Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
contract documents 3
Project Manual CITYOFMIAMI BEACH 1700 CONVENTION CENTER DRIVE, MIAMI BEACH, FLORIDA 33139 www,miamibeachfl.gov . PROCUREMENT DIVISION Telephone (305) 673-7490 Facsimile (305) 673-7851 • INVITATION TO BID JOB ORDER CONTRACT; ITB 12-03104 PUBLIC' WORKS DEPARTMENT JOB ORDER CONTRACT; ITB 13-03/04 CITY WIDE JOB ORDER CONTRACT; ITB 14-03/04 CAPITAL IMPROVEMENTS PROJECTS NOTICE TO CONTRACTORS Seated bids will be received by the City of MiaMI Beach'Procurerent Director, 3td Floor, 1700 Convention Center Drive, Miami Beach, Florida 33139, until 3:00 p.m. .local time for Job Order Contracts (hereinafter called JOC) according to the Bid Table below: Only General Contractors with a minimum of five (5) years of General •• Contracting construction experience are eligible to submit bids. The bid dates and contract values for the referenced JobOrder Contracts are as • follows: BID TABLE Bld Number Bld Due Date Maximum Contract Value/Term Maximum Contract Total Value ITB 12-03/04 4/20/04 $2,000,000 $10,000,000 ITB 13-03/04 4/21/04 $2,000,000 $10,000,000 ITB 14-03/04 4/22/04 $5,000,000 $25,000,000 March 2004 City of Miami Beach Page 1 copyright 0 2034 fia Gordian Group :Project Manual A JOC is a competitive bid resulting in a firm fixed priced Indefinite quantity . . construction contract pursuant to •which the Bidder/Contractor will perform a variety • of work at different project locations. The Scope of Work includes a collection of detailed repair, construction and demolition tasks with related performance specifications and pre -established unit prices. The contracts are for the • . accomplishment of repair, alteration, modernization; maintenance, rehabilitation, demolition and construction of infrastructure, buildings, structures, or other real property. Work is accomplished by means of issuance of a Job Order against the • contract. Under the JOC concept, the Contractor is required to furnish all management, documentation, labor, materials and equipment needed to perform the work including architectural and engineering services to support Individual Job Orders. • Each contract will have an initial term of 12 months. At the City's sole discretion, each contract will include an option for four (4) additional terms. The contract duration shall not exceed five (5) years. An option term may be exercised when the maximum value of $2,000,000 for 12-03/04 and 13-03104 and $5,000,000 for 14- ' 03/04 Is achieved or the expiration of the 12 month term for as listed In the bid table for each contract number. The Bidder's for JOB ORDER CONTRACT ATB 12-03/04 PUBLIC WORKS DEPARTMENT must hold at the time of submitting the Bids, a valid Florida Certified General Contracting License. The work for this contract will be used primarily for Site/civil/utility type projects. The Bidder's fdt JOB ORDER CONTRACT ITB 13=03104 CITYWIDE must hold, at • the time of submitting the Bid, a valid Florida Certified General Contractor License. The work for these contacts will be used primarily for renovation and or repair and Minor new construction type projects. The Bidder's for JOB ORDER CONTRACT ITB 14-03/04 CAPITAL IMPROVEMENT ...PROJECTS must hold, at the time of submitting the Bld, a valid Florida Certified ... • General Contractor License. The work for these contacts will be used primarily for City's Right Away Projects, renovation and or repair and minor new construction • :type protects. .• If the Bidder Is a joint venture, the joint venture Itself will be considered a separate' and distinct organization and must be in .compliance with all requirements of the State statutes and the Florida Contracting licensing regulations. At time, date,: and place referenced herein, bids will be publicly opened. Any bids • received after time and date specified will be returned to the Bidder unopened. The Page 2 City of Miami Beach copyrt ht 02c 4 The Gordian Group March 2004 . • Project Manual • • responsibility for submitting a bid before the stated time and date is solely and strictly the responsibility of the Bidder, The City is not responsible for delays caused by mall, courier service, including U.S. Mall, or any other occurrence. • • • •March 2004 City of Miami Beach Page 3 CCpYdg 1O20 4TheGordianGtoup • ..Project Manual A Mandatory Pro-BId Conference has been scheduled for 9:30 A.M., April 8th, 2004, at the Miami Beach Convention Center, 4th Floor Conference Room,1900 Convention Center Drive, Miaml Beach, FL 33139. intending Bidders must attend the Mandatory Pre-Bld Conference. The Mandatory Pre -Bid 'Conference is held for the 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 respbnslble 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. •A Bid Bond will ndt be required for this contract. The 'successful bidder will be • .required to furnish an Initial Performance and Payment Bonds, each in the amount of •. $2,000,000. The bid package will be available March 30th ,2004, and can be ordered or picked up . :at the City of Miami Beach, City Hall, Procurement Division, 1700 Convention Center Drive, Miami Beach Florida 33139. The cost for these bid documents is $100,00. Checks or money orders should be made payable to City of Miami Beach. The . Bidder may also purchase the Bid Documents the day of the Pre -bid Conference. Bid Documents will be 'available on CD-ROM. Volume I the Project Manual and Volume II the Construction Task Catalog will also be included as a paper copy. The contact person for this Bid is the Procurement Director. The • Procurement Director may be contacted by phone: 305-673-7495; fax: 305-673-7851; or e-mail: • .gusiopez©mlamibeachfi.gov. Oral communication between a bidder, lobbyist or :consultant and the Procurement Director is limited to matters of process or procedures. Request for additional information or clarifications must be made In writing to the Procurement Director, with a copy to the City Clerk, no later than 10 calendar days prior to the Bid Opening. The City will issue replies to inquiries and any other corrections or amendments it deems necessary In written addenda issued prior to the deadline for responding to the Bid. Bidders should not rely on representations, statements, or explanations -other than those made in this Bid or In any written addendum to this Bid. Bidders should verify with the Procurement Division prior to submitting a Bid that all addenda have been received. The City of Miami tleach reserves the right to accept any proposal or bid deemed to • be in the best Interest of the City of Miami Beach, or waive any informality in any proposal or bid. The City of Miami Beach may reject any and all proposals or blds. . Page 4 City of Miami Beach capy+lght V 2034 The Gordian O cup March 2004 Project Manual It is the current intention of the City of Miami Beach to award at least one (1) Job Order Contract for each contract number under this solicitation on the basis of the lowest and best bid. However the City of Miami Beach reserves the •right to award multiple contracts, if determined to be in the City's best interest. Such multiple awards shall not affect the Maximum Contract Total Value, as stated above, for each. contract awarded. The City of Miami Beach 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). YOU ARE HEREBY. ADVISED THAT THIS INVITATION TO BID IS SUBJECT TO THE "CONE OF SILENCE, "IN ACCORDANCE WITH ORDINANCE 99 -3164 AS AMENDED. A COPY OF ALL WRITTEN COMMUNICATION(S) REGARDING THIS BID MUST BE FILED WITH THE CITY CLERK. • YOU ARE HEREBY ADVISED THAT THIS INVITATION TO BID IS'SUBJECT TO THE "CODE OF BUSINESS ETHICS", ("CODE") IN ACCORDANCE WITH RESOLUTION NO. 200023879. • YOU ARE HEREBY ADVISED THAT THIS INVITATION TO BID IS SUBJECT TO THE CITY OF MIAMI BEACH DEBARMENT ORDINANCE NO. 2000-3234. YOU ARE HEREBY ADVISED THAT THIS INVITATION TO BID IS SUBJECT BID SOLICITATION PROTEST ORDINANCE NO. 2002-3344, Detailed representation of all these ordinances can be found or the Clty of Miami •Beach Website at http://www.miamibeachfl.gov/newclty/depts/purchase/bldintro,asp CITY OF MIAMI BEACH . Gus Lopez; CPPO, CPPB Procurement Director March 2004 City of Miami Beach Page 5 copYd9ht 02QO4 The Gordian Group Project Manual 00200' DEFINITIONS 1. Definitions: When ever the following 'terms or' prdnouns' in place of 'them appear in the Project Manual, the intent and meaning shall be Interpreted as follows: 1.1. ACCEPTANCE: Shall mean that 'construction .oh an individual Job Order is Substantially Completed in accordance with the Contract Documents including all punch lists items. At the tirne of acceptance, a Certificate of Completion will be issued and the Final Certificate of Payment will be processed. All warranties and guarantees for completed work shall commence at Final Completion. The date of acceptance will be set by the CITY. 1.2. •ADDENDUM or ADDENDA: Shall mean the additional Contract provisions Issued in writing by the Contract Administrator prior to the receipt of bids. 1.3. ADJUSTMENT FACTORS: The Contractor's compefitiveiy bid price adjustment to the unit prices as published in the Construction Task Catalog. Contractors must bid 2 sets of adjustment factors; one set for work accomplished during normal working hours and for work accomplished during other :than .normal working hours with and without architectural and engineering services. The second set of adjustment factors for work accomplished during • normal working hours using Davis Bacon Wages and for work accomplished during other than normal working hours using Davis Bacon Wages with and without architectural and engineering services. The adjustment factors must be expressed as an increase' or decrease from the published prices. 1.4. ADVERTISEMENT: Shall mean the publicly placed Advertisement For Bid inviting Bidders to submit a Bid. The term "Solicitation" may be interchangeably used with •the term Advertisement. 1.5. AGREEMENT: Shall mean the document duly :signed by the Contractor and the City, binding both parties to the terms of the Contract Documents. 1.e. • BUDDER: Any individual, .firm, or corporation' submitting a bld for this Project, acting directly or through a duly authorized representative. 1.7. CHANGE ORDER: A written document ordering a change in •the Contract Price or Contract Time or a material change in the Work. 1.8. CITY: The City (or Owner) •shall mean •the City of Miami Beach, a Florida •municipal corporation, having its ;principal offices at 1700 Convention Center Drive, Miami Beach,. Florida 33139, which is a • Page 6 City of Miami Beach coFWfpht 2004 7M Gordian Orarp March 2004 Project M'ahual party hereto and/or which this Contract is to be performed. In all respects hereunder, for performance is pursuant to City's position as the owner of a construction protect. In the event City exercises its regulatory authority as a governmental body, the exercise of such regulatory authority and the enforcement of any rules, regulations, laws and ordinances shall be deemed to have occurred pursuant to City's regulatory authority as a governmental body and shall not be attributable In any manner to City as a party to this Contract. 1.9. CITY COMMISSION: ' City Commission shall mean the governing and legislative body of the City. 1.10. . CITY MANAGER: City Manager shall mean the Chief Administrative Officer of the City. 1.11. . CLAIM: 'Shall mean a right existing on behalf of any person that might develop Into a Ilen in favor of the claimant IF such right existed against any person or entity other than a public body. 1.12. CONSTRUCTION TASK CATALOG: Shall mean the comprehensive listing of specific construction or construction related tasks together with a specific unit of measurement and a unit price. (Also referred to as the "CTC"). 1.13. CONSULTANT: Architect or Engineer who has contracted with City Or who Is an employee of City, to provide professional services for various Projects. Whenever the term "Consultant" Is used In these documents, it shell be construed to mean the Consultant, through the Program Manager. The Program Manager may on a project by project determination act as the City's representative. 1.14. CONTRACT: The part or section of the ..Contract Documents addressing some of the rights and duties of the parties hereto, including but not limited to contract time and liquidated damages. 1.15. CONTRACT ADMINISTRATOR:' The Clfy's Contract Administrator shall mean the Individual appointed by the City Manager who shall be the City's authorized representative to coordinate, direct, and review on behalf of the City, all matters related to Job Order Contracts. 1.16. CONTRACT DOCUMENTS: The Protect Manual including, the .Notice for Bids, Addenda, if any, to the Project Manual, the Bid Tender Form, the record of the award by the City Commission, the Performance Bond and Payment Bond, the Notice of Award, the Notice(s) to Proceed, Change Orders, Field Orders, Supplemental instructions, JOC Supplemental Conditions, Job Orders and any additional documents the submission of which Is required by this . March 2004 City of Miami Beach oopNight0=4ThaGordian O p Page 7 ieS4 Protect Mantlal Project Manual, are the documents which are •collectively referred to as the Contract Documents. The Contact Documents consist of the follow Volumes: Volume I, Project' Manual. . Volume Ila, Book 1 of 3, Construction Task Catalog. Volume lib, Book 2 of 3, Construction Task Catalog. Volurne Ilia; Book 1 of 3, Testinical Specifications. Volume Ilib, Book 2 of 3, Technical Specifications. Volurne Illc, Book 3 of 3, Technical Specifications: 1.17. CONTRACT PRICE: The original adjustment factors established in the bid submittal and awarded by the City. 1.18. CONTRACT TIME: Unless otherwise provided, the Contract Time Is the period of time, Measured In calendar days, allotted in the RFP for the Substantial Completion of the individual Job Order. 1.19. CONTRACTOR: The person, firm, or corporation with whom the City has .contracted and who is responsible for the acceptable performance of the Work and for the payment of all legal debts pertaining to the Work. All references In the Contract Documents to third parties under contract or control of Contractor shall also be deemed to be a reference to Contractor. 1.20. DAYS: Shall mean calendar days. 1.21. DETAILED SCOPE OF WORK: Shall be determined by individual Job Orders Issued hereunder. The Detailed Scope of Work Is the complete description of services to be provided by the Contractor under an individual Job Order, The Detailed Scope of Work will include sufficient documentation for a given project as determined by City. Documentation may Include a narrative description of the work, partial architectural documents or full architectural documents depending on the complexity of the specific protect, 1.22. EMERGENCY: ' Shall mean such situations as shall require Immediate action preventing Contractor from contacting City prior to execution. • 1,23. FIELD ORDER: A written order which orders minor changes in the Work but which does not involve a change in the Contract Price or Contract Time. 1.24. FINAL COMPLETION: The date certified by the Ci1y or Program - Manager in the Final Certificate of Payment upon which all conditions Page 8 City of Miami Beach = Mpht O 2034 The Gadign Grip March 2004 Protect Manual and requirements of ally permits and regulatory agencies have been satisfied; any documents required by the Contract Documents have been received by the City or Program Manager; any other documents required to be provided by Contractor have been received by the City or Program Manager; and to the best of the City's or Program Manager's knowledge, information and belief the Work defined herein has been • fully completed In accordance with the terms and conditions of the Contract Documents. 1.25. INSPECTOR: An authorized representative of 'the gity•or Program Manager assigned to make necessary Inspections of • materials furnished by Contractor and of the work performed by Contractor. 1.28. JOB6ORDER: The portion of the Contract Documents that sets forth the Detailed Scope of Work, the schedule, and a firni fixed lump sum price to be paid to the Contractor. It also consists of any special •conditions that might apply to a specific Job Order such as Liquidated • Damages and technical submittals, plans and drawings, the Notice to Proceed, and other documents required by the City. 1.27. •JOS ORDER COMPLETION TIME: Shall mean the period of time allotted for the Contractor to. achieve Final Completion of a Job Order. . 1.28. .JOB ORDER CONTRACT: Shall mean a competitively awarded, Indefinite quantity contract for accomplishing construction and construction related services. Work Is accomplished through the issuance of individual .Job Orders against the Contract. Each Job Order Issued under the JOC will be a firm fixed priced order for accomplishing a specific Detailed Scope of Work. • 1.29. JOB ORDER PRICE PROPOSAL:. Shall mean the Contractor prepared documents quoting a firm fixed price and schedule for the competition of a specific Detailed Scope of Work as requested by City. The Proposal might also contain approved drawings, permits or other such documentation as the City might require for a specific Job Order. • 1.30. JOINT SCOPE or JOINT SCOPINO: Shall* mean the Joint activity that takes place at the Site with the City and or Program Manager and the Contractor wherein a proposed Job is discussed and examined, and the framework of the Detailed Scope of Work is developed. • 1.31. LAW or LAWS: Shall mean the Constitution of the State of Florida, a statute of the United States or of the State of Florida, a local law of March 2004 City of Miami Beach Page 9 copyright 0 2004 The Gordian Group Pinojett Marivai the City of Miami 'Beach or County of Mlatni-Dade, and ariy other ordinance, rule or regulation.having the force of Law. 1.32. MATERIALS: Materials incorporated in this Project, or used or consumed in the performance of the Work. 1.33. MATERIALMEN: Shall mean any person,. flan or corporation, other than employees of the Contractor, who or which contracts with 'the Contractor, or any Subcontractor to fabricate or deliver, or who actually fabricates or delivers, plant materials or equipment to be incorporated in the Work. 1.34. MAXIMUM CONTRACT TERM VALUE: Shall mean the maximum dollar value of Work that an be ordered under this Contract during any single term of the Contract. 1.35. MAXIMUM CONTRACT TOTAL VALUE: Shall mean the maximum dollar value of Work that can be ordered under this Contract during the entire duration of the Contract. 1.36. MEANS AND METHODS OF CONSTRUCTION: .Shall mean the labor, materials in .temporary structures, tools, plant, and, construction equipment, - and the manner and time .of their use, necessary to accomplish the result Intended by a Job Order. 1.37. MINIMUM CONTRACT VALUE: Shall mean the minimum dollar value of Work that can be ordered during the duration of the Contract. 1.38. NON PRE -PRICED TASKS: Shall refer to work tasks required to perform Individual Job Orders that are not included in the Construction Task Catalog but within the general scope and Intent of this Contract. Such work requirements shall be incorporated Into and made a part of this Contract for the Job Order to which they pertain, and may be incorporated into the Construction Task Catalog, if determined appropriate .by the City. Non pre -priced work requirements shall be separately identified and submitted In the Job Order Price Proposal. - 1.39. NORMAL WORKING HOURS: Shall mean the hours of 8:00 AM. to 5:00 PM Monday through Friday except Holidays. 1.40. NOTICE(S) TO PROCEED: Written notice to Contractor authorizing the commencement of Job Orders. 1.41. OTHER CONTRACTORS: Shall mean any person, firm or corporation with whom a Contract has been made by City for the Page 10 City of Miami Beach March 2004 copyright 0 2034 The r3orclkn Group • • Project Manual , peiformance of any work which is not a portion of work covered • under this Contract. 1.42: OTHER THAN NORMAL WORKING HOURS: 'Shall -mean the hours' of 5:01 PM to 7:59 AM Monday through Friday and any time :Saturday, Sunday,' and Holidays. City holidays are as follows: New Years Day, Martin Luther King Day, the designated Spring Holiday, .Memorial Day, independence ,Day, Labor Day, Veterans'. Day, Thanksgiving Day, the designated ChristmasHoliday, Christmas Day. The Contractor will not normally be permitted to work on City holidays. • .Work required other than during the aforementioned working petted will be at the City direction and/or and require City's • approval prior to commencement of work activities. 1.43. PLANS AND/OR DRAWINGS: The official graphic 'representations as needed on each Job Order to represent or supplement the Detailed Scope of Work. 1.44. PRE -PRICED TASK: Shall mean a teak included in the Construction Task Catalog for which a Unit Price has been established. 1.45. PROGRAM MANAGER: An authorized representative contracted by the City who may be 'assigned individual JOC projects, This individual designated by the City as being responsible for managing, supervision and acceptance of Job Orders. 1.46. , PROGRESS SCHEDULE: Shall mean a bar chart submitted by the Contractor and subject to approval by the. City showing the overall Job Completion Time and subdivided for each critical operation therein. 1.47: PROJECT: The construction project as described In the Job Order. 1.48. PROJECT INITIATION DATE: The date a§ specified •in the Job Order Notice to Proceed upon which time commences for completion of the Job Order. 1.49. ,PROJECT MANUAL: The official documents setting forth bidding information and requirements; contract form, bonds, and certificates; General and Supplementary Conditions of the Contract Documents. 1.50.. PROJECT COORDINATOR: Shall-mean'the Individual -assigned by the. , City as being responsible for managing, supervision and acceptance of Job Orders 1.51. PROVIDE or FURNISH:. Unless specifically noted otherwise, shall • mean supply and install complete and ready for operation and use. March 2004 City of Miami Beach Page 11 copyright • 2004 The Gordian Group Protect Manual 1.52. PUNCH LIST: 'Shall mean a compilation of Items that have not been completed in accordance with an individual Job Order. 1.53. REQUEST FOR PROPOSAL (RFP): Shall mean the ' Document issued by the Citythat formally requests the Contractor to prepare a Job Order Price Proposal for a Detailed Scope of Work. 1.5a. RESIDENT PROJECT REPRESENTATIVE:. An .authorized representative of Consultant or Program Manager assigned to represent Consultant or Program Manager on the Project.. . 1.55. SAMPLES: Shall mean the physical examples submitted by the Contractor of materials, equipment or Workmanship to establish a Standard that the Contractor is required to meet. 1.56. SHOP 'DRAWINGS: .Shall mean drawings, diagrams; ,illustrations, schedules, . test data, . calculations, performance .charts, cuts, • brochures, and other data which are prepared by the Contractor and which Illustrate a portion of the Work. 1.57. SITE: Shall mean the area -upon or in which .the Contractor's operations are carried on, and such other areas adjacent thereto as may be designated as such by the Protect Coordinator and or Program Manager. 1.58. SPECIFICATIONS: Shall mean all of the definitions, instructions, 'descriptions, directions, requirements, provisions and standards (and all written supplements ..thereto) pertaining to the methods, (or manner) of performing and actual performance of the Work, or quantities and quality (as shown by test records) of accepted materials to be furnished under thls Contract, as hereinafter detailed and designated In the Contract Documents.. Specifications for this contract include Volume Ilia, Ilib, liic, South Florida Building Code and standard City of Miami Beach Specifications. . • 1.59. .STATE: Shall mean the • State of Florida. 1.60. SUBCONTRACTOR: A person, .firm or corporation having a direct contract with Contractor Including one who furnishes material worked to a special design according to the Contract Documents, but does not include one who merely furnishes Materials not so worked. .1.61. SUBSTANTIAL COMPLETION: The date certified by the City and Or Program Manager when all conditions and requirements of permits and regulatory agencies have been satisfied and the Work is • sufficiently complete In accordance with the Contract Documents so -the Protect Is available for beneficial occupancy by City. A Certificate of Occupancy or Certificate of Completion must be issued for Page 12 City of Miami Beach March 2004 oapyrlphl O 20W The Gad len Group Project Manual Substantial Cothpletfon to be achieved, however, the issuance of a Certificate of Occupancy or Certificate of Completion or the date thereof are not to be determinative of the achievement or date of Substantial Completion. 1.62. SUPERINTENDENT: Shall mean the supervising representative of the Contractor who .Is present on the work site at all times during progress, authorized to receive and fulfill Instructions from and communicate with City,. and capable of superintending the work .efficiently. The Superintendent shall not actually perform the physical tasks Involved unless otherwise waived In writing by City. 1.63.: SURETY: The surety company or Individual 'which Is bound by the performance bond and payment bond with and for CONTRACTOR who is primarily liable, and which surety company or individual. Is responsible for Contractor's satisfactory performance •.of the work under the contract and for the payment of all debts pertaining thereto in accordance with Section 255.05, Florida Statutes. 1.64. 'UNIT PRICE: Shall mean the price published in the. Construction Task Catalog for a specific construction or construction related task. The unit prices are fixed for the duration of the Contract. Each unit price is comprised of the Labor, Equipment and Materials costs to accomplish that specific task. 1.65. WAGP .DECISION: 'Shall mean the applicable federal wage determination provided by the City as issued by the U.S. Department 'of Labor. . 1.66. WORK: The construction and services required by the Contract Documents, whether completed or partially completed, and includes all other labor, materials, equipment and services provided or to be-' provided by Contractor to fulfill Contractor's obligations. The Work may constitute the whole or a part of the Project. March 2004 City of Miami Beach • Page 13 aopyrtghtO2004The Gotdlan Group • ••'Project Manual 06300 • •iNSTRucTION$ TO BIDDER$ 1. General: 1.1 . The following instructions and those set forth herein are given for the • purpose of guiding Bidders in properly preparing their bids. Such instructions have equal force and weight with other portions .of the • Contract Documents and strict compliance is required with all the provisions contained In the instructions 2. Examination of Contract' Documents: it is the respansibility of each Bidder before submitting a Bid, to: 2.1. • Examine the Contract Documents thoroughly. 2:2. Take •into account Federal, State and Iocal (City and Miami -Dade County) laws, reguiations, ordinances that may affect costs, ' , • progress, Performance, furnishing of the Work, or award. 2.3.: ; Carefully review the Contract Documents and notify the City of all conflicts, errors or discrepancies in the Contract Documents, of which • Bidder knows or reasonably should have known. 3. Submission of a Bid: 3.1. The submission of .a Bid shall constitute an Incontrovertible representation by Bidder that Bidder has compiled With the above requirements and that without exception, the Bid is premised upon .performing and furnishing the Work required by .the Contract . Documents and that the Contract Documents are sufficient in scope .and detail to indicate and convey 'understanding of all terms and conditions for performance and furnishing of the Work. • 4. Scope of Work: 4:1. • The Scope of work under this Contract shall be determined by individual Job Orders issued hereunder. Upon receipt of a Notice to Proceed, the Contractor shall furnishes all architectural and engineering services to support individual Job • Orders, shop drawings, samples, management, documentation, . materials, supplies, parts (to included system components), transportation, plant, supervision, labor and equipment needed to perform the work ' at designated City properties, 4.2. • The Contracts will be for the following: Page 14 City of Miami Beach copyright O 2004 The Gordian Group March 2004 Project Manual 4.2.1. JOB ORDER CONTRACT ITB 12-03/04 PUBLIC WORKS DEPARTMENT The Contract may be used to perform any work on facilities under the jurisdiction of the City but is to be used primarily for site/civil/utility type projects under the jurisdiction of the Public Works Department. 4.2.2. JOB ORDER CONTRACT ITB. 13-03/04 CITYWIDE The Contract may be used to perform any work on facilities under the Jurisdiction of the City but Is to be used primarily for work for renovation and or repair and minor new Construction and can be used City wide. 4.2.3. JOB ORDER CONTRACT ITB 14.-03/04 • CAPITAL IMPROVEMENT PROJECTS The Contract may be used to perform any work on facilities under the jurisdiction of the City but is to be used primarily for work for renovation, right away projects, streetscapes, and or repair and minor new construction . under the Jurisdiction of Capital Improvement Projects. 4.2.4 • • ',The - City reserves the right ,to award 'multiple JOC 'Contracts for the same Department. The City also reserves the right ld .assign individual Job Orders to other JOC Contractors for that Department. 5. Job Order Contract Overview: 5.1. A Job- Order Contact (JOC)' is a competitively bid, firm=fixed=price Indefinite -quantity contract. It includes a collection • of detailed repair and construction tasks and specifications that have established unit prices. It is placed with a Contractor for the accomplishment of repair, alteration, modernization, rehabilitation, construction, etc., of buildings, -structures, or other real property. Ordering is accomplished by means of Issuance of a Job Order against the Contract. 5.2. Under the. JOC concept, the Contractor furnishes management, labor, .materials, equipment arid architectural and ;engineering servicesrequired to document the scope of work to support individual Job Orders. 5.3. The-JOC contract Includes a Construction'Task Catalog (CTC). .The CTC was developed by the City and is based on the use of experienced labor and • high quality materials. The CTC also incorporates focal activity, climate and geographic features. • March 2004 City of Miami .Beach copyright d 2004 The Gardieri Group Page 15 Ig 'Project'Manual 5.4. .• Bidder will offertwo (2) sets of adjustment•factars'that will be applied • against the prices set forth in the Construction Task Catalog (CTC). One set will be for work when Davis Bacon Wage decisions will not .apply for construction performed during normal or other than normal •working hours with and without Architectural .and Engineering Services. " The second set will be for work when Davis Bacon Wage Decisions da apply for construction performed during normal or other than normal hours with and without Architectural and Engineering .Services. These adjustment factors will be used to price individual scopes of work by multiplying the adjustment factor by the unit prices • and quantities. These sets of adjustment factors will be proposed separately. The CTC and the Contractor's adjustment factors will be • incorporated in the award of the contract. 5.5. As -Work .requirements are identified, the •scope of work will be explained to the Contractor at a Joint .Scope •Meeting. • The Contractor Will be given a Request i=or Proposal and a Detailed Scope of Work. • The Contractor will be 'required to review the Detailed Scope of Work and develop a ,Price Proposal using the appropriate tasks, quantities and the applicable adjustment factor. If the Contractor's Proposal is found reasonable and acceptable, a Job Order may be Issued. The resulting price shall be a lump sum, fixed price for the completion of the Detailed Scope of Work. 6.6. The JOC concept 'also. includes a provisiort for the' establishment of prices for work requirements that are within the general scope of work but were not included in the CTC at the lime of Contract award. These tasks are referred to as "Non Pre -priced Items". Non Pre - .priced (NPP) items may require the establishment of specifications and drawings and may subsequently be Incorporated into the CTC. 6. Contract Docunerits: . 6.1. • The Contract ; Documents constituting component parts of this Contract are the following: Volumes, •Project Manual. Volume lia; Book 1 of 3, Construction Task Catalog. Volume lib; Book 2'of 3, Construction Task Catalog. Volume Ilia; Book 1 of 3, Technical Specifications. Volume Il1b, Book 2 of 3, Technical Specifications. Volume Illc, Book 3 of 3, TechnicalSpecifications. ' Page 16 City of Miami Beach copyright 0 2004lh" Ocrdko Group March 2004 Protect Manual 6.2. Volume I JOC Project Manual: The JOC Project Manual contain's bidding information and requirements, :contract forms, ..bonds and certificates, General Conditions and JOC Supplemental Conditions of the Contract Documents. 6.3. Construction Task' Catalog (CTC), (Volume Ila,. acid'lib): The CTC contains pricing information for the work to be accomplished and for the unit of measure specified. It consists of CSI divisions 1 through 16. 6.4.... The Technical Specifications (Volume • Ilia, .Ilib .and lilt): The Technical Specifications are numbered and :organlzed in the 'Construction Specification .institute's (CSI)' matter format. All specifications are filed in divisions 1 through 16-per CSI guideline's. • The intent of these specifications Is to furnish concise Industry and .commercial standards for maintenance orrepair of City facilities.. 6.5. Other. 'documents . and standards' • referenced in • the Contract Documents. Whenever standards or specifications of other agencies Or departments, authorities, etc. are referred to, they shall be the version In effect at the time of receiving price proposals, unless the date of a specific version Is contained In the reference. 6.6. Design and Specification References: • • • 6.6.1. • .Florida Department of Transportation Standards (Latest 8ditlon) 6.6.2.. Metro -Dade Design. and Construction . Standard. • Specification & Details 6.6.3. Standard Plans for Pubic Works (American Work 'Association) 6.6.4. Greeribook , Standard Specification .. (American -. 'Work Association) • 6.6.5. City of •Miami Beach General ROW Program Design' Policies February 2004 as amended. 6.6.6. Master Specifications Outlines 7. Location of Work: • 7.1. All 'work will 'be within the City limits of Miami Beach and individual projects will assigned as determined by the City. 8. Abbreviations and Symbols: •• March 2004 City of Miami Beach Page 17 copyright 0 2034 The away GFo4a :Pro)ecf Manual 8:1. ' The .abbreviations • used throughbut the' Contract Documents 'are defined hereinafter in the Technical Specifications. ' '9. Pre -Bid Interpretations: . 9.1. • Only questions • answered by written Addenda will be binding.' Oral and other interpretations or clarifications will be without legal effect. 'All questions about the meaning or Intent of the Contract Documents are to be directed to the City's Procurement Director in writing. Interpretations or clarifications considered necessary by the City's Procurement Director in response to such questions will be issued by City by means of Addenda mailed or delivered to all parties recorded by the City's Procurement Director as having' received the Bidding Documents. Written questions should be received no less than ten (10) calendar days prior to the date of the opening of Bids. • There shall be no obligation on the part of City or the City's Procurement Director fo respond to questions received less than' ten (10) calendar days prior to bid opening. 10. •.Submitting Bids: • 10.1. All Bids mUst be received in the Procurement Division; City of Niiaini Beach, 1700 •Convention Center Drive, Third Floor, • Miami Beach, Florida 33139, • before the time and date specified for : Bid opening, enclosed in a sealed envelope, ,legibly marked on the outside. A complete and separate Bid package must be submitted for each Contract that the Contractor wished to bid: JOC 81D FOR: BID/ JOC CONTRACT NO: 11. Printed Form of Bid: •• • 11.1. All Bids must 'be made upon the blank Bid/Tender Form and Form of Bid, Form 1 and Form 2 in Article 00407. The Bid must be signed and acknowledged by the Bidder in accordance with the directions on the Bid Form. •12. Bid Guaranty: 12.1. A .bid bond for contracts 12-03/04 and 13-03/04 is $25,000and $50,000 for contract 14-03/04. Each bid must be accompanied by a certified check of the Bidder, or by a bid bond prepared on the form of bid bond annexed hereto, duly executed by the Bidder as principal, Page 18 City of Miami Beach capyrlghl 10 2034 The GWtlien UFOVp March 2004 • •. Project Manual . . and having as surety thereon a surety` company authorized to do .business in the State of Florida and approved by the City. Such checks or bid bonds shall be returned to all bidders not receiving the award after the City and the .accepted Bidder have •executed the Contract. Or, if no Contract has been executed, within one hundred eighty days (180) days after the opening of bids, upon demand of the Bidder at any time thereafter so long as such Bidder has not been • notified of the acceptance of such bid. 13. •Acceptanee or Rejection of Bids: 13.1. The Clty reserves the right 'to reject any or all bids prior -to award. Reasonable efforts will be made to either award the Contract or reject all bids within one hundred eighty (180) calendar days after bid Opening date. A Bidder may not withdraw •its bid unilaterally nor change the Contract Price before the expiration .of One hundred • eighty (180) calendar days from the date .of Bid opening, A Bidder may withdraw its Bld after the expiration of one hundred eight (180) calendar days from the date of Bid opening by delivering written notice of withdrawal to the Purchasing Division prior to award of the Contract by the •City Commission. The City reserves the right to award additional contracts under this solicitation if It is determined to be in the City's best interest for a •period of one hundred and eighty (180) calendar days following the opening of Bids. 14. Determination of Award: • 14.1. The Clty Commission shall award the' contract to the. lowest and best • Bidder. A lowest Bid is determined by line 17 on Bld Form 2 contained herein. In determining best, most responsive arid responsible Bid, the following shall be considered: • a. Adjustment Factors to be considered are based on the following • percentages. For purposes of determining the low bid from Bld Form 2; 90% of the work is to be accomplished using non Davis • Bacon wages and 10% of the work using Davis Bacon Wages. .80% of the work will be accomplished during Normal Working • Hours and 20% will be accomplished during Other Than Normal Working Hours. 30% of the work will require Architectural and 'Engineering Services. b. The ability, capacity •and skill of the •Bidder to perform the contract. c. Whether the Bidder performed satisfactory' on contracts 'within the time specified, without delay or interference. March 2004 City of Miami Beach Page 19 oopyrlght 02004' he Golden Group r • . Pr Oloct-MaitiOal The character; integrity, reptitations-judginent, experience and efficiency of the Bidder. The quality Of performance of previoUt &Arad's. • The. previous and existing compliance by the Bidder With laws •:and ordinances relating to thecontract. g. The 'Management Plan submitted and experience of the contractor as listed in the questionnaire. 15. Evaluation: . 15.1. The contractor will be evaluated on each Job- Order. Results of the evaluation will impact the issuance of future Job Orders. .16. Contract Price: . • • • 16.1. The Contract Price ie to 'inclUde thefurnishing• of all labor, Mateilals; equipment including tools, services, obtaining' .permits, applicable taxes, overhead, architectural 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 and the. procedure for ordering these tasks are outlined in Article12 Of the JOC Supplemental • • Conditions. • •.'PostpOnement of Date for•Presetiting and Opening Of Bids: . • 17.1. - The city reserves the right to postpone the date for reCelpt and •. opening of bids and will 'make a reasonable effort to give at least , 'Seven (7) calendar day's written notice of any such postponement to • . each prospective Bidder. 18. Qualifications of 'Bidders: .1 8.1.. .Bids Shell . be considered only frorri .ffrins normally ;engaged in - performing the type of work specified within theContract Documents. • • Bidder must have adequate organization, facilities, equipment, and Personnel to ensure prompt and efficient service to City. 16.2, ..detertnining a 'Bidder's responsibility and' ability •to 'perforrn the • Contract, City has the right to investigate and request' intonation concerning the financial conditiOn, experience record, persOrmel, equipment, facilities, principal business location and organization of the Bidder, the Bidder's record with environmental regulations, and • 'the cialms/litigation•history of the Bidder. 1 . Addenda and' Modifications: Page 20 City of Miami Beach oopyright 0 2604 The Gordian Group March 2004 .Project Manual 19.1. The City shall make reasonable efforts to -issue addenda within seven . -(7) calendar days prior to bid opening.. All addenda and other modifications made prior to the time and date•of bid opening -shall be Issued as separate documents Identified as changes to the Project Manual. 20, Prevailing Wage Rates: 20.1.. This project, either In 'whole or in -part, may be federally assisted, through the City of Miami Beach Community •Dwelopment Block Grant Funds, and as such Bidders must comply with Section 109 of Title I of the Housing .and Community Development Act of 1974, as :arnended; the President's Executive Order 11246, as amended by • Executive 11375, which prohibits discrimination in :employment • - regarding race, color, religion, sex or national origin; Title V1 of the Civil Rights Act of 1964; the .Davis Bacon Act, as amended; the .Copeland (Anti -Kickback) Act; the Contract Work Hours and Safety Standards Act; and all other applicable Federal, State and local laws .and ordinances. • 20.2. Enclosed Is the 'wage decision applicable to• the subject project. It must be incorporated into the Contract Documents and displayed at • • the Job Site. Davis Bacon wages will only apply for work which is • federally funded and the wage decision• will be decided on a project by project basis. • 20.3. Weekly payroll • reports •(WH347 'or equivalent). -are required to • be • submitted by the contractor and subcontractors through the • .contractor .certifying that all laborers and mechanics engaged in the construction • of the .. project, including . those employed by • subcontractors, have been paid no .less than the minimum wage • rates as listed on'the enclosed wage decision. • March 2004 City of Miami Beach Page 21 copryripht 0 2004 Thu Oo dlan Goup Project Manual 00400 BID/TENDER FORM Job Order Contract #: 11'6 14-05Jc q Submitted: 4%�L�f [3ate City of Miami Beach, Florida 1700 Convention Center Drive Miami Beach, Florida 33139 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 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 all other required information with the bid; and that this bld Is submitted voluntarily and willingly. - • The Bidder agrees, if this bid Is accepted, to contract with the City, a political subdivision of the State of Florida, 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: Job Order Contract No: VT 144 t?JtyJ The Bidder also agrees to furnish the required Performance .Bond and Payment Bond or alternative form of security, if permitted by the City, each for not Tess than the total bid price, and 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 Performance Bond and Payment Bond, or falls to furnish the required Certificate(s) of Insurance within seven (7) calendar days after being notified of the award of the Contract. Page 22 City of Miami Beach aop/rhI 0 2004 TOO Gordian Gimp March 2004 Project Manual In the event of arithmetical errors, the Bidder agrees that these •errors are errors which may be corrected by .the City. Acknowledgment is hereby made of the following addenda (identified by number) received since Issuance of the Project Manual: Addendtam Number The Bidder shall acknowledge this bid by signing and completing *the spaces provided below. . Name of Bidden( c ' 1\tt r\ City/State/Zip:' Telephone No. Social Security or Federal Dun (if applicable) I. D. No.: L2- IN T �G,{1s1. Jar 1 e, No. and Bradstreet No.: ( 2 q (if applicable) If a partnership, names and addresses of partners: Bradstreet No.: March 2004 City of Miami Beach Page 23 copyn 4 O 2004 The Gadith Group • Pitied Manual • • (Sign below if not Incorporated) WITNESSES: (Signature) (Sign below if incorporated) ATTEST:, • CORPORATE SEAL) (Type or Print Name of Bidder) (Type or Print Name Signed Above) (Type or t Name of Corppration) (jcr \ - ,nr\CQ Z (Type or Print Nam Signed Above) incorporated under the laws of the State of \C R < Page 24 City of Miami Beach March 2004 copyright 0 2004 Thy Gordfon Group ' Profect Manual S ••C>IT'Y iO MIAMI BEACH LICENSES' PERMIi'S• 'AND FEES pursuant 'to the .Public Bid Disclosure Act, each'licerise, permit or feea Contract a will have to pay the City before or during construction by unit method of all licenses; permits and fees REQUIRED BY THE CITY AND PAYABLE TO THE CITY by - Virtue of this construction as part of the Contract is as follows: • The General Contractor's City of Miaini Beath Building Permits; Public Works Pernifts and Zoning Permitswill be reimbursed by the City for the, cost of the Permit drily as a Non Pre -priced task with no marked -ups. The cost for obtaining these Permits is to be Included In the Contractor's Adjustment' Factor. LICENSES, • PERMh S AND fEES'-WHICH MAY BE REQUIRED .HY MIAMI DADE COUNTY THE STATE OF FLORIDA,- STATE OR OTHER ARE NOT INCLUDED IN THE ABOVE LIST. OBTAINING THESE PERMITS: :IS THE RESPONSIBILITY •: OF THE CONTRACTOR AND WILL BE REIMBURSED BY THE CITY AS A NON-PREPRICED TASK WITH NO MARKUPS. 1 Occupational licenses from City of Miami Beach firms will be requlred to be -submitted within fifteen (15) days of notification of Intent to • award, , 2 00cupatloria1' licenses will be required pursuant to'•Chapter 205.065 Florida Statutes. :March 2004 City of Miami Beach Page 25 cQpr71oh10 2004 Th.IIadIM 060Up Project Manual Pages 26 through 35 are blank pages, therefore they are discarded. Pages 26-35 City of Miami Beach March 2004 coppr+glit* 2004 fly Gabon Group r t Project Manual BID FORM 1 SCHEDULE OF PRICES FOR CONTRACT NUMBER ITB 14-03/04 CAPITAL IMPROVEMENT PROJECTS The Bidder hereby proposes to furnish all labor,' materials, equipment, transportation, supervision, architectural and engineering services, as required, and facilities necessary to complete in a workmanlike manner and in accordance with the Contract Documents, all Job Order Work ordered for the • compensation In accordance with the following schedule of prices: The : Contractor bids two (2) sets of adjustment factors that will be applied against the prices set forth in the Construction Task Catalog (CTC). One set will be for work when Davis Bacon Wage decisions will, not apply for construction performed during normal or other than normal working hours with and without Architectural and Engineering Services. The second set will be for work when Davis Bacon Wage Decisions do apply for construction performed during normal or other than normal hours with and without Architectural and Engineering Services. These adjustment factors will be used to price Individual scopes of work by multiplying the adjustment factor by the unit prices and quantities. These adjustment factors will be considered for the Term Period (12 months from date of contract award) Line 1 Normal Working Hours Construction: .Contractor shall 'perform any or all functions called for in the Contract Documents and the individual project Detailed Scope of Work, scheduled during normal working hours In the quantities specified in individual Job Orders against this contract for the unit price sum specified in the Construction Task Catalog (CTC) multiplied times the adjustment factor of: 1O375 (Specify to four (4) decimal places) Line 2 Normal Working. Hours Construction with Architectural and Engineering Services: Contractor shall perform any or all functions called for in the Contract Documents and the individual project Detailed Scope of Work, scheduled during normal working hours in the quantities specified In individual Job Orders against this contract for the unit price sum specified • Page 36 City of Miami Beach March 2004 copyright 0 2004 Ths GatdIn Group Project Manual in the Construction Task Catalog (CTC) multiplied times the adjustment factor of: 1.0900 (Specify to four (4) decimal places) .. Line 3 Other Than Normal Working Hours Construction: Contractor shall perform any or all functions called for in the Contract Docurtients and the Individual project Detailed Scope of Work, scheduled during other{ than normal working hours In the quantities specified in individual Job Orders against this contract for the unit price sum specified In the Construction Task - Catalog (CTC) multiplied times the adjustment factor of: t• 0506 (Specify to four (4) decimal places) Line 4 Other -Than Normal Working Hours Construction with Architectural and - Engineering Services: Contractor shall perform any or all functions called for In the Contract Documents and the Individual project Detailed Scope of Work, scheduled during other than normal working hours in the quantities specified in individual Job Orders against this .contract for the unit price sum specified In the Construction Task Catalog (CTC) multiplied times the • adjustment factor of: • (Specify to four (4) decimal places) Line 5 Normal Working' 'Hours Construction using Davis .Bacon Wages: Contractor shall perform any or all functions called for in the Contract Documents and the Individual project Detailed Scope of Work, scheduled during normal working hours in the quantities specified In individual Job Orders against this contract for the unit price sum specified In the Construction Task Catalog (CTC) multiplied times the adjustment factor of: • 1•09Oa' (Specify to four (4) decimal places) March 2004 City of Miami Beach Page 37 CDpr+0h1 O MA th 6ordMn Group ProJect Manual Line 8 - Normal Working Hours Construction using Davis Bacon Wages with Architectural and Engineering Services: Contractor shall perform any or all functions called for in the Contract Documents and the individual protect Detailed Scope of Work, scheduled during normal working hours in the quantities specified In Individual Job Orders against this contract for the unit price suns specified In the Construction Task Catalog (CTC) multiplied times the adjustment factor of: I. 1100 (Specify to four (4) decimal places) • Line 7 Other Than Normal Working Hours Construction using Davis Bacon Wages: Contractor shall perform any or -all functions called for in the Contract Documents and the individual project Detailed Scope of Work, scheduled during other than normal working hours in the quantities specified In individual Job Orders against this contract for the unit price sum specified In the Construction Task Catalog (CTC) multiplied times the adjustment factor of: 1 •09 00 (Specify to four (4) decimal places) Line 8 Other Than Normal Working Hours Construction using Davis Bacon Wages with Architectural and Engineering Services: Contractor shall perform any or all functions called for in the Contract Documents and the Individual project Detailed Scope of Work, scheduled during other than normal working hours in the quantities specified in individual Job Orders against this contract for the unit price sum specified in the Construction Task Catalog (CTC) multiplied times the adjustment factor of: „ 1' -0 9 oo (Specify to four (4) decimal places) Line 9 Combined Adjustment Factor (From Bid Form 2) 1.057/ (Specify to four (4) decimal places) Page SS City of Miami Beach ouppighl O2024 The Gordian croup March 2004 04/12/2004 12:57 FAX 305 673 7851 CMS PROCUREMENT. DIVISION U 004/005 BID FORM 2 • COMBINED ADJUSTMENT FACTOR WORKSHEET FOR CONTRACT NUMBER ITS 14 03104 CAPITAL IMPROVEMENT PROJECTS For the purposes.of determining the low -bid the Contractor shall complete the following worksheet. (Specify to four (4) deciinai places). 1. Normal Working Hours Construction Adjustment Factor 1. 0 31S 2. Multiply Line 1 by .5040 (.90 x.80 x.70). • zzq 3. Nomiel Working Hours Construction Adjustment Factor with Architectural end Engineering Services • 0900 4. MU1dply Line 3 by .2160 (.90 x.80 x.30) • 2354 5. 6. 7, Other Tian Normal Working Hours Construction Adjustment Factor with Architectural and Engineering Services / • 06 00 8; Multiply line 7 by .0540 (.90 x.20 x.30) • 0572. 9, Normal Working• Hoare Construction using Davis Bacon Wages............ /' 0 40 10 Multiply Line 9 by .0580 (.10 x .80 x.70) ' 4261 0 11. Normal Working Hours Construction using Davis Bacon Wages with Architectural and Engineering Services • 1 ' /NO 12 •Multiply Line 11 by .0240 (.1'0 x ,80 x.30) 13 Other.Than Normal Working Hours Construction using Davis Bacon10?00 14. Multiply tine 13 by .0140 (.10 x .20 x.70) • • O / 5 Z, " . 15 Other Than Normal Working Hours Construction using Davis Bacon with Archltectural and Engineering Services a 16. Multiply line 15 by .0060 (.10 X .20 x.30) •� 006 55 17. Add Tinos 2+4+8+8+104.12+14+16 I. � 5 % i (Combined Adjustment Factor) Other nlen Normat Working Hours Construction Adjustment Factor" 05!! Multiply Line 8 by .1280 (.90 x.20 x.70). • .. 3 • Project Manual The Bidder shall complete this Combined Adjustment Factor Worksheet and transfer the Bid Adjustment Factors, (Line 1, 3, 5, 7, 9, 11, 13, 15) and Final Combined Adjustment Factor (Line 17) to the space provided on the Bid Form 1 of this proposal. The lowest Combined Adjustment Factor will be deemed the lowest bld. The Owner reserves the right to revise all arithmetic calculations for correctness. . ' Contractor Name\.C;.i \\W 1 . Authorized Signature: Printed Name: Date: -49/J�t7-/ r Page 40 City of Miami Beach March 2004 copyright 0 2001 Thy Gordian Group • Project 'Manual , 005.00 SUPPLEMENT TO BIO/TENDER FORM - QUESTIONNAIRE THIS COMPLETED FORM SHOULD BE SUBMITTED WITH THE BID, HOWEVER, ANY ADDITIONAL INFORMATION NOT INCLUDED IN THE SUBMITTED FORM AS DETERMINED IN THE SOLE DISCRETION OF THE CITY, SHALL BE SUBMITTED WITHIN SEVEN (7) CALENDAR DAYS OF THE CITY'S REQUEST. QUESTIONNAIRE • The undersigned authorized representative of the Bidder certifies the truth and accuracy of all statements and the answers contained herein. 1. How many years has your organization been In business while possessing one of the licenses, certifications, or registrationa specified in the invitation to Bid. License/Certification/Registration # Years LL-2-1( 1.1 What business are you In? c\eis 2. • Whatis,the last roject of this nature that yaubave cornpleted? kaprM • (1E ,t (-CL C V10(A • 3. Have you ever failed to complete any work awarded to you? If so, where end why? C 3.1, Give owner names, addresses and telephone numbers, and surety and project names, for all projects for which you have performed March 2004 City of Miami Beach Page 41 copylfghl ID 2034 Th. Gorditn Group • ........... • • project Manual work, where your surety has intervened to assist In completion of the project, whether or not a claim was made. nrrP 4. Give- names, addresses and telephone numbers of three Individuals, corporations, genies, or 's titutions for whi h yo have performed work: 4.1 . E c�C� (name) (address) (phone #) 4.2. (name) 4.3. (address) (phone #) (name) (address) (phone #) 5. List the following information concerning all contracts • In progress as of the date of submission of this bid. (In case of co -venture, list the information for all co-Venturors.) . :TOTAL DATE OF • %OF NAME OF OWNER & CONTRACT COMPLETION COMPLETION PROJECT PHONE # VALUE ,PER Q9NTRACT TO DATE (Continue list on insert sheet, If necessary.) • • 8. Has a representative of the Bidder completely Inspected the proposed project .:arid does the Bidder have a completeplanfor Its performance? %p1i ,c {`1 Page 42 City of Miami Beach copydDhl 0 2C04 The Galin aloup March 2004 • Project Manual 7. Will you subcontract any part of this work? if so, give details including a list of the subcontractor(s) that your company anticipates using on this contract. • NI=4c j . C`_.tom\ ��c• c v-AG'� � ��� 751��reka 8. What equipment doyou own that Is available for the work? 9. What equipment will you purchase for the proposed work? V1rK.NC What equipmentwill you rent for the proposed work? • 11. State the name of your proposed project manager and superintendent and - give details of his or her qualifications and experience in 'managing similar work. „-A?2•1 March 2004 City of Miami Beach Page 43 coavr1ahIO2 4RwGoreIonGroup • • • Project Manual State the true, . exact, correct and complete name of the partnership, corporation or trade name under which you do business and the address of the place of business. (if a corporation, state the name of the president and secretary. If a partnership, state the names of all partners. If a trade name, state the names of the individuals who do business under the trade name). 12.1. The correct name of the Bidder Is 0r 1\1 ry 1 . 12.2. The business Is a (Sole Proprietorship) (Partnership) (Corporation). 7-N-C.A\f"Ncl 12.3. The address of principal placeof business is: 12�1"11 W x:".) • \ \ t'- 12.4. The names Of the corporate officers, or partners, or Individuals doing business under a trade name, are as follows: 12.5. List all organizations which were predecessors to Bidder or in which the principals or officers of the Bidder were principals or officers. •{Kel@ 12.6. LIst and describe all bankruptcy petitions (voluntary or involuntary) Which have been flied by or against the Bidder, Its parent or subsidiaries or predecessor organizations during the past five (5) years. Include in the description the disposition of each such petition. Page 44 City of Miami Beach copy11010 2014!h.Gordianarum March 2004 Project Manual 12.7. List and describe all successful Performance or Payment Bond claims made to your surety(ies) during the Iast five (5) years. The list and descriptions should include claims against the bond of the Bidder and its predecessor organization(s). 12.8. List all claims,. arbitrations, administrative hearings and lawsuits brought by or against the Bidder or its predecessor organization(s) during the Iast five (5) years. The list shall Include ail case names; case, arbitration or hearing identification numbers; the name of the project over which the dispute arose; a description of the subject matter of the dispute; and the final outcome of the claim. nofme 12.9. List and describe all criminal proceedings or hearings concerning business related offenses in which the Bidder, its principals or officers or predecessor organizatIon(s) were defendants. March 2004 City of Mlaml Beach Page 45 copyrIgen 0 2004 The Omagh Gimp ProjectManual 12.10. Has the Bidder, its principals, officers or predecessor organixation(s) • been debarred or suspended from bidding by any government during the last five (5) years? If yes, provide details. •n(T 12.11. Under what conditions does the Bidder request Change Orders? . c.iTh 12.12. What is' the Bidders Job Order Contracting or indefinite .quantity contracting experience? If the Bidder has experience, provide all details and the agency you preformed these services for, contact names and phonenumbers and details of what type of work you performed. If you need additional space please .provide it on a • . separate page. 12.13.. Explain your understanding of the Job Order Contract 'Program and how your firm plans on providing the Management to execute the process from project initiation throughout close-out. Your 'Management Plan should Include individuals assigned to this project and their responsibility, Provide your Management Plan In a separate document with the details requested. Page 48 City of Miami Beach March 2004 c pout4 Q 2004 The Ggtlun Glottp 'Protect Manual • 00520 SUPPLEMENT TO BID/TENDER FORM - NON -COLLUSION CERTIFICATE PRIOR TO AWARD OF THE CONTRACT THIS FORM MUST BE • SUBMITTED FOR BIDDER TO BE DEEMED RESPONSIBLE. Submitted this day of 1 } T 2004. • The undersigned, as Bidder, .declares 'that the only persons interested in this proposal are named herein; that no other person has any interest in this proposal or in the contract to which this proposal pertains; that thls proposal is made without connection or arrangement with any other person; and that this proposal Is In every respect fair and made in good faith, without collusion or fraud. The Bidder agrees if this proposal Is accepted, to execute an appropriate City of Miami Beach document for the purpose of establishing a formal contractual relationship between the Bidder and the City of Miami Beach, Florida, for the performance of ail requirements to which the Bld pertains. • The Bidder states that this proposal Is ba ed !upon the documents Identified by the following number: Bid NoX i2) \4 ~ 1 7�/D•I PRINTED NAME TITLE (IF CORPORATION) • March 2004 City of Miami Beach . copyright 0 2t04 The Goidl4n G'ciip Page 47 • Project Mantle! ONO SUPPLEMENT TO BloirENDER FORM - DRUG FREE WORKPLACE CERTIFICATION PRIOR TO AWARD OF THE CONTRACT THIS FORM MUST BE SUBMITTED FOR BIDDER TO BE DEEMED RESPONSIBLE. • The undersigned Bidder hereby certified 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 offeror's workplace, and specifying the actions that will be :taken against employees for violations of such prohibition; (2) " Establishing a continuing drug -free awareness program to inform its employees about: (i) •The dangers of drug 'abuse In the workplace; (if) The Bidder's policy of maintaining a drug -free wOrkplace; (ilt) 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) 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 City • govemMent 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. Page 48 • City of Mlaml Beach March 2004 copyrlohl 0 2074 Ths Gordiui Oral* elk Project Manual (8) 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 • (11) Requiring such employee to partiCipate satlifactorily in a drug abuse assistance or rehabilitationprogram 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 subparagraphs (I) through STATE OF —7-• COUNTY OF .4540 (tve-e-f (Bidder Signature) (\ t•Nic-,rj 0.,r) (Print Vendor Name) • The oregoIng instr nnent was acknpvedged befor me this L-•)(9 day of, _ •IV V 20 by ' t -1..._ as • "...„, ictrA . i'Vem (title) of(".c..:4- ,,,tt-r-\ elf,!0.-,\. C-7:-) • , • (nsitteof-perenwhose signature Is being notarized) (name of corporation/company), ..,--1(nown to rn6to be the person described herein, or who produced as Identification, and who did/did not take an oath, NOTARY PUBLIC: (Signature) .....:641640..431.414.4.6.47111.,4114,4t,Ate..412h, MLA el.. SANCHEZ Notary FtLINio - Maar of Florida Coarriatam EOM hiar TOMB COM 0114N141(1 * t10120975 Noryfad B y fiti;ond Notary Min. March 2004 t.; t.\ • (Print Name) My commission expires: 2v-1 Ck.o City orMlami Beach , Page 49 . comelphl • 4004 The Carden Group .Project Manual . • 00540 SUPPLEMENT TO SID/TENDER FORNITRENCH SAFETY ACT PRIOR TO AWARD OF THE CONTRACT THIS FORM MUST BE SUBMITTED WITH BID FOR BID TO BE DEEMED RESPONSIVE. On October 1, '1990 House Bill 3181, .known' es the Trench Safety Act became law. This Incorporates the Occupational Safety & Health Administration (OSHA) revised ' . excavation safety .standards, citation 29 CFR.S.1926,650, as Florida's own standards. • The Bidder; by virtue of the signature below, affirms that the Bidder is aware of this - Act, and will. comply with all applicable trench safety standards. Such assurance shall be legally binding on all persons employed by the Bidder and subcontractors. The Bidder is also obligated to Identify the anticipated method and cost of compliance with the applicable trench safety standards. • BIDDER ACKNOWLEDGES THAT INCLUDED IN THE ADJUSTMENT FACTORS OF THE PROPOSAL ARE COSTS FOR COMPLYING WITH THE FLORIDA TRENCH SAFETY ACT. IN 'ORDER 7O . :•B$ CONSIDERED RESPONSIVE. THE BIDDER MUST • COMPL4TET91$ S(QN AND SUBMIT IT WITH THEIR BID QOCUMENT, Authorized Signature of Bidder , = Page 50 City of Miami Beach March 2004 • 01400 02001 Th* Gordian Group • :Project 'Manual • 00500- • RECYCLED'CON'!'rEN'r INFORMATION in support of the Florida Waste Management Law, Bidders are`encouraged to supply .with their bid, any information available regarding recycled material content in the .products bid. The City is particularly interested In the type of recycled material used (such as paper, plastic, glass, metal, etc.); and the percentage of recycled material contained in the product. The City also requests Information regarding any known or •.potential material content in the product that may be extracted and recycled after the product has served its intended purpose. r. March 2004 City of Miami Beach Page 51 copyrfphl0 20041he Gordian Gawp