HomeMy WebLinkAboutAddendumF6-01-06 09:45 From- T-T73 P.001/003 F-993
GLENN MARCOS
ChieWProcurement Officer
eau of
ADDENDUM NO. 1
BID NO. 05-06-027 JANUARY 31, 2006
JOE ARRIOLA
City ManMcr
SWIMMING POOL FACILITY RENOVATION
AT THE MIAMI ROWING CLUB
TO: ALL PROSPECTIVE BIDDERS:
Pursuant to discussions with prospective bidders at The mandatory pre -bid site visit conducted on January 30, 2006,
the following changes, additions, clarifications, and deletions amend the Bid Documents of the above captioned TFB,
and shalt become an integral part of the Contract Documents. Please note the contents herein and reflect same on the
documents you have on hand.
The Special Conditions have been changed as follows:
2.9. METHOD OF PAYMENT
Payment will be made upon final completion of this project. The City will pay the contract price minus any liquidated
damages and/or other damages to the Contractor upon final completion and acceptance. Payment will be made on
partial deliveries for materials accepted by the City.
2.10. COMPLETION TIME
Final completion shall be achieved by no later than May
1", 2006. Approval of this contract is anticipated to take place at the March 9th, 2006 City Commission Meeting. A
Purchase Order shall be issued ten days after City Commission approval.
2.16. BID BOND/SECURITY
A bid bond is required at time of bid. There is no performance bond required from successful bidder,
The Specification have been changed as follows:
All reference to Aqua -Flex needs to be change to read Aqua-Plex.
3) Tile Requirements:
Lane line tilts ahall be changed to comply with non -slip regulations/code. Color: Black.
City of Miami 1 Bid No. 05.06-027
Fab-01-08 09:,45 From-
T-773 P.002/003 F-893
7) Coping:
Install vertically and horizontally placed foot, depth, and international "no diving" markers in tile, as designed by the
Florida State Health Department_
10)1Vliscellaneous
• Remove existing starting blocks and re -install after coping is completed.
• Install fourteen (14) embedded anchors for receiving seven (7) new lane line divider floats, or as recommended
and outlined in the engineer drawings.
• The pool lights and all electrical wiring around pool area need to be checked and in working condition upon
completion of work. Electrical panel in vac-pak needs to be replaced.
The following has been added to the Specifications:
• Engineer Drawings shall be the responsibility of the contractor and documentation must be signed and sealed by
the appropriate authorities of Dade County before final payment is made.
• Contractor shall be responsible for re -stabilization of water chemistry and for chemical automation of PH &
chlorine.
• Contractor shall be responsible for supplying necessary lockable device for existing lid for vac-pak, and far
installation of new lockable lid for electrical panel & pump.
ALL OTHER TERMS AND CONDITIONS OF THE IFB REMAIN THE SAME.
rector
epellt
THIS ADDENDUM IS TO BE SIGNED ATED BY BIDDERS AND SUBMITTED AS PROOF OF
RECEIPT W1T T SUBMISSION OF BIDS. —�
SIGNATURE: {�� i �E. _��= NAME OF FIRM: LW--, t ") C& t C.+C t _ T r
DATE: '? 1 c e2 fol.()
City of Miami
Bid No. 05-06-027