HomeMy WebLinkAboutR-79-0735RESOLUTION NO.
79-735
A RESOLUTION ACCEPTING THE BID OF AVANT
CONSTRUCTION COMPANY, INC. IN THE PROPOSED
AMOUNT OF $1,054,000, THE TOTAL BID OF
ITEMS A AND C OF THE PROPOSAL, FOR THE
SOLID WASTE FACILITY; WITH MONIES THEREFOR
ALLOCATED FROM THE "POLLUTION CONTROL AND
INCINERATOR FACILITIES G.O. BOND EXPENDI-
TURES" IN THE AMOUNT OF $1,054,000 TO
COVER THE CONTRACT COST; ALLOCATING FROM
SAID FUND THE AMOUNT OF $47,430 TO COVER
THE COST OF PROJECT EXPENSE; ALLOCATING
FROM SAID FUND THE AMOUNT OF $10,570 TO
COVER THE COST OF SUCH ITEMS AS ADVERTISING,
TESTING LABORATORIES, AND POSTAGE; ALLOCAT-
ING FROM SAID FUND THE AMOUNT OF $15,810
TO COVER THE COST OF ARTWORK; AND AUTHORIZING
THE CITY MANAGER TO EXECUTE A CONTRACT WITH
SAID FIRM
WHEREAS, sealed bids were received October 10, 1979
for the SOLID WASTE FACILITY; and
WHEREAS, the City Manager reports that the $1,054,000
bid of Avant Construction Company, Inc, for the total bid
of Items A and C of the proposal is the lowest responsible
bid and recommends that a contract be awarded to said firm;
and
WHEREAS, the Capital Improvements Appropriation.
Ordinance No. 8716, as amended, was adopted on October 26,
1977, and monies are available for the proposed amount of
the contract, project expense, incidentals, and artwork
from the account entitled"Pollution Control and Incinerator
Facilities G.O. Bond Expenditures" as set fort11+ d r
CUMENT
Section D, Item 2, of said ordinance; ITEM NO
NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION
OF THE CITY OF MIAMI FLORIDA:
Section 1. The October 10, 1979 bid of Avant
Construction Company, Inc. in the proposed amount of
$1,054,000 for the project entitled the SOLID WASTE FACILITY
for the total bid of Items A and C of the proposal, based on
lump sum price, is hereby accepted at the price
therein to cover the cost of said contract.
toted
INDEX
17
CITY COMMISSION
MEETING OF
OCT3I, 1979
RESOLUTION ra.7 9 -
Lig
i
Section 2. The amount of $1,054,000 is hereby
allocated from the account entitled "Pollution Control and
Incinerator Facilities G.O. Bond Expenditures" to cover
the cost of said contract.
Section 3. The amount of $47,430 is hereby
allocated from the aforesaid fund to cover the cost of
project expense.
Section 4. The amount of $10,570 is hereby
allocated ?ram the aforesaid fund to cover the cost of
such incidental items as advertising, testing laboratories,
and postage.
Section 5. The amount of $15,810
allocatedl£rom the aforesaid fund to cover
artwork in public places.
Section 6. The City Manager is hereby authorized
to enter into a contract on behalf of The City of Miami
is hereby
the cost of
with Avant Construction Company, Inc. for .the SOLID
WASTE
FACILITY, total bid of Items A and C of the proposal.
PASSED AND ADOPTED this 31st day of October ,
1979.
ATTEST:
1(37
City Clerk
PREPARED AND APPROVED BY:
etek/
Assistant City Attorney
Maurice 'A Ferre
MAY O R
APPROVED AS TO FORM AND CORRECTNESS:
Attorne
1/ City Code Section 16-5.4 must be comp
to expenditure hereof.
lied with
Vi
BID SECURITY
ITEM
Solid Waste Facility
DATE BIDS RECEIVED October 10, 1979
BIDDER
TYPE OF SECURITY
AMOUNT
FOR,
ACCOUNTING
USE
Avant Construction Co., Inc.
360 N. W. 27 Avenue
Miami, Florida 33135
Osy 000 (AiC)
$1,097,500 (/3 C.)
Tatum, Gomez, & Smith Associates.
8040 West 20th Avenue#4-B
Hialeah, Florida 33016
k/,099,006 (A c)
$1,139,000 ( ,3 d C)
5% BB
5% BB
Received the above described checks this day of
19
FOR ACCOUNTING DIVISION
04
c;;
ISSUED
September 21, 1979
TO
v BIDDING AND CONTRACT DOCUMENTS FOR
DEPARTMENT OF SOLID WASTE FACILITY
JOB NO. B-3194
* * 4 f .. : .. z 1 4 * * z r. r. * * * .. * f
-IMPORTANT' ADDENDUM -
CITY OF MIAMI, FLORIDA
Department of Public Works
ADDENDUM NO. 4
c u b
t.
a�
o
ALL BIDDERS ARE HEREBY NOTIFIED AS FOLLOWS:
Change 1 of
1:
ADVERTISEMENTFOR
The date of receiving bids has been extended-.
Sealed bids will be received by the City
Manager and the City Clerk of The City of
Miami, Florida not later than 2:00 ,,m. on
the 10th day.o.f tober,1979, n the City
Clerc''s office, Dinner Key, Miami,' Florida
33133, at which time and place they will be
publicly opened and read.
# sY. iE * Y * t
THIS ADDENDUM IS AN ESSENTIAL PART OF THE CONTRACT.DOCUMENTS AND
SHALL BE MADE A PART THEREOF,
1-Th r2
DONALD W. CATHER, DIRECTOR
-'IMPORTANT• ADDENDUM -
CITY OF MIAMI,. FLORIDA
Department of Public Works
ADDENDA'NOS. 1, 2 & 3
ISSUED
September 21, 1979
TO
BIDDING AND CONTRACT DOCUMENTS FOR
DEPARTMENT OF SOLID WASTE FACILITY
B-3194
Y i4 * ? s .. * * # * z 1 - * Y * f f * i4 * * # . ie iE * $ * . * * * a
ALL BIDDERS ARE HEREBY NOTIFIED AS FOLLOWS:
Attached are Addenda Nos. 1, 2 and 3 which were
by our consultant.
Please insert them in the bound specifications.
prepared
THESE ADDENDA ARE AN ESSENTIAL PART OF THE CONTRACT DOCUMENTS AND
SHALL BE MADE A PART THEREOF.
September 10, 1979
ADDENDUM NUMBER ONE
Department of Solid Waste Facility
Project Number 805
Department of Public Works Job Number B-3194
Plans - File Number ARCH 3-20
This addendum forms a part of the Contract Documents and modifies the original
Project Manual and Drawings dated July 16,1979.
Be sure to acknowledge this addendum on all proposals for work.
PROJECT MANUAL
Section 09680 CARPETING
2.02 Carpet Cushion and Accessory Materials
ammend to read: "Carpet. Accessory Materials".
2.02 a. delete in its entirety and substitute the followings
"Adhesive: non -toxic, latex -based, water resistant and specifically
recommended by manufacturer for the intended use."
2.02 b. delete in its entirety and substitute the following:
"Spreader: Square notched trowel with 1/8" x 1/8" notches for
spreading adhesive on concrete surfaces."
3.01 delete reference to cushion.
3.05 Tackless Installation: delete in its entirety and substitutethe
following_
"Preparation
a. Cracks: fill holes and cracks wider than 1/8" level with
latex -based patching compound compatible with carpet adhesive.
b. Seal new concrete surfaces with sealer compatible with carpet
adhesive in accordance with sealer manufacturer's recommendations.
Promptly remove excess sealer."
3.06 Add the following:
"'Installation
Carpet edges to be seamed shall first be trimmed to fit each other
exactly at every point along the proposed seam.
Addendum No. 1 - 1/5
September 10, 1979
ADDENDUM NUMBER ONE
page two
Department of Solid Waste Facility
Project Number 805
Department: of Public Works Job Number B-3194
Plans - File Number ARCH 3-20
b. The trimmed edge of one piece shall be placed to overlap uniformly
the trimmed edge of the second piece by 1/8".
c. Both trimmed edges shall be laid back from the proposed seam and
the carpet adhesive spread evenly on the exposed floor.
d. The folded back portion of one piece shall be returned to the
floor and pressed down into firm contact with the adhesive by
sweeping the carpet surface with push brooms with natural fiber
bristles, sweeping from the uncemented portion to the trimmed edge
and to each end.
e. Apply a bead of latex -based seam adhesive to the base of the pile -
tufts along the entire trimmed edge of the first piece of carpet.
f. Lay the folded back portion of the second piece into the adhesive
and compress the previously provided 1/8" of overlap tightly
against the edge of the first piece to form the seam.
.` Press the second piece of carpet -down into the carpet adhesive by
sweeping with the push broom from the seam to the uncemented
portion and to the ends.
h. All seams shall be brushed and protruding pile tufts'trimned
level.
I. -Excess adhesive on the carpet surface whall be removed with a
white cloth dampened with a suitable solvent."
Section 15450 PLUMBING FIXTURES AND TRIM
2.03 c. amend Josam Carrier model number to read: "17810".
2.03 1. ammend Bradley Column Shower model number to
805-9/79
read: "5CATB"
amend description to include thermostatic cotTtrol mixing valve.
delete: "501 Bradley Stainless steel exposed supply shroud."
2.03 n. add item n:
"n. RD Roof Drain Josam Model 21 500-1-10, low silhouette,
extension under deck clamp, duracoated cast
iron with polydome."
. Addendum No.
September 10, 1979
AODENOUM NUMBER ONE
page three
Department of Solid Waste Facility
Project Number 805
Department of Public Works Job Number B-3194
Plans - File Number ARCH 3-20
DRAWINGS
Sheet A-2 Ammend Stair No. I, room number 202 to read room number "204".
Ammend Office Manager office, room 212 to read room "211".
Sheet A-7 Room Elevation: ammend room elevation 212 to read room "211".
Stair Elevation: ammend stair elevation room 103-202 to read "Room
103-204".
Sheet A-9 West Elevation: ammend drawing to include louver vent per attached
drawing.
South Elevation amend drawing to include louver vent per attached
drawing.
Roof Plan ammend drawing to provide roof fan per attached drawing.
END OF ADDENDUM
805-9/79
co
0
` 1
'o
•oN:wnpuappy
.y' `` vC `
I
•
-u :-'�.�:': :i Rar' CO"+
51-4
1
1C Q=¢ S1
M�N.vkI�S.
SCUP rE'LS
II
'14.4n
BUILDING BOOT . PLAN___1/$'J=
vu.
CO
O
,o
4 �tl rZC70c SCUr-"C'E
r
1 - - - STUGCS . -.
- � �. ,.1I .:e....-. j`tlA .^... STTr<Yfe`v'I�I
S.J nMceini �rar+e+eou a 11 o` -+i
771
�t1
t,OLL'J Z , W/vR9
P2 4/10
Go►3r_ .LlJJTeL. A.S
;Zee -Ai zect.
�i
..1 EQ.-'r'EQl
vi •':tT.
r
SOUTH ELEVATION
0 s
TOo pc CONC. -Orr-n►C
‘-‘—' 14 "A I a," ALUM .
LOuVe-2. W/two,
, PrcJWDE
CONL• U1.17eL RE-Q.
O
WEST ELEVATION I/8
P&Ft-m-c :
September 13, 1979
ADDENDUM NUMBER TWO
Department of Solid. Waste Facility
Project Number 805
Department of Public Works Job Number B-3194
Plans - File Number ARCH 3-20
This addendum forms a part of the Contract Documents and modifies the original
Project Manual and Drawings dated July 16,1979.
Be sure to"acknowledge this addendum on all proposals for work.
PROJECT MANUAL
Section 03300, CAST -IN -PLACE CONCRETE
Clarification: Class "A" concrete (4000 PSI) must be used on second -floor:
slabs,, roof slab, structural columns, beams and structural
suspended stairs.
Section 07830, HATCHES
2.01 Amend size to read "2176" x 31-01" in lieu of 31-0 x
Section 10201, Fixed Aluminum Wail Louvers
2.01 a) Modify to read "....4" deep extruded " to agree with the drawings.
END OF ADDENDUM
805-9/79
September 20, 1979
ADDENDUM NUMBER THREE
Department of Solid Waste Facility
Project, Number 805
Department of Public Works Job Number B-3194
Plans - File Number ARCH 3-20
This addendum forms a part of the Contract Documents and modifies the original,
Project Manual and Drawings dated July 16,1979.
Be sure to acknowledge this addendum on all proposals for work.
PROJECT MANUAL
Section 00750 SPECIAL PROVISIONS
5.05 a. AMMEND to read
"To provide a fund for contingent work, the Contrator shall include
in his proposal under Item C, a Cash Allowance Sum of $25,000.00."
Section 07110 MEMBRANE WATERPROOFING
2.03 Manufacturers -
ADD the following manufacturer:
"4. Carlisle Tire and Rubber."
Section 08330 COILING, DOORS
1.03 Approved manufacturers include:
ADD THE following approved manufacturers
"f. Cookson Rolling Doors.
g. Cornell Iron Works, Inc."
Section 08700 METAL STAIR NOSINGS
2.01 PRODUCTS
ADD the following approved manufacturer and parts:
"Style CB15 manufactured by Stubbs Foundry Co., Inc."
805-9/79
Addendum No. 3 - 1/3
September 20, 1979
ADDENDUM NUMBER THREE`
page two
Department of Solid Waste Facility
Project Number 805
Department of Public Works Job Number`B-3194
Plans - File Number ARCH 3-20
DIVISION 9 FINISHES
1.02 ADD the following:
"Section 09513 Linear Metal Ceiling Systems"
Section 09513 LINEAR METAL CEILING SYSTEMS
ADD the attached new section.
Section 10201 FIXED ALUMINUM WALL LOUVERS
2.01 a. ADD the following manufacturer:
"American Abrasive Metals Co."
Section 10350 FLAGPOLES
2.01 ADD the following manufacturers:
"Concord Industries-
:Baartol Company, Inc."
END OF ADDENDUM
805-9/79
Addendum 3 - 2/3
Section 09513.
LINEAR METAL CEILING SYSTEM
1. GENERAL
.01 The work consists of furnishing and installing a complete inte-
grated ceiling system for use in exterior soffit above windows
including suspension system and accessories in the locations
indicated on the Contract Drawings.
.02 Shop Drawings and Catalog Cuts shall be provided for the entire
system and the layout prior to installation.
2. PRODUCTS
.01 Ceiling System shall conform to the performance criteria estab-
lished by the Alcan Planar Ceiling System with a 3-3/8" face
width by 5/8" deep. Color shall be selected from the manufac-
turer's standard colors.
.02 Accessories shall be as required to provide a completed system.
.03 Alternate manufacturers will be considered providing the mate-
rial, quality and performance criteria are adhered to.
3. EXECUTION
.01 System shall be level and well secured using manufacturer's,
standard components.
.02 Contractor shall assist in the coordination with other trades for
all items penetrating or joining the system.
.03 Hangers shall be 2" x 2" x 3/16" angles placed 3'-1" c/c and
secured every 3'-3" (Max.) from overhead structure.
.04 All support members shall be designed in conformance with local
codes with provisions to prevent panel uplift at all exterior
applications.
.05 Access doors shall be provided as required by local ordinances.
805-9/79
09513 - 1/1
Addendum 3 - 3/3
TO
FROM
Joseph R. Grassie
City Manager
Donald W. Cather
Director
Departs of P
CITY Uf= ,:i_uffiu,A
(REVISED)
orks
REFEfRENCESI
October 251 1979
SOLID WASTE FACILITY -
Resolution Awarding Contract
(For Commission Meeting
of October 31, 1979)
3194
The Department of Public Works and the
Department of Solid Waste recommend
adoption of the resolution accepting
the bid received October 10, 1979 of
Avant Construction Company, Inc. in
the amount of $1,054,000; and
authorizing the City Manager to enter
into a contract in behalf of the City
of Miami for the SOLID WASTE FACILITY.
Bids were received October 10, 1979 for the construction of a
new solid waste facility located at 1950 N.W. 12 Avenue.
As reflected in the tabulation of bids, the $1,054,000 bid of
Avant Construction Company, Inc. is the lowest responsible
bid for the total bid of Items A and C of the proposal.
Funds have been allocated under the "Pollution Control and
Incinerator Facilities G.O. Bond Expenditures" for the estimated
amount of the contract, for project expense, and for such items
as advertising, testing laboratories, postage,and artwork.
JAH:az
Resolution attached
79- 7 35
F
f
a
PROJECT NAME
AND LOCATION
REVISED (10/25/79)
BID AWARD FACT SHEET
For The City Manager
SOLID WASTE FACILITY - 1950 N. W. 12 Avenue
(B-3194)
PROJECT SCOPE Construction of a new building
ESTIMATED
CONSTRUCTION
COST $897,000
DATE BIDS
RECEIVED October 10, 1979
NUMBER OF
BIDS RECEIVED Two
NAME OF LOW
Avant Construction Co.
BIDDER
AMOUNT OF
LOW BID
TOTAL FUNDS TO
BE ALLOCATED
LENGTH OF TIME
ALLOWED -.:FOR
CONSTRUCTION
Inc.
$1,054,000 (Total of Items A & C)
$1,127,831.0
27.0 calendar days
SOURCE OF FUNDS Pollution Control and Incinerator Facilities
G.O. Bond Expenditures
Form PW #389 6/76.