Quantcast
Channel:
Viewing all articles
Browse latest Browse all 9

Addendum No. 2 – Bid 130092

0
0

ADDENDUM NO. 2 – May 16, 2014

RE: BENTON FIRE DISTRICT #4
RENOVATIONS TO FIRE STATION BUILDING
306 5TH STREET
BENTON, LOUISIANA 71006
NMC #130092

FROM: Newman Marchive Carlisle, Inc.
2800 Youree Drive, suite 310
Shreveport, Louisiana 71104 (318) 219-1814

TO: Prospective Bidders

This Addendum forms a part of the Contract Documents and modifies the original Bidding Documents dated April 28, 2014, as noted below. Acknowledge receipt of this Addendum in the space provided on the Bid Form. Failure to do so may subject Bidder to disqualification.

PRIOR ADDENDA:

1. Addendum No. 1 dated May 9, 2014

CHANGES TO BIDDING REQUIREMENTS:

1. SECTION 00 41 00 00 LOUISIANA UNIFORM PUBLIC WORK BID FORM & BID BOND: The Bid Form is replaced to ADD Alternate No. 1 and Unit Pricing. Replace the Bid Form with the attached.

2. SECTION 00 43 10 – ALTERNATES: – Add this section to the Contract Documents.

CHANGES TO SPECIFICATIONS:

1. SECTION 01 11 00 – SUMMARY OF WORK – PART 1 – GENERAL: After: The
Work includes…..Add the following: Architects Statement of Probable Cost:
$214,197.00

2. SECTION 01 11 00 – SUMMARY OF WORK – PART 1 – GENERAL: Paragraph starting with…”Items Provided by Owner and Contractor Installed…..” Change from “None” to “Mattresses for Bedrooms”.

CHANGES TO SPECIFICATIONS (Continued)

3. SECTION 01 22 00 – UNIT PRICES: Add this section to the Contract Documents.

CHANGES TO DRAWINGS:

1. SHEET MED1.1 – MECHANICAL GENERAL NOTES AND SCHEDULES DEMOLITION PLAN – Change Electrical Note 2 to read, “the existing light will be replaced with a 4” aluminum recess can equal to Halo Model MH99ICAT with a white baffle trim.

2. SHEET E2.1 – LIGHTING, POWER AND SYSTEMS FLOOR PLANS – Relocate tele/data outlet to north wall.

CLARIFICATIONS:

1. Pre-Bid Meeting Minutes with Sign-In Sheet is attached.

2. Electrical – All ceiling speakers will be provided as new, not reconnected. Match existing speaker type. Current speakers in existing bedroom and the two speakers in the existing workout room will be relocated to the new corridor 112 & 113 and replaced with new.

SECTION 00 41 00 – LOUISIANA UNIFORM PUBLIC WORK BID FORM

LOUISIANA UNIFORM PUBLIC WORK BID FORM (REVISED)

TO: Benton Fire Station District No. 4
c/o Bossier Parish Emergency Medical Services
5275 Swan Lake Road Bossier City, Louisiana 71111 (Owner to provide name and address of owner)

BID FOR: Benton Fire District No. 4 Renovations to Fire Station Building
306 5th Street Benton, Louisiana 71006
(Owner to provide name of project and other identifying information)

The undersigned bidder hereby declares and represents that she/he; a) has carefully examined and understands the Bidding Documents, b) has not received, relied on, or based his bid on any verbal instructions contrary to the Bidding Documents or any addenda, c) has personally inspected and is familiar with the project site, and hereby proposes to provide all labor, materials, tools, appliances and facilities as required to perform, in a workmanlike manner, all work and services for the construction and completion of the referenced project, all in strict accordance with the Bidding Documents prepared by: Newman Marchive
Carlisle, Inc. and dated: April 28, 2014
(Owner to provide name of entity preparing bidding documents.)

Bidders must acknowledge all addenda. The Bidder acknowledges receipt of the following ADDENDA: (Enter the number the
Designer has assigned to each of the addenda that the Bidder is acknowledging) .

TOTAL BASE BID: For all work required by the Bidding Documents (including any and all unit prices designated “Base
Bid” * but not alternates) the sum of:

Dollars ($ )

ALTERNATES: For any and all work required by the Bidding Documents for Alternates including any and all unit prices designated as alternates in the unit price description.

Alternate No. 1 – Add Sixteen (16) New Light Fixtures – Replace existing high bay light fixtures with new fixtures.

for the lump sum of: Dollars ($ )

Alternate No. 2 (Owner to provide description of alternate and state whether add or deduct) for the lump sum of:

N/A Dollars ($ )

Alternate No. 3 (Owner to provide description of alternate and state whether add or deduct) for the lump sum of:

N/A Dollars ($ )

NAME OF BIDDER: ADDRESS OF BIDDER:

LOUISIANA CONTRACTOR’S LICENSE NUMBER:

NAME OF AUTHORIZED SIGNATORY OF BIDDER:
TITLE OF AUTHORIZED SIGNATORY OF BIDDER:

SIGNATURE OF AUTHORIZED SIGNATORY OF BIDDER **:

DATE:

* The Unit Price Form shall be used if the contract includes unit prices. Otherwise it is not required and need not be included with the form. The number of unit prices that may be included is not limited and additional sheets may be included if needed.

** If someone other than a corporate officer signs for the Bidder/Contractor, a copy of a corporate resolution or other signature authorization shall be required for submission of bid. Failure to include a copy of the appropriate signature authorization, if required, may result in the rejection of the bid unless bidder has complied with La. R.S. 38:2212(A)(1)(c) or RS 38:2212(O) .

BID SECURITY in the form of a bid bond, certified check or cashier’s check as prescribed by LA RS 38:2218.A is attached to and made a part of this bid.

LOUISIANA UNIFORM PUBLIC WORK BID FORM (REVISED)
UNIT PRICE FORM

TO: Benton Fire District No. 4
c/o Bossier Parish Emergency Medical Services
5275 Swan Lake Road Bossier City, Louisiana 71111 (Owner to provide name and address of owner)

BID FOR: Benton Fire District No. 4 Renovations to Fire Station Building
306 5th Street Benton, Louisiana 71006
(Owner to provide name of project and other identifying information)

UNIT PRICES: This form shall be used for any and all work required by the Bidding Documents and described as unit prices. Amounts shall be stated in figures and only in figures.

DESCRIPTION: ‰ Base Bid or ‰ Alt.#
REF. NO. QUANTITY: UNIT OF MEASURE: UNIT PRICE UNIT PRICE EXTENSION (Quantity times Unit Price)
1A 1 1 Light Fixture

DESCRIPTION: ‰ Base Bid or ‰ Alt.#
REF. NO. QUANTITY: UNIT OF MEASURE: UNIT PRICE UNIT PRICE EXTENSION (Quantity times Unit Price)

DESCRIPTION: ‰ Base Bid or ‰ Alt.#
REF. NO. QUANTITY: UNIT OF MEASURE: UNIT PRICE UNIT PRICE EXTENSION (Quantity times Unit Price)

DESCRIPTION: ‰ Base Bid or ‰ Alt.#
REF. NO. QUANTITY: UNIT OF MEASURE: UNIT PRICE UNIT PRICE EXTENSION (Quantity times Unit Price)

DESCRIPTION: ‰ Base Bid or ‰ Alt.#
REF. NO. QUANTITY: UNIT OF MEASURE: UNIT PRICE UNIT PRICE EXTENSION (Quantity times Unit Price)

DESCRIPTION: ‰ Base Bid or ‰ Alt.#
REF. NO. QUANTITY: UNIT OF MEASURE: UNIT PRICE UNIT PRICE EXTENSION (Quantity times Unit Price)

DESCRIPTION: ‰ Base Bid or ‰ Alt.#
REF. NO. QUANTITY: UNIT OF MEASURE: UNIT PRICE UNIT PRICE EXTENSION (Quantity times Unit Price)

Wording for “DESCRIPTION” is to be provided by the Owner. All quantities are estimated. The contractor will be paid based upon actual quantities as verified by the Owner

BID BOND

Date:

KNOW ALL MEN BY THESE PRESENTS:

That of , as Principal, and
, as Surety, are held and firmly bound unto the Benton Fire District No. 4 (Obligee), in the full and just sum of five (5%) percent of the total amount of this proposal, including all alternates, lawful money of the United States, for payment of which sum, well and truly be made, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally firmly by these presents.

Surety represents that it is listed on the current U. S. Department of the Treasury Financial Management Service list of approved bonding companies as approved for an amount equal to or greater that the amount for which it obligates itself in this instrument or that it is a Louisiana domiciled insurance company with at least an A – rating in the latest printing of the A. M. Best’s Key Rating Guide. If surety qualifies by virtue of its Best’s listing, the Bond amount may not exceed ten percent of policyholders’ surplus as shown in the latest A. M. Best’s Key Rating Guide.

Surety further represents that it is licensed to do business in the State of Louisiana and that this Bond is signed by surety’s agent or attorney-in-fact. This Bid Bond is accompanied by appropriate power of attorney.

THE CONDITION OF THIS OBLIGATION IS SUCH that, whereas said Principal is herewith submitting its proposal to the Obligee on a Contract for:

NOW, THEREFORE, if the said Contract be awarded to the Principal and the Principal shall, within such time as may be specified, enter into the Contract in writing and give a good and sufficient bond to secure the performance of the terms and conditions of the Contract with surety acceptable to the Obligee, then this obligation shall be void; otherwise this obligation shall become due and payable.

PRINCIPAL (BIDDER) SURETY

BY: BY: AUTHORIZED OFFICER-OWNER-PARTNER AGENT OR ATTORNEY-IN-FACT(SEAL)

PART 1 – GENERAL

RELATED DOCUMENTS:

Drawings and general provisions of Contract, including General and Supplementary Conditions and other
Division-01 Specification Sections, apply to work of this section.

DESCRIPTION:

General: This Section identifies each Alternate by number, and describes basic changes to be incorporated into Work, only when that Alternate is made a part of Work by specific provisions in Owner- Contractor Agreement.

RELATED REQUIREMENTS:

General: Following related requirements are included or specified in other sections.

A. Section 00 20 00 – Instructions to Bidders
B. Section 00 41 00 – Bid Form
C. Section 00 50 00 – Agreement Form
D. Section 01 11 00 – Summary of Work
E. Materials and methods to be used in the Base Bid and in Alternates have been described on Drawings and in pertinent Sections of Project Manual Specifications as listed under respective Alternates.

SUBMITTALS:

General: Submit with Bid on forms provided, alternate proposals stating difference in price (additions, deductions) from Base Bid lump sum price for substituting, adding, omitting, changing following materials, construction from that indicated and specified; include omissions, additions, adjustments of trades as may be necessary because of each change, substitution, omission.

PRODUCT HANDLING:

General: If Owner elects to proceed on basis of one or more of described Alternates, make all modifications to Work required in furnishing and installing selected Alternate or Alternates to approval of Architect and at no additional cost to Owner other than as proposal on the Form of Bid.

PART 2 – PRODUCTS

ALTERNATE NUMBER 1:

Replace existing high bay light fixtures with new fixtures. Provide unit pricing for new fixtures. REF: Electrical Note 4/E2.1.

PART 3 – EXECUTION ADVANCE COORDINATION:
General: Immediately after award of Contract, or as soon thereafter as Owner has made decision on which if any Alternates will be selected, thoroughly and clearly advise all necessary personnel and suppliers as to nature and extent of Alternates selected by Owner. Use all means necessary to alert those personnel and suppliers involved as to all changes in Work caused by Owner’s selection and/or rejection of Alternates.

END OF SECTION 00 43 10

GENERAL

RELATED DOCUMENTS

Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section.

SUMMARY

This Section includes administrative and procedural requirements for unit prices. DEFINITIONS
Unit price is an amount proposed by bidder, stated on the Bid Form, as a price per unit of measurement for materials and/or services for all work to be included in the Bid as noted on the “Unit Price Form”.

PROCEDURES

Unit prices include all necessary material, plus cost for delivery, installation, insurance, applicable taxes, bond premium, overhead, and profit. There are no other costs associated with a unit prices.

Measurement and Payment: Refer to individual Specification Sections for work that requires establishment of unit prices.

Owner reserves the right to reject Contractor’s measurement of work-in-place that involves use of established unit prices and to have this work measured, at Owner’s expense, by an independent surveyor acceptable to Contractor.

List of Unit Prices: A list of unit prices is included in this Section. Specification Sections referenced in the schedule contain requirements for materials described under each unit price.
PART 2 – PRODUCTS (Not Used) PART 3 – EXECUTION

LIST OF UNIT PRICES TO BE INCLUDED IN ALTERNATES:

Unit Price No. 1A

Sheet: E2.1, Note 4

Description: Replace existing high bay light fixtures with new fixtures.


Viewing all articles
Browse latest Browse all 9

Latest Images

Trending Articles





Latest Images