HomeMy WebLinkAboutcontract documents 2•
City=OF .MIAMi...B AC:H
CRY HALL 1700 CONVENTION CENTER DRIVE MIAMI BEACH, FLORIDA 33139
Mlp rrilam6eachll.gpv
COMMISSION MEMORANDUM
.TO: • Meyot D*Vid Deriner and
Members of the City Comt issloh
FROM: •Jorge M; aoin alez .1
City Manager
SUBJECT: • ...REQUEST FOR •APPROVAL TO 'AWARD JOB ORDER `..CONTRACTS TO - THE
FOLLOWING CONTRACTORS PURSUANT TO INVITATION 'FOR BIDS ("BID") NO.
• •• • ' 12-03/04 FOR PUBUC WORKS 'PROJECTS; BID NO. 1343104 FOR CITYWIDE
':CONSTRUCTION .PROJECTS; 'AND BID NO. .1403/04 FOR CAPITAL
• • JiMPROVEMENTS PROJECTS: 1)',ALPINE .CONSTRUCTION, INC.; 2) CARIVON
CONSTRUCTION, INC.; 3) CW CONSTRUCTION, INC.; 4) F & L CONSTRUCTION,
• INC.; S) F.H. PASCHEN SN NIELSEN; 5)-H.A CONTRACTING, INC.; 7) 'PASS
INTERNATIONAL, INC. AT AN, ESTIMATED ANNUAL AMOUNT OF $2.MILLION PER
• CONTRACT FOR PUBUC WORKS AND CITYWIDE CONSTRUCTION PROJECTS,
•AND $5 MILLION PER CONTRACT FOR CAPITAL IMPROVEMENT PROJECTS; AND
FURTHER •AUTHORIZING THE MAYOR .AND CITY CLERK TO EXECUTE ALL
CONTRACTUAL AGREEMENTSTHERETO.
•
DATE: May25,1004
ADM1NISTRATION'HECOMMENDATION
14pproVe the Award of Contracts and authorize the Mayor and City Clerk to execute all
contractual agreements thereto.
'_ . j�l�l�>ti�Na AtrjQ'A�IbUNT
Funds are .avallabie front the capital improvement; accounts allocated • to :City .
. Departments •and/or Divisions, 'subject to Office of Management and Budget review. The
following are the maximum value of each contract: .
' '12413104 . Pub11c Works....$2 million' annually, maxlrnur'value $10 million In five years.. .
• ' 13-03104 - City Wide $2 million annually, maximum value $10 million in five years:
14-03104 — CIP $5 million annually, maximum value $25 million in five years.
• :TERM QF CONTRACTS '
The • Initial :terns of each contract to 12 months and niay be renewed for four (4)
• siddltlonal one-year periods at the City's sole discretion:. The renewal options may be
. • ' exercised when the annual' maximum value is reached ($2 million •for Public Works and
Citywide, and $5 million for CIP projects), or when the one-year has expired, whichever
. occurs first. For example, should a Public Works contractor .reach $2 million In
Construction work within the first six (ti)'montha of their contract, the City at its sole
discretion, may renew the contract, and the contractor will be in year two of their
• contract. . .
149
1
Cohesion Memo
Bids No. 12-03/04, 13-03/04,and 14-03/04
May 26, 2004
•ANALYSIS
•
•The City fully inwiemerited a Job Order Contracting (JCC) program on May 2, 2003.
. The Citys JOC program was implemented alter thorough research and presentations,
that Included the following:
• • .The Mayor and City Commission at Its December 20, 2005 meeting, referred to
the Finance and Citywide Projects Committee for discussion, the JOC program.
• . "The Mende', and Citywide Projects Committee'' et Its .February .12, 2001
meeting, listened to a presentation from the Procurement Director relative to
' • the JOC system and its benefits, and recommended that the ,Administration
pursue the .implementation of the JOC program for timely completion of
construction projects.
• On .February 21, 2001; Comthisslaner SIrrion •Crux provided the City
• Commission with a verbal report relative to the Finance and Citywide Projects
• • Commtttoe's recommendation as stated above.
••-On .July 18, 2001, the Mayor and City Commission adopted Resolution No.
.2001-24524, Which authorized the issuance of a Request for Proposals (RFP)
for the establishment of JOC program.
• On April. 10; 2002,1he Mayor and City Commission' adopted `Resolution •No.
2002-24818, which authorized the administration to enter Into negotiations with
The Gordian group.
• • On July 10, 2002, the Mayor and City Commission adapted Resolution No.
• 2002-24914, which authorized the ;Mayor and City Clerk to execute an
'agreement with The Gordian Group for the establishment of the JOC program.
•• 'On March 19, ' 2003, the Mayor and City Commission adopted Resolution No:
:2003-26157, which awarded contracts to the following contractors: 1) HA
Contracting; 2) F & I Construction; 3) Carivon Construction; 4) TRAN
Construction; 5) Grace & Naeem Uddin, Inc.; and 6) TROPEX Construction.
The•firat year results of the City's JOC program are as follows:
• JOC hail delivered a fast, cast -effective procurement system that gives each
department an option in the procurement of construction services. In the ftret 12
• months of the JOC program, job orders were Issued on 5B projects totaling
$10,523,551.89.
• The number of construction •projects Initiated and awarded via JOC in one year
(68), Is greater than the total number of construction projects awarded via
traditional bidding (53) In the past three years!
150
Commi8Bion Merho
Bids No. 12-03/04, 13-03/04, and 14-03/04
May 26, 2004
•. • The average time from the Joint Scope meeting •(initial Meeting of the City and
Contractor to discuss scope of work) to a Notice to Proceed (document directing
Contractor to commence work) has averaged 26.3 days. With traditional bidding.
the time It has taken to issue a Notice to Proceed to a contractor following the
execution of the contract books has averaged in excess of 180 days. Thus a
• timesaving of at least 154 days on average.
► There.have been no contractor -initiated change' ordera•on any project. Under
.IOC the contractor jointly scopes the• work with the City and any
Misunderstanding or confusion Is openly discussed -and resolved. If a question
arises during the proposal development the contractor Is free to contact the City's
representative and get the appropriate answers. This non -adversarial relationship
eliminates the underlying cause of most claims and changes.
• There has been no daim br any litigation relative to any JOC project.
. Based on the results of the City's JOC program coupled with the high volume of
construction -related projects, the city issued three separate bid solicitations 'in order to
• Increase the pool of responsive and responsible contractors that would be ready, willing
and able to accomplish timely and cost effective construction work.
•010 PROCESS
A mandatory pre -.bid conferrrice was held on April 8, 2004.. The pre=bid conference •
was held for the purpose of discussing the JOC concept and the contract documents,
the Gilyr's construction program, and bid considerations. Bidders had to be represented
• by a person that would be directly Involved in preparing the JOC bid and responsible for
executing the construction work. A total of 21 bidders attended the pre -bid conference.
Prospective bidders were required to .submit 'a "bid" on all work contained in the unit
price book by quoting a single adjustment factor that would be applied for work
• accomplished during normal working hours and a single adjustment factor for work to be
accomplished during other than normal working hours. These two adjustment factors
• represent the contractor's only adjustment to the prices published In the unit price book
and must Include all Indirect cost such as overhead, profit, bonds, Insurance, design
and contingency costs.
For example. an adjustment factor of 15%would be bid as 1.15. During the execution of
,the contract the unit price of a specifid construction task Is multiplied by the appropriate
adjustment factor to obtain the final price to be paid for a specific construction task. JOC
'represents a competitively bid, flrm fixed price contract since all the prices and the
adjustment factors are established before the contract Is awarded.
All Interested bidder* were provided a copy of the Project Manual and provided with a •
Compact Disk containing the following:
• The Unit Price Book containing over 140,000 construction tasks. Each task
• contains a task description, unit of measurement, and a unit. price. Each Unit
151
.Commission Memo
Bids No. 12.03/04,13-03l04, and 14-03104
May 26, 2004
price contains locally developed direct costa formaterial, equipment, and labor.
The construction tasks encompass all aspects of construction work. .
s. A set of detailed technical specifications for each of the 140,000 construction
tasks. The specification set Incorporates the City's own specifications. .
• The legal tenn' and conditions that contain the specific contract language
concerning .the execution of the contract, which is standard with all our
construction contract awards.
' •.B1D RESULTS/DETERMINATION OF AWARD
On April 20, 2004, the City received five (5) bids for the Public Works Contract (#12-
03/04). And on April 21 2004, the City received six (6) bids for City Wide Contract (#13-
03/04), and on April 22, 2004, the City received seven (7) bids for the CIP JOC Contract
(#14-03/04). The tabulated results are attached.
The recommended contractor's were selected based on the following evaluation criteria
which was Incorporated into all three Invitation for bids:
a. • Factor Weights for Deterrnining the Low Bid Only:
-Type of Work Non Davis Bacon — 90%
-Type of Work Davis Bacon — 10%
-Normal Working Hours — 90% .
• -Other Than Normal Hours — 10%
-Architectural and Engineering Services -- 30%
•b.' The ability, capacity and skill of the bidder to perform the contract. •
c. Whether the bidder perforated satisfactory on contracts within the time specified,
without delay or Interference.
d. The character, integrity, reputation, judgment, experience and efficiency of the
. bidder.
e. The quality' of performance of previous contracts.
•
f. The previous and existing compliance by the bidder With' laws and Oidlnances
relating to the contract.
g. The Management Plan submitted and experience of the •contractor as listed in
the questionnaire.
Included within the Project Manual was•the City's position in •awarding projects under
this contract, All contractors were instructed that it was the City's intention to award at
(east one (1) Job Order Contract for each contract number on the basis of the lowest
• and beat bid. However, the City of Miami Beach reserves the right to award multiple
contracts, if determined to be In the City's best interest. The City will award only one
JOC contract to a single Contractor under this advertisement (i.e., no Contractor will be
awarded more than one (1) JOC contract).
152
Coissioti Memo
Bids No. 12-03/04,13-03/04, imd 14-03/04 •
May 26, 2004
In determining a bidder's responsibility and ability to. perform the contract, the City
• investigated and requested information concerning the financial condition, experience
record, personnel, equipment, facilities, principal business location and organization of
the bidder, the bidders record with environmental regulations, and the claims/litigation
history of the bidder.
The following are references secured by the procurement staff in references to •past
•project experience: .
Aiplfe Construction..Inc. .
Daniel Perez
Perez and Perez Architects ..
"I have personally known Mr. Alfred auero far over20 years, •and during this`•tlme 1 hove
known him to be a dedicated construction professional always strivingfor excellence in
his field Without reservation l recommend him and his company."
• doe'Herrera •
• • SMG/Mlami Beach Convention Center
- "Very reliable contractor, friendly and on -time."
Canyon Construction, Inc. •
Ray Martinez '
Miami International Airport .
"Carivon construction has provided construcffon'services for Miami lntematlonal Airport
• for the last 2 years. Value and quality are of the up most importance to Carivon
• Construction. They are a great asset for any organization that may need their services"
Steve Clark
SMG/Mlami Beach Convention Center
. • "Carivon Is a great contractor, reliable and always ready to provide the services needed
on time and budget."
CW Construction. Inc.
• .John Harrison
• Harrison Construction Company . •
"Contractor Is very conscientious, high integrity. Would be happy to work with CW
'again. Excellent performance.""
Buddy Meazaros
Mlaml-Dade College '
"Very good service and workmanship. Responds well to owners requests and demands.
Would not hesitate to use them again."
153
Commission Memo
Bids No. 12-03104, 13-03/04, and 14-03/04:
May 26, 2004
F & L Construction. lnc.
Nury Menicuccl
City of Miami BeachIC1P .
"P&L has a pm -active approach in Management and takes pride in their work
(performing good quality work)."
Bruce Lamberto
• City of Miami Beach/Property-Management :
. "F & L has been very responsive to the four projects that 1 requested they quote on for
us. The immediately came out.and met with me to go over proposed work and they did
provide timely estimates when we needed it u
.F.H. Paschen SN Nielsen
• Eric Mitchell
San Diego Department of General Services
"F.H. Paschen has provided excellent work products on over 6 million dollars of new
and old construction projects."
Jack Farnan
' Metropolitan WaterReClamation District
F.H. Paschen has worked on the District's' JOC prograrn fior several years. Their prices •
• arse competitive end their work Is done well." r
H.A. Contracting, Inc.
H.A. Contracting; inc. Is Ohexisting JOG contractor With the City. 7'ha Procurement staff
. has contacted CIA, Public Works, Property Management and the Convention Center for
references. A!1 departments have commented that H.A. Contracting is a good
contractor that has performed well under the existing JOC contract for the City.
Pass international, Inc.
• Roberto Smith
• Koger Equities
.."Pass International has been. our preferred general Contractor for over 10 years and Will
• • continue to do work for us. Their professionalism and dedication to the Job at hand Is
Unsurpassed. I wholeheartedly endorse Pass International as a quality general
contractor."
Ronald Langlois
Franklin Templeton Companies. LLC
"1 have used Pass Construction for over nine years and 1 am very pleased with the
:quality of their work. Pass construction has gone out of their way'to provide the lowest
cost to us without sacrificing quality. They have worked closely with our architect over
the .past nine years and have Identified a number of design problems that would have
delayed the project. 1 have been Impressed with the honesty of their ownership. It is
nice to do business with an organization that you oar trust."
154
•
Commission Memo
Bids No, 12-03/04, 13-03/04, and 14-03/04'•
May 26, 2004
• . Saope of Work:
Individual Job Ordert issued will determine the scope of work under for each project.
Upon receipt of a notice to proceed, the contractors will furnish ail architectural and
engineering services (less than $25K) to support individual job orders, shop drawings,
samples, management, documentation, Materials, supplies, parts (to 1nCiudad system
components), transportation, plant, supervision; labor and equipment needed to perform
the work at designated City properties.
The contracts' will lnclUde but not be limited to the following construction repair,
'renovation,. or new construction protects: Public Works, Capital Improvements Projects,
Facilities and Parks, Parking,, the Miami Beach Convention Center, and the Jackie
Gleason Theater of the Performing Arts.
The Public Works Dapartrilent and the Capital Improvements Program' (CIP) office Will
administer the contracts.
Evaluation:
The contractor will be. evaluated on each Job Order. Results of the evaluation will
impact the Issuance of future Job orders.
•Cotract Pr
ice: rice: .
The contract price is to include the fumishing of all Tabor, materials, equipmnt including
'tools, services, obtaining permits, applicable taxes, overhead,' •archftectural and
engineering services, overhead and profit for the completion of each Job Order. •The
-cost of any Item(s) of work not covered by a specific contract unit price shall be treated
as a non pre -priced item.
• Each 'contract will have an initial tens of 12 months. EaCh contract will include an option
:for four (4) additional one-year renewals. Renewals shall be subject to prior approval of
''the City Manager. The Contract duration shall not exceed five (5) years. An option term
may be exercised when the maximum value of $2 million on the Public Works and
Citywide contracts, end $5 million on the CIP contracts is achieved or the expiration of
the 12 month term, whichever Is first.
Based on the analysis :of the Eidjirstrnent factors bid' and the volume of construction
projects the Administration is recommending the following awards
Public Workg: • City Wide:
CW Construction, Inc. Alpine Construction, Inc.
CI
H.A. Contracting, Inc.
Carivon Construction, Inc.
F & L Construction, Inc.
Pass International, Inc.
F.H. Paschen SN Nielsen
Commission Memo
Bids No. 12-03/04, 13-03/04, and 14-03/04
May 26, 2004
: GOJ4CLUSION
In summary, the JOC system will enable the City to achieve Its primary objective of
being able to "more rapidly engage contractors" while lowering costa and strengthening
internal controls. JOC does not replace any of the existing contracting systems Including
• program management services. JOC is just an efficient and affective tool for the City to
use In accomplishing Its facilities maintenance and construction program. JOC has
proven to be a system that can offer Immediate as well as long-term benefits.
The AdrIriistratIon recornmends that the 'Mayor and 'City Commission award contracts
to the following contractors pursuant to Invitation for Bids No. 12-03/04, 13-03/04, and
14-03104: 1) Alpine Construction, Inc.; 2) Carivon Construction, Inc.; 3) CW
Construction, Inc.; 4) F & L Construction, Inc.; 6)• F .H. Paschen SN Nielsen; 6) H.A.
Contracting, inc,; 7) Pass International, Inc., for capital Improvements projects, public
works projects, ,and other citywide projects whereby funds have been appropriated by
the City Commission; and. further authorizing the Mayor and City Clerk to execute all
Contractual agreements thereto.
JMG:RCM:S:I`M:OL
T: AGENDAtocalMayzemmeguramOccotnMlssionMemo.doc
156
•
CammissionMemo
Bids No. 12-03104, 13-03104, and 14-03/04.'
May 26, 2004
0
1a+
J1
CITY OIL NllANi BEACH FORMA
r
Bid Results wry
T r T
"r. Job Order Contract
t12-03104 Public Works Deparbnent.
E
BoGDe11d1101DOCAAA ?L.2CC4 0:119pJ1i
lana1
LIMA
1i6sG
Lim
11r3
Lim 11
Ore 15
Una 17
(.66064.713
(.604.61.36,
y6042106)
rrr..-�.6.
C.111.616.76;
1oC.I I Oi
1.16e.21k..7I»
4164.37J
0,5043
4.'M°
6.1230
6!'E413
6L630
tUm10
CO710
DAM, -
zal .•, .
•..
�A
ert new
A¢�it Faalor
Agtelme1 Fulr
6
AzOeewt Faofar
Aq.. I Fall i
A4uetaert Fmk"
AgMaaaafRar Fa
Faclr
C�A6aDx
016111
061ralFaih
e1d1r/OanWtler
Clueniae Memel
OOerlleueWeel
llnaarealr6 OB
flemal team OB riASE
Dluelh61i4e66
Oft OR
C61r11me fi®d
eeLyOB
Awe0436elaiiPaa
WPM
2
Ages CaWu.We Cup .
Nmvee
1L01611
6164441•61.6E
1 WC
, taam
- t
1s607
12110e
t2111k
maike
121661
1.1172
1.1171
S
a CamPe6
1.1413
1.1646,
• - 1_1535 li3
1.1260.
12310
t21e3 1.2600
1.190
1-1
4
f li Padwq 1111144144m
1.1736
1.1472
12222 12 3 1.2707
t3E10
1.3;300 1.3321-
1_1987
7.1a0F
fLkCutadngCm.
1.1000.
1_2000
126Od t360D. L'AOl'- 121100
1.3100 1]000
12452
1.2449
These contractors have been awarded a contract under Bid 14/04-CEP
** These contractors have been awarded a contract under Bid 13-03104--City Wide
•
Commission Mean
Bids No. 12-03/04,13-03/04, and 14-03/04
May 26, 2004
-
, 1 1 E r i
CITY OF MIAMI BEACH, FORMA
i 1 i i )
• Bid ids S -
1 1 1 r
Job Orderi
Contract #1 4 CI ity Wide
.
_
i i
Bid OPemim Damx AiidI 21, 2004 100 pm
Lief
U1e3
Lira
the 7 lima
Une11
U0e13
Urr15
Line17
(eX50c.70)
(A13c.0kA0)
(.10x_20c70)
(03,an„31) (.100071.710
(.14cefnc20)
(.10c90sI.70)
41
(beeeeuiAd} nment
0.5010
Q2feD
0.1200
0.0510 1 00960
0.0340
02140
0.0000
1Ax.el te;:G1$
Leavad OMI!
egemenerd Fade
AdJlimmea na to
AdluLL4e11e Farld
Aqua/went Aguelnued Fedor
Aqulnant Fack0M0simeetFactahleslmentFrior
ex Jr+IIxAp
/Witten On 131d
IOIdretFlash
-
Wendt
Homed WME
O berihee
Num"
amerl10 i
11aE1i1ime mow aea0a6
Nonni 0o
o0Mr7A1a
Ib34 sahni 09
oerrl0an
timid udlg06
"wad Wean Flqua
_
-
0330
11/ME
r
niA6E-
1
10300
• 10500
1.0100
1
1A000
1.1200
110'
1.1300.
1.0451
1.0447
1.0164\.
1.1106
1.0556
1.1146
1.0446
1_1300
1.100e
1.1206
1,0678.-
15010
e
•
1.1000
1.1200‘
1.0550.-
- 1.1100
-1
SAM
L1000
1.1003k
1.095E
1.101i
4
e
•
• Capd6neiorl mc.
1.0400
1.1111
1.1335-
- 1.1fA1
. •.. . 1.e'00
• vim
12100
- 11511
-WOO
. 1.1e11
1.1900.:
1281.1
• 12900
1.t21
1.2303
1.2611
. 1.0969
1.1313
- - wee
1.1313
these contractors have been awarded a contract under Bid 14-03/04-CIP
** This contractor has been awarded a contract under Bid 12-03/04-Public Works
Commission m Marto
Bids No. 12-03/04, 13-03/04, and 14 03/04
May26,2004
**
I■I■M1111
CITY OF MiAM1 BEACH
i=ORIQA.
��a�ma■������a
Bid Rest Sumas
Job Order Contract #14-03104 Capital improvement Projects
MIIMIIIIIIIMMIIIIMENIMMI
miimmummirmirimimmumm=ammarcEmilnEtniiiimmeeilumemium
MIIMMMMIIIIIMMIMMIMME UM a ztm =MIEN e.esa aaseo t► aaio nnNo O. IAO t i . a,:^M
MIMINIMEMMIIMMONIMter.-1 L:'._.._.i-..+L A. a M.-n.�}rL.-;i: -►.ter„i:-7 22 ir=
IPPIIIIIMMIT! ...MAZE
ODAr We
.. .._----=PEIMM-
0ldrfafFFh11
7
• ILL, Dor . 2004 301)
® MOM ®® t1811
* These contractors have been awarded a contract under Bid 13-03/04-City Wide
This contractor has been awarded a contract under Bid 12-03104-Public Works
CxAo+Pe
SI
1.1313
CITY OF MIAMI BEACH
1700 CONVENTION CENTER DRIVE, MIAMI BEACH, FLORIDA 93130
http:ltcl,rnl eml-becah.11.us
PROCUREMENT DIViSJON Telephone (308) 073.7410
Facsimile (308) 873.7831
INVITATION TO BID
ADDENDUM NO. 1
March 31, 2004
JOB ORDER CONTRACT: ITB 12-03/04 PUBLIC WORKS DEPARTMENY;JOBORDER
CONTRACT: ITB 13-03/04 CITY WIDE; JOB ORDER CONTRACT: ITB 14-03/04
CAPITAL IMPROVEMENTS PROJECTS is amended as follows:
I. The Mandatory Pre -Bid Conference that was advertised in Volume 1 - Project Manual of the
CD has been amended as follows:
A Mandatory Pre -Bid Conference has been scheduled for 9:30 A.M., April 8th, 2004, at the
City of Miami Beach Convention Center, 4th Floor Executive Offices Conference Room
located at, 1900 Convention Center Drive, Miami Beach, FL 33139. Intending Bidders must
attend the Mandatory Pre -Bid Conference. The Mandatory Pre -Bid Conference is held forthe
purpose of discussing the JOC concept and the Contract Documents, the City's construction
program, and bid considerations. Bidders must be represented by a person that will be directly
involved preparing the JOC bid and responsible for executing the construction work. Any
Bidder submitting a bid and who was not represented and signed in at the Mandatory Pre -Bid
Conference may be deemed non -responsive.
kidders ark remAredd to acknowledge receipt of this Addendum or the bid may
be considered non-resnonsive.
CITY OP MIAMI BEACH
•
Gus Lopez, CP1 O
Procurement Director
nu
CITY OF MIAMI BEACH
1700 CONVENTION CENTER DRIVE, MIAMI BEACH, FLOR117A 33139
hltp:Noi,mlaml.6each.fLus
Sir
PROCUREMENT DIVISION Telephone (305) 0734400
Facsimile (305) 073.7851
INVITATION TO BID
ADDENDUM NO. 2
April 12, 2004
JOB ORDER CONTRACT: ITB 12-03/04 PUBLIC WORKS DLPARTMENT;JOBORDEtt
CONTRACT: ITB 13-03/04 CITY WIDE; JOB ORDER CONTRACT: ITB 14.03104
CAPITAL IMPROVEMENTS PROJECTS is amended as follows:
L Clarifications:
1. A bid guaranty is REWIRED to be s ubmitted with your bid response, and the amounts are
as follows:
- ITB 12-03/04 Public Works Department $25,000
- ITB 13-03/04 - City Wide - $25,000
- ITB 14-03/04 - Capital Improvement Projects - $50,000
2. Correct dine 4, of Bid Form 2, to read as follows:
- 4. Multiply Line 3 by .2160 (.90 x.80 x.30)
Attached are amended Bid Form 2, for all three projects, discard originals in the
Project Manual and replace with attached amended pages.
3. Deadline for receipt of questions for all three projects have been changed to'5:00PM
, on Thursday, April 15, 2004.
Bidders are required to acknoWledke receipt of this Addendum or the bid may
'be considered non -responsive.
CITY OF MIAMI BEACH
Gus Lopez, CPPO
Procurement Director
rm
BID FORM 2
COMBINED ADJUSTMENT FACTOR WORKSHEET
FOR CONTRACT NUMBER ITB 12-03I04 CITYWIDE
For the purposes of determining the low bid the Contractor shall complete the
following worksheet.
(Specify to four (4) decimal places).
1. Normal Working Hours Construction Adjustment Factor
2. Multiply Line 'i by .5040 (.90 x.80 x.70)
3. Normal Working Hours -Construction Adjustment Factor with
Architectural and Engineering Services
4. Multiply Line 3 by .2160 (.90 x.80 k.30)
5. Other Than Normal Working Hours Construction Adjustment Factor....
6. Multiply Line 5 by .1260 (.90 x.20 x.70)..
7. Other Than Normal Working Hours Construction Adjustment Factor
with Architectural and Engineering Services
8. Multiply line 7 by .0540 (.90 x.20 x.30)
9. Normal Working Hours Construction using Davis Bacon Wages
10 Multiply Line 9 by .0560 (.10 x .80 x.70)
11. Normal Working Hours Construction using Davis Bacon Wages with
Architectural and Engineering Services
12 Multiply Line 11 by .0240 (.10 x .80 x.30)
13 Other Than Normal Working Hours Construction using Davis Bacon
14. Multiply line 13 by .0140 (.10 x .20 x.70)
15 Other Than Normal Working Hours Construction using Davis Bacon with
Architectural and Engineering Services
16. Multiply line 15 by .0060 (.10 x .20 x.30)
17. Add lines 2+4+6+8+10+12+14+16
(Combined Adjustment Factor)
BID FORM 2 '
COMBINED' ADJUSTMENT FACTORWORKSHEET
FOR'CONTRACT NUMBER ITB 13.03104 PUBLIC WORKS DEPARTMENT
For the purposes of determining the tow bid the Contractor shah complete the
following worksheet.
(Specify to four (4) decimal places).
1. Normal Working Hours Construction Adjustment Factor
2. Multiply Line 1 by .5040 (.90 x.80 x.70)
3. Normal Working Hours ConstructionAdjustment Factor with
Architectural and Engineering'Services
4. Multiply Line 3 by .2160 (.90 x.80 x.30)
5. Other Than Normal Working Hours Construction Adjustment Factor
6. Multiply Line 5 by .1280 (.90 x.20 x.70).
7. Other Than Normal Working Hours Coristruction'Adjustment Factor
with Architectural and Engineering Services
8. Multiply line 7 by .0540 (.90 x.20 x.30)
9. Normal Working Hours Construction using Davis Bacon Wages...,
10 Multiply Line 9 by .0560 (.10 x .80 x,70)
11. Normal Working Hours Construction using Davis Bacon Wages with
Architectural and Engineering Services
12 Multiply Line 11 by .0240 (.10 x .80 x.30)
13 Other Than Normal Working Hours'Construction using Davis Bacon
14. Multiply fine 13 by .0140 (.10 x .20 x.70)
15 Other Than Normal Working Hours Construction using Davis Bacon with
Architectural and Engineering Services
16. Multiply line '15 by .0060 (.10 x .20 x.30)
17. Add lines 2+4+8+8+10+12+14+16
(Combined Adjustment Factor)
BID FORM 2
COMBINED ADJUSTMENT FACTOR WORKSHEET
FOR CONTRACT NUMBER ITB 14.03104 CAPITAL IMPROVEMENT
PROJECTS
For the purposes of determining the low bid the Contractor shall complete the
following worksheet.
(Specify to four (4) decimal places).
1. Normal Working Hours Construction Adjustment Factor
2. Multiply Line 1 by .5040 (.90 x.80 x.70)
3. Normal Working Hours Construction Adjustment Factor with
Architectural and. Engineering Services •
4. Multiply Line 3 by :2160 (.90 x.80 x.30)
5. OtherThan Normal Working Hours Construction Adjustment Factor....
6. Multiply Line 5 by .1260 (.90 x.20 x:70).
7. Other Than Normal Working Hours Construction Adjustment Factor
with Architectural and Engineering Services
8. Multiply line 7 by .0540 (.90 x.20 x.30)
9. Normal Working Hours Construction using Davis Bacon Wages
10 Multiply Line 9 by .0560•(.10 x .80 x.70)
11. Normal Working Hours Construction using Davis Bacon Wages with
Architectural and Engineering •Serviices
12 Multiply Line 11 by .0240 (.10 x .80 x.30) ^
13 Other Than Normal Working Hours Construction using Davis Bacon
14. Multiply line 13 by .0140 (.10 x .20 x.70) •
15 Other Than Normal Working Hours Constructlon'using Davis Bacon with
Architectural and Engineering Services
.16. Multiply line 15 by.0060 (.10 x .20 x.30)
17. Add lines 2+4+6+8+10+12+14+16
(Combined Adjustment Factor)
CITY OF MIAMI BEACH
1700 CONVENTION CENTER DRIVE, MIAMI BEACH, FLORIDA 33130
• MlpMtl.miaml-beach.fl.us
' PROCUREMENT DIVISION
INVITATION TO BID
ADDENDUM NO. 3
April 19, 2004 "
• Telaphoni (305) 673.7400
Facslmlls (305) 073.7851
JOB ORDER CONTRACT: ITB 12-03/04 PUBLIC WORKS DEPARTMENT; JOB ORDER
CONTRACT: ITB 13-03/04 CITY WIDE; JOB ORDER CONTRACT: ITB 14-03/04 CAPITAL
IMPROVEMENTS PROJECTS is amended as follows:
I. Questions and Answers:
Q: On the bid questionnaire it asks, how many years the organization has been in business while
possessing one of the licenses (General Contractor). Our company has been operating since
1997 doing business as General Contractors but our current license is dated from 2000 (with a
different qualifier). Do we meet the minimum requirement as stated in the bid documents which
read?
"Only .General Contractors with a minimum of five (5)' years of General Contracting
construction experience are eligible to submit bids'.
A.: As long as your company has been in business and licensed as a General Contractor for
five (5) years, your company' meets the above stated minimum requirements.
Q: The invitation to bid, for the mentioned projects, states that the bidder must hold a Florida
Certified General Contractor's License. If the work being performed in ITB 12-03/04 is primarily
for sitelcivil/utility type projects, why is it necessary for the bidder to hold a valid Florida Certified
General Contractor's License? Will a contractor holding an engineering license be allowed to bid
on the project?
A: A Florida Certified General Contractor's License is necessary because of the complexity
and diversity of the protects that will be performed under this contract. A contractor
holding an engineering license will not be allowed to perform under this contract; only
contractors who have a State ofFlorlda Certified General Contractor's License will be
allowed to perform under this contract
•
Page 2
'Addendum 3
.II. The attached page 136 of the Project Manual has been attended, please discard original page
in the Project Manual and replace with attached page.
3idders are required tQ afknow1edge receipt of this Addendum or the bid may
be considered non -responsive,
CITY OF MIAMI BEACH
Gus Lopez, CPPO
Procurement Director
rm
PROJECT MANUAL
ARTICLE 6 'ECONOMIC PRICE ADJUSTMENT (APPLICABLE TO THE
OPTION PERIODS ONLY)
6.1. This Article provides a means to adjust the Contractor's Adjustment Factors on
an annual basis by mutual agreement of the contracting parties from the date
of the Contract award. The actual negotiated escalation/de-escalation will not
exceed as. measured by the Construction Cost Index (CCI) published in the ENR
(formally known as Engineering News Record) calculated for the U.S. Twenty
(20) City Index.
6.2. The "original Adjustment Factors" are those Adjustment Factors submitted with
the Contractor's Bid that remain in effect for a one year period beginning with the
date of Contract award. Providing the Contract is still in effect, the Contractor's
Adjustment Factors shall be negotiated at each annual anniversary date of the
Contract award (i.e. in beginning of month 13, 25, 37 and 49 of the Contract).
4
.0emaiwaisoliaagaGIT
ARTICLE 7 SPECIFICATIONS AND DRAWINGS FOR CONSTRUCTION
7.1. The CITY is not required to furnish drawings or additional specifications for
Job Orders issued under this contract. The CITY may, however, choose to
Page 136
City of Miami Beach
CopyripM02 4 The Gordian Graup
March 2004
THE GORDIAN GROUP®
i
• .Projedt Manual
TABLE OF CONTENTS
INVITATION TO BID 1
00200 DEFINITIONS 6
00300 INSTRUCTIONS TO BIDDERS 14
1. General: 14
2. Examination of Contract Documents: 14
3. Submission of a Bid' 14
4. Scope of Work' + 14
5. Job Order Contract Overview: 15
6. Contract Documents' 16
7. Location of Work: 17
8. Abbreviations and Symbols: 17
9. Pre -Bid Interpretations: 18
10. Submitting Bids 18
11, Printed Form of Bld: 18
12. Bid Guaranty:... 18
13. Acceptance or Rejection of Bids' 19
14. Determination of Award: 19
15. Evaluation: 20
16. Contract Price- 20
17. Postponement of Date for Presenting and Opening of
Bids: 20
18. Qualifications of Bidders* 20
19. Addenda and Modifications: 20
20. Prevailing Wage Rates: 21
00400 " BID/TENDER FORM 22
00405 CITY OF MIAMI BEACH LICENSES' PERMITS AND FEES , 25
00407 .FORM OF BID 26
00500 SUPPLEMENT TO BID/TENDER FORM - QUESTIONNAIRE 41
00520 SUPPLEMENT TO BID/TENDER FORM - NON -COLLUSION
CERTIFICATE 47
00530 SUPPLEMENT TO BID/TENDER FORM - DRUG FREE
WORKPLACE CERTIFICATION 48
00540 SUPPLEMENT TO BID/TENDER FORM -TRENCH SAFETY ACT
50
00500 RECYCLED CONTENT INFORMATION 51
00600 CONTRACT • 52
00708 FORM CERTIFICATE OF INSURANCE 64
00710 FORM OF PERFORMANCE BOND 65
00720 FORM OF PAYMENT BOND 68
00721 CERTIFICATE AS TO CORPORATE PRINCIPAL 70
March 2004
City of Miami Beach
copyright 0 2004 The Gordian OrQOp
Page i
•
Project Manual
. 00735' PERFORMANCE AND PAYMENT GUARANTY FORM 71
00800 GENERAL CONDITIONS 73
1. Project Manual. 73
2. Intention of City 74
3. Preliminary Matters' 74
4. . Performance Bond and Payment Bond: 74
5. Qualification of Surety' 75
6. Indemnification- 76
7. Insurance Requirements. 77
8. Labor and Materials: 79
9. Royalties and Patents- 80
10. Weather: 80
11. Permits, Licenses and Impact Fees: 80
12. Resolution of Disputes: 81 .
13. ' Inspection of Work: 82
14. . Superintendence and Supervision: 83
15. CITY's Right to Terminate Contract: • 84
16. CONTRACTOR's Right to Stop Work or Terminate
Contract: 86
17. Assignments 86
18. Rights of Various Interests. 86
19. Differing Site Conditions: 86
20. Plans and Working Drawings: 87
21. CONTRACTOR to Check Plans, Specifications and Data' 88
22. CONTRACTOR's Responsibility for Damages and Accidents:88
23. Warranty: 88
24. Supplementary Drawings- S9
25. Defective Work:... 89
26. Taxes- 90
27. Subcontracts' 90
28.• Separate Contracts: 94
29. Use of Completed Portions. 94
30. Lands for Work: 95
31, Legal Restrictions and Traffic Provisions. 96
32. Location and Damage to Existing Facilities, Equipment or Utilities:
96
33. Value Engineering: 97
34. Continuing the Work: ,. 97
35. Changes in the Work or Terms of Contract Documents: 97
'36. Field Orders and Supplemental Instructions: 98
37. Change Orders: 98
38. Value of Change Order Work: 99
39. Notification and Claim for Change of Contract Time. 99
• Page it City of Miami Beach March 2004
eopydghl 0 2O04 The Gorden Group
project Manual
40. No Damages for Delay: 100
42. Substantial Completion: 102
43. No Interest 103
43. Shop Drawings and Samples: 103
45. Field Layout of the Work and Record Drawings: 104
46. As -Built Drawings: 105
47. Safety. and Protection: 106
48. Payment by CITY for Tests: 107
49. Project Sign: 107
50. Hurricane Precautions: ' 107
51. Cleaning Up; CITY'S Right to Clean Up: 107
52. Removal of Equipment: 108
53. Nbndiscriminatlon, Equal Employment Opportunity, and Americans
with Disabilities Act , 108
54. Project Records' 109
55. Occupational Health and Safety: 109
56. Environmental Regulations: 111
'00900 SUPPLEMENTARY CONDITIONS 112
00923 STATEMENT OF COMPLIANCE . 113
00925 • CERTIFICATE OF SUBSTANTIAL COMPLETION .124
00926 FINAL CERTIFICATE OF PAYMENT 126
00930 FORM OF FINAL RECEIPT 127
01000 ADDENDA AND MODIFICATIONS 129
02000 JOC SUPPLEMENTAL CONDITIONS 133
March 2004
City of Miami Beach Page lli
copyright 0 2034 The Gordleo Group ,
•
Project fillantiat
Page iv
This Page.lntehtionaily Left Blank .•
City of Miami Beach
copydpht020h! The Oddlen 4auA
March 2004