HomeMy WebLinkAboutGordian Group Project Manual 7•
•
•
•
•
ARTICLE1
ARTICLE 2
•ARTICLE 3
ARTICLE 4
ARTICLE 5
ARTICLE 6
ARTICLE 7
ARTICLE 8
ARTICLE 9
ARTICLE 10
ARTICLE 11
ARTICLE 12
ARTICLE 13
ARTICLE 14
ARTICLE 15
PrOjcct Manual
TABLE OF CONTENTS
FOR THE
• JOC'SUPPLEMENT AL 'G'ENERAL CONDITIONS
THE CONTRACT 133
INTERPRETATION OF THE CONTRACT DOCUMENTS 134
• CONTRACT PERFORMANCE PERIOD • 135
OPTION TO EXTEND CONTRACT PERFORMANCE 135
OPTION TO UNILATERALLY EXTEND CONTRACT 135
- ECONOMIC PRICE ADJUSTMENT - (APPLICABLE TO THE
OPTION PERIODS ONLY) 136
SPECIFICATIONS AND DRAWINGS FOR CONSTRUCTION136
CHARACTER OF THE WORK 137
MEANS AND METHODS OF CONSTRUCTION 137
'CONTRACTOR'S STAFF 138,
COMPETENCE OF WORKMEN 138
ORDERING WORK • 139
CONTRACTORS RESPONSIBILITY TO BECOME FAMILIAR . .
.WITH THE WORK 144
MEASUREMENTS TO BE VERIFIED 144
FINAL INSPECTION ACCEPTANCE AND JOB ORDER
COMPLETION 144
ARTICLE 16 . . CITY FURNISHED EQUIPMENT/MATERIALS 146
• . .ARTICLE 17 SALVAGE AND SALVAGE DISPOSAL ., 146
ARTICLE 18 WORK BY OTHERS HIRED OR EMPLOYED BY THE CITY.,146
:ARTICLE 19 LIQUIDATED DAMAGES
ARTICLE 20 : REQUESTS FOR INFORMATION OR APPROVAL
- ARTICLE 21 • .CONTRACT ADMINISTRATOR
•. ARTICLE 22 • THE PROJECT COORDINATOR/PROGRAM MANAGER
•.: ARTICLE 23 • THE INSPECTOR
. ' ARTICLE 24 .SITE PREPARATION AND CLEANUP
.ARTICLE 25 .ON -SITE STORAGE •
.ARTICLE 26 DISRUPTION OF COMMUNITY ACTIVITIES
ARTICLE 27 TRUCKING
ARTICLE 28 • • EXISTING ELEVATORS
ARTICLE 29 CONSTRUCTION ELEVATORS, ETC.
ARTICLE 30 • ACCESS TO BUILDINGS AND SECURITY
ARTICLE 31 EQUIPMENT AND FURNITURE
. January 2004
146
147
147
148
149
149 •
149
150
150
150
150
151
151
City of Miami Beach
oopyripht 020041!n Oordlan Group
Pagel
•
•
•
•
Project Mantis!
• ARTICLE 32
• :ARTICLE 33
• ARTICLE 34
.ARTICLE 35
• ARTICLE 36
ARTICLE 37
:ARTICLE 88
ARTICLE 39
, - ARTICLE 40
• ARTICLE 41
• • ARTICLE 42
ARTICLE 43
•• ARTICLE 44
• ARTICLE 45
• • ARTICLE 46
• ARTICLE 47
•ARTICLE 48
.• ARTICLE 49
ARTICLE 50
ARTICLE 51
• ARTICLE 52
•• ARTICLE 53
APPLICABLE REGULATIONS 151
ENVIRONMENTAL PROTECTION 153
PROTECTION OF WORK AND PROPERTY 153
• FLOOR LOADING 155 '
•PROJECT SITE MAINTENANCE •155 •
MATERIAL AND EQUIPMENT PROTECTION AND SECURITY
• , - 155
• EXPLOSIVES AND BLASTING 156
CUTTING AND PATCHING 157
BARRIERS 157
POLLUTION CONTROL 157
TEMPORARY SERVICES AND UTILITIES •158
HOURS OF WORK AND ACCESS 161
• ALL LEGAL PROVISIONS DEEMED INCLUDED 161
ARCHITECTURAL AND ENGINEERING SERVICES • 161
WORK INVOLVING HAZARDOUS MATERIALS 162
PRE -CONSTRUCTION CONFERENCE 162 •
JOB MEETINGS • : 1.62
ENERGY CONSERVATION 163
INTERGOVERNMENTAL PURCHASING AGREEMENT 163
COMPUTER REQUIREMENTS 163
CITY FURNISHED SOFTWARE 164
COMMUNICATIONS 164
.Pagell
City of Miami Beach January 2004
oapyripht C2�4 Me Gordian Group
Project Manual
`b2obo JOC SUPPLEIVIENTAL-CONDITIONS
ARTICLE 1 • THE CONTRACT .
1.1. The Contract Documents for the Contract. The Contract represents the entire
integrated agreement between. 'the parties and supersedes all prior
negotiations, representations and agreements, either written or oral including
the bidding documents,
1.2. The Contract Documents shall include:
• VOLUME I: 'Project Manual
VOLUME Ile: Construction Task Catalog
VOLUME Ilb:. Construction Task Catalog
VOLUME !Ile: Technical Specifications
VOLUME lllb: Technical Specifications
VOLUME I11c: Technical Specifications
1.3. Overview of the Contract '
1.31: Job Order Contact (JOC)' is a competitively bld, 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.
Under the JOC concept, the 'Contractor furnishes management,
labor, . materials, equipmeht and architectural ,and engineering
services required to support individual Job Orders.
1.3.3. The JOC contract iricludes a Construction1 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.
1.3.4. Bidders will' Offer (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 working hours with and without Architectural and
March 2004 City of Miami Beach Page 133
copyright C 2004 Ns Gordlai Group
.Project Manua,
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,
•
• 1.3.5. ' As Job' Order Contract requirements' are identified' by the• CITY, the
Contractor will be issued a Request for Proposal and will be required
.to develop a detailed price proposal. The Contractor will submit their
price proposal to the CITY. If the Contractor's proposal is found
acceptable, a Job'Order may be issued at the agreed upon units,
• Which when , multiplied by the unit price • and Contract adjustment
factor, will establish the firm fixed Lump Sum price for the Job Order.
.1.3.6. 'The 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 items". Non Pre -
.priced (NPP) itemsmay require the establishment of specifications
and drawings and may subsequently be incorporated into the CTC.
ARTICLE INTERPREtATtON OF THE CONTRACT 'DOCUMENT'S
2.1 Upon its overt Initiative or the Contractors written request, the CITY may issue
Written interpretation of Drawings (if any) and Specifications necessary for the
proper execution or progress of the Work which interpretations shall be
consistent with and reasonably Inferable'from the Contract Documents.
•
2.2. The Imperative language of the Contract Documents` is oireoted at the
Contractor unless otherwise stated.
• 2.3. The organization of the Contract Documents Into Construction Specifications
Institute ("CSl") divisions, sections, and articles, and the arrangement of
brawings if any, shall not restrict the Contractor in 'dividing the . Work among
Subcontractors or in establishing the extent of Work to be performed by any
trade.
• 2.4. 'The J'OC Project Manual Including the JOC •Suppiemental 'Conditions shall
apply to all contracts or subcontracts for the work covered by these
specifications.
2.5. The •wcrk under this contract shall include everything described, indicated or
shown In the Contract Documents as defined In Article 1.
' 2.6. In any action or proceeding to enforce rights under this Agre•
ement; and any
appeals arising. there from, the prevailing party shall be entitled to recover
from the other paity its reasonable attorneys' fees, costs and expenses. •
Page 134
City of Miami Beach
copyright 2014 fie Goralwn amp
March 2004
Fikrojoct Manual
' ARTICLE 3 ' CONTRACT PERFORMANCE PERIOD '
3.1: • The. Contract performance period' IS twelve (12) months from ethe date of '
award of the Contract or the achievement of the Maximum Contract Term •
Value of $2,000,000 for 12.03/04 and 13.03/04 and $5,000,000 for 14-03/04.
The CITY shall have the option to extend the term of each Contract for four
additional Contract Terms of twelve (12) months each. The total Contract
'Performance period shall not exceed twelve (12) months each. The total
Contract Performance period shall not extend beyond sixty (60) months. Job
Orders placed prior to, :but not completed by the expiration of this Contract,
will be completed with all provisions of this Contract still in force.
3.2. A Job Order Completion Time`for each Job Order issued under thls Contract• '
will be determined In accordance with Article 12-Ordering Procedures.
3.3. CITY is entitled to end exports full `cont'ract performance from •the Contract
award date. Contractor should commence any mobilization activities as soon
. as practical after contract award, but before •work on Individual Job Orders
begins.
• ARTICLE 4 : OPTION TO fXTENb'CONTRACT PERFORMANCE •
' 4.1. CITY may riot extend any individual'JOC contract tern beyond orie (1) year.
• Therefore, :if during the one (1) year contract term, the Contractor fails to
reach the Maximum Contract Term Value, the Contract Will still terminate,
'Unless an option term Is exercised. If there is Unused contract value left on
an individual Contract terni when it eXpires after one (1) year, CITY shall carry
any unused value over to any additional Contract terms.
• ARTICLE 5 . OPTJON TO UNILATERALLY EXTEND CONTRACT ' •
5.1. . The Contract 'contains an Option to' Extend Provision, for four(4) additional
. one (1) year contract terms. The CITY has the unilateral option to extend.
Procedure for exercising option:
5.1.1. Three '(3) "months prior to the Contract expiration date, 'the Contract
Administrator, if he desires, ;shall issue the Contract or a preliminary
written .notice of Its intent to extend for an additional Contract term
before the Contract expires. •
• 5.1.2 • The extension' shall be aceohnplished 'prior to current'expiratioh date.
..Actual extension to contract. shall be accomplished by written
notification.
5.1.3 The total duration of this Contract, including 'tile exercising of the -
option terms, shall not exceed five (5) years.
March 2004
City of Miami Beach
oopydghl 0 2W4 The Gordian Group
Page 135
• , Project Manua
ARTICLE'S . .ECONOMIC • PRICE .ADJUSTMENT (APPLICABLE TO THE
OPTION PERIODS ONLY)
8.1. This •Article provides a means to adjusf the Contractor's Adjustment Factors
on an annual basis from the date of the Contract award using actuai
escalation/de-escalation as measured by the Construction •Cost Index (CCI)
• published in the ENR (formally known as Engineering News Record)
Calculated for the U.S. Twenty (20) City Index. .
- • 6.2. ' The "original Adjustment Factors'' are 'those • Adjustment Eactets submitted
With the Contractor's Bid that remain in effect for a one year period beginning
with the date' of Contract award. Providing the Contract is still in effect, the
Contractor's Adjustment Factors shall be recalculated at each annual .
anniversary date of the Contract award (i.e. in beginning of month 13,25, 37 •
'and 49 of the Contract),
6.3. CCI indices are published monthly, The "base year fel-the purposes of this
provision is the 12-month period prior to the Contract. award. The "base year
• index" is determined by summing themonthiy CCI indices beginning with the •
• • 'month prior to the •Award date for each of the 12 months of the "base year" •
• and dividing by 12. The result Is the average CCI for the "base year."
'6.4. •• • The'"contract year" is the 12 Month paned following the Initial 'Contract award,
: The "contract year Index" is determined by summing the monthly CCI indices
for the 'initial 12-month contract period and dividing by 12.. The result is the
.• average CCI for the "contract year."
6.5; '• The Economic • Price Adjustrent • for'. months 13-24 of the .Contract. is
deterrnined by dividing the "contract year index" by the "base'year index." The
• •• Contractor's Adjustment Factors for months 13-24 of the Contract are
determined by multiplying the Economic Price Adjustment by the "original
. Adjustment Factors". The Economic Price Adjustment for months 25-36, 37-
- 48, and 49-60 will be calculated in an identical manner, sliding the "year
index" and the "contract year index" 12 months forward. • •
. All the above computations shall be carried to five •(5) decimal places and
•
then rounded to four (4) decimal places. Rounding of numbers. shall be •
accomplished by increasing the fourth decimal place If the fifth decimal is
equal to five or greater. If the fifth decimal place is equal to four or Tess, the
fourth decimal shall remain unchanged.
ARTICLE 7 • SPECIFICATIONS AND DRAWINGS FOR CONSTRUCTION
7.1. • The CITY is not required to furnish drawings dr additional specifications for
Job Orders issued under this contract. The CITY may, however, choose to
• Page 136
City of Miami Beach
,00pright 0 2034 The Gordian Group '
March 2004
Project -Manual
do so. if CITY provides such drawings and additional .specifications the
provision fisted below shall apply.
7.2. In case'of conflict 5etween requirements, the requirement which meets all the
Codes and, which in the opinion of the CITY is more advantageous to the
CITY, shall govern.
ARTICLE 8 . CHARACTER OF THE UVORK
•8.1. The Work to be performed by the iCantractor in connection with 'each Job
Order will be described In the Detailed Scope of Work issued with each
. Request for Proposal.
• 8.2. . Unless otherwise expressly provided in a Job Order, the Work Must be
performed in accordance with the best, modern practice,. with Materials and
Workmanship of the highest quality, to the satisfaction of the CITY.
8.3. in addition to the standards that are prescribed herein, all Work shall conform
to fire and safety regulations prescribed in the CITY of Miami Beach Building
Code, and all codes and standards referenced therein, inclusive of the Florida.
Building Code, and any drawings or specifications provided.
• - .8.4. • Any material or operation required under this contract shall comply, as they
pertain, with the specifications and instructions of a manufacturer, the
established standards of The American Society for Testing Materials (ASTM).
.The American Institute of Steel Construction (AISC), The American Standards
Association (ASA), The American Welding Society (AWS), or other industry
recognized standards. In the case of conflict between recognized standard
Specifications and those specifications contained In the Contract Documents,
the most stringent shall govern. : In case standards .for materials and
operations are riot listed, the CITY reserves the right to cite those accepted
by the profession involved and require that such standards be adhered to In
. the performance of the Work. •
ARTICLE 9 MEANS ANb'METHobs OF CONSTRUCTION.
9.1. .The Means and Methods of Construction shalf•be'such as the Contractor may
choose; subject, however, to the City's right to reject means and methods
proposed by the Contractor that: •
9.1.1. Will constitute or create a 'hazard to the Work, or to persons or
property; or
9.1.2. . Will not produce finished' Work In accordance with the terms of the
Contract; or
March 2004
City of Miami Beach
copyright92604 The Gatlin Group
Page137
Project Manual
9.1.3. Unnecessarily increase the price of the Job Order when alternative
means and methods are available.
9.2. The Clty's approval of'the Contractor's' Means arid Methods of Construction;
Or its failure to exercise its right to reject such means or methods, shall not
'relieve the Contractor of its obligation'to-accomplish the result intended by a
.Job Order; nor shall the exercise of such right to reject create a cause of
• action for damages.
• ARTICLE 10 CONTRACTolVS STAFF
10.1. General:' The Contractor shall, immediately upon receiving a fully executed
.copy of this Contract, assign and maintain during the term of this Contract
• and any extension of it, 5rn adequate staff of competent personnel who are
fully equipped, licensed as appropriate,I qualified and assigned exclusively to
' perform the Work The Contractor ;shall provide the .CITY with the
qualifications of the individuals who will'serve in those positions listed below.
. The minimum experience of each individual below shall be at feast. five (5)
. . years. • .
10:2, • At a minimum, the Contractor shall have at 'all times a Project Manager,
• Estimator and Superintendent assigned to this Contract. Additional staff shall
be assigned depending on the volume of Work. The Contractor shall be
. . `responsible for managing, supervising and directing its Subcontractors.
• '.1 o.3. Should the 'CITY 'deem. the . performance of any employees 'of the Contractor •
• ,• unsatisfactory, the Contractor shall terminate the Involvement of such
-employees In ali'areas of Contract performance.
ARTICLE 'i 1 • •COMPETENCE OF WORKMEN
11.1. Every worker on any part of this Contract shall be competent to perform the
task to which he/she is assigned. For both direct and subcontract work
performance, the Contractor shall be responsible for and shall Insure that no
'critical facility or utility equipment (plant type equipment) construction or repair
work Is performed by personnel with an experience level less .than
'journeyperson. However, personnel with lesser experience may serve as a
helper. In all Instances, for any work performed under contract, personnel
who have an experience level below journeyperson shall be under the
immediate supervision of a person with experience level at or above '
journeyperson as appropriate to • the occasion. The Contractor shall assure
that a journeyperson, foreperson, master, etc., as appropriate, performs or
supervises all required work or services.. •
page 138
City of Miami Beach March 2004
copyright C 2 W 4 the Gordian Group
•
•
Project Manual
11.2.. The Contractor shall assure that .a 'journeyperson, foreporson, master,••etc.,
as appropriate, who is capable of directing the Work, performs or supervises
all required Work or services.
• 11.3.. Conditions which 'require the constant presence of a CITYf Inspe'ctor to assure
:the quality of the work will not be tolerated. Any worker who does not
. produce quality workmanship through lack of cooperation or Incompetence
• shall be promptly removed from the job upon written order by the CITY. The
• judge of quality of workmanship shall be solely determined by the CITY.
11.4. On 'any 'Federally Funded projects the Davis�Bacen Act standard rules apply'
• . to this contract.
ARTICLE 12 . ' ORDERING WORK •
12.1. Initiation' of a Jab Order
12.1.1'. As the need exists for performance by the Contractor under the terms
• of this Contract, the CITY will notify the Contractor of a Joint Scope
• • Meeting. .
12.2. .Upon this notice, the Contractor Shall respond to the needs' of CITY within twc •
(2) working days by: .
12.2.1..Estabiishfng verbbal contact With CITY to further define the scope of
the requirement, and .
12.2.2. Visiting the proposed work' situ •• in the company 4f '.a CITY
• representative, -and participating In a •Joint Sdcipe meeting which will
include discussion and establishment of the following:
project number and title
the detailed scope of the Work
existing site'conditions .
methods and alternatives for accomplishing the Work
access to the Site and protocol for 'adn Ission
hours of 'Operation
staging. area
requirements for catalog cuts, technical data, 'Samples 'and Shop
Drawings . .
requirements•for engineering and architectural services including
sketches, Drawings, 'Specitic`atians, and as=builts
March 2004 City of Miami Beach
o ydehtO2C0iTheGoidien@oup
Page139
•
project Manual
Preliminary'quantityestihiates
the applicable Wage Decision for Federally'Funded Objects
constructionduration
liquidated damages •
Specific quality requirements for equipment and material
the presence of hazardous materials
date on which Job Order Price Proposal Is' due
.12.3. After the 'Joint Scoping. process,. the• Contractor and the CITY will agree on 'a
.petalled Scope of Work, together with a tentative .schedule, any sketches,
Drawings and Specifications required to adequately document the Work to be
accomplished. The Detailed Scope 'of Work, unless modified by both the
.'Contractor and the CITY, will be the' basis on which:the Contractor will
develop its Job Order Price Proposal and the CITY will evaluate the Job
• Order Price Proposal. . .
12.4. 'Upon' completion of the joint scope meeting and the Detailed Scope of Work
the CITY will issue a Request For Proposal (RFP) which requires the
•Contractor prepare a price proposal for' the work under consideration by the
date indicated on the'RFP.
12.5. The •Contractor will prepare the Job Order Price Proposal in accordance with
the following: • •
12.5.1. Pre -priced work requirements. i Pre priced work' requirements will
identify the type and number of work units required from the Volume
II Construction Task Catalog. The price 'per unit set forth in the
Construction Task Catalog :shell serve as the base price for the
purpose of the' operation of this provision. The Contractors 'Job
Order Price Proposal shall include support documentation to indicate
that adequate engineering and planning for the requirement has been
'done, and that the work units proposed are'reasonable for the tasks
• to be performed. Documentation to be submitted with the Job Order
Price Proposal shall Include;. but not be limited to, drawings,
. calculations, catalog tuts, r • specifications, and architectural .
. renderings. •
12.5.2. Non Pre -priced Work Requirements: Unite of work not included in the
• - Construction Task Catalog but within the general scope and intent of
this Contract may be incorporated into this Contract as needs arise.
Such work requirements shall be incorporated Into and made a part
of this•Contrac1 for the Job Order to which they pertain, and may be
Incorporated into the Construction Task Catalog if determined
. Page 140 City of Miami Beach
copyright 0= 04 The (Urchin Group
March 2004
..Project Manual
appropriate' by CITY at the'b'ase price deterinined in this •provislon. •
• Non Pre -priced work requirements shall be separately identified and
submitted In the Job Order Price Proposal. Information submitted In
support of non pre -priced work shall Include, but not be ilnilted to, the
following:
•
12.5.2.1. Complete•speclfications and technical data,. including work
unit content, support drawings, work task cost data, quality
control and Inspection requirements.
12.5.2.2: Work schedule. E
12.5.2.3. Costing data, submitted In support of Non Pre -priced Tasks
shall include a °cost analysis report, establishing the basis
for selecting the approach proposed for accomplishment of
' 1 the requirements. :Unless otherwise directed by the CITY,
. 'costing data will' .be .•subrrmltted demonstrating that the
Contractor sought . and received three quotes. • The
• Contractor shall provide :an installed unit price (or
demolition price if appropriate) which shall Include all costs
required to accomplish the Non Pre -priced Task.
12.5.2.4. 'The final price sutirnitted for Non Pre -priced Tasks shall be
'according to the following formula:
'A Direct Labor Coal .(up through' 'this-foreniari level and
. .including fringe benefits)
B Direct MaterialCosts'(supported by quotes) • '
= Direct Equiptent Costs (supported by equlprrient
amortization data) .
= Subcontractor Costs (supported by quotes)
E m Allowable Over Head Caste ='A x 55%
i= Allowable Profit= (A+B+C)x 1'd%
G = Subcontractor Allowance =•D x•1 O%
'_Total Cost of Non Pre -Prided Task B + C 1,D + E + .F
G
•
*A,' B, C, E and F Only apply to work self -performed by the
Contractor. •
'D and G only . apply to work setf-performed by
Subcontractor's.
March 2004
City of Miami Beach Page 141
copyright 0 2004 The Gordian Group
•
Project Manuel.,
•
12.5.2.5. Following approval by the 'CITY of a Non Pre -priced `Task
• and unit price, the Non Pre -priced Task unit price will be
loaded into the computer data base.
• 12.5.2.5. The 'total extended 'price 'for the Non Pre -priced Task will
be determined by multiplying the unit price by the quantity
required. The price offered in 'the Job Order Price
Proposal will be' determined by multiplying the total
• .extended price by an' adjustment'factor of 1.0000.'
12.5.2.7. After using a •non p'e-priced item 'on 'three separate Job •
Orders, the CITY reserves the right'to include'the unit price •
for the work item es a pre -priced item into the CTC which
would become a 'permanent Item •and no longer require
price Justification. •
12.5:3. The Contractor's Job Order Price Proposal shall include, •at a
minimum: •
12.5.3.1. Cost Proposal:
12:5.3.2. Architectural or Engineering Drawings Or sketches as
• required.
12.5.3.4. Catalog cuts, techticJal data orsarnpies 'required
12.5.3.5. • List of antiofpated'Sub'contractors 'and Materlalmen
12.5.3.5. Construction schedule;
•
12:5.3.7. Certificates for any special insurance required;
12.5.3.8. Sample warrantles or guarantees for 'materials, equipment
or systems proposed; •
12.5.3:9 Schedule of Values If'required.
12.5.4. The 'Corifracter's Job Order Price Proposal shall- be submitted in
accordance with the date, indicated on the RFP. Unless otherwise
stated on the RFP, the Price Proposal will be due iio longer than five
• (5) working days after the issuance of the RFP. The CITY may allow
'additional time for preparation ,of the Contractor's Job Order Price
Proposal for complex Job Orders requiring engineering/architectural
drawings and approvals and permits, Allowance' will be made to
provide adequate time for preparation and submittal of the necessary
documents and the Job Order Price Proposal and so reflected In the
Job Order Price Proposal due date entered on the RFP. In
'emergency work situations and minor maintenance and repair Job
Orders requiring immediate completion, the Contractor's Job Order
Page 142
City of Miami Beach March 2004
copyright C 2001 The Gordian Group
•
•' Project Manual
Price Proposal May be required quickly and the due date Wii! be so
indicated on the RFP,
•12:6.Reviewof the Job Order Price Prbposar and Issuance of Job Order
12.6.1. The CITY shall evacuate the entire Job •Order Price' Proposal and
proposed tasks and compare these with the CITY'S cost estimate of
'the Detailed Scope ,of Work to determine the reasonableness of
:approach, including the nature and quantity of tasks proposed.
12.6.2. • CITY reserves the right to reject a Contractor Job Order Price
Proposal based on • unjustifiable quantities, performance periods,
• inadequate documentation, or other inconsistencies on the
Contractor's part, or for any other reason. ,CITY also reserves' the
right to not award an order If CIty's requirement is no longer valid or
the proposed cost exceeds 'CITY estimate. In these instances, the
Contractor has no right of claim to recoup Job Order Price Proposal
expenses. The CITY may pursue the performance of such Work by
• Other means. .
12.6.3 By submitting a signed Job Order Price Proposal to the CITY, the , .
'Contractor agrees to accomplish the Work set forth in the Detailed
• Scope of Work in accordance with the • Request for Proposal at the
price submitted. It is the Contractor's responsibility to include the
• necessary tasks and quantities In the Job Order Price Proposal prior
• to delivering it to the CITY. ,
•
12.6.4 Each Job Order .provided ' to the Contractor shall reference the
Detailed Scope of Work and set forth the fixed price to be paid and
the Job Order Completion Time,' .All clauses of this Contract shall be
. applicable to each Job Order. The Job Order shall be signed by the
.CITY and delivered to the Contractor for signature. The. Contractor
• shall sign a copy of evidencing acceptance of the Job Order,
' 12.6.5. • In the' event that Immediate •erfergency 'response is necessary the
Contractor shall be required' 'to follow alternative procedures as
•. established by the CITY. i This alternate procedure may be more
• • burdensome to the CONTRACTOR than the procedures described In
this section. The 'Contractor shall begin Work as directed not
withstanding the absence.of a fully developed Request for Proposal,
Detailed Scope of Work, or Job Order. The Contractor shall be
compensated In accordance with the CTC and Non Pre -priced Tasks
as if the Work had been ordered under the standard procedures.
12.6.6. If the City finds Inconsistencies with. the Contractors Price Proposal
• the CITY may request the Contractor to re -submit its Price Proposal
or cancel the Job Order.. If the Contractor consistently submits Price
.March 2004
City of Miami Beach
ccpyrlght 0 2034 'Ma Gordian Group
Page 143
:Pr'oject'Manual
. proposal's which are rejected blithe CITY, the CITY may declare the
Contractor In default and initiate termination of the Contract,
according to.Article 15 of the General Conditions. •
12.6.7. After the CITY has reviewed the •Contractor's Price Proposal and an
. agreement has been reached as to the nature of the' revisions; if any,
the Contractor is not allowed to make any changes to the revised
Price Proposal other than the changes agreed to.
:.AI TiGLE 13 CONTR CCTbRS' RE5PONSIBILITY TO 'BECOME ' FAMILIAR'
WITH THE WORK • ;
. 13',1. . The Contractor Is 'required to. inspect the 'site of the work of each Job Order
-and to examine and become familiar with. the Detailed Scope of Work, plans,
specifications and all other contract documents pertaining to the proposed
work. The submission of a •Job Order Price Proposal shall be sufficient to
establish the presumption that the Contractor has•investigated the site of the
• work and is satisfied as to all reasonable conditions to be encountered,
' :quantity and quality of the work to be performed and materials furnished in
• the completion thereof.
Unless' otherwise directed, CITY will' furnish subsurface it forrnatian ..through
the use of borings. If, in the course of the work, subsurface conditions vary
. materially from the record indicated by the borings,the Contractor shall give
immediate notification, in writing, of 'such variation to the CITY and the
• Contract price shall be •adjusted by unit prices established in the bid or
agreement, as appropriate.. .
• •
'13.3: • .Contraotoris required to examine'and be familiar 'with existing contracts. and
'Work being constructed.
ARTICLE 14 MEASUREMEN`1`S TO BE VERIFIED
14.1. Before ordering any material -or doing arty Work,•the Contractor shall verify all
measurements at the site of a specific. Job Order, and shall be responsible for
the correctness of same. No extra charge or compensation will be allowed on
account of difference between actual dimensions and the measurements
Indicated in the RFP. Any difference,which may be found, shall be submitted
to CITY for consideration before proceeding with the work.
ARTICLE 15 FINAL ;INSPECTION, ACCEPTANCE AND .JOB ORDER
COMPLETION
15.1. Contractor's Punch List
• Page144
City of Miami Beach March 2004
. oopv Igt O 2004 The Gordian Group •
•
•
Project Manual •
15.1:1. When the Work is near completion,' the Contractor, CITY and or .•
Program Manager shall Inspect the Work and the Contractor shall
prepare a list of ali items remaining on the Work prior to final
completion. Said list shall be known as theContractor's Punch List.
•
15.1.2. The Contractor shall' proceed to complete or correct all 'items listed on
the Contractor's Punch :List and verify that the items have been
completed or corrected by signing said Punch List.
•
15:1.3. -The Contractor `shall submit'the signed Contractor's Punch list to''the
CITY and or Program Manager with a request for a Final inspection
• of the Work.
15.2 The CITY's Punch List'
15.2:1. Upon receipt of the •Contractoes'.request, the CITY and or 'Program
• • Manager shall conduct a Final Inspection to determine whether the •
Work compiles with the Contract Documents.
• .16.2.2. At the conclusion Of the. Final' Inspection, the CITY and or'•Prdgram
. • Manager shall notify the Contractor of any terns remaining which Is
in a deficient or unacceptable condition. Said list 'shall be known as
the City's Punch List.
15.3. Correction of the CITY'S' Punch list
15.3:1. Within 3 'days of receipt of the City's •Punch List, the Contractor shall
commence correcting all items on the City's Punch' List.
15.3.2. If the Contractor odes •hot complete the items on the Owner's Plinth
• • . •List within 10 days of receipt of the Owner's Punch List, the provision
• In Article 15 of the General Conditions may be invoked.
15:3.3. • if the Work 'On .the City's'Ptlnch List.canndt be'carripieted within the
. staled time, the Contractor shall Justify to the approval of the CITY
.and or Program Manager why items cannot be completed and a
mutual time will be agreed Upon when such items will be completed.
if liquidated damages have been applied to the Job Order, this time
in no way effects the original contract schedule,
15.3.4. • Failure of 'theCITY'and 'or Program Manager to'include any Item on
the City's Punch List shall not alter the responsibility of the Contractor
to complete ail the Work in accordance with the Contract Documents.
15.4.' .Items discovered after the original PunchList which are part of the Job Order
Shall be completed under warranty and within 10 days of notlflcation.to the
Contractor. .
March 2004
City of Miami Beach
copyrgh, 0 2 The Oddlan Croup
Page 145