HomeMy WebLinkAboutinvitation to bidProJoct Manual
CITYOFMIAMI REACH
1700 CONVENTION CENTER DRIVE, MJAMI BEACH, FLORIDA 33139
• www.mlamlbeachll.gov
•
PROCUREMENT DIVISION
Telephone (305) 673-7490
Facsimile (305) 673-7851
• INVItAtION.TO Sib
JOB ORDER CONTRACT; ITB 12-03/04 PUBLIC'WORKS DEPARTNMENT
JOB ORDER CONTRACT; ITB 13-03104 CITY WIDE
JOB ORDER CONTRACT; ITB 14.03/04 CAPITAL IMPROVEMENTS PROJECTS
NOTICE To CONtRACTORS
•. Sealed bids will be received by the City of Miafnl Beach Procurement tDlrectbr, 3r
• 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. BEd'
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 Jab Order Contracts ere as
follows:
BID TABLE
Bid Number
Bid Due
Date
Maximum
Contract
Value/Term
Maximum Contract
Total Value
ITB 12-03/04
4/20/04
$2)000,000
$2,000,000
$5,000,000
$10,000,000
$1O,000,000
$25,000,000
ITB 13-03/04
4/21/04 '
ITB 14-03/04
4/22/04
• March 2004
City of Miami Beach Page 1
copy -right 0 2034 7h. Gordian Coup
: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 12-03104 and 13-03/04 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 ITB 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/civlVutility type projects.
' The Bidder's for 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 Bid, 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 projects.
. -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; blds 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
copyright O 2044 The Gordian Group
March 2004
Project Ma'rlual
• responsibility for submitting a bid before the stated fame and date Is solely and
strictly the responsibility of the Bidder. The City Is not responsible for delays caused •
by mail, courier service, Including U.S. Mall, or any other occurrence.
• March 2004
City of Miami Beach
oopyrrpM O 2004 The Goulien Group
Page 3
Project Manual
A Mandatory Pre -Bid Conference has been scheduled for 9:30 A:M., April 8th,
2004, at the Miami Beach Convention Center, 4th FloorConference
Room, 1900 Convention Center Drive, Miami Beach, FL 33139. Intending Bidders
must attend the Mandatory Pre -Bid Conference. The Mandatory Pre -Bid
• .Conference is 'held for the purpose of discussing the JOC concept and the
•. Contract Documents, the City'a construction program, and bid considerations.
Bidders must be represented by a person that will be directly Involved
' preparing the JOC bid and respbnsibls for executing the construction work.
• Any Biddersubmitting 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 not 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:
_gusiopezcmiamibeachil.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 arnendnients 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 Beach 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 bids.
Page 4
City of Miami Beach
copyright P 2004 The Qardlnn Croup
March 2004
• .,project Manual
It is the current inl;ention of the City of Miami Beech 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 -3184 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. 2000-23879.
•
•
YOU ARE HEREBY ADVISED THAT THIS INVITATION TO B1D 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.
Detalled representation of all these ordlnances can be .found on the City of Mianil
Beach Website at http://www.miamibeachfl.gov/newcity/depts/purchase/bidintro.asp
CITY OF MIAMI BEACH
Gus Lopez; CPPO, CPPB'
Procurement Director
March 2004
City of Miami Beach
Copyright 0 2[04 TM Gordian Group
Page 5
'Project Manual
00200 DEFINITIONS
1. Definitions: When .ever the following terms or 'pronouns' 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 on an individual Job
Order is Substantially Completed in accordance with the Contract
Documents Including all punch lists items. At the time 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 competitively 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.
1.6.' AGREEMENT: Shalt mean the document duly :signed by the
Contractor and the City, binding both parties to the terms of the
Contract Documents.
1.6. BIDDER: Any Individual, firm, or corporation'submitting a bid for this
Protect, 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 0
City of Miami Beach March 2004
oopyrlpht a 2004 The Gordian Group
Project Manual
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 project. 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 oil behalf of any person that
might develop Into a lien 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 shall be construed to mean rthe 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 City'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.
1.15. CONTRACT DDCUMENTS: The Project • 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
oopyrIphl C 2004 Tho Gordian Group
Page 7
.Protect Manual
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 Ile, Book 1 of 3, Construction Task 'Catalog.
Volume lib, Book 2 of 3, Construction Task Catalog.
Volume lila, Book 1 of 3, Technical Specfficatlons.
Volume Ilib, Book 2 of 3, Technical Specifications.
Volurrie lilt, Book 3 of 3, Technical Specifications:
1.17. CONTRACT PRICE: The original adJustrnent factors established In
the bld submittal and awarded by the City.
1:18. CONTRACT TIME: Unless otherwise provided, the Contract lime Is •
the period of time, measured in calendar days, allotted in the REP 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 reference$ 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. detemmned 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 City or Program -
Manager in the Final Certificate of Payment upon which all conditions
Page 8
City of Miami Beach
oopyriphtC 700A fisGo,dtin Group
March 2004 •
Project Manual
and requirements of ariy'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 City . or Program
Manager assigned to make necessary inspections of • materials
furnished by Contractor and of the work performed by Contractor.
1.26. JOB' ORDER: The portion of the Contract Documents that sets forth
the Detailed Scope of Work, the schedule, and a firm 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. iJOB 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 e!so contain approved drawings, .permits or
other such documentation as the City might require for a specific Job
Order.
1.30. JOINT SCOPE or JOINT SCOPING: 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 Constitutlori 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 Co 2a41 The Gordian Group
•
' Project Manual
the City of Miami Beach or County of Mlafni-Dade, and any '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.
1.35. . MATERIALMEN: Shall mean any person, firth or corporation; diner
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 Can 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 rninirnum 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 regblred 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
5:0D 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
oop,riph! C 20341he Oerdlan Croup
March 2004
• . Project Manual
performance 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 Christmas Holiday, Christmas
Day. The Contractor will not normally be permitted to work on City
holidays. Work required other than during the aforementioned
working period 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
Detalled Scope of Work.
1.44. PRE-PRICI=D TASK: Shall mean a task Included in the Construction
Task Catalog for which a Unit Price has been established.
1.45.. PROGRAM MANAGER: Are 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: halen a bar chart itted by the
the overall
.Contractor and subject approval by the City showing
Job Completion Time and subdivided for each critical operation
therein. •
1.47: PROJECT: The construction project as described in the Job Order.
1.46. der Noii INITIATION
DATE: te ;as apecified i
o Proceed upon which timecomm commences for
n the Job
• 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.
1.60.. PROJECT COORDINATOR: Shall-meen.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
copyrldht 0 4004Ts Gordian Group
1.52.PUNCH 'LIST: • Shall mean a compilation of items that have not bean •
• completed in accordance with an individual Job Order.
1:53. REQUEST FOR PROPOSAL (RFP): Shah mean the ' Document
.issued by the City.that formally requests the Contractor to prepare a
Job Order Price'Proposal for a Detailed Scope of Work.
.1.54. RESIDENT PROJECT REPRESENTATIVE: Mager n . authorized
representative of Consultant or Program
o
represent Consultant or Program Manager on the Project.
1.55. SAMPLES: Shall meariequipment
t ue merit or Workmasical es nshipb ofttees#ab� hha
Contractor of materials, q p
Standard that the Contractor is required to meet.•
1.56. � SHOP •DRAININGS: .Shall mean drawing's, diagrams; illustrations,•
rforrriance .charts, cuts,
schedules,' test data,'_. calculations,
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 Project Coordinator and or
Program Manager. .
1.56. SPECIFICATIONS: Shall mean all Oft nstrut i(and
'descriptions, directions, requirements, provisionsand standards
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 tote furnished under this Contract, as hereinafter detailed
. and designated in the Contract }1icmSouth1 Florida Specifications Building Codie
s
contract include Volume it
• and standard City of Miami Beach Specifications.
1.59. .STATE: Shall Mean the•State of Florida.
1.60. SUBCON•
TRACTOR: 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 Project is available for beneficial Occupancy by
City. A of Occupancy or Certificate of Completion must be issued for
• .Page 12
City of Miami Beach March 2004
copyright 2034 Thu Gordian Group
•
Project Manual
• Substantial Completion 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 ell times during
progress, authorized to receive and fulfill Instructions from and
communicate with City, and capabte 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. WAGE • 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 '
nopidohtO2d 4 The Golth n Group ..
Page 13
•
.r
P'roJect Manual
'0000 • INSTRUCTIONS TO-.BEDDERS
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
Conrad D have cument ualforce nd strict complid ance ht ith is rether quired quired portions
all the
•• Contract Docu
provisions contained In the instructions
2 Examination 'of Contract Documents: • .
. it is the responsibility of each 'Bidder before subYriltting a Bid, to:
2.1. • .Examineihe Contract Documents thoroughly.
212. Take int6 account Federal, State and local (City and Miami -Dade
County) laws, regulations, 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. SubrnIssron of a Bid:
3.1. The submission of .a Bid shall -constitute an incontrovertible.
representation by Bidder that Bidder has complied with the above
requirements and that without exception, the Bid Is premised upon
. .performing and furnishing the Work required by .the Contract
. • Documents end 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 urtderthis aCt &rlba taf a Nined by
oticato
individual JobOrders Issued hereunder. Upon eceip
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 Ths Gordian Gimp
March 2004
Project Manual
4.2.1. JOB ORDER CONTRACT ITS 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 Citywide.
4.2.3. JOB ORDER CONTRACT ITB 14-D3104 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 10 assign individual Job Orders to other
JOC Contractors for that Departmont. •
5. Job Order Contract Overview: .
•
5.1. A Job' Order Contact (JOC) is a competitively bid, fir'rn4lxed=price
Indefinite -quantity contract. It includes a collectlon'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 and architectural and :engineering
services' required to document the scope of work to support Individual
Job Orders.
5.3. The•JOC contract Includes a Cons uction'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 local activity, climate and geographic features.
. March 2004
City of Miami Beach
upright 02034 The 0o dle,&cup
Page 15.
•
'Project Manuel
5.4. • Bidder will offer tw•o (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'wtil 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 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 .roqulrernents are identified, 'the •scope of work .will be
explained .to the Contractor • at a Joint .Scope :Meeting. • The
Contractor w111 be given a Request ror 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.
5.6. The JOC conceptincludes' a provision 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 time 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 Dbcurnents:
6.1. The ' C•ontract . Documents constituting component parts of this
Contract are the following: .
• Volume 1, .Project Manual. .
.• Volans lid; Book 1 of 3, Construction Task Catalog.
Volume lib, Boak 2.of 3, Construction Task Catalog.
Volurne Ilia, Book 1 of 3, Technical Specifications.
Volume'i11b, Book 2 of 3, Technical Specifications.
Voluine lilo, Book 3 of 3, Technical Specifications.
,Page 16 . City of Miami Basch March 2004
copyripN 02 1:04 The Gordan Gioup
Project Menu. al
6.2'. Volume I JOC Projedt Manual: The JOC Protect Manual contains
•
bidding information and requirements, :contract forms, .bonds and
• certificates, General Conditions and JOC Supplemental Conditions of
the Contract Documents. •
.
6.8: .. Construction Task" Catalog • (CTC), (Volume ila,''.and "iib): 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; , Illb :and .IIIc): The
Technical Specifications are numbered and .organlzed in . the
'Constriction • Specification . Institute's (CSI) ' master format. All
• specifications are filed in divisions 1 through 16'per CSI guideline's.
The' intent of these spedifications is'tolUrnlsh concise'industry and
•comn'ierclal standards for maintenance or repair 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, tuallees the
version In effect at the time of receiving price proposals,
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
Edition)
•
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 cif .Miami Beach .General ptOW Program Design
Policies February 2004 as amended. . •
. 6.6.6. • Master Specifications' Outlines .
7. Location of Work:
7.1. Ali 'work will 'be wIthn the City limits of.Miaml Beach and individual
projects will assigned as determined by the City.
8. Abbreviations and Symbols: '
March 2004
City of Miami Beach Page 17
copyright 9 2034 The Gardlen %CAP
•
, Project Manual
8.1. The abbrevlations. used throughout the' Contract Documents 'are'
defined hereinafter in the Technical Speciflcations.
Pre -Bid Interpretations: ••
9,1. Only questioris 'answered by Vdritte Addenda be withouti legal effect.ctl
and other interpretations or clarifications will
.'Ali 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 tb 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 Mian'il
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: •
JbC BiD FOR:
BID/ JOC CONTRACT NO:
11. • Printed Form of Bid: . , .
11:1. Al Bids. Must be made upon the .blank Bld/Tender Form and Form 'of
.Bid, Form 1 and Form 2 in Article 00407. The Bid roust be signed
and acknowledged by the Bidder In accordance with the directions on
• the 'Bid Form,
'12. Sid Guaranty:
12.1. •A .bid bond for 'contracts 12-03/04 and 13-08/04 Is $25,000 arid
$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 March 2004
copyright.2064 Ma Gordian W *P
• 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 bld 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. Acceptance or Rejection' of Bids:
. 13.1. The City reserves the right 'to rejebt 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 Bid 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.
•• • Determination of Award: :
14.1. The City Commission shall award the contract to the lowest and best
Bidder. A lowest Bld is determined by fine 17 on Bid 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' perfOrtned satlafactory on Contracts 'within
:the time specified, without delay or Interference.
Mar ,.... .....
ch 2004 City of Miami Beach Page 19
. copyright C20041ha Oartll1n Group
• . Preject`Manaal
d The character; Integrity, reputation,. judgrhent, experience and
efficiency of the Bidder.
e. .The quality of perforrnance of previoua contracts.
f. The • previous •and existing • compliance by the Bidder with laws
•and ordinances relating to thecontract.
• g. The •Managerrient Plan • subniItted and • experience of the
contractor as listed in the questionnaire. . .
• 15 EvaivatiOn:
15.1. The contractor will be •evaiuefed On each'Job:Order." Results of the
evaluation will impact th'e issuanceof future Job Orders.
16. Contract Price: • . •
18.1. The Contract Price is'to inclUde •the'futnlshing of alt labor, matei1 ls;
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 Article •12 of the JOC Supplemental
• Conditions. •
1•7.. Postponement of Date for Presenting and Opening of Bids: .
•
17.1. ' . The • City reserves the 'right to postpone the date for receipt 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. . ( uallfications of Bidders:
. '18.1. .Bids • shall . be considered only from .'tir"ms ' norrnaliy :engaged in
• .performing the type of work specified within the.Contract Documents.
Bidder must have adequate organization, facilities, equipment, and
Personnel to ensure prompt and efficient service 10 City.
19.
' . 18.2. •In •determining a Bidder's responsibility and' ability -to perform the
• Contract, City h'as the right to ,investigate and request information
concerning the financial condition, experience record, .personnel,
equipment, facilities, principal business location and organization of
the Bidder, the Bidder's record with environmental regulations. and
the claims/litigation history of the Bidder.
Addenda and Modifications:
Page 20
•
City of Miami Beach . March 2004
copyright O2C041M Sordlin Group
• ;Project Manual
19.1. ' The City shah make reasonable efforts ta'issue addenda within seven
•
.(7) calendar days prior to bid opening.. All addenda and other
issue modifications se separate
documentstime
Id Identified ass•of bid changes to itheshall be
P Project
issued as separa
Manual.
24. Prevailing Wage Rates; •
20.1. This project, either in.'whole or Impart, may be• federally assisted,
through the City of Miami Beach Community 'Development Block
•
Grant Funds, and as such Bidders must comply With Section 109 of
Title I of the Housing and Community Development Act of 1974, es
amended; 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 wt
age decision applicable to he subject project. It .
• must be incorporated into the Contract Docume'tsfan dyQissplayi d at
the. Job Site. Davis Bacon wages will only apply
s
• federally funded and the wage decision. will be decided on a project
by project basis.
20.3. 'Weekly payroll' reports '(WH347 .or eOuivalent) 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
•
mates as listed on'the enclosed wage decision.
. March 2004 City of Miami Beach Page 21
papyri W O 4064 The Gordian Group
t
Project Manual
. 00400 • BID/TENDER FORM •
Job Order Contract #: 1 C S \'4 -ce c i ! pt.
Submitted:-'7�`
Date
City of Miami Beach, Florida
1700 Convention Center Drive
Miami Beach, Florida 33139
The undersigned, as Bidder, hereby declares that the only persoha 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 bid 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: \T Q 14 --7-,. icti
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 less than
the total bid price, and to furnish the required Cerllficate(s) of Insurance. •The
undersigned further agrees that the bld guaranty accompanying the bid shall be
forfeited if Bidder falls to execute said Contract, or falls 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
copyrW, 0 2004lho Oo,ulan Comp
March 2004
t
} ,
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:
Addend m Number at r:ig =tune
! c AA. 1
. 3 v//c/o1 I _,L.--)t,--):1,'
The Bidder shall acknowledge this bid by signing and completing 'the' spaces
provided below.
' Name of Bidder:( /kc 1\ID 7(4 OA- y -
City/State/Zip:'
1? _1'1 \
irsc,cy-, 1/4 ibv-
Telephone No.: ?
Social Security No.
or Federal Dun and Bradstreet No.:
' (if applicable)
I. D. No.: '
(if applicable)
if a partnership, names and addresses of partners:
Bradstreet No.:
March 2004
City of Miami Beach Page 23 •
copyYighl 02001 Ths Gor61in O CUP
Protect Manual
• (Sign below If not Incorporated)
WITNESSES:
(Signature)
•.(Sign below If incorporated) .
ATTEST:,
tt.l
(Secretary)
• CORPORATE SEAL)
• (Type or Print Name of Bidder)
(Type or Print Name Signed Above)
fz\itir.Ntr‘e\-
. (Type or ' t Name of Corppration)
(Signature and Title)
0,0(Nr.k.r-3 i-Nonr\c42_, .
(Type or Print Nam Signed Above)
incorporated under the laws of the State of \o \CIN�
Page 24
City of Miami Beach March 2004
copyriphl C 2004 fit Gordian 2r13up
•
. OD4oS..CITY OF MIAMI BEACH.LICENSES''PERMITS'AIi1DFEIES' •
• Pursuant :to the Public Bid'IDIsciosure Act, each'licenee,..petmit .or fee a 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 Miami Beach Building •Permits; Public Works
• . • Permits and Zoning' Permits Will be reimbursed by the City for the cosi of the Permit
• ..only 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, PEAMITSAND •PEES'•WHICH MAY BE REQUIRED BY
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 MARK-UPS.
Occupational licenses from City of M1arril Beach firrns•will be required
to be • submitted within fifteen (15) days of notification of intent to
•award.
OccuP•etiorl'al' licenses will be required pursuant to'•Chapter 206.065
Florida Statutes.
:March 2004 City of Mlaml Beach Page 2g
copyright o 2oa4 Th o«dw� way
Project Manual
Pages 26 through 35 are blank pages, therefore they are discarded.
Pages 26-35
City of Miami Beach
capYir9ht 0 20.M Tha Condiall Group
March 2004
Project Manual
BID FORM 1
SCHEDULE OF PRICES •
FOR CONTRACT NUMBER ITB 14.03104 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:
IO?75
(Specify to four (4) decimal places)
Line 2 Norinal 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 Mlaml Beach March 2004
coprightC RO N The Gordian G,u
Project Manual
in the Construction Task Catalog (CTC) multiplied times the adjustment
factor of:
1' 0c 00
(Specify to four (4) decimal places)
..Line 3 Other Than NormalWorkingHours Construction: Doouments and the individual
erform
any or all functions called for In the C
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:
Line 4
(Specify to four (4) decimal places)
Other 'Than Normal Warking 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
sum specfied In the Construction Taskdual Job Orders inst Catalhis og (CTC)ct for the unit multipl multiplied times the
rice
sum specified .
adjustment factor of:
•
I , 0600 •
• (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:
• 1.0900
(Specify to four (4) decimal places)
March 2004
•
City of Miami Beach Page 37
coppiphl 0 0304 ih.00rdiln &Cup
- Project Manual
' Line B
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 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.n o0
(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
1.09o°
(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 protect 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:
0C/oo
(Specify to four (4) decimal places)
Line 9 . Combined Adjustment Factor (From Bid Form 2)
.1.05
(Specify to four (4) decimal places)
'Page 38
. City of Miami Basch March 2004
Copyright 0 2004 The Gordian Group
• 04/1r/2004 12:57 FAX 305 873 7551
•
CUD PROCUREWIT. DIVISION
0004/005
. • • BID FORNI 2 •
. .
COMBINED ADJUSTMENT FACTOR WORKSHEET •
• . FOR CONTRACT NUMBER ITS 14.03104 CAPITAL IMPROVEMENT
•PROJECTS
For the purposes •of determining the loiv 'bid the Contractor shall complete the
, following worlotheet.
. •
. (specify to four (4) decimal places).
1. Normal 'Working Hours Construction Adjustment Factor 1.0375 '
• 2. Multiply Line 1 by .5040 (.90 x.80 x70). • 52 2.5 •
• 3. ' Normal Working•Hours Construction Adjustment Factor with
Architecitural and Engineering Services i• 0900
4. MUM* Line 3 by .2160 (.90 i.80 x.30) .2354
6. Otheilhan Winer Working Hours Construction Adjustment Factori• 0500
6. Multiply Line 5 by .1260 (.90 x.20 x.70). - • i 323
7, Other Tian Normal Working Hours Construction Adjustment Factor
with Architectural and Engineering Services Jo. 0567oo
8: Multiply line 7 by .0540 (.90 x.20 x.30) •
•• 9. Normal Working HOurs Construction using Davis Bacon Wages PO/00
10 Multiply Line 9.by .0560 (.10 x .80 x.70) • • , 061 0
11. Normal Working Hours COnstruction using Davis Bacon Wages with
Architectural and Engineering Services' ' . • le Hop
•oz‘b
'Mutt* Line 11 by .0240 (.10 x .80 x.30)
12
13 Other Than Normal Working Hours Construction using Davis Baconis 0 ?Q0
14. Multiply line 13 by .0140 (.10 x .20 x.70) •0/5Z
15 Other Than Norma, Working Hotirs Construction using Davis Bacon with
OVe90
.0065
1.0571
Axchitebtural and Engineering SerVices
16. Multiply line 15 by .0060 (.10 x .20 x.30)
17. Add linos 2+4+6+84.10+12+14+16
(Combined Adjustment Factor)
• 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.X \. r)r\ ' - 1- l� -
Authorized Signature:
tre-elf1/4-e-eleG
Printed Name: [ c -\c'e
Dater-..L.t-1
Page 400
City of Miami Beach
copyikAlo aaoe The Gordian soup
March 2004
•
•
• Project•Manual .
00500 SUPPLEMENT TO BIDITENDER 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
• I
• The undersigned euthOrized 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 registrations specified In the Invitation to
Bid.
License/Certification/Registration • # Years
\ 5
1.1 What business are you In? CC.ICAr\e4c
2. • Whit isthe last
roJect of this nature that yOubeve completed?
r,r-s ‘' .,,AEi?
3. Have you ever 'failed to complete any work awarded to you? If so, where end
why?
nc\ •
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
copyr0 2004 Thii GioriOn Chows
• ' Protect Manual
work,•where your surety has intervened to assist Incompletion of the
project, whether or not a claim was made.
4. Give. names, addresses and telephone numbers of three Individuals,
corporatIons, genies, or Institutions for whiph you%have performed work:
4.1 . .. •• _ t `C"V €C\ j 1 3
(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
PRQ4 T • PHONE # ' VALUE PER CONTRACT TO DATE
• • c C` '?_ C`rr1cm• V "`V'
. (Continue list on insert sheet, If necessary.)
• 6. Has a representative of the Bidder completely inspected the proposed project
and does the Bidder have a complete plan for Its performance?
C`Irc;C
Page 42
City of Miami Beach
ccpyrigfv O 2 4 the Gordian oioup
March 2004
Project Manual •
7. Will you subcontract any part of this work? If so, give detalls'including a list of
the subcontractor(s) that your company anticipates using on this contract.
8. What.equlpmerit doyou own that is available for the work?
• 9. What equipment will you purchase for the proposed Work?
10. What equipment will 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 .
[)-- Ack iTh n\C.
March 2004
City of Miami Beach Page 43
coprrIcri 0 2Ceil7nr Gadlan Group
• Project Manual
12. 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, slate 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 rnaame of the Bldd�e{r" is '{Ae' �r (�
( il.Jti� 1'i [ J� r l Jl ri�7 1 l�e -+'h1 (V.tl q
12:2. The businessIsa (ole Proprietorship) (Partnership) (Corporation).
.l)^74Rd..\\.1o\1
12.3. The address of principal'place'of business 1s:
1 Z1") 1 . 1 \
v
12.4. .The names of the corporate officers, or partners, or individuals doing
business under a trade name, are as follows:
tincc
12.5. . 'List all organizations 'which were predecessors to Bidder or In which
the principals or officers of the Bidder were principals or officers.
12.6. Ust 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 March 2004
copra 0 2CW The Gordian Group
Project Manual
12.7.. : List end describe all successful Performance or 'Payment Bond
claims made to your surety(les) during the last five (5) years. The I1st
and descriptions should include claims against the bond of the Bidder
and Its predecessor organization(s).
12.8. List all claims, arbitrations, administrative hearingsand lawsuits
brought by or against the Bidder or its predecessor organization(s)
during the last five (5) years. The list shall include all 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.
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 Miami Beach Page 46 .
copyright O 2004 The pgdian Group
Pro)ect•Manual
12.10. Has the Bidder, Its principals, officers or predecessor organizstion(s)'
been debarred or suspended from bidding by any government during
the last five (5) years? If yes, provide details.
• 12.11. Under what conditions does the Bidder request Change Orders?
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 phone numbers 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 ContractProgram 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,
Ore c (
Page 46
City of Miami Beach
copyripi,l O 2034 7hs Gordian Group
March 2004
• 'Project 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 thisday of 1 2604.
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 this proposal is made without
connection or arrangement with any other person; and that this proposal is hi 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
. Miarrii 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 all requirements to which the Bid pertains.
The Bidder states that this .proposal Is based upon the documents identified by the
following number: Bid No.\-Tt?" \4- G3/r•i.
i',. ze` \t',-`,
PRINTED NAME
•
• TITLE (IF CORPORATION)
March 2004
City of Miami Beach
copyfipht 0 2004 The Gordian Gawp
Page 47