Loading...
HomeMy WebLinkAboutR-77-0801ktdift io /4./ Itt§OttftioN too: 801 RESOLUTION ACCEPTING THE BID OF ED RICKE & S(SNS4 INC., AND LARRY RICKE, JAMES RICKE, AS A JOINT VENTURE, IN THE AMOUNT OF $2,108,000 FOR CONSTRUCTION OF THE HEAVY EQUIPMENT SERVICE FACILITY - MAINTENANCE BUILDING, USING UNALLOCA- TED FUNDS AND ALLOCATED BUT NOT EXPENDED FUNDS THEREFOR FROM FUNDS PREVIOUSLY APPROPRIATED FOR THIS PROJECT UNDER ORDINANCE NO. 8669, ADOPTED JULY 14, 1977, AS WELL AS USING REIMBURSEMENT FUNDS FOR THE COST OF RELOCATION OF THE POLICE DEPARTMENT AUTO POUND FROM MIAMI MODERN POLICE DEPARTMENT BOND FUNDS, AND AUTHORIZING THE CITY MANAGER TO EXECUTE A CONTRACT FOR THE CONSTRUCTION OF SAID BUILDING WITH SAID SUCCESSFUL BIDDER. WHEREAS, sealed bids were received on September lS i917 for the construction of the Heavy Equipment Service Facility - Maintenance Building; and WHEREAS, the City Manager reports that the $2,108,000 d of Ed Ricke & Sons, Inc., and Larry Ricke, James Ricke, as Joint Venture, is the lowest responsible bid received and recom- mends with the concurrence of the consulting firm of Morton/ Wolfbert/Alvarez/Taracido/Seiglie & Frese that a contract be awarded to said firm; and WHEREAS, $1,748,105.14 is remaining in the unallocated accounts appropriated by Ordinance #8669, adopted July 14, 1977, from the $2,710,050 Grant received from the U.S. Department of Commerce for this project; and "DOCUMENT INDEX f �A pp''rr�� ti, / 11 WHEREAS, the sources of funding lTtieremaining sum of $359,894.86 are those previously allocated funds that will not be needed for contracts already let under the Federal Grant for this overall project and those monies available by way of reim- bursement for the relocation of the Police Department Auto Pound from the Miami Modern Police Department Bond Funds; NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI, FLORIDA: CITY COMMISSION MEETING OF OCT 1 3 1977 weauffe +a ..................... anima,,.,...... ................. eetio 1.'1, the August 21, 10, bid df Ed Rieke & s, IHot 0 and tatty Ricke, Janes lticke, as a Joint VentUte0 h the amount of $2,108,000 for the construction of the Heavy quipinent Service Facility Maintenance Building project IS hereby accepted. Section 2. Funds for this project ate hereby allocated froth unallocated funds appropriated under Ordinance No. 8669, adopted July 14, 1977, and from allocated funds presently avail- able for reallocation which were appropriated under Ordinance No. 8669 and from reimbursement funds for the cost of the reloca- tion of the Police Department Auto Pound from Miami Modern.Police .. Department Bond Funds. Section 3. The City Manager is hereby authorized.. to enter into a contract on behalf of the City of Miami with Ed Ricke & Sons, Inc., and Larry Ricke, James Ricke, as a Joint Venture, for the construction of the Heavy Equipment Service Facility. -,Main- tenance Building. PASSED AND ADOPTED this day of October, 1977. s,.._"'ATTEST : RALPH G. ONGIE, CITY CLERK PREPARED ANI) APPROVED BY: ROBERT F. CLARK ASSISTANT CITY ATTORNEY MAURICE A. FERRE, M A APPROVE ,AS TO FORM AND CORRECTNESS; GEORGE F KNOX, JR, CITY ATT NEY �r7� 801 i • '1? OCT 4 p 4 3 : 2' ioseph Re Grassie City Manager William Ee Parkes, Director Department of Public Works October 4, 1977 B,-2717 Heavy Equipment Service Facility - "' Maintenance Building=Bid Award Recommendation Bid Tabulation Sheet On September 21, 1977, after appropriate advertising, bids were received by the City Clerk from six firms for the EDA funded grant project for the construction of a Heavy Equipment Service Facility - Maintenance Building (2nd Bidding). The bid of Ed Ricke & Sons, Inc. and Larry Ricke, James Ricke, as a Joint Venture, in the amount of $2,102,000 was the low bid received (bid tabulation attached). The City Commission, by Ordinance #2669, appropriated the $2,710,050 grant funds received from the U. S. Department of Commerce for this project. There remains from this appropriation $1,748,105.14 unal- located. It is anticipated that there will be available unspent amounts from the construction contracts for the Heavy Equipment Service Facility - Fueling Facility ($431,000); Auto Pound Relocation ($286,786); and Site Preparation ($22,770); which were funded under the H. E. S. F. EDA grant funds. These unspent funds will be available from cash allowances and deductive alternate items not constructed. These funds, coupled with reimbursements from the M. M. P. D. bond funds for the relocation of the Police Department Auto Pound, if nec- essary, will provide the balance of funds needed for the award of this project. Predicated upon the above, it is recommended that the City Commission accept the bid of Ed Ricke & Sons, Inc., and Larry Ricke, James Ricke as a Joint Venture, in the amount of $2,102,000 for the construction of the Heavy Equipment Service Facility - Maintenance Building, and that the City Manager be authorized to execute a contract with said firm for the construction of this project. e iiiiiiiiii ■uiiii.i f pao_k tCT NAM PROJECT SCOPE ESTIMATED CONSTRUCTION COST DATE BIDS RECEIVED NUMBER OF BIDS RECEIVED 6 r z „_A +TAFtb _,P ACTt.,,SHEET Fot' The City Manager Heavy Equipment Service Facility Maintenance Building (2nd Bidding) The Construction of the Service Facility Eui1digi. a Vehicle Washing Facility along with attendant Landscaping and Parking Lots. $1,900,000.00 September 21, 1 NAME OF LOW BIDDER AMOUNT OF LOW BID TOTAL FUNDS TO BE ALLOCATED LENGTH OF TIME ALLOWED FOR CONSTRUCTION 77 Ed Rieke & Sons, Inc .—'. SOUR CE ..Cc OF FTJ*iD.. $2,108,000.00 Form ?W #389 6/76 260 W.U. Economic Development Grant TABULATION OF BIDS FOR E04 Pao/e•Or ¢ ais.-,5/-0/066 h'z"/7VY f(X1//P,4,CN7 S[,PI//C F4C/L iry- AfRi rc/V4X/CF ,C "y1/.< 13/// -, je )71. / G 77 City Monoger, City CIed Receiired by the , City of Miorni, Florida at ;QCa P. M. 'ef, Bidder e-QieCle 4cm. �C.1Q1A 6111I G. Ff/d 60171L6ff O1/ffd/ r oofhzte1C K._[._Jl/�ce1_SCn Ord. Yes Y€S es Licensed fS Insured os Per City Code 3 Metro yes yes �ti�q/ / �4 •7 /7Q/! Bond Amount 5Vp 57 , !p [Bid Irreyulonhes S $-K 8"- L3 - K- D - ,& ( 2 0 Fr A/ r / / I Item No. DESCRIPTION Unit Price Total Unit i Total Price Unit Total Price Unit 1 Total Price Unit I price Total Unit Price Total I i l t _ , �����! I 1 t ' / " a/1 /ate , 1 I , r rn/sI ri/4 S Der � 1" d 414 1 1 __/.." y C4-r.-� IS. IZ i Q, 2,/69,10,; 7,23crc„' ?, ea,cze...' M llc Jilt" /-z,77, fir./Ti �, f 094- f / -re✓/Sseri 4r /40*S 60000 60Oder 66 czo ! 6oG�a ° no" 6cGc� ,113Fc/01 Il 7 5 I i _.... .46P ,4i . ' �9 Ce4" Q icre //) 0 t/ 1 7 5� 72126e 6a ear .. ! 766Zr4 _ , y%dCd l 7Qtcc�' \\h r7/ec r A Phi i !Lf/YQ T r r,Ii lc-/i..-, Gf S Sc.r}t G in)Im/s/ro/iec ash ln% I 1 3/2.°!01 '/% 2T lo°%Q .c.4 DISTRIBUTION: IRREGULARITIES LEGEND IT RECOMMENDED'THAT__ CaNJ/Z 4 7 ,/3 e. A _ No Power -of- Attorney _IS B No Affidovit to Capitol & Surplus of Bonding Company k'4___ V f o l NV v 0a, 6/�%%>6/t et; g1-ere0 - os _ C Corrected Extensions 46 j�NS. / /G +�/H I� A5. _ i�N/__LI_ _, tNC D _ Proposal Unsigned or improperly Signed or No Corporate Seal Jo/ �GN_V 1� / TIP air2 1v�! ODO 1yT �1,_ � r1 ��J�Q f / ._ B -/vD pJY// Prr if:, id 4Hie vh iS BD ,VD 6/D DDAIZ ~!" Ji`+y777 - --- 76-! ! /` 41 G _ Improper Bid Bond o/e. 14eit roAi/woLF73E/2-4/42vAREZ/ H Corrected Bid II Praposa/ . _ _ ,4Jd c/a 1 _ 4 id i7G f ti s C. TA le 09C✓Oo1SB/6L/6 PaEfE ; e •. o . _ Sub-co.td, O«uP, Lic. No /H /5 s/iuq i -- - - Prep. By: CJr ✓- P c.j o",QI pi”e5 12-le,//,3-ac oe mfss�N/ FORM PW t3Cte 2 69 V- y 9 111111111111011 1 IMP ■ of CITY OF MIAMI, FLORIDA REQUISITION rFQR ADVERTMENti 1k BIDS oti^ C 111 „ .t C+ty oty ��trfl - DEPTIDIV Public Mork i ACCOUNT CODE Project 11002446 Index 1'297291 BID NO. 76-77-114 DATE 8/22/77 PREPARED BY Joe Harris PHONE__ _6356 COCE 297291 ITEM DESCRIPTION TOTAL QUANTITY UNIT AMT. PRICE HEAVY EQUIl ,ir.N7' SERVICE PAC ILITY -,' 1/IA214 NANCE BUILDING ( BIDDING) g-.27 7—,7 (2n 1 Biddir ESTIMATED COST : CONTRACTUAL: $ 1:900, 000 Proj.F.,xp.11Y 209,000 INCIDENTAL : 2% $ ?i non TOTAL $ 2,147,000 APPROVED BY QUANTITY REPRESENTS DEPARTMENT REQUIREMENTS FOR MONTHS BIDS TO BE SECURED FOR HEAVY EQUIPMENT SERVICE FACILITY *4AINTENANCE BUILDING (gnu LIDDING) FOR THE DEPARTMENT OF: Public Works ADVERTISE ON August 25, 1977 BIDS TO BE RECEIVED ON September 22, 1977 •d 02// SOURCE OF FUNDS: U. Z. government — E.D.A. DIRECTOR OF ISSUING DEPARTMENT To be filled in by EXPENDITURE CONTROL: FUNDS AVAILABLE FOR PROJECT INVOLVED PROJECT CODE DrLI.14%Y` AD CODE EXPENDITURE CONTROLLER 72 COPIES TO: Purchasing (O►g.) — City Manager — City Clerk—!?xpenditure Control — Issuing Department — Other Affected Department WHITE GREEN PINK CANARY BLUE GOLDENROD FORM NO 1C43- REV. 74 F=- HPatry Equip p SPr Fari l i by 141a4-at ec Building 2nd bidding Public Works. BIDDER Ed Ricke & Sons 153 15 N.E. 21 Ave. mom N. —33 MEM I1 IMO Fryd Construction Corj 523 Michigan Ave. Miami Beach Florida Orlando Mendez, Inc. 2128 W. Flagier St. Miami,Florida 33135 SEC Construction Corp. �7 r f G=1' rj ,www Sept. 21, 1977 DATE BIOS P.ECotIVED TYPE OF SECURITY $2,108,000.00 B.B. 57, $2,229,000.00 B.B. 5% $2,290,0000 00 B.B. 57 $2,200,000.00 222 Almeria Ave. B.B. 57 Coral Cables, Florida 33 34 Bartlett Construction Inc. 3315 N.W. Sough River Drive Mlam1,}7iur last 33142 H.J. Jefferson & Bros Const. 1886 N.W. 34th Street Miami,Florida 33142 $2,129,000.00 5'/: Inc. $2,300,000.00 Bid Bond ? Received the above decribzd checks thi AMOUNT FOR ACCOUNTING USE -4; day of: 19 FOR ACCOUNTING DIVISION i c BID SECURITY HEAVY EQUIPMENT SERVICE FACILITY - MAINTENANCHATE BIDS RECEIVED BLDG. BID NO. 764i-91 Public Works Dept - F'xt 6856 July 25, 977 AMOUNT FOR ACCOUNTING USE BIDDER TYPE OF SECURITY ORI.ANT]O MFNDFZ, TNl. 2128 W. Flagler St. Miami, Floriad 33135 Total Bid -- $2,774,000.00 BEC CONSTRUCTION CORP. 222 Almeria AVenue Coral Gables, Fla. Total Bid -- $2,855,000.00 R4ETT CONSTRUCTION,INC. _B 3315 N.W. South River Drive Miami, Florida 33142 Total Bid -- $2,829,000.001 CONSTRICTION INC. _RFNFL 2500 N. Federal Highway Ft. Lauderdale, Fla. 33305 Total Bid -- $2,854.000.00 ( (4) AVANT CONSTRUCTION CO.,,INC. iY 360 N.W. 27th AVenue Miami, Florida 33135 Total Bid -- $2,886,000.00 M.R. HARRISON CONSTRUCTION ,CORP. ;. 1000 N.W. 54th Street Miami, Florida 33127 , Total Bid -- $2,899,000.00 J J OA 2c • ;1'> '"^'? tl "I '71_, -34 37-25 1 3 '4? • ,..T5 15'5t1 ;37c_1;7711nn'?) • I , f� ; '• . ; 17 , ^ L'7 r•• r r I T' nr• •,T 11 7 Tr3 ,•+ '•'l.. 771' n -•tr 'I . 1'1 I "''`7'1T 7:.0 T LI T! ;a,I .,T -.� ;,i,.r, nI ^,r= r.1 1 TY rin*a 1'7-^ )(2-<5?1`55512.47)')'1 37f2S'77 725 RECEIVED Jr' 4%46 Fr1 I : 311 C1: �^ L.'':TT r n•l ,T 1^ TI rti•r I "^ rm...1-�"T; Tn ;'tr1 -,c4 •1•31ElT�al;.j= ; -••.t1 r•t7 Ff ? :TI'1'1 OF..'1Y oI D� 'It '1I TTTrti Tnn:,Y T,: ra 1 n 1'Tr: nc ^I n TI'1v ••1' ,'11',=; ^I171 I , 'PIT? ';TLY ;rtn ,I1, T' ,,...•)1./ ,I r:I L(c.1 TI'1 rn PJT?Li' n�,'I�Tn'J Tt''� r'IO T?-')JI l^P•.:'TIrr. n .TY I n I . - ITRARY ttn •1•'L;:l.RT'JL 'PT! 11_,A741..' ?.77lnTl ,I'►''R ,'. •,r;• ,..1r1T 27-11•11TT"T} Tn rl''t,JrC,T r TLrTT ^' n''t TI? 1 TI " 1 I *1 tW P1 r; 1-1 R r* r Y:•,PT^9I T'S ATTnTR,117Y ITT.. 1-11 1 I^..'r,. Tt .ram "I.•'I -T... 17111 1 r�— its Ri T+• r • L. DEPT I DIV r ub 11 e ',Iorltri tn ACCOUNT CODE Pro.lect ;',01;)14V.;_i Inrlex ne"c-.471,11 BID NO. 7:- —77-.`a PREPARED BY '7C-1C-' 1 'rirri'l PHONE .._:121 _-.2"(-12__ Z OE OF NOW:FLORIDA REQUISITION FOR ADVERTISEMENT FOR BIDS J CODS QUANTITY REPRESENTS DEPARTMENT REQUIREMENTS FOR MONTHS ITEM DESCRIPTION 1 -to TOTAL ESTIMATED COST : CONTRACTUAL: INCIDENTAL : . $ TOTAL SCURCE OF FUNDS: $ 0, • Tu I,( filled in by EXPENDITURE CONTROL: AMT. APPROVED BY: BIDS TO BE SECURED FOR -*AC T1:1727. -• 1. FOR THE DEPARTMENT OF: PIP li(! Jor:s ADVERTISE ON ‘7,11.! 7,2 17:77 BIDS TO BE RECEIVED ON *NIS' 27), 1)77 -7. a - r .1! -71railt; A DIRECTOR OF ISSUING DEPARTMENT FUNDS AVAILABLE FOR PROJECT INVOLVED PROJECT CODE a o.tyv 7 To: Purchasing (Org.) — City Manager — City Clerk —E*enditure Contml — Issuing Department — Other Affected tiDzarrment i-.1HWHITE 14 NO. 1043- REV 74 GREEN PINK CANARY BLUE EXPENDITURE CONTROLLER AD CODE_ .49 7.2 3y •1111.1., EE 1Iiri Nov 7t>=r'7.a1 f,FI'i'TrSEMEt'1T FOES tiilli gealed bids for construction of "HIEAVY EQUIPMENT E1ERVICE FACILI"'v = MAINTENANCE BuhitTNO" will be received by the City Manager and the City Clerk of The City of Minmi, Florida at ;':n0 P.T4, on the ;,r.;thclay of July, 1977, in the City Clorl<i:; orrice First Floor or the Miami City Hall 3500 Pan American Drive, Dinner trey, Miami, Floridn 1411; at which time and place they will ho pnbl icily onono l an1 road. Briefly, t;hr, work ro(tuired for this projoct will be! ;ERVTCE I; ACTLTTv Coot;ruin. a Heavy VehicltService of apf'rnximately 63,000 srlunre fact at N.W. 14th Avenue and N.W. ?0t,lt Street, Miami, Florida. Construction shell include an aluminum sandwich panel roof system, str nctaural steel, trusses, . open web :'t:P.' 1. ,Ioi^t. s, prey: t, concrete fascia and wall sy,:t, m,concrete slab and foundations, concrete masonry int,,rior walls, lighting system, HVAC r'ystem, n1nmbinr' system, automotive renn i I' e'l'l t tmnt, hydraulic hoists, crane and monorail, luhri.r..,tt;icon and service t'1 ni l dispensing units, c0mprer s c'd air :system, machine :hop ' piiptnent, tiro removal and repair rquirment, paint spra, booth, welding shop equipment, and miscellaneous automotive repair edu inmel►t:. . WASH FAr, TI•TT`' Construct a Hcnvy Vehicle Wash Facility with CBS walls, concrete slab and foundation;, met;n 1 roof deed; over steel joists and .struct;ur'1l steel access catwalks, with associated electrical and niumbin r, work. I,A!JPScAT'I11fi, SITE WORT:, F, ruitoNq I,°TS Provide all :toed.i.1ar: landscaping including- sod, tree:', nncl shrubs. Relocate earth fi 11 , compact to requirements and Eradr the entire site prior t o the construction of a nhnit narking areas, access drives, and retaining walls. 1'rov-i:le prtt•king lot surfacing, stripping, bumpers, and rprivacyf � a ry walls. l s construct entry plann consisting of concrete walkway and rc't.nininr° walls. Should ;toy t.s'chn i en l quest; ions arise in the Mo i n enance 1�it i l cl i nc; Mans alll :'hecifioattons, call i•ir. C. David Mort.°n of Morten'!Jolberr'/ Aiv ren/`I'arari(1o/5t?t'►';11e & Freer, (..'.onaultnnts, nt p5R-( )86. A:, time is of the essence the Contractor must: show the ability to begin tho wol'l< with on site labor prior to Sent., 1, 1077 and work within the time :schedule ns indicated in the Specifications. All bids shall be submitted in accordance with the instuctions to Pidders and Specifications, Pinns and Specificntions may be obtained from the Office of the Director, Department of Public Works, 3332 Pan Amorican Drive, Minmi, Florida, upon deposit of $190.00, Deposit in refundablo to only thono Contrnetors who submit a bona fide bid, nnd who roturn the nlann and SPocificationn in rood condition and unmarked within Rn davn after bids hnve been received, Sub -Contractors may ebtnin their particular nheets of the plans for t,',On por sheet. Thin fee in not refundablo. Specifications and Proposnl includes conditions related to time and performnncr. ln addition to ihoso monsuees l'•onirnctorn and :11bcontractors will he required to comply with the nrovinionn of section 3 (rederal Rerulntions) which requiren all developers, contractors and sub -contractors 0 reate fenniblo opportunities to emnloy and train rosidenis in the nroa of the project; and rivo preference in nub -contracting and purchaninr or materials to husinoss located in or owned in substantial pirL by persons residing in the area or the project. No Bidder may withdrnwn his hid within .30 days after actual date of the opening theroof, unless modified in Division 2 - Special conditions of the Spec -Meat ions. The estimated construction cost of the Maintennnco Ruilding is t,75(1,000 and is funded by a Federn1 Economic Dovelopment qrnnt . The City commission reserves the right lo waive any informality In any bid, and the ,Ity Manager may reject any or all bids, and re-ndvertine. lir tMV,OItT/1iri' ADDENDUM CITY nV MIAMl, FLORIDA t arttnet►t., of Pubi lc Works ADDENDUM NO. 1 ISSUED JULY 19 1977 To ��t)DIt CONTRACT if � AND t� c oN IRACr DOCUMENTS td � HEAVY EQUIPMENT ,_,IaRVICE FACILITY MAINTENANCE BUILDING * * * * * * * * * * * * * * * * * * * * * * * * * * * `* `;:;' <'`..;;`: :;. ALL $IDOERS ARE HEREBY NOTIFIED AS FOLLOWSt CHANGE A: MAINTENANNICE BUILDING Incorporate all changes as described on the attached five (5) sheets submitted by Morton/Wolfberg/Alvarez/ Taracido/SeiF;lie & Frese July 19, 1977 THIS ADDENDUM IS AN ESSENTIAL PART OF THE CdIdTRACT DOCUMENTS AND SHALL 13E MADE A PART THEREOF. r Morton / Wolfberg /Alvare2 /Taracido/Seiglie & Frese Architecture/Engineering / Planning /Construction Management C David Morton A I A .1 B D David A Wolfherq A I A Julio E Alvarez PE Manuel E Taracido PE Hector R Seiglie PE Karl G Frese Jr PE 19 July 1977 Addendum #1 HEAVY EQUIPMENT SERVICE FACILItY -- MAINTENANCE BUILDING CHANGE #1: Add Section 05540 Castings, to read as follows: "Extruded aluminum stair tread nosings shall be provided at all interior concrete stairs and on exterior Stair #2. Nosings shall be similar to American Abrasive Metals Company Type 10-A, mounted using expansion bolts and shields in accordance with the manufacturer's recommendations." Add to Paragraph 2.02 of Section 09680: "Pad weight shall be 40 oz." Clarify Section 09900 Painting so that Paragraph 3.08 b is bid to allow for selection of three (3) different colors for use in painting the metal roof structure and exposed metal deck in the Garage areas. Modify Section 11550 Industrial Equipment so that legs shall be Lyon Metal Products #2750 in lieu of that shown; and add the following equipment schedule: CHANGE #2: CHANGE #3: CHANGE #4: CHANGE #5: CHANGE #6: CHANGE #7: Rooln 128 Room 129 Room 131 Room 132 Room 132 Provide five (5) benches 5'-0" long. Provide one (1) bench 6'-0" long. Provide t.wn (2) benches 4'-0" long. Provide four (4) benches 5'-0" long. Provide two (2) benches 6'-0" long. Modify Section 10670 Storage Shelving so that Baked Enamel Finish will be acceptable as an alternate finish. Relocate Section 15510 Sprinkler System from its position at the end of Division 14 to the appropriate position in Division 15. Modify Paragraph 2.01, Section 15510, to read as follows: . bronze seat and rubhef• faced clapper . ..." Page 1/5 2699 South Bayshore Drive/Coconut Grove, Florida 33133 /305-858-6086 1 • IIIIIIIIII■ 1 Morton/Wolfberg/Alvarez/ 'aracido/Seiglie & Frese Architecture/ Engineering / Planning/Construction Management C David Morton A I A ,I B D David A Woltberq A I A Julio E Alvarez P E Manuel E Taracido PE Hector R Sernlie PE. Karl G Frese Jr P E 19 July 1977 Addendum #1 HEAVY EQUIPMENT SERVICE FACILITY MAINTENANCE FACILITY CHANGE # 8: Modify Paragraph 2.02, Section 15510, to read as follows: " . . . bronze mounted, 175 psi water working pressure ...," CHANGE # 9 Delete Paragraph 2.03, Section 15510, and substitute the following: "Fire Department connection shall be polished brass, branded Auto Sprkr, straight body. Standard Fire Equipment Division, Model No. 229." CHANGE #10: Delete Paragraph 2.04, Section 15510, and substitute the following: "Fire sprinkler heads shall be rough brass finish, UL and FM approved, pendent or upright, as indicated on the drawings, 1/2" orifice, "K" factor of 5.65. Upright heads shall be Viking, Standard upright, intermediate classification. Pendent heads shall be Viking, Standard pendent, ordinary classification." CHANGE #11: Section 15220 shall be modified as follows: Delete the last sentence in 2.10 e, and add the following: "Kwik Way Model 855 with Model FL boring bar mounted on EBF boring fixture." 2• Modify Paragraph 2.10 f, to read as follows: . setting fixture, CK-234 A gear set, GA-2125 dial bore gage, CK-3120 guide shoe set, two each CK-3070 guide shoe sets, two each CK-3035A master holders, two each, CK-3045A Master holders, eighteen each EHU-133 and LHU-525 stones, six each EHU-123 and EHU-518 stones." Page 2/5 2699 South Bayshore Drive/Coconut Grove, Flor Ida 33133/ 305 -858- 6086 • • Morton/WoIfberg/Alvarez/Taracido/Seiglie & Frese Architecture/ Engineering / Planning/Construction Management C David Morton A I A ,I B D David A Wnliberq Al A Julio E Alvarez PE Manuel E Tarar:trio F'E Hector R Semite PE Karl G Frese Jr P E 19 July 1977 Addendum #1 HEAVY EQUIPMENT SERVICE FACILITY i= MAINTENANCE 8UILOING 3, Modify Paragraph 2.10 g, to read as follows: " . hone units, CH-36 Storage Rack, CRG-710 main bearing grinder attachment, GR 245 dial bore gage, and CF 220A setting Standard." Modify Paragraph 2.10 j, to read as follows: . Sunner LBB 1810, complete with CRF-500 ring set kit (1), CR-2900 and CR-3100 complete boring mandrels for rod journal (1), CRF-29 and CRF-31 ring sets (1), AG-340 guage point (1), CR-25 chamfering tool (1), CR-10 and CR-50B stones (10), LBN-10 and LBN-64 piston pin fittings (1), 1PL-1375-1500-1625-1750- and 1875 connecting rod pin fittings (1), and PL-13 stones (6). Provide one (1) each of connecting rod pin fittings of the 1PL- numbers shown." 5. Modify Paragraph 2.10 t, so that I•1odel CL 179E and CL 179H units are each nrovided with a CB8050H cam lock spindle. 6. Modify Paragraph 2.10 v, to include "Buffalo size 0I1" in lieu of that specified. 7, Modify Paragraph 2.10 bb, to allow for providing "Wellsaw Model 1000 D" as an approved equal. 8. Add Paragraph 2.10 ii, to read as follows: "Provide four (4) each, Guy Chart heavy duty anchor pots. Model 1100'_''). " CHANGE #12: Add Paragraph 3.11 to Section 16120, to read as follows: "A11 splices at pull boxes in wet locations shall be watertight and the insulation achieved shall be at least equal to that of the conductors." Page 3/5 2699 South Bayshore Drive/Coconut Grove, Florida 33133/305-858-6086 Morton/Woltberg/Alvarez/l'eracido/Seiglie & Frese Architecture/ Engineering / Planning/Construction Management C David Morton A I A .1 B D Davin A Wolfberq A I A Julio E Alvarez P.E Manuel E Taractdo PE Hector R Soigne PE Karl G Frese Jr P E 19 July 1977 Addendum #1 HEAVY EQUIPMENT SERVICE EACtLtTY MAINTENANCE BUILDING CHANGE #13: Add Paragraph 3.12 to Section 16120, to read as follows: "Sizes shall not he less than indicated. Branch circuit conductors shall he not smaller than No. 12 american wire gage. Conductors for 120V branch circuits more than 100 feet long from panel to load center, shall be No. 10 AWG. Class 1 remote -control and signal -circuit conductors shall he not less than No. 14 AWG. Class 2 low -energy remote -control and signal - circuit conductors shall not he less than No. 16 AWG." CHANGE #14: Add the following schedule to Paragraph 3.05, Section 16180: "Circuit breakers shall conform to the NEMA Standard AB-1, and shall have the following minimum interrupting ratings in accordance with the latest NEMA test procedures. Frame size in amps A.I.A.Synmretrical at 240 V.A.C. 100 -- - - 18,000 225 22,000 400 42,000 800 42,000 Ratings other than those listed are as noted on drawings. Circuit breakers of the 400 ampere frame size and larger shall have interchangeable trips. Bracing of panelhoard busses shall be adequate and coordinated with the A.I.C. rating of the breakers installed in the panelboard." CHANGE #15: Soakage Pits shown on Sheet C-3 of the Contract Drawings shall have 8" concrete block walls constructed in accordance with City of Miami standards for linear soakage pits. CHANGE #16: Add Sheets FP-1, FP-2, and FP-3 (dated 7-19-77), as attached, to the Contract Documents. Page 4/5 2699 South f3ayshore Drive/Coconut Grove, Florida 33I33/305-858-6o8c Igorton/Wolfberg/AlvarezlThracido/Seigiie & Frese Architecture / Engineering / Planning /Construction Management C David Morton A I A ,I B D David A Woltherq A I A Julio E Alvarez PE Manuel E Taracido PE Hector R Seiglie PE Karl G Frese Jr PE 19 July 1977 Addendum #1 HEAVY EQUIPMENT SERVICE FACILITY -- MAINTENANCE BUILDING CHANGE #17: Sheet E-2 should he modified so that the wire size -of the run between the Emergency Generator Panel and Manhole "C" reflects 4-#4/0 conductors in 3 1/2" conduit as noted on the Riser Diagram on Sheet E-15. CHANGE #18: Sheet E-11 should he modified so that Equipment Item #27, Iron Working Machine, is powered by a 5 HP motor fed by 41110 conductors in 1/2" conduit from Panel J through a 3 Pole, 40 amp breaker rather than Circuit J-4. Page 5/5 7699 South Bayshohe Drive/Coconut 'Grove orida 33133/305-858-6086