Loading...
HomeMy WebLinkAboutGordian Group Project Manual 1THE GO'RDIAN 014.0uP® .Projedt Manual TABLE OF CONTENTS INVITATION TO Bib . 1 00200 DEFINITIONS 6 00300 INSTRUCTIONS TO BIDDERS 14 . 1. General: 14 2. Examination of Contract Documents: 14 3. Submission of a Bid* 14 4. Scope of Work' 14 5. Job Order Contract Overview: 15 6. Contract Documents' 16 7. Location of Work: 17 8. Abbreviations and Symbols: 17 9. Pre -Bid Interpretations: 18 10. Submitting Bids: 18 11. Printed Form of Bid: 18 12. Bid Guaranty: . 18 13. Acceptance or Rejection Of Bids* 19 14. . Determination of Award: 19 15. Evaluation: .20 16. Contract Price- 20 17. Postponement of Date for Presenting and Opening of Bids: . 20 18. Qualifications of Bidders: 20 19. Addenda and Modifications: .. 20 20. Prevailing Wage Rates: 21 00400 ' BID/TENDER FORM 22 00405 CITY OF MIAMI BEACH LICENSES' PERMITS AND FEES 25 00407 FORM OF BID 26 00500 SUPPLEMENT TO BID/TENDER FORM - QUESTIONNAIRE 41 00520 . SUPPLEMENT TO BID/TENDER FORM - NON -COLLUSION CERTIFICATE 47 00530 SUPPLEMENTTO B1DITENDER FORM - DRUG FREE • WORKPLACE CERTIFICATION 48 00540 SUPPLEMENT TO BID/TENDER FORM -TRENCH SAFETY ACT 50 00500 . RECYCLED CONTENT INFORMATION 51 00600 CONTRACT ... 52 00708 FORM CERTIFICATE OF INSURANCE 64 00710 FORM OF PERFORMANCE BOND 85 00720 FORM OF PAYMENT BOND 68 00721 CERTIFICATE AS TO CORPORATE PRINCIPAL 70 March 2004 City of Miami Beach copyright 0 2OO4 The Geed hin Group Page 1 'project Manual . 00735' PERFORMANCE AND PAYMENT GUARANTY FORM 71 • 00800 GENERAL CONDITIONS 73 1. Project Manual' 73 2. Intention of City 74 3. Preliminary Matters. 74 4. • Performance Bond and Payment Bond: 74 5. Qualification of Surety 75 8. . Indemnification• 76 7. Insurance Requirements' 77 8. Labor and Materials: 79 9. Royalties and Patents* S0 10. Weather: 80 11. Permits, Licenses and Impact Fees' 80 12. Resolution of Disputes: 81 13. inspection of Work' 82 14. . Superintendence and Supervision: 83 15. CITY's Right to Terminate Contract: 84 16. CONTRACTOR'S Right to Stop Work or Terminate Contract: 86 17. Assignment. 86 18. Rights of Various Interests' 86 19. Differing Site Conditions: 86 20. Plans and Working Drawings' 87 21. CONTRACTOR to Check Plans, Specifications and Data' 88 22. CONTRACTOR's Responsibility for Damages and Accidents:88 23. Warranty: 88 24. Supplementary Drawings* 89 ,25. Defective Work: 89 26. Taxis. 90 27. ' Subcontracts' 90 28. Separate Contracts* 94 29. Use of Completed Portions. ... 94 30. Lands for Work: 9•5 31. Legal Restrictions and Traffic Provisions. 96 32. Location and Damage to Existing Facilities, Equipment or Utilities: 96 33. • Value Engineering: 97 34. Continuing the Work: 97 35. Changes In the Work or Terms of Contract Documents: 97 36. Field Orders and Supplemental Instructions. 98 37. Change Orders: 9$ 38. Value of Change Order Work: , 99 39. Notification and Claim for Change of Contract Time. 99 • Page Il City of Miami Beach March 2004 ccprt1phl a 2co1 Th. Garden ecu* ProJect Manual • 40. No Damages for Delay: 100 42. Substantial Completion: 102 43. No Interest' 103 43. Shop Drawings and Samples: 103 45. Field Layout of the Work and Record Drawings: 104 46. As-Bulit Drawings: 105 47. Safety. and Protection: 106 48. Payment by CITY for Tests: 107 49. Project Sign: 107 50. Hurricane Precautions: 107 51. Cleaning Up; CITY'S Right to Clean Up: 107 52. Removal of Equipment: 108 53. Nondiscrimination, Equal Employment Opportunity, and Americans with Dlsabilities.Act• 108 54. Project Records. 109 56. Occupational Health and Safety: 109 56. Environmental Regulations: 111 .00900 SUPPLEMENTARY CONDITIONS 112 00923 . STATEMENT OF COMPLIANCE 113 00925 CERTIFICATE OF SUBSTANTIAL COMPLETION 124 00926 FINAL CERTIFICATE OF PAYMENT 126 00930 FORM OF FINAL RECEIPT 127. .01000 ADDENDA AND MODIFICATIONS.. 129 02000 JOC SUPPLEMENTAL CONDITIONS 133 March 2004 Clty of Miami Beach copyriQM 0 2004 The Gorekn aroup Page ill Project Manual Page Iv This Page 'Intentionally Lsft Blahk .•• City of Miami Beach mpyriatd 0 2004 Th. cordln Group March 2004 • ..Project Manual CITYO'FMIAMI BEACH 1700 CONVENTION CENTER DRIVE, MIAMI BEACH, FLORIDA 33139 ' www.miamibeachfl.gov PROCUREMENT DIVISION Telephone (305) 873-7490 Facsimile (305) 673-7851 • IINVITA1`ION''TO DID JOB ORDER CONTRACT; ITi312�03/04 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 • •. Sealed bids will be received by the City of Miarni Beach •Procurerfiont Director, 3! Floor, 1700 Convention Center Drive, Miami Beach, Florida 33139, until 3:00 p.rn. ..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 Job 'Order Contracts are 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 $10,000,000 ITB 13-03104 4121/04 $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 6 2964 3t,. Corkin Group • Project Manual 'A JOC is a competitive bld resulting in a firm fiixed 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 13-03/04 and $5,000,000 for 14- 03104 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/civiVutility type projects. ' The Bidder's for JOB ORDER CONTRACT ITS 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 14-03104 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 projects. if the Bidder is a joint venture, the joint venture Itself will be considered a separate' and distinct organization and must be in .compilance 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 March 2004 cow4ahi 020/4 rho aordtin Group •PioJoct 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 oinrogM O 2004Ths Gordian Group .ProJect Manual A Mandatory Pre -Bid Conference has been 'Scheduled fair 9:30 A.M., April 8th, 2004, at the Miami Beach Convention Center, 4th Floor Conference 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's construction program, and bid considerations. Bidders must be represented by a person that will be directly Involved preparing the JOC bid and responsible for executing the construction work. • Any Bidder submitting a bid and who was not represented and signed in at the Mandatory Pre -Bid Conference may be deemed non -responsive. • •A Bid Bond will trot 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. Thb 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 beincluded as a paper copy. • The contact person for this Bid It the Procurement Director. • The'•Procurement Director may be contacted by phone: 305-673-7495; fax: 305-673-7851; or e-mail: •guslopez@mlamibeachfl.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 %VIII 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 wlih 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 CpyrI9M O 20ut The Oard{an Gaup 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 -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 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 N0.2002-3344. Detailed representation .of all these ordinances can be found on the City of •Miami • Beach Website at http://www.miamibeachfl.gov/newcliy/depts/purchase/bldintro.asp CITY OF MIAMI BEACH . Gus Lopez, CPPO, CPPB Procurement Director March 2004 City of Miami Beach cpyrl ht 0 20011ho Go th.n Oraup Page 5 • project Manual o0200. DEFINITIONS 1. Definitions: When aver the following terms or prohnouns 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 service's. 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: Shalt 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. • 1.6. • BIDDER: Any individual,. firm, or corporation submitting'a bid 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 March 2004 copyright* 2004 Thu Guam Group ,Project Manual party hereto and/or which this Contract is to 'be performed. In all • respects hereunder, for performance is pursuant to Clty'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 oh 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 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 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. 1.16. CONTRACT DOCUMENTS: 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 Page 7 copyright O 2004 The Gordian Group .r Project Mantle! Project Manual, are the documents which are 'collectively referred to as the Contract Documents. The Contact Documents consist of the follow Volumes: Volume I, Protect Manual. Volume Ile, Book 1 of 3, Construction Task Catalog. Volume lib, Book 2 of 3, Construction Task Catalog. Voluthe Ilia, Book 1 of 3, Technical Specifications. Volume Iilb, Book 2 of 3, Technical Specifications. Volume Ilic, E3obk 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 orderwhich 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 ail conditions Page 8 City of Miami Beach March 2004 copyright o MX The Garden aaa Project Manual and requirements of any'perrnits 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 'authoiized 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. -JOB '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 SLOPING: Shall' mean the .oint 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 copyrloM 42C04 Th. Gordian Group Page 9 Pro)oct Manual the City of Miami Beach or County of Mlatni-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. 1.33. . MATERIALMEN: Shall mean any parkin, firm Crcorporation, 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 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. 1.38. 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 AMU, 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 O 2034 Tha OorQIan Group • • i 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 Priday 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 Detailed Scope of Work. • 1.44. PRI;-PRICED TASK: Shall mean a task 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 protect as described in the Job Order. • 1.48. PROJECT INITIATION DATE: .Thedate as specified .In the Job Order Notice to Proceed upon which time commences for completion of the Job Order. 1.49. ,PROJECT MANUAL: The official documenta 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. i March 2004 City of Miami Beach copyright 0 20C4 The OoICIan Group Page 11 Project 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 City that formally requests the Contractor to prepare a Job Order Price Proposal for a Detailed Scope of Work. 1.54. 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 carded on, and such other areas adjacent 'thereto as may be designated as such by the Project 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 this Contract, as hereinafter detailed and designated in the Contract Documents. Specifications for this -• contract include Volume Ilia, lllb, Illc, South Florida Building Code and standard City of Miami Beach Specification's. .• 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 Docurrlents so the Project 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 copyright 0 2C04 The Goodin" Group March 2004 .r Project Mafiosi Substantial .Carnpietion to be achieved, however, the. issuahoe 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: Shill mean the supervlsing •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 Once' 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 • copyright 02004 The Gordian Group Page 13 .r • Project Manual .00300 . • .INSTR•UOt ONS TO BIQDERB 1 General: '1.1 , • The following inst(uctioris 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 responsibility of each Bidderbefore submitting a Bid, to: 2.1. Examine •ihe Contract Documents thoroughly. take trite account Federal, State and focal (City and Miami -Dade County) laws, regulations, .ordinances that may affect costs, irogress,.perforniance, 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 complied 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 detemiined 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 0 2034 The Median Group March 2004 .Project Manual 4.2.1. JOB ORDER CONTRACT ITB 12-03104 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 IT6.13-03/04 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 IMPROVEMENTPROJECTS The Contract may be used to perform any work on facilitles 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 jurisdictionrof 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 to 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 and architectural and engineering services required 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 local activity, climate and geographic features. - . March 2004 City of Miami Beach eoprlpht 02004 The Gordian Group Page 15 '•project`Manual • . 5.4. Bidder will offer 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 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 For 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 Contractors 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. 1"he JOC concept also' includes 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 ItemsTM. Non Pre - .priced (NPP) items may require the establishment of specifications .and drawings and may subsequently be incorporated into the CTC. • 6. Contract Documents: • 6.1. The • Contract Documents constituting component parts of this • Contract are the following: ' Volume I, Project Manual. ',.Volume lid; Book 1 of 3, Construction Task Catalog. Volume Ilb, Book 2 .of 3, Construction Teak Catalog. Volume Ilia, Book 1 of 3 Technical Specifications. Volume Ilib, Book 2 of 3, Technical Specifications. Volume iilc, Book 3 of 3, Technical•Speclfications. Page 16 City of Miami Beach copyright 0 2014 The G rdle" Gooup March 2004 Project Manuial 6.2. Volume I JOC Project Manual: The JOC Project Manual contains bidding Information and requirements, :contract forms, ..bonds and certificates, General Conditions and JOC Supplemental Conditions of the Contract Documents. 6.3: . • Constnactlon Task' Catalog (CTC), (Volume lla, '•and 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, lllb and 1pc): The •Technical Specifications are numbered and :organlzed in the 'Construction - Specification. -.institute's (CS!) • master format. All specifications are filed In divisions 1 through 16per CSI guidelines, The intent of those specifibatTons is to Alrhish concise Industry 'and .commercial standards for maintenance or'repair of City facilities.. 8.5. ' Other 'docutrients . and standards :referenced in - the Contract Documents. Whenever standards or specifications of other agencies ar 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 arid Specification References: ' • 6.8.1. • .Florida Department of Transportation Standards • (Latest • Bdition) 6.8.2. Metro -Dade • . Design' and Construction . Standard' • . Specification & Details 6.6.3. Standard Plans for Pubic Works - (American Work Association) • -, 6.6.4. Greenbook ~Standard Specification ',(American 'Work Association) • 6.6.5. City of Miami Beach ,General ROW Program Design Poiicles 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 copyrlyW 0 2004' a Goalie') Group Page 17 Project Manual • 8.1. • The .abbreviations • used throughout the'. Contract Documents 'are' defined hereinafter In the Technical Specifications. Pre -bid lnterpretations: . 9.1.. Only questions • answered by Written Addenda will. be binding.- Oral and other interpretations or clarifications will be without legal effect. . .AII 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 to respond to questions received less than' ten (10) calendar • days prior to bid opening. 10. • Submitting Blds: 10.1. All Bids mtist be rec'elved in the Procurement Division; City of Man 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 BiD FOR: alD/ JOC CONTRACT NO: 11. Printed Form of aid: 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 10-03104 is $25,000 and $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 10 City of Miami Beach oPNigh0O2054 TM Gordon Group 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 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: 131, The City reserve's 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 bld 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 addltional contracts under this solicitation if it is determined to be in the City's best interest for a .perlod of one hundred and eighty (180) calendar days following the opening of Bids. • 1:. Determination Of Award: 14.1. The City Commission shall award the contract to the' lowest and best Bidder. A lowest Bid is determined by line 17 on Bid Form 2 . contained herein. in determining best, most responsive and • 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 Bid 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 •arid skill of the Bidder to , perfarm the contract. c. ' Whether the Bidder performed • satlsfactory On contracts 'within the time specified, without delay or interference. ,March 2004 Clty of Miami Beach copyright 0 2004 The Gordian Group Page 19 • • .•PrOJect-Manua! • • d. The character; integrity, reputation,• judgrhent, experience and efficiency of the Bidder. . , e. .The quality of performance of previous contracts. f The. previous •and existing compliance by the .Bidder with laws ..and ordinances relating to the contract. 'g. The :Management Plan submitted and - experience of the contractor as listed in the questionnaire. . • 15 Evaluation: .• . 15.1. The'coritractor will be evaluated On each •Job'Order. Results of the , evaluation will impact the issuance of'future Job Orders. 1 ti. Contract Price: •• • 16.1. The Contract Price is'tv'in'ciude -tlie'furnishing of all labor, materials; . 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 -items) 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. • 17 -Postponement of Data for Presenting and Opening Of Bids! . '17.1.• The City rasorves the -'right to postpone the•date for receipt and . opening of bids and will 'make a reasonable effort to •give at le'aSt 'Seven (7) calendar days written notice of any such postponement to • each prospective Bidder. 18. Qualifications of Bidders: • . •1'8.1.. .Bids shall be considered' Only from :firms normally :engaged to 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 to City. 18.2. '.In :determining a -Bidder's responsibility and' ability .to 'perform the -Contract, City has the right to ,investigate and request' Information concerning the financial condition, experience record, persarnnel, equipment, facilities, principal business location and organization of the Bidder, the Bidder's record with environmental regulations, and the claims/Iltigation history of the Bidder.• 19. Addenda andModifications: -Page 20 City of Miami Beach March 2004 aopyrbM 0 200d The Gordian arcup • .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 datetf bid opening'shall be issued as separate documents identified as changes to the Project Manual. 20. • Prevailing Wage Rates: • 20.1. This .project, either ln.'whoie or in part, 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, as •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 (Ariti•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 equivatent) are required be submitted by the contractor . and subcontractors • through the .contractor certifying that all laborers arid 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 copyright 02004 The Gordian Group • Project Manual 00400 BID/TENDER FORM Job Order Contract #:, I 14 �cJ Submitted: 0_ �L3e Dbte . 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 bld; and that this bid Is submitted voluntarily and willingly. The Bidder agrees, if this bld 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'0) j44 wh.3/pcJ 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 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 capyrl0hl 02004 The Gagman Group March 2004 . .1 Protect 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: Addendm Number Z The Bidder shall acknowledge this bid by signing and completing the spaces ,provided below. Name of Bidder. �,,O.0 \\Ii~.r (1rc\ CAM City/State/Zip:' A\cd\c-h. J` Telephone No.: ( 7 ? --C-2‘("ti —L<- Social •Security No. • or Federal Dun and Bradstreet No.: (,-,4:7' ?12 Ci (If applicable) I. D. No.: Bradstreet No.: (if applicable) If a partnership, names and addresses of partners: March 2004 City of Miami Beach Page 23 eepyrq>ti 02004 The Gordian Group Project 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 s jt Name of Co ration) (Signature and Title) (O:i" (Type or Print Nam Signed Above) Incorporated under the laws of the State of \c \c•-.� C Page 24 City of Miami Beach March 2004 capyripht O 2004 The Gordian Stroup v C" • Profect'M'anual .OD4bS � �611* OF MIAMI •BEACH LICENSES'PERMITS AND fElE$' Pursuant 'to the Publio 'i3itl`01sclosure Act, each''licerise, .pettrinit 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 Mlarnl Beach Building •Permits, Public Works Permits and Zoning Perrnitswlll be' reimbursed by the City for the cost 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 AdJustmentFactor. .;LICENSES, • PERMITS' AND •FEES- WHICH MAY DE .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-P'REPRICED TASK WITH NO MARK-UPS. Occupational licenses from City of Mini beech firrns•wlli be required to be • submitted within fifteen (15) days of notification of intent to • • award. . . Occupational. licenses 'will be required pursuant to••Chapter 205:065 Florida Statutes, . ;March 2004 City of Miami Beach Page 25 wrovm 02W4 Th• eorm on. group - Protect Manual Pages 26 through 35 are blank pages, therefore they are discarded. Pages 28-35 City of Miami Beach March 2004 copyrgt»o 20p4 The Oo'dian Croup • 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 Terrn 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 1O7S (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 copyripM O E004 The Gddl.n Group •ProJect Manual in the Construction Task Catalog (CTC) multiplied limes the adjustment factor of: 1•Q900 (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 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: •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: [ OGOO (Specify to four (4) decimal places) Line 5 Normal Working. • Hours Construction using Davis .Bacon Wages: Contractor shall perform any or ail 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: I•0900 (Specify to four (4) decimal places) March 2004 City of Warn! Beach Page 37 . cop/Pohl Q 2004 Ma Gordian 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 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..110o (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: (.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-Oc oa (Specify to four (4) decimal places) Line 9 Combined Adjustment Factor (From Bid Form 2) ?•0571 (Specify to four (4) decimal places) • : Page 38 , City of Miami Beach March 2004 copyii9ni 0 2004 The Ge di.n Oiow