ADDENDUM NO. 5
February 12, 2021
for the
BAYFRONT 1 REDEVELOPMENT – PHASE 1A, SURCHARGE PROGRAM
JERSEY CITY REDEVELOPMENT AGENCY (“JCRA”) CONTRACT NO.: 20-12-MPN8
ADDENDUM NO. 5
February 12, 2021
for the
BAYFRONT 1 REDEVELOPMENT – PHASE 1A, SURCHARGE PROGRAM
JERSEY CITY REDEVELOPMENT AGENCY (“JCRA”) CONTRACT NO.: 20-12-MPN8
ADDENDUM NO. 4
February 11, 2021
for the
BAYFRONT 1 REDEVELOPMENT – PHASE 1A, SURCHARGE PROGRAM
JERSEY CITY REDEVELOPMENT AGENCY (“JCRA”) CONTRACT NO.: 20-12-MPN8
OUR FILE NO.: PJC00503.01
To ensure there is “social distancing” amongst all parties and members of the public in the conduct of the bid opening given the COVID-19 crisis, the bid opening will be conducted via online live streaming, which will be conducted at the JCRA offices, 66 York St., Jersey City, NJ 07302. Interested parties and members of the public are not permitted at this time in the JCRA offices. The names of the vendors, total bid prices and documents required with the bid submission will be announced online via live streaming on Thursday, February 25, 2021 @ 10:00 A.M. After the close of the bid opening, the bid package of the apparent low bidder will be fully scanned and posted to the Agency’s website. All potential bidders, interested parties, and members of the public are to utilize the following Zoom link or dial-in information pertaining to the Opening of Bids via Online Live Streaming:
Join Zoom Meeting
https://us02web.zoom.us/j/82257939568
Meeting ID: 822 5793 9568
One tap mobile
+16465588656,,82257939568# US (New York)
Dial by your location
+1 646 558 8656 US (New York)
Meeting ID: 822 5793 9568
Find your local number: https://us02web.zoom.us/u/kdsnfTs8uH
Revised proposal sheets C-1a through C-40a included as part of this Addendum No. 3 must be enclosed in sealed envelopes clearly marked on the outside with the words “BID”, CONTRACT NO. 20-12-MPN8, DUE DATE FEBRUARY 25, 2021 – 10:00 A.M.,
To ensure there is “social distancing” amongst all parties and members of the public in the conduct of the bid opening given the COVID-19 crisis, the bid opening will be conducted via online live streaming, which will be conducted at the JCRA offices, 66 York St., Jersey City, NJ 07302. Interested parties and members of the public are not permitted at this time in the JCRA offices. The names of the vendors, total bid prices and documents required with the bid submission will be announced online via live streaming on Thursday, February 25, 2021 @ 10:00 A.M. After the close of the bid opening, the bid package of the apparent low bidder will be fully scanned and posted to the Agency’s website. All potential bidders, interested parties, and members of the public are to utilize the following Zoom link or dial-in information pertaining to the Opening of Bids via Online Live Streaming:
Join Zoom Meeting
https://us02web.zoom.us/j/82257939568
Meeting ID: 822 5793 9568
One tap mobile
+16465588656,,82257939568# US (New York)
Dial by your location
+1 646 558 8656 US (New York)
Meeting ID: 822 5793 9568
Find your local number: https://us02web.zoom.us/u/kdsnfTs8uH
RESPONSES TO QUESTIONS RECEIVED THOUGH FEBRUARY 05, 2021
QUESTION/COMMENT/REQUEST FROM RFI #1:
RESPONSE:
Field Office Type “A” is to be provided with the following:
QUESTION/COMMENT/REQUEST FROM RFI #1:
RESPONSE:
Paragraphs #2, #3, #6, #7, and #12 are not applicable. Should additional clearing site become necessary during the duration of the contract; the Bid Item #46 Allowance for Work Unspecified may be utilized for additional compensation for same.
QUESTION/COMMENT/REQUEST FROM RFI #1:
RESPONSE:
QUESTION/COMMENT/REQUEST FROM RFI #1:
RESPONSE:
QUESTION/COMMENT/REQUEST FROM RFI #1:
RESPONSE:
QUESTION/COMMENT/REQUEST FROM RFI #1:
RESPONSE:
The reconstruction of underdrain access manholes consists of extending the existing twelve (12) inch I.D. HDPE pipe through the Permanent Roadway Embankment and Site Fills and the Temporary Surcharge Embankment. The top of the HDPE casing shall extend approximately two (2) to three (3) feet above final grade and shall be secured with an end cap. The casing shall be adjusted to the roadway embankment grade after the surcharge has been completed and removed.
QUESTION/COMMENT/REQUEST FROM RFI #1:
RESPONSE:
QUESTION/COMMENT/REQUEST FROM RFI #1:
RESPONSE:
Refer to Section 203-Embankment of the Project Specifications, Subsection 203.03.02 D and to Section 515-Temporary Surcharge Retaining Wall, Subsection 515.04 of the Project Specifications. The purpose of the temporary retaining walls is to retain the surcharge only and shall be removed with the surcharge.
QUESTION/COMMENT/REQUEST FROM RFI #1:
RESPONSE:
The Traffic Control items are “If and Where Directed” items intended for use when work is being performed along Kellogg Street during the duration of the project.
QUESTION/COMMENT/REQUEST FROM RFI #1:
RESPONSE:
The two (2) Traffic Control Trucks with Mounted Crash Cushions is an “If and Where Directed” item intended for use when work is being performed along Kellogg Street during the duration of the project.
QUESTION/COMMENT/REQUEST FROM RFI #1:
RESPONSE:
The Construction Signs are an “If and Where Directed” item intended for use when work is being performed along Kellogg Street during the duration of the project.
QUESTION/COMMENT/REQUEST FROM RFI #1:
RESPONSE:
The Construction Barrier Curb is an “If and Where Directed” item intended for use when work is being performed along Kellogg Street during the duration of the project. The Construction Barrier Curb is intended to be temporary.
QUESTION/COMMENT/REQUEST FROM RFI #1:
RESPONSE:
The Traffic Stripes and Markings are “If and Where Directed” items intended for use when work is being performed along Kellogg Street during the duration of the project. The Traffic Striping is intended to be temporary.
QUESTION/COMMENT/REQUEST FROM RFI #1:
RESPONSE:
QUESTION/COMMENT/REQUEST FROM RFI #1:
RESPONSE:
QUESTION/COMMENT/REQUEST FROM RFI #1:
RESPONSE:
The quantities on the Earthwork Summary on Contract Drawing GT-4 are to be utilized for the basis for the project.
QUESTION/COMMENT/REQUEST FROM RFI #1:
RESPONSE:
QUESTION/COMMENT/REQUEST FROM RFI #1:
RESPONSE:
The Timber Pedestrian Guard is included as part of the Temporary Surcharge Retaining Wall design-build. Refer to Section 515-Temporary Surcharge Retaining Wall, Subsections 515.01, 515.03.01 A and 515.04 of the Project Specifications.
QUESTION/COMMENT/REQUEST FROM RFI #1:
RESPONSE:
The Timber Pedestrian Guard is included as part of the Temporary Surcharge Retaining Wall design-build. Refer to Section 515-Temporary Surcharge Retaining Wall of the Project Specifications. The area will not be opened to the Public. The Timber Pedestrian Guard shall comply with OSHA requirements.
QUESTION/COMMENT/REQUEST FROM RFI #1:
RESPONSE:
QUESTION/COMMENT/REQUEST FROM RFI #1:
RESPONSE:
The general conditions of the Specification and Contract Documents F 4.02 and G 4.02 require the owner to advise the bidder of all known data on the existing conditions.
QUESTION/COMMENT/REQUEST FROM RFI #2:
RESPONSE:
Notes #28, 29, 30, 31 & 32 on Dwg GT-1 are confirmed as not applicable to this Phase 1A Contract.
QUESTION/COMMENT/REQUEST FROM RFI #2:
RESPONSE:
The use of driven posts within the Open Space Area is prohibited as per General Notes #35 and #36 on Dwg GT-1. The Bidder will be required to submit an alternative method for installing the Silt Fence and Caution Fence to the Engineer for approval prior to installation.
QUESTION/COMMENT/REQUEST FROM RFI #2:
RESPONSE:
Site fill shall consist of material from approved offsite materials only. The Geotechnical Engineer and LSRP will review and approve all proposed fill materials to confirm conformance with the fill material requirements detailed in the project specifications.
QUESTION/COMMENT/REQUEST FROM RFI #2:
RESPONSE:
Note #23 on Dwg GT-1 does not apply to this Phase 1A Contract.
QUESTION/COMMENT/REQUEST FROM RFI #2:
RESPONSE:
General Construction Note #27 and Grading, Drainage and Utility Note #27 on Dwg GT-1 do not apply to this Phase 1A Contract.
QUESTION/COMMENT/REQUEST FROM RFI #2:
RESPONSE:
Grading, Drainage and Utility Notes #30 and #31 on GT-1 are general notes. Grading, Drainage and Utility Notes #32 and #33 on GT-1 are to be utilized for the Field Office. Grading, Drainage and Utility Notes #34 and #35 on GT-1 are not applicable.
QUESTION/COMMENT/REQUEST FROM RFI #2:
RESPONSE:
Demolition Note #6 is referring to the Caution Fence that is to be paid under Bid Item #7.
QUESTION/COMMENT/REQUEST FROM RFI #2:
RESPONSE:
Demolition Notes #9 through #14 shall apply to this Phase 1A Contract.
QUESTION/COMMENT/REQUEST FROM RFI #2:
RESPONSE:
The calculations referenced in Shop Drawing Note #3 on Dwg GT-2 are applicable.
QUESTION/COMMENT/REQUEST FROM RFI #2:
RESPONSE:
Hexavalent Chromium is listed as a Submittal on Drawing GT-2 to comply with the Fill Evaluation Criteria established for the Phase 1 Redevelopment Area. The Contractor is directed to Appendix 8 of the Project Specifications titled “Memorandum Prepared for the JCRA by Potomac-Hudson Environmental, Inc. as LSRP for the JCRA for Study Area 6 South (SA6S) Dated October 16, 2020.” On Page 2 of the memorandum, it states:
“Pursuant to the NJDEP Fill Material Guidance for SRP Sites dated April 2015 both Alternative Fill and Clean Fill requires that laboratory analytical data be provided for samples obtained from the respective material. The applicable sample frequencies for these two materials are provided in the April 2015 guidance document and in reality, are the same. The sampling frequency tables are attached for both fill types. In both cases the material should be analyzed for the Target Analyte List (TAL) / Target Compound List (TCL) plus 30, Extractable Petroleum Hydrocarbons (EPH) and for hexavalent chromium (specific to the Phase 1 Redevelopment Area). In order for any Alternative Fill or Clean Fill to be accepted, the appropriate number of samples should be collected and analyzed. Whenever licensed quarry/mine material, certified as such by the quarry/mine operator, is delivered to a property undergoing remediation, the certification can be relied upon without sampling the delivered licensed quarry/mine material.”
QUESTION/COMMENT/REQUEST FROM RFI #2:
RESPONSE:
In the event that the existing Cement Bentonite Barrier, Sheet Pile Barrier and/or existing Liner is foreseen to be at risk of being impacted by any construction operations, the Contractor shall submit procedures for protecting same. The Engineer shall approve the procedures prior to the Contractor commencing with the work. As long as construction operations are not foreseen to impact the barriers and/or liner, the Contractor will not be required to submit procedures. Any work that impacts the SA-6S Open Space Area shall conform with Appendix 11 of the Specifications and Contract Documents.
QUESTION/COMMENT/REQUEST FROM RFI #2:
RESPONSE:
The Temporary MSE Retaining Walls are a design-build item. Refer to Section 515-Temporary Surcharge Retaining Wall, Subsection 515.01 of the Project Specifications. The MSE Wall backfill is included in the pay item for Bid Item No. 39, Temporary Surcharge Retaining Wall and shall conform to the material requirements specified by the manufacturer of the approved Temporary MSE Retaining Wall.
CITY OF JERSEY CITY
HUDSON COUNTY, NEW JERSEY
ADDENDUM NO. 2
February 4, 2021 for the BAYFRONT 1 REDEVELOPMENT – PHASE 1A, SURCHARGE PROGRAM
JERSEY CITY REDEVELOPMENT AGENCY (“JCRA”) CONTRACT NO.: 20-12-MPN8
OUR FILE NO.: PJC00503.01
TO ALL CONCERNED:
Prospective bidders of the above captioned project are hereby notified of the following:
o Concerning the Bid Opening/Receipt of Sealed Proposals:
Be advised that the bid opening/receipt of sealed proposals scheduled to be received by the JCRA on Tuesday, February 23, 2021 at 10:00 a.m. is rescheduled to Thursday, February 25, 2021 at 10:00 a.m., prevailing local time.
Sealed proposals will be received by the JCRA and publicly opened and read aloud at 66 York Street, 3rd Floor, Jersey City, New Jersey. GIVEN THE COVID-19 CRISIS, IT IS RECOMMENDED THAT BIDS BE SENT BY MAIL OR COURIER BY 4:00 P.M. THE BUSINESS DAY PRIOR TO THE BID RECEPTION. BIDS WHICH ARE HAND DELIVERED BY THE BIDDER OR AN AUTHORIZED REPRESENTATIVE OF THE BIDDER MUST BE RECEIVED NO LATER THAN 10:00 A.M. ON THE DAY OF THE BID RECEPTION. BIDS NOT RECEIVED BY THE DATE AND TIME OF THE BID RECEPTION WILL BE REJECTED. The JCRA and CME Associates will not be held responsible for any bids sent by mail or courier that may become lost, damaged, or not received in time.
Proposal sheets in Section C of the Contract Documents must be enclosed in sealed envelopes clearly marked on the outside with the words “BID”, CONTRACT NO. 20-12-MPN8, DUE DATE FEBRUARY 25, 2021 – 10:00 A.M., the name and address of the Bidder and the name of the work, addressed to the Executive Director, Jersey City Redevelopment Agency and must be accompanied by a Statement of Consent of Surety from a Surety Company authorized to do business in the State of New Jersey and acceptable to the JCRA.
To ensure there is “social distancing” amongst all parties and members of the public in the conduct of the bid opening given the COVID-19 crisis, the bid opening will be conducted via online live streaming, which will be conducted at the JCRA offices, 66 York St., Jersey City, NJ 07302. Interested parties and members of the public are not permitted at this time in the JCRA offices. The names of the vendors and their prices will be announced on the online live streaming, which may be viewed by the general public and interested parties at the bid opening on Thursday, February 25, 2021 @ 10:00 A.M. All potential bidders, interested parties, and members of the public are to visit the JCRA website, and click on the link pertaining to the Opening of Bids via Online Live Streaming for further instructions respecting observation of the bid opening via live streaming.
All other requirements noted in Section A – Notice to Bidders of the Specifications and Contract Documents remain applicable.
RESPONSES TO QUESTIONS RECEIVED THOUGH FEBRUARY 03, 2021
QUESTION:
1. Note 5 of General Construction Notes on drawing 3/47 states that: “Any conditions determined by the Contractor that differ from the information shown on the drawings that are not brought to the attention of the Owner and Engineer prior to the start of work shall not be considered grounds for additional payment or changes to the contract duration, or any other claims against the Owner or Owner’s Engineer.” Please clarify if the start of work in that sentence refers to either the start of a specific activity or item of work or to the start of the contract. If the latter, that would mean that the contractor would need to run topo surveys, soil borings, ground penetrating radar surveys and other studies to make sure the provided bid documents contain accurate information. Please consider removing this note altogether or amending it so that any cost incurred by the Contractor to perform additional inspections and tests prior to the start of work, for the purpose of determining any differing conditions, shall be bore by the Owner.
2. On same sheet, Note 4 of Grading, Drainage and Utility Notes is particularly concerning because it makes the Contractor responsible for the cost to relocate all existing utilities which conflict with the proposed improvements, as if the Contractor had a way to anticipate and estimate any instance in which such conflicts may occur. Please advise if any work required by unforeseen conditions will be performed under item 46, “Allowance for Work Unspecified”.
3. Same note states that “any conditions found to differ from those shown by these drawings shall be brought to the attention of Langan Engineering”. Please confirm that Langan Engineering will be involved with the project and in what capacity.
4. Paragraph 4.03.C.2. of the General Conditions states “Contractor shall not be entitled to any adjustment in the Contract Price or Contract Times if: a) Contractor
knew of the existence of such conditions at the time Contractor made a final commitment to Owner with respect to Contract Price and Contract Times by the submission of a Bid or becoming bound under a negotiated contract; or b) the existence of such condition could reasonable have been discovered or revealed as a result of any examination, investigation, exploration, test, or study of the Site and contiguous areas required by the Bidding Requirements or Contract Documents to be conducted by or for Contractor prior to Contractor’s making such final commitment”. Contractor was not able to carry any site examination prior to the contract award since the pre-bid site visit was held outside of the property and prospective bidders were not allowed on the property for a visual inspection, let alone other exploration, test or study. Please consider deleting this paragraph from the contract or amending it in such a way that the Contractor is not liable for any unforeseen condition or for any discrepancies from the provided bid documents, understanding that the Contractor relied on and based their bid price solely on the supplied bid documents.
RESPONSE:
1. The start of work in the sentence refers to the start of a specific item of work.
2. The Contractor will not be required to relocate any existing utilities. If same does become required, Bid Item #46 – Allowance for Work Unspecified may be utilized for additional compensation.
3. Langan Engineering will not be involved, any existing site conditions found to differ from those shown on the Contract Drawings shall be brought to the attention of CME Associates.
4. In the event that any unforeseen existing conditions are discovered, that are not disclosed of in the bid documents, after the execution of the Contract, the Contractor shall negotiate a Contract Time Extension with the Owner and/or Engineer. If additional compensation is required for same, Bid Item #46 – Allowance for Work Unspecified may be utilized.
RESPONSES TO QUESTION RECEIVED THROUGH FEBRUARY 02, 2021
QUESTION:
1. Is the purpose of the testing the soil to identify an offsite disposal/recycling facility?
2. Do we know the volume of material that requires testing?
3. What is the origin of the material that requires testing? Is it from future utility trenches and/or the current stockpile?
4. Is there any analytical available for the material that requires testing?
5. Will the samples be collected using onsite equipment or does a driller need to be mobilized to facilitate sample collection?
RESPONSE:
1. Soil will not be removed from the site. The purpose of the testing is to verify that the Imported Fill material meets the requirements for “Clean Fill” as described in the Memo from Potomac Hudson LSRP for the JCRA as included in Appendix 8 of the Specifications and Contract Documents.
2. The quantities on the Earthwork Summary on Contract Drawing GT-4 are to be utilized for the basis for the project.
3. The Permanent Roadway Embankment and Site Fills will be composed of Imported Fill material. The source of the material will be selected by the Contractor and approved by the Engineer. Refer to Section 203-Embankment, Subsection 203.02.01 A for Imported Fill material requirements.
4. No. The Permanent Roadway Embankment and Site Fills will be composed of Imported Fill material. Refer to Section 203-Embankment, Subsection 202.02.01.01 B for Environmental Testing requirements for Imported Fill Material.
5. Samples will not be collected on-site. The Permanent Roadway Embankment and Site Fills will be composed of Imported Fill material.
QUESTION:
1. Will CME be willing to release a grading CAD file for takeoff purposes?
2. Per the plan set there is reference to a Proposed Temporary Wooden Safety Fence and a Timber Pedestrian Guard located behind the temporary MSE Retaining Wall. Please provide a typical detail or specification for the requirements of this fence. Please also indicate under which item this is to be paid.
RESPONSE:
1. CME will not be releasing a grading CAD file.
2. The Proposed Temporary Wooden Safety Fence/Timber Pedestrian Guard is included as part of the Temporary Surcharge Retaining Wall design-build. Payment will be included in Bid Item No. 39 Temporary Surcharge Retaining Wall. Refer to Section 515-Temporary Surcharge Retaining Wall, Subsections 515.01, 515.03.01 A and 515.04 of the Project Specifications.
RESPONSES TO QUESTIONS RECEIVED
THROUGH JANUARY 28, 2021
QUESTION:
Regarding the attached PDF.
It is unclear if this detail will be required for this phase.
We do not find a specification/pay item that covers these.
If these are required can you define where these will be required, what the required spacing is and how they will be paid for?
RESPONSE:
The “SCHEMATIC EXISTING PIPE BRIDGING FRAME DETAIL (IF AND WHERE REQUIRED TO BRIDGE EXISTING UTILITIES)” located on Sheet GT-42 is not required for this phase.
BAYFRONT REDEVELOPMENT-PHASE 1A, JERSEY CITY – GENERAL CLARIFICATION NO. 4
Bayfront 1 Redevelopment Phase 1A Surcharge Program: Drawings
RESPONSES TO QUESTIONS RECEIVED
THROUGH JANUARY 27, 2021
QUESTION:
Are RFI’s still due January 29 at 3:00 pm, and if so can they be submitted electronically?
RESPONSE:
RFI’s are to be submitted to the JCRA via email by Friday, January 29, 2021 @ 3:00 P.M. Emails are to be sent to Assistant Executive Director Christopher Fiore (FioreC@jcnj.org) of the JCRA with Sr. Project Manager May Pat Noonan (MaryPat@jcnj.org) carbon copied.
Answers to questions will be posted on the JCRA’s website at “thejcra.org”.
It is the bidder’s responsibility to regularly check the website for any addendums and responses to questions.
QUESTION:
We understand that you are not providing the Cad files for this project; however, the plans provided are scanned, would you be able to provide us with the original document (plans) from the Cad files which should have the original line-work. (Vectorized Drawings)
RESPONSE:
An unsigned PDF copy of the December 2020 Contract Drawings with the original line-work is on the JCRA’s website at “thejcra.org”.
BAYFRONT REDEVELOPMENT-PHASE 1A, JERSEY CITY – GENERAL CLARIFICATION NO. 3
Bayfront 1 Redevelopment Phase 1A Surcharge Program: Drawings