Loading...
HomeMy WebLinkAboutR-97-0538J-97-501 7/28/97 RESOLUTION NO. 9 i- 538 A RESOLUTION ACCEPTING THE BID OF THE LOWEST RESPONSIVE AND RESPONSIBLE BIDDER RECEIVED JURY 18, 1997 FOR THE PROJECT ENTITLED:"TOWER THEATER REHABILITATION, B-3253, SECOND BIDDING"; ALLOCATING FUNDS THEREFOR FROM CAPITAL IMPROVEMENT PROJECT NO. 322061 IN THE AMOUNT OF SAID ACCEPTED BID TO COVER THE CONTRACT COST AND ADDITIONAL AMOUNTS TO COVER THE ESTIMATED PROJECT EXPENSES, FOR AN ESTIMATED TOTAL COST NOT TO EXCEED $2,215,000; AND AUTHORIZING THE CITY MANAGER TO EXECUTE A CONTRACT, IN A FORM ACCEPTABLE TO THE CITY ATTORNEY, WITH SAID FIRM. WHEREAS, sealed bids were received July 18, 1997, for the project entitled, "Tower Theater Rehabilitation, B-3253, Second Bidding;" and WHEREAS, the City Manager and the Directors of the Departments of Public Works and Planning and Development recommend that the lowest responsive and responsible bid be accepted, taking into consideration, as applicable, local preference and/or additive alternate items; and WHEREAS, funds are available in an amount not to exceed $2,215,000 from the Capital Improvement Project No. 322061, as appropriated by Ordinance No. 11337, as amended, for the proposed amount of the bid award contract, all project expenses, and incidentals; CITY COMKISSION MEETING OF J (9 9 2 4 1997 Resolution No. (('p ! " 5 1.3 NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI, FLORIDA; Section 1. The recitals and finding contained in the Preamble to this Resolution are hereby adopted by reference thereto and incorporated herein as if fully set forth in this Section. Section 2. The bid of the lowest responsive and responsible bidder, as specified hereinbelow, received July 18, 1997, for the project entitled "Tower Theater Rehabilitation, B-3253, Second Bidding," is hereby accepted, with funds therefor hereby allocated from the Capital Improvement Project No. 322061, in an amount not to exceed $2,215,000 to cover the bid/contract cost and project expenses: BIDDER: Pino-Fonticella Construction Corporation AWARD: $1,982,260.00 Section 3. The City Manager is hereby authorizedl/ to enter into a contract, in a form acceptable to the City Attorney, with the lowest responsive and responsible bidder for said project in the amount of the bid award. 1 The herein authorization is further subject to compliance with all requirements that may be imposed by the City Attorney, including but not limited to those prescribed by applicable City Charter and Code provisions. - 2 - 37- 538 Section 4. This Resolution shall become effective immediately upon its adoption. PASSED AND ADOPTED this 24th ATTE CITY CAPITAL ?POJECT REVIEW day of July , 1997. JOE CARD , MAYOR 1 G SHEEHAN, COORDINATOR, CIP F NANCIAL RF-VIEW: / LO REYLS,/ DIRECTOR F N E DEPARTMENT BUDGETAZMATAGIMEINT ANALYSIS REVIEW: DIPAKH PA KH, DIRECTOR APPROVED AS TO FORM AND CORRECTNESS: - 3 - 97- 538 CITY OF MIAMI, FLORIDA 46 INTER -OFFICE MEMORANDUM Honorable Mayor and Members of To : the City Commission FROM: wardMue City r Mag RECOMMENDATION JUL 1 8 1�° t DATE : FILE SUBJECT: Tower Theater Rehabilitation, B-3253, Second Bidding - Award of Bid REFERENCES: ENCLOSURES Resolution It is respectfully recommended that the City Commission adopt the attached resolution accepting the lowest responsive and responsible bid received on July 18, 1997 for the project entitled "Tower Theater Rehabilitation, B-3253, Second Bidding", allocating funds from the Capital Improvement Project of the same name up to a maximum of $2,215,000, and authorizing the City Manager to enter into a contract for this project. BACKGROUND The Department of Planning and Development has prepared the attached legislation, which is based on information available at the time of Agenda preparation. Additional information, including the name of the bidder and the award amount, will be distributed prior to the City Commission Meeting. Bids for the Tower Theater Rehabilitation project were received July 18, 1997. The Administration 'recommends award to the lowest responsive and responsible bidder, taking into consideration, as applicable, local preference and/or additive alternate items. Funding available for the work is a maximum of $2,215,000 which should be sufficient to cover the contract cost as well as required project expenses of the City, and has been appropriated into the Capital Improvement Project No. 322061. 97- 538 WITY OF MIAMI OFFICE OF THE CIT*ERK BID SECURITY LIST BID ITEM: TOWER THEATER REHABILITATION B-3263 Second Bidding BID NO.: 96-97-113 DATE BID(S) OPENED: J U L Y 18, 1997 1J.UU a.m. TIME BIDDER TOTAL BID AMOUNT BID BOND (ER) CASHIER'S CHECK REGOSA� ENGINEERING $ 1,526,144.J' B.B. 6% JESSLA C014STRUCTION CORP. 1,887,600.0` B.B. 6% PINO FONTICIELLA CONSTRUCTION CORP. 1,982,260.0 B.B. 5% BCL CONSTRUCTION, INC. 2,26-7,000.0C B.B. 6% DANVILLE FINDORF, INC. ! 2,3b9,000.0 B.B. 5% KEYST014E RESTORATION, INC. 2,362,000.0 B.B. $90,000.00 & Two check $16,J SUNHOUSE INTERNATIONAL, INC. 2,805,734.0 B.B. 5% ors list a3 nereitare received timely as of the above open. the only g 0,7te and fimp Mfers AP offter offers submitted in response to flfs are hereby rejected as late." so?Tc tatioLz, if any, jl eety Co2,�.G1 LDS OrY ' C .,QSc� G��t�ut%� received (�) envelopes on behalf of Person receiving bid(s) PUBLIC WORKS DEPAR MENT on 1 h 8 ! 7 (City Department) (Date) SIG ED: Deputy City'Clerk CASH CHECKS TOTAL DATE___ CITY OF MIAMI DEPARTMENT OF FINANCE CASH RECEIPTS FORM i RECEIVED FROM: Department/Division Prepared b : .Page /of � ACCOUNT CODE W MAMA FIX A um Ili INIIIIIIIIIIIIII � 111111111111=INI 1016 � I WIZ - 111111111111 1111 ����Illllll lll�ifll JtforrtiAt Ll r7 COPYBAN. ANTIFRAUD PROTECTION-U.S. PATENTS 4,210,348 4,227,720 4,310,1W 5.197.765 5,340,1% PRINTED 8Y STANDARD REGISTER USA. ZIPSET I OD491 T2 Rev 1 "5 493087 (100/Pkq Rev 03) •` \ T �17-1 0��5 Jv aCS tnts aeGURIT� FEgi{(gE jA'-i Y. A�ENiSR... z�oza. 0056s q Purchaser KEYSTONE ' RESTORATION, TOWER THEATER REHABIL I:TAT'lON$i#•a*• Pa y to oj i r Date the orderot .,:;.: JUL' 17,199 CITY,OF MlAM1+•••••i•a••••ar•o••••r•••�••••••••••a•••►.•• a•••••e•10.000.00 TEN THOUSAND AND O0/100•.a•►••.a••aa+.•��••o•a•a•.•••••••••••aa••iiaaaaasaa•. Dollars F0 N* FIRST UNION NATIONAL BANK OF FLORIDA A .. _. ::+sAwd 8y mtep4dvaymentsy tams IJe, Er>glewroctl co -. D/arm 0n Rrsl.lnorffia18 B9ni`Df Dewar: Y.A., Denvel CO:WAR0nz4S". ignature. 1: 1020000 18i:8 i00 4 9 1 08 1? 6 2 6 4 411' a c 0 c 0 O 0 COPYBAN' ANTI -FRAUD PROTECTION - U.S. PATENTS 4,210.348 4227.720 4.310,180 5,197165 6.340,159 PRINTED BY STANDARD REGISTER U.S.A. ZIPSET 100491T2 Rev 10/95 0 -4 + 0. -'� 493087 (1 OO/pkp Rev 03) i THE VARIABLE TONE BACKGROUND AREA OF THIS D0CUNIENT'CHANGES COLOR GRADUALLY AND SrAOOTHLY FR0M DARKER TONES AT BOTH TOP AND BOTTOW TO THE LIGHTEST TONE IN THE 1.1IDOLE9. It IMPORTANT ADDENDUM CITY OF MIAMI, FLORIDA DEPARTMENT OF PUBLIC WORKS ADDENDUM NO. 1 July 9, 1997 TO J BIDDING AND CONTRACT DOCUMENTS FOR Tower Theater Rehabilitation, B-3253, Second Bidding ALL BIDDERS ARE HEREBY NOTIFIED AS FOLLOWS: This Addendum is issued to modify the previously issued bidding and contractual documents, dated June 241h, 1997, and is hereby made a part of the contract documents, to be taken into account in preparing your bid on the referenced project. All requirements of the documents not modified herein shall remain in full force and effect, as originally set forth. Please attach this Addendum to the specifications in your possession and acknowledge receipt thereof in the space provided on the bid form. Amend the contract documents as follows: DRAWINGS AND SPECIFICATIONS Change 1 of 24 DATE OF BIDDING: The bid opening date has been changed. The new bid opening date will be Friday, July 181h, 1997 at 10:00 am at the City Clerk's Office, First Floor of the City Hall, 3500 Pan American Drive, Miami, Florida 33133. Change 2 of 24 SECTION 00808 DESCRIPTION OF PROPOSAL: Lowest responsible and responsive bid. The City will select the lowest responsible and responsive bid based upon the total bid amount obtained from the Base Bid (Items 1 through 17) alone or Base Bid and any combination of Additive Alternates ( Items 1 and 2 ). Change 3 of 24 SECTION 00808 DESCRIPTION OF PROPOSAL: Part 2 - List of Additive Alternates and Description / Description of Alternates / A. Additive Bid Alternate No. 1, should read "( Division 11, Section 11160) - Audio Visual . _Equipment...__ _ Change 4 of 24 SECTION 00812 REVISIONS TO GENERAL CONDITIONS -DIVISION 1: Add Paragraph (F) to the referenced section as follows; (F) GUARANTEE AGAINST DEFECTIVE WORK The bidders attention is called to p.28 Section 7-16 of, the Standard Contract Documents and Specifications for Public Works Projects for the project guarantee duration. Change 5 of 24 SECTION 00003 TABLE OF CONTENTS: Substitute TABLE OF CONTENTS dated " 10 JAN 95 ......" with new TABLE OF CONTENTS dated " 9 July 1997.........", attached. Change 6 of 24 SECTION 14240 HYDRAULIC ELEVATORS: Substitute SECTION 14240 dated " 23 April 1996 ......" with new SECTION 14240 dated " 9 JULY 1997........", attached. Change 7 of 24 SECTION 14580 PNEUMATIC TUBE SYSTEMS: Delete "(Bid Alternate No.1) "from the Heading of this SECTION 14580. Change 8 of 24 SECTION 02070 SELECTIVE DEMOLITION: Substitute SECTION 02070 dated " 23 April 1996 ......" with new SECTION 02070 dated " 9 JULY 1997........", attached. Change 9 of 24 SECTION 11400 FOOD SERVICE EQUIPMENT: Add paragraph "3.06 Equipment Schedule", to read as follows; "The following are the Food Service Equipment cut sheets for the project" ; Refer to the attached Food Service Equipment cut sheets . Change 10 of 24 DRAWING NO. A-6.2/ FIRST & SECOND SIGNAGE PLAN: Insert the following note to drawing A-6.2, Signage Manufacturer; "asi signage systems", Style; 320 Series Aluminum Frames w/ the following features; Square corner detail / Polished Aluminum Finish / Permanent Mounting Detail / Sign sizes as indicated / ASI InTouch (ADA). Change 11 of 24 DRAWING NO. ED-3/EXISTING DEMOLITION PLAN: Insert new Demolition plan "ED-3" dated July 7,1997, as part of the construction documents. Change 12 of 24 DRAWING NO. L-1/1-ANDSCAPE PLAN & DETAILS: Delete drawing L-1 from the construction documents. Change 13 of 24 DRAWING A-1.0/SITE PLAN: Tree Grates ( 5 total) to be as follows; Manufacturer: IRONSMITH (1-800-338-4766), Model No. M7208-2S. Change 14 of 24 DRAWING A-2.0/FLOOR PLANS: Refer to attached sketches SKA-1_ & SKA-2, for 34" High aluminum guardrail at H.C. seating area of Cinema No. 1 & No.2. Change 15 of 24 DRAWING A-3.0/REFLECTED CEILING PLAN: Refer to attached sketch SKA-3, for clarification of soffit at the room 105. Change 16 of 24 DRAWING A-5.4/INTERPRETIVE CENTER SECTION: Refer to attached - sketch SKA-4_, for revision to elevator enclosure base detail from "TERRAZZO" to "G.W.B. Painted". a Change 17 of 24 DRAWING A-8.4/ MISCELLANEOUS DETAILS: Refer to attached sketch SKA-8, for clarification to detail No.1. Refer to attached sketch SKA-9, for clarification to detail No.2. Change 19 of 24 DRAWING A-8.5/ MISCELLANEOUS DETAILS: Refer to attached sketch SKA-5, for clarification to detail No.6. Refer to attached sketch SKA-6, for clarification to detail No.9. Refer to attached sketch SKA-7, for clarification to detail No.12. Change 20 of 24 DRAWING A-4.0/ BUILDING ELEVATIONS: Refer to attached sketch SKA-10 For Manuf. & Model of Illuminated Display cases. Change 21 of 24 DRAWING A-7.6/ TICKET BOTH FLOOR PLAN ,ELEVATION....: Refer to attached sketch SKA-11, of detail "1/A-7.6" , for Manuf. & Model of Illuminated Display cases. Change 22 of 24 DRAWING S-1/ FOUNDATION & SECOND FLOOR FRAMING PLAN& : Substitute Drawing No. S-1, dated 10-3-94, with new drawing noted; Revision No.1 / Addendum No.1 / July 9,1997. Change 23 of 24 DRAWING S-7/ STAIR NO.1 SECTIONS: Substitute Drawing. No. S-7, dated 10-3-94, with new drawing noted; Revision No.1 / Addendum No.1 / July 9,1997. Change 24 of 24 DRAWING E-3.2/ MISCELLANEOUS DETAIL& SCHEDULES: Delete all references to "ADDITIVE BID ALTERNATE NO. 1", from this plan. THIS ADDENDUM IS AN ESSENTIAL PORTION OF THE CONTRACT DOCUMENTS AND SHALL BE MADE A PART THEREOF. James J. Kay, Interim Director Department of'Public Works 0 0 CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM TO : Walter J. Foeman City Clerk FROM Alberto Corrales, Engineering Technician III Department of Public Works DATE : June 18,1997 FILE : SUBJECT Power Theater Rehabilitation, B- 3253 REFERENCES: ENCLOSURES: Please note that contractors will submit bids for the following project: "Tower Theater Rehabilitation, B-3253," on Tuesday, 15"' of July,1997, at 10:00 a.m. Any bid submitted after the time listed above, will not be accepted by the City Clerk. Please make necessary provisions for this bid opening. The Project Manager, Mr. Alberto Corrales and/or a representative overseeing the project, is going to be present at the time of opening. Should there be cancellation or postponement, we will notify you in writing, prior to the opening date of the bids. If you have any questions, please contact me at 416-1200. /HR Encl. cc: Maria Abijalil, Procurement John Jackson Merilynn Renshaw Len Helmers BID NO.96-97- 113 ADVERTISEMENT FOR BIDS Sealed bids for "TOWER THEATER REHABILITATION, B-3253, SECOND BIDDING" will be received by the City Clerk of the City of Miami, Florida at 10:00 a.m. on the 15th day of July, 1997, at the City Clerk's Office, first floor of the Miami City Hall, 3500 Pan American Drive, Dinner Key, Miami, Florida, 33133, at which time and place they will be publicly opened and read. Any bid submitted after the above appointed time will not be accepted by the City Clerk. A PRE -BID MEETING WILL BE HELD .ON TUESDAY, JULY 1st, 1997, AT 10:00 A.M. AT THE PROJECT SITE, 1508 SW 8 STREET, MIAMI, FLORIDA. The project consists of the furnishing of all labor, equipment and materials for the rehabilitation of the Tower Theater, including but not limited to the complete restoration of the Theater's exterior as well as the construction of the interior to twin screens. Including all visual, cinema and food service equipment. City regulations will allow bidders to furnish performance and bid bonds in accordance with Resolutions No. 86-983 and No. 87-915.. For clarification of technical issues as presented in the documents and specifications, please contact Bermello-Ajamil & Partners, Inc., Mr. Agustin Barrera at,(305) 859-2050.. Prospective bidders will be required to submit, with their bid, a copy of the appropriate Certificate of Competency, as issued by Dade County, in accordance with Chapter 10 of the Metropolitan Dade County, Code, which authorizes the bidder to perform the proposed work. All bids shall be submitted in accordance with the Instructions to Bidders and Specifications. New City regulations will require each bidder to submit proposals in duplicate originals. Specifications and plans may be obtained from the Office of the Director of Public Works, 444 S.W. 2nd Avenue, 8th Ploor, Miami, Florida 33130, on or after June 24, 1997. If bidders wish, a set of specifications and plans will be mailed to them by writing to the Department of Public Works and including a separate check for $8.00. There will be a $75.00 deposit required for the first set of specifications and plans. Additional sets may be purchased for a fee of $50.00 per set and this is not refundable. Deposits will be refunded only upon their return of one set of specifications and plans to the Department of Public Works, unmarked and in good condition within 14 working days after the opening of the bids. Bidders are alerted to the provisions of Ordinance 10062, as amended, regarding allocation of contracts to minority vendors. The City requires prospective bidders to submit an Affirmative Action Plan, as defined in said Ordinance, and as required in the Instruction to Bidders. The City of Miami has adopted Ordinance No. 10032, which implements the "First; Source Hiring Agreements." The object of this ordinance is to provide employment opportunities to City of Miami residents on contracts resulting in the creation of new permanent jobs. Contractors may be eligible for wage reimbursement under this program. For further information contact the Department of Public Works, City of _. Miami, at (305) 416-1200. Proposal includes the time of performance, and specifications contain provisions for (, liquidated damages for failure to complete the work on time. The City Commission reserves the right to waive any.informality in any bid, and the City Manager may reject any of all bids, and re -advertise. (B-3253, Req. 2793) Edward Marquez City Manager SENT BY : C'()M, PI -AN R.FV/ a55ET NIG" - 7-1 '1-91 83 1.1 NNl ; CI TY OF`01- J IMPORTAN-E1 ADDENDUM CITY t;DF MIAM11, f UDRIDA DEPARTP I:N'T OF PUBLIC WORKS AG) DENDUPA NO, 1 ,duly 9, 1997 TO BIDDING AND CONT1?AM DO(3t_ NPENTS FOP, Tourer Thea.4e? Rehabilitation, B-3253, Second Bidding ALL BIDDERS ARE: HEREBY NOTIRED AS r l t CTAI . W This Addendun; i-s is sued to modify the previously issi.,vd biddir o and contractual .docurrient, . dated June 24"', 1:)97, and is hereby made a part. of the contract dou-timents, to be. taker, into . ,`i' G0L;r0t Wi piLT.7;=aring YOU( bid on the referenced project. All reyt.Sirtaments of the de)C:tJr7ient not mocihe€r herein shall rem. ain in full force- an -I effect as origiiwily se! forth. Please "'.h 11his Addendorr to the specifications in y iur and ack-nowledge receipt it'sereof ir. the =pace oravided on the hid farm. Amend the contract. docurnents as fellows: DRAWINGS Al'�`(') SPECiFICATIONS Change 1 of 24 DATE OF BIDDiNO° The bid opening date has taeen chan9e;d. The rt�w bid opening dale will be Friday, July 18", 1997 at moo am at tlii• (Jiy Gle*'s Office, First Floor of the Cit,/ !-gall, 3500 Pan American Drivt3 Mt:�M #-'I rid 1 3'3'133 Change ? of 24 SECTION 00808 DESSt�WlPTl`-"I`OF PROPOSAL: Lowest responbible aqd r`espan .i�1e t ict. 1 ne laity will select the lowest responsrhle and respr.nt ,:v -. bid based upon th;, tLtal bid ar-nount obtained fr<-rrri the Lase Bid through 17) alone or rase Bid .and any combination of Additive Altern i,t -- ( Items 1 and 2 ) i t-tarige 3 of 24 SECTION 0080� DESCRJPTI()N OF E?Ft-f POSAI.: Hart 2 - Usti t�f l�d_iitj�rp .11t:ri,ateS ;anG# LDesCripiXin ! -L)e Shan of Alternates / A Adjitive Piiti Alternate No- ! should I �, t 11, Z:,ection 11151 Audio E4uiprnrr;nt. !w`haiige 4 of 24 SECTION 00812 REV+SIONS TO GENEPAL CC_: NDITIQNS-UIVP�1ot"�. 1- Add Paragiap" (F) to th)e sett;Fencr?d see.tiort as fc(lows, (f-) GUARANTEE AC.7r NSr rJULCTIVc WORK �4/6 JUL-14-3+ Ti_(E _ :1.G =0541r, 15h P.04 SENT BY : Cull PLAN REWASSET t%l 7-14-97 : 8:12 M C I TY uF141-- 3/ 6 Th:- bdjders attention is called try p.28 Section 1-16 of the St<aildald C onif act Documents and specifications for Public Works Projects for the pto;ect fluarantee duration. Change 5 of 24 SECTION 00003 TABLE OF CONTEiVw S: Substitute [ABLE Or` CONTENTS dated` 10 _AN 95 ....... with new TABLE C_7F CONTENTS dater! " 9 Jtily 1997........ ", attached, I Char�Qe 6 of 24 SECTION 14240 HYDRAULIC: ELEVATORS: Substitute SEt;'.TION 14240 dated ° 23 April 1996 ....." witn new SECT!ON 14240 dated " 9 J1j;-Y 1997 .......0, attached. C;:ange 7 of 24 SEC,rION 14580„PNEUMATIC TUBE SYSTEMS: Delete '(Bid Alter, -)ate No. i) " frofn UIC Fie-ading of thr$ S'E—C ION' 14580. C'1t: r cueS ,)24 E-CT1QN G2 70 _SE -_LE TIME 1 EMOL!TiON. Substitute 817C ` (11s 026%CI dated 23 April 1)96- . with nt:vv SECTION' 02970 dater " 9 JUI Y 1997........", attaChect. fLhange 9 of 24 SECTION 11400 FOOD SERVICE EQUIPMENT: Add paragraph "3 06 Equipment Schedule", to read as fcilo�,vs; "The following Gre the Fero, Service Equipment cut s;►acts forthe project"; Refer to the attached Foajt Service Equif7rrient cut sheets. Change 10 of 24 DRAWING NO. A-6.21 FIRST 8, SECOND SIGNAGIE PLAN: Insert 4)o following note to drawing A-6 2; SiUnage t Mani facturer; "asi signa.q� systems", Style: 320 Series Aluminum f=rames wl the following Sgoare ct-,rner det-.01 % I'}olis ed Alum;nuni elfin'- J Permanent ,fV'V.;r"... Detail / Sign sizes as it oic oted ' AS! in I of.r(:h ;,fit) ). Change 11 of 24 DRAWING NO. _ED- i/r_XISTING, OFNI )I__ITION PLAN: ]nsr.ri f r Dernolition plan "ED-3_ dated Jii!y 7,1997, cis part. of the roost-k.ic;ic,r: documents. Change 12 of 24 Change 13 of 2-4 Oharigo 14 of 24 C hanqe 5 of 24 CGt4ari�e jai of 24 DRAWING NO. L-1/1-ANClS�t^ APF P_ I a,.f_�_! DETAILS: _ drawing l • 1 frorn the construction docurrteilts. tlRAVANG A-1, 01SITE PLAN: Tree Grates ( 5 total) to be as follov-s, Manufacturer. IR.ONSr ITH (1-800-338-4766), Model No. ht7208.2S. DF AV41NC A-2.01F1 OCR PLANS.: Refer to allac:hfad sketches SKA-1 A Sh:A-2, for 34" High aluminum guardrail at H G. seating wea of C.,tien,a No. 18, No.2, DRAWING A-3.0/REREC; €'L0 rElL ING PLAN: Refer to a tached Skef ;y! ,=AKA-3, for c:iat.-fic;ation it sollit a° Vic.room 1-u5 DRAWfNG A-S.41IN I-F-RPRETIVE CENTER_SECIOW Refer to �tjflrt�F� ,� etch SIA -4_ _ I(). re,,ision w ek--VY Aor enc'.IomzH bad e "-I i�R. f.6rAZZ0" to `G.W.G. r air qeo . TIIL-- 1 4-. 7 TI_IE :2 : 1 f 30541 r 2156- P. 05 SENT BY:CON1 LPLAN REVf/ASSET NIQY%- 7-14-97 8,13ANI CITY (f ""Ml� Change 17 sit 24 DRAWING , A-8.41 M!S;CELL)NJ[�OUS DETAILS: Refer- to attached skeich SKCA-8, for clarification to detail No.l. Refer to attached sk6lch SKA-9, for clarification to detail No 2. Change 19 of 24 DRAWNG A-8.51 WSCELLANEOLIIS OFTAII-c. Refer to attached sketch SKA-5, for clarification to detail No.6. Refer to attached sketch SKA-6, for clarification to detail No.9, to attached sketch !SKA,-7, I -or claiification to cleta;l N0.12. Change 20 of 24 DRAWING A-4.0/ SUILDING3 ELEVATIONS: Refer to attachead SKA. 10 For Manuf. & Model cf Murninated Display cjses. Change 21 of 24 ORAWNG A-7.61 TICKET BOTL11 FLOOR PLAN. ELEVATION. ... . Red for to attached sketch SKA-11, of detail 41,IA-7.6" far I<Tar�T—&- Mo'J81 of Illuminated Display cases, Change 22 of 2,4 DRAWING S-11 FOLINDATiONA, SECOND rt,OOR FRAWIN(, PL-j%N& Si )sfitute. Dravving No. S-1. dated '10-3-94, with new drawing notcrj, Revision No.! / Addendum No,1 / JLJIY 9,1997, (,;ha,noo 23 of 24 ORAVVIN ' G S-71 STAIR NIGA SECTIONS: Sul-)stitwte Drawing No. S-7, d,i TO-3-64, with newdr&A-ing notoCAI, Revision No.1 /Addend= N!0.1 !, JWY 9"1007. Change 24 of 24 ORAWNG E-3.2f N1l.SC(7L1ANE-OUS CAE TAIL& SCHEDULES: Delcta all referefices to "ADDITIVE BID ALTERNATE 1`40. 1", from this �,Wl THIS ADDENDUM IS ANI ES-SENTIAL PORTIOIN OF T'HE CONTRAC-e'r 00(-XIMENTS AND SHALL BE MADE A PART'rHEREOF, James J. Kay, Interim Director Depadmient' of Public Works 19 6 / 6 JUL-14-37 T1jE C3:18 305416'.-2156 P.06 SENT BY : COM FI_,aN REV/:ASSET MG' ' 7-14-fi7 : 8,090 CITY OF,8-11;A!Nfl- CITY IF NIIAN4 R-OR11PA INTER -OFFICE MEMORANDUM City Cieark h ,1t�YM Alberto gate° als:c, Unginee.ring'rechnician 111 z` a �atr�me nt of.Paablic Works oATF ' . t1ne tR, 19g7 "i'evi,er Thca e:r Rehabilitation, '13,. :3253 REFEREHGCr ' F-W: nS+1 �tt:s 2J 6 14 ase note that contractors will stiherbit bids for the follow -og lYf"ajcc4 ??Tower Theater Rehabilitation, B-3253,,, on Tuesday,15' of July, 1997, at 10-,0 D H.m. tA"), bid sub:,mitted :after the 9inle listed above, will net be mcc-elrted by the Cidly Clerk. plteAci ;Y nki- reec:essary provisions for this bid ape tking. The Project Manager, Mr. Alberto Corrales and or as r-eprescirtat:ive' overseeing the p^ os-'ect„ o going; to be present at the time otopening. Should there be cimeellaation or po,tlirgnemcnjt.. �vtE wc,ill notify you in writing, prior to the opening date of the. bids. Ifyou u have any question's, p? ;wsc contact me at 416-1200, Ent-l. c , +'A'iaa<irt Abijaltl, l'rocux-eme-nt. John.. ,rackson. Me,rilynn 11cushaw Len 1-10ll ers JUL-14-37 TI_IE 8:14 305416 156 P.0 -SENT BY,C-(),,Ni PLAN REV/ASSET MGk" CITY OF "'AIN11- A 1 -1-ITIC Rf Ot A4 I, N x A 4- 1 G- 400 FAX (M50 4-16-- RAX MAWSPVISUAL FAX NO. PHONE NO, 1,80"'U. (IC- 1PHONFN0. , <S- C7 F! b-als upoft recel4st Fl ASAV I - j o,".Vcfu.; 1 -Cce; v.,P (I i /I 1S tr- insi, ! I eta!, ca If m i i in n!;i;!bol a, I tcp or Safiekv (k TUL-14-37 TUE 8:13 3054162156 P.01 SFV BY TOM FLAN Kra/ AS.<;& ,WE 7-14--97 8:10AM (lTY OF 'AMP W 6 BID NO.9G-47. 113 - • gb to l r'y"' I' M, 1 ; 6. ii;.8lr,ri it1� tint "��.�(�41'.l f it#.1�:R�I't:t�' 12 11.641'i)i.�T�!A�"1.fE't`�' 11-11wi, SE .f.�ND will he rm*Nx ^ly the () l lmk A' (lie Ctt`,•, C.tt Vlixrio, 1'ioyid,i a lf_1 ?)ir t. .l m. ew tilt: l�, h dly al .10, 1997 sir Wv t..try Cled", .; Wfia'I_. first 11:>I1i of tht �.j.:try} City f laii, 300 Y;all 1Ameticy Wive. t?'!wer Key', Florida, 331333 =t which f Ilr'I- a and pluuthe, 'A01 be 1`•llW4 ol,6=iwd and ti.;ttt. og t1d suhriked a to We abtw rinpoisitc�d iitn!c v dl not be accepted l°_ We illy (Act A MEOW POEU'1TLNG WILL BC 1SFIA) (;N' 'f't`VS0A4', :1 L'V tst, 1997, AV tdi,till r3.. t T ': WIF P1t0,1U .1, NI E. 1508SINS S'i1t1+ET, Y1tA,,A$f, 111,01'1.1.DA, ` ht proiect cousbis of the Furitishirrg of 111 11b'-w, equil inent and nta,t+.rriak; for "K- rch:it:lllitsHun of the Tower 'f' eWet', itit:irariing but viot limited to the C.-m-fidkil restoration of the `.Heater's erwil ior- as we11 as the construction of the Stpriot a'. i.t''+M "-VCR. Fncluding ati }=i: unk cinenin aml fta« d selmiu- etit'rilar;.aenL ° a icL.itl,l',:;nS W111 .'dl0W 6i-,t:levs to furnish perA n ance and bid bonds in nccontict+we will - NU, 8t QS3 and NO ' 70J ).. For t.1r71„Cm6on of to+wlir kal Usuto 4 1.+rCgtofeel to ilni' doc;.tTi#ews and ;-ont`tet i3�r'tb �llt!-,�.�:9k�rz1 a4 Partnt.r's, l..ne., NIr. �4Agustitt BarrenA at. (305) X59-2050. Prospective, hiiWfi rs v,ill 1}, i>i .IiJ.Fi ,-1 ti% stll'nfritt, 1�'!t� tlnEir hln, ,'� tiCk�:{ Cif t11i`. iiltrYt'Cllfftl'11t�' � E.I�[(iti.iit� t]� P.�QiT[11?rar:llti t +"c,tl� 1; I le 7 n i [' o .'Y..n "At it ofthe rt"�l Da t-' I �rI 1. L CI ��(_alrit � P. ,�:t�. rcl i C.'. t �t i, {.{;it{itCi' 1 , it1 lie 14i it t.P+ltitl Dade ._ tJliil's i:cl;l ,vhwl, authorize, alit leis der to 1)t.:r War the i,rttp,tsed Iyurk. All 11Uls :ilall LH; :it binitlt%t in a(evrliance 6t'ttli the l-w;tr° izutiont ,, fo l:1Giclrrw an'! Spe.c,if'icati Iny JQVV CRY Qguii,rKUi ' will require e<tc.la biddcr to submit propanzi,l ; ie. duplicate origiintak. Spacbcat'toras and ;n ans rrtuty bt Obtained firom the office I." 'l i�if f'�tUP t!t llilinlR4;. tJr�s, 4-1: S.V. '?II(i ri. �'Cii i.le, `rich i�i,}lJ I', i!`1!iaPai t_ lcrrtfl8 33119 June 24, 1-997. If iI]ddt-rs w4h, if set t'Y sp ec1fi�:ntr*oo and pinny w,.,! i;? tt1,a't PhOU 1 %. l: dIJIh 10 flit; I iE'Piirti}I M Ld t'iIt"i W '; U: kS Wi d including, ? s(aiF rate Wtltj, !hat iy'ili be u 3 75MO (iirgod rt;(ilt mf 1t-}r 1,171' Set 0I 'k CiLlltitlrIal St;t';. Priiiy be plirt:ha—rd for a f;:c- n `,a50.06 per set and 'his +� !''•:•. refundittl e. D'upogis will be rebrided rady upon their rt:iLrrl l}t r7tl,` 3Cf of 'pt-t Ifo—"Jti I. . nrid plans to tfie Depfau of+nt ci Public 'rumor t.lnmakad and in pood t17i?dtEi w 1K'vk". iyclrkinv tt.I'r.i a0cr die opt tliint_ ill the Bidders ate cal ned w the provisions if (Sclitt;3l[we '.l.IO(,?, as 317nt't{44�t+ t�Yr;,ir.�l" itltOCFitll;)ri tit COrltrBet� It] iTllni}'tt}1 lri ri�lQrs l be i ity requires piospeGtive aiddrr, 0 submit at, Affirmative Action Ilan, as dcllwd in said 0riiitance, and as rewtirr-d .1, ill, '•rlstrilt ! P��IPt.ltie!-s . "' t . r t +stf�,l t ! t ! �-t ; I} I i l ii't+l'11 t f 93 f' � , . lit' ( i ,har.io ha: Aldo .'. ir.i�p,r \i_ t, l.nt! SE "it'Pf'.'^ `.mite iltrtng yan i'taw " 1151' Q v tit1 this ordinowe is tt! p7t)-..+t`e olnj4^> ' 1, t a17y:'vt;+PCs+iEwa 0) t 19Y of NAi:jin", Icil+,ies, on mortir.I_, resu!lii'e" Ir the x,,=z4:+.tr, .•r — i.,Ciluaneat lt°1 w. LCiritY` c ++3 rota t,a ei i}iti 1:)! wai r '-CirtrllLti'S w'f.ti it:' t an, Wy ;'+r' hec i9l1Innitus, tati.[w tleparlinem [t'1' 111tl bIliv W,?J''oi, i :t- v.l 1'fLt1]us•r I aia4.ItIttCS tfae IPrtlr,° of lie ri and 0 :t• 1Et_yafidrh!U dainag S GU W W h! tWriy?iuW Q W111K t}tl tuff(( rt': a_Jty t'cserves thl, right w Vl.?ive anv ml<wtTitiWv in any lid, and div C i0v Nfampar ii41j't,t iill 1l dh and rv&lia'Kome Pi Jd53401931 [:cfw'Ard INiarquez City h`la>nager F c .JUL-14-3 t TUE 8 . 15 3054162156 P. Via?