions, finishes, ceiling, lighting, and infrastructure are not provided. Note: This assumes that Social Work would remain in its current location until such time as the Social Work office finish out can be completed. Provide minimal lighting, egress door and mechanical trunk lines to space as part of shell construction. ALTERNATE #14 - Shell in Advising office suite Base Bid: Provide the complete finish out of the Advising office suite as indicated on the drawings. Alternate Bid: The Advising office suite to be constructed as shell space. Interior partitions, finishes, ceiling, lighting, and infrastructure are not provided. Note: This assumes that Advising would remain in its current location until such time as the Advising office finish out can be completed. Provide minimal lighting, egress door and mechanical trunk lines to space as part of shell construction. ALTERNATE #15 - Shell in third floor breakroom Base Bid: Provide the complete finish out of the 3rd floor Breakroom as indicated on the drawings. Alternate Bid: The 3rd floor Breakroom to be constructed as shell space. Interior partitions, finishes, ceiling, lighting, and infrastructure are not provided. Note: This assumes that the Breakroom would be finished out when funds are available. Provide minimal lighting, egress door and mechanical trunk lines to space as part of shell construction.
ALTERNATE #16 - Shell in the Dental Hygiene suite Base Bid: Provide the complete finish out of the Dental Hygiene Department as indicated on the drawings. Alternate Bid: The Dental Hygiene Suite is to be constructed as shell space. Interior partitions, finishes, ceiling, lighting, and infrastructure are not provided. Note: This assumes that Dental Hygiene would remain in its current location until such time as the Dental Hygiene suite finish out can be completed. Provide minimal lighting, egress door and mechanical trunk lines to space as part of shell construction. ALTERNATE #17 - Shell in 1/3 of the office space on the 4th floor Base Bid: Provide the complete finish out of all 4th floor office areas as indicated on the drawings. Alternate Bid: Identify 1/3 of the 4th floor office spaces to remain as shell space. Note: This assumes that the 4th floor shell spaces would be finished out when funds are available. Provide minimal lighting, egress doors and mechanical trunk lines to spaces as part of shell construction. ALTERNATE #18 - Floor finishes in public corridors Base Bid: Provide terrazzo flooring at public circulation area on 1st, 2nd, 3rd floors and 4th floors as currently indicated in the documents. Alternate Bid: Provide terrazzo flooring at the public circulation areas on the 1st floor only. Substitute LVT flooring in lieu of terrazzo at 2nd, 3rd floors and 4th floors. Provide carpet on the balcony student lounge area on the south side of the atrium. ALTERNATE #19 Base Bid: Alternate Bid: ALTERNATE #20 Base Bid: Alternate Bid:
3.2 Additional Breakout Pricing Temporary Use of Elevator for up to 4 months $ $ $ $ 3.3 Unit Pricing Payment for drilled piers will be made on actual net volume of drilled piers in place and approved. Actual length and shaft diameter may very to coincide with elevations where satisfactory bearing strata are encountered, and with actual bearing strata determined by an independent testing and inspection agency. Adjustments will be made on net variation of total quantities, based on design dimenions for shafts. 1. Unit prices include labor, materials, tools, equipment, and incidentals required for excavation, shoring, casing, dewatering, reinforcement, concrete fill and other items for complete drilled-pier installation. 2. See Division 1 "Unit Prices" for list of unit prices. Contract price shall be based on base lengths of piers shown on the Drawings. Unit prices shall be as follows: 1. Unit prices per linear foo for piers longer or shorter than base lengths. 2. Unit prices per linear foot for casing. Measurement for payment shall be from top of pier to top of bearing stratum. Pier P1 and P5-30" Diameter $ per LF longer $ per LF shorter $ per LF casing used Pier P2 and P3-36" Diameter $ per LF longer $ per LF shorter $ per LF casing used Pier P4-48" Diameter $ per LF longer $ per LF shorter $ per LF casing used Pier P6-18" Diameter $ per LF longer $ per LF shorter $ per LF casing used
3.4 Voluntary Alternates Trinity Hughes Sundt encourages provision of suggestions to improve quality and/or reduce cost. This section allows for the Bidder to provide value-engineering ideas, product substitutions, or cost reduction proposals for consideration. For Substitutions please include information as required by specifications. VOLUNTARY ALTERNATE #1 VOLUNTARY ALTERNATE #2 VOLUNTARY ALTERNATE #3 VOLUNTARY ALTERNATE #4 VOLUNTARY ALTERNATE #5
4.0 HUB Participation Amount of participation by Certified Firms included in your Base Bid $ 5.0 Acknowledgements 5.1 In submitting this Proposal as described herein, we agree to complete the work in accordance with TRINITY HUGHES SUNDT s Project Schedule, if a schedule was provided with Bid Documents. (initials) If left blank this proposal may be deemed non-responsive. 5.2 In submitting this proposal as described herein, we have reviewed and agree to all terms stated in TRINITY HUGHES SUNDT s Subcontract Agreement. (initials) If left blank this proposal may be deemed non-responsive. 5.3 As evidence that we have reviewed the Project Schedule, the following is a summary of the project staffing. Project Phase Man-Hours Crew Work Days 5.4 In submitting this Proposal as described herein, we acknowledge that a complete SUBCONTRACTOR QUALIFICATION FORM and ALL its associated requirements must be complete in order for this proposal to be considered responsive. (initials) If left blank this proposal may be deemed non-responsive. Please contact Bob Aniol, rwaniol@sundt.com, to proof your company s status. 6.0 Qualifications to Bid Qualification #1 Qualification #2 Qualification #3 Qualification #4 Qualification #5 7.0 Signature It is understood that this Bid Proposal shall remain in effect, and may not be withdrawn, for a period of 60 calendar days after the closing date for receiving bids. (initials). Signature: Name and Title: Date: **END OF BID FORM**