Page | 2 · J. Alternate #10: Indicate the ... (Proposed sub grade is 694.33). the over excavation...

18

Transcript of Page | 2 · J. Alternate #10: Indicate the ... (Proposed sub grade is 694.33). the over excavation...

Advantage Valley Advanced Technology Center

Prepared By: E.T. Boggess Architect, Inc. / MBAJ Architecture Page | 2

CLARIFICATIONS:

1. G.C. shall be responsible for Erosion & Sediment Control Plan and all associated work.

2. G.C. shall be responsible for coordination and installation of parking lot and site lighting.

3. Satisfaction of B&O taxes is required and is the responsibility of the G.C. if Single Prime and

Each Prime Contractor if Multi Prime.

4. Landscaping will not be in the scope of work, it will bid as a separate contract at a later date.

5. The building permit fee has been waived, G.C. still responsible for obtaining permit.

6. The last day for questions shall be March 2, 2012 at 4:00 P.M.

7. All questions are to be submitted in writing to [email protected] or faxed to 304.425.2028.

Verbal questions will not be accepted.

8. Eliminate note 10 “provide horizontal blinds at all exterior window locations” from plan notes on all

plan sheets.

REVISIONS AND ADDITIONS:

SPECIFICATIONS: a) REPLACE: The following drawings with the attached drawings:

1. Replace bid forms with revised bid forms attached with this addendum.

b) REVISE: The following specifications as specified below:

1. Section 332001 - Water Distribution a. Revise Part 1, Paragraph 1.3.C to read "PVC: Polyvinyl chloride plastic”

b. Add Part2, Paragraph 2.2.A.2 to read "Comply with UL 1285 for fire service mains if indicated.”

c. Add Part 2, Paragraph 2.2.A.3 to read "PVC Fabricated Fittings: AWWA C900, Class 200, with bell-

and-spigot or double-bell ends. Include elastomeric gasket in each bell.”

d. Add Part 2, Paragraph 2.2.A.4 to read "PVC Molded Fittings: AWWA C907, Class 150, with bell-

and-spigot or double-bell ends. Include elastomeric gasket in each bell.”

e. Revise Part 3, Paragraph 3.4.A to read "Install PVC AWWA pipe according to ASTM F 645 and

AWWA M23.”

f. Remove Part 3, Paragraph 3.5.A.1

g. Renumber Part 3, Paragraph 3.5.A.2 to 3.5.A.1

h. Renumber Part 3, Paragraph 3.5.A.3 to 3.5.A.2

2. Section 01 23 00 – Alternates a. Paragraph 3.1 - Add the following:

J. Alternate #10: Indicate the amount to add to the base bid to provide and install the following:

Motorized roller window shades at exterior windows in Training Room 124, and manually operated

roller window shades at exterior window locations in rooms 142, 141, 140, 139, 138, 137, 134, 132,

120, 225, 224, 223, 222, 221, 220, 219, 214, 212, 209, 208, 207, and 206.

Advantage Valley Advanced Technology Center

Prepared By: E.T. Boggess Architect, Inc. / MBAJ Architecture Page | 3

REVISIONS AND ADDITIONS CONTINUED:

SPECIFICATIONS: 1. Section 08 71 00 – Door Hardware

a. Add doors 121 and 126 to Hardware set #01

b. Add the following: Hardware Group No. 36A 1 EA CONTINUOUS HINGE 112HD 93” EPT 628 IVE 1 EA PANIC HARDWARE LD 98EO 1439 626 VON 1 EA SURFACE CLOSER 4021 689 LCN 1 EA MOUNTING PLATE 4020-18G 689 LCN 1 EA OVERHEAD STOP 100S 630 GLY 1 EA SET WEATHERSTRIP 160SDKB NGP 1 EA DOOR SWEEP C627A 48” CL NGP 1 EA THRESHOLD 425 SIA 48” NS NGP c. HDW Set #20 – Delete door 100A

d. Delete HDW Set #49

e. Delete HDW Set #53

f. Delete HDW Set #59

3. Section 12 24 13 – Roller Window Shades

a. Paragraph 1.1.B – Add the following:

3. Division 01 Section “Alternates” for requirements of Alternate #10

b. Paragraph 2.1. – Add the following to line H:

Surface mount shades to bottom of gypsum board bulkhead at locations.

c. Paragraph 2.1.J. – Revise line 6 to read:

6. Location: Provide manual operated shades at exterior window locations in rooms 142, 141,

140, 139, 138, 137, 134, 132, 120, 225, 224, 223, 222, 221, 220, 219, 214, 212, 209, 208, 207, and

206 per Alternate #10.

d. Paragraph 2.3 – Revise line A to read:

A. Provide motorized roller shades at exterior windows in Training Room 124 per Alternate #10.

DRAWINGS:

a) REPLACE: The following drawings with the attached drawings:

b) REVISE: The following drawings as specified below:

1. Drawing A202 Revise frame tag at doors 141A and 142A to ISF-11.

2. Drawing A203

Advantage Valley Advanced Technology Center

Prepared By: E.T. Boggess Architect, Inc. / MBAJ Architecture Page | 4

Revise frame tag at door 134A to read ISF-11.

3. Drawing A344 – Detail F1 Add interior storefront tag ISF-9 to interior window frame.

4. Drawing A600 – Door Schedule

a. Revise the following doors to be Type D7: 127B, 134A, 134C, 134F, 137A, 137C, 138A, 138E, 139A, 139E, 140A, 140E, 141A, 141E, 142A, 210, 212A, 214, 216, 218, 220A, 222, 224A, 224B, and 226

b. Revise the following doors to be Type D3: 104, 207, 209, 219, 221, 223, and 225

c. Revise the following doors to have ISF-2 frames: 208A, 208B, 218, 219, 220A, 224B

d. Revise the following doors to have ISF-3 frames: 206A, 221, 222

e. Revise the following doors to have ISF-4 frames: 120A, 123B

f. Revise the following doors to have ISF-5 frames: 107, 127A

g. Revise the following doors to have ISF-11 frames: 141A, 142A

h. Revise the following doors to have type F4 frames: 128E, 129, 130

i. Door S100 – Revise frame type to ISF-1

j. Door 103 - Revise door hardware set # to read “10”.

k. Door 104 – Revise door hardware set # to read “07”.

l. Door 110B – Revise door type to “D2”

m. Door 122A – Revise hardware set # to read “22”.

n. Door S200 – Revise properties of Door S200 to be a wood door (type D5).

o. Door 201C – Rename door 201C to 201

Revise hardware set # to read “51”.

p. Door 205 – Revise hardware set # to read “54”.

q. Door 205 – Revise signage to read “CUSTODIAN”

r. Door 206A – Revise frame type to read “ISF-1”

s. Door 208B – Revise frame type to read “ISF-1”

t. Door 210 – Revise door type to read “D4”.

5. Drawing A601- Door Elevations

a. See SKA-8 for door type D7

b. See SKA-8 for frame type F4

6. Drawing A602 – Interior Storefront Frame Elevations

a. See SKA-8 for revised ISF-1 elevation

b. See SKA-8 for revised ISF-9 elevation

Advantage Valley Advanced Technology Center

Prepared By: E.T. Boggess Architect, Inc. / MBAJ Architecture Page | 5

c. All mullions to be 2” wide unless otherwise noted.

d. Revise 8” dimension at all frame bottoms to 6”.

e. Delete the following Interior Storefront elevations: ISF-8 and ISF-10

QUESTIONS AND ANSWERS:

1. Would you approve Kwik-Wall as an acceptable Operable Partitions manufacturer as described in Specification Section 10 2226? Answer: Yes, Kwik-Wal, is approved as an approved equal for 10 2226 Operable Partitions as long as the product is equivalent to or exceeds each listed product in the specifications including colors, textures, fabrics and any warranties.

2. Addendum #22 question – Beyond 5’ of the building the civil drawings call for C900 pipe and the specification 33 10 01 calls for C900. Which type is required for the exterior water piping. Answer: See Revisions and Additions above for clarification.

3. Is it acceptable to use Polyiso insulation in lieu of the Extruded insulation listed under roof assemblies in the specification?

Answer: Yes, as long as R32 is maintained. Contractor to coordinate any and all details affected and submit to architect for approval.

4. Geotechnical Report, Page 8 – “Due to the possibility of excessive foundation settlement

and/or damaging differential settlement caused by possible variations in composition and consistency of the existing fill we recommend that the proposed building footprint be over excavated. In areas where a basement is not proposed the over excavation should extend to the elevation of the basement floor slab of the structure previously located on the site which is approximately 685.2 ft (Proposed sub grade is 694.33). the over excavation should extend horizontally outside of the perimeter footprint of the proposed building 1 foot per foot of vertical over excavation height.” Has this scope of the project been performed under the early site package? Are we responsible for this scope of the project? Is there going to be an Allowance to go with the Unit Price for Over Excavation? If there is not going to be an Allowance is this going to be handled on a Unit Price basis? Are we to figure Over Excavating the building footprint and 9.13’ around the perimeter and bringing in engineered fill per the Geotechnical Report, or are we to guess the quantity? Answer: The foundation footer does not have to be over excavated if sub grade passes the following test. Testing of footer sub grade: Contractor must use the following equipment or equal, a Late-model, track-mounted hydraulic excavator; equipped with a hoe arm rated at not less than 120-hp flywheel power with bucket-curling force of not less than 25,000 lbf and stick-crowd force of not less than 18,650 lbf; measured according to SAE J-1179. The hoe arm shall have vibratory plate compactor attached and the contractor shall make a minimum two passes at maximum down force pressure, along the footer soil sub grade. This work shall be considered base bid work. If settlement is detected then the contractor shall make additional passes until additional settlement subsides. Then additional material shall be placed compacted and brought back up to soil sub grade. This work shall be considered base bid work.

Advantage Valley Advanced Technology Center

Prepared By: E.T. Boggess Architect, Inc. / MBAJ Architecture Page | 6

If after making additional passes, the settlement is in excess of 6 inches, the contractor than shall over excavate the soft material and backfill and compact back up to soil sub grade. This work shall be considered additional work.

5. Specification calls for motorized roller shade operators at Training center 124 ext windows. There is not a schedule for the roller shade or a location given in the specifications. Are the only roller shade locations in room 124?

Answer: Motorized shades are located and as described in specifications. Manually operated roller shades are addressed in alternate #10.

6. The Door Schedule on Drawing A600 indicates door 122A is to receive hardware set 01; however, Specification Section 08 71 00-3.2 indicates door 122A is to receive set 22. Answer: See Clarifications and Revisions above.

7. The Door Schedule on Drawing A600 indicates Door 104 is to receive hardware set 12; however, Specification Section 08 71 00-3.2 indicates this door is to receive set 07. Please clarify. Answer: See Clarifications and Revisions above.

8. The Door Schedule on Drawing A600 indicates Door 103 is to receive hardware set 12; however, Specification Section 08 71 00-3.2 indicates this door is to receive set 10. Please clarify. Answer: See Clarifications and Revisions above.

9. The Door Schedule on Drawing A600 indicates Door 205 is to receive hardware set 53; however, Specification Section 08 71 00-3.2 indicates this door is to receive set 54. Please clarify. Answer: See Clarifications and Revisions above.

10. The Door Schedule on Drawing A600 indicates Door 201C is to receive hardware set 61; however, Specification Section 08 71 00-3.2 does not include this door. Please clarify. Answer: See Clarifications and Revisions above.

11. Should frame type for 206A & 208B be ISF – 1 Answer: See Clarifications and Revisions above.

12. Need ISF # for locations shown on A405 D1. 3 are shown on elevation and 2 shown on plane page A204, which is correct? Answer: Refer to D6/A344 for interior window frame locations and type for interior windows located between Exploration Lab and Corridor.

13. Please provide detail for door D6, can’t find jamb detail DJ10 Need Door Type for 101A, 101B, S100, 210 Answer: Refer to sheet A615 for details at type D6 doors. Doors 101A and 101B – Revise door type to read “D1” Door S100 – See Clarifications and Revisions above. Door 210 – See Clarifications and Revisions above.

Advantage Valley Advanced Technology Center

Prepared By: E.T. Boggess Architect, Inc. / MBAJ Architecture Page | 7

ATTACHMENTS:

1. Specification Section 00 0108 #1

2. Specification Section 00 0108 #2

3. SKA-8

End of Addendum #3

___________________________________________________________________________________________________________________________________________

Form of Proposal

Page 1 of 5

FORM OF PROPOSAL SINGLE PRIME

ALL-TRADES CONSTRUCTION

TO THE OWNER: West Virginia Council for Community and Technical College Education 1018 Kanawha Boulevard, East, Suite 700

Charleston, WV 25301 PROJECT: Requisition (RFB) No.: 12120 Advantage Valley Advanced Technology Center The Bidder, _________________________________________________________________, being familiar with and understanding the Bidding Documents and also having examined the site and being familiar with conditions affecting the Project hereby proposes to furnish all labor, material, equipment, supplies and transportation, and to perform all Work in accordance with the Contract Documents for the sum and time stipulated below: BASE BID:_______________________________________________________($_________________)

(Amount to be shown in both words and numbers. In the event of a difference between the written amount and the number amount, the

written amount shall prevail.)

ALLOWANCES: (Use N/A if not applicable)

A. Quantity Allowance No. 05.1: Miscellaneous Structural Steel Shapes= $ 1,250.00

(Total Cost To Be Included In Bid)

B. Quantity Allowance No. 10.1: Interior Building Signage and Directories = $ 20,000.00

(Total Cost To Be Included In Bid)

C. Quantity Allowance No. 10.2: Exterior Building Signage and Directories = $ 25,000.00

(Total Cost To Be Included In Bid)

ALTERNATES: (Use N/A if not applicable)

A. Alternate 1: Indicate the amount to add to the base bid to provide and install the exterior plaza on the north side of the building as indicated on the Contract Documents. Amount to include work of all trades required. ADD � ______________________________________________ DOLLARS ($______________)

___________________________________________________________________________________________________________________________________________

Form of Proposal

Page 2 of 5

B. Alternate 2: Indicate the amount to deduct from the base bid to provide and install EIFS (metallic coated) in lieu of aluminum composite panels for all vertical and horizontal (sloped) applications as indicated in the Contract Documents. _____________________________________________ DOLLARS ($______________) DEDUCT � C. Alternate 3: Indicate the amount to add or deduct from the base bid to provide and install fabricated wood veneer panels in lieu of pre-manufactured wood veneer panels as indicated in the drawings and Div. 06 Section “Architectural Casework”. ADD � ______________________________________________ DOLLARS ($______________) DEDUCT � D. Alternate 4: Indicate the amount to add or deduct from the base bid to provide and install a new gas line from property line to the building as noted in the Construction Documents. ADD � ____________________________________________ DOLLARS ($______________) DEDUCT � E. Alternate 5: Indicate the amount to deduct from the base bid to delete the exterior sun control devices from the aluminum curtain walls as indicated in the Contract Documents. ____________________________________________ DOLLARS ($______________) DEDUCT � F. Alternate 6: Indicate the amount to deduct from the base bid to provide and install decorative metal (cable-rail) railings in lieu of decorative metal (glass-infill) railings as indicated on the Contract Documents. ___________________________________________ DOLLARS ($______________) DEDUCT � G. Alternate 7: Indicate the amount to deduct from the base bid to provide and install accent color painted gypsum wall board on furring strips in lieu of calcium silicate manufactured stone masonry on the interior of the building; accent color painted gypsum wall board in lieu of wood veneer panels; and painted structural steel columns in lieu of aluminum column covers as indicated in the Contract Documents. All paint colors to be selected and approved by Architect. _____________________________________________ DOLLARS ($______________) DEDUCT � H. Alternate 8: Indicate the amount to deduct from the base bid to delete the exterior canted steel pipe columns, concrete basis and canopy on the north side of the building outside Mechatronics Lab 134 and Process Controls Lab 138 as indicated in the Contract Documents. _____________________________________________ DOLLARS ($______________) DEDUCT �

___________________________________________________________________________________________________________________________________________

Form of Proposal

Page 3 of 5

I. Alternate 9: Indicate the amount to deduct from the base bid to provide and install utility size brick veneer (color to be selected and approved by Architect Base Bid Brick Colors) in lieu of calcium silicate manufactured stone masonry; corrugated metal wall panels in lieu of aluminum composite wall panels for all vertical applications; and EIFS (metallic coated) in lieu of aluminum composite wall panels for all horizontal (sloped) applications. ____________________________________________ DOLLARS ($______________) DEDUCT � J. Alternate 10: Indicate the amount to add to the base bid to provide and install the following: Motorized roller window shades at exterior windows in Training Room 124, and manually operated roller window shades at exterior window locations in rooms 142, 141, 140, 139, 138, 137, 134, 132, 120, 225, 224, 223, 222, 221, 220, 219, 214, 212, 209, 208, 207, and 206. ____________________________________________ DOLLARS ($______________) ADD �

UNIT PRICES: (Use N/A if not applicable)

A. Unit Price No. 31.1: Unsatisfactory Soil Excavation and Replacement (Mass) ____________________________________________ DOLLARS ($_____________) per unit. B. Unit Price No. 31.2: Unsatisfactory Soil Excavation and Replacement (Trench) ____________________________________________ DOLLARS ($_____________) per unit. C. Unit Price No. 05.1: Unscheduled Miscellaneous Steel ____________________________________________ DOLLARS ($_____________) per unit.

CONTRACT TIME AND LIQUIDATED DAMAGES; The undersigned Bidder proposes and agrees hereby to commence the Work of the Contract Documents on a date specified in a written Notice to Proceed to be issued by the Owner and shall Substantially complete with all work for the project within 440 consecutive calendar days. The Bidder further agrees to achieve Final Completion within 30 consecutive calendar days thereafter. In the event Work is not complete within the time stated herein, the Contractor shall pay the Owner as liquidated damages the sum of $950 per calendar day until the Work is Substantially Complete. For each calendar day of delay in achieving Final Completion, the Contractor shall be liable for and shall pay half the amount of liquidated damages stated above, plus any additional fees of the Architect and the Architect’s consultants that may accrue. Allowances may be made for delays due to shortages or materials and/or energy resources, subject to proof by documentation, and also for delays due to strikes or other delays beyond the control of the Contractor. The Contractor, in accordance with the Contract Documents, must properly document all delays and any claim for extension of the Contract Time.

___________________________________________________________________________________________________________________________________________

Form of Proposal

Page 4 of 5

LIST OF PROPOSED SUBCONTRACTORS, EQUIPMENT / MATERIAL SUPPLIERS: (To Be Submitted With Bid)

List as designated below each major branch of Work and major equipment/material category for this proposal and the subcontractor or supplier proposed for that portion of Work, also provide the contractor’s license number for each subcontractor as required by the “West Virginia Contractor Licensing Act”. If the branch of work is to be completed solely by the Contractor, so indicate. If the acceptance of an alternate proposal changes a subcontractor or equipment/material supplier, indicate by notation below. The bidder may be requested to change an unsatisfactory subcontractor or equipment/material supplier. The contractor is responsible for selecting or changing subcontractors and/or equipment/material suppliers. The Owner and Architect/Engineer may indicate their concerns about any entity listed which they have reason to believe past experience indicates poor performance may be expected. The Contractor has full responsibility for satisfactory execution of all work in accordance with the contract documents. Any change of proposed subcontractors or material suppliers shall be at no additional cost to the Owner, as the Contractor has full responsibility for execution of the work. Contractor will have up to two (2) hours after bid the Bid opening to make adjustments if necessary, Please Fax to Rich Donovan, HEPC @ 304.558.0259

Branch of Work/Material Category Subcontractor/Supplier Contractor License No.

1. Excavation

2. Cast-in-Place Concrete

3. Masonry

4. Steel Erection

5. Roofing Contractor

6. Exterior Framing

7. Doors, Frames and Hardware

8. Glass, Glazing and Curtain Wall

9. Gypsum Board Assemblies

10. Painting

11. Flooring / Ceiling

12. Laboratory Casework

13. Elevator

14. Plumbing

15. Mechanical

16. Electrical

17. Fire Protection

18. _________________________

___________________________________________________________________________________________________________________________________________

Form of Proposal

Page 5 of 5

The Owner reserves the right to reject any or all bids and to waive irregularity in the bids and in the bidding.

RESPECTFULLY SUBMITTED: SIGNATURE: ________________________________________ DATE:______________ Signature In Ink

NAME: ________________________________________ Please Type or Print

Corporate Seal if Applicable TITLE: ________________________________________ FIRM NAME: ________________________________________ FIRM ADDRESS: ________________________________________ ________________________________________ ________________________________________ TELEPHONE: ____________________ CONTRACTOR'S LICENSE NO.: ____________________ CONTRACTOR'S LICENSE

West Virginia Code 21-11-2 requires that all persons desiring to perform contractual work in West Virginia must be duly licensed. The West Virginia Contractor's Licensing Board is empowered to issue the contractor's license. Application for a contractor's license may be made by contacting the West Virginia Department of Labor, Building 6, Room B749, Charleston, West Virginia 25305. Telephone: (304) 348-7890. West Virginia Code 21-11 requires any prospective Bidder to include the contractor's license number on their Bid. The successful Bidder will be required to furnish a copy of their contractor's license prior to issuance of a Purchase Order/Contract. ADDENDA ACKNOWLEDGEMENT

The undersigned hereby acknowledges receipt of the following Addenda and has taken the information contained therein into full consideration in the formulation of this Bid. Addenda No. 1 __________ No. 2 __________ No. 3 __________ No. 4 __________ No. 5 __________ No. 6 __________ Failure to acknowledge receipt of each Addendum may be cause for rejection of the Bid. SIGNATURE:______________________________________ DATE:_____________________ Signature In Ink

END OF FORM OF PROPOSAL

___________________________________________________________________________________________________________________________________________

Form of Proposal

Page 1 of 5

FORM OF PROPOSAL MULTIPLE PRIME

GENERAL BUILDING CONSTRUCTION

TO THE OWNER: West Virginia Council for Community and Technical College Education 1018 Kanawha Boulevard, East, Suite 700

Charleston, WV 25301 PROJECT: Requisition (RFB) No.: 12120 Advantage Valley Advanced Technology Center The Bidder, _________________________________________________________________, being familiar with and understanding the Bidding Documents and also having examined the site and being familiar with conditions affecting the Project hereby proposes to furnish all labor, material, equipment, supplies and transportation, and to perform all Work in accordance with the Contract Documents for the sum and time stipulated below: BASE BID:_______________________________________________________($_________________)

(Amount to be shown in both words and numbers. In the event of a difference between the written amount and the number amount, the

written amount shall prevail.)

ALLOWANCES: (Use N/A if not applicable)

A. Quantity Allowance No. 05.1: Miscellaneous Structural Steel Shapes = $ 1,250.00

(Total Cost To Be Included In Bid)

B. Quantity Allowance No. 10.1: Interior Building Signage and Directories = $ 20,000.00

(Total Cost To Be Included In Bid)

C. Quantity Allowance No. 10.2: Exterior Building Signage and Directories = $ 25,000.00

(Total Cost To Be Included In Bid)

ALTERNATES: (Use N/A if not applicable)

A. Alternate 1: Indicate the amount to add to the base bid to provide and install the exterior plaza on the north side of the building as indicated on the Contract Documents. Amount to include work of all trades required. ADD � ______________________________________________ DOLLARS ($______________)

___________________________________________________________________________________________________________________________________________

Form of Proposal

Page 2 of 5

B. Alternate 2: Indicate the amount to deduct from the base bid to provide and install EIFS (metallic coated) in lieu of aluminum composite panels for all vertical and horizontal (sloped) applications as indicated in the Contract Documents. _____________________________________________ DOLLARS ($______________) DEDUCT � C. Alternate 3: Indicate the amount to add or deduct from the base bid to provide and install fabricated wood veneer panels in lieu of pre-manufactured wood veneer panels as indicated in the drawings and Div. 06 Section “Architectural Casework”. ADD � ______________________________________________ DOLLARS ($______________) DEDUCT � D. Alternate 4: Indicate the amount to add or deduct from the base bid to provide and install a new gas line from property line to the building as noted in the Construction Documents. ADD � ____________________________________________ DOLLARS ($______________) DEDUCT � E. Alternate 5: Indicate the amount to deduct from the base bid to delete the exterior sun control devices from the aluminum curtain walls as indicated in the Contract Documents. ____________________________________________ DOLLARS ($______________) DEDUCT � F. Alternate 6: Indicate the amount to deduct from the base bid to provide and install decorative metal (cable-rail) railings in lieu of decorative metal (glass-infill) railings as indicated on the Contract Documents. ___________________________________________ DOLLARS ($______________) DEDUCT � G. Alternate 7: Indicate the amount to deduct from the base bid to provide and install accent color painted gypsum wall board on furring strips in lieu of calcium silicate manufactured stone masonry on the interior of the building; accent color painted gypsum wall board in lieu of wood veneer panels; and painted structural steel columns in lieu of aluminum column covers as indicated in the Contract Documents. All paint colors to be selected and approved by Architect. _____________________________________________ DOLLARS ($______________) DEDUCT � H. Alternate 8: Indicate the amount to deduct from the base bid to delete the exterior canted steel pipe columns, concrete basis and canopy on the north side of the building outside Mechatronics Lab 134 and Process Controls Lab 138 as indicated in the Contract Documents. _____________________________________________ DOLLARS ($______________) DEDUCT �

___________________________________________________________________________________________________________________________________________

Form of Proposal

Page 3 of 5

I. Alternate 9: Indicate the amount to deduct from the base bid to provide and install utility size brick veneer (color to be selected and approved by Architect Base Bid Brick Colors) in lieu of calcium silicate manufactured stone masonry; corrugated metal wall panels in lieu of aluminum composite wall panels for all vertical applications; and EIFS (metallic coated) in lieu of aluminum composite wall panels for all horizontal (sloped) applications. ____________________________________________ DOLLARS ($______________) DEDUCT �

J. Alternate 10: Indicate the amount to add to the base bid to provide and install the following: Motorized roller window shades at exterior windows in Training Room 124, and manually operated roller window shades at exterior window locations in rooms 142, 141, 140, 139, 138, 137, 134, 132, 120, 225, 224, 223, 222, 221, 220, 219, 214, 212, 209, 208, 207, and 206. ____________________________________________ DOLLARS ($______________) ADD �

UNIT PRICES: (Use N/A if not applicable)

A. Unit Price No. 31.1: Unsatisfactory Soil Excavation and Replacement (Mass) ____________________________________________ DOLLARS ($_____________) per unit. B. Unit Price No. 31.2: Unsatisfactory Soil Excavation and Replacement (Trench) ____________________________________________ DOLLARS ($_____________) per unit. C. Unit Price No. 05.1: Unscheduled Miscellaneous Steel ____________________________________________ DOLLARS ($_____________) per unit.

CONTRACT TIME AND LIQUIDATED DAMAGES; The undersigned Bidder proposes and agrees hereby to commence the Work of the Contract Documents on a date specified in a written Notice to Proceed to be issued by the Owner and shall Substantially complete with all work for the project within 440 consecutive calendar days. The Bidder further agrees to achieve Final Completion within 30 consecutive calendar days thereafter. In the event Work is not complete within the time stated herein, the Contractor shall pay the Owner as liquidated damages the sum of $950 per calendar day until the Work is Substantially Complete. For each calendar day of delay in achieving Final Completion, the Contractor shall be liable for and shall pay half the amount of liquidated damages stated above, plus any additional fees of the Architect and the Architect’s consultants that may accrue. Allowances may be made for delays due to shortages or materials and/or energy resources, subject to proof by documentation, and also for delays due to strikes or other delays beyond the control of the Contractor. The Contractor, in accordance with the Contract Documents, must properly document all delays and any claim for extension of the Contract Time.

___________________________________________________________________________________________________________________________________________

Form of Proposal

Page 4 of 5

LIST OF PROPOSED SUBCONTRACTORS, EQUIPMENT / MATERIAL SUPPLIERS: (To Be Submitted With Bid)

List as designated below each major branch of Work and major equipment/material category for this proposal and the subcontractor or supplier proposed for that portion of Work, also provide the contractor’s license number for each subcontractor as required by the “West Virginia Contractor Licensing Act”. If the branch of work is to be completed solely by the Contractor, so indicate. If the acceptance of an alternate proposal changes a subcontractor or equipment/material supplier, indicate by notation below. The bidder may be requested to change an unsatisfactory subcontractor or equipment/material supplier. The contractor is responsible for selecting or changing subcontractors and/or equipment/material suppliers. The Owner and Architect/Engineer may indicate their concerns about any entity listed which they have reason to believe past experience indicates poor performance may be expected. The Contractor has full responsibility for satisfactory execution of all work in accordance with the contract documents. Any change of proposed subcontractors or material suppliers shall be at no additional cost to the Owner, as the Contractor has full responsibility for execution of the work. Contractor will have up to two (2) hours after bid the Bid opening to make adjustments if necessary, Please Fax to Rich Donovan, HEPC @ 304.558.0259

Branch of Work/Material Category Subcontractor/Supplier Contractor License No.

1. Excavation

2. Cast-in-Place Concrete

3. Masonry

4. Steel Erection

5. Roofing Contractor

6. Exterior Framing

7. Doors, Frames and Hardware

8. Glass, Glazing and Curtain Wall

9. Gypsum Board Assemblies

10. Painting

11. Flooring / Ceiling

12. Laboratory Casework

13. Elevator

14. _________________________

(Use Additional Pages as Required) The Owner reserves the right to reject any or all bids and to waive irregularity in the bids and in the bidding.

___________________________________________________________________________________________________________________________________________

Form of Proposal

Page 5 of 5

RESPECTFULLY SUBMITTED: SIGNATURE: ________________________________________ DATE:______________ Signature In Ink

NAME: ________________________________________ Please Type or Print

Corporate Seal if Applicable TITLE: ________________________________________ FIRM NAME: ________________________________________ FIRM ADDRESS: ________________________________________ ________________________________________ ________________________________________ TELEPHONE: ________________________________________ CONTRACTOR'S LICENSE NO.: ________________________________________ CONTRACTOR'S LICENSE

West Virginia Code 21-11-2 requires that all persons desiring to perform contractual work in West Virginia must be duly licensed. The West Virginia Contractor's Licensing Board is empowered to issue the contractor's license. Application for a contractor's license may be made by contacting the West Virginia Department of Labor, Building 6, Room B749, Charleston, West Virginia 25305. Telephone: (304) 348-7890. West Virginia Code 21-11 requires any prospective Bidder to include the contractor's license number on their Bid. The successful Bidder will be required to furnish a copy of their contractor's license prior to issuance of a Purchase Order/Contract. ADDENDA ACKNOWLEDGEMENT The undersigned hereby acknowledges receipt of the following Addenda and has taken the information contained therein into full consideration in the formulation of this Bid. Addenda No. 1 __________ No. 2 __________ No. 3 __________ No. 4 __________ No. 5 __________ No. 6 __________ Failure to acknowledge receipt of each Addendum may be cause for rejection of the Bid. SIGNATURE:______________________________________ DATE:_____________________ Signature In Ink

END OF FORM OF PROPOSAL