Loading...
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.