CITY OF OCEAN CITY COUNTY OF CAPE MAY, NEW JERSEY ADDENDUM #1 FEBRUARY 16, 2016 CITY CONTRACT NO

Similar documents
Northwest Business Park, Building 5, Bay 3. Issued for Tender: August 24, Substantial Date: November 17, 2017

All Approved Contractors / Interested Parties Re: ADDENDUM #1 Project: Burton ISD Rock Building Renovation Date: April 9, 2015

The Town will coordinate with the adjacent property Owner for access allowing work to the East side of the building.

Addendum No. 1 Page 1 of 2

For Receipt Prior To 3:00 PM Local Time Wednesday, March 29, 2017 And Will Be Publicly Opened And Read At 3:30 PM.

DOCUMENT BID FORM - STIPULATED SUM

Main Building Auditorium

Document Bid Form (General Contract) State of Ohio Standard Requirements for Public Facility Construction

THE HOUSING AUTHORITY OF THE BOROUGH OF HIGHLAND PARK 242 SOUTH SIXTH AVENUE, HIGHLAND PARK, NJ PHONE (732)

INVITATION TO BID CITY OF HOPKINSVILLE

ADVERTISEMENT FOR BIDS

REQUEST FOR BIDDER QUALIFICATIONS

Peralta Community College District th Avenue Oakland, California Phone (510) Fax (510) Purchasing Department

ADDENDUM NO. 1 DES MOINES PUBLIC SCHOOLS WINDSOR ELEMENTARY SCHOOL EXTERIOR MASONRY RESTORATION PROJECT 5912 UNIVERSITY AVENUE DES MOINES, IOWA 50311

ADDENDUM NO. 1. FY 2012 Full Depth Reclamation Project CITY OF GAINESVILLE, GEORGIA

ADVERTISEMENT FOR BIDS

Finance & Technology Administrator (815) ext 223

MECHANICAL SYSTEM REPLACEMENT BROWN COUNTY COURTHOUSE 200 EAST COURT STREET MOUNT STERLING, ILLINOIS 62353

MAINE TURNPIKE AUTHORITY ADDENDUM NO. 1 CONTRACT Pavement Rehabilitation Clear Zone Improvements MM 64.4 to MM 68.5

COUNTY OF SAN JOAQUIN

BID FORM (LUMP SUM CONTRACT)

INVITATION TO BID. Roof Repair Multiple Elastomeric Coating Roofs. Invitation to Bid No. 2013/14-09

Enclosed is Addendum No. 1 to the above reference contract documents. Please execute and attach this Addendum No. 1 to your Project Manual.

ADDENDUM No 1 - date 9 April 2016 The Specifications and Bid Documents are modified as follows:-

6494 Latcha Rd. Walbridge, Ohio v: f: Table of Contents

ADDENDUM NO. 2 PROJECT: Omaha Nation Food Distribution Building Macy, Nebraska Project No ARCHITECT:

BID PROPOSAL. For the Construction of: JEMEZ SPRINGS WATER TANK REHABILITATION TABLE OF ARTICLES. Page Article 1 Bid Recipient...

SAN FRANCISCO UNIFIED SCHOOL DISTRICT FACILITIES, DESIGN AND CONSTRUCTION ADDENDUM NO. 1

2016 CONCRETE REPLACEMENT PROJECT

DESIGN ARCHITECTS, INC.

SAN JOSE / EVERGREEN COMMUNITY COLLEGE DISTRICT DOCUMENT BID PROPOSAL

DATE: August 22, All Proposers

Highlands Housing Authority

SAN FRANCISCO UNIFIED SCHOOL DISTRICT FACILITIES DESIGN & CONSTRUCTION LOBBY AND CAFETERIA FLOORING INSTALLATION EVERETT MIDDLE SCHOOL ADDENDUM NO.

ADVERTISEMENT FOR BIDS

A NEW GYMNASIUM AND RENOVATED FINE ARTS FOR MONTGOMERY CATHOLIC PREPARATORY SCHOOL MONTGOMERY, ALABAMA

Interior Construction Specification. Dr. Kalinowski. 2nd Floor, United Health Centre Street, Edmonton, AB

NOTICE OF ADVERTISEMENT FOR BIDS. Furnishing and Delivery of 5kV Switchgear for Panora Municipal Electrical Utility Panora, Iowa, 50216

SECTION BID FORM LICK RUN INTERCEPTOR REHABILITATION

COMMUNITY COLLEGE DISTRICT OF JEFFERSON COUNTY, MISSOURI REQUEST FOR PROPOSAL: WINDOW, DOOR, AND FRAME REPLACEMENT

Both envelopes must have the following information in the lower left hand corner:

INVITATION FOR BIDS IFB NO FOR CDCA BATHROOMS/KITCHEN UPDATES. Dr. Julius R. Scruggs, Pastor

PROJECT MANUAL BID DOCUMENT 95% REVIEW CHECKLIST PROJECT BID NO EPWU PEM. CONSULTANT SUBMITTED ON / / as a 95% (A) original

REQUEST FOR PROPOSAL Asphalt & Concrete Repair

City of New Haven. 101 FRONT STREET PO BOX 236 NEW HAVEN, MO Phone * * Fax

Enclosed is Addendum No. 2 to SEPTA's Sealed Bid No ATMM 5 & Market Station Enhancement Project.

GILA RIVER INDIAN COMMUNITY GEORGE WEBB VILLAGE SUBDIVISION INFRASTRUCTURE IFB # ADDENDUM NO. 2 September 14, 2011

CONTRACT PROPOSAL/CONTRACT ACCEPTANCE. Bloomfield EMS Station

The Contract Documents for the referenced project are hereby amended in the following particulars only, with all other conditions remaining unchanged.

I N V I T A T I O N T O B I D City and Borough of Wrangell Premanufactured Restroom

CITY OF THREE RIVERS, MICHIGAN Specifications for Bids. Tree and/or Stump Removal Performance Bids

MAINE TURNPIKE AUTHORITY ADDENDUM NO. 1 CONTRACT EXIT 103 SOUTHBOUND UNDERPASS BRIDGE REHABILITATION MILE 103.0

ELKO CITY POOL FACILITIES BOILER REPLACEMENT TABLE OF CONTENTS

SUBJECT: ITB , Oxford Road Complete Street Improvements Project ADDENDUM #1

ALASKA. Request for. Anchorage, AK. com. the following: a.) Offeror s Name b.) c.) Project title. e: A Pre-Bid

Addendum Number 1. August 31, Colcock Hall Windows. Owner Project Number: Prepared by:

BUREAU Joe Iuviene, AIA January 20, 2017

Request for Proposals

REQUEST FOR PROPOSAL Playground Surfacing Bonded Rubber

ST. GABRIEL OF THE SORROWFUL MOTHER CHURCH

DALLAS/FORT WORTH INTERNATIONAL AIRPORT DESIGN, CODE AND CONSTRUCTION DEPARTMENT ADDENDUM NO. 2 FOR

REQUEST FOR BIDS METROPOLITAN PARK DISTRICT OF TACOMA Northwest Trek Core Area Fence Upgrade SWR BID NO. T Request for Bids

NORWEST ENGINEERING Consulting Engineers N.E. 122nd Ave., Suite 207 Portland, Oregon (503)

April 1, CITY OF PORTSMOUTH Public Works Department. Bid # Annual Paving Project ADDENDUM NO. 1 NOTICE TO ALL BIDDERS

Escanaba Water Department Leak Detection 2018 TO BIDDERS: 1/6/2018 ADVERTISED: 1/6/18 BID INVITATIONS SENT TO: NINE (9) Page 1 of 10

FOGARTY MEMORIAL SCHOOL Plumbing Renovations


1. This Section includes administrative and procedural requirements for contract closeout including, but not limited to, the following:

HAWTHORNE AND THAD WATER & WASTEWATER IMPROVEMENTS ITB #124D 16F CITY OF IRVING ADDENDUM # 1 MAY 10, 2016

ADDENDUM ADDENDUM NUMBER: One DATE: 30 October 2012

All Plan Holders 3/3/

ADDENDUM NO. 1 TO THE BIDDING DOCUMENTS Replace Aboveground Fuel Tanks Saint Clair County MidAmerica Saint Louis Airport

Pre-Bid Meeting Minutes Invitation to Bid #15-14-KO

AUTHORIZATION CALL FOR BIDS

Architectural Services

Request for Quotation: S&E Door replacement

PURCHASING DEPARTMENT

BID INSTRUCTIONS. Montour County Courthouse Retaining Wall Repair Project

DATE: December 15, 2009 BID NO.: FWC 09/ CALENDAR OF EVENTS-BID OPENING DATE CHAGED FROM DECEMBER 18, 2009 to DECEMBER 22, 2009 AT 3:00 PM

Specifications for Asphaltic Paving of Clark Road in Salem Township and Ludlow Road in Union Township both in Champaign County, Ohio.

JEFFERSON PARISH SHERIF S OFFICE

Bid Form. Schedule 2 Alternate Bid No. 4: Install gutters and downspouts. (100% Local Funded)

Document B252TM 2007

SPECIFICATIONS FOR SIDEWALK REPLACEMENT PROGRAM

INFORMAL BID PROPOSAL FORM STATE OF NEW JERSEY DEPARTMENT OF TRANSPORTATION

Notice to Bidders Page 1 of 6

LEIPSIC LOCAL SCHOOLS Locker Room Alterations Leipsic, Ohio B ADDENDUM NO. 1

REQUEST FOR PROPOSALS SOLID WASTE COLLECTION AND LANDFILL MANAGEMENT STUDY CRISP COUNTY GEORGIA

DOCUMENT AGREEMENT FORM STIPULATED SUM (SINGLE-PRIME CONTRACT)

(a) If this solicitation is amended, then all terms and conditions which are not modified remain unchanged.

REQUEST FOR BIDS METROPOLITAN PARK DISTRICT OF TACOMA Project: Multiple Park Demolition Project Bid#P

PROJECT MANUAL VILLAGE OF ADDISON STREETSCAPE IMPROVEMENTS. Contract 1 GENERAL CONSTRUCTION

PROJECT MANUAL Volume 1. Project: Clayton Greenway System -Mark s Creek Bridge Replacement

UTILITIES COMMISSION CITY OF NEW SMYRNA BEACH, FLORIDA 200 CANAL STREET P.O. BOX 100 NEW SMYRNA BEACH, FL

MATERIAL ALLOWANCES AND UNIT PRICES

LI STATIONS N-03 & N-06 PLACEMENT BID # B May 18, 2016 Addendum 2

TABLE OF CONTENTS THE CHURCH OF JESUS CHRIST OF LATTER-DAY SAINTS BRIGHAM YOUNG UNIVERSITY-IDAHO STANDARD CONTRACT REQUIREMENTS INVITATION TO BID

INVITATION FOR BID. HVAC Equipment Replacement for Nordlof Center Lower Level West. Issued November 8, Name of Bidding Firm:

Bolton & Menk, Inc Premier Drive Mankato, MN June 2, 2015

Project Manual April 20, 2015

Transcription:

CITY OF OCEAN CITY COUNTY OF CAPE MAY, NEW JERSEY ADDENDUM #1 FEBRUARY 16, 2016 CITY CONTRACT NO. 16-01 RESTORATION OF THE HISTORIC TRANSPORTATION CENTER PHASE III BID RECEIPT: o Sealed bids shall be received by the Ocean City Purchasing Manager on Thursday, February 25, 2016 @ 2:00 PM, EDT prevailing time in City Hall, Room #301, 861 Asbury Avenue, Ocean City, NJ 08226 o Specifications & Instructions to Bidders may be examined or obtained, Monday through Friday except legal holidays, from 8:45 am to 4:30 pm at the Purchasing Office, 861 Asbury Avenue, Room #203, Ocean City, NJ 08226 or Downloaded from the City of Ocean City s website, www.ocnj.us. ADDENDUM #1 MODIFICATIONS/CLARIFICATIONS: o BID FORM: See Revised Bid Form Revised to include: o Deduct Alternate for alternate roofing system (Specification Section 07301) o Deduct Alternate for all work associated with the propose handicap ramp. o Add Alternate to replace all gutters and downspouts to match existing. o CLARIFICATIONS: Weather Vane: Locomotive shaped weathervane has been eliminated all other weathervane components are included (see attached pages # 51 and 53). Existing Exterior Waiting Area Lights: Contractor shall clean and paint the existing fixtures. Soda Blasting: All painted surfaces above the existing wainscot shall be lightly soda blasted, including but not limited to overhangs, waiting area, etc. Roof Exposure: Shingle exposure shall be 5 ½. Page 1 of 10

For the framing in the new turret above the sheetrock ceiling do we need to use Cedar Lumber or can we use Hem-Fir since it can t be seen from underneath? Hemlock / Fir is acceptable where it can t be seen. Turret Opening: Reduce the size of the opening in the ceiling under the turret to approximately 3-0 in diameter so as not to cut into the existing dropped bulkhead at the windows. o MISCELLANEOUS: The Contractor shall provide and maintain at the site temporary chemical toilet facilities as necessary for use by workers. Such toilets shall be at located at least 25 feet from the building, maintained until the time of Substantial Completion and shall be kept in a sanitary condition at all times. No radios or smoking will be permitted. o SAFETY Contractor to lockup and store all equipment and materials each night. o Contractor to protect existing asphalt surfaces with plywood under dumpster wheels. o Successful contractor shall be responsible for conformance to all Local, State and or Federal jobsite safety/worker protection requirements, including but not limited to all OSHA Fall Protection regulations. o ARTICLE 14.4.3 TERMINATION Delete all reference to and costs incurred by reason of such termination, along with reasonable overhead and profit on the Work not completed. The contractor shall not be entitled to any compensation for any and all work not completed. END OF ADDENDUM #1 Page 2 of 10

Page 3 of 10

Page 4 of 10

Page 5 of 10

RESTORATION OF THE HISTORIC TRANSPORTATION CENTER PHASE III OCEAN CITY CONTRACT NO. 16-01 10 TH STREET & HAVEN AVENUE OCEAN CITY, NEW JERSEY DOCUMENT 00410 BID FORM (REVISED) Owner: Project: City of Ocean City, NJ 861 Asbury Avenue Ocean City, NJ 08226-3642 Restoration of the Historic Transportation Center Ocean City Contract No. 16-01 10 th Street & Haven Avenue Ocean City, New Jersey Date: 1.1 OFFER: A. Having examined the Place of The Work and all matters referred to in the Instructions to Bidders, Bid Documents and Contract Documents prepared by Czar Associates, Architect/Engineer for the above mentioned project, we the undersigned, hereby offer to enter into a Contract to perform the Work for the Contract Sum of: dollars ($ ), in lawful money of the United States of America. B. (+) Owner s Contingency Allowance Sum $ 50,000.00 C. BASE BID (Totals of Items A and B above) $ dollars BID FORM REVISED ADDENDUM #1 00410-1 Page 6 of 10

RESTORATION OF THE HISTORIC TRANSPORTATION CENTER PHASE III OCEAN CITY CONTRACT NO. 16-01 10 TH STREET & HAVEN AVENUE OCEAN CITY, NEW JERSEY D. All applicable taxes that are not exempt in accordance with the Owner s Sales and Use Tax Certificate of Exemption are included in the Bid Sum. 1.2 ALTERNATES; 1. DEDUCT: a. Revise Based Roofing Specification to Alternate Roof Material System: DEDUCT ($ ) from the Base Bid 2. DEDUCT: a. Deduct All Work Associated With The Proposed Handicap Ramp: DEDUCT ($ ) from the Base Bid 3. ADD: a. Provide an alternate price to replace all existing gutters with new lead coated copper gutters which exactly match the existing in size, shape (half round), and mounting method. ADD ($ ) to the Base Bid 4. ADD: a. Provide an alternate price to replace up to 120 linear feet of the existing gutters to exactly match it in shape, material (galvanized steel) and configuration (half round) and clean, prime, and cold galvanize both the existing and newly replaced gutter with two coats of gray color spray applied cold galvanized paint ADD ($ ) to the Base Bid BID FORM REVISED ADDENDUM #1 00410-2 Page 7 of 10

RESTORATION OF THE HISTORIC TRANSPORTATION CENTER PHASE III OCEAN CITY CONTRACT NO. 16-01 10 TH STREET & HAVEN AVENUE OCEAN CITY, NEW JERSEY 1.2 UNIT PRICES: A. The following is the list of Unit Prices, which include labor, materials, taxes, insurance, overhead, profit and other costs in connection therewith, which shall prevail for the addition to or deduction from the Base Bid. 1. GUTTERS: Cost to provide and install all labor, material, and all related costs associated with new gutter beyond the 50 linear feet contained in the Base Bid. $ /linear ft 2. DOWNSPOUTS: Cost to provide and install labor, material, and all related costs associated with new downspout beyond the six (6) contained in the Base Bid. $ /each 3. CEDAR SHINGLES: Cost to provide and install labor, material, and all related costs associated with new cedar shingle siding beyond the 50 square feet contained in the Base Bid. $ /sq. ft. 1.3 ACCEPTANCE: A. This offer shall be open to acceptance and is irrevocable for sixty days from the bid closing date. B. If this bid is accepted by the Owner within the time period stated above, we will: 1. Execute the Agreement within seven days of receipt of the Contract Agreement. 2. Furnish the required bonds prior to or with the executed Contract Agreement. 3. Commence work within ten days after written Notice to Proceed. 1.4 CONTRACT TIME: A. If this bid is accepted, we will: Complete the Work in calendar days from Notice to Proceed. BID FORM REVISED ADDENDUM #1 00410-3 Page 8 of 10

RESTORATION OF THE HISTORIC TRANSPORTATION CENTER PHASE III OCEAN CITY CONTRACT NO. 16-01 10 TH STREET & HAVEN AVENUE OCEAN CITY, NEW JERSEY 1.5 ADDENDA: A. The following Addenda have been received. The modifications to the Contract Documents noted therein have been considered and all costs thereto are included in the Bid Sum. Addendum No Addendum No Addendum No Dated Dated Dated 1.4 APPENDICES: A. The following documents are appended hereto and form an integral part of this Bid Form: Document Title DIVISION 00- CITY OF OCEAN CITY PROCUREMENT AND CONTRACTING REQUIREMENTS DIVISION 01 - GENERAL REQUIREMENTS 00200 Instructions to Bidders 00410 Bid Form (REVISED ADDENDUM #1) 00434 Unit Prices 00500 Agreement 00700 General Conditions 00800 Supplementary Conditions 00825 Form of Release of Liens 01100 Summary 01200 Price and Payment Procedures 01300 Administrative Requirements 01330 Submittal Procedures 01400 Quality Requirements 01455 Testing Laboratory Services 01500 Temporary Facilities and Controls BID FORM REVISED ADDENDUM #1 00410-4 Page 9 of 10

RESTORATION OF THE HISTORIC TRANSPORTATION CENTER PHASE III OCEAN CITY CONTRACT NO. 16-01 10 TH STREET & HAVEN AVENUE OCEAN CITY, NEW JERSEY 01600 Product Requirements 01700 Execution Requirements 01750 Starting and Adjusting 01785 Operation and Maintenance Data 01800 Construction Schedules and Milestones TECHNICAL SPECIFICATIONS PREVAILING WAGE RATES County Prevailing Wage, Davis Bacon Prevailing Wage Rates, Renovation State Prevailing Wage Rates BID FORM SIGNATURE(S) The Corporate Seal of (Bidder - please print the full name of your Proprietorship, Partnership or Corporation) was hereunto affixed in the presence of: Authorized signing officer Title (Seal) If the bid is a joint venture or partnership, add additional forms of execution for each member of the joint venture in the appropriate form or forms as above. END OF DOCUMENT BID FORM REVISED ADDENDUM #1 00410-5 Page 10 of 10