Loading...
HomeMy WebLinkAboutBid Form00400. BID FORM: (Page lof 10) City of Miami, Florida Office of the City Clerk City Hall, 1st Floor 3500 Pan American Drive Miami, Florida 33133-5504 Submitted: 10 f 11) WOtQ Date The undersigned, as Bidder, hereby declares that the only persons interested in this bid as principal are named herein and that no person other than herein mentioned has any interest in this bid or in the Contract to be entered into; that this bid is made without connection with any other person, firm, or parties making a bid; and that it is, in all respects, made fairly and in good faith without collusion or fraud. The Bidder further declares that it has examined the site of the Work and informed itself fully of all conditions pertaining to the place where the Work is to be done; that it has examined the Contract Documents and all addenda thereto furnished before the opening of the bids, as acknowledged below; and that it has satisfied Itself about the Work to be performed; and that it has submitted the required Bid Guaranty; and all other required information with the bid; and that this bid Is submitted voluntarily and willingly, The Bidder agrees, if this bid is accepted, to contract with the City, a 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: Bid No: 05-06-117 Title: ORANGE BOWL PARKING LOT REPAIRS--ADA, B-30521 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 plus alternates, if any, 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 fails to furnish the required Certificates) of Insurance within fifteen (15) calendar days after being notified of the award of the Contract. In the event of arithmetical errors, the Bidder agrees that these errors are errors which may be corrected by the City. In the event of a discrepancy between the price bid in figures and the price bid in words, the price in words shall govern, Bidder agrees that any unit price listed in the bid is to be multiplied by the stated quantity requirements in order to arrive at the total. Orange Bowl Parking Lot Repairs —ADA, B-30521 Bid No.: 05-06-1 ] 7 Page 20 00400. @IDFORM: (Page 2 of 10) Note: Bidders are bidding on a lump sum line item basis for the purpose of determining the lowest responsive and responsible bidders. The City at Its sole discretion may award a contract(s) based on a combined total of all Items sums or may award each line item separately, based on which Is most advantageous to the City. Our LUMP SUM BID includes the total cost for the work specified in this bid, consisting of furnishing all materials, labor, equipment, supervision, mobilization, overhead & profit required, in accordance with the Bld Specifications. ITEM #1 Orange Bowl Parking Lot Repairs (per plans) Lump Sum: $ rj a &i,•! j Intl:: •77&s*ycJ nd' Written Amount CONTINGENCY ALLOWANCE: $5,000 COMBINED ITEM #1 BID PRICE (Including contingency allowance) fyrJ 5 A ❑v,.l.d d Written Amount ITEM #2 Extermination/Pesticide of existing weeds Lump Sum: pp� IW Uvtr1 CI# L $ ca Written Amount CONTINGENCY ALLOWANCE: $ S - COMBINED ITEM #2 BID PRICE (including contingency allowance) 19116-' 7/14 snb4C4 FC✓E Hdt( Written Amount Orange Bowl Parking Lot Repairs —ADA Addendum No, 2 Bibb 05-08-117 4 00400. D(QfORM: (Page 3 of t 0) ITEM #3 Additional Repair Work added by Addendum No. 2 Lump Sum: $c4-46 Sir j� (rf7 USkr` Wi.i1alild&el Written Amount CONTINGENCY ALLOWANCE: $ Q Cej COMBINED ITEM #3 BID PRICE (Including contingency allowance) f./Ps7 1-Ad/.5�.dfi-J y2 G�i'lC'l Written Amount ITEM #4 Reduction to Bid Amount if a mechanic method is permitted for asphalt removal in all areas of the work. Lump Sum: (C ) Written Amount ITEM #5 Proposed time to complete Work Days from Notice to Proceed: I 1 -D/1 y S u4- H tf- S f Written Amount Orange Bowl Parking Lot Repairs —ADA Addendum No. 2 BID# 05-06-117 5 00400. BID FORM: (Page 4 of 10) DIRECTIONS: COMPLETE PART I OR PART I€, WHICHEVER APPLIES, AND PARTS 111 AND IV. Part l: Listed below are the dates of issue for each Addendum received in connection with this Bid: Addendum No, 1, Dated eOC 612- Addendum No. 2, Dated OCT? /) =- �� t-c Q Addendum No. 3, Dated a'1436 .? Z-- /19, 2e C.0 Addendum No, 4, Dated Part It: No addendum was received in connection with this Bid, Part III; Certifications The Bidder, by virtue of signing the Bid Form, affirms that the Bidder is aware of the fallowing, and shall comply with all the stated requirements. 1. Affirmative Action Plan Successful bidder(s) shall establish an Affirmative Action Plan or an Affirmative Action Policy pursuant to Ordinance #10062 as amended. Effective date of implementation must be indicated on the policy: and 2. First Source Hiring Bidder certifies that (s)he has read and understood the provisions of City of Miami Ordinance No. 10032, pertaining to the implementation of a "First Source Hiring Agreement". Evaluation of bidder's responsiveness to Ordinance No. 10032 may be a consideration in the award of a contract. Violations of this Ordinance may be considered cause for annulment of a contract between the successful bidder and the City of Miami; and 3. Non -Collusion Bidder certifies that the only persons interested in this Bid are named herein; that no other person has any interest in this Bid or in the Contract to which this Bid pertains; that this Bid is made without connection or arrangement with any other person; and 4. Drug Free Workplace The undersigned Bidder hereby certifies that It will provide a drug -free workplace program by: (1) Publishing a statement notifying its employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the Bidder's workplace, and specifying the actions that will be taken against employees for violations of such prohibition; (2) Establishing a continuing drug -free awareness program to inform its employees about: Orange Bowl Parking Lot Repairs--ADA, B-30521 Bid No.: 05-06-1 17 Page 23 00400. BID FORM: (Page 5 of 10) (i) The dangers of drug abuse in the workplace; (ii)The Bidder's policy of maintaining a drug -free workplace; (iii )Any available drug counseling, rehabilitation, and employee assistance programs; and (iv) The penalties that may be imposed upon employees for drug abuse violations occurring in the workplace; (3) Giving all employees engaged in performance of the Contract a copy of the statement required by subparagraph (1); (4) Notifying all employees, in writing, of the statement required by subparagraph (1), that as a condition of employment on a covered Contract, the employee shall: (i) Abide by the terms of the statement; and (ii)Notify the employer in writing of the employee's conviction under a criminal drug statute for a violation occurring in the workplace no later than five (5) calendar days after such conviction; (5) Notifying the City in writing within ten (10) calendar days after receiving notica.under subdivision (4) (ii) above, from an employee or otherwise receiving actual notice of such conviction. The notice shall include the position title of the employee; (6) Within thirty (30) calendar days after receiving notice under subparagraph (4) of a conviction, taking one of the following actions with respect to an employee who is convicted of a drug abuse violation occurring in the workplace: (i)Taking appropriate personnel action against such employee, up to and including termination; or (ii) Requiring such employee to participate satisfactorily in a drug abuse assistance or rehabilitation program approved for such purposes by a federal, state, or local health, law enforcement, or other appropriate agency; and (7) Making a good faith effort to maintain a drug -free workplace program through implementation of subparagraphs(1) through (6); and 5. Lobbying The undersigned certifies to the best of his or her knowledge and belief, that: (1) No Federal appropriated funds have been paid, or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. (2)If any funds other than Federal appropriated funds have been paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. Orange Bowl Parking Lot Repairs —ADA, B-30521 Bid No.: 05-06-117 Page 24 00400. BID FORM: (Page 6 of 10) (3)This undersigned shall require that the language of this certification be included in the award documents for "All" sub -awards at all tiers (including subcontracts, sub -grants, and contracts under grants, loans, and cooperative agreements) and that all sub -recipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a pre -requisite for making or entering into this transaction imposed by Section 1352, Title 31, U.S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure; and * Note: !n these instances, "All" in the Final Rule is expected to be clarified to show that it applies to covered contract/grant transactions over $100,000 (per QMB), 6, Debarment, Suspension and Other Responsibility Matters The Bidder certifies to the best of its knowledge and belief, that it and its principals: a. Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions by any Federal department or agency. b. Have not within a three-year period preceding this proposal been convicted of orhad a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State, or local) transaction or contract under a public transaction; violation of Federal or State antitrust statutes or falsification or destruction of records, making false statements, or receiving stolen property; 7. Debarment, Suspension and Other Responsibility Matters The Bidder certifies to the best of its knowledge and belief, that it and its principals: a. Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions by any Federal department or agency. b. Have not within a three-year period preceding this proposal been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State, or local) transaction or contract under a public transaction; violation of Federal or State antitrust statutes or falsification or destruction of records, making false statements, or receiving stolen property; c. Are not presently indicted for or otherwise criminally or civil charged by a government entity (Federal, State, or local) with commission of any of the offenses enumerated in paragraph 1.b of this certification; and d. Have not within a three-year period preceding this application/proposal had one or more public transactions (Federal, State, or local) terminated for cause or default. Where the prospective Bidder is unable to certify to any of the statements in this certification, such Bidder shall submit an explanation to the City of Miami. Orange Bowl Parking Lot Repairs —ADA, B-30521 Bid No.: 05-06-117 Page 25 00400. BID FORM: (Page 7 of 10) Part IV; Certification — Trench Safety Act The Bidder, by virtue of signing the Bid Form, affirms that the Bidder is aware of the Trench Safety 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 various items of the proposal and in the total bid price are costs for complying with the Florida Trench Safety Act. These items are a breakout of the respective items involving trenching and wilt not be paid separately. They are not to be confused with bid items in the schedule of prices, nor be considered additional work. The Bidder further identifies the costs and methods summarized below: Quantity Unit Description Unit Price Price Total $ 0 Extended . Method Orange Bowl Parking Lot Repairs —ADA, B-30521 Bid No.: 05.06-117 Page 26 00400. BID FORM: (Page 8 of 10) Attached is a Bid Bond [ f , Cash [ ], Money Order [ ], Unconditional/irrevocable Letter of Credit [ ], Treasurer's Check [ ], Bank Draft [ ], Cashier's Check [ ], Bid Bond Voucher [ ] or Certified Check [ ] No. Bank of for the sum of Dollars ($ ). The Bidder shall acknowledge this bid and certifies to the above stated in Part III and IV by signing and completing the spaces provided below. Firm's Name: Signature: ip -era IV/ / -.- • Printed Name/T i jrt=, !nC- City/State/Zip: Telephone No.: Facsimile No.:(� ' 5‘L pL1Z. E-Mail Address: Social Se No. or i.D.No.: j..te � Ft,. I tote (N6 56r cog 559 4 hG Cohn Dun and Bradstreet No.: (if applicable) If a partnership, names and addresses of partners: Orange Bowl Parking Lot Repairs —ADA, B-30521 Bid No,: 05-06-117 Page 27 00400. RID FORM: (Page 9 of 10) CERTIFICATE OF AUTHORITY (IF CORPORATION) I HEREBY CERTIFY that at a meeting of the Board of Directors of 1-4(0juef LA .gi r1Cf , a corporation organized and existing under the laws of the State of T{OnClR , held on the lOday of •i' a resolution was duly passe and adopted authorizing (Name) i/ { Z J It., as (Title) Sit�.Qwf1-ir of the corporation to execute bids on behalf of the orporation and providing that his/her execution thereof, attested by the secretary of the corporation, shall be the official act and deed of the corporation. I further certify that said resolution remains in full force and effect. IN W NESS WHEREOF, hereunto set my hand this10 , day of be+. , 20 Secretar ✓ Print: CERTIFICATE OF AUTHORITY OF PARTNERSHIP) I HEREBY CERTIFY that at a meeting of the Board of Directors of , a partnership organized and existing under the laws of the State of , held on the .day of , a resolution was duly passed and adopted authorizing (Name) as (Title) of the to execute bids on behalf of the partnership and provides that his/her execution thereof, attested by a partner, shall be the official act and deed of the partnership. I further certify that said partnership agreement remains in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand this , day of , 20 • Partner: Print CERTIFICATE OF AUTHORITY (IF JOINT VENTURE) Joint venturers must submit a joint venture agreement indicating that the person signing this bid is authorized to sign bid documents on behalf of the joint venture. If there is no joint venture agreement each member of the Joint venture must sign the bid and submit the appropriate Certificate of Authority (corporate, partnership, or individual). CERTIFICATE OF AUTHORITY (IF INDIVIDUAL) I HEREBY CERTIFY that, I (Name) , individually and doing business as (d/b/a) (If Applicable) have executed and am bound by the terms of the bid to which this attestation is attached. IN WITNESS WHEREOF, I have hereunto set my hand this , day of , 20 Signed: Print: Orange Bowl Parking Lot Repairs —ADA, B-30521 Bid No.; 05-06-117 Page 28 00400. BID FORM: (Page 10 of 10) NOTARIZATION STATE OF ' :a 4Sc; ) SS: COUNTY OF --53.„13e_ The Foregoing instrument was acknowledged before me this 1k day of (►�� , 20 CY0 , by c . , who is ers known to me or who has produced as identification an who (did 1 di no ake an oath. SIGATURE OF NOTARY PUBLIC STATE OF FLORIDA O5 Q.f rl1144n1 PRINTED, STAMPED OR TYPED NAME OF NOTARY PUBLIC NOTARY PUBLIC -STATE OF FLORIDA ",��',,. Robert Alonso y.,„: -Commission # DD383222 '4.Expires: JAN. 03, 2009 BONDED INNS ATLANTIC BONDING CO,, INC. Orange Bowl Parking Lot Repairs —ADA, B-30521 Page 29 Bid No.: 05-06-117