HomeMy WebLinkAboutExhibit 200400. PROPOSAL BID FORM: (Page 1of 9)
City of Miami, Florida
Office of the City Clerk
City Hall, 1"' Floor
3500 Pan American Drive
Miami, Florida 33133-5504
Firm's Name: ME :F 4N5_T_CUc1704, _ 5,1 r_
Submitted on : N_c 95, 230E>
Date
The undersigned, as Bidder, hereby declares that the only persons interested in this bid as principal are
named herein and that no person other than herein mentioned has any interest in this bid or in the
Contract to be entered into; that this bid is made without connection with any other person, firm, or parties
making a bid; and that it is, in all respects, made fairly and in good faith without collusion or fraud.
The Bidder further declares that it has examined the site of the Work and informed itself fully of all
conditions pertaining to the place where the Work is to be done; that it has examined the Contract
Documents and all addenda thereto furnished before the opening of the bids, as acknowledged below;
and .that it has satisfied itself about the Work to be performed; and that it has submitted the required Bid
Guaranty; and all other required information with the bid; and that this bid is submitted voluntarily and
willingly.
The Bidder agrees, if this bid is accepted, to contract with the City, a State of Florida municipal
corporation, pursuant to the terms and conditions of the Contract Documents and to furnish all necessary
materials, equipment, machinery, tools, apparatus, means of transportation, and all labor necessary to
construct and complete within the time limits specified the Work covered by the Contract Documents for
the Project entitled:
Bid No: 08-09-015
Title: District 5 — Sidewalk Repair PROJECT III, B -30377E
The Bidder also agrees to furnish the required Certificate(s) of Insurance.
The undersigned further agrees that the bid guaranty accompanying the bid shall be forfeited if Bidder
fails to execute said Contract, or fails to furnish the required Certificate(s) of Insurance within fifteen (15)
calendar days after being notified of the award of the Contract.
In the event of arithmetical errors, the Bidder agrees that these errors are errors which may be corrected
by the City. In the event of a discrepancy between the price bid in figures and the price bid in words, the
price in words shall govern. Bidder agrees that any unit price listed in the bid is to be multiplied by the
stated quantity requirements in order to arrive at the total. In case of an error in the extension of prices,
the numerical unit price will govern.
Bid No. 08-09-015 Pale 17
00400. PROPOSAL BID FORM: (Page 2 of 9)
Note: Bidders are bidding on a total bid cost basis for the purpose of determining the lowest
responsive and responsible bidder. However, Bidders will .be paid based on the line item
breakdown, contained in the Bid Form; with payments based on actual work performed. Bidders
must submit bid prices for all items. Failure to bid on all items will result in the bid being rejected
as non-responsive. The City will award a Contract to the lowest responsive responsible Bidder
based on any of the Combined Bid Price stated below. Refer to Section 01000 — Supplemental
Conditions.
Our items and lump sum bid prices include the total cost for the work specified in this bid, consisting of
furnishing all materials, labor, equipment, supervision, mobilization, overhead & profit required, in
accordance with the Bid Specifications.
**********************************************************************
TOTAL BID: The sum of items 1 through 15
based on a one (1) year completion time
Written Amount
Note to Bidders:
The City reserves the right to reject any and all bids.
The one year completion time shall be the total time for whichever bid arrangement is awarded by the
City. And the City may opt to renew (OTR) the Contract for four (4) additional one (1) year term pending
on the availability of funding and the contractor's performance.
Bid No. D8-09-015 Page 18
00400. PROPOSAL BID FORM: (Page 314 of 9)
DIRECTIONS: COMPLETE PART 1 OR PART II, WHICHEVER APPLIES, AND PART 111.
Part I: Listed below are the dates of issue for each Addendum received in connection with this Bid:
Addendum No. 1, Dated J)Ec s8, Z000.5
Addendum No. 2, Dated
Addendum No. 3, Dated
Addendum No. 4, Dated
Part If: No addendum was received in connection with this Bid.
Part III; Certifications
The Bidder, by virtue of signing the Bid Form, affirms that the Bidder is aware of the following, and shall
comply with all the stated requirements.
1. Affirmative Action Plan
Successful bidder(s) shall establish an Affirmative Action Plan or an Affirmative Action Policy
pursuant to Ordinance #10062 as amended. Effective date of implementation must be indicated on
the policy: and
2. First Source Hirinq
Bidder certifies that (s)he has read and understood the provisions of City of Miami Ordinance No.
10032, pertaining to the implementation of a "First Source Hiring Agreement. Evaluation of bidder's
responsiveness to Ordinance No. 10032 may be a consideration in the award of a contract.
Violations of this Ordinance may be considered cause for annulment of a contract between the
successful bidder and the City of Miami; and
3. Non -Collusion
Bidder certifies that the only persons interested in this Bid are named herein; that no other person has
any interest in this he
or in the Contract to which this Bid pertains; that this Bid is made without
connection or arrangement with any other person; and
4. Druq Free Workplace
The undersigned Bidder hereby certifies that it will provide a drug-free workplace program by:
(1) Publishing a statement notifying its employees that the unlawful manufacture, distribution,
dispensing, possession, or use of a controlled substance is prohibited in the Bidder's workplace, and
specifying the actions that will be taken against employees for violations of such prohibition;
Bid No. 08-09-015 Page 19
D0400. PROPOSAL BID FORM: (Page 5 of 9)
(2) Establishing a continuing drug-free awareness program to inform its employees about:
(i) The dangers of drug abuse in the workplace;
(ii) The Bidder's policy of maintaining a drug-free workplace;
(iii) Any available drug counseling, rehabilitation, and employee assistance programs; and
(iv) The penalties that may be imposed upon employees for drug abuse violations occurring in the
workplace;
(3) Giving all employees engaged in performance of the Contract a copy of the statement required
by subparagraph (1);
(4) Notifying all employees, in writing, of the statement required by subparagraph (1), that as a
condition of employment on a covered Contract, the employee shall.-
(i)
hall:(i) Abide by the terms of the statement; and
(ii) Notify the employer in writing of the employee's conviction under a criminal drug statute for a
violation occurring in the workplace no later than five (5) calendar days after such conviction;
(5) Notifying the City in writing within ten (10) calendar days after receiving notice under
subdivision (4) (ii) above, from an employee or otherwise receiving actual notice of such conviction.
The notice shall include the position title of the employee,
(6) Within thirty (30) calendar days after receiving notice under subparagraph (4) of a conviction,
taking one of the .following actions with respect to an employee who is convicted of a drug abuse
violation occurring in the workplace:
(i) Taking appropriate personnel action against such employee, up to and including termination,-
or
ermination;or
(ii) Requiring such employee to participate satisfactorily in a drug abuse assistance or
rehabilitation program approved for such purposes by a federal, state, or local health, law
enforcement, or other appropriate agency; and
(7) Making a good faith effort to maintain a drug-free workplace program through implementation
of subp2ragraphs(1) through (6); and
5. Lobbying
The undersigned certifies to the best of his or her knowledge and belief, that:
(1) No Federal appropriated funds have been paid, or will be paid, by or on behalf of the
undersigned, to any person for influencing or attempting to influence an officer or employee of any
agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of
Congress in connection with the awarding of any Federal contract, the making of any Federal grant,
the making of any Federal loan, the entering into of any cooperative agreement, and the extension,
continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or
cooperative agreement.
Bid No. 08-09-015 Page 20
00400. PROPOSAL BID FORM: (Page 6 of 9)
(2)lf any funds other than Federal appropriated funds have been paid to any person for influencing or
attempting to influence an officer or employee of any agency, a Member of Congress, an officer or
employee of Congress, or an employee of a Member of Congress in connection with this Federal
contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard
Form -LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions.
(3) This undersigned shall require that the language of this certification be included in the award
documents for "Ail' sub -awards at all tiers (including subcontracts, sub -grants, and contracts under
grants, loans, and cooperative agreements) and that all sub -recipients shall certify and disclose
accordingly.
This certification is a material representation of fact upon which reliance was placed when this
transaction was made or entered into. Submission of this certification is a pre -requisite for making or
entering into this transaction imposed by Section 1352, Title 31, U.S. Code. Any person who fails to
file the required certification shall be subject to a civil penalty of not less than $10,000 and not more
than $100,000 for each such failure.
* Note: In these instances, "All" in the Final Rule is expected to be clarified to show that it
applies to covered contract/grant transactions over $100,000 (per QMB).
6. Debarment, Suspension and Other Responsibility Matters
The Bidder certifies to the best of its knowledge and belief, that it and its principals:
a. Are not presently debarred, suspended, proposed for debarment, declared ineligible, or
voluntarily excluded from covered transactions by any Federal department or agency.
b. Have not within a three-year period preceding this proposal been convicted of or had a civil
judgment rendered against them for commission of fraud or a criminal offense in connection with
obtaining, attempting to obtain, or performing a public (Federal, State, or local) transaction or
contract under a public transaction; violation of Federal or State antitrust statutes or falsification
or destruction of records, making false statements, or receiving stolen property,-
c.
roperty;c. Are not presently indicted for or otherwise criminally or civiiy charged by a government entity
(Federal, State, or local) with commission of any of the offenses enumerated in paragraph 1.b of
this certification; and
d. Have not within a three-year period preceding this application/proposal had one or more public
transactions (Federal, State, or local) terminated for cause or default.
Where the prospective Bidder is unable to certify to any of the statements in this certification, such Bidder
shall submit an explanation to the City of Miami.
Bid No. 08-09-015 Page 21
00400. PROPOSAL BID FORM: (Page 7 of 9)
Attached is a Bid Bond [ ], Cash [ ], Money Order [ ), Unconditional/Irrevocable Leiter of Credit [ ],
Treasurer's Check [ ], Bank Draft [ ), Cashier's Check [ ], Bid Bond Voucher [ ] or Certified Check [ ]
No. Bank of for the sum of
Dollars ($ ).
The Bidder shall acknowledge this bid and certifies to the above stated in Part III and IV by signing and
completing the spaces provided below.
Firm's Name: 24,) c
AON
Signature:
Printed Name/Title: N'�LGut✓_ � +T
City7State/Zip: 7�� GJ 42ikvF-- Sul?E G4 -q M, r,t t , F -L 331 Z
Telephone No.: - 0 C, 03 1
Facsimile No.: 3W;_- `-- 1-O 6 Go E -Mail Address: ►�, i q UeADcgLk-c\ l�Sf ru�_H bpi - Cora
Social Security
No. or Federal Dun and
I.D.No.: 4: -b3_-ZZaZ Bradstreet No.:
(if applicable)
If a partnership, names and addresses of partners:
,� 14- .
Bid No. 08-00,015 Page 22
00400. PROPOSAL BID FORM: (Page 8 of 9)
CERTIFICATE OF AUTHORITY
(IF CORPORATION) .
I HEREBY CERTIFY that at a meeting of the Board of Directors of
ME—F Co�.1sT`ucZ1p�S, Zg C , a corporation organized and existing under the laws of the State
Of T-LoPsDA held on the _day ofa resolution was duly passed and adopted
authorizing (Name) OCAtJA as (Title)J!rzrstBeAYT of the corporation to execute
bids on behalf of the corporation and providing that his/her execution thereof, attested by the secretary of the
corporation, shall be the official act and deed of the corporation. I further certify that said resolution remains in
full force and effect.
IN TSS WFC OF, 1 have hereunto set my hand this _2,3, day of 20_.
Secretary:
Print: rALc,aec. OtAJJA
CERTIFICATE OF AUTHORITY
(IF PARTNERSHIP)
I HEREBY CERTIFY that at a meeting of the Board of Directors of
a partnership organized and existing under the laws of the State
of held on the _day of a resolution was duly passed and adopted
authorizing (Name) as (Title) of the to execute bids on behalf of
the partnership and provides that his/her execution thereof, attested by a partner, shall be the official act and deed of
the partnership.
I further certify that said partnership agreement remains in full force and effect.
IN WITNESS WHEREOF, I have hereunto set my hand this day of , 20
Partner:
Print:
CERTIFICATE OF AUTHORITY
(IF JOINT VENTURE)
Joint venturers must submit a joint venture agreement indicating that the person signing this bid is
authohzed to sign bid documents on behalf of the joint venture. If there is no joint venture agreement each member
of the joint venture must sign the bid and submit the appropriate Certificate of Authority (corporate, partnership, or
individual).
CERTIFICATE OF AUTHORITY
(IF INDIVIDUAL)
I HEREBY CERTIFY that, I (Name) , individually and doing business as (dfb/a)
(If Applicable) have executed and am bound by the terms of the bid
to which this attestation is attached.
IN WITNESS WHEREOF, I have hereunto set my hand this , day of 20
Signed:
Print:
Bid No. 08-08-015 Page 23
00400. PROPOSAL BID FORM: (Page 9 of 9)
NOTARIZATION
STATE OF FLoR1OR )
) SS..
COUNTYOF MAAMi DN)E )
{� The foregoing instrument was acknowledged before me this day of
' cs) _ who is personally known to me or who has
as identification and who (did / did not) take an oath.
SIGNATURE OF NOTARY PUBLIC--
STATE
UBLICSTATE OF FLORIDA
PRINTED, STAMPED OR TYPED
NAME OF NOTARY PUBLIC
ADELA HERNANDEZ
i Notary Public - We of Florida
my Caren. Expires Jul 8, 2012
�
Commission # DD 8035M eoaeeala�lre��
20 G %, by
produced
Bid No. 08-09-015 Page 24
00402 Commissioner District 5 — Sidewalk Repair PROJECT III item
Line Pay Item Description Cost per Unit Total Cost=
No. Item quantity Units "Item
1 tree r st ft. of standard 4 -inch concrete sidewalk, more or less, including tree root and branch trimmin Units Quantity Cost
8,0'tree root removal and restoration of the area. g' 8,000 Square feet $ 5
2 500 sq, ft. of standard 6 -inch concrete sidewalk/ driveway, more or less, including tree trimming, tree root 500 Square feet per s . it. $
removal and restoration of the area.
3 $ 5 Lo $
8,500 sq. ft. of concrete sidewalk removal (concrete or asphalt), more or less, at any location. 8,500 Square feet
4 100 lin. ft. of standard or depressed concrete curb or concrete curb and gutter, more or less, including $ O' j O $ g5Q
removal of existing curb or curb and gutter, and including adjacent pavement restoration, if necessary, as 100 Linear feet
per Misc. 35-85-22. $
5 Remove and dispose of one (1) tree stump, including roots, any size if necessary, at any location
6 Provide and install five (5), more or less, water meter boxes located in sidewalk to be replaced, at any 1 Each $ 50 og $ SO os
location 5 Each $ as
7 100 sq. yd. of 1- inch thick Type "S -III" asphaltic concrete surface course including bituminous tack coat, as Loo $500-4111
noted in theses specifications. 100 Square
8 sq, yd. of 8- inch thick compacted limerock base with primer oil surface including necessary clearing and $ 4.0-
100 $
and grading, as noted in these specifications. 100 Square q o.s
g Install 50 square feet of St, Augustine Solid Sod in lace, if necessary, and $ l $ �00
leveling of the swale area and top dressing. p �, including planting soil, grading, Square
10 500 sq. ft. of standard 6 -inch concrete driveway approach, more or less, including removal of existing 50 feet $ �. $ rJ0
concrete/asphalt driveway approach, tree trimming, tree root removal and restoration of the area at any 500 Square
cit wide location. feet $ 4s $ 2� 500 ao
11 Provide and install five (5), more or less, traffic signal pull boxes in J
located sidewalk to be replaced, if
necessa at an citywide location. 5 Each $ ��0 gs e
12 500 sq. ft., more or less, of 6 -inch thick base preparation for locations where there are no existing g
S uare ++�� �
sidewalks, including clearing and grading, new fill material, compaction and leveling of the area, etc. 500rFeet $ 1» $ 5.00
13 100 sq. ft. of removal, more or less, of existing asphalt, concrete or sod at swale areas, clearing and
grading to 6 -inches lower than face of sidewalk/ curb including survey work for new elevations, installing
new 6 -inch thick base preparation with appropriate fill material, compaction and leveling of the valley 100 Square
drainage area, etc., in order to properly adjust rain water flow into existing catch basins as per Misc. 35-85- feet $ it •ee $ 4o0 .Q9.
27.
14 500 sq. ft. of standard 4 -inch concrete handicap ramp, including removal of existing concrete/asphalt ramp,
sod, etc., clearing and grading, tree trimming, tree root removal, new fill material, compaction and leveling 500 Square
of the area, etc. all as per Misc. 35-85-22C. feet $
15 •i�0 $
Special Provisions
$5,000.00
�3,. v