Contract with Ceepco Contracting. LLC Cd. E- 772t ,
CONTRACT
THIS IS A CONTRACT, by and between the City of Miami Beach, a municipal
corporation of the State of Florida ("City"), and Ceepco Contracting, LLC. ("Contractor").
W I T N E S S E T H, that Contractor and City, for the considerations hereinafter named,
agree as follows:
ARTICLE 1
SCOPE OF WORK
Contractor hereby agrees to furnish all of the labor, materials, equipment, services and
incidentals necessary to perform all of the Work described in the Contract Documents, including
Exhibit D-Supplemental Terms and Conditions, and any Contractor Service Order issued to
-Contractor for any Project hereunder, and shall perform all Work in accordance with the
requirements of the Contract Documents, for the following catagories:
General Contractor Caulking Contractor
Concrete Forming and Placing Contractor Painting Contractor
Waterproofing Contractor Building Contractor
Concrete Slab Sawing & Core Decorative Concrete & Masonary
Drilling Contractor Fence Contractor
Door Contractor Drywall Contractor .
Fence Contractor Finish Carpentry Contractor
Flooring Contractor Glass & Glazing Contractor
Gypsum Drywall Contractor Gypsum Drywall Finisher Contractor
Insulation & Acoustical Tile Contractor Lathing & Plastering Contractor
Plumbing Maintenance Contractor Roof Contractor
Roof Deck Contractor
ARTICLE 2
CONTRACT TIME
2.1 This contract shall remain in effect for three (3) years from date of contract execution by
the Mayor and City Clerk. The City of Miami Beach has the option to renew the contract,
at the sole discretion of the City Manager, for two (2) renewal periods of one (1) year
each.
2.2 Contractor shall commence the Work upon written notice to proceed in the form of a
Purchase Order issued by the City, and a Contractor Service Order signed by either the
City Manager or the Department Director ordering the Work , specifying the specific
tasks to be performed by the Contractor for any Project. A separate Contractor
Service Order shall be required prior to commencement of any Work on any
Project. Contractor shall commence scheduling activities, permit applications and other
preconstruction work within five (5) calendar days after receipt of Purchase Order, which
date shall establish the Project Initiation Date. The Purchase Order will not be issued
1
until Contractor's submission to City of all required documents (including but limited to:
Payment and Performance Bonds, and Insurance Certificate) and after execution of the
Contract by both parties. Contractor shall have no entitlement to perform (or be
compensated for) any Work under this Agreement, unless such Work is authorized, at
the City's sole discretion, by a Contractor Service Order.
2.2.1. The receipt of all necessary permits by Contractor and acceptance of the full
progress schedule in accordance with technical specifications section,
submittal schedule and schedule of values is a condition precedent to the
issuance of a Purchase Order to mobilize on any Project site and commence
with physical construction of the Work.
2.3 Time is of the essence throughout this Contract. Unless otherwise specified in a
Contractor Service Order, any project awarded to the Contractor pursuant to this
Agreement shall be substantially completed within thirty (30) calendar days from the
issuance of the City-approved Contractor Service Order ("Contractor Service Order") or
accompanying Purchase Order (whichever is later), or as otherwise specified in the
Contractor Service Order, and completed and ready for final payment in accordance with
Article 5 within thirty (30) calendar days from the date determined by Consultant or the
City as the date of Substantial Completion.
2.4 Unless otherwise specified in a Contractor Service Order for any particular Project, upon
failure of Contractor to substantially complete the Work within the time specified for
Substantial Completion in any Contractor Service Order, plus any approved time
extensions, Contractor shall pay to City the sum of one hundred dollars ($100.00) for
each calendar day of delay in achieving Substantial Completion. Contractor
acknowledges and agrees that the foregoing amounts are not penalties but are
liquidated damages to City for its inability to obtain full beneficial occupancy and/or use
of the Project. Unless otherwise specified in a Contractor Service Order, liquidated
damages are hereby fixed and agreed upon between the parties, recognizing the
impossibility of precisely ascertaining the amount of damages that will be sustained by
City as a consequence of such delay, and both parties desiring to obviate any question
of dispute concerning the amount of said damages and the cost and effect of the failure
of Contractor to complete the Contract on time.
2.5 City is authorized to deduct liquidated damages from monies due to Contractor for the
Work under this Contract or as much thereof as City may, in its sole discretion, deem
just and reasonable.
2.6 Contractor shall be responsible for reimbursing City, in addition to liquidated damages,
for all costs incurred by Consultant in administering the construction of the Project
beyond the completion date specified above, plus approved time extensions. Consultant
construction administration costs shall be pursuant to the contract between City and
Consultant, a copy of which is available upon request of the Contract Administrator. All
such costs shall be deducted from the monies due Contractor for performance of Work
under this Contract by means of unilateral credit change orders issued by City as costs
are incurred by Consultant and agreed to by City.
2
ARTICLE 3
ASSIGNMENT OF WORK
In consideration of the Work to be provided hereunder, Contractor shall be compensated
on Time and Material basis or as a Lump Sum basis, as specified in the Contractor Service
Order.
3.1 TIME AND MATERIAL BASIS
The City may award work on a time and materials basis in accordance with hourly rates
offered. The Project Manager shall select the contractor deemed to be best qualified for
the project. In doing so, the criteria specified in Section 2-369 of the City Code may be
considered. In the event that the contractor with the lowest cost is not selected, the
reason(s) shall be documented on the purchase requisition.
3.1.1 For parts and materials ordered under this option, vendors shall provide quotes
or invoice, as determined by the Contract Manager, based on the cost of parts
and materials plus the agreed to mark-up. In determining cost of materials to
which the mark-up may be applied, the contracting officer may require the
vendor to provide actual cost of parts and materials (i.e. contractor's invoice,
MSRP, etc.),
3.2 LUMP SUM BASIS
In lieu of a time and materials order, the project/contract manager may request quotes
from contractors authorized to participate in the Pre-Qualified Bidder Pool. Responsive,
responsible bidders (awarded or not) are eligible to participate in the Pre-Qualified
Bidder Pool, at the discretion of the bidder and as indicated on the Cost Proposal Form
at the time of submission. At its own expense, the contractor shall visit the site and
prepare a lump sum detailed quotation (inclusive of all labor, materials, and all other
costs. Each quote prepared by the contractor shall include an acceptable description of
the nature, extent and character of the work required, as well as performance and
delivery schedules. In the alternative, project managers may require an itemized
breakdown of the lump sum amounts.
3.2.1 For projects with an estimated cost up to the amount specified in City
Procedure PO16.02, Threshold Category 1 (currently $10,000 or as amended),
the project/contract manager may select the contractor deemed to be best
qualified.
3.2.2 For projects with an estimated cost exceeding the amount specified in City
Procedure PO16.02, Threshold Category 1 (currently $10,000 or as amended),
the project/contract manager shall solicit three quotes. Following the
determination of the best quote, in the Department's Director sole discretion, a
Contractor Service Order shall be executed for the project, (see Section 2.3),
prior to issuing a Purchase Order. The City Manager's approval, along with a
3
justification, is also required when the contractor offering the lowest cost is not
selected.
3.2.3 For projects $50,000 or greater, the City Manager's approval is required and a
Contractor Service Order shall be executed for the project. The City Manager's
approval, along with a justification, is also required when the contractor offering
the lowest cost is not selected.
3.2.4 Contractor shall be instructed to commence the Work by written instructions as
further detailed in Section 2.3. Contractor shall commence scheduling
activities, permit applications and other preconstruction work within five (5)
calendar days after receipt of Purchase Order, which date shall establish the
Project Initiation Date.
3.3 PERFORMANCE AND PAYMENT BOND
The City will require a performance and payment bond for any project in excess of
$200,000. Within ten (10) calendar days of City execution of the Contractor Service
Order, Contractor shall furnish a Performance Bond and a Payment Bond containing all
the provisions of the Performance Bond and Payment Bond attached hereto as forms
00710 and 00720.
3.3.1 Each Bond shall be in the amount of one hundred percent (100%) of the
Contractor Service Order, guaranteeing to City the completion and performance
of the work covered in such Contract as well as full payment of all suppliers,
laborers, or subcontractors employed pursuant to this Project. The City may
accept a Performance Bond and Payment Bond from a surety company which
has twice the minimum surplus and capital required by the Florida Insurance
Code at the time the invitation to bid is issued, if the surety company is otherwise
in compliance with the provisions of the Florida Insurance Code, and if the surety
company holds a currently valid certificate of authority issued by the United
States Department of the Treasury under Section 9304 to 9308 of Title 31 of the
United States Code, as may be amended from time to time. The Certificate and
Affidavit so certifying (Form 00722) should be submitted with the Bid Bond and
also with the Performance Bond and Payment Bond.
3.3.2 Each Bond shall continue in effect for one year after Final Completion and
acceptance of the work with liability equal to one hundred percent (100%) of the
Contract sum, or an additional bond shall be conditioned that Contractor will,
upon notification by City, correct any defective or faulty work or materials which
appear within one year after Final Completion of the Contract.
3.3.3 Pursuant to the requirements of Section 255.05(1)(a), Florida Statutes, as may
be amended from time to time, Contractor shall ensure that the bond(s)
referenced above shall be recorded in the public records of Miami-Dade County
and provide City with evidence of such recording.
4
3.4 PROGRESS PAYMENTS
Contractor may make Application for Payment for work completed during the Project at
intervals of not more than once a month. Contractor's application shall show a complete
breakdown of the Project components, the quantities completed and the amount due,
together with such supporting evidence as may be required by Consultant. Contractor
shall include, but same shall be limited to, at Consultant's discretion, with each
Application for Payment, an updated progress schedule acceptable to Consultant as
required by the Contract Documents and a release of liens and consent of surety relative
to the work which is the subject of the Application. Each Application for Payment shall be
submitted in triplicate to Consultant for approval. Upon submission of an acceptable
updated progress schedule and the other documents required herein along with the
application for payment, City shall make payment to Contractor with respect to approved
Applications for Payment, less retainage as herein provided for and/or withholding of any
other amounts pursuant to the Contract Documents, within twenty-five (25) days in
accordance with Section 218.735 of the Florida Statutes.
3.5 At the City's discretion, if specified in a Contractor Service Order, ten percent (10%) of
all monies earned by Contractor may be retained by City until Final Completion and
acceptance by City in accordance with Article 5 hereof, except that after fifty percent
(50%) of the Work has been completed, the Contract Administrator shall reduce the
retainage to five percent (5%) of all monies previously earned and all monies earned
thereafter. Any additional reduction in retainage shall be in the sole discretion of the City
Manager or applicable Department Director provided that Contractor shall have no
entitlement to a reduction. Any interest earned on retainage shall accrue to the benefit
of City. All requests for retainage reduction in writing in a separate stand-alone
document from monthly applications for payment.
3.6 City may withhold, in whole or in part, payment to such extent as may be necessary to
protect itself from loss on account of:
3.6.1 Defective work not remedied.
3.6.2 Claims filed or reasonable evidence indicating probable filing of claims by other
parties against Contractor or City because of Contractor's performance.
3.6.3 Failure of Contractor to make payments properly to Subcontractors or for
material or labor.
3.6.4 Damage to another contractor not remedied.
3.6.5 Liquidated damages and costs incurred by Consultant for extended
construction administration.
3.6.6 Failure of Contractor to provide any and all documents required by the Contract
Documents.
5
When the above grounds are removed or resolved satisfactory to the Contract
Administrator, payment shall be made in whole or in part.
ARTICLE 4
ACCEPTANCE AND FINAL PAYMENT
4.1 Upon receipt of written notice from Contractor that the Work is ready for final inspection
and acceptance, City shall, within ten (10) calendar days, make an inspection thereof. If
City and Contract Administrator find the Work acceptable, the requisite documents have
been submitted and the requirements of the Contract Documents fully satisfied, and all
conditions of the permits and regulatory agencies have been met, a final payment shall
be made by the City. The acceptance of final payment shall constitute a waiver of all
claims by Contractor, except those previously made in strict accordance with the
provisions of the General Conditions and identified by Contractor as unsettled at the time
of the application for final payment.
ARTICLE 1
MISCELLANEOUS
5.1 A. The term "Contract Documents" as referenced herein shall include this Contract
(together with Exhibits A through D attached hereto, and any addenda, Contractor
Service Orders and written amendments issued thereto), and all Design Documents and
Construction Documents. The Contract Documents shall also include, without limitation
(together with all exhibits, addenda, and written amendments issued thereto), the
Invitation to Bid (ITB), instructions to bidders, bid form, bid bond, surety payment bond
and performance bond, Special Conditions, and Contractor's response to the ITB. The
requirements of the Contract Documents, as such term is defined herein, are hereby
incorporated by reference as if fully set forth herein. This Contract is part of, and
incorporated in, the Contract Documents. Accordingly, all of the documents
incorporated by the Contract Documents shall govern any Contractor Service Order
issued under this Contract.
B. The term "Work" as used herein shall mean all labor, materials, equipment, supplies,
tools, machinery, utilities, fabrication, transportation, insurance, bonds, permits and
conditions thereof, building code changes and government approvals, licenses, tests,
quality assurance and/or quality control inspections and related certifications, surveys,
studies, and other items, work and services that are necessary or appropriate for the
total construction, installation, and functioning of the Project specified in any Contractor
Service Order, together with all additional, collateral and incidental items, and work and
services required for delivery of a completed, fully functional and functioning Project as
set forth in the Contract Documents.
5.2 Where there is a conflict between any provision set forth within the Contract Documents
and a more stringent provision elsewhere in the Contract Documents or under any
6
applicable law, regulation, statute or code requirement which is applicable to this Project,
the more stringent provision shall prevail and govern the performance of the Work.
5.3 Public Entity Crimes
In accordance with the Public Crimes Act, Section 287.133, Florida Statutes, a person or
affiliate who is a contractor, consultant or other provider, who has been placed on the
convicted vendor list following a conviction for a public entity crime may not submit a bid
on a contract to provide any goods or services to the City, may not submit a bid on a
contract with the City for the construction or repair of a public building or public work,
may not submit bids on leases of real property to the City, may not be awarded or
perform work as a contractor, supplier, subcontractor, or consultant under a contract with
the City, and may not transact any business with the City in excess of the threshold
amount provided in Section 287.017, Florida Statutes, for category two purchases for a
period of 36 months from the date of being placed on the convicted vendor list. Violation
of this section by Contractor shall result in cancellation of the City purchase and may
result in Contractor debarment.
5.4 Independent Contractor
Contractor is an independent contractor under this Contract. Services provided by
Contractor pursuant to this Contract shall be subject to the supervision of Contractor. In
providing such services, neither Contractor nor its agents shall act as officers,
employees, or agents of the City. This Contract shall not constitute or make the parties
a partnership or joint venture.
5.5 Third Party Beneficiaries
Neither Contractor nor City intends to directly or substantially benefit a third party by this
Contract. Therefore, the parties agree that there are no third party beneficiaries to this
Contract and that no third party shall be entitled to assert a claim against either of them
based upon this Contract. The parties expressly acknowledge that it is not their intent to
create any rights or obligations in any third person or entity under this Contract.
5.6 Notices
Whenever either party desires to give notice to the other, such notice must be in writing,
sent by certified United States Mail, postage prepaid, return receipt requested, or by
hand-delivery with a request for a written receipt of acknowledgment of delivery,
addressed to the party for whom it is intended at the place last specified.
The place for giving notice shall remain the same as set forth herein until changed in
writing in the manner provided in this section. For the present, the parties designate the
following:
For City:
PROCUREMENT DEPARTMENT
1755 Meridian Avenue
Miami Beach, Florida 33139
Attn: Alex Denis, Director
7
With copies to:
City Attorney
City of Miami Beach
1700 Convention Center Drive
Miami Beach, Florida 33139
For Contractor:
Ceepco Contracting, LLC
1125 NE 125 Street, Suite 207
North Miami, FL. 33161
Attn: Harold Charles
Phone: 305-760-9355
Email: hcharles(c ceepco.com
5.7 Assignment and Performance
Neither this Contract nor any interest herein shall be assigned, transferred, or
encumbered by either party. In addition, Contractor shall not subcontract any portion of
the work required by this Contract except as authorized by Section 28 of the General
Conditions set forth in Exhibit D. Contractor represents that all persons delivering the
services required by this Contract have the knowledge and skills, either by training,
experience, education, or a combination thereof, to adequately and competently perform
the duties, obligations, and services set forth in the Scope of Work and to provide and
perform such services to City's satisfaction for the agreed compensation.
Contractor shall perform its duties, obligations, and services under this Contract in a
skillful and respectable manner. The quality of Contractor's performance and all interim
and final product(s) provided to or on behalf of City shall be comparable to the best local
and national standards.
5.8 Materiality and Waiver of Breach
City and Contractor agree that each requirement, duty, and obligation set forth in these
Contract Documents is substantial and important to the formation of this Contract and,
therefore, is a material term hereof.
City's failure to enforce any provision of this Contract shall not be deemed a waiver of
such provision or modification of this Contract. A waiver of any breach of a provision of
this Contract shall not be deemed a waiver of any subsequent breach and shall not be
construed to be a modification of the terms of this Contract.
5.9 Severance
In the event a portion of this Contract is found by a court of competent jurisdiction to be
invalid, the remaining provisions shall continue to be effective unless City or Contractor
elects to terminate this Contract. An election to terminate this Contract based upon this
provision shall be made within seven (7) days after the finding by the court becomes
final.
8
5.10 Applicable Law and Venue
This Contract shall be enforceable in Miami-Dade County, Florida, and if legal action is
necessary by either party with respect to the enforcement of any or all of the terms or
conditions herein exclusive venue for the enforcement of same shall lie in Miami-Dade
County, Florida. By entering into this Contract, Contractor and City hereby
expressly waive any rights either party may have to a trial by jury of any civil
litigation related to, or arising out of the Project. Contractor shall specifically bind
all subcontractors to the provisions of this Contract.
5.11 Amendments
No modification, amendment, or alteration in the terms or conditions contained herein
shall be effective unless contained in a written document prepared with the same or
similar formality as this Contract and executed by the City and Contractor.
5.12 Prior Agreements
This document incorporates and includes all prior negotiations, correspondence,
conversations, agreements, and understandings applicable to the matters contained
herein and the parties agree that there are no commitments, agreements or
understandings concerning the subject matter of this Contract that are not contained in
this document. Accordingly, the parties agree that no deviation from the terms hereof
shall be predicated upon any prior representations or agreements, whether oral or
written. It is further agreed that no modification, amendment or alteration in the terms or
conditions contained herein shall be effective unless set forth in writing in accordance
with Section 5.11 above.
5.13 Indemnification
Contractor shall indemnify and hold harmless City, its officers, agents, directors, and
employees, from liabilities, damages, losses, and costs, including, but not limited to
reasonable attorney's fees, to the extent caused by the negligence, recklessness or
intentional wrongful misconduct of Contractor and persons employed or utilized by
Contractor in the performance of this Agreement. Except as specifically provided herein,
this Agreement does not require Contractor to indemnify City, its employees, officers,
directors, or agents from any liability, damage, loss, claim, action, or proceeding. These
indemnifications shall survive the term of this Agreement. In the event that any action or
proceeding is brought against City by reason of any such claim or demand, Contractor
shall, upon written notice from City, resist and defend such action or proceeding by
counsel satisfactory to City.
The indemnification provided above shall obligate Contractor to defend at its own
expense to and through appellate, supplemental or bankruptcy proceeding, or to provide
for such defense, at City's option, any and all claims of liability and all suits and actions
of every name and description covered by this subsection which may be brought against
City whether performed by Contractor , or persons employed or utilized by Contractor.
9
5.14 Inspection of Work
Consultant and City shall at all times have access to the Work, and Contractor shall
provide proper facilities for such access and for inspecting, measuring and testing.
5.14.1 Should the Contract Documents, Consultant's instructions, any laws, ordinances,
or any public authority require any of the Work to be specially tested or approved,
Contractor shall give Consultant timely notice of readiness of the Work for
testing. If the testing or approval is to be made by an authority other than City,
timely notice shall be given of the date fixed for such testing. Testing shall be
made promptly, and, where practicable, at the source of supply. If any of the
Work should be covered up without approval or consent of Consultant, it must, if
required by Consultant, be uncovered for examination and properly restored at
Contractor's expense.
5.14.2 Re-examination of any of the Work may be ordered by Consultant with prior
written approval by the Contract Administrator, and if so ordered, the Work must
be uncovered by Contractor. If such Work is found to be in accordance with the
Contract Documents, City shall pay the cost of reexamination and replacement
by means of a Change Order. If such Work is not in accordance with the
Contract Documents, Contractor shall pay such cost.
Inspectors shall have no authority to permit deviations from, or to relax any of the
provisions of, the Contract Documents or to delay the Contract by failure to inspect the
materials and work with reasonable promptness without the written permission or
instruction of Consultant.
The payment of any compensation, whatever may be its character or form, or the giving
of any gratuity or the granting of any favor by Contractor to any inspector, directly or
indirectly, is strictly prohibited, and any such act on the part of Contractor will constitute
a breach of this Contract.
5.15 Termination
Termination for Convenience. In addition to other rights the City may have at law and
pursuant to the Contract Documents with respect to cancellation and termination of the
Agreement, the City may, in its sole discretion, terminate for the City's convenience the
performance of Work under this Agreement, in whole or in part, at any time upon written
notice to the Contractor. The City shall effectuate such Termination for Convenience by
delivering to the Contractor a Notice of Termination for Convenience, specifying the
applicable scope and effective date of termination, which termination shall be deemed
operative as of the effective date specified therein without any further written notices
from the City required. Such Termination for Convenience shall not be deemed a
breach of the Agreement, and may be issued by the City with or without cause.
5.15.1 Upon receipt of such Notice of Termination for Convenience from the City, and
except as otherwise directed by the City, the Contractor shall immediately
proceed with the following obligations, regardless of any delay in determining or
adjusting any amounts due under this Section 5.15:
10
i. Stop the Work specified as terminated in the Notice of Termination for
Convenience;
ii. Promptly notify all Subcontractors of such termination, cancel all
contracts and purchase orders to the extent they relate to the Work
terminated to the fullest extent possible and take such other actions
as are necessary to minimize demobilization and termination costs for
such cancellations;
iii. Immediately deliver to the City all Project records, in their
original/native electronic format (i.e. CAD, Word, Excel, etc.), any and
all other unfinished documents, and any and all warranties and
guaranties for Work, equipment or materials already installed or
purchased;
iv. If specifically directed by the City in writing, assign to the City all right,
title and interest of Contractor under any contract, subcontract and/or
purchase order, in which case the City shall have the right and
obligation to settle or to pay any outstanding claims arising from said
contracts, subcontracts or purchase orders;
v. Place no further subcontracts or purchase orders for materials,
services, or facilities, except as necessary to complete the portion of
the Work not terminated (if any) under the Notice of Termination for
Convenience;
vi. As directed by the City, transfer title and deliver to the City (1) the
fabricated and non-fabricated parts, Work in progress, completed
Work, supplies and other material produced or required for the Work
terminated; and (2) the completed or partially completed Project
records that, if this Agreement had been completed, would be
required to be furnished to the City;
vii. Settle all outstanding liabilities and termination settlement proposals
from the termination of any subcontracts or purchase orders, with the
prior approval or ratification to the extent required by the City (if any);
viii. Take any action that may be necessary, or that the City may direct, for
the protection and preservation of the Project Site, including life safety
and any property related to this Agreement that is in the Contractor's
possession and in which the City has or may acquire an interest; and
ix. Complete performance of the Work not terminated (if any).
5.15.2 Upon issuance of such Notice of Termination for Convenience, the Contractor
shall only be entitled to payment for the Work satisfactorily performed up until the
date of its receipt of such Notice of Termination for Convenience, but no later
than the effective date specified therein. Payment for the Work satisfactorily
performed shall be determined by the City in good faith, in accordance with the
percent completion of the Work, less all amounts previously paid to the
Contractor in approved Applications for Payment, the reasonable costs of
11
demobilization and reasonable costs, if any, for canceling contracts and
purchase orders with Subcontractors to the extent such costs are not reasonably
avoidable by the Contractor.
Contractor shall submit, for the City's review and consideration, a final
termination payment proposal with substantiating documentation, including an
updated Schedule of Values, within 30 days of the effective date of termination,
unless extended in writing by the City upon request. Such termination amount
shall be mutually agreed upon by the City and the Contractor and absent such
agreement, the City shall, no less than fifteen (15) days prior to making final
payment, provide the Contractor with written notice of the amount the City
intends to pay to the Contractor. Such final payment so made to the Contractor
shall be in full and final settlement for Work performed under this Agreement,
except to the extent the Contractor disputes such amount in a written notice
delivered to and received by the City prior to the City's tendering such final
payment.
5.16 Termination of Agreement For Cause.
The City, through the City Manager, may terminate this Agreement for cause, upon
written notice to Contractor, in the event that the Contractor (1) violates any provision of
this Agreement or performs same in bad faith; (2) unreasonably delays the performance
of the Work or any portion thereof; or (3) does not perform the Work or any portion
thereof in a timely and satisfactory manner. In the case of termination for cause by the
City, the Contractor shall first be granted a fifteen (15) day cure period (commencing
upon receipt of the initial written notice of default from the City). The following
occurances shall be deemed sufficient grounds for termination for cause:
5.16.1 Failing to make payments to Subcontractors or Suppliers for materials or labor in
accordance with the respective Subcontracts and Purchase Orders;
5.16.2 Failing to perform any portion of the Work in a manner consistent with the
requirements of the Contract Documents or within the time required therein;
5.16.3 Failing to perform the Work with sufficient manpower, workmen and equipment or
with sufficient materials, with the effect of delaying the prosecution of the Work in
accordance with the Project Schedule and/or delaying completion of any Work
within the specified time;
5.16.4 Failing and/or refusing to remove, repair and/or replace any portion of the Work
as may be rejected as defective or nonconforming with the terms and conditions
of the Contract Documents;
5.16.5 A custodian, trustee or receiver is appointed for the Contractor, or the
Contractor becomes insolvent or bankrupt, is generally not paying its debts as
they become due or makes an assignment for the benefit of creditors, or the
Contractor causes or suffers an order for relief to be entered with respect to it
under applicable Federal bankruptcy law or applies for or consents to the
appointment of a custodian, trustee or receiver for the Contractor, or
12
bankruptcy, reorganization, arrangement or insolvency proceedings, or other
proceedings for relief under any bankruptcy or similar law or laws for the relief
of debtors, are instituted by or against the Contractor;
5.16.6 An indictment is issued against the Contractor;
5.16.7 Persistently disregarding laws, ordinances, or rules, regulations or orders of a public
authority having jurisdiction;
5.16.8 Fraud, misrepresentation or material misstatement by Contractor in the course of
obtaining this Agreement;
5.16.9 Failing to comply in any material respect with any of the terms of this Agreement or
the other Contract Documents.
Upon the issuance of a Notice of Termination for Cause, the Contractor shall:
i. Immediately deliver to the City all Submittals and Project-related records
in their original/native electronic format (i.e. CAD, Word, Excel, etc.), any
and all other unfinished documents, and any and all warranties and
guaranties for Work, equipment or materials already installed or
purchased;
ii. If specifically directed by the City in writing, assign to the City all right,
title and interest of Contractor under any contract, subcontract and/or
purchase order, in which case the City shall have the right and
obligation to settle or to pay any outstanding claims arising from said
contracts, subcontracts or purchase orders;
iii. As directed by the City, transfer title and deliver to the City (1) the
fabricated and non-fabricated parts, Work in progress, completed
Work, supplies and other material produced or required for the Work
terminated; and (2) the completed or partially completed Project
records that, if this Agreement had been completed, would be required
to be furnished to the City; and
iv. Take any action that may be necessary, or that the City may direct, for
the protection and preservation of the property related to this
Agreement that is in the Contractor's possession and in which the City
has or may acquire an interest.
The rights and remedies of the City under this Section shall apply to all defaults that fail to be
cured within the applicable cure period or are cured but in an untimely manner, and the City
shall not be obligated to accept such late cure. The City reserves the right, in lieu of termination
as set forth herein, to withhold any payments of money which may be due or become due to the
Contractor until said defaults have been remedied. In no event shall Contractor be entitled to
any compensation for anticipatory profits or consequential damages as a result of the
discontinuance of any portion of the Work, or termination of this Contract. In the event it is
determined, for any reason, that Contractor was not in default under the provisions of this
Section, then the City's notice of termination for default shall automatically be treated as a
termination for convenience, and the rights and obligations of the City and Contractor shall be
13
the same as if the notice of termination had been issued pursuant to the termination for
convenience clause contained in Section 5.15. The Contractor shall have no further recourse of
any nature against the City for any wrongful termination.
5.17 Taxes
Contractor shall pay all applicable sales, consumer, use and other taxes required by law.
Contractor is responsible for reviewing the pertinent state statutes involving state taxes
and complying with all requirements.
[Remainder of Page Intentionally Left Blank]
14
IN WITNESS WHEREOF, the parties have set their hands and seals the day and year
first above written.
ATTEST: THE C IAMI BEACH
/
llllllllllllllllll
4 i t :.„- t3EA
City Clerk = .3' \ Mayor
0. to
\,,rc.)� \\ ,N�, f
Attest: z-1 '1,/,''' •\A� fi CEEPCO CONTRACTING, LLC
A %%//
Signature/Secretary Signature/'esident
j( Tw C-F-(11112.0 CS aca CWARzeo
Print Name rint Name
APPROVED AS TO
FORM &LANGUAGE
&FOR EXECUT •
04 / 4,; d.., :7
•Ity . 'omey n ip Dat
15
EXHIBIT A
CONTRACTOR SERVICE ORDER
Contractor Service Order No. _ .
TO:
PROJECT NAME: Prolect Name
DATE:
SCOPE OF SERVICES:
Per attached proposal dated , to be considered part of this Agreement.
Estimated calendar days to complete this work: Days
Original Service Order Amount: $
Change Order to Service Order Amount:
(ALL CHANGE-ORDERS MUST BE APPROVED IN WRITING $
BY THE CITY PRIOR TO THE WORK.)
Total From Previous Change Orders to Service Orders: $
Fee for this Service Order is Lump Sum/Not to Exceed amount $
of:
Total Agreement to Date:
City's Project Administrator Date
Department Director Date Contractor. Date
(between $10,000-$50,000)
City Manager Date
(exceeding$50,000)
16
MIAMIBEACH 00710
EXHIBIT B: FORM OF PERFORMANCE BOND
BY THIS BOND, We , as Principal,
hereinafter called Contractor , and , as Surety, are bound
to the City of Miami Beach, Florida, as Obligee, hereinafter called City, in the amount of
Dollars ($ ) for the payment whereof Contractor
and Surety bind themselves, their heirs, executors, administrators, successors and assigns,
jointly and severally.
WHEREAS, Contractor has by written agreement entered into a Contract, Bid/Contract
No.: , awarded the day of , 20 , with City
which Contract Documents are by reference incorporated herein and made a part hereof, and
specifically include provision for liquidated damages, and other damages identified, and for the
purposes of this Bond are hereafter referred to as the "Contract";
THE CONDITION OF THIS BOND is that if Contractor:
1. Performs the Contract between Contractor and City for construction of
, the Contract being made a
part of this Bond by reference, at the times and in the manner prescribed in the Contract;
and
2. Pays City all losses, liquidated damages, expenses, costs and attorney's fees including
appellate proceedings, that City sustains as a result of default by Contractor under the
Contract; and
3. Performs the guarantee of all work and materials furnished under the Contract for the
time specified in the Contract; then THIS BOND IS VOID, OTHERWISE IT REMAINS IN
FULL FORCE AND EFFECT.
Whenever Contractor shall be, and declared by City to be, in default under the Contract,
City having performed City obligations thereunder, the Surety may promptly remedy the
default, or shall promptly:
3.1. Complete the Project in accordance with the terms and conditions of the
Contract Documents; or
3.2. Obtain a bid or bids for completing the Project in accordance with the terms
and conditions of the Contract Documents, and upon determination by Surety
of the lowest responsible Bidder, or, if City elects, upon determination by City
and Surety jointly of the lowest responsible Bidder, arrange for a contract
between such Bidder and City, and make available as work progresses (even
though there should be a default or a succession of defaults under the Contract
17
00710
FORM OF PERFORMANCE BOND (Continued)
or Contracts of completion arranged under this paragraph) sufficient funds to
pay the cost of completion less the balance of the Contract Price; but not
exceeding, including other costs and damages for which the Surety may be
liable hereunder, the amount set forth in the first paragraph hereof. The term
"balance of the Contract Price," as used in this paragraph, shall mean the total
amount payable by City to Contractor under the Contract and any amendments
thereto, less the amount properly paid by City to Contractor.
No right of action shall accrue on this bond to or for the use of any person or corporation
other than City named herein.
The Surety hereby waives notice of and agrees that any changes in or under the
Contract Documents and compliance or noncompliance with any formalities connected
with the Contract or the changes does not affect Surety's obligation under this Bond.
Signed and sealed this day of , 20
WITNESSES:
(Name of Corporation)
Secretary By:
(Signature)
(CORPORATE SEAL)
(Print Name and Title)
IN THE PRESENCE OF: INSURANCE COMPANY:
By:
Agent and Attorney-in-Fact
Address:
(Street)
(City/State/Zip Code)
Telephone No.:
18
00720
EXHIBIT C: FORM OF PAYMENT BOND
BY THIS BOND, We , as Principal,
hereinafter called Contractor , and , as Surety, are bound
to the City of Miami Beach, Florida, as Obligee, hereinafter called City, in the amount of
Dollars ($ ) for the payment whereof
Contractor and Surety bind themselves, their heirs, executors, administrators, successors and
assigns, jointly and severally.
WHEREAS, Contractor has by written agreement entered into a Contract, Bid/Contract
No.: , awarded the day of , 20 , with City
which Contract Documents are by reference incorporated herein and made a part hereof, and
specifically include provision for liquidated damages, and other damages identified, and for the
purposes of this Bond are hereafter referred to as the "Contract";
THE CONDITION OF THIS BOND is that if Contractor:
1. Pays City all losses, liquidated damages, expenses, costs and attorney's fees including
appellate proceedings, that City sustains because of default by Contractor under the
Contract; and
2. Promptly makes payments to all claimants as defined by Florida Statute 255.05(1)for all
labor, materials and supplies used directly or indirectly by Contractor in the performance
of the Contract;
THEN CONTRACTOR'S OBLIGATION SHALL BE VOID; OTHERWISE, IT SHALL
REMAIN IN FULL FORCE AND EFFECT SUBJECT, HOWEVER, TO THE
FOLLOWING CONDITIONS:
2.1. A claimant, except a laborer, who is not in privity with Contractor and who has
not received payment for its labor, materials, or supplies shall, within forty-five
(45) days after beginning to furnish labor, materials, or supplies for the
prosecution of the work, furnish to Contractor a notice that he intends to look
to the bond for protection.
2.2. A claimant who is not in privity with Contractor and who has not received
payment for its labor, materials, or supplies shall, within ninety (90) days after
performance of the labor or after complete delivery of the materials or supplies,
deliver to Contractor and to the Surety, written notice of the performance of the
labor or delivery of the materials or supplies and of the nonpayment.
2.3. No action for the labor, materials, or supplies may be instituted against
Contractor or the Surety unless the notices stated under the preceding
conditions (2.1) and (2.2) have been given.
19
00720
2.4. Any action under this Bond must be instituted in accordance with the Notice
and Time Limitations provisions prescribed in Section 255.05(2), Florida
Statutes.
The Surety hereby waives notice of and agrees that any changes in or under the
Contract Documents and compliance or noncompliance with any formalities connected
with the Contract or the changes does not affect the Surety's obligation under this Bond.
Signed and sealed this day of , 20
Contractor
ATTEST:
(Name of Corporation)
By:
(Secretary) (Signature).
(Corporate Seal) (Print Name and Title)
day of , 20
IN THE PRESENCE OF: INSURANCE COMPANY:
By:
Agent and Attorney-in-Fact
Address:
(Street)
(City/State/Zip Code)
Telephone No.:
20
EXHIBIT D TO THE AGREEMENT
FOR TRADES SERVICES PURSUANT TO ITB 2017-049-WG
1. Definitions: Whenever the following terms or pronouns in place of them appear in the
Project Manual, the intent and meaning shall be interpreted as follows:
1.1 Bid: shall refer to any offer(s) submitted in response to this ITB. The terms
"Bid" and "Bid Submittal" are used interchangeably.
1.2 Bidder: Any individual, firm, or corporation submitting a bid for this Project,
acting directly or through a duly authorized representative.
1.3 Change Order: A written document ordering a change in the Contract Price or
Contract Time or a material change.
1.4 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 party hereto and /or for which
this Contract is to be performed. In all respects hereunder, City's performance
is pursuant to City's position as the owner of a construction project. In the
event City exercises its regulatory authority as a governmental body, the
exercise of such regulatory authority and the enforcement of any rules,
regulations, laws and ordinances shall be deemed to have occurred pursuant
to City's regulatory authority as a governmental body and shall not be
attributable in any manner to City as a party to this Contract.
1.5 City Commission: City Commission shall mean the governing and legislative
body of the City.
1.6 City Manager: City Manager shall mean the Chief Administrative Officer of
the City.
1.7 Consultant: shall refer to a Registered Architect and/or Licensed Professional
Engineer that has been contracted by the City to provide professional services
for this project.
1.8 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.
1.9 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 the Project.
1.10 Contract Documents: Contract Documents shall have the meaning ascribed
to it in Section 5.1.A. of the Contract.
1.11 Contract Price: The original amount established in the Bid Submittal and
award by the City, as may be amended by Change Order.
1.12 Contract Time: The original time between commencement and completion,
including any milestone dates thereof, established in Article 2 of the Sample
Contract (Appendix E, attached), as may be amended by Change Order.
21
1.13 Contractor: The person or entity 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 be deemed to be a reference to Contractor.
1.14 Field Order: A written order which orders minor changes in the Work but
which does not involve a change in the Contract Price or Contract Time.
1.15 Final Completion: The date certified by Consultant in the Final Certificate of
Payment upon which all conditions and requirements of any permits and
regulatory agencies have been satisfied; any documents required by the
Contract Documents have been received by Consultant; any other documents
required to be provided by Contractor have been received by Consultant; and,
to the best of Consultant's knowledge, information, and belief, the Work
defined herein has been fully completed in accordance with the terms and
conditions of the Contract Documents.
1.16 Materials: Materials incorporated in this Project, or used or consumed in the
performance of the Work.
1.17 Notice(s) to Proceed: Written notice to Contractor authorizing the
commencement of the activities identified in the notice or as described in the
Contract Documents.
1.18 Plans and/or Drawings: The official graphic representations of this Project
which are a part of the Contract Documents.
1.19 Program Manager: Not applicable.
1.20 Project: The construction project described in the Contract Documents,
including the Work described therein. With a maximum value of $300,000.00
for general construction and $75,000.00 for electrical projects.
1.21 Project Initiation Date: The date upon which the Contract Time commences.
1.22 Resident Project Representative: Not applicable.
1.23 Responsible Bidder: An offeror who has the capability in all respects to
perform fully the contract requirements, and the integrity and reliability which
will assure good faith performance.
1.24 Responsive Bidder: A person or entity who has submitted a bid which
conforms in all material respects to a solicitation. A bid or proposal of a
Responsive Bidder must be submitted on the required forms, which contain all
required information, signatures, notarizations, insurance, bonding, security, or
other mandated requirements by the bid documents to be submitted at the
time of bid opening.
1.25 Subcontractor: A person or entity 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.
22
1.26 Substantial Completion: The date certified in writing by Consultant, and as
fully determined by the Contract Administrator in his/her sole discretion the
work, or a portion thereof, is at a level of completion in substantial compliance
with the Contract Documents such that all conditions and requirements of
permits and regulatory agencies have been satisfied and the Work is
sufficiently complete in accordance with the Contract Documents so the
Project is available for beneficial occupancy by City. A Certificate of
Occupancy or Certificate of Completion and/or other authorization from the
City acceptable to Contract Administrator must be issued for Substantial
Completion to be achieved; however, the issuance of a Certificate of
Occupancy or Certificate of Completion or the date thereof are not to be
determinative of the achievement or date of Substantial Completion.
1.27 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.
1.28 Work: Work shall have the meaning ascribed to it in Section 5.1.B. of the
Contract.
2. Project Manual:
2.1. The Project Manual includes any general or special Contract conditions or
specifications attached hereto.
2.2. The Project Manual, along with all documents that make up and constitute the
Contract Documents, shall be followed in strict accordance as to work,
performance, material, and dimensions except when Consultant may authorize,
in writing, an exception.
2.3. Dimensions given in figures are to hold preference over scaled measurements
from the drawings; however, all discrepancies shall be resolved by Consultant.
Contractor shall not proceed when in doubt as to any dimension or
measurement, but shall seek clarification from Consultant.
2.4. Contractor shall be furnished three (3) copies, free of charge, of the Project
Manual; two of which shall be preserved and always kept accessible to
Consultant and Consultant's authorized representatives. Additional copies of the
Project Manual may be obtained from City at the cost of reproduction.
3. Intention of City:
It is the intent of City to describe in the Contract Documents a functionally complete
Project (or part thereof) to be constructed in accordance with the Contract Documents
and in accordance with all codes and regulations governing construction of the Project.
Any work, materials or equipment that may reasonably be inferred from the Contract
Documents as being required to produce the intended result shall be supplied by
Contractor whether or not specifically called for. When words which have a well-known
23
technical or trade meaning are used to describe work, materials or equipment, such
words shall be interpreted in accordance with that meaning. Reference to standard
specifications, manuals, or codes of any technical society, organization or association, or
to the laws or regulations of any governmental authority, whether such reference be
specific or by implication, shall mean the latest standard specification, manual, code or
laws or regulations in effect at the time of opening of bids and Contractor shall comply
therewith. City shall have no duties other than those duties and obligations expressly
set forth within the Contract Documents.
4. Preliminary Matters:
4.1. Within five (5) calendar days prior to the pre-construction meeting described in
Section 4.2, Contractor shall submit to Consultant, for Consultant's review and
acceptance, a project schedule.
CONTRACTOR agrees to attend weekly progress meetings and provide
an updated (3) week look ahead schedule for review and discussion and
monthly be prepared to discuss any:
1) Proposed changes to the Base Line schedule logic;
2) Explain and provide a narrative for reasons why logic changes
should be made;
3) Update to individual subcontractor activities; and
4) Integration of changes into the schedule.
The Project Schedule shall be the basis of the CONTRACTOR'S work
and shall be complied with in all respects.
If CONTRACTOR'S Work becomes more than (30) days behind schedule
CONTRACTOR shall be required to submit a "Make-Up" schedule to
PROGRAM MANAGER for review and acceptance that demonstrates
"Catch Up" within thirty (3) days. CONTRACTOR shall provide, at
CONTRACTOR'S cost, the necessary additional labor and or equipment
necessary to make-up the lost time. Failure to provide a "Make-Up"
schedule or vigorously follow the "Make-Up" schedule shall be reason to
default CONTRACTOR.
4.1.1 After award but prior to the submission of the final progress schedule,
CONSULTANT, Contract Administrator and CONTRACTOR shall meet
with all utility owners and secure from them a schedule of utility
relocation, provided, however, neither CONSULTANT nor CITY shall be
responsible for the nonperformance by the utility owners.
4.1.2 A preliminary schedule of Shop Drawing submissions; and
4.1.3 In a lump sum contract or in a contract which includes lump sum bid items
of Work, a preliminary schedule of values for all of the Work which will
include quantities and prices of items aggregating the Contract Price and
will subdivide the Work into component parts in sufficient detail to serve
as the basis for progress payments during construction. Such prices will
include an appropriate amount of overhead and profit applicable to each
24
item of work which will be confirmed in writing by Contractor at the time of
submission.
Z Such prices shall be broken down to show labor, equipment,
materials and overhead and profit.
4.1.4 After award but prior to the submission of the progress schedule,
Consultant, Contract Administrator and Contractor shall meet with all
utility owners and secure from them a schedule of utility relocation,
provided, however, neither Consultant nor City shall be responsible for
the nonperformance by the utility owners.
4.2. At a time specified by Consultant but before Contractor starts the work at the
Project site, a conference attended by Contractor, Consultant and others as
deemed appropriate by Contract Administrator will be held to discuss the
schedules to discuss procedures for handling Shop Drawings and other
submittals and for processing Applications for Payment, and to establish a
working understanding among the parties as to the Work.
4.3. Within thirty-five (35) days from the Project Initiation Date set forth in the Notice
to Proceed, a conference attended by Contractor, Consultant and others, as
appropriate, will be held to finalize the schedules submitted. Within forty-five (45)
days after the Project Initiation Date set forth in Notice to Proceed No. 1, the
Contractor shall revise the original schedule submittal to address all review
comments from the CPM review conference and resubmit for Consultant review.
The finalized progress schedule will be accepted by Consultant only as providing
an orderly progression of the Work to completion within the Contract Time, but
such acceptance shall not constitute acceptance by City or Consultant of the
means or methods of construction or of the sequencing or scheduling of the
Work, and such acceptance will neither impose on Consultant or City
responsibility for the progress or scheduling of the Work nor relieve Contractor
from full responsibility therefore. The finalized schedule of Shop Drawing
submissions must be acceptable to Consultant as providing a workable
arrangement for processing the submissions. The finalized schedule of values
must be acceptable to Consultant as to form and substance.
5. Performance Bond and Payment Bond:
Within fifteen (15) calendar days of being notified of the award, Contractor shall furnish a
Performance Bond and a Payment Bond containing all the provisions of the
Performance Bond and Payment Bond attached hereto as forms 00710 and 00720.
5.1. Each Bond shall be in the amount of one hundred percent (100%) of the Contract
Price guaranteeing to City the completion and performance of the work covered
in such Contract as well as full payment of all suppliers, laborers, or
subcontractors employed pursuant to this Project. Each Bond shall be with a
surety company which is qualified pursuant to Article 5.
5.2. Each Bond shall continue in effect for one year after Final Completion and
acceptance of the work with liability equal to one hundred percent (100%) of the
Contract sum, or an additional bond shall be conditioned that Contractor will,
25
upon notification by City, correct any defective or faulty work or materials which
appear within one year after Final Completion of the Contract.
5.3. Pursuant to the requirements of Section 255.05(1)(a), Florida Statutes, as may
be amended from time to time, Contractor shall ensure that the bond(s)
referenced above shall be recorded in the public records of Miami-Dade County
and provide City with evidence of such recording.
5.4. Alternate Form of Security:
In lieu of a Performance Bond and a Payment Bond, Contractor may furnish
alternate forms of security which may be in the form of cash, money order,
certified check, cashier's check or unconditional letter of credit in the form
attached hereto as Form 00735. Such alternate forms of security shall be
subject to the prior approval of City and for same purpose and shall be subject to
the same conditions as those applicable above and shall be held by City for one
year after completion and acceptance of the Work.
6. Qualification of Surety
6.1. Performance Bonds and Payment Bonds for projects over Two Hundred
Thousand Dollars ($200,000.00) :
6.1.1. Each bond must be executed by a surety company of recognized
standing, authorized to do business in the State of Florida as surety,
having a resident agent in the State of Florida and having been in
business with a record of successful continuous operation for at least five
(5) years.
6.1.2. The surety company shall hold a current certificate of authority as
acceptable surety on federal bonds in accordance with United States
Department of Treasury Circular 570, Current Revisions. If the amount of
the Bond exceeds the underwriting limitation set forth in the circular, in
order to qualify, the net retention of the surety company shall not exceed
the underwriting limitation in the circular, and the excess risks must be
protected by coinsurance, reinsurance, or other methods in accordance
with Treasury Circular 297, revised September 1, 1978 (31 DFR Section
223.10, Section 223.111). Further, the surety company shall provide City
with evidence satisfactory to City, that such excess risk has been
protected in an acceptable manner.
7. Not used.
8. Not use.
9. Labor and Materials:
9.1. Unless otherwise provided herein, Contractor shall provide and pay for all
materials, labor, water, tools, equipment, light, power, transportation and other
facilities and services necessary for the proper execution and completion of the
26
Work, whether temporary or permanent and whether or not incorporated or to be
incorporated in the Work.
9.2. Contractor shall at all times enforce strict discipline and good order among its
employees and subcontractors at the Project site and shall not employ on the
Project any unfit person or anyone not skilled in the work to which they are
assigned.
10. Royalties and Patents:
All fees, royalties, and claims for any invention, or pretended inventions, or patent of any
article, material, arrangement, appliance, or method that may be used upon or in any
manner be connected with the construction of the Work or appurtenances, are hereby
included in the prices stipulated in this Contract for said work.
11. Weather:
Extensions to the Contract Time for delays caused by the effects of inclement weather
shall be submitted as a request for a change in the Contract Time pursuant to Article 40.
These time extensions are justified only when rains or other inclement weather
conditions or related adverse soil conditions prevent Contractor from productively
performing controlling items of work identified on the accepted schedule or updates
resulting in:
(1) Contractor being unable to work at least fifty percent (50%) of the normal
workday on controlling items of work identified on the accepted schedule or
updates due to adverse weather conditions; or
(2) Contractor must make major repairs to the Work damaged by weather. Providing
the damage was not attributable to a failure to perform or neglect by Contractor,
and providing that Contractor was unable to work at least fifty percent (50%) of
the normal workday on controlling items of work identified on the accepted
schedule or updates.
12. Permits, Licenses and Impact Fees:
12.1. Except as otherwise provided within the Supplemental Conditions, all permits
and licenses required by federal, state or local laws, rules and regulations
necessary for the prosecution of the Work undertaken by Contractor pursuant to
this Contract shall be secured and paid for by Contractor. It is Contractor's
responsibility to have and maintain appropriate Certificate(s) of Competency,
valid for the Work to be performed and valid for the jurisdiction in which the Work
is to be performed for all persons working on the Project for whom a Certificate of
Competency is required.
12.2. Impact fees levied by the City and/or Miami-Dade County shall be paid by
Contractor. Contractor shall be reimbursed only for the actual amount of the
impact fee levied by the municipality as evidenced by an invoice or other
acceptable documentation issued by the municipality. Reimbursement to
Contractor in no event shall include profit or overhead of Contractor.
27
13. Resolution of Disputes:
13.1 To prevent all disputes and litigation, it is agreed by the parties hereto that
Consultant shall decide all questions, claims, difficulties and disputes of whatever
nature which may arise relative to the technical interpretation of the Contract
Documents and fulfillment of this Contract as to the character, quality, amount
and value of any work done and materials furnished, or proposed to be done or
furnished under or, by reason of, the Contract Documents and Consultant's
estimates and decisions upon all claims, questions, difficulties and disputes shall
be final and binding to the extent provided in Section 13.2. Any claim, question,
difficulty or dispute which cannot be resolved by mutual agreement of City and
Contractor shall be submitted to Consultant in writing within twenty-one (21)
calendar days. Unless a different period of time is set forth herein, Consultant
shall notify City and Contractor in writing of Consultant's decision within twenty-
one (21) calendar days from the date of the submission of the claim, question,
difficulty or dispute, unless Consultant requires additional time to gather
information or allow the parties to provide additional information. All non-
technical administrative disputes shall be determined by the Contract
Administrator pursuant to the time periods provided herein. During the pendency
of any dispute and after a determination thereof, Contractor, Consultant and City
shall act in good faith to mitigate any potential damages including utilization of
construction schedule changes and alternate means of construction.
13.2 In the event the determination of a dispute under this Article is unacceptable to
either party hereto, the party objecting to the determination must notify the other
party in writing within ten (10) days of receipt of the written determination. The
notice must state the basis of the objection and must be accompanied by a
statement that any Contract Price adjustment claimed is the entire adjustment to
which the objecting party has reason to believe it is entitled to as a result of the
determination. Within sixty (60) days after Final Completion of the Work, the
parties shall participate in mediation to address all objections to any
determinations hereunder and to attempt to prevent litigation. The mediator shall
be mutually agreed upon by the parties. Should any objection not be resolved in
mediation, the parties retain all their legal rights and remedies provided under
State law. A party objecting to a determination specifically waives all of its rights
provided hereunder, including its rights and remedies under State law, if said
party fails to comply in strict accordance with the requirements of this Article.
14. Not used.
15. Superintendence and Supervision:
15.1. The orders of City are to be given through Consultant, which instructions are to
be strictly and promptly followed in every case. Contractor shall keep on the
Project during its progress, a full-time competent English speaking
superintendent and any necessary assistants, all satisfactory to Consultant. The
superintendent shall not be changed except with the written consent of
Consultant, unless the superintendent proves to be unsatisfactory to Contractor
and ceases to be in its employ. The superintendent shall represent Contractor
and all directions given to the superintendent shall be as binding as if given to
Contractor and will be confirmed in writing by Consultant upon the written request
28
of Contractor. Contractor shall give efficient supervision to the Work, using its
best skill and attention.
15.2. Daily, Contractor's superintendent shall record, at a minimum, the following
information in a bound log: the day; date; weather conditions and how any
weather condition affected progress of the Work; time of commencement of work
for the day; the work being performed; materials, labor, personnel, equipment
and subcontractors at the Project site; visitors to the Project site, including
representatives of Consultant; regulatory representatives; any special or unusual
conditions or occurrences encountered; and the time of termination of work for
the day. All information shall be recorded in the daily log in ink. The daily log
shall be kept on the Project site and shall be available at all times for inspection
and copying by City and Consultant.
15.3. The Contract Administrator, Contractor and Consultant shall meet at least weekly
or as determined by the Contract Administrator, during the course of the Work to
review and agree upon the work performed to date and to establish the
contrblling items of work for the next two weeks. The Consultant shall publish,
keep, and distribute minutes and any comments thereto of each such meeting.
15.4. If Contractor, in the course of prosecuting the Work, finds any discrepancy
between the Contract Documents and the physical conditions of the locality, or
any errors, omissions, or discrepancies in the Project Manual, it shall be
Contractor's duty to immediately inform Consultant, in writing, and Consultant will
promptly review the same. Any work done after such discovery, until authorized,
will be done at Contractor's sole risk.
15.5. Contractor shall supervise and direct the Work competently and efficiently,
devoting such attention thereto and applying such skills and expertise as may be
necessary to perform the Work in accordance with the Contract Documents.
Contractor shall be solely responsible for the means, methods, techniques,
sequences and procedures of construction.
16. Personnel Requirements:
Superintendent must have at least approximately five (5) years of experience in projects
of similar design, scope, size and complexity. The Project Manager must have at least
approximately five (5) years of experience in projects of similar design, scope, size and
complexity.
17. Contractor's Right to Stop Work or Terminate Contract:
Should Consultant fail to review and approve or state in writing reasons for nonapproval
of any Application for Payment within twenty (20) days after it is presented, or if City fails
either to pay Contractor within thirty (30) days after presentation by Consultant of any
sum certified by Consultant, or to notify Contractor and Consultant in writing of any
objection to the Application for Payment, then Contractor may, give written notice to City
and Consultant of such delay, neglect or default, specifying the same. If City or
Consultant (where applicable), within a period of ten (10) calendar days after such notice
shall not remedy the delay, neglect, or default upon which the notice is based, then
Contractor may stop work or terminate this Contract and recover from City payment for
29
all work executed and reasonable expenses sustained therein plus reasonable
termination expenses. Any objection made by City to an Application for Payment shall
be submitted to Consultant in accordance with the provisions of Article 12 hereof.
18. Assignment:
Neither party hereto shall assign the Contract or any subcontract in whole or in part
without the written consent of the other, nor shall Contractor assign any monies due or to
become due to it hereunder, without the previous written consent of the Mayor and City
Corn mission.
19. Not used.
20. Differing Site Conditions:
In the event that during the course of the Work Contractor encounters subsurface or
concealed conditions at the Project site which differ materially from those shown on the
Contract Documents and from those ordinarily encountered and generally recognized as
inherent in work of the character called for in the Contract Documents; or unknown
physical conditions of the Project site, of an unusual nature, which differ materially from
that ordinarily encountered and generally recognized as inherent in work of the character
called for in the Contract Documents, Contractor , without disturbing the conditions and
before performing any work affected by such conditions, shall, within twenty-four (24)
hours of their discovery, notify City and Consultant in writing of the existence of the
aforesaid conditions. Consultant and City shall, within two (2) business days after
receipt of Contractor's written notice, investigate the site conditions identified by
Contractor. If, in the sole opinion of Consultant, the conditions do materially so differ and
cause an increase or decrease in Contractor's cost of, or the time required for, the
performance of any part of the Work, whether or not charged as a result of the
conditions, Consultant shall recommend an equitable adjustment to the Contract Price,
or the Contract Time, or both. If City and Contractor cannot agree on an adjustment in
the Contract Price or Contract Time, the adjustment shall be referred to Consultant for
determination in accordance with the provisions of Article 12. Should Consultant
determine that the conditions of the Project site are not so materially different to justify a
change in the terms of the Contract, Consultant shall so notify City and Contractor in
writing, stating the reasons, and such determination shall be final and binding upon the
parties hereto.
No request by Contractor for an equitable adjustment to the Contract under this
provision shall be allowed unless Contractor has given written notice in strict accordance
with the provisions of this Article. No request for an equitable adjustment or change to
the Contract Price or Contract Time for differing site conditions shall be allowed if made
after the date certified by Consultant as the date of substantial completion.
21. Plans and Working Drawings:
City, through Consultant, shall have the right to modify the details of the plans and
specifications, to supplement the plans and specifications with additional plans, drawings
or additional information as the Work proceeds, all of which shall be considered as part
of the Project Manual. In case of disagreement between the written and graphic portions
of the Project Manual, the written portion shall govern.
30
22. Contractor to Check Plans, Specifications and Data:
Contractor shall verify all dimensions, quantities and details shown on the plans,
specifications or other data received from Consultant, and shall notify Consultant of all
errors, omissions and discrepancies found therein within three (3) calendar days of
discovery. Contractor will not be allowed to take advantage of any error, omission or
discrepancy, as full instructions will be furnished by Consultant. Contractor shall not be
liable for damages resulting from errors, omissions or discrepancies in the Contract
Documents unless Contractor recognized such error, omission or discrepancy and
knowingly failed to report it to Consultant.
23. Contractor's Responsibility for Damages and Accidents:
23.1. Contractor shall accept full responsibility for the Work against all loss or damage
of whatsoever nature sustained until final acceptance by City, and shall promptly
repair any damage done from any cause whatsoever, except as provided in
Article 29.
23.2. Contractor shall be responsible for all materials, equipment and supplies
pertaining to the Project. In the event any such materials, equipment and
supplies are lost, stolen, damaged or destroyed prior to final acceptance by City,
Contractor shall replace same without cost to City, except as provided in Article
29.
24. Warranty:
Contractor warrants to City that all materials and equipment furnished under this
Contract will be new unless otherwise specified and that all of the Work will be of good
quality, free from faults and defects and in conformance with the Contract Documents.
All work not conforming to these requirements, including substitutions not properly
approved and authorized, may be considered defective. If required by Consultant,
Contractor shall furnish satisfactory evidence as to the kind and quality of materials and
equipment. This warranty is not limited by the provisions of Article 25 herein.
25. Supplementary Drawings:
25.1. When, in the opinion of Consultant, it becomes necessary to explain the Work to
be done more fully, or to illustrate the Work further, or to show any changes
which may be required, supplementary drawings, with specifications pertaining
thereto, will be prepared by Consultant.
25.2. The supplementary drawings shall be binding upon Contractor with the same
force as the Project Manual. Where such supplementary drawings require either
less or more than the original quantities of work, appropriate adjustments shall be
made by Change Order.
26. Defective Work:
26.1. Consultant shall have the authority to reject or disapprove work which Consultant
finds to be defective. If required by Consultant, Contractor shall promptly either
31
correct all defective work or remove such defective work and replace it with
nondefective work. Contractor shall bear all direct, indirect and consequential
costs of such removal or corrections including cost of testing laboratories and
personnel.
26.2. Should Contractor fail or refuse to remove or correct any defective work or to
make any necessary repairs in accordance with the requirements of the Contract
Documents within the time indicated in writing by Consultant, City shall have the
authority to cause the defective work to be removed or corrected, or make such
repairs as may be necessary at Contractor's expense. Any expense incurred by
City in making such removals, corrections or repairs, shall be paid for out of any
monies due or which may become due to Contractor , or may be charged against
the Performance Bond. In the event of failure of Contractor to make all
necessary repairs promptly and fully, City may declare Contractor in default.
26.3. If, within one (1) year after the date of substantial completion or such longer
period of time as may be prescribed by the terms of any applicable special
warranty required by the Contract Documents, or by any specific provision of the
Contract Documents, any of the Work is found to be defective or not in
accordance with the Contract Documents, Contractor , after receipt of written
notice from City, shall promptly correct such defective or nonconforming Work
within the time specified by City without cost to City, to do so. Nothing contained
herein shall be construed to establish a period of limitation with respect to any
other obligation which Contractor might have under the Contract Documents
including but not limited to, Article 23 hereof and any claim regarding latent
defects.
26.4. Failure to reject any defective work or material shall not in any way prevent later
rejection when such defect is discovered, or obligate City to final acceptance.
27. Taxes
Contractor shall pay all applicable sales, consumer, use and other taxes required by law.
Contractor is responsible for reviewing the pertinent state statutes involving state taxes
and complying with all requirements.
28. Subcontracts:
28.1. Contractor shall not employ any subcontractor against whom City or Consultant
may have a reasonable objection. Contractor shall not be required to employ
any subcontractor against whom Contractor has a reasonable objection.
28.2. Contractor shall be fully responsible for all acts and omissions of its
subcontractors and of persons directly or indirectly employed by its
subcontractors and of persons for whose acts any of them may be liable to the
same extent that Contractor is responsible for the acts and omissions of persons
directly employed by it. Nothing in the Contract Documents shall create any
contractual relationship between any subcontractor and City or any obligation on
the part of City to pay or to see the payment of any monies due any
subcontractor. City or Consultant may furnish to any subcontractor evidence of
amounts paid to Contractor on account of specific work performed.
32
28.3 Contractor agrees to bind specifically every subcontractor to the applicable terms
and conditions of the Contract Documents for the benefit of City.
28.4. Contractor shall perform the Work with its own organization, amounting to not
less than 70% percent of the Contract Price.
29. Separate Contracts:
29.1. City reserves the right to let other contracts in connection with this Project.
Contractor shall afford other persons reasonable opportunity for the introduction
and storage of their materials and the execution of their work and shall properly
connect and coordinate this Work with theirs.
29.2. If any part of Contractor's Work depends for proper execution or results upon the
work of any other persons, Contractor shall inspect and promptly report to
Consultant any defects in such work that render it unsuitable for such proper
execution and results. Contractor's failure to so inspect and report shall
constitute an acceptance of the other person's work as fit and proper for the
reception of Contractor's Work, except as to defects which may develop in other
contractor's work after the execution of Contractor's.
29.3. Contractor shall conduct its operations and take all reasonable steps to
coordinate the prosecution of the Work so as to create no interference or impact
on any other contractor on the site. Should such interference or impact occur,
Contractor shall be liable to the affected contractor for the cost of such
interference or impact.
29.4. To insure the proper execution of subsequent work, Contractor shall inspect the
work already in place and shall at once report to Consultant any discrepancy
between the executed work and the requirements of the Contract Documents.
30. Use of Completed Portions:
30.1. City shall have the right at its sole option to take possession of and use any
completed or partially completed portions of the Project. Such possession and
use shall not be deemed an acceptance of any of the Work not completed in
accordance with the Contract Documents. If such possession and use increases
the cost of or delays the Work, Contractor shall be entitled to reasonable extra
compensation or reasonable extension of time or both, as recommended by
Consultant and approved by City.
30.2. In the event City takes possession of any completed or partially completed
portions of the Project, the following shall occur:
30.2.1. City shall give notice to Contractor in writing at least thirty (30)
calendar days prior to City's intended occupancy of a designated
area.
30.2.2. Contractor shall complete to the point of Substantial Completion the
designated area and request inspection and issuance of a
33
Certificate of Substantial Completion in the form attached hereto as
00925 from Consultant.
30.2.3. Upon Consultant's issuance of a Certificate of Substantial
Completion, City will assume full responsibility for maintenance,
utilities, subsequent damages of City and public, adjustment of
insurance coverage's and start of warranty for the occupied area.
30.2.4. Contractor shall complete all items noted on the Certificate of
Substantial Completion within the time specified by Consultant on
the Certificate of Substantial Completion, as soon as possible and
request final inspection and final acceptance of the portion of the
Work occupied. Upon completion of final inspection and receipt of
an application for final payment, Consultant shall issue a Final
Certificate of Payment relative to the occupied area.
30.2.5. If City finds it necessary to occupy or use a portion or portions of the
Work prior to Substantial Completion thereof, such occupancy or use
shall not commence prior to a time mutually agreed upon by City and
Contractor and to which the insurance company or companies
providing the property insurance have consented by endorsement to
the policy or policies. Insurance on the unoccupied or unused
portion or portions shall not be canceled or lapsed on account of
such partial occupancy or use. Consent of Contractor and of the
insurance company or companies to such occupancy or use shall not
be unreasonably withheld.
31. Lands for Work:
31.1. City shall provide, as may be indicated in the Contract Documents, the lands
upon which the Work is to be performed, rights-of-way and easements for access
thereto and such other lands as are designated by City or the use of Contractor.
31.2. Contractor shall provide, at Contractor's own expense and without liability to City,
any additional land and access thereto that may be required for temporary
construction facilities, or for storage of materials. Contractor shall furnish to City
copies of written permission obtained by Contractor from the owners of such
facilities.
32. Legal Restrictions and Traffic Provisions:
Contractor shall conform to and obey all applicable laws, regulations, or ordinances with
regard to labor employed, hours of work and Contractor's general operations.
Contractor shall conduct its operations so as not to close any thoroughfare, nor interfere
in any way with traffic on railway, highways, or water, without the prior written consent of
the proper authorities.
33. Location and Damage to Existing Facilities, Equipment or Utilities:
33.1. As far as possible, all existing utility lines in the Project area have been shown on
the plans. However, City does not guarantee that all lines are shown, or that the
ones indicated are in their true location. It shall be the Contractor ES
34
responsibility to identify and locate all underground and overhead utility lines or
equipment affecting or affected by the Project. No additional payment will be
made to the Contractor because of discrepancies in actual and plan location of
utilities, and damages suffered as a result thereof.
33.2. The Contractor shall notify each utility company involved at least ten (10) days
prior to the start of construction to arrange for positive underground location,
relocation or support of its utility where that utility may be in conflict with or
endangered by the proposed construction. Relocation of water mains or other
utilities for the convenience of the Contractor shall be paid by the Contractor. All
charges by utility companies for temporary support of its utilities shall be paid for
by the Contractor. All costs of permanent utility relocation to avoid conflict shall
be the responsibility of the utility company involved. No additional payment will
be made to the Contractor for utility relocations, whether or not said relocation is
necessary to avoid conflict with other lines.
33.3. The Contractor shall schedule the work in such a manner that the work is not
delayed by the utility providers relocating or supporting their utilities. The
Contractor shall coordinate its activities with any and all public and private utility
providers occupying the right-of-way. No compensation will be paid to the
Contractor for any loss of time or delay.
33.4. All overhead, surface or underground structures and utilities encountered are to
be carefully protected from injury or displacement. All damage to such structures
is to be completely repaired within a reasonable time; needless delay will not be
tolerated. The City reserves the right to remedy such damage by ordering
outside parties to make such repairs at the expense of the Contractor. All such
repairs made by the Contractor are to be made to the satisfaction of the utility
owner. All damaged utilities must be replaced or fully repaired. All repairs are to
be inspected by the utility owner prior to backfilling.
34. Value Engineering:
Contractor may request substitution of materials, articles, pieces of equipment or any
changes that reduce the Contract Price by making such request to Consultant in writing.
Consultant will be the sole judge of acceptability, and no substitute will be ordered,
installed, used or initiated without Consultant's prior written acceptance which will be
evidenced by either a Change Order or an approved Shop Drawing. However, any
substitution accepted by Consultant shall not result in any increase in the Contract Price
or Contract Time. By making a request for substitution, Contractor agrees to pay directly
to Consultant all Consultant's fees and charges related to Consultant's review of the
request for substitution, whether or not the request for substitution is accepted by
Consultant. Any substitution submitted by Contractor must meet the form, fit, function
and life cycle criteria of the item proposed to be replaced and there must be a net dollar
savings including Consultant review fees and charges. If a substitution is approved, the
net dollar savings shall be shared equally between Contractor and City and shall be
processed as a deductive Change Order. City may require Contractor to furnish at
Contractor's expense a special performance guarantee or other surety with respect to
any substitute approved after award of the Contract.
35
35. Continuing the Work:
Contractor shall carry on the Work and adhere to the progress schedule during all
disputes or disagreements with City, including disputes or disagreements concerning a
request for a Change Order, a request for a change in the Contract Price or Contract
Time. The Work shall not be delayed or postponed pending resolution of any disputes
or disagreements.
36. Changes in the Work or Terms of Contract Documents:
36.1. Without invalidating the Contract and without notice to any surety City reserves
and shall have the right, from time to time to make such increases, decreases or
other changes in the character or quantity of the Work as may be considered
necessary or desirable to complete fully and acceptably the proposed
construction in a satisfactory manner. Any extra or additional work within the
scope of this Project must be accomplished by means of appropriate Field
Orders and Supplemental Instructions or Change Orders.
36.2. Any changes to the terms of the Contract Documents must be contained in a
written document, executed by the parties hereto, with the same formality and of
equal dignity prior to the initiation of any work reflecting such change. This
section shall not prohibit the issuance of Change Orders executed only by City as
hereinafter provided.
37. Field Orders and Supplemental Instructions:
37.1. The Contract Administrator, through Consultant, shall have the right to approve
and issue Field Orders setting forth written interpretations of the intent of the
Contract Documents and ordering minor changes in Work execution, providing
the Field Order involves no change in the Contract Price or the Contract Time.
37.2. Consultant shall have the right to approve and issue Supplemental Instructions
setting forth written orders, instructions, or interpretations concerning the
Contract Documents or its performance, provided such Supplemental
Instructions involve no change in the Contract Price or the Contract Time.
38. Change Orders:
38.1. Changes in the quantity or character of the Work within the scope of the Project
which are not properly the subject of Field Orders or Supplemental Instructions,
including all changes resulting in changes in the Contract Price, or the Contract
Time, shall be authorized only by Change Orders approved in advance and
issued in accordance with the provisions of the City.
38.2. All changes to construction contracts which exceed the Commission-approved
contingency must be approved in advance in accordance with the value of the
Change Order or the calculated value of the time extension. All Change Orders
with a value of $25,000 or more shall be approved in advance by the Mayor and
City Commission. All Change Orders with a value of less than $25,000 shall be
approved in advance by the City Manager or his designee.
38.3. In the event satisfactory adjustment cannot be reached for any item requiring a
change in the Contract Price or Contract Time, and a Change Order has not
36
been issued, City reserves the right at its sole option to either terminate the
Contract as it applies to the items in question and make such arrangements as
may be deemed necessary to complete the disputed work; or submit the matter
in dispute to Consultant as set forth in section 13 hereof. During the pendency of
the dispute, and upon receipt of a Change Order approved by City, Contractor
shall promptly proceed with the change in the Work involved and advise the
Consultant and Contract Administrator in writing within seven (7) calendar days
of Contractor's agreement or disagreement with the method, if any, provided in
the Change Order for determining the proposed adjustment in the Contract Price
or Contract Time.
38.4. On approval of any Contract change increasing the Contract Price, Contractor
shall ensure that the performance bond and payment bond are increased so that
each reflects the total Contract Price as increased.
38.5. Under circumstances determined necessary by City, Change Orders may be
issued unilaterally by City.
39. Value of Change Order Work:
39.1. The value of any work covered by a Change Order or of any claim for an
increase or decrease in the Contract Price shall be determined in one of the
following ways:
39.1.1. Where the work involved is covered by unit prices contained in the
Contract Documents, by application of unit prices to the quantities of
items involved.
39.1.2. By mutual acceptance of a lump sum which Contractor and City
acknowledge contains a component for overhead and profit.
39.1.3. On the basis of the "cost of work," determined as provided in Sections
39.2 and 39.3, plus a Contractor's fee for overhead and profit which is
determined as provided in Section 39.4.
39.2. The term "cost of work" means the sum of all direct costs necessarily incurred
and paid by Contractor in the proper performance of the Work described in the
Change Order. Except as otherwise may be agreed to in writing by City, such
costs shall be in amounts no higher than those prevailing in the locality of the
Project, shall include only the following items and shall not include any of the
costs itemized in Section 39.3.
39.2.1. Payroll costs for employees in the direct employ of Contractor in the
performance of the work described in the Change Order under
schedules of job classifications agreed upon by City and Contractor.
Payroll costs for employees not employed full time on the work
covered by the Change Order shall be apportioned on the basis of
their time spent on the work. Payroll costs shall include, but not be
limited to, salaries and wages plus the cost of fringe benefits which
shall include social security contributions, unemployment, excise and
payroll taxes, workers' or workmen's compensation, health and
37
retirement benefits, bonuses, sick leave, vacation and holiday pay
application thereto. Such employees shall include superintendents
and foremen at the site. The expenses of performing the work after
regular working hours, on Sunday or legal holidays, shall be included
in the above to the extent authorized by City.
39.2.2. Cost of all materials and equipment furnished and incorporated in the
work, including costs of transportation and storage thereof, and
manufacturers' field services required in connection therewith. All
cash discounts shall accrue to Contractor unless City deposits funds
with Contractor with which to make payments, in which case the cash
discounts shall accrue to City. All trade discounts, rebates and
refunds, and all returns from sale of surplus materials and equipment
shall accrue to City and Contractor shall make provisions so that they
may be obtained. Rentals of all construction equipment and
machinery and the parts thereof whether rented from Contractor or
others in accordance with rental agreements approved by City with
the advice of Consultant and the costs of transportation, loading,
unloading, installation, dismantling and removal thereof, all in
accordance with the terms of said agreements. The rental of any
such equipment, machinery or parts shall cease when the use thereof
is no longer necessary for the work.
39.2.3. Payments made by Contractor to Subcontractors for work performed
by Subcontractors. If required by City, Contractor shall obtain
competitive bids from Subcontractors acceptable to Contractor and
shall deliver such bids to City who will then determine, with the advice
of Consultant, which bids will be accepted. If the Subcontract
provides that the Subcontractor is to be paid on the basis of cost of
the work plus a fee, the Subcontractor's cost of the work shall be
determined in the same manner as Contractor 'S cost of the work. All
Subcontractors shall be subject to the other provisions of the Contract
Documents insofar as applicable.
39.2.4. Cost of special consultants, including, but not limited to, engineers,
architects, testing laboratories, and surveyors employed for services
specifically related to the performance of the work described in the
Change Order.
39.2.5. Supplemental costs including the following:
39.2.5.1. The proportion of necessary transportation, travel and
subsistence expenses of Contractor's employees incurred
in discharge of duties connected with the work except for
local travel to and from the site of the work.
39.2.5.2. Cost, including transportation and maintenance, of all
materials, supplies, equipment, machinery, appliances,
office and temporary facilities at the site and hand tools
not owned by the workmen, which are consumed in the
performance of the work, and cost less market value of
38
such items used but not consumed which remains the
property of Contractor .
39.2.5.3. Sales, use, or similar taxes related to the work, and for
which Contractor is liable, imposed by any governmental
authority.
39.2.5.4. Deposits lost for causes other than Contractor's
negligence; royalty payments and fees for permits and
licenses.
39.2.5.5. The cost of utilities, fuel and sanitary facilities at the site.
39.2.5.6. Receipted minor expenses such as telegrams, long
distance telephone calls, telephone service at the site,
expressage and similar petty cash items in connection
with the work.
39.2.5.7. Cost of premiums for additional bonds and insurance
required because of changes in the work.
39.3. The term "cost of the work" shall not include any of the following:
39.3.1. Payroll costs and other compensation of Contractor's officers,
executives, principals (of partnership and sole proprietorships),
general managers, engineers, architects, estimators, lawyers,
auditors, accountants, purchasing and contracting agents, expediters,
timekeepers, clerks and other personnel employed by Contractor
whether at the site or in its principal or a branch office for general
administration of the work and not specifically included in the agreed-
upon schedule of job classifications, all of which are to be considered
administrative costs covered by Contractor's fee.
39.3.2. Expenses of Contractor's principal and branch offices other than
Contractor's office at the site.
39.3.3. Any part of Contractor's capital expenses, including interest on
Contractor's capital employed for the work and charges against
Contractor for delinquent payments.
39.3.4. Cost of premiums for all Bonds and for all insurance whether or not
Contractor is required by the Contract Documents to purchase and
maintain the same, except for additional bonds and insurance
required because of changes in the work.
39.3.5. Costs due to the negligence or neglect of Contractor, any
Subcontractors, or anyone directly or indirectly employed by any of
them or for whose acts any of them may be liable, including but not
limited to, the correction of defective work, disposal of materials or
equipment wrongly supplied and making good any damage to
property.
39
39.3.6. Other overhead or general expense costs of any kind and the cost of
any item not specifically and expressly included in Section 39.2.
39.4. Contractor's fee allowed to Contractor for overhead and profit shall be
determined as follows:
39.4.1. A mutually acceptable fixed fee or if none can be agreed upon,
39.4.2. A fee based on the following percentages of the various portions of the
cost of the work:
39.4.2.1. For costs incurred under Sections 39.2.1 and 39.2.2,
Contractor's fee shall not exceed ten percent(10%).
39.4.2.2. For costs incurred under Section 39.2.3, Contractor's
fee shall not exceed seven and one half percent
(7.5%); and if a subcontract is on the basis of cost of
the work plus a fee, the maximum allowable to the
Subcontractor as a fee for overhead and profit shall not
exceed ten percent(10%); and
39.4.2.3. No fee shall be payable on the basis of costs itemized
under Sections 39.2.4 and 39.2.5, (except Section
39.2.5.3), and Section 39.3.
39.5. The amount of credit to be allowed by Contractor to City for any such change
which results in a net decrease in cost, will be the amount of the actual net
decrease. When both additions and credits are involved in any one change, the
combined overhead and profit shall be figured on the basis of the net increase, if
any, however, Contractor shall not be entitled to claim lost profits for any Work
not performed.
39.6. Whenever the cost of any work is to be determined pursuant to Sections 39.2
and 39.3, Contractor will submit in a form acceptable to Consultant an itemized
cost breakdown together with the supporting data.
39.7. Where the quantity of any item of the Work that is covered by a unit price is
increased or decreased by more than twenty percent (20%) from the quantity of
such work indicated in the Contract Documents, an appropriate Change Order
shall be issued to adjust the unit price, if warranted.
39.8. Whenever a change in the Work is to be based on mutual acceptance of a lump
sum, whether the amount is an addition, credit or no change-in-cost, Contractor
shall submit an initial cost estimate acceptable to Consultant and Contract
Administrator.
39.8.1. Breakdown shall list the quantities and unit prices for materials, labor,
equipment and other items of cost.
40
39.8.2. Whenever a change involves Contractor and one or more
Subcontractors and the change is an increase in the Contract Price,
overhead and profit percentage for Contractor and each
Subcontractor shall be itemized separately.
39.9. Each Change Order must state within the body of the Change Order whether it is
based upon unit price, negotiated lump sum, or"cost of the work."
40. Notification and Claim for Change of Contract Time or Contract Price:
40.1. Any claim for a change in the Contract Time or Contract Price shall be made by
written notice by Contractor to the Contract Administrator and to Consultant
within five (5) calendar days of the commencement of the event giving rise to the
claim and stating the general nature and cause of the claim. Thereafter, within
twenty (20) calendar days of the termination of the event giving rise to the claim,
written notice of the extent of the claim with supporting information and
documentation shall be provided unless Consultant allows an additional period of
time to ascertain more accurate data in support of the claim and such notice shall
be accompanied by Contractor's written notarized statement that the adjustment
claimed is the entire adjustment to which the Contractor has reason to believe it
is entitled as a result of the occurrence of said event. All claims for changes in
the Contract Time or Contract Price shall be determined by Consultant in
accordance with Article 12 hereof, if City and Contractor cannot otherwise agree.
IT IS EXPRESSLY AND SPECIFICALLY AGREED THAT ANY AND ALL
CLAIMS FOR CHANGES TO THE CONTRACT TIME OR CONTRACT PRICE
SHALL BE WAIVED IF NOT SUBMITTED IN STRICT ACCORDANCE WITH
THE REQUIREMENTS OF THIS SECTION.
•
40.2. The Contract Time will be extended in an amount equal to time lost on critical
Work items due to delays beyond the control of and through no fault or
negligence of Contractor if a claim is made therefore as provided in Section 40.1.
Such delays shall include, but not be limited to, acts or neglect by any separate
contractor employed by City, fires, floods, labor disputes, epidemics, abnormal
weather conditions or acts of God.
41. No Damages for Delay:
No claim for damages or any claim, other than for an extension of time, shall be made or
asserted against City by reason of any delays except as provided herein. Contractor
shall not be entitled to an increase in the Contract Price or payment or compensation of
any kind from City for direct, indirect, consequential, impact or other costs, expenses or
damages, including but not limited to costs of acceleration or inefficiency, arising
because of delay, disruption, interference or hindrance from any cause whatsoever,
whether such delay, disruption, interference or hindrance be reasonable or
unreasonable, foreseeable or unforeseeable, or avoidable or unavoidable; provided,
however, that this provision shall not preclude recovery of damages by Contractor for
actual delays due solely to fraud, bad faith or active interference on the part of City or its
Consultant. Otherwise, Contractor shall be entitled only to extensions of the Contract
Time as the sole and exclusive remedy for such resulting delay, in accordance with and
to the extent specifically provided above.
41
42. Excusable Delay; Compensable; Non-Compensable:
42.1 Excusable Delay. Delay which extends the completion of the Work and which is
caused by circumstances beyond the control of Contractor or its subcontractors,
suppliers or vendors is Excusable Delay.
Contractor is entitled to a time extension of the Contract Time for each day the
Work is delayed due to Excusable Delay. Contractor shall document its claim for
any time extension as provided in Article 39 hereof.
Failure of Contractor to comply with Article 39 hereof as to any particular event of
delay shall be deemed conclusively to constitute a waiver, abandonment or
relinquishment of any and all claims resulting from that particular event of delay.
Excusable Delay may be compensable or non-compensable:
(a) Compensable Excusable Delay. Excusable Delay is compensable when (i)
the delay extends the Contract Time, (ii) is caused by circumstances
beyond the control of the Contractor or its subcontractors, suppliers or
vendors, and (iii) is caused solely by fraud, bad faith or active interference
on the part of City or its agents. In no event shall Contractor be
compensated for interim delays which do not extend the Contract Time.
Contractor shall be entitled to direct and indirect costs for Compensable
Excusable Delay. Direct costs recoverable by Contractor shall be limited to the
actual additional costs allowed pursuant to Article 38 hereof.
City and Contractor recognize and agree that the amount of Contractor's precise
actual indirect costs for delay in the performance and completion of the Work is
impossible to determine as of the date of execution of the Contract Documents,
and that proof of the precise amount will be difficult. Therefore, indirect costs
recoverable by the Contractor shall be liquidated on a daily basis for each day
the Contract Time is delayed due to a Compensable Excusable Delay. These
liquidated indirect costs shall be paid to compensate Contractor for all indirect
costs caused by a Compensable Excusable Delay and shall include, but not be
limited to, all profit on indirect costs, home office overhead, acceleration, loss of
earnings, loss of productivity, loss of bonding capacity, loss of opportunity and all
other indirect costs incurred by Contractor. The amount of liquidated indirect
costs recoverable shall be one hundred dollars ($100) per day for each
calendar day the Contract is delayed due to a Compensable Excusable Delay.
(b) Non-Compensable Excusable Delay. When Excusable Delay is (i) caused
by circumstances beyond the control of Contractor, its subcontractors,
suppliers and vendors, and is also caused by circumstances beyond the
control of the City or Consultant, or (ii) is caused jointly or concurrently by
Contractor or its subcontractors, suppliers or vendors and by the City or
Consultant, then Contractor shall be entitled only to a time extension and
no further compensation for the delay.
42
43. Substantial Completion:
When Contractor considers that the Work, or a portion thereof designated by City
pursuant to Article 29 hereof, has reached Substantial Completion, Contractor shall so
notify City and Consultant in writing. Consultant and City shall then promptly inspect the
Work. When Consultant, on the basis of such an inspection, determines that the Work
or designated portion thereof is substantially complete, it will then prepare a Certificate
of Substantial Completion in the form attached hereto as Form 00925 which shall
establish the Date of Substantial Completion; shall state the responsibilities of City and
Contractor for security, maintenance, heat, utilities, damage to the Work, and insurance;
and shall list all Work yet to be completed to satisfy the requirements of the Contract
Documents for Final Completion. The failure to include any items of corrective work on
such list does not alter the responsibility of Contractor to complete all of the Work in
accordance with the Contract Documents. Warranties required by the Contract
Documents shall commence on the date of Substantial Completion of the Work or
designated portion thereof unless otherwise provided in the Certificate of Substantial
Completion. The Certificate of Substantial Completion shall be submitted to City through
the Contract Administrator and Contractor for their written acceptance of the
responsibilities assigned to them in such Certificate.
44. No Interest:
Any monies not paid by City when claimed to be due to Contractor under this
Agreement, including, but not limited to, any and all claims for contract damages of any
type, shall not be subject to interest including, but not limited to prejudgment interest.
However, the provisions of City's prompt payment ordinance, as such relates to
timeliness of payment, and the provisions of Section 218.74(4), Florida Statutes (1989)
as such relates to the payment of interest, shall apply to valid and proper invoices.
45. Shop Drawings:
45.1. Contractor shall submit Shop Drawings as required by the Technical
Specifications. The purpose of the Shop Drawings is to show the suitability,
efficiency, technique of manufacture, installation requirements, details of the
item and evidence of its compliance or noncompliance with the Contract
Documents.
45.2. Within thirty (20) calendar days after the Project Initiation Date specified in the
Notice to Proceed, Contractor shall submit to Consultant a complete list of
preliminary data on items for which Shop Drawings are to be submitted and
shall identify the critical items. Approval of this list by Consultant shall in no way
relieve Contractor from submitting complete Shop Drawings and providing
materials, equipment, etc., fully in accordance with the Contract Documents.
This procedure is required in order to expedite final approval of Shop Drawings.
45.3. After the approval of the list of items required in Section 45.2 above, Contractor
shall promptly request Shop Drawings from the various manufacturers,
fabricators, and suppliers. Contractor shall include all shop drawings and other
submittals in its certification.
43
45.4. Contractor shall thoroughly review and check the Shop Drawings and each and
every copy shall show this approval thereon.
45.5. If the Shop Drawings show or indicate departures from the Contract
requirements, Contractor shall make specific mention thereof in its letter of
transmittal. Failure to point out such departures shall not relieve Contractor
from its responsibility to comply with the Contract Documents.
45.6. Consultant shall review and approve Shop Drawings within seven (7) calendar
days from the date received, unless said Drawings are rejected by Consultant
for material reasons. Consultant's approval of Shop Drawings will be general
and shall not relieve Contractor of responsibility for the accuracy of such
Drawings, nor for the proper fitting and construction of the work, nor for the
furnishing of materials or work required by the Contract Documents and not
indicated on the Drawings. No work called for by Shop Drawings shall be
performed until the said Drawings have been approved by Consultant. Approval
shall not relieve Contractor from responsibility for errors or omissions of any sort
on the Shop Drawings.
45.7. No approval will be given to partial submittals of Shop Drawings for items which
interconnect and/or are interdependent where necessary to properly evaluate
the design. It is Contractor's responsibility to assemble the Shop Drawings for
all such interconnecting and/or interdependent items, check them and then
make one submittal to Consultant along with its comments as to compliance,
noncompliance, or features requiring special attention.
45.8. If catalog sheets or prints of manufacturers' standard drawings are submitted as
Shop Drawings, any additional information or changes on such drawings shall
be typewritten or lettered in ink.
45.9. Contractor shall submit the number of copies required by Consultant.
Resubmissions of Shop Drawings shall be made in the same quantity until final
approval is obtained.
45.10. Contractor shall keep one set of Shop Drawings marked with Consultant's
approval at the job site at all times.
46. Field Layout of the Work and Record Drawings:
46.1. The entire responsibility for establishing and maintaining line and grade in the
field lies with Contractor. Contractor shall maintain an accurate and precise
record of the location and elevation of all pipe lines, conduits, structures,
maintenance access structures, handholes, fittings and the like and shall
prepare record or "as-built" drawings of the same which are sealed by a
Professional Surveyor. Contractor shall deliver these records in good order to
Consultant as the Work is completed. The cost of all such field layout and
recording work is included in the prices bid for the appropriate items. All record
drawings shall be made on reproducible paper and shall be delivered to
Consultant prior to, and as a condition of, final payment.
44
46.2. Contractor shall maintain in a safe place at the Project site one record copy of
all Drawings, Plans, Specifications, Addenda, written amendments, Change
Orders, Field Orders and written interpretations and clarifications in good order
and annotated to show all changes made during construction. These record
documents together with all approved samples and a counterpart of all approved
Shop Drawings shall be available at all times to Consultant for reference. Upon
Final Completion of the Project and prior to Final Payment, these record
documents, samples and Shop Drawings shall be delivered to the Contract
Administrator.
46.3. Prior to, and as a condition precedent to Final Payment, Contractor shall
submit to City, Contractor's record drawings or as-built drawings acceptable to
Consultant.
47. Safety and Protection:
47.1. Contractor shall be solely responsible for initiating, maintaining and supervising
all safety precautions and programs in connection with the Project. Contractor
shall take all necessary precautions for the safety of, and shall provide the
necessary protection to prevent damage, injury or loss to:
47.1.1. All employees on the work site and other persons who may be
affected thereby;
47.1.2. All the work and all materials or equipment to be incorporated therein,
whether in storage on or off the Project site; and
47.1.3. Other property at the Project site or adjacent thereto, including trees,
shrubs, lawns, walks, pavements, roadways, structures and utilities
not designated for removal, relocation or replacement in the course of
construction.
47.2. Contractor shall comply with all applicable laws, ordinances, rules, regulations
and orders of any public body having jurisdiction for the safety of persons or
property or to protect them from damage, injury or loss; and shall erect and
maintain all necessary safeguards for such safety and protection. Contractor
shall notify owners of adjacent property and utilities when prosecution of the
work may affect them. All damage, injury or loss to any property referred to in
Sections 47.1.2 and 47.1.3 above, caused directly or indirectly, in whole or in
part, by Contractor , any Subcontractor or anyone directly or indirectly employed
by any of them or anyone for whose acts any of them may be liable, shall be
remedied by Contractor . Contractor's duties and responsibilities for the safety
and protection of the work shall continue until such time as all the Work is
completed and Consultant has issued a notice to City and Contractor that the
Work is acceptable except as otherwise provided in Article 29 hereof.
47.3. Contractor shall designate a responsible member of its organization at the Work
site whose duty shall be the prevention of accidents. This person shall be
Contractor's superintendent unless otherwise designated in writing by
Contractor to City.
45
48. Final Bill of Materials:
Contractor shall be required to submit to City and Consultant a final bill of materials with
unit costs for each bid item for supply of materials in place. This shall be an itemized list
of all materials with a unit cost for each material and the total shall agree with unit costs
established for each Contract item. A Final Certificate for Payment cannot be issued by
Consultant until Contractor submits the final bill of materials and Consultant verifies the
accuracy of the units of Work.
49. Payment by City for Tests:
Except when otherwise specified in the Contract Documents, the expense of all tests
requested by Consultant shall be borne by City and performed by a testing firm chosen
by Consultant. For road construction projects the procedure for making tests required by
Consultant will be in conformance with the most recent edition of the State of Florida,
Department of Transportation Standard Specifications for Road and Bridge Construction.
The cost of any required test which Contractor fails shall be paid for by Contractor.
50. Project Sign:
Any requirements for a project sign shall be paid by the Contractor as specified by City
Guidelines'.
51. Hurricane Precautions:
51.1. During such periods of time as are designated by the United States Weather
Bureau as being a hurricane warning or alert, the Contractor, at no cost to the
City, shall take all precautions necessary to secure the Project site in response
to all threatened storm events, regardless of whether the City or Consultant has
given notice of same.
51.2. Compliance with any specific hurricane warning or alert precautions will not
constitute additional work.
51.3. Additional work relating to hurricane warning or alert at the Project site will be
addressed by a Change Order in accordance with Section 38, General
Conditions.
51.4. Suspension of the Work caused by a threatened or actual storm event,
regardless of whether the City has directed such suspension, will entitle the
Contractor to additional Contract Time as noncompensable, excusable delay,
and shall not give rise to a claim for compensable delay.
52. Cleaning Up; City's Right to Clean Up:
Contractor shall at all times keep the premises free from accumulation of waste
materials or rubbish caused by its operations. At the completion of the Project,
Contractor shall remove all its waste materials and rubbish from and about the Project
as well as its tools, construction equipment, machinery and surplus materials. If
Contractor fails to clean up during the prosecution of the Work or at the completion of
the Work, City may do so and the cost thereof shall be charged to Contractor. If a
dispute arises between Contractor and separate contractors as to their responsibility for
46
cleaning up, City may clean up and charge the cost thereof to the contractors
responsible therefore as Consultant shall determine to be just.
53. Removal of Equipment:
In case of termination of this Contract before completion for any cause whatever,
Contractor, if notified to do so by City, shall promptly remove any part or all of
Contractor's equipment and supplies from the property of City, failing which City shall
have the right to remove such equipment and supplies at the expense of Contractor.
54. Nondiscrimination, Equal Employment Opportunity, and Americans with Disabilities Act:
1. Contractor shall not unlawfully discriminate against any person in its operations and
activities or in its use or expenditure of funds in fulfilling its obligations under this
Agreement. Contractor shall affirmatively comply with all applicable provisions of
the Americans with Disabilities Act (ADA) in the course of providing any services
funded by City, including Titles I and II of the ADA (regarding nondiscrimination on
the basis of disability), and all applicable regulations, guidelines, and standards. In
addition, Contractor shall take affirmative steps to ensure nondiscrimination in
employment against disabled persons.
Contractor's decisions regarding the delivery of services under this Agreement shall
be made without regard to or consideration of race, age, religion, color, gender,
sexual orientation, national origin, marital status, physical or mental disability,
political affiliation, or any other factor which cannot be lawfully used as a basis for
service delivery.Contractor shall not engage in or commit any discriminatory practice
in violation of City of Miami Beach Ordinance No 92.2824 in performing any services
pursuant to this Agreement.
2. NON-DISCRIMINATION. The Proposer certifies that it is in compliance with the non-
discrimination clause contained in Section 202, Executive Order 11246, as amended
by Executive Order 11375, relative to equal employment opportunity for all persons
without regard to race, color, religion, sex or national origin. In accordance with the
City's Human Rights Ordinance, codified in Chapter 62 of the City Code, Proposer
shall prohibit discrimination by reason of race, color, national origin, religion, sex,
intersexuality, gender identity, sexual orientation, marital and familial status, and age
or disability.
55. Project Records:
City shall have the right to inspect and copy, at City's expense, the books and records
and accounts of Contractor which relate in any way to the Project, and to any claim for
additional compensation made by Contractor, and to conduct an audit of the financial
and accounting records of Contractor which relate to the Project and to any claim for
additional compensation made by Contractor. Contractor shall retain and make
available to City all such books and records and accounts, financial or otherwise, which
relate to the Project and to any claim for a period of three (3) years following Final
Completion of the Project. During the Project and the three (3) year period following
Final Completion of the Project, Contractor shall provide City access to its books and
records upon seventy-two (72) hours written notice.
47
56. Performance Evaluations:
An interim performance evaluation of the successful Contractor may be submitted by the
Contract Administrator during construction of the Project. A final performance evaluation
shall be submitted when the Request for Final Payment to the construction contractor is
forwarded for approval. In either situation, the completed evaluation(s) shall be
forwarded to the City's Procurement Director who shall provide a copy to the successful
Contractor. Said evaluation(s) may be used by the City as a factor in considering the
responsibility of the successful Contractor for future bids with the City.
57. Occupational Health and Safety:
In compliance with Chapter 442, Florida Statutes, any toxic substance listed in Section
38F-41.03 of the Florida Administrative Code delivered as a result of this bid must be
accompanied by a Material Safety Data Sheet (MSDS) which may be obtained from the
manufacturer. The MSDS must include the following information:
a. The chemical name and the common name of the toxic substance.
b. The hazards or other risks in the use of the toxic substance, including:
i. The potential for fire, explosion, corrosion, and reaction;
ii. The known acute and chronic health effects of risks from exposure,
including the medical conditions which are generally recognized as being
aggravated by exposure to the toxic substance; and
iii. The primary routes of entry and symptoms of overexposure.
c. The proper precautions, handling practices, necessary personal protective
equipment, and other safety precautions in the use of or exposure to the toxic
substances, including appropriate emergency treatment in case of overexposure.
d. The emergency procedure for spills, fire, disposal, and first aid.
e. A description in lay terms of the known specific potential health risks posed by
the toxic substance intended to alert any person reading this information.
f. The year and month, if available, that the information was compiled and the
name, address, and emergency telephone number of the manufacturer
responsible for preparing the information.
58. Environmental Regulations:
The City reserves the right to consider a Bidder's history of citations and/or violations of
environmental regulations in investigating a Bidder's responsibility, and further reserves
the right to declare a Bidder not responsible if the history of violations warrant such
determination in the opinion of the City. Bidder shall submit with its Bid, a complete
history of all citations and/or violations, notices and dispositions thereof. The
nonsubmission of any such documentation shall be deemed to be an affirmation by the
Bidder that there are no citations or violations. Bidder shall notify the City immediately of
48
notice of any citation or violation which Bidder may receive after the Bid opening date
and during the time of performance of any contract awarded to it.
59. "Or Equal" Clause:
Whenever a material, article or piece of equipment is identified in the Contract
Documents including plans and specifications by reference to manufacturers' or vendors'
names, trade names, catalog numbers, or otherwise, City, through Consultant, will have
made its best efforts to name at least three (3) such references. Any such reference is
intended merely to establish a standard; and, unless it is followed by the words "no
substitution is permitted" because of form, fit, function and quality, any material,
article, or equipment of other manufacturers and vendors which will perform or serve the
requirements of the general design will be considered equally acceptable provided the
materials, article or equipment so proposed is, in the sole opinion of Consultant, equal in
substance, quality and function.
ANY REQUESTS FOR SUBSTITUTION MUST BE MADE TO THE CITY'S
PROCUREMENT DIRECTOR, WHO SHALL FORWARD SAME TO CONSULTANT.
49
ATTACHMENT A
RESOLUTION COMMISSION ITEMS AND COMMISSION
MEMORANDUM
Coversheet Page 1 of 4
Competitive Bid Reports-C2 E
MIAMI BEACH
COMMISSION MEMORANDUM
TO: Honorable Mayor and Members of the City Commission
FROM: Jimmy L.Morales,City Manager
DATE: July 26,2017
SUBJECT: REQUEST FOR APPROVAL TO AWARD A CONTRACT PURSUANT TO INVITATION TO BID (ITB)
NO. 2017-049-WG, FOR GENERAL BUILDING, ENGINEERING AND SPECIALTY TRADES.
RECOMMENDATION
The Administration recommends that the Mayor and City Commission of the City of Miami Beach, Florida to approve the City
Manager's recommendation pertaining to the bids received, pursuant to ITB 2017-049-WG, Building and Specialty Trade
Contractors for Minor Projects.
ANALYSIS
On March 13, 2013 the Mayor and City Commission approved award of Invitation to Bid 66-11/12 for General
Building and Specialty Trades Services. The original contract term was for an initial period of two(2)years with
the City Manager's option to renew for an additional three (3) one year terms. The contract's third and final
option to renew was not exercised by the City and the contract expired on April 13, 2017.
The Property Management Division and the Parks & Recreation Department require the services of various
general and specialty trade contractors to maintain City facilities.A contract with a number of contractors in each
category indicated below allows the City to expedite small projects (including capital repair and replacement), on
a time and material basis, and provides for a pool of pre-qualified contractors to bid on other projects on a lump
sum basis that cannot feasibly be completed on a time and material basis.
For This reason, the Administration released ITB 2017-049-WG seeking bids from qualified contractors. The
intent of the ITB isto establish a list of pre-qualified firms, on the basis of licensure, experience and insurance,
from whom the City could request quotes at the time a need was identified. The ITB stated that the City may
award work on: 1) a time and materials basis in accordance with hourly rates and administrative mark-ups
offered 2) that In lieu of a time and materials order, the project/contract manager may request quotes from
contractors authorized to participate in the Pre-Qualified Bidder Pool. Through the ITB, the City sought
responses for the following categories.
General Contractor Insulation and Acoustical Tile
Building Contractor Lathing and Plastering
Caulking Master Electrician
Canvas Awning Master Burglar Alarm
Concrete Forming and Placing Master Plumber
Concrete Slab Sawing &Core Drilling Master Lawn Sprinkler
Decorative Concrete& Masonry Fence Master Pool Maintenance (unlimited)
Demolition Master Swimming Pool Piping
Door Master Air Conditioning Unlimited
Drywall Master Gasoline Tank and Pump
Fence Master General Mechanical
Finish Carpentry Painting
Flooring Plumbing Maintenance
Garage and Industrial Door Roof
Glass and Glazing Roof Deck
Gypsum Drywall Installer Structural Steel Erection
Gypsum Drywall Finisher Swimming Pool
Waterproofing
ITB PROCESS
https://miamibeach.novusagenda.com/agendapublic/CoverSheet.aspx?Item... 12/13/2017
Coversheet Page 2 of 4
ITB No. 2017-049-WG, was issued on April 18, 2017, with a bid opening date of May 31, 2017. Two (2)
addenda were issued. The Procurement Department issued bid notices to 468 companies utilizing
w,yw'v.publicpurchase.cam website and 193 companies via email notification. The notices resulted in the receipt
of twelve (12) responses from: Design-Build Interamerican, Inc., Delcons, Inc., Lee Construction Group, Inc.,
Florida Lemark Corp., Halcyon Builders, Inc., Ceepco Contracting, LLC, A and J Roofing Corp., Master
Mechanical Services, Inc., Decktight Roofing Services, Inc., Therma Seal Roof Systems, LLC, Government
Business Development, LLC, and Team Contracting, Inc. as indicated in Attachment A.
As indicated in Attachment A, some categories of work received one or no bids. For these categories, the
Administration intends to conduct an industry review meeting to ascertain any challenges that contractors may
be having with bidding and/or seek additional bids through a subsequent ITB.
Pursuant to Section 255.20, Florida Statutes, construction-type projects exceeding $300,000 or electrical
projects exceeding $75,000 may not be awarded pursuant this ITB.
CONCLUSION
It is important that the City maintain a list of qualified, licensed contractors that can quickly respond to the
maintenance, and capital repair and replacement needs of City facilities. Therefore, after considering the bids
received and the evaluation by staff, pursuant to ITB 2017-049-WG, I recommend that the Mayor and City
Commission of the City of Miami Beach, Florida, approve the award of the responsive, responsible bidders for
both the time and materials and pre-qualified pool award options (Attachment A), and further authorize the
Mayor and City Clerk to execute contracts as follows for the listed categories:
General Contractors
Design Build Interamerican, Inc.
Florida Lemark Corp.
Team Contracting, Inc.
Halcyon Builders, Inc.
Ceepco Contracting, LLC
Delcons, Inc.
Lee Construction Group, Inc.
B- uilding Contractors
-Ceepco Contracting, LLC
Team Contracting, Inc.
C- aulking Contractors
Florida Lemark Corp.
Ceepco Contracting, LLC
A& J Roofing Corp.
Concrete Forming and Placing Contractor
Florida Lemark Corp.
Halcyon Builders, Inc.
Ceepco Contracting, LLC
Team Contracting, Inc.
Painting Contractors
Florida Lemark Corp.
Halcyon Builders, Inc.
Ceepco Contracting, LLC
Government Business Development, LLC
Team Contracting, Inc.
Waterproofing Contractors
Florida Lemark Corp.
Ceepco Contracting, LLC
A& J Roofing Corp
Government Business Development, LLC
Demolition Contractors
Halcyon Builders, Inc.
https://miamibeach.novusagenda.com/agendapublic/CoverSheet.aspx?Item... 12/13/2017
Coversheet Page 3 of 4
D- rywall Contractors
Halcyon Builders, Inc.
Ceepco Contracting, LLC
Finish Carpentry Contractors
Halcyon Builders, Inc.
Ceepco Contracting, LLC
G- ypsum Drywall Installer Contractors
Halcyon Builders, Inc.
Ceepco Contracting, LLC
Gypsum Drywall Finisher Contractors
Halcyon Builders, Inc.
Ceepco Contracting, LLC
Insulation And Acoustical Tile Contractors
Halcyon Builders, Inc.
Ceepco Contracting, LLC
Door Contractors
Ceepco Contracting, LLC
F- ence Contractors
Ceepco Contracting, LLC
Flooring Contractors
Ceepco Contracting, LLC
G- lass and Glazing Contractors
Ceepco Contracting, LLC
L- athing and Plastering Contractors
Ceepco Contracting, LLC
P- lumbing Maintenance Contractors
Ceepco Contracting, LLC
R- oofing Contractors
Ceepco Contracting, LLC
A&J Roofing Corp
Decktight Roofing Services, Inc.
Therma Seal Roof Systems, LLC
R- oof Deck Contractor
• Ceepco Contracting, LLC
A& J Roofing Corp
M- echanical Contractors
Master Mechanical Services, Inc.
KEY INTENDED OUTCOMES SUPPORTED
Build And Maintain Priority Infrastructure With Full Accountability
FINANCIAL INFORMATION
All expenditures pursuant to this contract will be based on approved funding appropriated to the respective
department's budget. Grant funding will not be utilized for this project.
https://mi amibeach.novusagenda.com/agendapublic/CoverSheet.aspx?Item... 12/13/2017
Coversheet Page 4 of 4
Legislative Tracking
Property Management/Procurement
ATTACHMENTS:
Description
❑ 797rJ3hclr'
https://miamibeach.novusagenda.com/agendapublic/CoverSheet.aspx?Item... 12/13/2017
WPM II I
. . . .
fk M . : .
. . . trill"�r�!
IIHIIIHHHIIIIHIIiiiIiI � � | k
I§� |
110011111111•11
| | /
$f F,
� �
IIllOIIIIHIIIHHIIPiIii
i
`� |�
1!
���
f
��
... HUll( k/ _ - } 'IF'
�
}�
i� = I|!!
- - - _ - - _ | . _ _
: : : _ _ . � } , : : : � } : _ : } :
|-
�
lIIIIIIIIIIIIIIIIOIIiI\ _ : ` |■|!
11111111111011111MU
{ |!!
;!(11
f |
! k �� �� ��k�■�` !�)��� �� -` � - ,&
i
Co
N
O
-4
A
C)
c)
co
C
1 no
N
=
n
aC
CD
C'
1 El-4
1
m
H
n
O
_
Of
ET
I y
0
M
5-
o
N
I y
1
[i
F
-? L F
F
U
zr
;rf if
r" €€ :s 14 6';' -I F.-
s of �£
:i
Ea' t4 _ V i m f a >t m s o f e€
X
1
1
1
1
i
€
X
1
i
i
1
1
I
co
N
cF C
F fl,
tC
y
V
ID
n
co
1
E N
n N
A
O
O
O
O
Fk n
t
0
ATTACHMENT B
INVITATION TO BID (ITB)
AND ADDENDUMS
MIAMI BEACH
City of Miami Beach, 1735 Meridian A•ienue,3"Floor, Miami Beach, Florida 33139,www.miamibeachfl.gov
PROCUREMENT DEPARTMENT
Tel:305-673-7490-
ADDENDUM NO. 2
ITB 2017-049-WG
Building and Specialty Trade Contractors for Minor Projects
June 8, 2017
This Addendum to the above-referenced ITB is issued in response to questions from
prospective proposers, or other clarifications and revisions issued by the City. The ITB is
amended in the following particulars only.
I. ANSWERS TO QUESTIONS RECEIVED.
Q1) How will incidentals be handled? For example, if dumpsters, trash chutes,
scaffolding, concrete pump, or personnel lifts are needed. How will these be
accounted for?
Al) Please refer to Appendix D, Special Conditions, Paragraph 2.3, entitled
Administrative Mark-up for Parts and Materials, which states the cost of
any ancillary third-party services that are provided by the vendor, with prior
approval of the Contract Manager, may be determined in the manner
prescribed.
Q2) How many bidders will be selected per trade?
A2) The City is unable to determine how many bidders will be selected per
trade at this time.
Q3) Will the Dun & Bradstreet Supplier Qualification Report be required with the bid?
A3) No. Please refer to Appendix A, Paragraph 2, entitled Financial Capacity.
Q4) Please advise to whom the bonding capacity letter should be addressed to.
A4) Bonding Capacity letter should be addressed as follows:
William Garviso, Procurement Contracting Officer II
PROCUREMENT DEPARTMENT
1755 Meridian Avenue, 3rd Floor
Miami Beach, FL 33139
Q5) On the Appendix "A", For the section 2. Financial Capacity, it is necessary to
submit a Supplier Qualification Report(SQR)from Dun & Bradstreet for this ITB?
A5) Please refer to Appendix A, Paragraph 2, entitled Financial Capacity.
Any questions regarding this Addendum should be submitted in writing to the Procurement
Management Department to the attention of the individual named below, with a copy to the City
Clerk's Office at RafaelGranadoemiamibeachfi.gov.
Procurement Contact: Telephone: Email:
1
William Garviso 305-673-7000, ext. 6650 WilliamGarviso@miamibeachfl.gov
Proposers are reminded to acknowledge receipt of this addendum as part of your ITB
submission.
Sincerely,
Alex Denis
Procurement Director
2
MIAMIBEACH - - ---
City of Miami Beach, 1755 Meridian Avenue,3rd Floor, Miami Beach,Florida 33139,www.miamibeachfl.gov
PROCUREMENT DEPARTMENT
Tel:305-673.7490.
ADDENDUM NO. 1
ITB 2017-049-WG
Building and Specialty Trade Contractors for Minor Projects
May 12, 2017
This Addendum to the above-referenced ITB is issued in response to questions from
prospective proposers, or other clarifications and revisions issued by the City. The ITB is
amended in the following particulars only.
REVISIONS
1. ITB DUE DATE AND TIME. The deadline for the receipt of bids is extended until
3:00 P.M., on Wednesday June 14, 2017, at the following location.
City of Miami Beach
Procurement Department
1755 Meridian Avenue, 3rd Floor
Miami Beach, Florida 33139
Late bids will not be accepted. Bidders are cautioned to plan sufficient time to allow
for traffic or other delays for which the Bidder is solely responsible.
2. Revise Appendix C, Minimum Requirements, Paragraph 1.2, Bonding Capacity, as
follows: General and Building Contractors (BLDG 0001 and BLDG 0002) shall submit
proof of bonding capacity of no less than $500,000.00 $1,000,000. All other specialty
contractors shall submit proof of bonding capacity of no loss than $500,000. Proof of
bonding capacity letter shall be from an A-rated Financial Class V Surety Company, at a
minimum.
All other specialty trade contractors are not required to state their firm's bonding capacity
on the bid price form for which it is submitting a bid.
II. ANSWERS TO QUESTIONS RECEIVED.
Q1) Does the material markup and the dollar per hour need to factor in all general
conditions and overhead?
Al) Yes.
Q2) How long are the prices fixed for? RFQ states bidders need to honor their prices
without increase for XXX amount of time, Need to know how long this contract is
valid for?
A2) Please refer to Appendix D, Special Conditions, Paragraph 6, Prices Shall
Be Fixed For the Term of The Contract (p.44).
1
Q3) Does the City have an actual Unit Cost for the "Hourly Rate - Regular" and for
the "Hourly Rate- Non Regular", if so, could you provide us with this info?
_ _ __ _ _ _A3) No. The_City's previous Trades Contract was not awarded pursuant to pre-
established hourly rates.
Q4) Can we submit a bid if our bonding capacity is less than the required limits stated
in Appendix C, Minimum Requirements, Paragraph 1.2, Bonding Capacity?
A4) Yes. Bidders may be awarded and categorized based on their bonding
capacity. Please state your bonding capacity on Appendix E, Bid Price
Form. Award of bidders may be made categorized individually by trade and
bonding capacity.
Any questions regarding this Addendum should be submitted in writing to the Procurement
Management Department to the attention of the individual named below, with a copy to the City
Clerk's Office at RafaelGranadoCo�miamibeachfl.gov.
Procurement Contact: Telephone: Email:
William Garviso 305-673-7000, ext. 6650 WilliamGarviso@miamibeachfl.gov
Proposers are reminded to acknowledge receipt of this addendum as part of your ITB
submission.
Ale, De ':
Pro --ment Director
••
{
•
2
INVITATIO\ TO BID ( ITB)
FiJ _D NG AND SPECIALTY TRADE CONTRACTORS FOR MINOR PROJECTS
2017-049-WG
BID ISSUANCE DATE: APRIL 18, 2017
BID DUE: MAY 31, 2017 @ 3:00 PM
ISSUED BY:
MIAMIBEACH
William Garviso, Procurement Contracting Officer Il
PROCUREMENT DEPARTMENT
1755 Meridian Avenue, 3rd Floor, Miami Beach, FL 33139
305.673.7000 x6650 j www.miamibeachfl.gov
TABLE OF CONTENTS
SOLICITATION SECTIONS: PAGE
0100 NOT UTILIZED N/A
0200 INSTRUCTIONS TO BIDDERS & GENERAL CONDITIONS 3
0300 BID SUBMITTAL INSTRUCTIONS & FORMAT 16
APPENDICES:
APPENDIX A PROPOSAL CERTIFICATON, QUESTIONNAIRE AND AFFIDAVITS 17
APPENDIX B "NO BID" FORM 24
APPENDIX C MINIMUM REQUIREMENTS & SPECIFICATIONS 26
APPENDIX D SPECIAL CONDITIONS 42
APPENDIX E COST PROPOSAL FORM 46
APPENDIX F INSURANCE REQUIREMENTS 82
APPENDIX G SAMPLE MASTER AGREEMENT & CONTRACTOR SERVICE ORDER 84
ITB 2017-049-WG
2
L;E,=ice—'
SECTION 0200 INSTRUCTIONS TO BIDDERS
1. GENERAL.
This Invitation to Bid (ITB) is issued by the City of Miami Beach, Florida (the "City"), as the means for prospective
Proposers to submit their qualifications, proposed scopes of work and cost proposals (the "bid") to the City for the
City's consideration as an option in achieving the required scope of services and requirements as noted herein. All
documents released in connection with this solicitation, including all appendixes and addenda, whether included
herein or released under separate cover, comprise the solicitation, and are complementary to one another and
together establish the complete terms, conditions and obligations of the Proposers and, subsequently, the successful
Bidders(s) (the"contractor[s]") if this ITB results in an award.
The City utilizes PublicPurchase (fry.wi cutlicz n ese coy;) for automatic notification of competitive solicitation
opportunities and document fulfillment, including the issuance of any addendum to this ITB. Any prospective Bidder
who has received this ITB by any means other than through PublicPurchase must register immediately with
PublicPurchase to assure it receives any addendum issued to this ITB. Failure to receive an addendum may
result in disqualification of proposal submitted.
2. PURPOSE.
The City is seeking bids from qualified general building and specialty trade contractors for minor projects to: 1)
provide the City with various routine minor construction and trades work on a time and materials basis, including
parts, labor, materials, equipment and supervision on an "as needed" basis, including emergency repairs; or 2)
participate in a pool of prequalified contractors, by trade, for minor projects. Minor projects are defined as those
projects under the thresholds stipulated in Section 255.20, Florida Statutes. Pursuant to Section 255.20, Florida
Statutes, construction-type projects exceeding $300,000 or electrical projects exceeding $75,000 may not be
awarded pursuant this ITB.
Contractors may submit a bid response for: 1) Projects awarded on a time and material basis (See Special Condition
2), or 2) Projects awarded pursuant to the pool of pre-qualified contractors (See Special Condition 3), or for both
award options. Through the ITB, the City seeks responses for the following categories. The Miami-Dade County
certification category requirement is listed alongside each category.
General Contractor BLDG 0001 Insulation and Acoustical Tile BLDG 0025
Building Contractor BLDG 0002 Lathing and Plastering BLDG 0026
Caulking BLDG 0009 Master Electrician ELEC 0001
Canvas Awning BLDG 0008 Master Burglar Alarm ELEC 0002
Concrete Forming and Placing BLDG 0012 Master Plumber PLUM 0001
Concrete Slab Sawing &Core Drilling BLDG 0013 Master Lawn Sprinkler PLUM 0003
Decorative Concrete&Masonry Fence BLDG 0027 Master Pool Maintenance(unlimited) PLUM 0009
Demolition BLDG 0015 Master Swimming Pool Piping PLUM 0010
Door BLDG 0016 Master Air Conditioning Unlimited MECH 0003
Drywall BLDG 0017 Master Gasoline Tank and Pump MECH 0009
Fence BLDG 0018 Master General Mechanical MECH 0001
Finish Carpentry BLDG 0053 Painting BLDG 0078
Flooring BLDG 0020 Plumbing Maintenance PLUM 0004
Garage and Industrial Door BLDG 0022 Roof BLDG 0044
Glass and Glazing BLDG 0023 Roof Deck BLDG 0046
Gypsum Drywall Installer BLDS 0098 Structural Steel Erection BLDG 0054
Gypsum Drywall Finisher BLDS 0099 Swimming Pool BLDG 0055
Waterproofing BLDG 0109
ITB 2017-049-WG
3
3. SOLICITATION TIMETABLE. The tentative schedule for this solicitation is as follows:
ITB Issued April 18, 2017
Pre-Bid Meeting May 3, 2017 @ 10:00AM
Deadline for Receipt of Questions May 22, 2017 @ 5:00PM
Responses Due May 31, 2017 @ 3:OOPM
Tentative Commission Approval Authorizing Award TBD
4. PROCUREMENT CONTACT. Any questions or clarifications concerning this solicitation shall be submitted to the
Procurement Contact noted below:
Procurement Contact: Telephone: Email:
William Garviso,CPPB 305 673-7000#6650 ,v�iii�r car,�Sc "^ic iC=-c"�'Dov
Additionally, the City Clerk is to be copied on all,communications via e-mail at: RafaelGranado(a)miamibeachfl.gov;
or via facsimile:786-3944188.
The Bid title/number shall be referenced on all correspondence. All questions or requests for clarification must be
received no later than ten (10) calendar days prior to the date proposals are due as scheduled in Section 0200-3. All
responses to questions/clarifications will be sent to all prospective Proposers in the form of an addendum.
4. PRE-BID MEETING OR SITE VISIT(S). Only if deemed necessary by the City, a pre-bid meeting or site visit(s)
may be scheduled.
A Pre-Bid conference will be held as scheduled in Solicitation Timeline above at the following address:
City of Miami Beach
Procurement Department
1755 Meridian Avenue, 3rd Floor
Miami Beach, Florida 33139
Attendance (in person or via telephone) is encouraged and recommended as a source of information, but is not
mandatory. Proposers interested in participating in the Pre-Bid Submission Meeting via telephone must follow these
steps:
(1) Dial the TELEPHONE NUMBER: 1-888-270-9936(Toll-free North America)
(2) Enter the MEETING NUMBER: 9415468
Proposers who are interested in participating via telephone should send an e-mail to the contact person listed in this
ITB expressing their intent to participate via telephone.
5. PRE-BID INTERPRETATIONS. Oral information or responses to questions received by prospective Bidders are
not binding on the City and will be without legal effect, including any information received at pre-bid meeting or site
visit(s). Only questions answered by written addenda will be binding and may supersede terms noted in this
solicitation. Addendum will be released through PublicPurchase.
ITB 2017-049-WG
4
BF
6. CONE OF SILENCE. Pursuant to Section 2-486 of the City Code, all procurement solicitations once advertised
and until an award recommendation has been forwarded to the City Commission by the City Manager are under the
"Cone of Silence." The Cone of Silence ordinance is available at
http://library.municode.com/index.aspx?clientlD=13097&statelD=9&statename=Florida. Any communication or
inquiry in reference to this solicitation with any City employee or City official is strictly prohibited with the of exception
communications with the Procurement Director, or his/her administrative staff responsible for administering the
procurement process for this solicitation providing said communication is limited to matters of process or procedure
regarding the solicitation. Communications regarding this solicitation are to be submitted in writing to the
Procurement Contact named herein with a copy to the City Clerk at rafaelgranado@miamibeachfl.gov.
7. SPECIAL NOTICES. You are hereby advised that this solicitation is subject to the following
ordinances/resolutions, which may be found on the City Of Miami Beach website:
h- TI ��, :CV'Cr. ^.7,r":^_ .r-DIi. _, (?d=93 510
• CONE OF SILENCE CITY CODE SECTION 2-486
• PROTEST PROCEDURES CITY CODE SECTION 2-371
• DEBARMENT PROCEEDINGS CITY CODE SECTIONS 2-397 THROUGH 2-485.3
• LOBBYIST REGISTRATION AND DISCLOSURE OF FEES CITY CODE SECTIONS 2-481 THROUGH 2-486
• CAMPAIGN CONTRIBUTIONS BY VENDORS CITY CODE SECTION 2-487
• CAMPAIGN CONTRIBUTIONS BY LOBBYISTS ON PROCUREMENT
ISSUES CITY CODE SECTION 2-488
• REQUIREMENT FOR CITY CONTRACTORS TO PROVIDE EQUAL
BENEFITS FOR DOMESTIC PARTNERS CITY CODE SECTION 2-373
• LIVING WACE REQUIREMENT CITY CODE SECTIONS 2 107 THROUCH 2 110
• PREFERENCE FOR FLORIDA SMALL BUSINESSES OWNED AND
CONTROLLED BY VETERANS AND TO STATE-CERTIFIED SERVICE-
DISABLED VETERAN BUSINESS ENTERPRISES CITY CODE SECTION 2-374
• FALSE CLAIMS ORDINANCE CITY CODE SECTION 70-300
• ACCEPTANCE OF GIFTS,FAVORS&SERVICES CITY CODE SECTION 2-449
8. EXAMINATION OF SOLICITATION DOCUMENTS AND SITE: It is the responsibility of each Bidder, before
submitting a Bid, to:
• Examine the solicitation thoroughly.
• Visit the site or structure, as applicable, to become familiar with conditions that may affect costs, progress,
performance or furnishing of the Work.
• Take into account federal, state and local (City and Miami-Dade County) laws, regulations, permits, and
ordinances that may affect costs, progress, performance, furnishing of the Work, or award.
• Study and carefully correlate Bidder's observations with the solicitation.
• Notify the Procurement Director of all conflicts, errors or discrepancies in the solicitation of which Bidder
knows or reasonably should have known.
• 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 solicitation and that the solicitation documents are sufficient in scope
and detail to indicate and convey understanding of all terms and conditions for performance and furnishing
of the Work.
9. POSTPONEMENT OF DUE DATE FOR RECEIPT OF BIDS. The City reserves the right to postpone the deadline
for submittal of bids and will make a reasonable effort to give at least three (3) calendar days written notice of any
such postponement to all prospective Bidders through PublicPurchase.
ITB 2017-049-WG 5
10. PROTESTS. Protests concerning the specifications, requirements, and/or terms; or protests after the bid due
date in accordance with City Code Section 2-371, which establishes procedures for protested proposals and
proposed awards. Protests not submitted in a timely manner pursuant to the requirements of City Code
Section 2-371 shall be barred.
11. NOT USED.
12. VETERAN BUSINESS ENTERPRISES PREFERENCE. Pursuant to City of Miami Beach Ordinance No. 2011-
3748, the City shall give a preference to a responsive and responsible bidder which is a small business concern
owned and controlled by a veteran(s) or which is a service-disabled veteran business enterprise, and which is within
five percent (5%) of the lowest and best bidder, by providing such bidder an opportunity of providing said goods or
contractual services for the lowest responsive bid amount. Whenever, as a result of the foregoing preference, the
adjusted prices of two (2) or more bidders which are a small business concern owned and controlled by a veteran(s)
or a service-disabled veteran business enterprise constitute the lowest bid pursuant to an ITB or oral or written
request for quotation, and such bids are responsive, responsible and otherwise equal with respect to quality and
service, then the award shall be made to the service-disabled veteran business enterprise.
13. CONTRACT PRICE. Bid Price is to include the furnishing of all labor, materials, equipment including tools,
services, permit fees, applicable taxes, overhead and profit for the completion of the Work except as may be
otherwise expressly provided in the solicitation.
14. METHOD OF AWARD. Following the review of bids and application of vendor preferences, the lowest
responsive, responsible bidder(s) meeting all terms, conditions, and specifications of the ITB will be recommended
for award by bid item, bid group, or for the entirety of all bid items, as deemed in the best interest of the City, to the
City Manager for his consideration. After considering the staff recommendation for award, the City Manager shall
exercise his due diligence and recommend to the Mayor and City Commission the bid that the City Manager deems
to be in the best interest of the City. The City Commission shall consider the City Manager's recommendation(s) and,
may approve or reject the City Manager's recommendation(s). The City Commission may also reject all bids
received. In determining the lowest and best bidder, and in addition to price, Section 2-369 of the City Code provides
that the City may consider the following:
• The ability, capacity and skill of the bidder to perform the Contract.
• Whether the bidder can perform the Contract within the time specified, without delay or interference.
• The character, integrity, reputation,judgment, experience and efficiency of the bidder.
• The quality of performance of previous contracts.
• The previous and existing compliance by the bidder with laws and ordinances relating to the
Contract.
15. INTENTIONALLY OMITTED.
ITB 2017-049-WG 6
Q�
16. BINDING CONTRACT. The signed bid shall be considered an offer on the part of the bidder, which offer shall be
deemed accepted upon award of the bid by the City Commission. The City Commission's selection or approval of
the City Manager's recommendation shall constitute a binding Contract between the City and the awarded bidder(s).
The Contract shall include the solicitation, any and all addenda issued by the City and the Bid Proposal submitted
the by bidder. In any discrepancy between the documents, the order of preference shall be as follows: 1) Addendum
in reverse order of release; 2) Solicitation; 3) Bid Proposal. In case of default on the part of the successful bidder, the
City may procure the items or services from other sources and hold the bidder responsible for any excess cost
occasioned or incurred thereby. A master agreement may be executed following award by the City Commission
(See Special Condition 9). Bidders that fail to execute the master agreement following award may be barred from
bidding on future projects for a period of not less than one(1) year.
17. VOLUME OF WORK TO BE RECEIVED BY CONTRACTOR. No guarantee is given regarding the volume of
work to be awarded pursuant to this ITB. It is the intent of the City to purchase the goods and services specifically
listed in this solicitation from the contractor. However, the City reserves the right to purchase any goods or services
awarded from state or other governmental contract, or on an as-needed basis through the City's spot market
purchase provisions.
18. GENERAL TERMS AND CONDITIONS. It is the responsibility of the Bidder to become thoroughly familiar with
the Bid requirements, terms and conditions of this solicitation. Ignorance by the Bidder of conditions that exist or that
may exist will not be accepted as a basis for varying the requirements of the City, or the compensation to be paid to
the Bidder.
19. ACCEPTANCE OR REJECTION OF BIDS. The City reserves the right to reject any or all bids prior to award.
Reasonable efforts will be made to either award the Contract or reject all bids within one-hundred twenty (120)
calendar days after bid opening date. A Bidder may not withdraw its bid unilaterally nor change the Contract Price
before the expiration of one hundred and twenty (120) calendar days from the date of bid opening. A Bidder may
withdraw its bid after the expiration of one hundred twenty (120) calendar days from the date of bid opening by
delivering written notice of withdrawal to the Department of Procurement Management prior to award of the Bid by
the Mayor and City Commission.
20. ALTERNATE RESPONSES MAY BE CONSIDERED. The City may consider one (1) alternate response from
the same Bidder for the same formal solicitation; provided, that the alternate response offers a different product that
meets or exceeds the formal solicitation requirements. In order for the City to consider an alternate response, the
Bidder shall complete a separate Price Sheet form and shall mark 'Alternate Response". Alternate response shall
be placed in the same response. This provision only applies to formal solicitations for the procurement of goods,
services, items, equipment, materials, and/or supplies.
21. AMERICAN WITH DISABILITIES ACT. To request this material in accessible format, sign language interpreters,
information on access for persons with disabilities, and/or any accommodation to review any document or participate
in any city-sponsored proceeding, please contact 305-604-2489 (voice), 305-673-7524 (fax) or 305-673-7218 (TTY)
five days in advance to initiate your request. TTY users may also call 711 (Florida Relay Service).
22. NON-DISCRIMINATION. The Proposer certifies that it is in compliance with the non-discrimination clause
contained in Section 202, Executive Order 11246, as amended by Executive Order 11375, relative to equal
employment opportunity for all persons without regard to race, color, religion, sex or national origin. In accordance
with the City's Human Rights Ordinance, codified in Chapter 62 of the City Code, Proposer shall prohibit
discrimination by reason of race, color, national origin, religion, sex, intersexuality, gender identity, sexual
orientation, marital and familial status, and age or disability.
ITB 2017-044WG 7
23. ASSIGNMENT. The successful bidder shall not assign, transfer, convey, sublet or otherwise dispose of the
contract, including any or all of its right, title or interest therein, or his/her or its power to execute such contract, to
any person, company or corporation, without the prior written consent of the City.
24. AUDIT RIGHTS AND RECORDS RETENTION. The Successful Bidder agrees to provide access at all
reasonable times to the City, or to any of its duly authorized representatives, to any books, documents, papers and
records of Contractor which are directly pertinent to this formal solicitation, for the purpose of audit, examination,
excerpts, and transcriptions. The Successful Bidder shall maintain and retain any and all of the books, documents,
papers and records pertinent to the Contract for three (3) years after the City makes final payment and all other
pending matters are closed. Contractor's failure to or refusal to comply with this condition shall result in the
immediate cancellation of this contract by the City.
25. BID BONDS, PERFORMANCE BONDS, CERTIFICATES OF INSURANCE. Bid Bonds, when required, shall be
submitted with the bid in the amount specified in the Special Conditions. After acceptance of the bid, the City will
notify the successful bidder to submit a performance bond and certificate of insurance in the amount specified in the
Special Conditions.
26. BILLING INSTRUCTIONS. Invoices, unless otherwise indicated, must show purchase order numbers and shall
be submitted to the ordering City department.
27. CANCELLATION. In the event any of the provisions of this Bid are violated by the bidder, the City shall give
written notice to the bidder stating such deficiencies and, unless such deficiencies are corrected within ten (10)
calendar days from the date of the City's notice, the City, through its City Manager, may declare the contract in
default and terminate same, without further notice required to the bidder. Notwithstanding the preceding, the City,
through its City Manager, also reserves the right to terminate the contract at any time and for any reason, without
cause and for convenience, and without any monetary liability to the City, upon the giving of thirty (30) days prior
written notice to the bidder.
28. CITY'S RIGHT TO WAIVE OR REJECT BIDS. The City Commission reserves the right to waive any
informalities or irregularities in this Bid; or to reject all bids, or any part of any bid, as it deems necessary and in the
best interest of the City of Miami Beach.
29. CLARIFICATION AND ADDENDA TO BID SPECIFICATIONS. If a bidder is in doubt as to the true meaning of
the Bid specifications, or other Bid documents, or any part thereof, the bidder must submit to the City, at least ten
(10) calendar days prior to the scheduled Bid opening date, a request for clarification.
Any interpretation of the Bid, including, without limitation, responses to questions and request for clarification(s) from
bidders, will be made only by Addendum duly issued by the City. In the event of conflict with the original
specifications, the Addendum shall supersede such specifications, to the extent specified. Subsequent Addendum
shall govern over prior Addendum only to the extent specified. The bidder shall be required to acknowledge receipt
of any and all Addendum, and filling in and signing in the spaces provided in section 5.0,
Acknowledgements/Affidavits. Failure to acknowledge Addendum may deem a bid non-responsive.
The City will not be responsible for explanations, interpretations, or answers to questions made verbally or in writing
by any City representative, unless issued by the City via formal written Addendum to this Bid.
Any questions or clarifications concerning the Bid shall be submitted in writing to the Procurement Department, 1755
Meridian Avenue, 3rd Floor, Miami Beach, FL 33139 with a copy to the City Clerk.
ITB 2017-049-WG 8
erA Ej--ACH
30. COLLUSION. Where two (2) or more related parties each submit a bid or bids for any contract, such bids or bids
shall be presumed to be collusive. The foregoing presumption may be rebutted by presentation of evidence as to
the extent of ownership, control and management of such related parties in the preparation and submittal of such bid
or bids. "Related parties"means bidders or the principals thereof which have a direct or indirect ownership interest in
another bidder for the same contract, or in which a parent company or the principals thereof of one (1) bidder have a
direct or indirect ownership interest in another bidder for the same contract. Bid or bids found to be collusive shall be
rejected.
Bidders who have been found to have engaged in collusion may also be suspended or debarred, and any contract
resulting from collusive bidding may be terminated for cause.
31. CONDITION AND PACKAGING. Bidder guarantees items offered and delivered to be the current standard
production model at time of bid and shall offer expiration dating of at least one year or later. Bidder also guarantees
items offered and delivered to be new, unused, and free from any and all defects in material, packaging and
workmanship and agrees to replace defective items promptly at no charge to the City of Miami Beach, for the
manufacturer's standard warranty but in no case for a period of less than 12 months from date of acceptance. All
containers shall be suitable for storage or shipment, and all prices shall include standard commercial packaging.
32. CONTRACT EXTENSION. The City reserves the right to require the Contractor to extend contract past the
stated termination date for a period of up to 120 days in the event that a subsequent contract has not yet been
awarded. Additional extensions past the 120 days may occur as needed by the City and as mutually agreed upon by
the City and the contractor.
33. DELIVERY. Unless actual date of delivery is specified (or if specified delivery cannot be met), show number of
days (in calendar days) required to make delivery after receipt of purchase order, in space provided. Delivery time
may become a basis for making an award. Delivery shall be within the normal working hours of the City using
Department, Monday through Friday, excluding holidays. Receiving hours are Monday through Friday, excluding
holidays, from 8.30 A.M. to 4:00 P.M.
34. DELIVERY TIME. Bidders shall specify in the attached Bid Form, the guaranteed delivery time (in calendar days)
for each item. It must be a firm delivery time; no ranges(For example, 12-14 days)will be accepted.
35. DEMONSTRATION OF COMPETENCY.
A. Pre-award inspection of the bidder's facility may be made prior to the award of contract.
B. Bids will only be considered from firms which are regularly engaged in the business of providing the goods
and/or services as described in this Bid.
C. Bidders must be able to demonstrate a good record of performance for a reasonable period of time, and
have sufficient financial capacity, equipment, and organization to ensure that they can satisfactorily perform
the services if awarded a contract under the terms and conditions of this Bid.
D. the terms "equipment and organization", as used herein shall, be construed to mean a fully equipped and
well established company in line with the best business practices in the industry, and as determined by the
City of Miami Beach.
E. The City may consider any evidence available regarding the financial, technical, and other qualifications and
abilities of a bidder, including past performance (experience), in making an award that is in the best interest
of the City.
F. The City may require bidders to show proof that they have been designated as authorized representatives of
a manufacturer or supplier, which is the actual source of supply. In these instances, the City may also
require material information from the source of supply regarding the quality, packaging, and characteristics
of the products to be supply to the City. Any material conflicts between information provided by the source
of supply and the information contained in the bidder's bid may render the bid non-responsive.
ITB 2017-049-WG`
9
a , r
G. The City may, during the period that the contract between the City and the successful bidder is in force,
review the successful bidder's record of performance to ensure that the bidder is continuing to provide
sufficient financial support, equipment, and organization as prescribed in this bid. Irrespective of the
bidder's performance on contracts awarded to it by the City, the City may place said contracts on
probationary status and implement termination procedures if the City determines that the successful bidder
no longer possesses the financial support, equipment, and organization which would have been necessary
during the bid evaluation period in order to comply with the demonstration of competency required under this
subsection.
36. DISPUTES. In case of any doubt or difference of opinion as to the items and/or services(as the case may be)to
be furnished hereunder, the decision of the City shall be final and binding on all parties.
37. DISPUTES. In the event of a conflict between the Bid documents, the order of priority of the documents shall be
as follows:
A. Any contract or agreement resulting from the award of this Bid; then
B. Addendum issued for this Bid, with the latest Addendum taking precedence; then
C. The Bid; then
D. The bidder's bid in response to the Bid.
38. DEFAULT. Failure or refusal of a bidder to execute a contract upon award, or withdrawal of a bid before such
award is made, may result in forfeiture of that portion of any bid surety required as liquidated damages incurred by
the City thereby; or, where surety is not required, failure to execute a contract as described above may be grounds
for removing the bidder from the City's bidders list.
39. EQUIVALENTS. If a bidder offers makes of equipment or brands of supplies other than those specified in the Bid
specifications, he must so indicate in his bid. Specific article(s) of equipment/supplies shall conform in quality,
design and construction with all published claims of the manufacturer.
The bidder shall indicate in the Bid Form the manufacturer's name and number if bidding other than the specified
brands, and shall indicate ANY deviation from the specifications as listed in the Bid. Other than specified items
offered requires complete descriptive technical literature marked to indicate detailed conformance with
specifications, and MUST BE INCLUDED WITH THE BID. NO BIDS WILL BE CONSIDERED WITHOUT THIS
INFORMATION. THE CITY SHALL BE THE SOLE JUDGE OF EQUALITY AND ITS DECISION SHALL BE FINAL.
Note as to Brand Names: Catalog numbers, manufacturers' and brand names, when listed, are informational guides
as to a standard of acceptable product quality level only and should not be construed as an endorsement or a
product limitation of recognized and legitimate manufacturers. Bidders shall formally substantiate and verify that
product(s) offered conform with or exceed quality as listed in the specifications.
40. ELIMINATION FROM CONSIDERATION. This bid shall not be awarded to any person or firm who is in arrears
to the City upon any debt, taxes, or contracts which are defaulted as surety or otherwise upon any obligation to the
City.
ITB 2017-049-WG
10
41. EMERGENCY RESPONSE PRIORITY. It is hereby made a part of this solicitation that before, during, and after a
public emergency, disaster, hurricane, tornado, flood, or other acts of force majeure that the City of Miami Beach,
Florida shall receive a "First Priority" for any goods and services covered under any award resulting from this
solicitation, including balance of line items as applicable. It is vital and imperative that the majority of citizens are
protected from any emergency situation that threatens public health and safety, as determined by the City. By virtue
of submitting a response to this solicitation, vendor agrees to provide all award-related goods and services to the
City on a "first priority" under the emergency conditions noted above.
42. ESTIMATED QUANTITIES. Estimated quantities or estimated dollars, if provided, are for City guidance only. No
guarantee is expressed or implied as to quantities or dollars that will be used during the contract period. The City is
not obligated to place any order for a given amount subsequent to the award of this Bid. Estimates are based upon
the City's actual needs and/or usage during a previous contract period. The City may use said estimates for
purposes of determining whether the low bidder meets specifications.
43. EXCEPTIONS TO BID. Bidders are strongly encouraged to thoroughly review the specifications and all
conditions set forth in this Bid. Bidders who fail to satisfy the requirements in this Bid, may be deemed non-
responsive and receive no further consideration. Should your proposed bid not be able to meet one (1) or more of
the requirements set forth in this Bid and you are proposing alternatives and/or exceptions to said requirements, you
must notify the Procurement Office, in writing, at least five (5) days prior to the deadline for submission of bids. The
City reserves the right to revise the scope of services via Addendum prior to the deadline for receipt of bids.
44. FACILITIES. The City, through its City Manager or his/her authorized designee, reserves the right to inspect the
bidder's facilities at any time, upon reasonable prior written or verbal notice.
45. FLORIDA PUBLIC RECORDS LAW. Bidders are hereby notified that all Bid including, without limitation, any
and all information and documentation submitted therewith, are exempt from public records requirements under
Section 119.07(1), Florida Statutes, and s. 24(a), Art. 1 of the State Constitution until such time as the City provides
notice of an intended decision or until thirty (30) days after opening of the bids, whichever is earlier. Additionally,
Contractor agrees to be in full compliance with Florida Statute 119.0701 including, but not limited to, agreement to
(a) Keep and maintain public records that ordinarily and necessarily would be required by the public agency in
order to perform the services; (b) provide the public with access to public records on the same terms and conditions
that the public agency would provide the records and at a cost that does not exceed the cost provided in this chapter
or as otherwise provided by law; (c) Ensure that public records that are exempt or confidential and exempt from
public records disclosure requirements are not disclosed except as authorized by law; (d) Meet all requirements for
retaining public records and transfer, at no cost, to the public agency all public records in possession of the
contractor upon termination of the contract and destroy any duplicate public records that are exempt or confidential
and exempt from public records disclosure requirements. All records stored electronically must be provided to the
public agency in a format that is compatible with the information technology systems of the public agency.
46. F.O.B. DESTINATION. Unless otherwise specified in the Formal Solicitation, all prices quoted/proposed by the
bidder must be F.O.B. DESTINATION, inside delivery, with all delivery costs and charges included in the bid price,
unless otherwise specified in this Formal Solicitation. Failure to do so may be cause for rejection of bid.
47. GRATUITIES. Bidders shall not offer any gratuities, favors, or anything of monetary value to any official,
employee, contractor, or agent of the City, for the purpose of influencing consideration of this Bid.
ITB 2017-049-WG
11
5,-_4
48. INDEMNIFICATION. The successful Bidder shall indemnify and hold harmless the City and its officers,
employees, agents and instrumentalities from any and all liability, losses or damages, including attorney's fees and
costs of defense, which the City or its officers, employees, agents or instrumentalities may incur as a result of
claims, demands, suits, causes of actions or proceedings of any kind or nature arising out of, relating to or resulting
from the performance of the agreement by the successful Bidder or its employees, agents, servants, partners,
principals or,subcontractors. The successful Bidder shall pay all claims and losses in connection therewith, and
shall investigate and defend all claims, suits or actions of any kind or nature in the name of the City, where
applicable, including appellate proceedings, and shall pay all costs, judgments, and attorney's fees which may be
incurred thereon. The successful Bidder expressly understands and agrees that any insurance protection required
by this Agreement or otherwise provided by the successful Bidder shall in no way limit the responsibility to indemnify,
keep and save harmless and defend the City or its officers, employees, agents and instrumentalities as herein
provided. The above indemnification provisions shall survive the expiration or termination of this Agreement.
49. INSPECTION, ACCEPTANCE & TITLE. Inspection and acceptance will be at destination, unless otherwise
provided. Title to (or risk of loss or damage to) all items shall be the responsibility of the successful bidder until
acceptance by the City, unless loss or damage results from the gross negligence or willful misconduct of the City.
If any equipment or supplies supplied to the City are found to be defective, or do not conform to the specifications,
the City reserves the right to cancel the order upon written notice to the seller, and return the product, at the bidder's
expense.
50. LAWS, PERMITS AND REGULATIONS. The bidder shall obtain and pay for all licenses, permits, and inspection
fees required under the contract; and shall comply with all Applicable Laws.
51. LEGAL REQUIREMENTS. The bidder shall be required to comply with all federal, State of Florida, Miami-Dade
County, and City of Miami Beach codes, laws, ordinances, and/or rules and regulations that in any manner affect the
items covered herein (collectively, Applicable Laws). Lack of knowledge or ignorance by the bidder with/of
Applicable Laws will in no way be a cause for relief from responsibility.
52. LIABILITY, INSURANCE, LICENSES AND PERMITS. Where bidders are required to enter or go on to City of
Miami Beach property to deliver materials or perform work or services as a result of the Bid, the bidder will assume
the full duty, obligation and expense of obtaining all necessary licenses, permits, and insurance, and assure all work
complies with all Applicable Laws. The bidder shall be liable for any damages or loss to the City occasioned by
negligence of the bidder, or his/her officers, employees, contractors, and/or agents, for failure to comply with
Applicable Laws.
53. MANNER OF PERFORMANCE. Bidder agrees to perform its duties and obligations in a professional manner
and in accordance with all applicable Local, State, County, and Federal laws, rules, regulations and codes. Bidder
agrees that the services provided shall be provided by employees that are educated, trained, experienced, certified,
and licensed in all areas encompassed within their designated duties. Bidder agrees to furnish to the City any and
all documentation, certification, authorization, license, permit, or registration currently required by applicable laws,
rules, and regulations. Bidder further certifies that it and its employees will keep all licenses, permits, registrations,
authorizations, or certifications required by applicable laws or regulations in full force and effect during the term of
this contract. Failure of bidder to comply with this paragraph shall constitute a material breach of this contract.
ITB 2017-049-WG
12
Cll
54. MISTAKES. Bidders are expected to examine the specifications, delivery schedules, bid prices, and extensions,
and all instructions pertaining to supplies and services. Failure to do so will be at the bidder's risk and may result in
the bid being non-responsive.
55. MODIFICATION/WITHDRAWALS OF BIDS. A bidder may submit a modified bid to replace all or any portion of
a previously submitted bid up until the bid due date and time. Modifications received after the bid due date and time
will NOT be considered.
Bids shall be irrevocable until contract award unless withdrawn in writing prior to the bid due date or after expiration
of 120 calendar days from the opening of bids without a contract award. Letters of withdrawal received after the bid
due date and before said expiration date and letters of withdrawal received after contract award will NOT be
considered.
56. NON-CONFORMANCE TO CONTRACT CONDITIONS. Items may be tested for compliance with specifications.
Items delivered, not conforming to specifications, may be rejected and returned at the bidder's expense. These
items, as well as items not delivered as per delivery date in bid and/or purchase order, may be purchased by the
City, at its discretion, on the open market. Any increase in cost may be charged against the bidder. Any violation of
these stipulations may also result in the bidder's name being removed from the City's vendor list.
57. OPTIONAL CONTRACT USAGE. When the successful bidder(s) is in agreement, other units of government or
non-profit agencies may participate in purchases pursuant to the award of this contract at the option of the unit of
government or non-profit agency.
58. OSHA. The bidder warrants to the City that any work, services, supplies, materials or equipment supplied
pursuant to this Bid shall conform in all respects to the standards set forth in the Occupational Safety and Health Act
of 1970, as amended, and the failure to comply with this condition will be deemed breach of contract. Any fines
levied because of inadequacies to comply with this condition shall be borne solely by the bidder.
59. PATENTS & ROYALTIES. The bidder shall indemnify and save harmless the City of Miami Beach, Florida, and
its officers, employees, contractors, and/or agents, from liability of any nature or kind, including cost and expenses
for, or on account of, any copyrighted, patented, or unpatented invention, process, or article manufactured or used in
the performance of the contract, including its use by the City of Miami Beach, Florida. If the bidder uses any design,
device or materials covered by letters, patent, or copyright, it is mutually understood and agreed, without exception,
that the bid prices shall include all royalties or cost arising from the use of such design, device, or materials in any
way involved in the work.
60. PAYMENT. Payment will be made by the City after the items have been received, inspected, and found to
comply with Bid specifications, free of damage or defect, and properly invoiced.
61. PRICES QUOTED. Prices quoted shall remain firm and fixed during the duration of the contract. In completing
the bid form, state both unit price and extended total, when requested. Prices must be stated in units of quantity
specified in the bidding specifications. In case of discrepancy in computing the amount of the bid, the UNIT PRICE
quoted will govern. All prices must be F.O.B. destination, freight prepaid (unless otherwise stated in Special
Conditions). The Bidder may offer cash discounts for prompt payments; however, such discounts will not be
considered in determining the lowest price during bid evaluation. Bidders are requested to provide prompt payment
terms in the space provided on the Bid submittal signature page of the solicitation. Award, if made, will be in
accordance with terms and conditions stated herein. Each item must be bid separately, and no attempt is to be
made to tie any item or items in with any other item or items. Cash or quantity discounts offered will not be a
consideration in determination of award of bid(s).
ITB 2017-049-WG
13
Lim • �' E
62. PRODUCT INFORMATION. Product literature, specifications, and technical information, including
Manufacturer's Safety Data Sheets (MSDS) should be provided with this bid as an attachment to the "BID FORM",
However, in all cases must be provided within five(5)calendar days upon request from Purchasing Agent.
63. REASONABLE ACCOMMODATION. In accordance with Title II of the Americans with Disabilities Act, any
person requiring an accommodation at the Bid opening because of a disability must contact the Procurement
Division.
64. SAMPLES. Bids submitted as an "equal" product must be accompanied with detailed specifications. Samples of
items, when required, must be furnished free of expense and, if not destroyed, will, upon request, be returned at the
bidder's expense. Bidders will be responsible for the removal of all samples furnished within (30) days after bid
opening. All samples will be disposed of after thirty (30) days. Each individual sample must be labeled with the
bidder's name. Failure of the bidder to either deliver required samples, or to clearly identify samples may be reason
for rejection of the bid. Unless otherwise indicated, samples should be delivered to the Procurement Division, 1700
Convention Center Drive, Miami Beach, FL 33139.
65. SPECIAL CONDITIONS. Any and all Special Conditions that may vary from these General Terms and
Conditions shall have precedence.
66. SPOT MARKET PURCHASES. It is the intent of the City to purchase the items specifically listed in this Bid from
the successful bidder. However, the City reserves the right to purchase the items from state or other governmental
contract, or on an as-needed basis through the City's spot market purchase provisions.
67. SUBSTITUTIONS. After award of contract, the City WILL NOT accept substitute shipments of any kind, without
previous written approval. The bidder is expected to furnish the brand quoted in its bid. Any substitute shipments
will be returned at the bidder's expense.
68. TAXES. The City of Miami Beach is exempt from all Federal Excise and State taxes.
69. TIE BIDS. In accordance with Florida Statues Section 287.087, regarding identical tie bids, preference will be
given to bidders certifying that they have implemented a drug free work place program. A certification form will be
required. In the event of a continued tie between two or more bidders after consideration of the drug free workplace
program, the City's Local Preference and Veteran Preference ordinances will dictate the manner by which a tie is to
be resolved. In the event of a continued tie after the Local and Veteran Preference ordinances have been applied or
the tie exists between bidders that are not Local or Veteran, the breaking of the tie shall be at the City Manager's
discretion, which will make a recommendation for award to the City Commission.
70. TERMINATION FOR DEFAULT. If the successful bidder shall fail to fulfill in a timely manner, or otherwise
violate, any of the covenants, agreements, or stipulations material to the Bid and/or the contract entered into with the
City pursuant thereto, the City shall thereupon have the right to terminate the work and/or services then remaining to
be performed by giving written notice to the bidder of such termination, which shall become effective upon receipt by
the bidder of the written termination notice.
In that event, the City shall compensate the successful bidder in accordance with the term of the contract for all work
and/or services satisfactorily performed by the bidder prior to termination, net of any costs incurred by the City as a
consequence of the default.
Notwithstanding the above, the successful bidder shall not be relieved of liability to the City for damages sustained
by the City by virtue of any breach of the contract by the bidder, and the City may reasonably withhold payments to
the successful bidder for the purposes of set off until such time as the exact amount of damages due the City from
the successful bidder is determined.
ITB 2017-049-WG
14
E 1 C H
The City may, at its discretion, provide reasonable"cure period"for any contractual violation prior to termination of
the contract; should the successful bidder fail to take the corrective action specified in the City's notice of default
within the allotted cure period, then the City may proceed to terminate the contract for cause in accordance with this
subsection 1.57.
71. TERMINATION FOR CONVENIENCE OF CITY. The City may, for its convenience, terminate the work and/or
services then remaining to be performed, at any time, by giving written notice to the successful bidder of such
termination, which shall become effective thirty(30)days following receipt by bidder of such notice. In that event, all
finished or unfinished documents and other materials shall be properly delivered to the City. If the contract is
terminated by the City as provided in this subsection, the City shall compensate the successful bidder in accordance
with the terms of the contract for all and without cause and/or any resulting liability to the City, work and/or services
actually performed by the successful bidder, and shall also compensate the bidder for its reasonable direct costs in
assembling and delivering to City all documents. No compensation shall be due to the successful bidder for any
profits that the successful bidder expected to earn on the balanced of the contract. Such payments shall be the total
extent of the City's liability to the successful bidder upon a termination as provided for in this subsection.
72. UNDERWRITERS' LABORATORIES. Unless otherwise stipulated in the Bid, all manufactured items and
fabricated assemblies shall be U.L. listed or re-examination listing where such has been established by U.L. for the
item(s)offered and furnished.
73. ADDITIONAL SERVICES. Although this solicitation and resultant contract identifies specific goods, services or
facilities ("items"), it is hereby agreed and understood that the City, through the approval of the Department and
Procurement Directors (for additional items up to $50,000) or the City Manager (for additional items greater than
$50,000), may require additional items to be added to the Contract which are required to complete the work. When
additional items are required to be added to the Contract, awarded vendor(s), as applicable to the item being
requested, under this contract may be invited to submit price quote(s) for these additional requirements. If these
quote(s) are determined to be fair and reasonable, then the additional work will be awarded to the current contract
vendor(s) that offers the lowest acceptable pricing. The additional items shall be added to this contract by through a
Purchase Order(or Change Order if Purchase Order already exists). In some cases, the City may deem it necessary
to add additional items through a formal amendment to the Contract, to be approved by the City Manager.
The City may determine to obtain price quotes for the additional items from other vendors in the event that
fair and reasonable pricing is not obtained from the current contract vendors, or for other reasons at the
City's discretion.
ITB 2017-049-WG
15
kJ E 4 C H
SECTION 0300 PROPOSAL SUBMITTAL INSTRUCTIONS AND FORMAT
1. SEALED BIDS. One original Bid Proposal (preferably in 3-ring binder) must be submitted in an opaque, sealed
envelope or container on or before the due date established for the receipt of bids. Additionally, three (3) bound
copies and one (1) electronic format (CD or USB format) are to be submitted, with the original submission or within
two (2) days of request by the City. The following information should be clearly marked on the face of the envelope
or container in which the bid is submitted: Bid Number, Bid Title, Bidders Name, Bidder Return Address. Bids
received electronically, either through email or facsimile, are not acceptable and will be rejected.
2. BID PROPOSAL. The Bid Proposal is to include the following:
• TAB 1 —Bid Price Form(s) (Appendix E). The Bid Price Form(s) (Appendix E) shall be completed
mechanically or, if manually, in ink. Bid Price Forms submitted in pencil shall be deemed non-responsive. All
corrections on the Bid Price Form shall be initialed.
• TAB 2-Bid Certification, Questionnaire and Affidavits(Appendix A).
• TAB 3-Documentation indicating compliance with Minimum Eligibility Requirements,including:
o Miami-Dade County License(s)
o Bonding Capacity Letter
o Previous Experience Reference.
2. LATE BIDS. Bid Proposals are to be received on or before the due date established herein for the receipt of Bids.
Any Bid received after the deadline established for receipt of proposals will be considered late and not be
accepted or will be returned to Proposer unopened. The City does not accept responsibility for any delays,
natural or otherwise.
ITB 2017-049-WG 16
APPENDIX "A"
/\1 I /\/ M1I 8
EACH
Proposal Certification ,
Questionnaire &
Requirements Affidavit
General Building and Specialty Trade
Contractors
PROCUREMENT DEPARTMENT
1755 Meridian Avenue, 3rd Floor
Miami Beach, Florida 33139
ITB 2017-049-WG
17
Solicitation No: Solicitation Title:
2017-049-WG General Building and Specialty Trade Contractors
Procurement Contact Tel: Email:
William Garviso,CPPB (305)673-7000#6650 williamgarvisona,miamibeachfl.gov
E,0F0SAE CERTIFICATION, QUES i iONNn P= s REQUIREMENTS AFFIDAVIT
Purpose: The purpose of this Proposal Certification, Questionnaire and Requirements Affidavit Form is to inform
prospective Proposers of certain solicitation and contractual requirements, and to collect necessary information from
Proposers in order that certain portions of responsiveness, responsibility and other determining factors and
compliance with requirements may be evaluated. This Proposal Certification, Questionnaire and Requirements
Affidavit Form is a REQUIRED FORM that must be submitted fully completed and executed.
1. General Proposer Information.
FIRM NAME:
No of Years in Business: No of Years in Business Locally: No of Employees:
OTHER NAME(S)PROPOSER HAS OPERATED UNDER IN THE LAST 10 YEARS:
FIRM PRIMARY ADDRESS(HEADQUARTERS):
CITY:
STATE: ZIP CODE:
TELEPHONE NO.:
TOLL FREE NO.:
FAX NO.:
FIRM LOCAL ADDRESS:
CITY:
STATE: ZIP CODE:
PRIMARY ACCOUNT REPRESENTATIVE FOR THIS ENGAGEMENT:
ACCOUNT REP TELEPHONE NO.:
ACCOUNT REP TOLL FREE NO.:
ACCOUNT REP EMAIL:
FEDERAL TAX IDENTIFICATION NO.:
The City reserves the right to seek additional information from Proposer or other source(s),including but not limited to: any firm or principal
information, applicable licensure, resumes of relevant individuals,client information,financial information,or any information the City deems
necessary to evaluate the capacity of the Proposer to perform in accordance with contract requirements.
ITB 2017-049-W 17
1. Veteran Owned Business.Is Proposer claiming a veteran owned business status?
YES NO
SUBMITTAL REQUIREMENT: Proposers claiming veteran owned business status shall submit a documentation proving that firm
is certified as a veteran-owned business or a service-disabled veteran owned business by the State of Florida or United States
federal government,as required pursuant to ordinance 2011-3748.
2. Financial Capacity. When requested by the City, each Proposer shall arrange for Dun & Bradstreet to submit a Supplier
Qualification Report(SQR) directly to the Procurement Contact named herein. No proposal will be considered without receipt, by
the City, of the SQR directly from Dun & Bradstreet. The cost of the preparation of the SQR shall be the responsibility of the
Proposer.The Proposer shall request the SQR report from D&B at:
aa., .I-,...r• .ter.. � rj..�... a'C.�,:. r..c-, a �:a. rD� �?-an �
-...s.,.�....,�i ,_Cr`. !. ....'r^i•rl ^�Faw�,�__r_s42ry :S��clie . r' ( �..r _=1 .��
Proposers are responsible for the accuracy of the information contained in its SQR. It is highly recommended that each
Proposer review the information contained in its SQR for accuracy prior to submittal to the City and as early as possible
in the solicitation process. For assistance with any portion of the SQR submittal process, contact Dun & Bradstreet at
800-424-2495.
SUBMITTAL REQUIREMENT: Proposer shall request that Dun & Bradstreet submit its Supplier Qualifier Report directly to the
City,with bid or within 2 days of request.
3. Conflict Of Interest.All Proposers must disclose, in their Proposal,the name(s)of any officer,director,agent,or immediate family
member (spouse, parent, sibling, and child) who is also an employee of the City of Miami Beach. Further, all Proposers must
disclose the name of any City employee who owns, either directly or indirectly, an interest of ten (10%) percent or more in the
Proposer entity or any of its affiliates.
SUBMITTAL REQUIREMENT: Proposers must disclose the name(s) of any officer, director, agent, or immediate family member
(spouse, parent,sibling,and child)who is also an employee of the City of Miami Beach. Proposers must also disclose the name of
any City employee who owns,either directly or indirectly,an interest of ten (10%)percent or more in the Proposer entity or any of
its affiliates.
4. References&Past Performance.Proposer shall submit at I ast three(3)references for whom the Proposer has completed work
individual Name&Title,3)Addresc,1)Telephone,5)Contact's Email-and 6)Narrative ea Scope of-Services Provided.
Section 4 above is superseded by the requirements stipulated in Appendix C,Section 1.4,Previous Experience Reference
to be submitted in Tab 3 of Proposal
5. Suspension,Debarment or Contract Cancellation.Has Proposer ever been debarred,suspended or other legal violation,or had
a contract cancelled due to non- erformance by an ublic sector agency?
YES NO
SUBMITTAL REQUIREMENT: If answer to above is "YES," Proposer shall submit a statement detailing the reasons that led to
action(s).
6. Vendor Campaign Contributions. Proposers are expected to be or become familiar with, the City's Campaign Finance Reform
laws, as codified in Sections 2-487 through 2-490 of the City Code. Proposers shall be solely responsible for ensuring that all
applicable provisions of the City's Campaign Finance Reform laws are complied with,and shall be subject to any and all sanctions,
as prescribed therein,including disqualification of their Proposals,in the event of such non-compliance.
SUBMITTAL REQUIREMENT: Submit the names of all individuals or entities (including your sub-consultants) with a controlling
financial interest as defined in solicitation. For each individual or entity with a controlling financial interest indicate whether or not
each individual or entity has contributed to the campaign either directly or indirectly, of a candidate who has been elected to the
office of Mayor or City Commissioner for the City of Miami Beach.
ITB 2017-049-Wa 18
7. Code of Business Ethics. Pursuant to City Resolution No.2000-23879,each person or entity that seeks to do business with the
City shall adopt a Code of Business Ethics("Code")and submit that Code to the Procurement Division with its proposal/response
or within five (5)days upon receipt of request. The Code shall, at a minimum, require the Proposer, to comply with all applicable
governmental rules and regulations including, among others, the conflict of interest, lobbying and ethics provision of the City of
Miami Beach and Miami Dade County.
SUBMITTAL REQUIREMENT: Proposer shall submit firm's Code of Business Ethics. In lieu of submitting Code of Business
Ethics, Proposer may submit a statement indicating that it will adopt,as required in the ordinance,the City of Miami Beach Code of
Ethics,available at www.miamibeachfl.gov/procurement/.
The City Commission approved Ordinance 2011 3897 on September 30, 2844 increasing the living wage rate to
using the Consumer Price index for all Urban Consumers(CPI U)Miami/Ft.Lauderdale,i:cued by the U.S.Department of Labor's
came(in a particular year).
9. Equal Benefits for Employees with Spouses and Employees with Domestic Partners.When awarding competitively solicited
contracts valued at over$100,000 whose contractors maintain 51 or more full time employees on their payrolls during 20 or more
calendar work weeks,the Equal Benefits for Domestic Partners Ordinance 2005-3494 requires certain contractors doing business
with the City of Miami Beach, who are awarded a contract pursuant to competitive proposals,to provide"Equal Benefits"to their
employees with domestic partners, as they provide to employees with spouses. The Ordinance applies to all employees of a
Contractor who work within the City limits of the City of Miami Beach,Florida;and the Contractor's employees located in the United
States, but outside of the City of Miami Beach limits, who are directly performing work on the contract within the City of Miami
Beach.
A. Does your company provide or offer access to any benefits to employees with spouses or to spouses of employees?
YES NO
B. Does your company provide or offer access to any benefits to employees with(same or opposite sex)domestic partners*or to
domestic partners of employees?
YES NO
C. Please check all benefits that apply to your answers above and list in the "other"section any additional benefits not already
specified. Note: some benefits are provided to employees because they have a spouse or domestic partner, such as
bereavement leave;other benefits are provided directly to the spouse or domestic partner,such as medical insurance.
BENEFIT Firm Provides for Firm Provides for Firm does not
Employees with Employees with Provide Benefit
Spouses Domestic Partners
Health
Sick Leave
Family Medical Leave
Bereavement Leave
ITB 2017-049-WG 19
If Proposer cannot offer a benefit to domestic partners because of reasons outside your control, (e.g., there are no insurance
providers in your area willing to offer domestic partner coverage) you may be eligible for Reasonable Measures compliance. To
comply on this basis, you must agree to pay a cash equivalent and submit a completed Reasonable Measures Application
(attached)with all necessary documentation.Your Reasonable Measures Application will be reviewed for consideration by the City
Manager, or his designee. Approval is not guaranteed and the City Manager's decision is final. Further information on the Equal
Benefits requirement is available at www.miamibeachfl.gov/procurement/.
10. Public Entity Crimes.Section 287.133(2)(a), Florida Statutes,as currently enacted or as amended from time to time,states that a
person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit
a proposal, proposal, or reply on a contract to provide any goods or services to a public entity; may not submit a proposal,
proposal,or reply on a contract with a public entity for the construction or repair of a public building or public work; may not submit
proposals, proposals, or replies on leases of real property to a public entity; may not be awarded or perform work as a contractor,
supplier,subcontractor, or consultant under a contract with any public entity; and may not transact business with any public entity
in excess of the threshold amount provided in s. 2°-'2'7 for CATEGORY TWO for a period of 36 months following the date of
being placed on the convicted vendor list.
SUBMITTAL REQUIREMENT: No additional submittal is required. By virtue of executing this affidavit document, Proposer agrees
with the requirements of Section 287.133,Florida Statutes,and certifies it has not been placed on convicted vendor list.
11. Non-Discrimination.Pursuant to City Ordinance No.2016-3990,the City shall not enter into a contract with a business unless the
business represents that it does not and will not engage in a boycott as defined in Section 2-375(a)of the City Code,including the
blacklisting, divesting from, or otherwise refusing to deal with a person or entity when such action is based on race,color,national
origin,religion,sex, intersexuality,gender identity,sexual orientation,marital or familial status,age or disability.
SUBMITTAL REQUIREMENT: No additional submittal is required. By virtue of executing this affidavit document, Proposer agrees
it is and shall remain in full compliance with Section 2-375 of the City of Miami Beach City Code.
12. Moratorium on Travel to and the Purchase of Goods or Services from North Carolina and Mississippi. Pursuant to
Resolution 2016-29375, the City of Miami Beach, Florida, prohibits official City travel to the states of North Carolina and
Mississippi, as well as the purchase of goods or services sourced in North Carolina and Mississippi. Proposer shall agree that no
travel shall occur on behalf of the City to North Carolina or Mississippi, nor shall any product or services it provides to the City be
sourced from these states.
SUBMITTAL REQUIREMENT: No additional submittal is required. By virtue of executing this affidavit document, Proposer agrees
it is and shall remain in full compliance with Resolution 2016-29375.
13. Acknowledgement of Addendum. After issuance of solicitation,the City may release one or more addendum to the solicitation
which may provide additional information to Proposers or alter solicitation requirements. The City will strive to reach every
Proposer having received solicitation through the City's e-procurement system, PublicPurchase.com. However, Proposers are
solely responsible for assuring they have received any and all addendum issued pursuant to solicitation.This Acknowledgement of
Addendum section certifies that the Proposer has received all addendum released by the City pursuant to this solicitation. Failure
to obtain and acknowledge receipt of all addendum may result in proposal disqualification.
Initial to Confirm Initial to Confirm Initial to Confirm
Receipt Receipt Receipt
Addendum 1 Addendum 6 Addendum 11
Addendum 2 Addendum 7 Addendum 12
Addendum 3 Addendum 8 Addendum 13
Addendum 4 Addendum 9 Addendum 14
Addendum 5 Addendum 10 Addendum 15
If additional confirmation of addendum is required,submit under separate cover.
ITB 2017-044-WG 20
14. Fair Chance Requirement.Pursuant to Section 2-376 of the City Code, the City shall not enter into any contract resulting from a
competitive solicitation, unless the proposer certifies in writing that the business has adopted and employs written policies,
practices, and standards that are consistent with the City's Fair Chance Ordinance, set forth in Article V of Chapter 62 of the City
Code ("Fair Chance Ordinance"), and which, among other things, (i) prohibits City contractors, as an employer, from inquiring
about an applicant's criminal history until the applicant is given a conditional offer of employment; (ii) prohibits advertising of
employment positions with a statement that an individual with a criminal record may not apply for the position, and (iii) prohibits
placing a statement on an employment application that a person with a criminal record may not apply for the position.
SUBMITTAL REQUIREMENT: No additional submittal is required at this time. By virtue of executing this affidavit, Proposer
certifies that it has adopted policies, practices and standards consistent with the City's Fair Chance Ordinance. Proposer agrees to
provide the City with supporting documentation evidencing its compliance upon request. Proposer further agrees that any breach
of the representations made herein shall constitute a material breach of contract, and shall entitle the City to the immediate
termination for cause of the agreement, in addition to any damages that may be available at law and in equity Fair Chance
Requirement.
ITB 2017-049-WG 21
DISCLOSURE AND DISCLAIMER SECTION
The solicitation referenced herein is being furnished to the recipient by the City of Miami Beach (the"City")for the recipient's convenience.
Any action taken by the City in response to Proposals made pursuant to this solicitation, or in making any award, or in failing or refusing to
make any award pursuant to such Proposals, or in cancelling awards, or in withdrawing or cancelling this solicitation,either before or after
issuance of an award, shall be without any liability or obligation on the part of the City.
In its sole discretion, the City may withdraw the solicitation either before or after receiving proposals, may accept or reject proposals, and
may accept proposals which deviate from the solicitation,as it deems appropriate and in its best interest. In its sole discretion,the City may
determine the qualifications and acceptability of any party or parties submitting Proposals in response to this solicitation.
Following submission of a Bid or Proposal, the applicant agrees to deliver such further details, information and assurances, including
financial and disclosure data, relating to the Proposal and the applicant including, without limitation, the applicant's affiliates, officers,
directors,shareholders,partners and employees,as requested by the City in its discretion.
The information contained herein is provided solely for the convenience of prospective Proposers. It is the responsibility of the recipient to
assure itself that information contained herein is accurate and complete.The City does not provide any assurances as to the accuracy of any
information in this solicitation.
Any reliance on these contents,or on any permitted communications with City officials, shall be at the recipient's own risk.Proposers should
rely exclusively on their own investigations, interpretations, and analyses.The solicitation is being provided by the City without any warranty
or representation,express or implied, as to its content, its accuracy,or its completeness. No warranty or representation is made by the City
or its agents that any Proposal conforming to these requirements will be selected for consideration,negotiation,or approval.
The City shall have no obligation or liability with respect to this solicitation,the selection and the award process,or whether any award will be
made.Any recipient of this solicitation who responds hereto fully acknowledges all the provisions of this Disclosure and Disclaimer,is totally
relying on this Disclosure and Disclaimer,and agrees to be bound by the terms hereof.Any Proposals submitted to the City pursuant to this
solicitation are submitted at the sole risk and responsibility of the party submitting such Proposal.
This solicitation is made subject to correction of errors,omissions,or withdrawal from the market without notice. Information is for guidance
only,and does not constitute all or any part of an agreement.
The City and all Proposers will be bound only as, if and when a Proposal (or Proposals), as same may be modified, and the applicable
definitive agreements pertaining thereto, are approved and executed by the parties, and then only pursuant to the terms of the definitive
agreements executed among the parties.Any response to this solicitation may be accepted or rejected by the City for any reason,or for no
reason,without any resultant liability to the City.
The City is governed by the Government-in-the-Sunshine Law,and all Proposals and supporting documents shall be subject to disclosure as
required by such law. A!! Proposals shall be submitted in sealed proposal form and shall remain confidential to the extent permitted by
Florida Statutes, until the date and time selected for opening the responses.At that time, all documents received by the City shall become
public records.
Proposers are expected to make all disclosures and declarations as requested in this solicitation. By submission of a Proposal,the Proposer
acknowledges and agrees that the City has the right to make any inquiry or investigation it deems appropriate to substantiate or supplement
information contained in the Proposal,and authorizes the release to the City of any and all information sought in such inquiry or investigation.
Each Proposer certifies that the information contained in the Proposal is true, accurate and complete, to the best of its knowledge,
information,and belief.
Notwithstanding the foregoing or anything contained in the solicitation, all Proposers agree that in the event of a final unappealable judgment
by a court of competent jurisdiction which imposes on the City any liability arising out of this solicitation, or any response thereto, or any
action or inaction by the City with respect thereto, such liability shall be limited to$10,000.00 as agreed-upon and liquidated damages.The
previous sentence, however, shall not be construed to circumvent any of the other provisions of this Disclosure and Disclaimer which
imposes no liability on the City.
In the event of any differences in language between this Disclosure and Disclaimer and the balance of the solicitation, it is understood that
the provisions of this Disclosure and Disclaimer shall always govern. The solicitation and any disputes arising from the solicitation shall be
governed by and construed in accordance with the laws of the State of Florida.
iTB 2017-049-W 22
•
PROPOSER CERTIFICATION!
I hereby certify that: I, as an authorized agent of the Proposer, am submitting the following information as my firm's
proposal; Proposer agrees to complete and unconditional acceptance of the terms and conditions of this document,
inclusive of this solicitation, all attachments, exhibits and appendices and the contents of any Addenda released hereto,
and the Disclosure and Disclaimer Statement; Proposer agrees to be bound to any and all specifications, terms and
conditions contained in the solicitation, and any released Addenda and understand that the following are requirements
of this solicitation and failure to comply will result in disqualification of proposal submitted; Proposer has not divulged,
discussed, or compared the proposal with other Proposers and has not colluded with any other Proposer or party to any
other proposal; Proposer acknowledges that all information contained herein is part of the public domain as defined by
the State of Florida Sunshine and Public Records Laws; all responses, data and information contained in this proposal,
inclusive of the Proposal Certification, Questionnaire and Requirements Affidavit are true and accurate.
Name of Proposer's Authorized Representative: Title of Proposer's Authorized Representative:
Signature of Proposer's Authorized Representative: Date:
State of ) On this_day of ,20_,personally
appeared before me who
County of ) stated that (s)he is the
of , a corporation, and that the instrument was signed in behalf of
the said corporation by authority of its board of directors and acknowledged said
instrument to be its voluntary act and deed. Before me:
Notary Public for the State of
My Commission Expires:
ITB 2017-049-VVG 23
APPENDIX B
131 M kIBEACH
" No Bid " Form
General Building and Specialty Trade
Contractors
PROCUREMENT DEPARTMENT
1755 Meridian Avenue, 3rd Floor
Miami Beach, Florida 33139
[ ale tt`is tmiportanf for those vendors who have received natifcatton of
thrs solicitation but have decidedPnot to respond, to complete and submit
the attached "Statement of No Bid." Te `.Statement of No Bid" provides
,thee City with information on how to improve the solicitation process.
lure,to submit a "Statement of No Bid" may result in not being notified
o re sotfcitcdians y ti to City.
ITB 2017-049-WG 24
Statement of No Bid
WE HAVE ELECTED NOT TO SUBMIT A PROPOSAL AT THIS TIME FOR
REASON(S) CHECKED AND/OR INDICATED BELOW:
Workload does not allow us to proposal
_Insufficient time to respond
Specifications unclear or too restrictive
Unable to meet specifications
_Unable to meet service requirements
_Unable to meet insurance requirements
_Do not offer this product/service
_OTHER. (Please specify)
We do_do not_want to be retained on your mailing list for future proposals
of this type product and/or service.
Signature:
Title:
Legal Company Name:
Note: Failure to respond, either by submitting a proposal or this completed form,
may result in your company being removed from our vendors list.
PLEASE RETURN TO:
CITY OF MIAMI BEACH
PROCUREMENT DEPARTMENT
ATTN:William Garviso, CPPB
BID# 2017-049-WG
1755 Meridian Avenue, 3'd Floor
MIAMI BEACH, FL 33139
ITB 2017-049-WG 25
APPENDIX C
IAMI BEACH
Minimum Requirements
& Specifications
General Building and Specialty Trade
Contractors
PROCUREMENT DEPARTMENT
1755 Meridian Avenue, 3rd Floor
Miami Beach, Florida 33139
ITB 2017-049-WG 26
1. MINIMUM ELIGIBILITY REQUIREMENTS. The Minimum Eligibility Requirements for this
solicitation are listed below. Bidder shall submit, with its bid or upon request by the City, the
required submittal(s) documenting compliance with each minimum requirement. Proposers that fail
to comply with minimum requirements shall be deemed non-responsive and shall not have its bid
considered.
1.1 Licensure. Bidder (proposing firm) must authorized by Miami Dade County as a General
Building or Specialty Trade Contractor (and maintain same throughout the duration of the
contract) for the categories of work listed in Section 2, Scope of Work, below, for which the
bidder submits a bid.
1.2 Bonding Capacity. General and Building Contractors (BLDG 0001 and BLDG 0002) shall
submit proof of bonding capacity of no less than $1,000,000. All other specialty contractors
shall submit proof of bonding capacity of no less than $500,000. Proof of bonding capacity
letter shall be from an A-rated Financial Class V Surety Company, at a minimum.
1.3 Previous Experience. Bidder shall submit a listing of at least one project, within the
category for which it is submitting a bid that the bidder has completed or is in the process of
completing for a public sector agency within Miami-Dade County. For each project, submit the
following: 1) name of project; 2) scope of the work; 3) dates of the project; 4) awarding public
agency within Miami Dade County; 5) contact individual at public agency; and 6) contact
individual's telephone number and email address.
2. SCOPE OF WORK.The work awarded pursuant to this ITB shall primarily consist of work within
one of the following categories of contractor authorizations issued by Miami Dade County.The City
intends to pre-qualify multiple contractors for each category of work to be eligible for future work.
2.1 General Contractor BLDG 0001
General contractor is a contractor whose services are unlimited as to the type of work, height,
area or complexity of construction, and has a qualifying agent with the experience, knowledge
and skill gained by not less than four (4) years' experience for a State of Florida certified or
registered general contractor with at least one (1) year as either a superintendent or foreman or
four(4) years' experience as a State of Florida certified or registered building contractor or sub-
general contractor or has an accredited college-level education in a construction-related field
equivalent thereto, or any combination thereof, with at least one year of proven experience as a
superintendent or foreman and who has satisfactorily passed a general contractors'
examination. A general contractor may do, contract for, and take out permits for the work of any
specialty building contractor subject to the limitations contained herein.
2.2 Building Contractor BLDG 0002
Building contractor is a contractor whose services are limited to construction of commercial
buildings and single dwelling or multiple dwelling residential buildings, which commercial or
residential buildings do not exceed three (3) stories in height, and accessory use structures in
connection therewith, or a contractor whose services are limited to remodeling, repair, or
improvement of any size building if the services do not affect the structural members of the
ITB 2017-049-WG 27
building and has a qualifying agent with the experience, knowledge and skill gained by not less
than four (4) years' experience for a State of Florida certified or registered general, general
building, building or sub-general contractor with at least one (1) year as either a superintendent
or foreman or has an accredited college-level education in a construction related field equivalent
thereto, or any combination thereof, with at least one year of proven experience as a
superintendent or foreman and who has satisfactorily passed a building contractors'
examination. A building contractor may construct, contract for, and take out permits for the work
of any specialty building contractor subject to the limitations contained herein.
2.3 Caulking BLDG 0009
Caulking Contractor is qualified and certified to caulk windows, window to frame and the
frame of windows, doors and panel walls to the surfaces of other building components, to
clean cracks, joints and seams and to caulk and apply water resistant materials to surface
cracks, joints and seams between the same or different materials on the exterior or interior
of a building in such a manner that satisfactory caulking can be accomplished. Experience
requirement as a prerequisite to issuance of certificate shall be two (2)years.
2.4 Canvas Awning BLDG 0008
Canvas Awning Contractor is a qualified and certified to fabricate, erect and install metal-
framed canvas covered awnings or canopies, in or on buildings or other structures, and
which may be, in whole or in part supported on a building wall erected and provides by
others, or may be self-supporting, and including the miscellaneous hardware for ready
extension or retraction of such awnings and including footings in connection therewith. The
scope of work of this category shall also include the erection and removal of canvas tents.
Experience requirement as a prerequisite to issuance of certificate shall be one (1) year.
2.5 Concrete Forming and Placing BLDG 0012
A concrete forming and placing contractor is a contractor qualified and certified to proportion,
batch and mix aggregates, cement and water to agreed specifications; to construct forms and
framework for the casting and shaping of concrete, including, but not limited to, columns, beams,
decks and window frames; to place and erect reinforcing steel and miscellaneous embedded
steel; and to pour, place and finish concrete, including terrazzo.
2.6 Concrete Slab Sawing&Core Drilling BLDG 0013
A concrete slab sawing and core drilling contractor is a contractor qualified and certified to cut
and/or core concrete, asphalt or any masonry combination thereof. Where cutting or coring is
done on any structural member of any building or structure, it shall be under the direct
supervision of the general or prime contractor and professional engineer who is responsible for
that building or structure. All cutting or coring is to be approved by and coordinated between
the general or prime contractor and the specialty or subcontractor as to the layout of the work
to be performed. Such contractor shall have a qualifying agent with experience and skill gained
by at least one (1) year's practical work in this field and who has passed a designated
examination.
2.7 Decorative Concrete&Masonry Fence BLDG 0027
Decorative Concrete and Masonry Fence is qualified and certified to lay concrete block or
erect precast units including columns and caps in fences not to exceed (4)four feet in height.
1TB 2017-049-WG 28
These fences cannot be used as a building or structural wall. Experience requirement as a
pre-requisite to issuance of a certificate shall be one (1) year.
2.8 Demolition BLDG 0015
A demolition contractor is a contractor qualified and certified to demolish, wreck or
disassemble buildings or other structures or parts thereof and remove the debris therefrom in
such a manner that adjoining structures and properties and parts thereof and workmen and
other persons may be kept safe.
2.9 Door BLDG 0016
Door Contractor is qualified and certified to fabricate and install swinging or sliding doors of
wood or metal or material other than glass not exceeding seven (7) feet in height and not
exceeding six feet(6) in width, except where the glass area therein does not exceed fifty(50%)
of the area of the door and where such door is installed in openings in building walls erected
and provided by others, provided however, that glass or sliding glass doors shall not be a part
of the scope of such work. Experience requirement as a pre-requisite to issuance of certificate
shall be one (1) year.
2.10 Drywall BLDG 0017
A drywall contractor is a contractor qualified and certified to install gypsum drywall products to
studs, joists and suspended ceiling channels and to fabricate and install accessories and all
necessary trim in connection therewith including metal and wood studs, runners, hangers,
channels, drywall metal suspension accessories and prefabricated ceiling materials, provided
that any plaster work or troweled material, application of block or wood partitions shall not be a
part of the scope of such work. The experience requirement for the qualifying agent for a drywall
contractor shall be one(1)year and six(6) months.
2.11 Fence BLDG 0018
A fence contractor is a contractor qualified and certified to fabricate, assemble, erect and install
fences of masonry, wire, concrete, wood and other fence materials, in such manner that an
acceptable fence can be erected complying with applicable regulations including zoning
regulations. Such contractor shall have a qualifying agent with experience and skill gained by
at least one (1) year's practical working this field and who has passed a designated
examination.
2.12 Finish Carpentry BLDG 0053
Finish Carpentry Contractor is qualified and certified to fabricate and erect cabinets, store
fixtures and similar prefabricated or on-site fabricated enclosures of wood or plastic, of a
non-structural nature. He is also permitted to apply paneling to interior of a structure. The
paneling may be of wood or synthetic products or a combination of both. He may set door
jambs, hang wood doors, and apply miscellaneous molding to a structure. The experience
requirement as a prerequisite to issuance of a certificate shall be two (2) years.
2.13 Flooring BLDG 0020
Flooring Contractor is qualified and certified to fabricate, repair, maintain, install and apply
floor surfacing materials of ceramic tile, asphalt tile, vinyl tile, cork tile, linoleum, parquet wood,
wood strip flooring or similar wearing surfaces, prefabricated or cast-in-place, to floor decks
ITB 2017-049-WG 29
constructed and provided by others. Experience requirements as a prerequisite to issuance of
certificate shall be one (1) years.
2.14 Garage and Industrial Door BLDG 0022
Garage and Industrial Door Contractor is qualified and certified to fabricate and install
swinging, sliding or overhead doors of unlimited dimension and of any material and where
such door is installed in openings in building walls or attached to a building erected and
provided by others. The scope of this category shall include the installation of incidental
hardware such as, but not limited to locks, fusion linkage, springs, gears or motor operation
except that electric work shall be sub-contracted to a qualified and certified electrical
contractor, provided however, that the installation of glass or sliding glass doors shall not be
a part of the scope of such work. Experience requirement as a requisite to issuance of
certificate shall be one (1) year.
2.15 Glass and Glazing BLDG 0023
A glass and glazing contractor is a contractor qualified and certified to fabricate, install and attach
windows of any type, fixed or movable, and swinging or sliding glass doors to building walls or
columns erected by others including installation of glass-holding or supporting mullions or
horizontal bars which in turn are attached to building walls or columns erected by others,
including the cutting and installation of glass, and shall also include metal accessories and
prefabricated glass, metal or plastic curtain walls or panels. The scope of work shall include the
caulking incidental to all such work and shall include the fabrication and installation of garage and
industrial doors and shower and tub enclosure doors and metal facias, store front awnings or
canopies.
2.16 Gypsum Drywall Installer BLDS 0098
Gypsum Drywall Installer Contractor is qualified and certified to install gypsum drywall
products to studs, joists and suspended ceiling channels, provided that any installation of
studs, joists and suspended ceiling channels and the installation of tape joints and finishes
shall not be a part of such work. Experience requirement as a prerequisite to issuance of
certificate shall be two (2) years.
2.17 Gypsum Drywall Finisher BLDS 0099
Gypsum Finish Drywall Contractor is qualified and certified to install tape joints, joint
compounds and finish coatings to gypsum drywall surfaces provided that any installation of
gypsum drywall shall not be part of such work. Experience requirement as a prerequisite to
issuance of certificate shall be two(2)years.
ITB X017-049-WG 30
2.18 Insulation and Acoustical Tile BLDG 0025
Insulation and Acoustic Tile Contractor is qualified and certified to fabricate, install and apply
thermal or acoustic or fire retardant acoustic material to walls, floors, ceilings or within such
walls, floors or ceilings, by mechanical or adhesive methods to supporting members provided
by others in such manner that under an agreed specification satisfactory insulation can be
accomplished. The scope of work shall also include the installation of metals channels,
hangers or suspension systems for the supporting of acoustic, thermal or fire retardant
acoustic tile or drop in units, provided however, the insulation of pipes, vessels or ducts or
built up refrigeration boxes or rooms as maybe under the category of a Mechanical Insulation
Contractor or the application of insulation over the top of a roof deck where such insulation is
attached by adhesion shall not be a part of this scope of work. Experience requirement as a
prerequisite to issuance of certificate shall be two (2)years.
2.19 Lathing and Plastering BLDG 0026
A lathing and plastering contractor is a contractor qualified and certified to apply and affix wood,
gypsum or metal lath or any other product prepared or manufactured, including the placing of
metal studs and runners to which lath is to be applied, to provide key or suction bases for the
support of plaster coatings, to provide hangers, channels and other mechanical suspension work
for the support of lath or acoustical tile or other prefabricated ceiling materials, including the
channel iron work for the support of metal or other fire resistive lath on walls, ceilings or soffits,or
for solid plaster partitions; and to coat surfaces with a mixture of sand or other aggregate,
gypsum, plaster, Portland cement or quick lime and water or any combination of such materials
as to create a permanent surface coating and which coatings are usually applied with a
plasterer's trowel or by pneumatic pressure on any surface which offers a mechanical key for the
support of such coatings or to which the coating will adhere by suction. The scope of work shall
not include the erection of wood stud or masonry walls. Such contractor may perform the work of
a drywall contractor.
2.20 Master Electrician ELEC 0001
An electrical contractor is a contractor whose principal contracting business consists of the
execution of contracts requiring the experience, financial means, knowledge and skill to install,
repair, alter, add to or change any electrical wires, fixtures, appliances, apparatus, raceways,
conduit or any part thereof, which generates, transmits, transforms or utilizes electrical energy
in any form for light, heat, power or communications including the electrical installations and
systems within plants and substations, all in such manner as to comply with all plans,
specifications, codes, laws and regulations applicable and his scope of work shall include that
of a room air-conditioning contractor, installation only. Such contractor shall have as a
qualifying agent a master electrician. The scope of such contractors work shall apply to private
and public property and shall include any excavation and paving work incidental thereto, and
shall include the work of all specialty electrical contractors. Such contractors shall subcontract
with a qualified contractor in the field concerned, all other work incidental to the work, but
which is specified herein as being the work of a trade other than that of an electrical contractor.
ITB 2017-049-WG 31
2.21 Master Burglar Alarm ELEC 0002
A burglar alarm specialty electrical contractor is a contractor qualified to install, repair, alter,
add to or change any system electrically energized, in whole or in part, for the detection,
prevention or control of burglary. The scope of these systems shall include conductors and
raceways, radio frequency carriers, laser beams, light beams, sonic beams, and any other
means of signal transmissions, as well as all apparatus pertaining to burglar alarm systems. A
burglar alarm specialty electrical contractor may connect to an existing separate circuit of
approved capacity, which is terminated in an approved outlet,junction box, or fused disconnect
switch within six (6) feet of the equipment to be energized. Such contractor shall have as a
qualifying agent a burglar alarm master. Also burglar alarm journeymen are required in this
trade.
2.22 Master Plumber PLUM 0001
A plumbing contractor is a contractor whose contracting business consists of the execution of
contracts requiring the experience, financial means, knowledge and skill to install, maintain,
repair, alter or extend plumbing, septic tanks, drainage and supply wells, swimming pool and
piping or solar heating systems and all appurtenances, apparatus or equipment used in
connection therewith, including boilers and pressure and process piping and including the
installation of water, gas, storm and sanitary sewer lines, and for the mechanical installation of
gas, water and sewage plants and substations. The scope of work of the plumbing contractors
shall also include the installation, maintenance, repair, alteration or extension of airpiping,
vacuum line piping, oxygen line piping, nitrous oxide piping, fire line standpipes and fire
sprinklers, ink and chemical lines, gasoline piping and tank and pump installation (excepting bulk
storage plants) and pneumatic control piping systems, all in such a manner as to comply with all
plants, specifications, codes, laws and regulations applicable. Such contractor shall have as
qualifying agent a master plumber. The scope of work of the plumbing contractor shall apply to
private and public property, shall include any excavation work incidental thereto and shall include
the work of the specialty plumbing contractor. Such contractor shall subcontract, with a qualified
contractor in the field concerned, all other work incidental to the work, but which is specified
herein as being the work of a trade other than that of a plumbing contractor. The scope of work
of such a contractor does not include the installation of chilled water lines or related work
incidental thereto.
2.23 Master Lawn Sprinkler PLUM 0003
A lawn sprinkler contractor is a contractor, having the financial means and who has a qualifying
agent with one (1) year experience in the lawn sprinkler trade, and qualified and certified to
install, maintain, repair, alter or extend a lawn sprinkling system and appliances and devices
used in connection with such systems, except that such systems shall not include the drilling of
wells or the connecting of such systems to potable water. Sprinkler and irrigation systems used
for agricultural purposes shall not be included within the scope of this subsection.
ITB 2017-049-WG 32
2.24 Master Pool Maintenance(unlimited) PLUM 0009
Swimming pool maintenance contractor (unlimited) is a contractor qualified and certified to do
the work of a swimming pool maintenance contractor (limited) and is covered by the same
definition except that the swimming pool maintenance contractor (unlimited) shall be able to
carry on all such work in connection with both private and public pools. A pool maintenance
contractor is not permitted to do any other plumbing, electrical, or mechanical work as covered
by the Florida Building Code, or to do any of the original construction on installation in a new
pool. All employees of Swimming Pool Maintenance Contractors both limited and unlimited who
are engaged in the cleaning and treatment of water in existing swimming pools shall possess a
current swimming pool operator's certificate.
2.25 Master Swimming Pool Piping PLUM 0010
A swimming pool piping contractor is a contractor having the required financial means and
having a qualifying agent as provided herein. Such qualifying agent shall have experience and
skill gained by not less than one (1) year of experience, or its educational equivalent, or a
combination of such experience and education, in installing swimming pool piping under the
supervision of a plumbing contractor or a contractor making swimming pool piping installations.
Such qualifying agent shall be qualified, examined, and certified to perform the functions within
the scope of work of a swimming pool piping contractor as hereinafter provided. The scope of
work of a swimming pool piping contractor shall permit such a contractor to install, maintain,
repair, alter, or extend swimming pool piping systems including the pumps, filters, pool heaters
and chlorinators incidental to swimming pools and involving the means of disposing of pool
water. The scope of work in this classification shall not include the making of connections to any
water supply to be used for human consumption or to sanitary or storm sewers nor shall the
scope of work include the installation of any lawn sprinkler system. The swimming pool piping
contractor shall have a qualifying agent at all times. A contractor holding a current, valid
certificate of competency as a swimming pool piping contractor on the effective date of this
section shall continue to be entitled to such certificate and to do, contract for, and take out any
permits which might be required for the work of a swimming pool piping contractor.
2.26 Master Air Conditioning Unlimited MECH 0003
An air conditioning contractor (unlimited) is a specialty mechanical contractor qualified and
certified to install, repair, alter, add to or change any system of air conditioning, heating and
ventilating, unlimited in horsepower or tons, including any or all duct systems necessary to
make complete an air conditioning system and including the installation of a condensate drain
from an air conditioning unit to an existing safe waste or other approved disposal other than a
direct connection to a sanitary disposal system; provided that boilers or unfired pressure
vessels shall not be a part of the scope of work.
2.27 Master Gasoline Tank and Pump MECH 0009
A gasoline tank and pump contractor is a specialty mechanical contractor qualified and certified
to install, maintain, repair, alter or extend any system used for storing and dispensing of
gasoline, kerosene, diesel oils and similar liquid hydrocarbon fuels or mixtures to be used solely
in connection with gasoline filling stations dispensing fuel to mobile vehicles or marine
equipment; provided, however, bulk plants shall not be a part of the scope of such work.
ITB 2017-049-WG 33
2.28 Master General Mechanical MECH 0001
A general mechanical contractor is a contractor whose contracting business consists of the
execution of contracts requiring the experience, financial means, knowledge and skill to perform
the following: install, maintain, repair, alter or extend air conditioning, refrigeration, heating,
ventilating, boiler and unfired pressure vessel systems, and all appurtenances, apparatus or
equipment used in connection therewith; also, piping, duct work, insulation of pipes, vessels and
ducts, pressure and process piping, installation of chilled water lines and related work incidental
thereto, pneumatic control piping, gasoline tank and pump installations, piping for gasoline tank
and pump installations, fire sprinkler systems and standpipes, air piping, vacuum line piping,
oxygen lines, nitrous oxide piping, ink and chemical lines, fuel transmission lines, mechanical
sections of sewage disposal and water treatment plants and installing a condensate drain from an
air conditioning unit to an existing safe waste or other approved disposal other than a direct
connection to a sanitary system, all in such a manner as to comply with all plans, specifications,
codes, laws and regulations applicable. Such contractor shall have as qualifying agent a general
mechanical master. The scope of work of such contractor shall also include any excavation work
incidental thereto, but shall not include any work specified in this chapter as being the work of any
other trade or contractor, such as but not limited to liquefied petroleum or natural gas fuel lines
within buildings, potable water lines, or connections thereto, sanitary sewer lines, swimming pool
piping and filters and electrical work. The scope of the work of such a contractor shall also
include the work of a specialty mechanical contractor, except for elevator and transporting
assembly installations; and if there is work incidental to such contractor's authorized scope of
work to be performed pursuant to contract for which such contractor does not hold a certificate of
competency, such work shall be subcontracted to a qualified contractor in the trade concerned.
2.29 Painting BLDG 0078
Painting Contractor is qualified and certified to clean, size and do minor caulking in
preparation for painting, and to apply waterproofing, paint and related liquid or viscous
products thereon by brush, rollers or spray method. This category shall include roof cleaning
and painting, sandblasting and parking strip painting. Experience requirement as a
prerequisite to issuance shall be one (1)year.
2.30 Plumber Maintenance PLUM 0004
Maintenance plumber is a person qualified and certified by examination to maintain plumbing
installations. The work of the maintenance plumber shall be confined to maintenance repairs
involving only the working parts of a faucet or valve, the clearance of stoppages, repairing of leaks
and the replacement of defective faucets or valves contained and used upon the premises or
building owned, occupied or otherwise controlled by the person, firm or corporation by whom the
maintenance plumber is regularly employed. Maintenance plumbers' work shall not include the
cutting into, connecting to or extension of potable water lines, or drain waste and vent systems. A
certified master or journeyman plumber shall automatically qualify as a maintenance plumber.
ITB 2017-049-WO 34
2.31 Roof BLDG 0044
A roofing contractor is a contractor qualified and certified to install, repair and replace roof
systems, as defined in the Florida Building Code, and the waterproofing thereof. Work may
include, but shall not be limited to, roof deck insulation, roof coating, painting and covering,
including use of sheet metal and installation of other sheet metal products incidental to roofing
work, including gutters and downspouts, and other material in connection therewith or any
combination thereof and including installation of nonstructural decking and siding. During the
repair or replacement process of a roof system, a roofing contractor shall be allowed to repair
and/or replace damaged decking and/or damaged wood structural or nonstructural members of
the roof framing, provided that such replacement and/or repair conforms to the requirements of
the Florida Building Code and the repair or replacement of damaged decking and wood
structural or nonstructural members of the roof framing constitutes less than fifty(50) percent of
the value of the total work performed.
2.32 Roof Deck BLDG 0046
A roof deck contractor is a contractor qualified and certified to erect, construct, fabricate and
install roof decks of Portland cement or gypsum concrete, using lightweight aggregate, on
joists or other supporting members erected by others, and shall include the placing of forms
and welding of supporting members for forms and miscellaneous reinforcing of the deck and
the proportioning, mixing and placing of cement, aggregate and water, provided, however, that
roof decks of wood, metal, heavy aggregate concrete, glass or plastic and the application of
roofing felts or other water resistant membranes shall not be a part of the scope of such work.
The experience requirement for the qualifying agent for a roof deck contractor shall be one (1)
year.
2.33 Structural Steel Erection BLDG 0054
A structural steel erection contractor is a contractor qualified and certified to erect structural
steel shapes and plates including such minor field fabrication as may be necessary, of any
profile, perimeter or cross-section, that are or may be used as structural members for buildings
and structures, including steel joists, steel decking and siding, and communication towers, and
including riveting, welding and rigging only in connection therewith. The experience requirement
for the qualifying agent for the structural steel erection contractor shall be five(5)years.
2.34 Swimming Pool BLDG 0055 3 years' experience
A swimming pool contractor is a contractor whose scope of work involves two (2) or more
building trades or crafts and is qualified and certified to excavate, construct, fabricate, install and
equip swimming pools and such contractor shall subcontract to a qualified contractor, in the field
concerned, all other work set forth in this chapter as being the exclusive work of a plumbing,
electrical, mechanical or liquefied petroleum gas contractor.
ITB 2017-049-WG 35
2.35 Waterproofing BLDG 0109
Waterproofing Contractor, Limited is a contractor qualified, by three (3) years' experience in
the installation of above grade waterproofing, e.g., plaza decks, parking garages and terraces,
verified through detailed information relating to trade projects and tasks performed in Miami-
Dade County in the classification sought, and certification as an approved contractor or
applicator from a waterproofing systems manufacturer, and is qualified and certified to clean,
sandblast, caulk, and prepare the surface to install, repair and replace waterproofing and
damp proofing systems including the application of felt, bitumen, epoxy, pitch, silicone,
elastomeric coatings, sheet membranes or any other materials or combination of materials to
surfaces, and the incidental use of sheet metal and other components in connection therewith
to create an impervious barrier preventing the passage of water by applied protective material,
membrane, surfacing, or sealant, on decks no larger than 500 square feet, excluding
conventional roofing. In no way is this to be interpreted as limiting, denying or excluding
general building, residential, and roofing contractors in the performance of this craft.
3.1 CONDITIONS OF THE WORK. The following requirements and conditions shall apply to all
work performed pursuant to any resulting contract to this ITB.
3.1.1 Quality of Work. All work shall be performed in accordance with generally accepted
industry principles, standards and practices, including but not limited to the South Florida
Building Code and the most stringent standard for the applicable industry or category of work.
3.1.2 Account Representative. Bidder shall provide a dedicated Contact Person, Phone
Number and E-Mail Address for twenty-four (24) hours, seven (7) days a week, electronic
communication. This person must be available to answer telephone communications during
normal working hours (Monday thru Friday), and an answering machine/service for occasions
that an individual is not available.
3.1.3 Project Representative. Bidder shall provide a dedicated Contact Person, Phone
Number and E-Mail Address for twenty-four (24) hours, seven (7) days a week, electronic
communication. This person must be available to answer telephone communications during
normal working hours (Monday thru Friday), and an answering machine/service for occasions
that an individual is not available.
3.2 Performance and/or Payment Bond. Performance and payment bond, in the full amount of
the value of the project, will be required for projects exceeding $200,000. Refer to Section 0200,
Instructions to Bidders, 25. Bid Bonds, Performance Bonds, and Certificates of Insurance (As
amended by Florida Statute Section 255.20). Within seven (7) calendar days of notification by the
City, Contractor shall furnish a Performance Bond from an A-rated Financial Class V Surety
Company. If the vendor fails to deliver the bond within this specified time the City shall declare the
vendor in default of the contractual terms and conditions, and the City shall not accept any offer
from that vendor for a twelve (12) month period following such default. The following specifications
shall apply to any bond provided:
A. All bonds shall be written through surety insurers authorized to do business in the
State of Florida as surety, with the following qualifications as to management and
financial strength according to the latest edition of Best's Insurance Guide,
published by A.M. Best Company, Oldwick, New Jersey:
ITB 2017-049-WG 36
Bond Amount Best Rating
500,001 to 1,500,000 B V
1,500,001 to 2,500,000 A VI
2,500,001 to 5,000,000 A VII
5,000,001 to 10,000,000 A VIII
Over 10,000,000 A IX
B. On contract amounts of $500,000 or less, the bond provisions of Section
287.0935, Florida Statutes (1985) shall be in effect and surety companies not
otherwise qualifying with this paragraph may optionally qualify by:
1. Providing evidence that the surety has twice the minimum surplus
and capital required by the Florida Insurance Code at the time the
solicitation is issued;
2. Certifying that the surety is otherwise in compliance with the Florida
Insurance Code; and
3. Providing a copy of the currently valid Certificate of Authority issued
by the United States Department of the Treasury under SS. 31 USC
9304-9308.
Surety insurers shall be listed in the latest Circular 570 of the U.S. Department of
the Treasury entitled "Surety Companies Acceptable on Federal Bonds", published
annually. The bond amount shall not exceed the underwriting limitations as shown
in this circular.
C. For contracts in excess of 500,000 the provisions of Section B will be adhered to
plus the company must have been listed for at least three consecutive years, or
holding a valid Certificate of Authority of at least 1.5 million dollars and on the
Treasury List.
D. Surety Bonds guaranteed through U.S. Government Small Business
Administration or Contractors Training and Development Inc. will also be
acceptable.
E. In lieu of a bond, an irrevocable letter of credit or a cash bond in the form of a
certified cashier's check made out to the City of Miami Beach, Florida, will be
acceptable. All interest will accrue to the City during the life of this contract and/or
as long as the funds are being held by the City.
F. Bond(s) shall be recorded in the public records of Miami-Dade County and provide
City with evidence of such recording.
3.3 Field Measurements. Unless specifically instructed otherwise by the City, in writing, the
Contractor shall be responsible for the location and layout of all work, and shall be responsible
for all field measurements and elevations that may be required for execution of the work to the
exact position and elevation. In the case of dimensions, field dimensions, etc. it shall be the
Contractor's responsibility to field measure, obtain and verify same.
ITB 2017-049-WG 37
3.4 Contractors Use of Project Site. The Contractor shall limit its use of the facility or
premises to the Scope of Work, so as to allow for the City's continuous operation. This is
necessary as many of the sites where work will be performed will remain in operation during
work.
3.5 Damages to Public/Private Property. The contractor shall carry out the work with such
care and methods as not to result in damage to public or private property adjacent to the work.
Should any public or private property be damaged or destroyed, the contractor, at his/her
expense, shall repair or make restoration as is practical and acceptable to the City and/or
owners of destroyed or damaged property promptly within a reasonable length of time. (Not to
exceed one month from date damage was done). Building and other damages caused by
Contractor's employee(s) shall be estimated by the Project Manager and computed actual
costs of repairs shall be deducted from the Contractor's billing(s).
3.6 City Furnished Drawings. Whenever possible the City will furnish drawings, if available,
however there may be times where there are no drawings available for the Contractor. It shall
be the sole responsibility of the Contractor to bring to the attention of the Project Manager any
discrepancies between the drawings and existing conditions, excluding hidden conditions, prior
to commencing the Work. The Contractor shall be solely responsible for verifying the drawings
prior to commencing the Work and shall be responsible for any errors or revisions of the Work
which might have been avoided by notifying the City prior to commencement. This shall apply
to any revisions or omissions identified by the Contractor. The Contractor shall have no basis
for any claim for additional costs resulting from its failure to identify any required revisions,
omissions, errors, etc., not identified in writing to the PM prior to commencing the Work.
3.7 Public Convenience and Safety. The contractor shall conduct his work so as to interfere
as little as possible with private business or public travel. He shall, at his own expense,
whenever necessary or required, maintain barricades, maintain lights, and take such other
precautions as may be necessary to protect life and property, and he shall be liable for all
damages occasioned in any way by his actions or neglect or that of his agents or employees.
3.8 Performance. The Contractor shall be fully responsible for performing all the work
necessary to meet City standards in a safe, neat, and good workmanlike manner, using only
generally accepted methods in carrying out the work and complying with all federal and state
laws and all ordinances and codes of the City relating to such work.
3.9 Safety Measures. Contractor shall take all necessary precautions for the safety of
employees, and shall erect and properly maintain at all times all necessary safeguards for the
protection of the employees and the public. Danger signs warning against hazards created by
his/her operation and work in progress must be posted. All employees of contractor shall be
expected to wear safety glasses or goggles, appropriate clothing, and hearing protection when
and wherever applicable. The contractor shall use only equipment that is fully operational and
in safe operating order. Contractor shall be especially careful when servicing property when
pedestrians and/or vehicles are in close proximity-work shall cease until it is safe to proceed.
3.10 Workmanship and Materials. All parts installed and materials used in performance of
ITB 2017-049-WG 38
this contract shall be new and unused (of current design or manufacture). Salvage materials
will not be allowed without the express consent of the City.All materials and workmanship shall
be of the highest quality and shall conform to all applicable Building Codes, so as to ensure
safe and functional operation. The City shall be the sole judge as to parts and workmanship.
3.11 Personnel. Bidder shall be deemed to represent that it has, or will have upon the award
of the Contract, all necessary personnel required to perform all services arising from the award
of the Contract. All personnel employed shall be employees of Bidder. Personnel assigned to
perform services at any of the City's facilities must hold current licenses as reflected within this
Invitation to Bid. All the services required herein shall be performed by the successful Bidder,
and all personnel engaged in performing the services shall be fully qualified to perform such
services.
All personnel of the successful bidder must be covered by Workmen's Compensation,
unemployment compensation and liability insurance, a copy of which is to be provided to the
City. Bidder shall be deemed to represent that it has, or will have upon the award of the
Contract, all necessary qualified personnel required to perform all services arising from the
award of the Contract.
3.12 Hourly Rates. Hourly rates submitted by Contractors shall include all taxes, insurance,
social security, workmen's compensation, and any other benefits normally paid by the Bidder
to its employees. Payments will be made in arrears, for services rendered, upon submission of
properly certified invoices and/or approved inspections reports. All such information shall be
provided to the Project Manager for his approval in advance of payment.
3.13 Labor, Supervision, Materials and Equipment. The Contractor shall furnish, at his/her
own expense, all labor, supervision, equipment, materials, supplies, paper products, and other
equipment necessary for satisfactory completion of all the services as specified in this
Invitation to Bid.
3.14 Failure to Perform. Should it not be possible to reach the contractor or supervisor and/or
should remedial action not be taken within 48 hours of any failure to perform according to
specifications, the City reserves the right to declare Contractor in default of the contract or
make appropriate reductions in the contract payment.
3.15 Work Completion. The City shall be notified by the Contractor upon completion of work.
The City shall inspect and approve completed work before authorizing payment. Work not
satisfactorily completed shall be redone by the Contractor at no additional charge to the City.
3.16 Cleaning and Protection. The Contractor shall during the handling and installation of
work, clean and protect the Work in progress and adjoining areas on the basis of continuing
maintenance; apply protective covering on installed Work where it is required to insure
freedom from damage or deterioration at time of substantial completion.
Remove and dispose of all debris, trash and excess materials from the site resulting from
Work; removal shall take place daily and more often if hazards or interference are presented;
dispose of all material removed off the site in accordance with Federal, State and local laws.
ITB 2017-049-WG 39
Should the Contractor fail, refuse or neglect to remove rubbish, waste materials, and
temporary Work or to clean the site as required, the City may, without obligation to do so,
remove and dispose of the rubbish, waste material, and temporary work and clean the site and
deduct the resulting cost from monies due or to become due to the Contractor under this
Contract.
The Contractor shall handle waste materials that are hazardous, dangerous or unsanitary
separately from other inert waste by containerizing appropriately; disposing of waste materials
in a lawful manner.
Immediately after completion of each phase of the Work and prior to final acceptance of the
Work by the Project Manager, the Contractor shall remove all plant, surplus materials, false
work, temporary structures, and debris resulting from his operation. The site shall be cleaned
in a neat, presentable manner satisfactory to the Project Manager.
3.17 Differing Site Conditions. The Contractor shall promptly, before such conditions are
disturbed, notify the Project Manager in writing of; (1) latent physical conditions at this site
differing materially from those indicated in the request for quote and/or drawing, or(2) physical
conditions at the site, of an unusual nature, differing materially from those ordinarily
encountered and generally recognized as occurring in work of the character provided for in the
request for quote or this Contract, but unknown to the Contractor until encountered during
prosecution of the Work.
3.18 Warranty of Construction. For a period of one year, except as provided below, from the
date of Completion, the Contractor warrants that the Work conforms to the Contract
requirements and is free of any patent and/or latent defect of the material workmanship
Exceptions to the above year warranty.
Where the manufacturer of material provides a warranty in excess of one year the Contractor
shall provide the City with the Manufacturer's warranty. Contractor shall be obligated to provide
to the City copies of all Manufacturer's warranties and guarantees.
3.19 Contractor Furnished Drawings. A request for quote may require the Contractor to
furnish shop and/or as-build drawings depending on the nature and scope of the work to be
performed. The decision to require such drawings is at the discretion of the City. Where
required by the request for quote, the Contractor shall furnish as-built drawings to the PM.
Final payment shall not be made until the as-build drawings are received and accepted by the
PM.
3.20 Permits, Licenses and Impact Fees. All permits and licenses required by federal, state
or local laws, rules and regulations necessary for the prosecution of the Work undertaken by
Contractor pursuant to this Contract shall be secured by Contractor. It is Contractor's
responsibility to have and maintain appropriate Certificate(s)of Competency, valid for the Work
to be performed and valid for the jurisdiction in which the Work is to be performed for all
persons working on the Project for whom a Certificate of Competency is required.
ITB 2017-049-WG 40
The City will reimburse the contractor 100% of the cost of the permits only. No administrative
fee is allowed to be assessed to the cost of the permits. Costs for re-inspections will not be
reimbursed.
Impact fees levied by the City and/or Miami-Dade County shall be paid by Contractor.
Contractor shall be reimbursed only for the actual amount of the impact fee levied by the
municipality as evidenced by an invoice or other acceptable documentation issued by the
municipality. Reimbursement to Contractor in no event shall include profit or overhead of
Contractor.
3.21 Maintenance of Traffic (MOT). Contractor must meet all Maintenance of Traffic (MOT)
Standards as per the latest Florida Department of Transportation Construction Manual.
Work should be conducted in such a manner that all streets shall be open to traffic at night.
Approved MOT with sufficient barricades, signs and lighting shall be maintained at all times for
the safety of the public and traffic, and to insure that no traffic will pass over the placed
material until it has properly cured.
It will be the responsibility of the Contractor to provide proper MOT including all barricades,
signs, and lighting in accordance with the above stated requirements. The Contractor shall be
responsible for providing an off-duty police officer, if necessary to complete job.
3.22 Mobilization and Demobilization. It will be the responsibility of the Contractor to cover
all costs associated with mobilization and demobilization for the duration of the project.
ITB 2017-049-WG 41
APPENDIX D
! y 1 1 /4/-\/ B E i. V I-1
Special Conditions
General Building and Specialty Trade
Contractors
PROCUREMENT DEPARTMENT
1755 Meridian Avenue, 3rd Floor
Miami Beach, Florida 33139
ITB 2017-049-WG 42
1. Term of Contract. This contract shall remain in effect for three (3) years from date of contract
execution by the Mayor and City Clerk. The City of Miami Beach has the option to renew the
contract at the sole discretion of the City Manager for an additional two (2), one (1) year
periods, on a year-to-year basis. Renewal of the contract is a City of Miami Beach prerogative,
not a right of the Contractor. Such option will be exercised, if at all, only when it is in the best
interest of the City of Miami Beach.
In the event that the contract is held over beyond the term herein provided it shall only be from
a month-to-month basis only and shall not constitute an implied renewal of the contract. Said
month to month extension shall be upon the same terms of the contract and at the
compensation and payment provided herein, and shall not exceed six(6) months.
2. Roadmap for Projects Awarded on a Time and Materials Basis. The City may award work
on a time and materials basis in accordance with hourly rates and administrative mark-ups offered.
The Project Manager shall select the contractor deemed to be best qualified for the project. In
doing so, the criteria specified in Section 2-369 of the City Code may be considered. In the event
that the contractor with the lowest cost is not selected, the reason(s) shall be documented on the
purchase requisition.
2.1 Purchase Orders are required for all work. All invoices shall reflect the accurate Purchase
Order number. Failure to do so will result in rejection of invoice.
2.2 Work Day. For billing purposes, regular working hours are from 7:00 a.m. to 5:00 p.m.,
Monday through Friday. Calls outside these hours and days will be considered non-regular.
Work outside of regular working hours must be previously authorized by the City.
2.3 Administrative Mark-up for Parts and Materials. For parts and materials ordered under
this option, vendors shall provide quotes or invoice, as determined by the Contract Manager,
based on the cost of parts and materials plus the agreed to mark-up. In determining cost of
materials to which the mark-up may be applied, the contracting officer may:
i. require the vendor to provide actual cost of parts and materials (e.g., contractor's invoice,
MSRP, etc.)prior to the issuance of a Purchase Order or approval of an invoice; or
ii. may require the vendor to seek and document competition from its sources for the
required parts or materials; or
iii. may obtain any data are available from primary or other secondary sources and use
that data in determining a fair and reasonable price.
The cost of any ancillary third-party services that are provided by the vendor, with prior approval
of the Contract Manager, may be determined in the manner prescribed above.
3. Roadmap for Projects Awarded Pursuant to Pool of Pre-qualified Contractors. In lieu of a
time and materials order, the project/contract manager may request quotes from contractors
authorized to participate in the Pre-Qualified Bidder Pool. Responsive, responsible bidders
(awarded or not) are eligible to participate in the Pre-Qualified Bidder Pool, at the discretion of the
bidder and as indicated on the Cost Proposal Form at the time of submission. At its own expense,
the contractor shall visit the site and prepare a lump sum detailed quotation (inclusive of all labor,
materials, and all other costs. Each quote prepared by the contractor shall include an acceptable
description of the nature, extent and character of the work required, as well as performance and
delivery schedules. In the alternative, project managers may require an itemized breakdown of the
lump sum amounts.
ITr2017-049-WG 43
3.1 For projects with an estimated cost up to the amount specified in City Procedure P016.02,
Threshold Category 1 (currently $5,000 or as amended), the project/contract manager may
select the contractor deemed to be best qualified.
3.2 For projects with an estimated cost exceeding the amount specified in City Procedure
P016.02, Threshold Category 1 (currently $5,000 or as amended), the project/contract
manager shall solicit three quotes. Following the determination of the best quote, in the City's
sole discretion, a Contractor Service Order (CSO) will be executed for the project. See
Appendix G for sample CSO. Prior to issuing a Purchase Order, for projects $50,000 or
greater, the City Manager's approval is required. The City Manager's approval, along with a
justification, is also required when the contractor offering the lowest cost is not selected.
3.3 In determining the lowest and best contractor for the project, in addition to price, there
shall be considered the following:
(1) The ability, capacity and skill of the bidder to perform the contract.
(2) Whether the bidder can perform the contract within the time specified, without
delay or interference.
(3) The character, integrity, reputation,judgment, experience and efficiency of the
bidder.
(4) The quality of performance of previous contracts.
(5) The previous and existing compliance by the bidder with laws and ordinances
relating to the contract.
4. Limitation of Project. Pursuant to Florida State Statute Section 255.20, a county, municipality,
special district as defined in chapter 189, or other political subdivision of the state seeking to
construct or improve a public building, structure, or other public construction works must
competitively award to an appropriately licensed contractor each project that is estimated in
accordance with generally accepted cost-accounting principles to cost more than $300,000. For
electrical work, the local government must competitively award to an appropriately licensed
contractor each project that is estimated in accordance with generally accepted cost-accounting
principles to cost more than $75,000. Projects awarded pursuant to this ITB shall be limited to
these thresholds. Construction projects exceeding $300,000 or electrical projects exceeding
$75,000 may not be awarded pursuant this ITB.
5. Estimates.The project/contract manager may require the contractor to provide an estimate prior
to the commencement of work. Any actual charges that exceed estimate amounts must be pre-
approved by the project/contract manager.
6. Prices Shall Be Fixed And Firm For Term Of Contract. If the bidder is awarded a contract
under this bid solicitation, the prices quoted by the bidder on the Bid Form shall remain fixed and
firm during the three (3) year term of this contract; provided, however, that the bidder may offer
incentive discounts from this fixed price to the City at any time during the contractual term.
6.1 Option To Renew With Price Adjustment. The contract could be extended for an
additional two (2), one (1) year terms, on a year to year basis, at the sole discretion of the City
Manager. Prior to completion of each exercised contract term, the City may consider an
adjustment to price based on Consumer Price Index increase. Change shall not be more than
the percentage increase or decrease in the Consumer Price Index CPI-U (all urban areas)
computed 60 days prior to the anniversary date of the contract.
ITB 2017-049-WG 44
It is the vendor's responsibility to request any pricing adjustment under this provision. For any
adjustment to commence on the first day of any exercised option period, the vendor's request
for adjustment should be submitted 60 days prior to expiration of the then current contract
term. The vendor adjustment request must clearly substantiate the requested increase. If no
adjustment request is received from the vendor, the City will assume that the vendor has
agreed that the optional term may be exercised without pricing adjustment. Any adjustment
request received after the commencement of a new option period may not be considered.
7. Force Majeure. Except as otherwise expressly provided herein, neither party shall be
considered in default in the performance of its obligations hereunder to the extent that such
performance is prevented or delayed by any cause, existing or future, which is not within the
reasonable control of such party including, but not limited to, acts of God or public enemy, fire,
explosions, rots, strikes (not including strikes of the Contractor's Staff Personnel), or war.
Notwithstanding the foregoing, the failure of any of the Contractor's suppliers, or the like shall not
excuse the Contractor's performance except to the extent that such failures are due to any cause
without the fault and reasonable control of such suppliers, or the like including, but not limited to,
acts of God or the public enemy, fires, explosions, riots, strikes (not including strikes of personnel
of the Contractor's suppliers), or war.
8. Background Checks. The contractor shall conduct a full criminal background check at its own
expense on each of its employees engaged in providing services under this ITB or any resulting
Agreement prior to the commencement of said services. No contractor employee shall be eligible to
perform services, pursuant to this ITB or resulting Agreement, if he or she: (1) has been convicted
of or was placed in a pre-trial diversion program for any crime involving dishonesty or breach of
trust; embezzlement; drug trafficking; forgery; burglary; robbery; theft; perjury; possession of stolen
property; identity theft; fraud; money laundering; shoplifting; larceny; falsification of documents
and/or (2) has been convicted of any sex, weapons, or violent crime including but not limited to
homicide; attempted homicide; rape; child molestation; extortion; terrorism or terrorist threats;
kidnapping; assault; battery; and illegal weapon possession, sale or use. The contractor shall
defend, indemnify and hold the City, its officers, employees, and agents harmless from and against
any and all liability, loss, expense (including reasonable attorneys' fees) or claims for injury or
damages arising out of its failure to comply with this requirement.
9. Master Contract, Purchase Orders & Contractor Service Orders (CSO). A Master Contract
shall be executed for each awarded contractor. The Master Contract shall outline the terms and
conditions of all work, and incorporate the requirements of this ITB. See Appendix G for sample
contract. Purchase Orders are required prior to the commencement of any work. Projects awarded
pursuant to the pool of prequalified contractors that exceed $50,000 in value will require an
executed CSO prior to issuance of a Purchase Order.
ITB 2017-049-WG
45
APPENDIX E
/\/\ I A/v
\ I B
EACH
Bid Price Form
General Building and Specialty Trade
Contractors
PROCUREMENT DEPARTMENT
1755 Meridian Avenue, 3rd Floor
Miami Beach, Florida 33139
ITB 2017-049-WG
46
APPENDIX E
BID PRICE FORM
Failure to submit Bid Price Form,in its entirety and fully executed by the deadline established for the receipt of
proposals will result in proposal being deemed non-responsive and being rejected.
Bidder affirms that the prices stated on the bid price form below represents the entire cost of the items in full
accordance with the requirements of this ITB, inclusive of its terms, conditions, specifications and other
requirements stated herein, and that no claim will be made on account of any increase in wage scales,
material prices, delivery delays, taxes, insurance, cost indexes or any other unless a cost escalation provision
is allowed herein and has been exercised by the City Manager in advance.
The Bid Price Form shall be completed mechanically or, if manually, in ink. Bid Price Forms completed in
pencil shall be deemed non-responsive.All corrections on the Bid Price Form shall be initialed.
Group Estimated Annual Line Total
Item Descri.tion Hours UIM Unit Cost Quantit x Unit Cost
1A Hourl Rate-R-.ular 100 Hourly Rate
1B Hourl Rate-Non R- ular 20 Hourly Rate -- ■
e — _ Stib- ll 1 Only(Items Vt-f 1Bj.
Line Total
(Annual Estimated
Group Estimated Annual Gross Cost x Admin
Item Descri.tion Gross Costs Administrative Mark-u• Mark-u11111111E .
•• $2500
Sul tan Group 1-Supplies and Itfateriats Only(item X)
•
• Teta1 Grimp 1—Labor &pptites and Materials(IA-C)
'fAeacrsii=Stade BLDG 0001License Na: man = $
311 utimumCciferAtccepted: $ j 4Partiti.. - in Pr,- • died Pool: Yes / No
' See Appendix C,Section 1.1,Licensure.
2 See Appendix C,Section 1.2,Bonding Capacity.
3 Bidder may state a minimum value threshold for work to be assigned by the City. Bidders that state a minimum value threshold will not
be considered for projects estimated at less than the stated threshold.
4 See Special Condition 3. Bidders may elect to submit a bid for 1) Projects awarded on a time and material basis (hourly rate plus
supplies & materials), or 2) participation in the pool of pre-qualified contractors, or 2) for both time and material projects and projects
awarded pursuant Special Condition 3.
Bidder's Affirmation
Bidder agrees to full compliance with the terms and conditions of this EIB.
Company:
Authorized Representative:
Address:
Telephone:
Email:
Authorized Representative's Signature:
ITB 2017-049-WG
47
APPENDIX E
BID PRICE FORM
Failure to submit Bid Price Form,in its entirety and fully executed by the deadline established for the receipt of
proposals will result in proposal being deemed non-responsive and being rejected.
Bidder affirms that the prices stated on the bid price form below represents the entire cost of the items in full
accordance with the requirements of this ITB, inclusive of its terms, conditions, specifications and other
requirements stated herein, and that no claim will be made on account of any increase in wage scales,
material prices, delivery delays, taxes, insurance, cost indexes or any other unless a cost escalation provision
is allowed herein and has been exercised by the City Manager in advance.
The Bid Price Form shall be completed mechanically or, if manually, in ink. Bid Price Forms completed in
pencil shall be deemed non-responsive.All corrections on the Bid Price Form shall be initialed.
fr- Qturfar-fiatiaLBUMNI02.::- —77 =727
Group Estimated Annual Line Total
Item Descri.tion Hours U/M Unit Cost Quantit x Unit Cost
2A Hourl Rate-R-•ular 100 Hourly Rate
2B Hourl Rate-Non R- ular 20 Hourly Rate
�.� �1. lep2-takiictftt2A-2B1,
Line Total
(Annual Estimated
Group Estimated Annual Gross Cost x Admin
Item Descri.tion Gross Costs Administrative Mark-u• Mark-u•
2C Supplies&Materials $2500
Stg taiGi -2
p -Supplies and his Only biters 2C1
fatal-Group 2-Lebo—r+Supplies and i laterie€s(TA-
'tarns-Dade BLDG 0402 License&o.' 2Bonding Capac l- $
:;Minimum Oder•- -- -•- $ 4Fastici•.tern Fr• r Med pool: Yes / No
1 See Appendix C,Section 1.1,Licensure.
2 See Appendix C,Section 1.2,Bonding Capacity.
3 Bidder may state a minimum value threshold for work to be assigned by the City. Bidders that state a minimum value threshold will not
be considered for projects estimated at less than the stated threshold.
4 See Special Condition 3. Bidders may elect to submit a bid for 1) Projects awarded on a time and material basis (hourly rate plus
supplies & materials), or 2) participation in the pool of pre-qualified contractors, or 2) for both time and material projects and projects
awarded pursuant Special Condition 3.
Bidder's Affirmation
Bidder agrees to full compliance with the terms and conditions of this ITB.
Company:
Authorized Representative:
Address:
Telephone:
Email:
Authorized Representative's Signature:
ITB 2017-049-WG
48
APPENDIX E
BID PRICE FORM
Failure to submit Bid Price Form,in its entirety and fully executed by the deadline established for the receipt of
proposals will result in proposal being deemed non-responsive and being rejected.
Bidder affirms that the prices stated on the bid price form below represents the entire cost of the items in full
accordance with the requirements of this ITB, inclusive of its terms, conditions, specifications and other
requirements stated herein, and that no claim will be made on account of any increase in wage scales,
material prices, delivery delays, taxes, insurance, cost indexes or any other unless a cost escalation provision
is allowed herein and has been exercised by the City Manager in advance.
The Bid Price Form shall be completed mechanically or, if manually, in ink. Bid Price Forms completed in
pencil shall be deemed non-responsive.All corrections on the Bid Price Form shall be initialed.
Group Estimated Annual Line Total
Item Descri•tion Hours U/M Unit Cost Quantit x Unit Cost
3A Hourl Rate-R-•ular 100 Hourly Rate
3B Hourl Rate-Non R- ular 20 Hourly Rate
. Subtlai Group 3-•[.afar Only Mars +36j
Line Total
Group (Annual Estimated
Estimated Annual Gross Cost x Admin
Item Descri•tion Gross Costs Administrative Mark-u• Mark-u.
3C Suo•lies&Materials $2500
3—SuppliesSufr-total Group and Citi a<r (;
Total Graup 3-tabor+Supplies and llfaterixls(3A C)
FlladeBLDG 4aOeNa 93ondngCapar ty $
Maim=Ogler• $
4Parttd•-;- in• !filed Feel: Yes / No
1 See Appendix C,Section 1.1,Licensure.
2 See Appendix C,Section 1.2,Bonding Capacity.
3 Bidder may state a minimum value threshold for work to be assigned by the City. Bidders that state a minimum value threshold will not
be considered for projects estimated at less than the stated threshold.
4 See Special Condition 3. Bidders may elect to submit a bid for 1) Projects awarded on a time and material basis (hourly rate plus
supplies & materials), or 2) participation in the pool of pre-qualified contractors, or 2)for both time and material projects and projects
awarded pursuant Special Condition 3.
Bidder's Affirmation
Bidder agrees to full compliance with the terms and conditions of this iTB.
Company:
Authorized Representative:
Address:
Telephone:
Email:
Authorized Representative's Signature:
ITB 2017-049-WG
49
APPENDIX E
BID PRICE FORM
Failure to submit Bid Price Form,in its entirety and fully executed by the deadline established for the receipt of
proposals will result in proposal being deemed non-responsive and being rejected.
Bidder affirms that the prices stated on the bid price form below represents the entire cost of the items in full
accordance with the requirements of this ITB, inclusive of its terms, conditions, specifications and other
requirements stated herein, and that no claim will be made on account of any increase in wage scales,
material prices, delivery delays, taxes, insurance, cost indexes or any other unless a cost escalation provision
is allowed herein and has been exercised by the City Manager in advance.
The Bid Price Form shall be completed mechanically or, if manually, in ink. Bid Price Forms completed in
pencil shall be deemed non-responsive.All corrections on the Bid Price Form shall be initialed.
Group Estimated Annual Line Total
Item Descri.tion Hours UIM Unit Cost Quantit x Unit Cost
4A Hourl Rate-R-.ular 100 Hourly Rate
4B Hourl Rate-Non R- ular 20 Hourly Rate
�. Labor ti 4A 48
Line Total
(Annual Estimated
Group Estimated Annual Gross Cost x Admin
Item Descri•tion Gross Costs Administrative Mark-u. Mark-u.
4C IIIE •• TERIMIll $2500
b-total Group 4 plus aid firt als Cnly([r t
Vital Group 4-tabor+Supplies and l l afs(4A—C)
• Ward-Dade BLDG$3108 License We., rrg Catmcity: $
Mamma Order Acace.,• .. $ 4P. •.,-iinPr,. - edPoa1: Yes / No
See Appendix C,Section 1.1,Licensure.
2 See Appendix C,Section 1.2,Bonding Capacity.
3 Bidder may state a minimum value threshold for work to be assigned by the City. Bidders that state a minimum value threshold will not
be considered for projects estimated at less than the stated threshold.
' See Special Condition 3. Bidders may elect to submit a bid for 1) Projects awarded on a time and material basis (hourly rate plus
supplies & materials), or 2) participation in the pool of pre-qualified contractors, or 2) for both time and material projects and projects
awarded pursuant Special Condition 3.
Bidder's Affirmation
Bidder agrees to full compliance with the terms and conditions of this sTB.
Company:
Authorized Representative:
Address:
Telephone:
Email:
Authorized Representative's Signature:
ITB 2017-049-WG
50
APPENDIX E
BID PRICE FORM
Failure to submit Bid Price Form,in its entirety and fully executed by the deadline established for the receipt of
proposals will result in proposal being deemed non-responsive and being rejected.
Bidder affirms that the prices stated on the bid price form below represents the entire cost of the items in full
accordance with the requirements of this ITB, inclusive of its terms, conditions, specifications and other
requirements stated herein, and that no claim will be made on account of any increase in wage scales,
material prices, delivery delays, taxes, insurance, cost indexes or any other unless a cost escalation provision
is allowed herein and has been exercised by the City Manager in advance.
The Bid Price Form shall be completed mechanically or, if manually, in ink. Bid Price Forms completed in
pencil shall be deemed non-responsive.All corrections on the Bid Price Form shall be initialed.
Group Estimated Annual Line Total
Item Descri.tion Hours UIM Unit Cost Quantit x Unit Cost
5A Hourl Rate-R-•ular 100 Hourly Rate
56 Hourl Rate-Non R-.ular 20 Hourly Rate
Gp
.,..�.w,.. .•. .,. -, . . . S-fa6arOnlltPERS 5A+5131'
Line Total
(Annual Estimated
Group Estimated Annual Gross Cost x Admin
Item Descri.tion Gross Costs Administrative Mark-u• Mark-u•
5C Sue.ties&Materials $2500
Vital ftp 5-Suppl-tes and Materials Only(Item 5C1
TofatGroup 5—tabor+SupclEesand Materinls(5A—C)
1Mrami-Dade BLDG(1Q12 License No._: 2Bonciang t'-ap'city- $
.3111nim&snOrderAcce., $ 4Partid•,.t*- Pr-, .r, ed Pool: Yes I No
I See Appendix C,Section 1.1,Licensure.
2 See Appendix C,Section 1.2,Bonding Capacity.
3 Bidder may state a minimum value threshold for work to be assigned by the City. Bidders that state a minimum value threshold will not
be considered for projects estimated at less than the stated threshold.
4 See Special Condition 3. Bidders may elect to submit a bid for 1) Projects awarded on a time and material basis (hourly rate plus
supplies & materials), or 2) participation in the pool of pre-qualified contractors, or 2) for both time and material projects and projects
awarded pursuant Special Condition 3.
Bidder's Affirmation
Bidder agrees to full compliance with the terms and conditions of this ITB.
Company:
Authorized Representative:
Address:
Telephone:
Email:
Authorized Representative's Signature:
ITB 2017-049-WG 51
APPENDIX E
BID PRICE FORM
Failure to submit Bid Price Form,in its entirety and fully executed by the deadline established for the receipt of
proposals will result in proposal being deemed non-responsive and being rejected.
Bidder affirms that the prices stated on the bid price form below represents the entire cost of the items in full
accordance with the requirements of this ITB, inclusive of its terms, conditions, specifications and other
requirements stated herein, and that no claim will be made on account of any increase in wage scales,
material prices, delivery delays, taxes, insurance, cost indexes or any other unless a cost escalation provision
is allowed herein and has been exercised by the City Manager in advance.
The Bid Price Form shall be completed mechanically or, if manually, in ink. Bid Price Forms completed in
pencil shall be deemed non-responsive.All corrections on the Bid Price Form shall be initialed.
__Grotto
CtxeR BIE.tlGt�13y- -
Group Estimated Annual Line Total
Item Descri.tion Hours UIM Unit Cost Quantit x Unit Cost
6A Hourl Rate-R-•ular 100 Hourly Rate
6B Hourl Rate-Non R;,•ular 20 Hourly Rate
Sub-tOtatGaup -t. 0nfy(Items 6Af613)
Line Total
(Annual Estimated
Group Estimated Annual Gross Cost x Admin
Item Descri.tion Gross Costs Administrative Mark-u• Mark-u•
6C Supplies&Materials $2500 O°
Sub-tataI yup 5-Supplies and&reterials,Only(Item 6C)
Total Group 6-Labor+Supplies and Materials(6A-C)
IPMamf-Slade BLDG 0(113 License No.: finding Capacity: $
Maim=tlyder Ac+ce $ 4Faaltia• in P , ified Pock. Yes I No
1 See Appendix C,Section 1.1,Licensure.
2 See Appendix C,Section 1.2,Bonding Capacity.
3 Bidder may state a minimum value threshold for work to be assigned by the City. Bidders that state a minimum value threshold will not
be considered for projects estimated at less than the stated threshold.
4 See Special Condition 3. Bidders may elect to submit a bid for 1) Projects awarded on a time and material basis (hourly rate plus
supplies & materials), or 2) participation in the pool of pre-qualified contractors, or 2) for both time and material projects and projects
awarded pursuant Special Condition 3.
Bidder's Affirmation
Bidder agrees to full compliance with the terms and conditions of this ITB.
Company:
Authorized Representative:
Address:
Telephone:
Email:
Authorized Representative's Signature:
ITB 2017-049-WG 52
APPENDIX E
BID PRICE FORM
Failure to submit Bid Price Form,in its entirety and fully executed by the deadline established for the receipt of
proposals will result in proposal being deemed non-responsive and being rejected.
Bidder affirms that the prices stated on the bid price form below represents the entire cost of the items in full
accordance with the requirements of this ITB, inclusive of its terms, conditions, specifications and other
requirements stated herein, and that no claim will be made on account of any increase in wage scales,
material prices, delivery delays, taxes, insurance, cost indexes or any other unless a cost escalation provision
is allowed herein and has been exercised by the City Manager in advance.
The Bid Price Form shall be completed mechanically or, if manually, in ink. Bid Price Forms completed in
pencil shall be deemed non-responsive. All corrections on the Bid Price Form shall be initialed.
�.ry,e,..6..fWY.i•IY.Ya._.. s.9k M.w.,a._..- �.._.- w y _
Group Estimated Annual Line Total
Item Descri.tion Hours UIM Unit Cost Quanta x Unit Cost
7A Hourl Rate-R-•ular 100 Hourly Rate
7B Hourl Rate-Non ular 20 Hourly Rate
_.- _ M abo Only7 _
'" " ' S� dkt (Items 4-7131
Line Total
(Annual Estimated
Group Estimated Annual Gross Cost x Admin
Item Descri.tion Gross Costs Administrative Mark-u• Mark-u•
7C Sup dies&Materials $2500
%b al`Graup 7—Supplies and&tattlers Cnty Itt ra 7�r
Tata Group 7—Labor t Supplies and Materials(?A-CI
WIG 0027 License No.: --, =Bonding Capacity: $
3tinirnumOrder Accepted: $ 4Padici•, in Pr— • , -• Pod Yes / No
See Appendix C,Section 1.1,Licensure.
2 See Appendix C,Section 1.2,Bonding Capacity.
3 Bidder may state a minimum value threshold for work to be assigned by the City. Bidders that state a minimum value threshold will not
be considered for projects estimated at less than the stated threshold.
4 See Special Condition 3. Bidders may elect to submit a bid for 1) Projects awarded on a time and material basis (hourly rate plus
supplies & materials), or 2) participation in the pool of pre-qualified contractors, or 2) for both time and material projects and projects
awarded pursuant Special Condition 3.
Bidder's Affirmation
Bidder agrees to full compliance with the terms and conditions of this ITB.
Company:
Authorized Representative:
Address:
Telephone:
Email:
Authorized Representative's Signature:
ITB 2017-049-WG 53
APPENDIX E
BID PRICE FORM
Failure to submit Bid Price Form,in its entirety and fully executed by the deadline established for the receipt of
proposals will result in proposal being deemed non-responsive and being rejected.
Bidder affirms that the prices stated on the bid price form below represents the entire cost of the items in full
accordance with the requirements of this ITB, inclusive of its terms, conditions, specifications and other
requirements stated herein, and that no claim will be made on account of any increase in wage scales,
material prices, delivery delays, taxes, insurance, cost indexes or any other unless a cost escalation provision
is allowed herein and has been exercised by the City Manager in advance.
The Bid Price Form shall be completed mechanically or, if manually, in ink. Bid Price Forms completed in
pencil shall be deemed non-responsive. All corrections on the Bid Price Form shall be initialed.
z i8 t31tiJG4t>rl5 _______
Group Estimated Annual Line Total
Item Descri•tion Hours UIM Unit Cost Quantit x Unit Cost
8A Hourl Rate-R-•ular 100 Hourly Rate
8B Hourl Rate Non R •ular 20
Hourly Rate
Suikratig Group a—LaborCtly ettsobatt‘+ Line Total
(Annual Estimated
Group Estimated Annual Gross Cost x Admin
Item Descri•tion Gross Costs Administrative Mark-u• Mark-u•
8C Sue•lies&Materials $2500
Sub-total Group 8-Supplies and Materials Only(Iters 1
Tam!Group s—tabor+Supplies and Materials(SA—Cy
Mamitlade SLUG 0Q15 License No: 2sondusg Capacity: $
.311rm musnOrder .- -•' $ aPartic..'• in• -• .. s+ed Fool: Yes 1 No
I See Appendix C,Section 1.1, Licensure.
2 See Appendix C,Section 1.2, Bonding Capacity.
3 Bidder may state a minimum value threshold for work to be assigned by the City. Bidders that state a minimum value threshold will not
be considered for projects estimated at less than the stated threshold.
a See Special Condition 3. Bidders may elect to submit a bid for 1) Projects awarded on a time and material basis (hourly rate plus
supplies & materials), or 2) participation in the pool of pre-qualified contractors, or 2) for both time and material projects and projects
awarded pursuant Special Condition 3.
Bidder's Affirmation
Bidder agrees to full compliance with the terms and conditions of this ITB.
Company:
Authorized Representative:
Address:
Telephone:
Email:
Authorized Representative's Signature:
ITB 2017-049-WG 54
APPENDIX E
BID PRICE FORM
Failure to submit Bid Price Form,in its entirety and fully executed by the deadline established for the receipt of
proposals wilt result in proposal being deemed non-responsive and being rejected.
Bidder affirms that the prices stated on the bid price form below represents the entire cost of the items in full
accordance with the requirements of this ITB, inclusive of its terms, conditions, specifications and other
requirements stated herein, and that no claim will be made on account of any increase in wage scales,
material prices, delivery delays, taxes, insurance, cost indexes or any other unless a cost escalation provision
is allowed herein and has been exercised by the City Manager in advance.
The Bid Price Form shall be completed mechanically or, if manually, in ink. Bid Price Forms completed in
pencil shall be deemed non-responsive.All corrections on the Bid Price Form shall be initialed.
Group Estimated Annual Line Total
Item Descri•tion Hours UIM Unit Cost Quantit x Unit Cost
9A Hourl Rate-R-•ular 100 Hourly Rate
9B Hourl Rate-Non-- ular 20 Hourly Rate
Sub EtatGimp 9—WWI Da igitetis i.
Line Total
(Annual Estimated
Group Estimated Annual Gross Cost x Admin
Item Descri•tion Gross Costs Administrative Mark-u. Mark-u•
9C Su idles&Materials $2500
Group 9-Supplies and 14faterfals Only(fes 9C)
Tatat Group 9—Labor 4-Supplies and Materials(9 t—C)
lillarrii-Dade BLDG 0016 License No.: 2Tharwring city: $
3Minirnwn Order Acce., •. $ 4Partica• - in- -•caned Paas: Yes / No
1 See Appendix C,Section 1.1,Licensure.
2 See Appendix C,Section 1.2, Bonding Capacity.
3 Bidder may state a minimum value threshold for work to be assigned by the City. Bidders that state a minimum value threshold will not
be considered for projects estimated at less than the stated threshold.
4 See Special Condition 3. Bidders may elect to submit a bid for 1) Projects awarded on a time and material basis (hourly rate plus
supplies & materials), or 2) participation in the pool of pre-qualified contractors, or 2) for both time and material projects and projects
awarded pursuant Special Condition 3.
Bidder's Affirmation
Bidder agrees to full compliance with the terms and conditicns of this ITS.
Company:
Authorized Representative:
Address:
Telephone:
Email:
Authorized Representative's Signature:
ITB 2017-049-WG 55
APPENDIX E
BID PRICE FORM
Failure to submit Bid Price Form,in its entirety and fully executed by the deadline established for the receipt of
proposals will result in proposal being deemed non-responsive and being rejected.
Bidder affirms that the prices stated on the bid price form below represents the entire cost of the items in full
accordance with the requirements of this ITB, inclusive of its terms, conditions, specifications and other
requirements stated herein, and that no claim will be made on account of any increase in wage scales,
material prices, delivery delays, taxes, insurance, cost indexes or any other unless a cost escalation provision
is allowed herein and has been exercised by the City Manager in advance.
The Bid Price Form shall be completed mechanically or, if manually, in ink. Bid Price Forms completed in
pencil shall be deemed non-responsive.All corrections on the Bid Price Form shall be initialed.
1;;;L: 77..7 V _0151-4:107.r:71111017
Group Estimated Annual Line Total
Item Descri.tion Hours UIM Unit Cost Quantit x Unit Cost
10A Hourl Rate-R-•ular 100 Hourly Rate
10B Hourl Rate-Non R- ular 20 Hourly Rate
gaup Ill-fir014 Uterus la•1081
Line Total
(Annual Estimated
•
Group Estimated Annual Gross Cost x Admin
Item Descri•tion Gross Costs Administrative Mark-u• Mark-u•
10C Suoolies&Materials $2500 ok
Sum Grtttp 1€l—Supper arid?Satchels Only(Item IC
Groupe lQ—Labor+Supplies and satchels(1CIA—C)
?lIwnI.Cade BLDG 0017 License No.: , 2Bording Capzeity: $
ri niawm0rderA• -• $ 'Partici• -in Pr-. - died Pool: Yes I No
1 See Appendix C,Section 1.1,Licensure.
2 See Appendix C,Section 1.2,Bonding Capacity.
3 Bidder may state a minimum value threshold for work to be assigned by the City. Bidders that state a minimum value threshold will not
be considered for projects estimated at less than the stated threshold.
^ See Special Condition 3. Bidders may elect to submit a bid for 1) Projects awarded on a time and material basis (hourly rate plus
supplies & materials), or 2) participation in the pool of pre-qualified contractors, or 2) for both time and material projects and projects
awarded pursuant Special Condition 3.
Bidder's Affirmation
Bidder agrees to full compliance with the terms and conditions of this ITB.
Company:
Authorized Representative:
Address:
Telephone:
Email:
Authorized Representative's Signature:
ITB 2017-049-WG 56
APPENDIX E
BID PRICE FORM
Failure to submit Bid Price Form,in its entirety and fully executed by the deadline established for the receipt of
proposals will result in proposal being deemed non-responsive and being rejected.
Bidder affirms that the prices stated on the bid price form below represents the entire cost of the items in full
accordance with the requirements of this ITB, inclusive of its terms, conditions, specifications and other
requirements stated herein, and that no claim will be made on account of any increase in wage scales,
material prices, delivery delays, taxes, insurance, cost indexes or any other unless a cost escalation provision
is allowed herein and has been exercised by the City Manager in advance.
The Bid Price Form shall be completed mechanically or, if manually, in ink. Bid Price Forms completed in
pencil shall be deemed non-responsive.All corrections on the Bid Price Form shall be initialed.
11— _lice_EIUMilla
Group Estimated Annual Line Total
Item Descri.tion Hours UIM Unit Cost Quantit x Unit Cost
11A Hour! Rate-Re•ular 100 Hourly Rate
116 Hourl Rate-Non R-•ular 20 Hourly Rate
Sub G IMp it-Ea*=Ont3t t9A 11
Line Total
(Annual Estimated
Group Estimated Annual Gross Cost x Admin
Item Descri.tion Gross Costs Administrative Mark-u• Mark-u•
11C Suoclies&Materials $2500 0/0
Subtotal Group 11-Supplies and Materials Cray(Item 11Cr
T Group 11—tabor{Supplies and lilabniars 111A-C)
Miiami-Dade BLDG i 018 License No.: 2BnruffngCapacity: $
Minimum Order Ars2 ,• $ ;partici - in F -•uafdied Pool: Yes / No
See Appendix C, Section 1.1,Licensure.
2 See Appendix C, Section 1.2,Bonding Capacity.
3 Bidder may state a minimum value threshold for work to be assigned by the City. Bidders that state a minimum value threshold will not
be considered for projects estimated at less than the stated threshold.
4 See Special Condition 3. Bidders may elect to submit a bid for 1) Projects awarded on a time and material basis (hourly rate plus
supplies & materials), or 2) participation in the pool of pre-qualified contractors, or 2) for both time and material projects and projects
awarded pursuant Special Condition 3.
Bidder's Affirmation
Bidder agrees to full compliance with the terms and conditions of this ITB.
Company:
Authorized Representative:
Address:
Telephone:
Email:
Authorized Representative's Signature:
ITB 2017-049-WG 57
APPENDIX E
BID PRICE FORM
Failure to submit Bid Price Form,in its entirety and fully executed by the deadline established for the receipt of
proposals will result in proposal being deemed non-responsive and being rejected.
Bidder affirms that the prices stated on the bid price form below represents the entire cost of the items in full
accordance with the requirements of this ITB, inclusive of its terms, conditions, specifications and other
requirements stated herein, and that no claim will be made on account of any increase in wage scales,
material prices, delivery delays, taxes, insurance, cost indexes or any other unless a cost escalation provision
is allowed herein and has been exercised by the City Manager in advance.
The Bid Price Form shall be completed mechanically or, if manually, in ink. Bid Price Forms completed in
pencil shall be deemed non-responsive.All corrections on the Bid Price Form shall be initialed.
Group Estimated Annual Line Total
Item Descri.tion Hours UIM Unit Cost Quantit x Unit Cost
12A Hour! Rate-R-•ular 100 Hourly Rate
12B Hou Rate-Non Recular 20 Hourly Rate ,-■
f u —watt tGrr —"l acQnt tt 12A+12B1
Line Total
(Annual Estimated
Group Estimated Annual Gross Cost x Admin
Item Descri.tion Gross Costs Administrative Mark-u. Mark-u•
12C Supplies&Materials $2500
StAftatEd Group 12 Sup{l"tes and;Maids Only Mem 1
Total Groups 12—Labor+Supplies and lgaterials(12A—Cy
eta-Slade BLDG(1053 License Na. 213cruing Vii= $
31111inimurnerdera $ ; aParfici•:.w in• -• . tfied Pool: Yes / No
1 See Appendix C,Section 1.1,Licensure.
2 See Appendix C,Section 1.2,Bonding Capacity.
3 Bidder may state a minimum value threshold for work to be assigned by the City. Bidders that state a minimum value threshold will not
be considered for projects estimated at less than the stated threshold.
See Special Condition 3. Bidders may elect to submit a bid for 1) Projects awarded on a time and material basis (hourly rate plus
supplies & materials), or 2) participation in the pool of pre-qualified contractors, or 2) for both time and material projects and projects
awarded pursuant Special Condition 3.
Bidder's Affirmation
Bidder agrees to ful€compliance with the terms and conditions of this(TB.
Company:
Authorized Representative:
Address:
Telephone:
Email:
Authorized Representative's Signature:
ITB 2017-049-WG 58
APPENDIX E
BID PRICE FORM
Failure to submit Bid Price Form,.in its entirety and fully executed by the deadline established for the receipt of
proposals will result in proposal being deemed non-responsive and being rejected.
Bidder affirms that the prices stated on the bid price form below represents the entire cost of the items in full
accordance with the requirements of this ITB, inclusive of its terms, conditions, specifications and other
requirements stated herein, and that no claim will be made on account of any increase in wage scales,
material prices, delivery delays, taxes, insurance, cost indexes or any other unless a cost escalation provision
is allowed herein and has been exercised by the City Manager in advance.
The Bid Price Form shall be completed mechanically or, if manually, in ink. Bid Price Forms completed in
pencil shall be deemed non-responsive.All corrections on the Bid Price Form shall be initialed.
=
Group Estimated Annual Line Total
Item Descri•tion Hours UIM Unit Cost Quantit x Unit Cost
13A Hourl Rate-R-•ular 100 Hourly Rate
13B Hour' Rate-Non R- ular 20 Hourly Rate
�r..,
. . 13—[ 0�h(lterns
13A+1
Line Total
(Annual Estimated
Group Estimated Annual Gross Cost x Admin
Item Descri.tion Gross Costs Administrative Mark-u• Mark-u.
13C Supplies&Materials $2500 ok
Sum Group 13-Suppffes and Materials Only(Item 13C)
Tiatat( p13 Labor+Supplies and Materials(13th—C)
,Illgamiarde BLDG((1020 License No.: zlEknximg Capacity: $
Minimum
Odes Acce -•• $ 4Farttci• - in Pr-•uaffied Pool: Yes I No
I See Appendix C,Section 1.1,Licensure.
2 See Appendix C,Section 1.2, Bonding Capacity.
3 Bidder may state a minimum value threshold for work to be assigned by the City. Bidders that state a minimum value threshold will not
be considered for projects estimated at less than the stated threshold.
4 See Special Condition 3. Bidders may elect to submit a bid for 1) Projects awarded on a time and material basis (hourly rate plus
supplies & materials), or 2) participation in the pool of pre-qualified contractors, or 2) for both time and material projects and projects
awarded pursuant Special Condition 3.
Bidder's Affirmation
Bidder agrees to full compliance with the terms and conditions of this iTB.
Company:
Authorized Representative:
Address:
Telephone:
Email:
Authorized Representative's Signature:
ITB 2017-049-WG 59
APPENDIX E
BID PRICE FORM
Failure to submit Bid Price Form,in its entirety and fully executed by the deadline established for the receipt of
proposals will result in proposal being deemed non-responsive and being rejected.
Bidder affirms that the prices stated on the bid price form below represents the entire cost of the items in full
accordance with the requirements of this ITB, inclusive of its terms, conditions, specifications and other
requirements stated herein, and that no claim will be made on account of any increase in wage scales,
material prices, delivery delays, taxes, insurance, cost indexes or any other unless a cost escalation provision
is allowed herein and has been exercised by the City Manager in advance.
The Bid Price Form shall be completed mechanically or, if manually, in ink. Bid Price Forms completed in
pencil shall be deemed non-responsive.All corrections on the Bid Price Form shall be initialed.
Grattl4=Garacie aurd [keaur
Group Estimated Annual Line Total
Item Descri.tion Hours UIM Unit Cost Quantit x Unit Cost
14A Hourl Rate-R-•ular 100 Hourly Rate
14B Hour' Rate-Non R-•ular 20 Hourly Rate
t4=tom 4 4teinb 1i4�► S1
�,w ,, a Line Total
(Annual Estimated
Group Estimated Annual Gross Cost x Admin
Item Descri.tion Gross Costs Administrative Mark-u• Mark-u•
14C Sup•lies&Materials $2500
Stdit-tetar GrEttip 14—Supplies and Matenats Only(tteen 1A!1
Tim Group 44—!abort Suppges and tlitaterials(t4A—C)
tlnii-Oade BLDG QQ22 License No. 2Bonding Capacity: $
3MnimumOrderAcce•'>•- - inPr-• - rfied Pool: Yes I No
1 See Appendix C,Section 1.1,Licensure.
2 See Appendix C,Section 1.2,Bonding Capacity.
3 Bidder may state a minimum value threshold for work to be assigned by the City. Bidders that state a minimum value threshold will not
be considered for projects estimated at less than the stated threshold.
4 See Special Condition 3. Bidders may elect to submit a bid for 1) Projects awarded on a time and material basis (hourly rate plus
supplies & materials), or 2) participation in the pool of pre-qualified contractors, or 2) for both time and material projects and projects
awarded pursuant Special Condition 3.
Bidder's Affirmation
Bidder agrees to full compliance with the terms and conditions of this ITB.
Company:
Authorized Representative:
Address:
Telephone:
Email:
Authorized Representative's Signature:
ITB 2017-047NG 60
APPENDIX E
BID PRICE FORM
Failure to submit Bid Price Form,in its entirety and fully executed by the deadline established for the receipt of
proposals will result in proposal being deemed non-responsive and being rejected.
Bidder affirms that the prices stated on the bid price form below represents the entire cost of the items in full
accordance with the requirements of this ITB, inclusive of its terms, conditions, specifications and other
requirements stated herein, and that no claim will be made on account of any increase in wage scales,
material prices, delivery delays, taxes, insurance, cost indexes or any other unless a cost escalation provision
is allowed herein and has been exercised by the City Manager in advance.
The Bid Price Form shall be completed mechanically or, if manually, in ink. Bid Price Forms completed in
pencil shall be deemed non-responsive.All corrections on the Bid Price Form shall be initialed.
Group Estimated Annual Line Total
Item Descri.tion Hours UIM Unit Cost Quantit x Unit Cost
15A Hourl Rate-R-pular 100 Hourly Rate
15B HourI Rate-Non Regular 20 Hourly Rate
Grenri 15-Later Oily(Items 15A*15%
Line Total
(Annual Estimated
Group Estimated Annual Gross Cost x Admin
Item Descri.tion Gross Costs Administrative Mark-u• Mark-u•
15C Su•olies&Materials $2500
:S -(plat Gra 15—Supplies and Materials Only(testa 15C1'
Tata Groupt 15—Labor+Supplies and Vaferials(15A—C)
!Kamiirtlade BLDG 0023 License No.: 2Bonding Capacity: $
nimiun Order• - -• -• $ 4Partici•- - in P ualified Pool: Yes I No
See Appendix C,Section 1.1,Licensure.
2 See Appendix C,Section 1.2,Bonding Capacity.
3 Bidder may state a minimum value threshold for work to be assigned by the City. Bidders that state a minimum value threshold will not
be considered for projects estimated at less than the stated threshold.
^ See Special Condition 3. Bidders may elect to submit a bid for 1) Projects awarded on a time and material basis (hourly rate plus
supplies & materials), or 2) participation in the pool of pre-qualified contractors, or 2) for both time and material projects and projects
awarded pursuant Special Condition 3.
Bidder's Affirmation
Bidder agrees b full compliance with the terms and conditions of this lTB.
Company:
Authorized Representative:
Address:
Telephone:
Email:
Authorized Representative's Signature:
ITB 2017-049-WG 61
APPENDIX E
BID PRICE FORM
Failure to submit Bid Price Form,in its entirety and fully executed by the deadline established for the receipt of
proposals will result in proposal being deemed non-responsive and being rejected.
Bidder affirms that the prices stated on the bid price form below represents the entire cost of the items in full
accordance with the requirements of this ITB, inclusive of its terms, conditions, specifications and other
requirements stated herein, and that no claim will be made on account of any increase in wage scales,
material prices, delivery delays, taxes, insurance, cost indexes or any other unless a cost escalation provision
is allowed herein and has been exercised by the City Manager in advance.
The Bid Price Form shall be completed mechanically or, if manually, in ink. Bid Price Forms completed in
pencil shall be deemed non-responsive.All corrections on the Bid Price Form shall be initialed.
Group Estimated Annual Line Total
Item Descri.tion Hours UIM Unit Cost Quantit x Unit Cost
16A Hourl Rate-R-•ular 100 Hourly Rate
168 Hour!, Rate-Non ular 20 Hourly Rate
16 t
Line Total
(Annual Estimated
Group Estimated Annual Gross Cost x Admin
Item Descri.tion Gross Costs Administrative Mark-u• Mark-u•
16C Suoolies&Materials $2500
Suf tal Grauer 16—Supplies and i4iaterials Only(item 16C
7otatGimp116—tabor+Suppgesand_Ma (16A—Ey
1M1arni-Dade BLDG Qt198License No.: 2Bonding Capacity: $
.min UITI Older•. $ 4Partici.-'- in p per; Yes I No
I See Appendix C,Section 1.1,Licensure.
2 See Appendix C,Section 1.2, Bonding Capacity.
3 Bidder may state a minimum value threshold for work to be assigned by the City. Bidders that state a minimum value threshold will not
be considered for projects estimated at less than the stated threshold.
4 See Special Condition 3. Bidders may elect to submit a bid for 1) Projects awarded on a time and material basis (hourly rate plus
supplies & materials), or 2) participation in the pool of pre-qualified contractors, or 2) for both time and material projects and projects
awarded pursuant Special Condition 3.
Bidder's Affirmation
Bidder agrees to full compliance with the terms and conditions of this ITB,
Company:
Authorized Representative:
Address:
Telephone:
Email:
Authorized Representative's Signature:
ITB 2017-049-WG 62
APPENDIX E
BID PRICE FORM
Failure to submit Bid Price Form,in its entirety and fully executed by the deadline established for the receipt of
proposals will result in proposal being deemed non-responsive and being rejected.
Bidder affirms that the prices stated on the bid price form below represents the entire cost of the items in full
accordance with the requirements of this ITB, inclusive of its terms, conditions, specifications and other
requirements stated herein, and that no claim will be made on account of any increase in wage scales,
material prices, delivery delays, taxes, insurance, cost indexes or any other unless a cost escalation provision
is allowed herein and has been exercised by the City Manager in advance.
The Bid Price Form shall be completed mechanically or, if manually, in ink. Bid Price Forms completed in
pencil shall be deemed non-responsive.All corrections on the Bid Price Form shall be initialed.
Group Estimated Annual Line Total
Item Descri.tion Hours UIM Unit Cost Quantit x Unit Cost
17A Hourl Rate-R-.ular 100 Hourly Rate
17B Hourl Rate-Non R- ular 20 Hourly Rate
. .. - fF=Eabat�y tei�s tTA
4-17By
Line Total
(Annual Estimated
Group Estimated Annual Gross Cost x Admin
Item Descri.tion Gross Costs Administrative Mark-u. Mark-u.
17C Suoolies&Materials $2500
Sub-fatal Group 17 Supplies and Materials Cr (Iter 17C}
Taal Group-17-Utaor+Sup esandEldatea al's(17A—C)
1ani-Dade ELM 0059 License No:; lace Ong Capacity: $
nuru m CrderA $ .'Partici - in Pr=.uald1ed Poet: Yes / No
See Appendix C,Section 1.1,Licensure.
2 See Appendix C,Section 1.2, Bonding Capacity.
3 Bidder may state a minimum value threshold for work to be assigned by the City. Bidders that state a minimum value threshold will not
be considered for projects estimated at less than the stated threshold.
' See Special Condition 3. Bidders may elect to submit a bid for 1) Projects awarded on a time and material basis (hourly rate plus
supplies & materials), or 2) participation in the pool of pre-qualified contractors, or 2) for both time and material projects and projects
awarded pursuant Special Condition 3.
Bidder's Affirmation
Bidder agrees to full compliance with the terms and conditions of this.ETB.
Company:
Authorized Representative:
Address:
Telephone:
Email:
Authorized Representative's Signature:
ITB 2017-049-WG 63
APPENDIX E
BID PRICE FORM
Failure to submit Bid Price Form,in its entirety and fully executed by the deadline established for the receipt of
proposals wilt result in proposal being deemed non-responsive and being rejected.
Bidder affirms that the prices stated on the bid price form below represents the entire cost of the items in full
accordance with the requirements of this ITB, inclusive of its terms, conditions, specifications and other
requirements stated herein, and that no claim will be made on account of any increase in wage scales,
material prices, delivery delays, taxes, insurance, cost indexes or any other unless a cost escalation provision
is allowed herein and has been exercised by the City Manager in advance.
The Bid Price Form shall be completed mechanically or, if manually, in ink. Bid Price Forms completed in
pencil shall be deemed non-responsive.All corrections on the Bid Price Form shall be initialed.
,
. r_ �aet� _ TS>�13G L�4�s
Group Estimated Annual Line Total
Item Descri.tion Hours UIM Unit Cost Quantit x Unit Cost
18A Hourl Rate-R-pular 100 Hourly Rate
18B Hourl Rate-NonR •ular 20 Hourly Rate
Grp Tel llf( c 3- +18Ef}
;1771-7,77,— Line Total
(Annual Estimated
Group Estimated Annual Gross Cost x Admin
Item Descri.tion Gross Costs Administrative Mark-u• Mark-u•
18C Suoolies&Materials $2500
Group la—Supplies and Matenais Only(Item taC'f
0025 Tt�Group`118—Labor*Supplies and 6lfaterialsl(laA—C
Mani-Bade BLDG License No.: 2Bonding Cvacity= $
3M1nimien Order Acce• $ 4Partici•- - in Fr-• . died Pool: Yes I No
I See Appendix C,Section 1.1,Licensure.
2 See Appendix C,Section 1.2,Bonding Capacity.
3 Bidder may state a minimum value threshold for work to be assigned by the City. Bidders that state a minimum value threshold will not
be considered for projects estimated at less than the stated threshold.
4 See Special Condition 3. Bidders may elect to submit a bid for 1) Projects awarded on a time and material basis (hourly rate plus .
supplies & materials), or 2) participation in the pool of pre-qualified contractors, or 2) for both time and material projects and projects
awarded pursuant Special Condition 3.
Bidder's Affirmation
Bidder agrees to full compliance with the terms and conditions of this ii-B.
Company:
Authorized Representative:
Address:
Telephone:
Email:
Authorized Representative's Signature:
ITB 2017-049-WG 64
APPENDIX E
BID PRICE FORM
Failure to submit Bid Price Form,in its entirety and fully executed by the deadline established for the receipt of
proposals will result in proposal being deemed non-responsive and being rejected.
Bidder affirms that the prices stated on the bid price form below represents the entire cost of the items in full
accordance with the requirements of this ITB, inclusive of its terms, conditions, specifications and other
requirements stated herein, and that no claim will be made on account of any increase in wage scales,
material prices, delivery delays, taxes, insurance, cost indexes or any other unless a cost escalation provision
is allowed herein and has been exercised by the City Manager in advance.
The Bid Price Form shall be completed mechanically or, if manually, in ink. Bid Price Forms completed in
pencil shall be deemed non-responsive.All corrections on the Bid Price Form shall be initialed.
Group Estimated Annual Line Total
Item Descri tion Hours UIM Unit Cost Quantit x Unit Cost
19A Hourl Rate-Re.ular 100 Hourly Rate
198 Hou Rate-Non R: ular 20 Hourly Rate
.a _. 1 19131
GnzupT3-Labor (Items
Line Total
(Annual Estimated
Group Estimated Annual Gross Cost x Admin
Item Descri.tion Gross Costs Administrative Mark-u. Mark-u•
19C Su.olies&Materials $2500
Sub4ital Group 19—Supplies and Materials Only(Item 19C)
Total Group 19—Labor+Supplies and Materials(19A—C)
amtDade BLDG C26 License No-: Capacity: $
31li nimurn Order Acce •• $ 4Partici• - in Pr:,ual-died Pool: Yes I No
1 See Appendix C,Section 1.1,Licensure.
2 See Appendix C,Section 1.2,Bonding Capacity.
3 Bidder may state a minimum value threshold for work to be assigned by the City.Bidders that state a minimum value threshold will not
be considered for projects estimated at less than the stated threshold.
4 See Special Condition 3. Bidders may elect to submit a bid for 1) Projects awarded on a time and material basis (hourly rate plus
supplies & materials), or 2) participation in the pool of pre-qualified contractors, or 2) for both time and material projects and projects
awarded pursuant Special Condition 3.
Bidder's Affirmation
Bidder agrees to full compliance with the terms and conditions of this ITB.
Company:
Authorized Representative:
Address:
Telephone:
Email:
Authorized Representative's Signature:
ITB 2017-044-W�` 65
APPENDIX E
BID PRICE FORM
Failure to submit Bid Price Form,in its entirety and fully executed by the deadline established for the receipt of
proposals will result in proposal being deemed non-responsive and being rejected.
Bidder affirms that the prices stated on the bid price form below represents the entire cost of the items in full
accordance with the requirements of this ITB, inclusive of its terms, conditions, specifications and other
requirements stated herein, and that no claim will be made on account of any increase in wage scales,
material prices, delivery delays, taxes, insurance, cost indexes or any other unless a cost escalation provision
is allowed herein and has been exercised by the City Manager in advance.
The Bid Price Form shall be completed mechanically or, if manually, in ink. Bid Price Forms completed in
pencil shall be deemed non-responsive.All corrections on the Bid Price Form shall be initialed.
Group Estimated Annual Line Total
Item Descri.tion Hours UIM Unit Cost Quantit x Unit Cost
20A Hourl Rate-R-.ular 100 Hourly Rate
20B Hourl Rate-Non R-•ular 20 Hourly Rate _—
(Its
S
� - ukz�a�Graup 2Q-E.abas`tn2QA+2116;E
Line Total
(Annual Estimated
Group Estimated Annual Gross Cost x Admin
Item Descri.tion Gross Costs Administrative Mark-u. Mark-u.
20C Supplies&Materials $2500
Sdb-teal&rap 2 —Supplies and Materials Cniy(Iter 2CC)
TCU Group 2O—tabor+-Supplies and Materials(2QA—C)
tliffamRlacle EIEC Gall License No.: I2Boncrurg Capacity: $
-Minimum Order Ac ce. ••- $ 4Partici.-'• in Pr•• . fied Pool: Yes I No
1 See Appendix C,Section 1.1,Licensure.
2 See Appendix C,Section 1.2,Bonding Capacity.
3 Bidder may state a minimum value threshold for work to be assigned by the City. Bidders that state a minimum value threshold will not
be considered for projects estimated at less than the stated threshold.
4 See Special Condition 3. Bidders may elect to submit a bid for 1) Projects awarded on a time and material basis (hourly rate plus
supplies & materials), or 2) participation in the pool of pre-qualified contractors, or 2)for both time and material projects and projects
awarded pursuant Special Condition 3.
Bidder's Affirmation
Bidder agrees to full compliance with the terms and conditions of this ITB.
Company:
Authorized Representative:
Address:
Telephone:
Email:
Authorized Representative's Signature:
ITB 2017-049-WG 66
APPENDIX E
BID PRICE FORM
Failure to submit Bid Price Form,in its entirety and fully executed by the deadline established for the receipt of
proposals wilt result in proposal being deemed non-responsive and being rejected.
Bidder affirms that the prices stated on the bid price form below represents the entire cost of the items in full
accordance with the requirements of this ITB, inclusive of its terms, conditions, specifications and other
requirements stated herein, and that no claim will be made on account of any increase in wage scales,
material prices, delivery delays, taxes, insurance, cost indexes or any other unless a cost escalation provision
is allowed herein and has been exercised by the City Manager in advance.
The Bid Price Form shall be completed mechanically or, if manually, in ink. Bid Price Forms completed in
pencil shall be deemed non-responsive.All corrections on the Bid Price Form shall be initialed.
Group Estimated Annual Line Total
Item Descrition Hours UIM Unit Cost Quantit x Unit Cost
21A Hourl Rate-R-•ular 100 Hourly Rate
21B Hour) Rate-Non R- ular 20 Hourly Rate
Gino 21—t;a6at'!rl}i(letsss 21A+21
Line Total
(Annual Estimated
Group Estimated Annual Gross Cost x Admin
Item Descri.tion Gross Costs Administrative Mark-u. Mark-u•
21C Suoolies&Materials $2500 0/0
Sial Group 21-Supplies and Materials Only(hens 2101
Total Group 21—Labor+Supplies and igatetiafs(21A—C)
E-0acfe ELEC QQO2 License Um.: =Bonding Capacity: $
Minirnunn CrderAccepted: $ 'Partici.. - in Pr -Med Pool: Yes I No
I See Appendix C,Section 1.1,Licensure.
2 See Appendix C,Section 1.2,Bonding Capacity.
3 Bidder may state a minimum value threshold for work to be assigned by the City. Bidders that state a minimum value threshold will not
be considered for projects estimated at less than the stated threshold.
' See Special Condition 3. Bidders may elect to submit a bid for 1) Projects awarded on a time and material basis (hourly rate plus
supplies & materials), or 2) participation in the pool of pre-qualified contractors, or 2)for both time and material projects and projects
awarded pursuant Special Condition 3.
Bidder's Affirmation
Bidder agrees to full compliance with the terms and conditions of this ITB.
Company:
Authorized Representative:
Address:
Telephone:
Email:
Authorized Representative's Signature:
ITB 2017-049-WG 67
APPENDIX E
BID PRICE FORM
Failure to submit Bid Price Form,in its entirety and fully executed by the deadline established for the receipt of
proposals will result in proposal being deemed non-responsive and being rejected.
Bidder affirms that the prices stated on the bid price form below represents the entire cost of the items in full
accordance with the requirements of this ITB, inclusive of its terms, conditions, specifications and other
requirements stated herein, and that no claim will be made on account of any increase in wage scales,
material prices, delivery delays, taxes, insurance, cost indexes or any other unless a cost escalation provision
is allowed herein and has been exercised by the City Manager in advance.
The Bid Price Form shall be completed mechanically or, if manually, in ink. Bid Price Forms completed in
pencil shall be deemed non-responsive.All corrections on the Bid Price Form shall be initialed.
el04.22-AtistiiiPhiTritTites-
Group Estimated Annual Line Total
Item Descri•tion Hours UIM Unit Cost Quantit x Unit Cost
22A Hourl Rate-R-.ular 100 Hourly Rate
22B Hourl Rate-Non R: ular 20 Hourly Rate
.. Sigrrtett(nur22—Lafu»rCnj(Items 22A+22.8}
Line Total
(Annual Estimated
Group Estimated Annual Gross Cost x Admin
Item Descri.tion Gross Costs Administrative Mark-u• Mark-u.
22C Supplies&Materials $2500
Sub-tats€Group 22-Supplies and M rats[fitly(Item 22C)
Total Group 22—Labor+Supplies and Materials(22A—C)
'Miami Dade PLUM Mal License filo.: -- 2Bcmcring city 3
31I nimurn Order A«--• -• $ 4Partia - in P -•uarfied Pool: Yes I No
1 See Appendix C,Section 1.1,Licensure.
2 See Appendix C,Section 1.2,Bonding Capacity.
3 Bidder may state a minimum value threshold for work to be assigned by the City.Bidders that state a minimum value threshold will not
be considered for projects estimated at less than the stated threshold.
^ See Special Condition 3. Bidders may elect to submit a bid for 1) Projects awarded on a time and material basis (hourly rate plus
supplies & materials), or 2) participation in the pool of pre-qualified contractors, or 2) for both time and material projects and projects
awarded pursuant Special Condition 3.
Bidder's Affirmation
Bidder agrees to full compliance with the terms and conditions of this ITB.
Company:
Authorized Representative:
Address:
Telephone:
Email:
Authorized Representative's Signature:
ITB 201 r04 'WG 68
APPENDIX E
BID PRICE FORM
Failure to submit Bid Price Form,in its entirety and fully executed by the deadline established for the receipt of
proposals will result in proposal being deemed non-responsive and being rejected.
Bidder affirms that the prices stated on the bid price form below represents the entire cost of the items in full
accordance with the requirements of this ITB, inclusive of its terms, conditions, specifications and other
requirements stated herein, and that no claim will be made on account of any increase in wage scales,
material prices, delivery delays, taxes, insurance, cost indexes or any other unless a cost escalation provision
is allowed herein and has been exercised by the City Manager in advance.
The Bid Price Form shall be completed mechanically or, if manually, in ink, Bid Price Forms completed in
pencil shall be deemed non-responsive. All corrections on the Bid Price Form shall be initialed.
sem= Ekoupa—wwitertawa
a —
Group Estimated Annual Line Total
Item Descri•tion Hours Quantit x Unit Cost
23A Hourl Rate-Re•ular 100 Hourly Rate
23B Houd Rate-Non R- ular 20 Hourly Rate
Sum Group 23—Lab aft( ems 23A+23B)�
Line Total
(Annual Estimated
Group Estimated Annual Gross Cost x Admin
Item Descri•tion Gross Costs Administrative Mark-u• Mark-u•
23C Suoolies&Materials S2500
Butz-tataf Group 23-Supplies and M ate iais Onfy(Iom 23C)
Total Group 23—labor+Supplies and Materials -C)
1ami-0ade PUN UM License No.: 2Bonding Cly: $
3ilffnimun Order A---. - in Pr,. .Ccfied Pool. Yes / No
1 See Appendix C,Section 1.1,Licensure.
2 See Appendix C,Section 1.2, Bonding Capacity.
3 Bidder may state a minimum value threshold for work to be assigned by the City. Bidders that state a minimum value threshold will not
be considered for projects estimated at less than the stated threshold.
^ See Special Condition 3. Bidders may elect to submit a bid for 1) Projects awarded on a time and material basis (hourly rate plus
supplies & materials), or 2) participation in the pool of pre-qualified contractors, or 2) for both time and material projects and projects
awarded pursuant Special Condition 3.
Bidder's Affirmation
Bidder agrees to full compliance with the terms and corditions of this ITB.
Company:
Authorized Representative:
Address:
Telephone:
Email:
Authorized Representative's Signature:
ITB 2017-049-WG 69
APPENDIX E
BID PRICE FORM
Failure to submit Bid Price Form,in its entirety and fully executed by the deadline established for the receipt of
proposals will result in proposal being deemed non-responsive and being rejected.
Bidder affirms that the prices stated on the bid price form below represents the entire cost of the items in full
accordance with the requirements of this ITB, inclusive of its terms, conditions, specifications and other
requirements stated herein, and that no claim will be made on account of any increase in wage scales,
material prices, delivery delays, taxes, insurance, cost indexes or any other unless a cost escalation provision
is allowed herein and has been exercised by the City Manager in advance.
The Bid Price Form shall be completed mechanically or, if manually, in ink. Bid Price Forms completed in
pencil shall be deemed non-responsive.All corrections on the Bid Price Form shall be initialed.
-, pZ4- rPoati
t
Group Estimated Annual Line Total
Item Descri.tion Hours UIM Unit Cost Quantit x Unit Cost
24A Hourl Rate-R-.ular 100 Hourly Rate
24B Hourl Rate-Non R- ular 20 Hourly Rate
Sub-total p 24-1 ahnrtlnly(terns 24A+248)
Line Total
(Annual Estimated
Group Estimated Annual Gross Cost x Admin
Item Descri.tion Gross Costs Administrative Mark-u. Mark-u.
24C Suoolies&Materials $2500
Sufi-fatal Group 24—Supplies and Mate&Only(Item 24C)
Total Group 24-Labor+Supplies and Materials(24A—q
1Miami-Dade PLUM 0009 License Na.: 2Borrding Capacity: $
Maim" nn Order .,- $ 4Pasi ci•-_ in- • r Med Pool: Yes I No
I See Appendix C, Section 1.1,Licensure.
2 See Appendix C,Section 1.2,Bonding Capacity.
3 Bidder may state a minimum value threshold for work to be assigned by the City. Bidders that state a minimum value threshold will not
be considered for projects estimated at less than the stated threshold.
4 See Special Condition 3. Bidders may elect to submit a bid for 1) Projects awarded on a time and material basis (hourly rate plus
supplies & materials), or 2) participation in the pool of pre-qualified contractors, or 2) for both time and material projects and projects
awarded pursuant Special Condition 3.
Bidder's Affirmation
Bidder agrees to full compliance with the terms and conditions of this ITB.
Company:
Authorized Representative:
Address:
Telephone:
Email:
Authorized Representative's Signature:
ITB 2017&9-WG 70
APPENDIX E
BID PRICE FORM
Failure to submit Bid Price Form,in its entirety and fully executed by the deadline established for the receipt of
proposals will result in proposal being deemed non-responsive and being rejected_
Bidder affirms that the prices stated on the bid price form below represents the entire cost of the items in full
accordance with the requirements of this ITB, inclusive of its terms, conditions, specifications and other
requirements stated herein, and that no claim will be made on account of any increase in wage scales,
material prices, delivery delays, taxes, insurance, cost indexes or any other unless a cost escalation provision
is allowed herein and has been exercised by the City Manager in advance.
The Bid Price Form shall be completed mechanically or, if manually, in ink. Bid Price Forms completed in
pencil shall be deemed non-responsive.All corrections on the Bid Price Form shall be initialed.
as#ara�gif-; Pllli0
Group Estimated Annual Line Total
Item Descri.tion Hours UIM Unit Cost Quantit x Unit Cost
25A Hourl Rate-R-•ular 100 Hourly Rate
25B Hourl Rate-Non R=•ular 20 Hourly Rate
a 25—Labor Oily(Items 25A+25B}
Line Total
(Annual Estimated
Group Estimated Annual Gross Cost x Admin
Item Descri.tion Gross Costs Administrative Mark-u• Mark-u.
25C Suo•lies&Materials $2500
Sufi-total Group 25-Supplies and Mater!at's€nfy(Item 25C)
Total Group 25—Labor+Supplies and Materials(25A—C)
ilano-Dade PLUM 4Q O License No.`. Zen 3 Capacity= $
Order . . • -• $ -, is P -ified pant Yes I No
I See Appendix C,Section 1.1,Licensure.
2 See Appendix C,Section 1.2,Bonding Capacity.
3 Bidder may state a minimum value threshold for work to be assigned by the City. Bidders that state a minimum value threshold will not
be considered for projects estimated at less than the stated threshold.
4 See Special Condition 3. Bidders may elect to submit a bid for 1) Projects awarded on a time and material basis (hourly rate plus
supplies & materials), or 2) participation in the pool of pre-qualified contractors, or 2) for both time and material projects and projects
awarded pursuant Special Condition 3.
Bidder's Affirmation
Bidder agrees to full compliance with the terms and conditions of this ITB.
Company:
Authorized Representative:
Address:
Telephone:
Email:
Authorized Representative's Signature:
ITB 2017-049-WG 71
APPENDIX E
BID PRICE FORM
Failure to submit Bid Price Form,in its entirety and fully executed by the deadline established for the receipt of
proposals will result in proposal being deemed non-responsive and being rejected.
Bidder affirms that the prices stated on the bid price form below represents the entire cost of the items in full
accordance with the requirements of this ITB, inclusive of its terms, conditions, specifications and other
requirements stated herein, and that no claim will be made on account of any increase in wage scales,
material prices, delivery delays, taxes, insurance, cost indexes or any other unless a cost escalation provision
is allowed herein and has been exercised by the City Manager in advance.
The Bid Price Form shall be completed mechanically or, if manually, in ink. Bid Price Forms completed in
pencil shall be deemed non-responsive.All corrections on the Bid Price Form shall be initialed.
Group Estimated Annual Line Total
Item Description Hours UIM Unit Cost (Quantity x Unit Cost)
26A Hourly Rate-Regular 100 Hourly Rate
26B Hour! Rate-Non R- ular 20 Hourly Rate
t o 26—Lai=Only(Items 26A+26B)
Line Total
(Annual Estimated
Group Estimated Annual Gross Cost x Admin
Item Description Gross Costs Administrative Mark-up Mark-up)
26C Suoolies&Materials $2500
Sibtotal Group 26-Supplies and Materials Only(tear 26C)
TotalGrcutx26—Labor+Supplies and Materials PEA-C)
ami-Dade MEM Oen License No.: , 2Bornfing Capacity: $
3Minumun OrderAcce•'-•• $ 4Partici•. -in Pr_• .- ed Pool: Yes I No
1 See Appendix C,Section 1.1,Licensure.
2 See Appendix C,Section 1.2,Bonding Capacity.
3 Bidder may state a minimum value threshold for work to be assigned by the City. Bidders that state a minimum value threshold will not
be considered for projects estimated at less than the stated threshold.
4 See Special Condition 3. Bidders may elect to submit a bid for 1) Projects awarded on a time and material basis (hourly rate plus
supplies & materials), or 2) participation in the pool of pre-qualified contractors, or 2) for both time and material projects and projects
awarded pursuant Special Condition 3.
Bidder's Affirmation
Bidder agrees to full compliance with the terms and conditions of this ITB.
Company:
Authorized Representative:
Address:
Telephone:
Email:
Authorized Representative's Signature:
ITB 2017-049-WG 72
APPENDIX E
BID PRICE FORM
Failure to submit Bid Price Form, in its entirety and fully executed by the deadline established for the receipt of
proposals will result in proposal being deemed non-responsive and being rejected-
Bidder affirms that the prices stated on the bid price form below represents the entire cost of the items in full
accordance with the requirements of this ITB, inclusive of its terms, conditions, specifications and other
requirements stated herein, and that no claim will be made on account of any increase in wage scales,
material prices, delivery delays, taxes, insurance, cost indexes or any other unless a cost escalation provision
is allowed herein and has been exercised by the City Manager in advance.
The Bid Price Form shall be completed mechanically or, if manually, in ink. Bid Price Forms completed in
pencil shall be deemed non-responsive.All corrections on the Bid Price Form shall be initialed.
Talc _
-
Group Estimated Annual Line Total
Item Descri•tion Hours UIM Unit Cost Quanti x Unit Cost
27A Haul Rate-R-•ular 100 Hourly Rate
27B Hour! Rate-Non R- ular 20 Hourly Rate
�. Sulk i es--1 ail&Cray Parrs 27'A+219)
Line Total
(Annual Estimated
Group Estimated Annual Gross Cost x Admin
Item Descri•tion Gross Costs Administrative Mark-u• Mark-u•
27C Suo•lies&Materials $2500
Std-total Group 21—Supplies and Materials Only(hens 21C}
Total Group 2t—Labor+Supplies and Materials(VA—C)
arni-F3adeJYIECJ<f WM License No.: 2Bondrrg Capacrty: $
3ilifinirnune Order Acne.,-•• $ 4Partici•- - in P -• .lied Pool: Yes I No
See Appendix C,Section 1.1,Licensure.
2 See Appendix C,Section 1.2,Bonding Capacity.
3 Bidder may state a minimum value threshold for work to be assigned by the City.Bidders that state a minimum value threshold will not
be considered for projects estimated at less than the stated threshold.
4 See Special Condition 3. Bidders may elect to submit a bid for 1) Projects awarded on a time and material basis (hourly rate plus
supplies & materials), or 2) participation in the pool of pre-qualified contractors, or 2) for both time and material projects and projects
awarded pursuant Special Condition 3.
Bidder's Affirmation
Bidder agrees to full compliance with the terms and conditions of this ITB.
Company:
Authorized Representative:
Address:
Telephone:
Email:
Authorized Representative's Signature:
ITB 2017-049-WG 73
APPENDIX E
BID PRICE FORM
Failure to submit Bid Price Form,in its entirety and fully executed by the deadline established for the receipt of
proposals will result in proposal being deemed non-responsive and being rejected.
Bidder affirms that the prices stated on the bid price form below represents the entire cost of the items in full
accordance with the requirements of this ITB, inclusive of its terms, conditions, specifications and other
requirements stated herein, and that no claim will be made on account of any increase in wage scales,
material prices, delivery delays, taxes, insurance, cost indexes or any other unless a cost escalation provision
is allowed herein and has been exercised by the City Manager in advance.
The Bid Price Form shall be completed mechanically or, if manually, in ink. Bid Price Forms completed in
pencil shall be deemed non-responsive.All corrections on the Bid Price Form shall be initialed.
M- tlt Y
Group Estimated Annual Line Total
Item Descri•tion Hours UIM Unit Cost Quantit x Unit Cost
28A Hourl Rate-R-Iular 100 Hourly Rate
286 Hour! Rate-Non R- ular 20 Hourly Rate
(lms M ;ilk
Line Total
(Annual Estimated
Group Estimated Annual Gross Cost x Admin
Item Descri•tion Gross Costs Administrative Mark-u• Mark-u.
28C Su.olies&Materials $2500
Sub-tafat Gn3up 23—Supplies and&Wed&E3rily(lfe 23C),
Total Group 28—Labor+Supplies and Materials(28A—CI
Miami-Dade RECK Qua i License No.: zBcnding Capacity: $
31ffaaimrtn Oder $ 4Parti". int P -• -ified Pool: Yes 1 No
I See Appendix C,Section 1.1,Licensure.
2 See Appendix C,Section 1.2,Bonding Capacity.
3 Bidder may state a minimum value threshold for work to be assigned by the City. Bidders that state a minimum value threshold will not
be considered for projects estimated at less than the stated threshold.
' See Special Condition 3. Bidders may elect to submit a bid for 1) Projects awarded on a time and material basis (hourly rate plus
supplies & materials), or 2) participation in the pool of pre-qualified contractors, or 2) for both time and material projects and projects
awarded pursuant Special Condition 3.
Bidder's Affirmation
Bidder agrees to full compliance with the terms and conditions of this LTB.
Company:
Authorized Representative:
Address:
Telephone:
Email:
Authorized Representative's Signature:
ITB 2017-049-W74
APPENDIX E
BID PRICE FORM
Failure to submit Bid Price Form,in its entirety and fully executed by the deadline established for the receipt of
proposals will result in proposal being deemed non-responsive and being rejected.
Bidderaffirms that the prices stated on the bid price form below represents the entire cost of the items in full
accordance with the requirements of this ITB, inclusive of its terms, conditions, specifications and other
requirements stated herein, and that no claim will be made on account of any increase in wage scales,
material prices, delivery delays, taxes, insurance, cost indexes or any other unless a cost escalation provision
is allowed herein and has been exercised by the City Manager in advance.
The Bid Price Form shall be completed mechanically or, if manually, in ink. Bid Price Forms completed in
pencil shall be deemed non-responsive.All corrections on the Bid Price Form shall be initialed.
Group Estimated Annual Line Total
Item Descri.tion Hours UIM Unit Cost Quantit x Unit Cost
29A Hourl Rate-Regular 100 Hourly Rate
298 Hourl Rate-Non R= ular 20 Hourly Rate
YySUIAltai_ Grr -.ate 29A -
-#._ ;qty tents ¢
Line Total
(Annual Estimated
Group Estimated Annual Gross Cost x Admin
Item Descri.tion Gross Costs Administrative Mark-u• Mark-u.
29C Supplies&Materials $2500
•
Sub-total Group 29-Supofss aft Materials 014(item 2901
Total Gii up 2 I—Labor+S inges and illetesiats P3A—C)
Mani-Dade BLDG 0078 License zan4 y= $
3115nimunr CrderAcne.= - $ ',Partici - in• :• . ' ed Poal- Yes / No
I See Appendix C,Section 1.1,Licensure.
2 See Appendix C,Section 1.2,Bonding Capacity.
3 Bidder may state a minimum value threshold for work to be assigned by the City. Bidders that state a minimum value threshold will not
be considered for projects estimated at less than the stated threshold.
^ See Special Condition 3. Bidders may elect to submit a bid for 1) Projects awarded on a time and material basis (hourly rate plus
supplies & materials), or 2) participation in the pool of pre-qualified contractors, or 2) for both time and material projects and projects
awarded pursuant Special Condition 3.
Bidders Affirmation
Bidder agrees to full compliance with the terms anct conditions of this ITB.
Company:
Authorized Representative:
Address:
Telephone:
Email:
Authorized Representative's Signature:
1TB 2017-049-WG 75
APPENDIX E
BID PRICE FORM
Failure to submit Bid Price Form,in its entirety and fully executed by the deadline established for the receipt of
proposals will result in proposal being deemed non-responsive and being rejected.
Bidder affirms that the prices stated on the bid price form below represents the entire cost of the items in full
accordance with the requirements of this ITB, inclusive of its terms, conditions, specifications and other
requirements stated herein, and that no claim will be made on account of any increase in wage scales,
material prices, delivery delays, taxes, insurance, cost indexes or any other unless a cost escalation provision
is allowed herein and has been exercised by the City Manager in advance.
The Bid Price Form shall be completed mechanically or, if manually, in ink. Bid Price Forms completed in
pencil shall be deemed non-responsive.All corrections on the Bid Price Form shall be initialed.
Group Estimated Annual Line Total
Item Descri.tion Hours UIM Unit Cost Quantit x Unit Cost
30A Hourl Rate-R-•ular 100 Hourly Rate
30B Hourl Rate-Non R- ular 20 Hourly Rate _--.
(Items 30A+30
Line Total
(Annual Estimated
Group Estimated Annual Gross Cost x Admin
Item Descri.tion Gross Costs Administrative Mark-u• Mark-u•
30C Supplies&Materials $2500 0/0
Sul-total Group 30 Supplies ad Materials Only(item 34m
-.. . TotaJ Group 30—t aboir+Supplies and Materials(30A—C
1MIami-Dade PLUM 0004 License No-; _—'. Tending CacacitY: $
3114nirnuni Oilier'., '•' . $ 4- in' •ualified Fccl: Yes / No
I See Appendix C,Section 1.1,Licensure.
2 See Appendix C,Section 1.2,Bonding Capacity.
3 Bidder may state a minimum value threshold for work to be assigned by the City. Bidders that state a minimum value threshold will not
be considered for projects estimated at less than the stated threshold.
' See Special Condition 3. Bidders may elect to submit a bid for 1) Projects awarded on a time and material basis (hourly rate plus
supplies & materials), or 2) participation in the pool of pre-qualified contractors, or 2) for both time and material projects and projects
awarded pursuant Special Condition 3.
Bidder's Affirmation
Bidder agrees to full compliance with the terms and conditions of this ITB.
Company:
Authorized Representative:
Address:
Telephone:
Email:
Authorized Representative's Signature:
ITB 2017-049-WG 76
APPENDIX E
BID PRICE FORM
Failure to submit Bid Price Form,in its entirety and fully executed by the deadline established for the receipt of
proposals will result in proposal being deemed non-responsive and being rejected.
Bidder affirms that the prices stated on the bid price form below represents the entire cost of the items in full
accordance with the requirements of this ITB, inclusive of its terms, conditions, specifications and other
requirements stated herein, and that no claim will be made on account of any increase in wage scales,
material prices, delivery delays, taxes, insurance, cost indexes or any other unless a cost escalation provision
is allowed herein and has been exercised by the City Manager in advance.
The Bid Price Form shall be completed mechanically or, if manually, in ink. Bid Price Forms completed in
pencil shall be deemed non-responsive.All corrections on the Bid Price Form shall be initialed.
Group Estimated Annual Line Total
Item Descri.tion Hours UIM Unit Cost Quantit x Unit Cost
31A Hourl Rate-R-•ular 100 Hourly Rate
31B Hourl Rate-Non R:-•ular 20 Hourly Rate
Gra4131-t„afzarOnly(Itetub +31E4
Line Total
(Annual Estimated
Group Estimated Annual Gross Cost x Admin
Item Descri.tion Gross Costs Administrative Mark-u. Mark-u•
31C Suoolies&Materials $2500
Sub-tufal gaup 31 Supplies and Materials Only(Item 31G}
Total Group 31—l'abor#Supplies and Materials(31A £).
illifiami-ttade BLDG 6044 License No.: , 2Bondrig Capacity: $
3MlnimtunOrder• ed: $ 4Faxti'. in F -•ualified Poet Yes I No
I See Appendix C,Section 1.1,Licensure.
2 See Appendix C,Section 1.2,Bonding Capacity.
3 Bidder may state a minimum value threshold for work to be assigned by the City. Bidders that state a minimum value threshold will not
be considered for projects estimated at less than the stated threshold.
4 See Special Condition 3. Bidders may elect to submit a bid for 1) Projects awarded on a time and material basis (hourly rate plus
supplies & materials), or 2) participation in the pool of pre-qualified contractors, or 2) for both time and material projects and projects
awarded pursuant Special Condition 3.
Bidder's Affirmation
Bidder agrees to full compliance with the terms and conditions of this ITB.
Company:
Authorized Representative:
Address:
Telephone:
Email:
Authorized Representative's Signature:
ITB 2017-049-WG 77
APPENDIX E
BID PRICE FORM
Failure to submit Bid Price Form,in its entirety and fully executed by the deadline established for the receipt of
proposals will result in proposal being deemed non-responsive and being rejected.
Bidder affirms that the prices stated on the bid price form below represents the entire cost of the items in full
accordance with the requirements of this ITB, inclusive of its terms, conditions, specifications and other
requirements stated herein, and that no claim will be made on account of any increase in wage scales,
material prices, delivery delays, taxes, insurance, cost indexes or any other unless a cost escalation provision
is allowed herein and has been exercised by the City Manager in advance.
The Bid Price Form shall be completed mechanically or, if manually, in ink. Bid Price Forms completed in
pencil shall be deemed non-responsive.All corrections on the Bid Price Form shall be initialed.
w... ..-.. .. - ... ..5.]^ '�r.....+. .::...:.
Group Estimated Annual Line Total
Item Descri.tion Hours UIM Unit Cost Quantit x Unit Cost
32A Hourl Rate-R-•ular 100 Hourly Rate
32B Hour( Rate-Non R-•ular 20 Hourly Rate
S ft 32-Lobar tit ss 32t -F3251
Line Total
(Annual Estimated
Group Estimated Annual Gross Cost x Admin
Item Descri.tion Gross Costs Administrative Mark-u. Mark-u•
32C Supplies&Materials $2500
b-t>ataf Coup 32—Supplies and Materials Only(Item 32Cj
Total Group 32—Labor+Supplies and Materials(32A—C)
Miami-Bade BLDG 61.146 License N. 2soonding Capacity: $
3lytinimumerderA*--«-•- $ 4Partici. - in Fr-•raffia!Pool: Yes I No
I See Appendix C,Section 1.1,Licensure.
2 See Appendix C,Section 1.2,Bonding Capacity.
3 Bidder may state a minimum value threshold for work to be assigned by the City. Bidders that state a minimum value threshold will not
be considered for projects estimated at less than the stated threshold.
^ See Special Condition 3. Bidders may elect to submit a bid for 1) Projects awarded on a time and material basis (hourly rate plus
supplies & materials), or 2) participation in the pool of pre-qualified contractors, or 2)for both time and material projects and projects
awarded pursuant Special Condition 3.
Bidder's Affirmation
Bidder agrees to full compliance with the terms and conditions of this ITB.
Company:
Authorized Representative:
Address:
Telephone:
Email:
Authorized Representative's Signature:
ITB 201/-049-WG 78
APPENDIX E
BID PRICE FORM
Failure to submit Bid Price Form,in its entirety and fully executed by the deadline established for the receipt of
proposals will result in proposal being deemed non-responsive and being rejected.
Bidder affirms that the prices stated on the bid price form below represents the entire cost of the items in full
accordance with the requirements of this ITB, inclusive of its terms, conditions, specifications and other
requirements stated herein, and that no claim will be made on account of any increase in wage scales,
material prices, delivery delays, taxes, insurance, cost indexes or any other unless a cost escalation provision
is allowed herein and has been exercised by the City Manager in advance.
The Bid Price Form shall be completed mechanically or, if manually, in ink. Bid Price Forms completed in
pencil shall be deemed non-responsive.All corrections on the Bid Price Form shall be initialed.
Gly i Sfrud Steel!F.rwAli ,EIG lit
Group Estimated Annual Line Total
Item Descri.tion Hours UIM Unit Cost Quantit x Unit Cost
33A Hourl Rate-R-•ular 100 Hourly Rate
338 Hourl Rate-Non R- ular 20 Hourly Rate
Sub-tiatiGMEtp33---talxirOnly(Items 33A+33B}
Line Total
(Annual Estimated
Group Estimated Annual Gross Cost x Admin
Item Descri•tion Gross Costs Administrative Mark•u• Mark-u.
33C Supplies&Materials $2500
Sub-t aj Group 33—+Supplies and Materials Only(Item MC}
Total GraupE 33—Labor+Supplies and Materials(33A—C)
iami-Dade BLDG QU54 License No.: 212knurang Capacity: $
3MinimumOrder Accepted: $ 4Partici, in Pr— - ifiedPool: Yes I No
I See Appendix C,Section 1.1,Licensure.
2 See Appendix C,Section 1.2,Bonding Capacity.
3 Bidder may state a minimum value threshold for work to be assigned by the City. Bidders that state a minimum value threshold will not
be considered for projects estimated at less than the stated threshold.
^ See Special Condition 3. Bidders may elect to submit a bid for 1) Projects awarded on a time and material basis (hourly rate plus
supplies & materials), or 2) participation in the pool of pre-qualified contractors, or 2) for both time and material projects and projects
awarded pursuant Special Condition 3.
Bidder's Affirmation
Bidder agrees to full compliance with the terms and conditions of this ITB.
Company:
Authorized Representative:
Address:
Telephone:
Email:
Authorized Representative's Signature:
ITB 2017-049-\ 79
APPENDIX E
BID PRICE FORM
Failure to submit Bid Price Form,in its entirety and fully executed by the deadline established for the receipt of
proposals will result in proposal being deemed non-responsive and being rejected.
Bidder affirms that the prices stated on the bid price form below represents the entire cost of the items in full
accordance with the requirements of this ITB, inclusive of its terms, conditions, specifications and other
requirements stated herein, and that no claim will be made on account of any increase in wage scales,
material prices, delivery delays, taxes, insurance, cost indexes or any other unless a cost escalation provision
is allowed herein and has been exercised by the City Manager in advance.
The Bid Price Form shall be completed mechanically or, if manually, in ink. Bid Price Forms completed in
pencil shall be deemed non-responsive.All corrections on the Bid Price Form shall be initialed.
. , Fled BLDG r. -
Group Estimated Annual Line Total
Item Descri•tion Hours UIM Unit Cost Quantit x Unit Cost
34A Hourl Rate-R-.ular 100 Hourly Rate
34B Hourl Rate-Non R- ular 20 Hourly Rate
Gap 34—LaborOnly(items 3NA+34B1
Line Total
(Annual Estimated
Group Estimated Annual Gross Cost x Admin
Item Descri•tion Gross Costs Administrative Mark-u• Mark-u.
34C Suoolies&Materials $2500
Sub-tcrtai Group 34 Supplies acid ItUarials Only(Item 34C)
Total Group 34—!abcr+Supplies and Materials(34A—C)
Miami-Dade BLDG DOSS License Ma.: 2Bonding Capacity: $
3Minimum Order Accept $ 'Participate in Prequalified Paul: Yes I No
1 See Appendix C,Section 1.1,Licensure.
2 See Appendix C,Section 1.2,Bonding Capacity.
3 Bidder may state a minimum value threshold for work to be assigned by the City. Bidders that state a minimum value threshold will not
be considered for projects estimated at less than the stated threshold.
4 See Special Condition 3. Bidders may elect to submit a bid for 1) Projects awarded on a time and material basis (hourly rate plus
supplies & materials), or 2) participation in the pool of pre-qualified contractors, or 2) for both time and material projects and projects
awarded pursuant Special Condition 3.
Bidder's Affirmation
Bidder agrees to full compliance with the terms and conditions of this ITB.
Company:
Authorized Representative:
Address:
Telephone:
Email:
Authorized Representative's Signature:
ITB 2017-049-WG 80
APPENDIX E
BID PRICE FORM
Failure to submit Bid Price Form,in its entirety and fully executed by the deadline established for the receipt of
proposals will result in proposal being deemed non-responsive and being rejected.
Bidder affirms that the prices stated on the bid price form below represents the entire cost of the items in full
accordance with the requirements of this ITB, inclusive of its terms, conditions, specifications and other
requirements stated herein, and that no claim will be made on account of any increase in wage scales,
material prices, delivery delays, taxes, insurance, cost indexes or any other unless a cost escalation provision
is allowed herein and has been exercised by the City Manager in advance.
The Bid Price Form shall be completed mechanically or, if manually, in ink. Bid Price Forms completed in
pencil shall be deemed non-responsive.All corrections on the Bid Price Form shall be initialed.
'14.47._ 0169
Group Estimated Annual Line Total
Item Descri.tion Hours UIM Unit Cost Quandt x Unit Cost
35A Hourl Rate-R-•ular 100 Hourly Rate
358 Hourl Rate-Non Rz.ular 20 Hourly Rate
FAIikad G€c41 35—Labor Only(Items 35A+358)
Line Total
(Annual Estimated
Group Estimated Annual Gross Cost x Admin
Item Descri.tion Gross Costs Administrative Mark•u. Mark-u'
35C Sue lies&Materials $2500
Sul-tetai Group 35—Supplies and Mtesigs Only(Item 35C)
Total Group 35-Labor+Supp1es arid Materials(35A—C}
1Miatni-Qade BLDG(1109 License No.: i 2Boricling Capacity: $
MoilrunOrderAc-- $ ! aPattici.- inP . fiedPool: Yes / No
I See Appendix C,Section 1.1,Licensure.
2 See Appendix C,Section 1.2,Bonding Capacity.
3 Bidder may state a minimum value threshold for work to be assigned by the City. Bidders that state a minimum value threshold will not
be considered for projects estimated at less than the stated threshold.
^ See Special Condition 3. Bidders may elect to submit a bid for 1) Projects awarded on a time and material basis (hourly rate plus
supplies & materials), or 2) participation in the pool of pre-qualified contractors, or 2) for both time and material projects and projects
awarded pursuant Special Condition 3.
Bidder"s Affirmation
Bidder agrees to full compliance with the terms and conditions of this LTB.
Company:
Authorized Representative:
Address:
Telephone:
Email:
Authorized Representative's Signature:
ITB 2017-049-WG 81
APPENDIX F
7\/\
Insurance Requirements
General Building and Specialty Trade
Contractors
PROCUREMENT DEPARTMENT
1755 Meridian Avenue, 3rd Floor
Miami Beach, Florida 33139
ITB 2U T/-049 WG 82
INSURANCE REQUIREMENTS
This document sets forth the minimum levels of insurance that the contractor is required to
maintain throughout the term of the contract and any renewal periods.
XXX 1. Workers' Compensation and Employer's Liability per the Statutory limits of the state of Florida.
XXX 2. Comprehensive General Liability (occurrence form), limits of liability $ 1,000,000.00 per occurrence for
bodily injury property damage to include Premises/ Operations; Products, Completed Operations and
Contractual Liability. Contractual Liability and Contractual Indemnity (Hold harmless endorsement
exactly as written in "insurance requirements"of specifications).
XXX 3. Automobile Liability- $1,000,000 each occurrence-owned/non-owned/hired automobiles included.
4. Excess Liability-$ .00 per occurrence to follow the primary coverages.
XXX 5. The City must be named as and additional insured on the liability policies; and it must be stated on the
certificate.
6. Other Insurance as indicated:
Builders Risk completed value $ .00
Liquor Liability $ .00
Fire Legal Liability $ .00
Protection and Indemnity $ .00
Employee Dishonesty Bond $ .00
—Other $ .00
XXX 7. Thirty(30) days written cancellation notice required.
XXX 8. Best's guide rating B+:VI or better, latest edition.
XXX 9. The certificate must state the proposal number and title
The City of Miami Beach is self-insured. Any and all claim payments made from self-insurance are subject
to the limits and provisions of Florida Statute 768.28, the Florida Constitution, and any other applicable
Statutes.
1TB 201 7-049-WG 83
APPENDIX G
WAN\ I BEACH
Sample Master Agreement
& Contractor Service Order
General Building and Specialty Trade
Contractors
PROCUREMENT DEPARTMENT
1755 Meridian Avenue, 3rd Floor
Miami Beach, Florida 33139
ITB'R517-049-WG
84
SAMPLE ONLY
The City reserves the right to make any necessary adjustments to the sample or final master contract prior to contract
execution_
MASTER CONTRACT
THIS IS A CONTRACT, by and between the City of Miami Beach, a political subdivision of the State of Florida,
hereinafter referred to as City,and , hereafter referred to as Contractor.
W I T NESS ET H,that Contractor and City,for the considerations hereinafter named, agree as follows:
ARTICLE 1
SCOPE OF WORK
Contractor hereby agrees to furnish all of the labor, materials, equipment services and incidentals necessary to
perform all of the work described in the Contract Documents, including ITB 2017-049(incorporated herein). A Master Contract
shall be executed for each awarded contractor. The Master Contract shall outline the terms and conditions of all work, and
incorporate the requirements of the ITB. Work may be awarded on a time and materials(T&M) basis or pursuant to the pool of
pre-qualified bidders (See Special Conditions 2 and 3 of the ITB). Purchase Orders are required prior to the commencement of
any work. Projects awarded pursuant to the pool of prequalified contractors that exceed $50,000 in value will require an
executed Contractor Service Order(CSO)(See Attachment G-1 to the Master Contract)prior to issuance of a Purchase Order.
ARTICLE 2
CONTRACT TIME
2.1 Contractor shall be instructed to commence the Work by written instructions in the form of a Purchase Order issued by
the City's Procurement Director and a Notice to Proceed issued by the Contract Administrator. Contractor shall
commence work within five(5)calendar days after receipt of Purchase Order.
2.2 Time is of the essence throughout this Contract. Unless stipulated otherwise on the Purchase Order or CSO, all
projects shall be substantially completed within 45 days from the receipt of Purchase Order, and completed and ready
for final payment in accordance with Article 5 within 30 calendar days after substantial completion.
2.3 If required on the CSO or Purchase Order, upon failure of Contractor to substantially complete the Contract within the
specified period of time, plus approved time extensions, Contractor shall pay to City the sum of fifty dollars($50.00)
for each calendar day after the time specified in Section 2.2 above, plus any approved time extensions, for Substantial
Completion. After Substantial Completion should Contractor fail to complete the remaining work within the time
specified in Section 2.2 above, plus approved time extensions thereof, for completion and readiness for final payment,
Contractor shall pay to City the sum of fifty dollars ($50.00)for each calendar day after the time specified in Section
2.2 above, plus any approved extensions, for completion and readiness for final payment. These amounts are not
penalties but are liquidated damages to City for its inability to obtain full beneficial occupancy and/or use of the Project.
Liquidated damages are hereby fixed and agreed upon between the parties, recognizing the impossibility of precisely
ascertaining the amount of damages that will be sustained by City as a consequence of such delay, and both parties
desiring to obviate any question of dispute concerning the amount of said damages and the cost and effect of the
failure of Contractor to complete the Contract on time.
The above-stated liquidated damages shall apply separately to each portion of the Project for which a time for
completion is given.
2.4 City is
1TB 2017-049-WG
85
authorized to deduct liquidated damages from monies due to Contractor for the Work under this Contract or as much
thereof as City may, in its sole discretion, deem just and reasonable.
2.5 Contractor shall be responsible for reimbursing City, in addition to liquidated damages, for all costs incurred by
Consultant in administering the construction of the Project beyond the completion date specified above, plus approved
time extensions. Consultant construction administration costs shall be pursuant to the contract between City and
Consultant, a copy of which is available upon request of the Contract Administrator. All such costs shall be deducted
from the monies due Contractor for performance of Work under this Contract by means of unilateral credit change
orders issued by City as costs are incurred by Consultant and agreed to by City.
ARTICLE 3
THE CONTRACT SUM
3.1 City shall pay to Contractor for the performance of the Work described in the Contract Documents, the total price
stated as awarded.
3.2 Payment shall be at the lump sum price stated in the Contract. This price shall be full compensation for all costs,
including overhead and profit, associated with completion of all the work in full conformity with the requirements as
stated or shown, or both, in the Contract Documents, The cost of any item of work not covered by a definite Contract
lump sum should be included in the lump sum price to which the item is most applicable.
ARTICLE 4
PROGRESS PAYMENTS
4.0 At the discretion of the Contract Administrator, Contractor may make Application for Payment for work completed
during the Project at intervals of not more than once a month. Contractor's application shall show a complete
breakdown of the Project components, the quantities completed and the amount due, together with such supporting
evidence as may be required by Consultant. Contractor shall include, but same shall be limited to, at Consultant's
discretion, with each Application for Payment, an updated progress schedule acceptable to Consultant as required by
the Contract Documents and a release of liens and consent of surety relative to the work which is the subject of the
Application. Each Application for Payment shall be submitted in triplicate to Consultant for approval. City shall make
payment to Contractor within thirty(30)days after approval by Consultant of Contractor's Application for Payment and
submission of an acceptable updated progress schedule.
4.1 Not Utilized.
4.2 City may withhold, in whole or in part, payment to such extent as may be necessary to protect itself from loss on
account of:
4.2.1 Defective work not remedied.
4.2.2 Claims filed or reasonable evidence indicating probable filing of claims by other parties against Contractor
or City because of Contractor's performance.
4.2.3 Failure of Contractor to make payments properly to Subcontractors or for material or labor.
4.2.4 Damage to another contractor not remedied.
4.2.5 Liquidated damages and costs incurred by Consultant for extended construction administration.
ITB 2017-049-WG
86
4.3.6 Failure of Contractor to provide any and all documents required by the Contract Documents.
When the above grounds are removed or resolved satisfactory to the Contract Administrator, payment shall be made in
whole or in part.
ARTICLE 5
ACCEPTANCE AND FINAL PAYMENT
5.1 Before issuance of the Final Certificate for Payment, Contractor shall deliver to Consultant a complete release of all
liens arising out of this Contract, receipts in full in lieu thereof; an affidavit certifying that all suppliers and
subcontractors have been paid in full and that all other indebtedness connected with the Work has been paid, and a
consent of the surety to final payment; the final corrected as-built drawings; and the final bill of materials, if required,
and invoice.
5.2 If, after the Work has been substantially completed, full completion thereof is materially delayed through no fault of
Contractor, and Consultant so certifies, City shall, upon certificate of Consultant, and without terminating the Contract,
make payment of the balance due for that portion of the Work fully completed and accepted. Such payment shall be
made under the terms and conditions governing final payment,except that it shall not constitute a waiver of claims.
5.3 Final payment shall be made only after the Contract Administrator has issued a written evaluation of the performance
of Contractor prepared by the Contract Administrator, and approved the final payment. The acceptance of final
payment shall constitute a waiver of all claims by Contractor, except those previously made in strict accordance with
the provisions of the General Conditions and identified by Contractor as unsettled at the time of the application for final
payment.
ARTICLE 6
MISCELLANEOUS
6.1 This Contract is part of, and incorporated in, the Contract Documents as defined herein. Accordingly, all of the
documents incorporated by the Contract Documents shall govern this Project.
6.2 Where there is a conflict between any provision set forth within the Contract Documents and a more stringent state or
federal provision which is applicable to this Project,the more stringent state or federal provision shall prevail.
6.3 Public Entity Crimes
In accordance with the Public Crimes Act, Section 287.133, Florida Statutes, a person or affiliate who is a contractor,
consultant or other provider, who has been placed on the convicted vendor list following a conviction for a public entity
crime may not submit a bid on a contract to provide any goods or services to the City, may not submit a bid on a
contract with the City for the construction or repair of a public building or public work, may not submit bids on leases of
real property to the City, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant
under a contract with the City, and may not transact any business with the City in excess of the threshold amount
provided in Section 287.017, Florida Statutes, for category two purchases for a period of 36 months from the date of
being placed on the convicted vendor list. Violation of this section by Contractor shall result in cancellation of the City
purchase and may result in Contractor debarment.
6.4 Independent Contractor
Contractor is an independent contractor under this Contract. Services provided by Contractor pursuant to this Contract
shall be subject to the supervision of Contractor. In providing such services, neither Contractor nor its agents shall act
as officers, employees, or agents of the City. This Contract shall not constitute or make the parties a partnership or
1TB 2017-049-WG
87
joint venture.
6.5 Third Party Beneficiaries
Neither Contractor nor City intends to directly or substantially benefit a third party by this Contract. Therefore, the
parties agree that there are no third party beneficiaries to this Contract and that no third party shall be entitled to assert
a claim against either of them based upon this Contract. The parties expressly acknowledge that it is not their intent to
create any rights or obligations in any third person or entity under this Contract.
6.6 Notices
Whenever either party desires to give notice to the other, such notice must be in writing, sent by certified United States
Mail, postage prepaid, return receipt requested, or by hand-delivery with a request for a written receipt of
acknowledgment of delivery, addressed to the party for whom it is intended at the place last specified.
The place for giving notice shall remain the same as set forth herein until changed in writing in the manner provided in
this section. For the present,the parties designate the following:
For City:
PROCUREMENT DEPARTMENT
1700 Convention Center Drive
Miami Beach, Florida 33139
• Attn:Alex Denis, Procurement Director
With copies to:
City Attorney
City of Miami Beach
1700 Convention Center Drive
Miami Beach, Florida 33139
For Contractor:
6.7 Assignment and Performance
Neither this Contract nor any interest herein shall be assigned,transferred, or encumbered by either party. In addition,
Contractor shall not subcontract any portion of the work required by this Contract except as authorized by Section 27 of
the General Conditions. Contractor represents that all persons delivering the services required by this Contract have
the knowledge and skills, either by training, experience, education, or a combination thereof, to adequately and
competently perform the duties, obligations, and services set forth in the Scope of Work and to provide and perform
such services to City's satisfaction for the agreed compensation.
Contractor shall perform its duties, obligations, and services under this Contract in a skillful and respectable manner.
The quality of Contractor's performance and all interim and final product(s) provided to or on behalf of City shall be
comparable to the best local and national standards.
6.8 Materiality and Waiver of Breach
ITB 2017-049-WG
88
City and Contractor agree that each requirement, duty, and obligation set forth in these Contract Documents is
substantial and important to the formation of this Contract and,therefore, is a material term hereof.
City's failure to enforce any provision of this Contract shall not be deemed a waiver of such provision or modification of
this Contract. A waiver of any breach of a provision of this Contract shall not be deemed a waiver of any subsequent
breach and shall not be construed to be a modification of the terms of this Contract.
6.9 Severance
In the event a portion of this Contract is found by a court of competent jurisdiction to be invalid, the remaining
provisions shall continue to be effective unless City or Contractor elects to terminate this Contract. An election to
terminate this Contract based upon this provision shall be made within seven (7) days after the finding by the court
becomes final.
6.10 Applicable Law and Venue
This Contract shall be enforceable in Miami-Dade County, Florida, and if legal action is necessary by either party with
respect to the enforcement of any or all of the terms or conditions herein exclusive venue for the enforcement of same
shall lie in Miami-Dade County, Florida. By entering into this Contract, Contractor and City hereby expressly
waive any rights either party may have to a trial by jury of any civil litigation related to, or arising out of the
Project. Contractor shall specifically bind all subcontractors to the provisions of this Contract.
6.11 Amendments
No modification, amendment, or alteration in the terms or conditions contained herein shall be effective unless
contained in a written document prepared with the same or similar formality as this Contract and executed by the
Board and Contractor.
6.12 Prior Agreements
This document incorporates and includes all prior negotiations, correspondence, conversations, agreements, and
understandings applicable to the matters contained herein and the parties agree that there are no commitments,
agreements or understandings concerning the subject matter of this Contract that are not contained in this document.
Accordingly, the parties agree that no deviation from the terms hereof shall be predicated upon any prior
representations or agreements, whether oral or written. It is further agreed that no modification, amendment or
alteration in the terms or conditions contained herein shall be effective unless set forth in writing in accordance with
Section 6.11 above.
rn 2017-049-WG
89
IN WITNESS WHEREOF, the parties have set their hands and seals the day and year first above written.
ATTEST: THE CITY OF MIAMI BEACH
City Clerk Mayor
Attest: CONTRACTOR:
Signature/Secretary Signature/President
Print Name Print Name
)TB 2017-049-WG
90
ATTACHMENT G-1.
CONTRACTOR SERVICE ORDER FOR ADDITIONAL SERVICES
CSO No.
TO:
PROJECT NAME: Project Name
DATE:
SCOPE OF ADDITIONAL SERVICES:
Per attached proposal dated , to be considered part of this Agreement.
Estimated calendar days to complete this work: Days
Original Service Order Amount:
Change Order to Service Order Amount:
(ALL CHANGE--ORDERSORMUST BE APPROVED IN WRITING
BY THE CITY PRIOR TO THE WORK.)
Total From Previous Change Orders to Service Orders:
Fee for this Service Order is Lump Sum/Not to Exceed amount
of:
Total Agreement to Date: $
City's Project Administrator Date
Department Director Date Contractor. Date
City Manager Date
1TB 2017-049-WG
91
ATTACHMENT C
CONSULTANTS RESPONSE TO THE (ITB)
Detail by FEI/EIN Number Page 1 of 2
%
rn- r cr3ticn5 / Doccr^ent N,,-..cer/
Detail by FEI/EIN Number
Foreign Limited Liability Company
CEEPCO CONTRACTING, LLC
Filing Information
Document Number M07000004477
FEI/EIN Number 27-0051485
Date Filed 07/26/2007
State MD
Status ACTIVE
Last Event REINSTATEMENT
Event Date Filed 08/18/2015
Principal Address
12510 Prosperity Drive, Suite 180
Silver Spring, MD 20904
Changed: 01/19/2017
Mailing Address
12510 Prosperity Drive, Suite 180
Silver Spring, MD 20904
Changed: 01/19/2017
Registered Agent Name&Address
BUSINESS FILINGS INCORPORATED
1200 South Pine Island Road
Plantation, FL 33324
Name Changed:01/19/2017
Address Changed: 01/19/2017
Authorized Person(s) Detail
Name&Address
Title Member
Charles, Harold
12510 Prosperity Drive Ste 180
Silver Spring, MD 20904
http://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inq... 12/13/2017
Detail by FEI/EIN Number Page 2 of 2
Annual Reports
Report Year Filed Date
2015 08/18/2015
2016 02/15/2016
2017 01/19/2017
Document Images
_?,.__'2 j View imagenRD�
�format
21,3,1;'9—»,^i', ?L�=?:—! View image la F.format
23 3-2 5 ';iew image.n?DF format
33,",13 �'��`�' �' ?_'^�' View image in PCF format
— _.,,3-3.—_,,r_,i—! View mage In?DF format
2' _�r,�— View lmaga la? F
D format
21.?:,2225— ?L ?Enna-1 View wage a PCF foat
—=;re:n L;rt, a. �iiew iwage ?CF format
http://search.sunbiz.org/Inquiry/Corp oration Search/SearchResultDetai1?inq... 12/13/2017
CEEPCO 1125 NE 125 St f}207 ?hone; 5
N.Miami,FL 33151 305-7St}-935a
•_� / Erb canuaciing@ceepco.cam
June 14,2017
City of Miami Beach
Procurement Department
1755 Meridian Avenue, 3rd Floor
Miami Beach,FL 33139
Re: General Building and Specialty Trade Contractors for Minor Projects
ITB 2017-049-WG
Dear Sir/Madam,
CEEPCO Contracting,a local Small Business located in the City of North Miami, is pleased to
submit this proposal in response to ITB 2017-049-WO for General Building and Specialty Trade
Contractors for Minor Projects.
CEEPCO is submitting this bid response for both award options: 1)Projects awarded on a time
and material basis,and 2)Projects awarded pursuant to the pool of pre-qualified contractors.
CEEPCO certainly has all resources to support and provide management,supervision, labor,
materials,equipment,and supplies necessary to successfully perform the services for these
projects. We have demonstrated significant experience and past performance in much more
complex contracts.
We are proud of the high level of services we have consistently provided,as substantiated by our
outstanding past performance record in the Metropolitan Washington,D.C. and South Florida
areas,and the many awards that CEEPCO has received during the last several years. CEEPCO
was recognized on July 25,2014 by United States Senator Benjamin Cardin for outstanding
performance in the State of Maryland,and Mr.Charles was also recognized by Senator Cardin
for entrepreneurship and leadership in the State of Maryland in 2014. In 2014 he was also
recognized by Proclamation by Montgomery County Council. In November 2013,CEEPCO
received the Maryland Excellence in Commerce Award from the Small Business Institute for
Excellence in Commerce(SBIEC). In May 2014,. Mr. Charles was selected by the Washington
Metropolitan Area District Office(WMADO)of the Small Business Administration as the 2014.
Small Business Person of the Year representing the State of Maryland.
www.ceepco.corn
We hope that we have demonstrated through our submittal that we are fully capable of managing
and performing on the above referenced potential contract and have sufficient understanding of
the requirements that will allow us to field a team that is able to perform each task well, on time
and within budget. If you have questions or need additional information,please do not hesitate to
contact me. We look forward to work for the City of Miami Beach.
Respectfully submitted,
arolH d R. Charles,PE, PMP, LEER
AP
President/CEO
MIAM1BEACH_______
City of Miami Beach, 1735 Meridian Avenue,3'd floor, Miami Beach,Florida 33139,www.miamiheach4lgov
PROCUREMEIV T DEPARTMENT
Tel:303-673-7490.
ADDENDUM NO. 1
ITB 2017-049-WG
Building and Specialty Trade Contractors for Minor Projects
May 12,2017
This Addendum to the above-referenced ITB is issued in response to questions from
prospective proposers, or other clarifications and revisions issued by the City. The ITB is
amended in the following particulars only.
REVISIONS
1. ITB DUE DATE AND TIME. The deadline for the receipt of bids Is extended until
3:00 P.M.,on Wednesday June 14, 2017, at the following location.
City of Miami Beach
Procurement Department
1755 Meridian Avenue, 3rd Floor
Miami Beach, Florida 3313g
Late bids will not be accepted. Bidders are cautioned to plan sufficient time to allow
fortraffic or other delays for which the Bidder is solely responsible.
2. Revise Appendix C, Minimum Requirements, Paragraph 12, Bonding Capacity, as
follows: General and Building Contractors (BLDG 0001 and BLDG 0002) shall submit
proof of bonding capacity of no less than $500,000.00 $44400:41. AN-014er—speelaity
• - - -. -- - - '..p, Proof of
bonding capacity letter shall be from an A-rated Financial Class V Surety Company, at a
minimum.
All other specialty trade contractors are not required to state their firm's bonding capacity
on the bid price form for which it is submitting a bid. -
II. ANSWERS TO QUESTIONS RECEIVED.
01) Does the material markup and the dollar per hour need to fir in all general
conditions and overhead?
Al) Yes.
02) How long are the prices fixed for? RFQ states bidders need to honor their prices
without increase for XXX amount of time. Need to know how long this contracct is
valid for?
A2) Please refer to Appendix D, Special Conditions, Paragraph 6, Primo Shall
Be Fixed For the Term of The Contract(p.44).
1
Q3) Does the City have an actual Unit Cost for the "Hourly Rate - Regular" and for
the"Hourly Rata-Non Regular", if so, could you provide us with this info?
— -- - _ _A3J—No.ih€C is previous Trades Contract was not awarded pursuant to pre-
established hourly rates.Q4) Can we submit a bid if our bondingcapacity p ty is less than the required limits stated
in Appendix C, Minimum Requirements, Paragraph 1.2, Bonding Capacity?
A4) Yes. Bidders may be awarded and categorized based on their bonding
•
capacity. Please state your bonding capacity on Appendix E, Bid Price
Form. Award of bidders may be made categorized individually by trade and
bonding capacity.
Any questions regarding this Addendum should be submitted In writing to the Procurement
Management Department to the attention of the individual named below, with a copy to the City
Clerk's Office at RafaelGranado aa..miamibeachifoov.
Procurement Contact: Telephone: Email:
William Garviso 305-673-7000, ext. 6650 WilliamGarviso@miamibeachfl.gov ff
Proposers are reminded to acknowledge receipt of this addendum as part of your ITB
submission.
Ale. De
Pro -ment Director
- i
{
2
I&MIBEACH
/o�`f[rM{ :ccumi Beta,I�17(5�55.Mer'dicze Avenue,3'� Floor, Komi 8ecth, Fior+.dc 33F �9,vvww.micr.:ibecchfi.gov
P CCURLML evra Mr.ir
TA:3C3-573-74 c.
ADDENDUM NO. 2
ITB 2017-049-WG
Building and Specialty Trade Contractors for Minor Projects
June 8, 2017
This Addendum to the above-referenced ITB is issued in response to questions from
prospective proposers, or other clarifications and revisions issued by the City. The ITB is
amended in the following particulars only.
I. ANSWERS TO QUESTIONS RECEIVED.
Q1) How will incidentals be handled? For example, if dumpsters, trash chutes,
scaffolding, concrete pump, or personnel lifts are needed. How will these be
accounted for?
Al) Please refer to Appendix D, Special Conditions, Paragraph 2.3, entitled
Administrative Mark-up for Parts and Materials, which states the cost of
any ancillary third-party services that are provided by the vendor,with prior
approval of the Contract Manager, may be determined in the manner
prescribed.
Q2) How many bidders will be selected per trade?
A2) The City is unable to determine how many bidders will be selected per
trade at this time.
Q3) Will the Dun & Bradstreet Supplier Qualification Report be required with the bid?
A3) No. Please refer to Appendix A, Paragraph 2, entitled Financial Capacity.
Q4) Please advise to whom the bonding capacity letter should be addressed to.
A4) Bonding Capacity letter should be addressed as follows:
William Garviso, Procurement Contracting Officer ii
PROCUREMENT DEPARTMENT
1755 Meridian Avenue, 3rd Floor
Miami Beach, FL 33139
Q5) On the Appendix "A", For the section 2. Financial Capacity, it is necessary to
submit a Supplier Qualification Report(SQR)from Dun & Bradstreet for this ITB?
A5) Please refer to Appendix A, Paragraph 2,entitled Financial Capacity.
Any questions regarding this Addendum should be submitted in writing to the Procurement
Management Department to the attention of the individual named below, with a copy to the City
Clerk's Office at RafaelGranado�Jr miamibeachfl.coy.
Procurement Contact: I Telephone: Email:
1
— —
William Garviso 305-673-7000, ext. 6650 WilffamGarviso@miamibeachfl.gov
Proposers are reminded to acknowledge receipt of this addendum as part of your ITB
submission.
Sincerely,
Alex Denis
Procurement Director
2
4
APPENDIX E
BID PRICE FORM
Fa kkre to submit Bid Fria.,Form.;ft its eaticat-if and Fie 4,ceouted LIy the.deaafrrreestab€i&ed€o tft5.56 E=f o
proposals'etift_as alt i .F clZ a g,€ swoon cEsf?g4q q1 getd -tg-
Bidder affirms that the prices stated on the bid price form below represents -°
the entire cost of the items in full
accordance with the requirements of this ITS, inclusive of its terms, conditions, specifications and other
requirements stated herein, and that no claim +nri3 be made on account of any increase in wage scales,
material prices, delivery delays, taxes, insurance, cost indexes or any other unless a cost escalation provision
is ai:owed herein and has been exercised by the City Manager in advance.
The aid Price Form shall be completed mechanically or, if manuai'y, in ink. aid Price Forms compie ed in
pencil shall be deemed non-responsive.All corrections on the Bid Price Form shall be initialed.
%= r3 :
Group Estimated Annual T _Y ,.
Item Desariotion Hours Lire Total
U/1 Unit Cost Quantity x Unit Cost)
IA HourvRate-R ular
100 Hourly Rate
( ,C
N
12 HCLriY R Nen Rzc:lar i 2C Hourly Rate +r r,� j � � ` .�
_ ,A,
I
'
v Line Total
Estimated Annual (Annual Estimated
Group
Estimated
slim Description monforsolinsimmom
Grass Co$2500stsGross Cost x Admin
iG ! Administrative Mark-uo Mark-up
_ 1—:-
- , .. 2...i C OLO .F ar?u f&e ice v2f::t a ems- ' ^'r
f- v
Tota Grqu .I—i that i-Supplies and intonate(14 ,„
M s r 3 s .i�r-14;i ..,7, ...<-:E;i- -
..w.,;r~-. i?`- �- l J`} Z,c `Bondain Capacity: (... :.}
rl.Aa si s.' �L;,,,'P` a°,', , @ inti '),
W •i/f Partici ate ia.Ere. fif"u~ctPool: es )f Plo -rf
'See Appendix C.Section 1.1,Licensure.
2 See Appendix C,Section 1.2,Bonding Capacity.
3 Bidder may state a minimum value threshold for work to be assigned by the City.Bidders that state a minimum value threshold will net
be considered for projects estimated at less than the stated threshold.
' See Special Condition 3. Bidders may elect to submit a bid for 1) Projects awarded on a time and material basis (hourly rate plus
supplies & materials), or 2) participation in the pool of pre-qualified contractors, or 2)for both time and material projects and projects
awarded pursuant Special Condition 3.
• w-
Bictder°s Affirmation
A
Compan'' 0`r .C--1 °',
C
I Authorized Representative: ! - a
eit
Address: , A g-i rZl:.�/ 7- !✓fie I
Telephone: ./ — , / J J �" � J
r
I Email: / l / . a. _
Authorized Representativ3'3 Signature: -------;--_____:,
ire 2017.049-wG
'17
APPENDIX E
BID PRICE FORM _
Fathuretm submit Bid.l C'� '4i_rick:ts eatf5et--srrr fiiir exw...t d of th-e-C ear re_esita p`..'le:t0-1-4 ra:e pt of
_gro@osa.(s tNiti Y! in c z s4;_keirl 4eest pan-s.1 ! iT g. kegag4e4t-d-
Bidder affirms that the prices stated on the b price r'`')c rm below represents the entre cost of the isms in full
accordance with the requirements of this €TB, inclusive of its terms, condi'bons, specifications and other
requirements stated herein, and that no claim Mil be made on account of any increase in wage scales,
material prices, delivery delays, paces, insurance, cost indexes or any other unless a cost escalation provision
is allowed herein and has been exercised by the City Manager in advance,
The Bid Price Form shall be completed mechanically or, if manually, in ink. Bid ?rice Forms completed in
pencil shall be deemed nort.resoorls-re,All corrections on the Bid Price Form shall be initialed.
I'
-._,-_,:=-_,
Group
Estimated Annual
Lin®Total
Item I Description Hours U/lW Unit Cost (Quantity x Unit Cost)
Z,a Hourly Rate-Regular 1eo Hourly Rate _;»• ` r i.C. .--= ±c(-:/..) .
..)-'
25 Heiv Rz:e-Nor R iar 9n Hourly Rate ..._ t- -=�
Line Total
(Annual Estimated
Group Estimated Annual Grass Ccst x Admin
tem Description Gross Costs Administrative Ilan-up Maric-yup)
20 SUCCiies&��i3 pis r -:'
_ son- rS2^CQ � o� Q.:.,. �
.. __ _._.._.-._._ :; ` •liiYl �r-- .x„�pK1k '�"y �+�'�..�y� S G F R T ' � - Qt+� ,`1 1 i
I- irTS:-etlati.- Labor+-Su ties and Mate-a ' a r
�e�> > -r .11,,,e0,4*., > -� @'artdingEagaci�, SL?��Y ;,•:4--c)":
.ti.' L3: :-.t .�.' $ /v !`T =P`artici• min,Pre notified•P cd_ : tti INN() _.:. e)/-r/
I See Appendix C,Section 1.1,Licensure.
2 See Appendix C,Section 1.2,Bonding Capacity.
3 Bidder may state a minimum value threshold for work to be assigned by the City.Bidders that state a minimum value threshold will not
be considered`or projects estimated at less than the stated threshold.
i See Special Condition 3. Bidders may elect to submit a bid for 1) Projects awarded on a time and material basis(hourly rate plus
supplies &materials), or 2) participation in the pool of pre-qualified contractors, or 2)for both time and material projects and projects
awarded pursuant Special Condition 3.
Bidder`s Affirmation-
•L,.
tar , 14,t i ail 'a;e tri};ie 4,1as t
Company: ll� �•2A G/I r'!g c./
Authorized Represented -: Air '' </ _
+ Address:/ gar.
RZW� .^A . '..._' /7 _ 1
-
1 Telephcne: j6 ?' "
i Email:
Vim.
Authorized Representative's Signature: — - _Th
'TB 2017-049-WG
Detail by Entity Name Page 1 of 2
DIVISION OF CORPORATIONS
Florida Department of State
41Aft .1.riats)si of
Ask ui .or�gC rivPDP��rr1.1-1'
a rlal:irate ti/Florida website
Department of State / Division of Corporations / Search Records / Detail By Document Number/
Detail by Entity Name
Florida Profit Corporation
PALDAMA INVESTMENT, INC.
Filing Information
Document Number P08000098348
FEI/EIN Number 37-1575190
Date Filed 11/03/2008
State FL
Status ACTIVE
Last Event AMENDMENT
Event Date Filed 08/16/2013
Event Effective Date NONE
Principal Address
711 E. OKEECHOBEE ROAD
HIALEAH, FL 33010
Mailing Address
711 E. OKEECHOBEE ROAD
HIALEAH, FL 33010
Registered Agent Name&Address
LOPEZ, PLACIDO A
711 E. OKEECHOBEE ROAD
HIALEAH, FL 33010
Officer/Director Detail
Name&Address
Title PD
LOPEZ, PLACIDO A
711 E. OKEECHOBEE ROAD
HIALEAH, FL 33010
Title V
LOPEZ, NESTOR
16364 N.W. 8 DR.
PEMBROKE PINES, FL 33028
Title S
http://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=Entity... 2/12/2018
Detail by Entity Name Page 2 of 2
PASCAL, EVELYN L
360 S.W. 164 AVE
PEMBROKE PINES, FL 33027
Annual Reports
Report Year Filed Date
2015 04/17/2015
2016 04/26/2016
2017 04/24/2017
Document Images
04/24/2017--ANNUAL REPORT View image in PDF format
04/26/2016--ANNUAL REPORT View image in PDF format
04/17/2015—ANNUAL REPORT View image in PDF format
03/27/2014--ANNUAL REPORT View image in PDF format
08/16/2013--Amendment View image in PDF format
03/01/2013--ANNUAL REPORT View image in PDF format
04/25/2012--ANNUAL REPORT View image in PDF format
04/18/2011--ANNUAL REPORT View image in PDF format
04/20/2010--ANNUAL REPORT View image in PDF format
04/22/2009--ANNUAL REPORT View image in PDF format
11/03/2008--Domestic Profit View image in PDF format
Florida Department of State,Division of Corporations
http://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=Entity... 2/12/2018
.........—
APPENDIX E
BID PRICE FORM
Failure to submit Bid Foca Forteit its ert.retj acct Fay executed tri-the deadtirte cstaotished for the recsipt'a`
:,,-, proposals,Wilf,S tt t.imp;.ep saL tekg:+ dageskanstVE:agitpdut'resected.
Bidder affirms that the prices stated on the bid price form below represents the entre cost of the items in full
accordance with the requirements of this ITS, inclusive of its terms, conditions, specifications and other
requirements stated herein, and tat no claim will be made on account of any increase in wage scales,
material prices, delivery delays, tuxes, insurance, cost indexes or any other unless a cost escalation provision
is allowed herein and has been exercised by the City Manager in advance.
The Bid Price Form shall be completed mechanically cr, jf manually, in ink. Bid Price Forms completed in
pencil shall be deemed non-rasponelve.Ail correccons on be Bid Price Form shall be initialed.
Group Estimated Annual Line Total
item Description tours UR Unit Cost Quantity x Unit Cost
3H Hour! Rate-Re ular 100 Hourly Rate ' ,� - -
33 Hcud RSe-bion RerUlar 20 Hourly Rate `� y •
1s 7. (
.•7 s�
f - '.1:i;1 1t .1-7t7-.1---., .S W--'yi_' • ' L. '4• ' �•".._ , .; f? i
'' Line Total
Group Estimated Estimated
Estimated Annual Gross Cost x Admin
item Description I Gross Costs Administrative;Mark-uo Mark-up)
e, % t
CLUII S A eras 32500 r: :
_ . TctalGcau 3— o:f S, ai.c at: . t_rzi , ''� // J!(/,;C
•
�) 4 to Na CG 4 7 i�- ZBondr Ca .�c t: r'
£z),-rAcce•ted_r. . . $ NJft �'attic!,ate irgE `'ts`set€Ezact6: 'es) / No
'See Appendix C,Section 1.1,Licensure.
2 See Appendix C,Section 1.2,Bonding Capacity.
3 Bidder may state a minimum value threshold for work to be assigned by the City.Bidders that state a minimum value threshold will not
be considered for projects estimated at less than the stated threshold.
S See Special Condition 3. Bidders may elect to submit a bid for 1) Projects awarded on a time and material basis (hourly rate plus
supplies & materials), or 2)participation in the pool of pre-qualified contractors,or 2) for both time and material projects and projects
awarded pursuant Special Condition 3.
rrfcter`s Al trrrtatto ,-s,..:_.5"1-;1::::!---':-----.17.-. 7.,—XM ""-
Company: Z i•jg 0 %� — C...----
Authorized
_
Authorized,•epresentativ- y ��
Address: s-- l AMMIIMENMEgrAGWO
I Telephone;.--- ,i) - 0 9.3
Email / 0
Authorized Representative's Signature:
',TB 2017-049-WG
49
APPENDIX E
BID PRICE FORM
Failure to sub mit Bid Face Purr. e.ntt`>eti and`idly/exa ta r , s
v ptc�ea�,` <,;�! se,ast;s� �� ,� :-u - - for the receipt Qt`.
r� -stabitshPd
, - r,L ee 3.7,:4ei g rejected_
Bidder affirms that the prices stated on the bid price form bellow represent;the entire cost of the items in fiali
accordance with the requirement of this €T B, inclusive or its terms, conditions, specificatons and other
requirements stated hereth, and that no claim gill be made on account of any increase in wage scales,
material prices, deilvery delays, taxes, insurance, cost indexes or any other unless a cost escalation provision
is allowed herein and has been enrol by the City Manager in advance.
The Bid Price Form shall be completed mechanically or, is manually, in ink. Bid Price Forms compie.a-d in
pencil shall be deemed nonresponsive.Ali corrections on the Bid Price Form shall be initialed.
Group
Estimated Annual i
item ['Ascription Hours Total
yours UThl Unit Cost Quantih x Unit Cost
5A Howl Rate-Recular 100 Hourly Rate Orniliall �- .?
F' Hourly Rate-Mon R lar ?^ Hourly Rate 27
}r /., r}y
Line Total
Group
Estimated Annual (Annual Estimated
item Description Gross Costs Gross Cost x Admin
Adrninisdsati!te UiarY-up Mark-u, .
SC sobie3=h`ar_rials 7, o/ �.�
� - rri -:
'>S,',U ,ii r47a11, J t -it tom^ # .,. 10.•-
f.0
r�-rte _ i „ (7. -..• ••1:15-.f'' T
'Alb
nlr i liSF frC e4 RC,G2+ted: , $ n.` f ....:/,.-:
/ P717-17"->q..77&- 7:.".71-5.":,.1:'- '47-2": $ > t'c, (2.-:.\:-'.f t = j u€ �t-az .'„*,- ✓ / No 84:71-7`
t See Appendix C,Section 1.1,Licensure.
2 See Appendix C,Section 1.2,Bonding Capacity.
3 Bidder may state a minimum value threshold for work to be assigned by the City.Bidders that state a minimum value threshold will not
be considered for projects estimated at less than the stated threshold.
d See Special Condition 3. Bidders may elect to submit a bid for 1) Projects awarded on a time and material basis (hourly rate plus
supplies &materials), or 2)participation in the pool of pre-qualified contractors, or 2)for both time and material projects and projects
awarded pursuant Special Condition 3.
Company: ,-17:,-----="---,,'C ,�.;., ..
..V 7,,,,,,I 77.•1(-. . C-/ ( .
Authorized Representative: /VA A,,--)41,6 C ' a
Address: j • — /= 3 /it� r,
Telephone: -7 ,
— _ v
Email: „7%-. -, ,,
I Authorized Representative's Signature: ' —~
lTB 2017-04 -V `
51
APPENDIX E
B,.,�-• _ ,,,.,F, I PRICE
oce Forth r-ffs eazells' `f . -EFORM —10 'a...FCr r-.1' f co.. h
.��" � Qoc ..� iv dt't.e k� .€sh�c. E the. ceipt of'
. ..�t*rmposlaiggg„l'Fefm4`_`_"'A.4gikgC."'.c;•ay:sa cCtR3 r...e:.i?c..
Bier affirms that the picas staff on the bid price form below represents the entire cost of the items in fiii
accordance with the requirement of this iTB, inciuslite of its terms, conditions, specifications and other
requirements sed resin, and that no claim will be made on account of any increase in wage scales,
material prices,delivery delays, taxes, insurance, cost indexes or any other unless a cost escalation provision
is allowed herein and has been exercised by the City Manager in advance.
The Bid Price Form snail be completed mechanically or, if manually, in ink Bid Price Forms completed in
pencil shall be deemed non-responsive.All correctors on the Bid price Form shall be initialed.
I M -
Group ZstimatadAnnual s Line Total
tar Ceecrir tbn t'iowa ut i I Unit Cost Quant x Unit Cost
6A Hourly Rate-Regular 100 Hourly RateL �' -y� r
,}. .�l t J� •}.( C
63 Hcur1v.RSM-Mon Reo liar ;0 • Hourly Rate € j `t •?•• i .ar
•
line Total
(Annual Estimated
Group Estimated Annual Gross Cost x Admin
Item Descriation Gross Costs Administrates liafc-uo Mark-up)
60 i SLCCnes&Materials 5260.• 6' % i : J 4,)
';;;.4.% arrcf•!4,.atsciaki`c5A
• r+ seer ad €l5G-(?'t erase lit : dee Capsc Q''R►_e
MINI
apt! .•g -•'. $ "Earth ''' ••ifieF"rE=Fi rift .Foes: - ' { No v. /
I See Appendix C,Section Li,licensure.
2 See Appendix C,Section 1.2,Bonding Capacitj.
3 Bidder may state a minimum value threshold for work to be assigned by t;e City.Bidders that state a minimum value threshold will not
be considered for projects estimated at less than ttie stated threshold.
4 See Special Condition 3. Bidders may elect to submit a bid for 1) Projects awarded on a time and material basis(hourly rate plus
supplies &materials), or 2) participation in the pool of pre-qualified coniractors,or 2)for both time and material projects and ejects
awarded pursuant Special Condition 3.
Bidder's;Af rrnatin
.....•'u - ' 'u 4 t cora .•..,. TH
ComAuthpany: sprees Jf4. , �'51_ 1'0/9
tits
AddrmTs:///_ if) l �- _-•90 9 /l A%sem; / 3/
I r�ep�: 9.31
5-.3 —
Authorized Representative's Signature:
ITB 201 7.049-WG
5?
APPENDIX E
BID PRICE FORM
Fa;It're tr s -::it Bid Fn c FE)r:tt.in''st';rc F'f and FFiil'.exEC itect b.` e''e'diitte est3biished r3r ttte racappt err
r:q osaIs 'l'ift result in..o,csai oe ng deemed i`x-€esj:^.e.siie and eEt rtr}rojectect
Bidder affirms that the prices stated on the bid price form below represents the entre cost of the items in kIli
accordance with the requirements of 'this ITS, inciusi'ie of its terms, condi ons, spec;:,caibons and other
requirement sat:C°-d herein, and that no el.-1...h will be made on account of any increase in wage scales,
material prices, deli+rsry delays, taxes, insurance, cost indexes or any other uniess a cost escalation provision
is allowed herein arid has been exercised by the City Manager in advance.
The Bid Price Form shall be completed mechanically or, if manual r, in ink. Bid Price Forms compie sd in
pencil shall be deemed non-rasponsi fe.Al corrections on the Bid Price Form shall be initialed.
I
Grouts i i, I_stimataci Annual Line Total
Item Cescription � Yours U(I1A Unit Cost (Quantity x Unit Cast)
7A Hourly Rate-Regular i ICC Hourly Rate •- ,71-1
'A ACL' (iC..PeoLtar Hearty Rate ',/- .? ' 7-A -- i
45,1_r: y
(irie''etaI
(Annual Estimated
Group Estimated Annual Gross Cost xAdmir'
tarn Cescripticn Grose Costa Administrative Mark-uo Marie-up)
7C � SCces?Ntaer!ct `32=CC i % ,-' u•. _r .y !i- — s
a `StipeE e and..Totert`ats rjriu!rten.?C' "G'$ C -- i
' 4 r 4i,,43„> =.Eater su. lies aitcih'taternats TA-CI s;%. /f-) ;z.;14
`..ii V15.
15., r 1!y'T—.....• e iSe r a 1 .15,'.°.../. /415 1' 1 Sanding'Capacity: . $ :',-' r`i-1•7,r_e-?#:.)
Wrrr; acct€ cfer f/ F. '?artiici. 'air.€ire.ualified Peat; . ' as `i l '-,
1 See Appendix C,Section 1.1.Licensure.
2 See Appendix C,Section 1.2,Bonding Capacity.
3 Bidder may state a minimum value threshold for work to be assigned by the City.3idders that state a minimum value hresho[d will not
be considered for projects estimated at less than the stated threshold.
r See Special Condition 3. Bidders may elect to submit a bid for 1) Projects awarded on a time and material basis(hourly rate plus
supplies &materials),or 2) participation in the pool of pre-quaiit<ed contractors, or 2)for both time and material projects and projects
awarded pursuant Special Condition 3.
2.1” • . =.a1E-�'aa".c '' ` + ,12(1-.361,..1.1)C i 1, '51.`211:114.
51 3'teie� II 3-'ttitk �v 0.2grr-
Compa<ry: �s3 A 12A t.4l9 >-i
Authorized Representative: r,.Ito( :24,ll
Adam://,;7 Sell.7 --,#V,2 ? ' + , ii 3.3/4:1
Telephone: 30 ., - -
email ...../.1..A. - I t . _ '
Authortzed Recr sentative'3 3irrzzurs:
��J
ITB 2017-049-WG
1
i
1
APPENDIX E
BID PRICE FORM
-52ift..re.trisubmit,B1'w P,,ce:Fo :tE_t<r 1 n1-,i t.i and'`t:ii f eXeci..!c't b-;''7-_deadiirte eCs1•'abfis.?ed,`J-`ric re:4ia Qt
LL.,progcw414Aseittiapiggiamittgigg decrier nan--sspersi-re and oei no rejected.
Bidder afir e s that the prices statedor. tete oic price form belo+N
represents the enure cost of the Mems in full
accaruar;ce with the requirements of this ITB, inclusive of its terms, condi ons, specl,:catons and ot=ter
requirements stated herein, and that rto can' will be made on account o1 any increase 1n wage scales,
material prices, delivery desats, texas, insurance, cost indexes or any other unless a cost escalator provision
is allowed herein and has been exercised by the City Manager in advance.
The Bid Price Form shall be completed mechanically or, it manually, in ink. Bad Prise :Forme ccrnpl tad in
pencil shall be deemed non-responsive.NJ corrections on tie Bid Price Form shall be initialed.
Group ,i .Estimated anuai I 1
teat 'scrip ior; Hours UM ` i !ins Untir! �
Unit .use (Quantityx Unit Cost)
9A .-'curly Rate-Regular 100 Hourly Rate ..:. c
SE a Patemop Regoter _0 Hourly Rate ,� {.
r ••-'• �--�j--� J� Lam_
Line Total
Group (Annual Estimated
Estimated Annual Gross Cost icadmin
Item Description i Gross Costs Administ;a+sve�llarlc-us
9C ", ti/tarK U:ps
i hi2[ena<s , 572.500 j /(--, % 4.7-: `_ :
w S y __�y{n, -
. .=-,,n 1.. plies and Materials( _ , 7
� +° �-Su
`` ""i jArt13C i 9 . ,gam Tri.`"-"!r' rte' , P
r - _ , `t•._i . 2Efiliacling Capacity: ^ •7.
. t at Cater Adie• $ _ir $ ,�.�r0 = ----1
7 See Appendix C,Section 1.1,Ucansure.
2 See Appendix C,Section 1.2,Bonding Cagaciti.
3 Bidder may state a minimum value threshold for work to be assigned by the City.Bidders that state a minimum value threshold'mit not
be considered for projects estimated at less than the stated threshold.
4 See Special Condition 3. Bidders may elect to submit a bid for 1) Projects awarded on a time and material basis(hourly rate,
dus
supplies &materials), or 2)participation in the pool of ar=e-quatiifed contractors, or 2)for both time and material projects and projects
awarded pursuant Special Condition 3.
I VdIr1�1P�j1.3 � .t: :to au ��� a�i177•���+?�?'��=?i: J � ` .µ'i�X4�: .�r
do N Ac :Ai
Author! —ear ertatir r '^' '2lSAd : 1/2s'Air/� a ? N 'A%.
,• 33/ i I
liaiephone: 26. c - 1 11
Emelt: ..Q/
IAuthorized Repr serrtative's strliatz rs:
l d
ITB 20179-WG
APPENDIX E
nitre t submitj BID PRICE FORM
Std Price Fora, in its r t K c',R ` r 4
j�Ctot3osafs' fl/ f�X tri f'3 t F{ n� 3l�r$3ste£l ry.K° _ �_
r stilt•:ER g CCO5 i t ei c ar a"= cC of
Bidder affirms that the prices stated on thebid '� `�_' °�``-`�sG�r`¢G'r_uE�:"��t,� sect= .
accordance with the requirementsel irn below represents the entre cost of the items in full
of tis !B, eve of it terms, condifions, speciticat orts and other
requirement, stated herein, and that no Ct471 45 be made on account of any increase in wage scales,
material prices, delivery delays, taxes, insurance,cost indexes or any other unless a cost escalator provision
is allowed herein and has been exercised by the Ciry Manager in advance.
The Bid Price Form shall be completed mechanically or, if manually, in ink. Bid Price Forme completed in
pencil shall be deemed non-responsive.AS correctfons on the Bid Price Form shall be inhaled.
..,,1-231- 1-7 1
Group
item +:7at,?d Annual
Desai• lore Hours u141 Line Total
1QA Hours Rata-R +ular til O Quandt x Unit Cost
Hourly Rate
ICB HcurW Kato-Non?e ter
"C Hourly Rate
a� anti
R
I
' Line Total
Group fmatad Annual (Annual Estimated
eae Dual.tion Gross Costs , Gross Cost x Malin
Adminish-abbe Mari{-u+ Melt ,
. Waterers
3254X �, "/a
, , ri`
e`€i..: q•'"�:-c- f s ..(I:s a---r4=Yi 4 c."'. h .+
p Labor+Supplies and ate lS a �iir
n i+fai77! atfe BLDG t)GTY'License No.:
:Handing cam
Elraerrt,:,,epted,, clt1:
- v,,..._ ENEREMMII
r/ rrartiea
piifsUtimm�+�c`k_ESEGs: edE Ma �ic'i,'l
See Appendix C,Section 1.1,Licensure. . .__-
2 See Appendix C,Section 1.2,Bonding Capacity.
3 Bidder may state a minimum value thr shcld for work to be assigned by the City.Bidders that state a minimum value threshold will not
be considered for projects estimated at less than the stated threshold.
See Special Condition 3. Bidders may elect to submit a 'bid for 1) Projects awarded cn a time and material basis(hardy rate plus
supplies &materials), or 2)participation in the pool of pre-qualified contractors, or 2)for both time and mature/projects and projects
awarded pursuant Special Condition 3.
I :omuany, ' iaairillIdir
� �� s �
Authortmd Representative: I . / 1.
Addressi_
Tstephone: a "3 S `"
Erna: Ainillirlitori c,c,
.Authorized Representatria's Signature: —.--1
rJ
APPEND J(E
BID PRICE FORM
Failure to stttIrYlit aidf Price,Poem_in: t sr-t ret'f a't f;eil j eeecuted by s .'4e.3." :'F e..`,abt'.Shecf far trE re ipt of
pro¢c>sa4 ai'i C,.sLJt.ia p•cccs i tlei tag.Eg t tts_t cepa s s;hent& r_elide:.
Bidder affirms that the prices stated on the bid price form below represents .
the entre cost of the items in full
accordance with the requirements of the ITB, incursive of its terms, cond:dons, specificatons and other
requirements stated herein, and that no clash wiU be made on account of any increase in wage scales,
material prices, der-,ery de ys, taxes, insurance, cost indexes or any other unless a cost escalation provision
is allowed herein and has teen exercised by the City Manager in advance.
The Bid Price Form snail be compatad mechanically or, if manually, in ink. aid ?rice 7017116 completed in
pencil shalt be deemed non-responsive.AU corrections on the Bid Price Form snail be initialed,
Group f Estimated Annual t
Item Description Hours f U11Line Total
� Unit bast (Daintily x Unit Cost)
111 ( Hourly Rate-Regular 100 Houriy Rate
113 f Hour'Y Rasa-Non R=ct!.ar ?r
Hourly Rate Vii. 3 y
6.7. % r_.
, ---
'•
--3-:.;i?,-.. ' !,r7 t t-r... ",+ 3.,,-,.1P4b!_41, ,_• .t !, ' ' .
t
'' Line Total
Group =s Rated Annual (Annual Estimated
Item Description Gross Costs Gross Cost x Admin
Administ�nre iylafit-R:P Mark-up)
11C 1 Sac^_lies 3.Materials $ip in %
s
I ,)1• Geo ,11.—Labarw5 . iia F. ,-r 11-ri t t'lI,t w,J a 'j �
r 4 i iJ:l t I rJ4�:(� 1� i "'•.� 4.. r.. 1 J' .. '- / c -'I
_ -r.i..w�';it --2_� �- , r.', •11tdin"eapaci:'.
-, ki.. in: v.aj.,,,,,i,-;.%.es+... c-i" .I No "-
1 See Appendix C,Section 1.1,Licensure.
2 See Appendix C,Section 1.2,Bonding Capacity.
3 Bidder may state a minimum value threshold for work to be assigned by the City.Bidder,,that state a minimum value thrasnoid will not
be considered for projects estimated at less than the stated threshold.
4 See Special Condition 3. Bidders may elect to submit a bid for 1) Projects awarded on a time and material basis (hourly rate plus
supplies &materials), or 2) participation in the pool of pre-qualified contactors, or 2)for both time and material projects and projects
awarded pursuant Special Condition 3.
y Company'
.r- / ) !' _ C '
' Autariz- ,sprasentativ# j!f �.�,�W 11;•
Address: 5 /S.S,•1- .S
Telephone: 7 y 6 '' -- ••.•
f qtr: i
.Aathorized Reprsentativs'a Signature; —4.....—f-
-------
,e--j-!'^--- j
ITB 201/-044-WG
APPENDD4 E
BID PRICE FORM
-Failure.ta submit Bid Price F* *it's srtrcti sadut /'€ter i° W
r Ico
ri
' i" igzsge Cg..i ar ed:rec i ris �tS'-a`i•r;e.arta ucc'fti n' •,;.• x"',"
Bider affirms that ;e pr)ces stated on e bid price form below represents the entre cost of the items in full
accordance wit the regi remenis of this ITB, inclusive of its terms, conditfons, sped ca oils and other
requirements sited herein, and that no claim will be made on account of any increase in wage scales,
material prices,ddvery delays, taxes, insurance, cost indexes or any other unless a cost escalatlon provision
is allowed herein and has been exercised by the City Manager in advance.
Tire Bid Price Form shag be comps mechan Cady or, if manual in in'/.. Bid Price Porins completed in
pencil shall be deemed non-responsisre.All correctons on the Bid?rice Form shall be initialed.
( ` ' i
Group _stinated Annual Total
Item ( s essription yours �r Line Unit
I I Unit Cost (Quantity x Unit Cost)
12 Hcuriy Rate-Regular tip Hourly Rate ;-
123 Hcis'y is-,ionR .moi=r 2n HourlyRate X.• , .
1
'q __... r`4r'r'r 4-11,, r;cf7ic-.r 4 12S].:. _ ir..1( 1t T
i ' Lina Total
Group Estimated Annual l (Annual Estimated
Itemron Description Gross Cost x Admin
crass Costs Admirista aa'ktark-up Mark-up)
120 &Poles&Materials $2500 % _
TatadGrau• 12— i'=Sutzpb s am r:: >:sivre.12A—C" a 7^, -iY
'Miami-NilE BLDG 4053 License h,7.: fRECIENSIgni 213dimdiditz
.a•. _.t,Ort:teFy'€='tect, _ $ A/ '2 / / No !'_ '1
'Fas*iyr M._ � �
r See Appendix C,Section 1.1,Licensure,
2 See Appendix C,Section 1.2,Bonding Capacity.
3 Bidder may state a minimum value threshold for work to be assigned by the City.Bidders that state a minimum value threshold will not
be considered for projects estimated at less than the stated threshold.
4 See Special Condition 3. Bidders may elect to submit a bid for 1) Projects awarded on a brre and material basis(hourly rate plus
supplies &materials), or 2)participation in the pool of pre-qualified contactors, or 2)for both time and material projects and projects
awarded pursuant Special Condition 3.
Company; .lor
,...c.---
Authorized RepresentatA: _. �/[J94�'v3
Address:/_25— ,r/ �
de .de
iaiephone: 3- )5-- _/ 0 ? R '57,
Erroll: �� tot eA S•� t'
Authorized Representative's Signature:
—
ITB 2017-049-WG
58
APPENDIX E
BID PRICE FORM
Failure%p 5 br - ECt its f; re add fait ctac tad '6 ^E daadIn:as' r: t
t7Si•.,Cf:for 11e r2Ce.pt
r"[ saL, ,t, --' :rr. haing deemed cop-`es arse' ,, c be
Bidder affirms that the pries stated on ate bid tit;n trg cost ofr
price form below represents the entire cost the items in frill
accordance with the requirements of his FPB, inclusive of its terms, conditons, sped cat ons and other
requirements slid ham, and that no claim will be made on account of any increase in wage scales,
material prices, del -y delays,taxes, insurance, cost indexes or any other unlessa cost escala=mon provision
is allowed herein and has been exercised by the Cry Panager in ad•rance.
The Bid Price Form sinal be completed mechanically or, if manually, in ink. Bid Price Forms completed in
pencil shall be deemed ncn-responar,e.All corrections on the Bid Price Form shall be initialed.
Group
Item Estrmatrd AnnualLine Total
!curs Ut' Unit Cost (Quantity x Unit Cost)
13A Hourfy?ate-Redder 100 t G0 i `{Darty;ate i ,4,
133
Nor Hourly Rate ���"/ -fir
y
( Line Total
Grou 'Estimated (Annual Estimated
Annual j Gross Cost x Admin
(tam res ippon Gross Costs Administrative Mark-up Mark-up)
13C Sixelies c Matatrais I �� P)
c> _
— 3
x Situ lies and f1 rerials 13A.—G �, Q
1 tiamt Dade BLDG 0020 License NQ__ a zdir:d cacacity:
Enannatall
Minimum Orde Accepted: i?artcipt r Prequalified Pool: es\ `I Ake %Tr.
'See Appendix C,Section 1.1,Licnsure.
2 See Appendix C,Section 1.2,Bonding Capacity.
3 Bidder may state a minimum value threshold for work to be assigned by the City. Bidders that state a minimum value threshold will not
be considered for projects estimated at less than the stated threshold.
4 See Special Condition 3. Bidders may elect to submit a bid for 1) Projects awarded on a time and material basis (hourly rate plus
supplies &materials), or 2)participation in the pool of pre-qualified contractors, or 2)for both time and material projects and projects
awarded pursuant Special Condition 3.
Bidder's Af
rmatcrt
--
CMFAIMPF_
Au�fhorzsd Raprssel tiv •
Address: � - i;.�/ t %�i�_ ��fl�►S�J/7�
Telephone: + <
411111111111111111
•� �
kitty:zed,aprssentativa's 3:. a' . --- '
-
ITB 2017-049-WG
59
I
APPENDIX E
BID PRICE FORM
Fai[i€re tc sL'britt.:d Price Forrm in-its entirety arid€L,.rly executed by trre dead ire eetablis'ed fo'the rete cif.
0 4., %g isals mit.result in.proposal beam]deemect, tn-respopsive arty being rejected
Bidder affirms that me prices stated on the bid price form below represents the entire cost of the items in full
accordance with the requirements of this !TB, inclusive of it terms, conditions, specifications and other
requirements stated herein, and that no claim will be made on account of any increase in wage scales,
material prices, delivery delays, taxes, insurance, cost indexes or any other unless a cost escalation provision
is allowed herein and has been exercised by the City Manager in advance.
The Bid Price Form shall be completed mechanically or, if manually, in ink. Bid Price Forme ccrlpieted in
pencil shall be deemed non-responsive.All corrections on the Bid Price Form shall be initialed.
,
Group i Estimated Annual 1 Line Total f
item Descrietion Hours I Unit Unit Cost (Quantity x Unit Cost)
15A Hourly Rate-Regular too Hourly Rate y:c-, F' --i E�,e ..'
153 He rdv pare-Nor Recut=r Hourly Rate ' •3 -
Line Total
(Annual Estimated
Group Estimated Annual Gross Cost x Admin
item Cescriodon I Gross Costs Administrative'tlar'.t-up Nlar!c-up)
15C Supplies a Mater ais I 32500 I / % 5 6
- f .rr f i:3141 Z
I 2:m-to-a .s CS.CT•'T.j xa�,�u��V�f�r_�^� �•r+G � ya�:]
l _ , CF t - ,
•-•''''4:41:7-'", --'-'-'7-"`-'1R �'a 7.'1.!;1 t*Cir.?!:',1,-- 4+Mies mid��ateria s(15A -'�/ ,
i:rer-P':..'Bi 3 G of 23"Eicense-kb:: wF'''i
._ L"
—/
�fTiYnt�ee� R�. '�! .�': 7Sctrfirrg Cepa-city: ;'r n•-•_"'.p, �, , ._
' 1 alkung Fact,•,,:.. $ ,u- acti€s•. irr Pre.uatified Pool: rY'es. 'rt No " "
r fr ( ... :a
See Appendix C,Section 1.1,Licensure.
2 See Appendix C,Section 1.2,Bonding Capacity.
3 Bidder may state a minimum value threshold for work to be assigned by the City. Bidders that stats a minimum value threshold will not
be considered for projects estimated at less than the stated threshold.
' See Special Condition 3. Bidders may elect to submit a bid for 1) Projects awarded on a time and material basis (hourly rate plus
supplies &materials), or 2)participation in the pool cf pre-qualified contractors, or 2) for both time and material projects and projects
awarded pursuant Special Condition 3.
TEii ey`suC€irt atic€t
-- ......na. -E",,„ r'17,-,ti C �a.:t4 -1:-.7.-•,-_Ls� �'.i t .�'�...V - Ela:_- QItU CR f =S i E
Company: .� v a g Pi R;' l �/- h i-+
Authorized Representativef: � f
Address://96"—X sl �'- � 7''rr�0�,J, 1...... �/ /, I
Telephone3 3r
Email: rvl�` �G et, _. —^ Co-----
#1,1
o-------
Authorized Representative's Signature:
ITB 2017-049-WG 61
APPENDD(E
BID PRICE FORM
rtitiretr.submit:aid €-� Form.
er p ,
' aOtt ret andexeliutC rE a� ^ ' a * E
x. R prG�u534 eA �s aJ 'iP[I 3k3daz � yIA
Bidder affirms that the prices stated on the 'old price form below represents the entire cost or the items in full
accordance with the requirements of this ITB, inclusive of its terms, conditions, specifications and other
regbirements stated herein, and that no claim urs be made on account of any increase in wage scales,
material prices, delivery delays, mixes, Insurance, cost indexes or any ogler unless a cost escalation provision
is allowed herein and has been exercised by te City,1 r nager in advance.
The Bic Price Form shall be completed mechanically or, if manually, in ink. Bid Price Forms completed in
pencil shell be deemed non-re tcnalye.All corrections on the Bid Price Form shall be initiaed.
Group Estimated Annual I Line Tata) '
Item Description ilo+ar ! U/iUi Unit Cost (Quantity x Unit Cost).
i ISA Hourly Rate-Regular 100 Hourly Rate ti
133 HCL:r`v P ttg-\ Race
20 Hourly Rate t
I Line Tota)
(Annual Estimated
Group i( Estirnateri Annual GrossAd
Cost x rnin
item Descrietton Gross Costs Administrative Martz-ua Mark-up)
is � au ^fesa�f ir is $'2500 % f
.._ � ` > }.0C�rS _o,c _rs: y, ?--,re. c .,_, .�{J. l °�~
,-- --�' ��Wj,*>,�,� =�ai�S�Su.�ir�ancf PKater�a; $� �7 ----Li
vb-a thgatfa ffi.D6 Ef{1t9g t.iCe>;ESa tic* _ l
2$OITit r3IJaC(t7c t ; !"7� .
.4:Minlit3Clw[LOrcter -a.4,-rt. - "
$ / �s;�.�.ut�'seesua�i5iec���.>...a� ��(esr I aka G r77`
See Appendix C,Section 1.1,Licensure.
2 See Appendix C,Section 1.2,Bonding Capacity.
3 Bidder may state a minimum value threshold for work to be assigned by the City. Bidders that state a minimum value threshold will'not
be considered for projects estimated at less than the stated threshold.
° See Special Condition 3. Bidders may elect to submit a bid for 1) Projects awarded on a time and material basis (hourly rats:pits
supplies &materials), cr 2) participation in the pool of pre-qualified contractors, or 2) for both time and material projeects and projects
awarded pursuant Special Condition 3.
. t ' ` it tare
r
Authorized Rapresentativ., /3 ? /., iel _ /� t
Address:i �
• i , � pJnI1 cam:, r1 '- 3/4
Telephone: 5 74 O q3 i•—�
Email: //
4,-, CO Cir r° ,,,...-----'
I AuthorizedRepresentazneeSignature: i
i
FB 2017-049-WG
APPENDIX E
BID PRICE FOM
Failure to submit Bid.Price rorrf,t'f its entirety arm.f '!-1 ex_c.>'oc by the dssdl,ne`stat.6s7F=C h"trt
plcoosats y isFes€&in prucasa q ' _.. .wro: ca-resportstuc e-f:aaj a c';tez
Bidder affirms that the prices stated on the bid price form below represents the enure cost of the items in full
accordance with the requirements of this 17B, inclusive of its terms, conditions, speciiicauons and other
requirement stated herein, and that no claim wi] be made on account of any increase in wage scales,
material prices, delivery delays, taxes, insurance, cost'indexes or any other unless a cost escalation provision
is allowed herein and has been exercised by the City Manager in advance.
The Bid Price Form shall be completed mechanicaty or, if manually, in ink. Bid prise Forms completed in
pencil shall be deemed non-responsive.All correcfons on the Bid Price Form shall be ini`aled.
s �Vu �4 # t' o'�9r r . iz"'r d3 "` .;... j
Group Estimated Annual l Line 7atai
item Description Hours UN Unit Cost (Quantity x Unit Cost)
17A I Hourly Rate-Regular 100 Hourly Rate 43-s i ^? --
-s-
173 Heu!y Rate- Hourly Rate j /6_3: 'r.
iii ? ''_i. '.. _ 1- �_ ,;� 1 �C'
Line Total
(Annual Estimated
Group Estimated Annual Gross Cost x Admin
lam Descriodon Gross Costs Administrative Mark-up F Mark-up)
`` /-C I SGCC es;2 5r! 'a-... Q25C0 (~ % •
�P ��
•••,-;•„;7., :7 s a, _ ,s(+ '{` a't acid 604-1 -:- 7 V/
•,-;t it iel3Llk 4aSSL raise! a _ -~
czute-d. $ l T K. '•.'" _ z' '°a�it 3 - 1 No ,
I See Appendix C,Section 1.1,Licensure.
2 See Appendix C,Section 1.2,Bonding Capacity.
3 Bidder may state a minimum value threshold for work to be assigned by the City.Bidders that state a minimum value threshold will not
be considered for projects estimated at less than the stated threshold.
' See Special Condition 3. Bidders may elect to submit a bid for 1) Projects awarded on a time and material basis (hourly rate plus
supplies & materials), or 2)participation in the pool of pre-qualified contractors, or 2)for both time and material projects and projects
awarded pursuant Special Condition 3.
31dder`sE a�iari
Company.
Authorized Representativ-
Address: digIVIOMOr .141011r=—
Telephone:
= iTelephone:
Email:
Authori.sd Representative's Signature:
t
iTB 2017r-049-WG 63
APPENDIX E
BID PRICE FORIA
Failure to submit aid Price Form !•- c c +rE ?—tG fully executeff o ,e Jc'act'no est.3bfistioo For the- _.eic"tf)
pr000sals'hut resttit.A a opcear cei'ig deerrert m r-resp a>kso an-d-tet n r eiected.
Bidder affirms that the prices stat on thk bid price form below represents the entre cost of the rams in full
accordance with the requirement's of th TB, inclusive of its terms, conditions, specif aeons and other
requirements stated herein, and that no claim will be made on account of any increase in wage scales,
material prices, delivery delays, t es, insurance, cost indexes or any other unless a cost escale3on provision
is allowed herein and has been exercised by the City Manager in advance.
The Bid Price Form shall be competed mechanically or, if manually, in ink. Eid Plica Forms .carnpaeted in
pencil shall e deemed non-raspansive.All corectons on the Bid Price Form shall be initialed.
I
Group Estimated;annual Line Total
item Cascription Hours Ural Unit Cast (Quantity x Unit Cost)
18A Hourly Rate-Regular IC0 Hourly Rate L�'.f Y, Vis;7 P2 y) _
i ^23 HC r'i Rs:a-Non Raoul?: Hourly Rate
_ 7 G -,
Line Total
(Annual Estimated
Group Estimated Annual Gross Costa Admin
Item L'escriotion Gross Costs Administrative d lar'c-uo I Mark-up)
'Ic"C SCCCIiee 2 li_"ri21S $2=x0 V o !• q.,
v x
t
yr )
•, sC I`-' .1•kairj':.c<nS1ie ZS-.. sSate;ials f 4a-,'s_c,.A f `%/
' `-s e 5 t'_tcense No_ ..:-:.,t- /L , 't/.iz»a a a.° 3;:i ti' . _ $ 7 ",:y)..6-,,-,-,7...f
11--,...,:-, ,, c Rcce.tett: $ At ",
r See Appendix C,Section 1.1,Licensure.
2 See Appendix C,Section 1.2,Bonding Capacity.
3 Bidder may state a minimum value threshold for work to be assigned by the City. Bidders that state a minimum value threshold will not
be considered for projects estimated at less than the stated threshold.
a See Special Condition 3. Bidders may elect to submit a bid for 1) Projects awarded on a time and material basis (hourly rate plus
supplies & materials), or 2) participation in the pool of pre-qualified contractors,or 2)for both time and material projects and projects
awarded pursuant Special Condition 3.
,a . Ant
��.. s.,., ��' t '�
Company / i.4.l .I ._ /..:/Iri�'1 _ _ _
Authorize prssentat s. �i� _ W.
- .C-,,(f.f/c9 J I J_ r
� •
Talephcne:
_ 51 D
1111111111FF_. -- _. - 4_ , e _
' Authorized Representati've's Si ature: - _
C-
9n _ _
ITB 2017-049-WG
APPENDIX E
BID PRICE FORM
j i t z - r t.i' � t<ELt j r -3 Jaf.irk c'�,w1h.z i tiic.'ruidii.ti r est ao s'Ed or the r0C0rat Of
, �, s:
Bidder affirms that the prizes stag on the bid price form below represents. the entre cost of the items in full
accordance with the req- irements of this 73,3, inclusive of b terms, conditions, specitcarons and other
requirements sued herein, and that no claim will be made on account of any increase in wage scales,
material prices, delivery delays, ta;.as, insurance, cost indexes or any other unless a cost escalation provision
is allowed herein and has been exercised by the City Manager in ad'.ence.
The Bid Price corm shall be completed mechanically or, if manuatiy, it ink. Bid PncS Forma completed in
pencil shall be deemed non-responsive,All correctors on die Bid-rice Form shall be initrialed.
Group 1 Estmafed Annual Line Total
Item Description Hours UPI Unit Cost (Quantity x Unit Cost)
19A Hourly Rate-Regular 100 Hourly Rate ~2,-,._S i r 7,Fs 7- —
19B ; Hour,/Ra_e-Nor.Rani, 2g , Hourly Rate , -� .'i / ' " _ _
(Annual Estimated
Group Estimated Annual Gross Cost x Admin
tam Cescription Gross Costs 1 Administratha dark-asp Mario-uol
is° S;!:wrec P.Nii2r.elts I 32ECC lt !(, / u C
:•x 1 .4 f ,3 33. , i.ii,1,%a_[_W, .>.,a a- .A71- if 1 - 'j c) -
?-�'rh
.:an-n=7. -B'OG 61126 Liven Ptn C- -c /,t i . iandiag Cca
aos. -` $ ;_ '-,•-•,:,) _
;"..-2.0' i ,13 .'
A. et:,. d.
, .!tad: $ j/ fit -attEtp..- •.-.:- ..ed Pack 'as, I No -7 t
' Sze Appendix C,Section 1.1,Licensure.
2 See Appendix C,Section 1.2,Bonding Capacity.
3 Bidder may state a minimum value threshold for work to be assigned by the City. Bidders that state a minimum value threshold will not
be considered for projects estimated at less than the stated threshold.
{ See Special Condition 3. Bidders may elect to submit a bid for 1) Projects awarded on a time and material basis (hourly rate plus
supplies &materials), or 2) participation in the pool of pre-qualified contractors, or 2) for both time and material projects and projects
awarded pursuant Special Condition 3.
,.,.
company. cfa. O N n'L7-C7 /A7 ...Z., (/
Authorized Recrese ve: ,- ,/i t`i, c;4,...,4904_;'' /
{ Address:/ s /� / it.al 7,- /V✓rn rhs.y ,L ,.73/6!J
Talephcne: __Yer/S 7.‘ 19 9_3_11—__rr /�
k Email: -4v��, ,c31l/+ ... i. t.0'—_—'
IAuthorized Representative's Signature: _ � _---
ITB 2017-049-WG 65
APPENDIX E
ND PRICE FORM
Failure to sural t B d PG:e.=ocm in its aril`:-e`-j and f:ii4:el-acuter th ceadfine estabiisi ect for the receipt of
proposals ..ii result in procosai being teemed.idoci-c.:::apo sive and being reiEctect.
Bidder affirms that the prices stated on the bid pace form befoul/represent the enure cost of the hems in full
accordance withthe requirement of this 173, incluse ie of its terms, conduces, specifcatens and other
requirements stated herein, and that no claim will be made on account of any increase in wage scales,
material prices, delivery deLys, taxes, insurance, cost indexes or any other unless a cost escalation provision
is ai owed herein and has been exercised by the City Manager in ad"rance.
The Bid Price Form shall be completed mechanical y or, i;manually, l:t ink. Bid Price Forme completed in
pencil shall be deemed non-respcnsi','e.Al!corrections on the Bid:vice Form shall be initialed.
Group _stmated Annual Line Total
item Cesci lotion H01173 'Jta Unit Cost (Quantity x Unit Cost)
29A Hourly Rate-Regular ICO Hourly Rate :
2955 Hcify Rata-Nor R-,•..iar 2' —_ HOurl;I Rata
Line Total
f (Annual Estimated
Group °sd;nated Annual Gross Cost x Admin
Ram Cesc:iption Gross Costs Administrative Llano-up Mark-up)
2SC Succties&Materials $2 CC /r' %
"Eitl:,..3r;:3 2:ip �f:Tt.;CI^�F.?i:ai`Menta' O61E';n"T '�
Tatar Groep 29.-f:atar Stiggii s.and.11ttaterials(29A—C) g' 17 V 1 •
'MG iami-Dade BLDG Dam License t'X `c1; 2BattdittgCapacity. $F. r:%r tysX
+-4 tat Order Acce+ted_ $ rJ fi 'Partin, it Precluat:fiecf Pool: ) .1 No ;k
' See Appendix C,Section 1.1,Licensure.
2 See Appendix C,Section 1.2,Bonding Capacity.
3 Bidder may state a minimum value threshold for work to be assigned by the City. Bidders that state a minimum value threshold will not
be considered for projects estimated at less than the stated threshold.
+ See Special Condition 3. Bidders may elect to submit a bid for 1) Projects awarded on a time and material basis (hourly rate plus
supplies & materials), or 2) participation in the pool of pre-qualified contractors, or 2)for both time and material projects and projects
awarded pursuant Special Condition 3.
Affirmatitiii
it ria
Cempany
•
r
Authcrzd•aprsentati•_: - ,+r^ d Q�
Address: —— ,x'20 /6./
?aiephone. 3 7 3
'alai• _ n >. .r
Authcrizad Representative's argrature r
iTB 201 7-049-WG 7
APPENDIX E
ESC PRICE FORM
i ! s crr[it Bid Pr..�^Cain.@:S its a--F 5 a b,.the : --
- "" - € '.' � .3r:1'. .€li��,.:4ECr.itEtt .�� rfEacl?ren vsE�t71151?2fX for tin,:EH�:::e�; �`
„ 4Ksr i,fi g ,%to r suit ilprOcas.5e�T,.e€: deemed-,ar-resoonsive.and.ac EiC:Ejected.
adder anTris that tie rices stated on the biditems� price form below represent the entre cost of the it,.ms in tuff
accordance with the requirements of this FIB, inclusive of its terms, condi%ons, speci;cabons and oder
requirements stated herein, and that no claim will be made on account of any increase in wage scales,
material prices, delivery delays, taxes, insurance, cost indexes or any other unless a cost escalation provision
is allowed herein and has been exercised by the Oty Manager in advance.
The Bid Price Form shall be completed mechanicay or, it manually, in ink, Bid Price Forms completed in
pencil snail 'be der^ non-responsive.A:1 Corrections on the Bid Price Form Shay:be iniyaled.
Group II Sstlrnataci Annual Line Totai
item Description I Hours Ula Unit Cost (Quantity x Unit Ccst)
30A Hourly Rate-Regular f too Hourly Rate ,f r.j 1- r. ,
30B ! HaRnil R -Nuri Rsg lar I _r T Hourly Rate ;is_;X, -,-,:::',/ ,513e.',', ,,:c
, ' Line Total
(Annual Estimated
Group i listimatad:annual Gross Cost x AdminItem Description l Groes Costs Administrative hark-up l P,ialt-up).
3cc Sucofies&Materials ' a25,CC ; '' _ % i_. '.,, , c.r"'
`iys-L ;'' w -, 'tr:tz v. UAptiesaridxtfiit erf; :1tem'pE `--)
rota Gicap 3t-Labor f Sur ties and:Nfatariais(30A C :Irk//1/
l iami-Cade Ltlr.t 5004 License NOT' 1',C / '/4'_ • ;Bening Capacity_ $^ '' ,.).`c f; _
r,ipirrip t Ordee,.Acce. -.• - tsci'.f-ir'.+C'» -i iaiNdt" - .9/ No Z..;=•", "
'See Appendix C,Section 1.1,Licensure.
2 See Appendix C,Section 1.2,Bonding Capacity.
3 Bidder may state a minimum value threshold for work to be assigned by the City.Bidders that state a minimum value threshold 411 not
be considered for projects estimated at'ess than the stated threshold.
4 See Special Condition 3. Bidders may elect to submit a bid for 1) Projects awarded on a time and material basis(hourly rate pits
supplies & materials), cr 2) participation in the pool of pre-qualified contractors, or 2)for both time and material prolecas and projects
awarded pursuant Spedal Condition 3.
x yds af'-'S z'awa«awt �k �S � �Y..?...a ""." a
Author! , .,rn-entatim 41111r -
-Agiaj����as. �t _
Address'/lr�9G ,W„-.. �.1/_ MW41E1FMS
Taispiione: - 7...c"7 ,) ,-311161.1111111111.111.1.1111111111111
}}
Email: _� . i .� .�. - i
Author-m!Representative's Siyratirr:
---
FIB 201 7-049-vv;G T�
APPENDIX E
BID PRICE FORM
E---2:L-etc submit ad Price Farm.it!.its e-dr=ay and fully eita_cute,r Cy-Ei.^sGL•«.2.4K63_illi9€1edFei tele re.:ei z:of.
propcsals'.'iti rasuit 1 prQpasa3 Merl£ 2:ame:II i"4:-:wsu jici-se.aril ceing reis-o-iaic.
Bidder affirms that the prices stated on the bid price form below represents the entre cost of the items in full
accordaice with the requirements of this ITB, inchisive of its #arms, cor,oitons, specifications and other
requirement stated herein, and that no claim will be made on account of any increase in wage scales,
metrial prices,delivery delays,taxes, insurance, cost indexes or any other unless a cost escalation provision
is allmd herein and has been exercised by the City Manager in advance.
The Bid Price Form shall be completed mechanically or, if manually, in ink. Bid Price Forms completed In
pencil shall be deemed non-responsive.All corrections on the Bid Price Form shall be initialed.
Group ' Estimated Annual Lina Total
item description flours E Uflii Unit Cost (Quantity x Unit Cost)
31A i Hourly,Rate-Regular I 100 1 Hourly Rate .;d- '/ 1✓,j .f. 5' 17 J"_
kk •as
313 Hcur 1 Psis-Nor RacUor C _r+ i Hcun r Rate _ 4''^ Q . '1 :=1F57---
Line Total
d
Group :s'timatsd Annual Gross Cost x Amin n
Rem Cescriptton Gross Casts Administrates dark-uo Mari-uol,
31C 1 Su les&Niaterais S^50 ' % - F--
'N•, •:.: -:=as• �,i ,r..,:%.,...,..: ,_,,,,,_,,q;, ._,„,.,: .i.::' rc?;�`�„�:r �-r "'� = •::3
t.. @s - f3��//
Total eirciup 31'-Labor x-Supplies and Xiatratars-31 �.` f .u.
7,11arni-Dade BLCG 00" ,icei tic.: Wiliniggial 2Bonding Capacity- EIMINErraill
2ffniiiiiituratdecitorPrtnri: _.:..__ EINIENNIIIIIR,!Participate iri PrequatifiedFoci; _ as f Nce „corm
'See Appendix C,Section 1.1,Ucensure,
2 See Append=C,Section 1.2,Bonding Capacity.
3 Bidder may state a minimum value threshold fcr woes to be assigned by the City.Bidders that state a minimum value thresholdiT not
be considered for projects estimated at less than the stated threshold.
4 See Special Condition 3. Bidders may elect to submit a bid for 1) Projects awarded on a time and material basis(Mu.*rat pleas
supplies &materials), cr 2) participation in the pool of pre-qualined contractors,or 2)for both time and material proiects and preiec
awarded pursuant Special Condition 3.
Bidder's.Affirmation--
-,i----
firmation- i----•...:*--,,7.-i4.1 •G as-;2$i SL ructicries. si7.1tigsy�.,i i C:;:4 .7.7i-,!heli` :;,-
{ Compan i ' d\ . $ G
Hutt aizsaaprsca -;:ti/ , I /
Address:/7) /c2_ kc- -__/t�g ,c/ 19f /ti/ ;.-43 ., 33/fol
3tephonk S 7.‘ t -jS-_
Email:, _,,( 0 ,1�
Authorized Repreaertstlyes Signature: __,__.;_..
r
!TB 201 7-049-WO
APPENDIX E
BID PRICE FORM
Failure to submit B-d Prrcc Form.la.its ertiret; ar fbti'
,�iiace*es ay t,le-readtile estabEisl!rztira€lfie•�caataE
proposals',vilt result la prop'^osaL aetriica espocs:',c e sec oerr;reiectao. __x,f," ,
Bidder affirms that the prices stated on the bird price form below represent the entire cost of the items in full
accordance with the requirements of this iTB, inclusi:e of its terms, conditons, specitcabons and other
requirements stated herein, and that no claim will be made on account of any increase in wage scales,
material prices, delivery delays, taxes, insurance, cost indexes or any other uness a cost escaiaton provision
is allowed herein and has been exercised by the City Manager in advance.
The Bid Price Form shall be completed mechanicali,r or, if manually, in ink. Bid Pricy Forms corriple:ed in
pencil shall be deemed noir-responsive.Ali corrections on the Bid Price Form s'nall be initialed.
I
Group _stied Annual { Line Total
,tam Description Hours I Ulm 1 Unit Ccst (Quantity x Unit Cost)
321 Hourly Rate-Regular 100 Hourly Rate I y f y 7 27; rr. j .,l':
323 i-cur!r Rze-Dlcr oec!i_r _c, Hourly Rate /: t ' ; -.-;:_ -
, Line Total
(Annual Estimated
Group I Estimated Annual Gross Cost x Admin
tam Cescriodon Gross Costs Adminis-iati•,e hiar'r-ug t Mario-up?
i 220 Z antes&Materials $2500 /0 u - --
` . ./
C r vE3t:irC:IC�� aE:i. S EPC.. t . .l.,.i_ t 470_ '
/ L
Total(�r¢u• 3 -Eatror+Su• iiesar iia
4afe sru2 —C ���,� ti.
J1
e A ia€tai-Oade BL i2t Q04E License No.: GC-G i` i .''_t! zeonding Capacity: IT GGii ("��C.
.31irtniti,33 ...% e'_».° - -.,_. $ i.:.]. .yr"g a in Poe f tut e".7,-,sot - '-" / No
'See Appendix C,Section 1.1,Licensure.
2 See Appendix C,Section 1.2,Bonding Capacity.
3 Bidder may state a minimum value threshold for work to be assigned by the City. Bidders that state a minimum value threshold will not
be considered for projects estimated at less than the stated threshold.
' See Special Condition 3. Bidders may elect to submit a bid for 1) Projects awarded on a time and material basis(hourly rate plus
supplies R materials), or 2) participation in the pool of pre-qualified contractors, or 2)for both time and material projet and projects
awarded pursuant Special Condition 3.
Bl''ader's Affirmation
,, ;:i-iu ,- .i ;tS. ;..1,§ ,, vie _ .i .i41.,F4S.!�;.. .;...:.s-`.�.15, =
CLti?Si2ny� � � / �/ /
ri0151.111.1.
Authorized Rapreesentatie•: ..... �
Address: : la X11 . X07 '_,... Natp_L
7aiephone: -2-:l • - • -
Email: ,_,,,7r,"„t ,_, .1,e), , c .
.Authcriasd Rapmentative's 3igraiure: "`-
lTB 2017-049-WG 78
APPENDIX E
BID PRICE FORM
Failure to strdmit Bi Fece ilT is t ;rrf r;, o tt <,_ ziG ease - •-
cr`:•�E .- iii kc Ltcr.u�" �t�vau�;^ ._�C5 i9���io"f`Y?receipt of
orop-z-Sas:,iii. e.F3, }lppcpos ai Co:n fj on-cesgginsi;c•C' i1 Let:'g"ejoC`ed.
Bidder affirms that tie prices staff en bird price form below represent=tie entre cost of the items in fila
accordance with the requirements of to ITB, inclusive of its terms, conditons, specifcaions and other
requirements stela! herein, and that no claim will be made on account of any increase in wage scales,
materiai prices, delivery delays, taxes, insurance, cost indexes or any other unless a cost esca€adon provision
is avowed herein and has been exercised by the City Manager in advance.
The Bid Price Form shall be completed mechanically or, if manually, in inc BM .PAG* Forms completed in
pencil shell be deemed non-responsive.All correctors on the Bid Price Form shall be inhaled.
R Group ( Estimated Annual I l line Total
Item Cescrr tlan I Hours UPI Unit Cost i(Quantity x Unit Cost)
35A Hourly Rate Regular I 100 Hourly Rate - l'�, 5/i '_f.' ti 4
355Hcurhy Rats-nicn Racuia ( '_0. Hourly Rate '•,t{) '; /.. --47=5-
1 ! l:rie'Total
(Annual Estimated
1 croup Estimated Annual Gross Cost x Admin
item sO,escrription Gross Costs Adrnin tine 11ert up 4 dart-up(
i 1.
35C it.:.,..&Materiels l ♦ % ^ _
1J
ut--i i:r.3 3= —Sjot;i 4 I`- - • --7.-
Total.Group 35-Labor t Supp<ie-and/ao o'a1=(35L % / ..,
P
K,iami-Dade SLOG Qui.License NE.: Niffengiffign 28'ending Gap:: y. - Eir
.'ir, ,r k 1,t>.- air-f,-a _.., /� 1 a .. . .:0.47.,
�' Wr' .
1 t
,a....;:.;a.. -.� $ ;�" _ai�t„r.. ,«�„� Wee»�� Yas1 / No �_ —,-•
See Appendix C.Section t.t,licensure.
2 See Appendix C,Section 1.2,Bonding Capacity.
3 Bidder may state a minimum value threshold for work to be assigned by the City.Bidders that state a minimum value threshold will not
be considered for projects estimated at less than the stated threshold.
4 See Special Condition 3. Bidders may elect to submit a bid for 1) Projects awarded on a tfine'and material basis(hourly rate plus
supplies &materials), or 2)participation in the pool of pre-qualified contractors, or 2)for both timeand material projects and projects
awarded pursuant Special Condition 3.
3: t rAia ter"^ 4 7 z ... ar;c r{p*j
company _ r r. ..i .j moi!/.•0,'.`� .
Authorized Reprssentativ .' 11Irr at' _
Tata 34...., 5 �o O �J�
Ema1: C t"-
i Autherizad Reonnsentadva'a aiGnatur?-' __
�' v
IIB 2017-04 -WG 8 f
cEEpco1125 NE.125 St.#207 Pnone:305-750-9355
N.&Kari FL 33151 contractingtaceepco.corn
TAB
www.ceepco.com
APPENDIX "A"
•
trA
. ?
I BEACH
Proposal Certification ,
Questionnaire
•
Requirements
General Building and Specialty Trade
Contractors
PROCUREMENT DEPARTMENT
1755 Meridian Avenue, ad Floor
Miami Beach, Florida 33139
TB 2017-049-W( 17
( Solicitation No: Solicitation Tide: t
2017-049-WG General Building and Specialty Trade Contractors I
Procurement Contact Tet rEma
William Garviso,CPPB (305)673-7000#6650 I withamgarviso@miamibeachfl.gov I
PROPOSAL rLRTIFIrrTi \, QUESTIONNAIRE&REQUIREMENTS F IDAV)T
Purpose: The purpose of this Proposal Cer tcation, Questionnaire and Requirements Affidavit Form is to inform
• prospective Proposers of certain solicitation and contactual requirements, and to collect necessary information from
Proposers in order that certain portions of responsiveness, responsibility and other determining factors and
compliance wit requirements may be evaluated. This Proposal Cert' scion, Questionnaire and Requirements
Affidavit Form is a REQUIRED FARM that must be submitted fully completed and executed.
1. General Proposer Information.
FIRM NAME: — -s /
.1 c r G :Ls/ C.�--J- 1, _ �i,',;( . /_�.C.. -
Noor Years m Business
No of Yeats in Business Locally. I No of Employees: ;
` * r y _j
OTHER NAME(S)PROPOSER!HAS OPERATED UNDER IN THE LAST 10 YEARS:
FIRM PRIMARY ADDRESS(I 1.ADQUARTERS): ,^ I _ t _ /I..?- r-} ^] 1, 7"1,:r ft / T:+
CITY: r••• '
._3/LV 2. Spm _i i./
STATE: / I ZIP CODE: .r
TELEPHONE NO.: jp / /.7- t,?
TOLL FREE NO.:
FAX NO.: .
93/ _ f ‘1 /
FIRM LOCAL ADDRESS:/`.Z. /J . .2_6 .57'4'rte-_% -)1--- it _ C' f
CITY:
i_I 7 `7-,..,i1'/.r
i r'i/4 ! •
•
LP CODE
STATE .-Z.1 - / l 7
PRIMARY ACCOUNT REPRESENTATIVE FOR 11-US ENGAGEMENT: LI17 A f` `e•
ACCOUNT REP TELEPHONE NO.: 3 5 - / 6C -' S-
ACCOUNT REP TOLL FREE NO.:
ACCOUNT REP EMAIL /7/ r://J `�j G a.-iNc CEJ , �'J�
FEDERAL TAX IDENTIFICATION Na: // I
I ;..,Zi-Qct s / gs
The City reserves the right to seek additional information from Proposer or other source(s),including but not limited to..any bra or prbcipaii
information,applicable licensure,resumes of relevant individuals,client intimation,financial information,or any Worm/tont the ON deems
necessary to evaluate the capacity of the Proposer to perform in accordance with contract requirements.
iTB 201 7-049-WG 17
Vteran Cwned Busin_se.is Proposer claiming a veteran owned business status?
YES V NO
6L AL REQUIREMENT: Proposers claiming veteran owned business status shall submit a documentation proving that firm
is ceilf5ed as a veteran-owned business or a service-disabled veteran owned business by the State of Florida or United States
federj government,as required pursuant to ordinance 2011-3748.
2. F'raa c'.af Capacity. When requested by the City, each Proposer shall arnye for Dun & Bradstreet to submit a Supplier
Qualificafion Report(SQR)directly to the Procurement Contact named here .No proposal will be considered without receipt, by
the City, of the SQR directly from Dun & Bradstreet. The cost of the preparaten of the SQR shall be the responsibility of the
Proposer.The Proposer shall request the SQR report from D&B at
.3
o:',"`Jeptpc,Ncs i:ter?S.��ilt,a_r^ or.itr'Prat?.¢ c re`-_i!;
Proposers are responsible for the accuracy of the information contained in ib SCR.it is highly recommended that each
Proposer review the information contained in iba SQR for accuracy prior to submital to the City and as early as possible
in the solicitation process. For assistance with any portion of the SCR subrenal process, contact Dun 3rsdstreet at
60424-2495.
SUBM T'AL R QUiRSU1ca4 T: Proposer shall request that Dun &Bradstreet submit its Supplier Qualifier Report directly to the
City,with bid or within 2 days of request.
3. Conflict Cf interest All Proposers must disclose,in their Proposal,the names)of any officer,director,agent,or immediate family
member(spouse, parent, sibling, and child)who is also an employee of the City of Miami Beach. Further, all Proposers must
disclose the name of any City employee who owns, either directly or indirectly, an interest of ten (10%) percent or more in the
Proposer entity or any of its affiliates,
SUBMi T,AL REQUIREMENT:Proposers must disclose the name(s)of any officer,director, agent, or immediate family member
(spouse,parent,sibling,and child)who is also an employee of the City of Miami Beach. Proposers must also disclose the name of
any City employee who owns,either directly or indirectly,an interest of ten(10%)percent or more in the Proposer entity or arty of
its affiliates.
4. RYA€ - tis e{ iar�
177:`.L .. . _ • _ .- . _ . -
" . -- `-
i
1^d{,,• y - T'. ^ is V,... - , 1 - ._ ,r . - _. _ _r - - :.
a
"rr� r u more rs sueerse e � re re uiret icnfs i tfputa'te%iii 1 paendi`E G.SeetTiiii TA.. E lots s pr:e:L a e=•e cca
besnlinutte�t is aft:at Prcpcsai.
5. Suspension,Debarment or Contract Cancellation.Has Proposer ever been debarred,suspended or other legal violation,or had
a contact cancelled due to non-performance by am ublic sector agency?
YES NO
SUBMITTAL REQUIREMENT: If answer to above is"YES,"Proposer shall submit a statement detailing the reasons that ted to
action(s).
6. Vendor Campaign Contributions. Proposers are expected to be or become familiar with,the City's Campaign Finance Reform
laws, as codified in Sections 2-487 through 2-490 of the City Code. Proposers shall be solely responsible for ensuring that ail
applicable provisions of tie City's Campaign Finance Reform laws are complied with,and shall be sub¢ect to any and all sanctions,
as prescribed therein,including disqualification of their Proposals,in the event of such non-compliance.
SUB41ITTAL REQUIREMENT: Submit the names of all individuals or entities(including your sub-consultants;(with a controlling
financial interest as defined in solicitation.For each individual or entity with a controlling financial interest indicate Meter or not
each individual or entity has contributed to the campaign either directly or indirectly,of a candidate who has been elected to the
office of Mayor or City Commissioner for the City of Miami Beach.
•
ITB 2017-049-WG
7. Coda of Business Ethics.Pursuant to City Resolution No.2000-23879, each person or entity that seeks to do business with the
City shall adopt a Code of Business Ethics('Cede)and submit that Code to the Procurement Division with its proposal/response
or within five(5)days upon receipt of request.The Cede shall,at a minimum,require the Proposer,to comply with ail applicable
governmental rules and regulations including, among others,the conflict of interest,lobbying and ethics provision of the City of
rami Beach and Miami Dade County.
SUBMITTAL.AL REQUIRE ENT: Proposer shall submit b:n's Code of Business Ethics. In lieu of submitting Code of Business
Ethics,Proposer may submit a statement incicating that it will adopt,as required in the ordinance,the City of Miami Beach Code of
Ethics,available at www.miamibeachft.gov/procurementi.
shall bo'oquired to pay .•'- - - - - v • ' o most,th es-ltetbelow:
' r - : e _ 24' °S, . 2 . "cr 30, 2Q11 !no, . • -
- . - • c t - -:to wrt.on:ff.:e ta:date of Janu3-1,2015.
Tho living wage rate and-4-- . - • ' . , — e4 • - - • •. . - • _ •'-':n
using the Consu:r.or Price Index or -- •--a-t-Ocnsu: C J '' ;r_ : ' . . c-tn o it of Labo'c
._ . - - • . - :te - . . r•• t«lice,b
resolution,elect not to index the living wage rat.. . , - - ,' ' - . , - -_a-sound to implement
came(in a particular year).
availabio at wrnv.miamiboachfl.govlercceromen`l.
Z l N .No additicr:al submittal is roquirod.By virtue of a mcuting this ailda'iit do :,n , e ggr es
9. Equal Benefits for Employees with Spouses and Employees with Domestic Partners.When awarding competitively solicited
contracts valued at over$100,000 whose contractors maintain 51 or more full time employees on their payrolls dig 20 or more
calendar work weeks,the Equal Benefits fcr Domestic Partners Ordinance 2005-3494 requires certain contractors doing business
with the City of Miami Beach, who are awarded a contract pursuant to competitive proposals,to provide'Equal Benefits'to their
employees with domestic partners, as they provide to employees with spouses. The Ordinance apples to a employees of a
Contractor who work within the City limits of the City of Miami Beach,Florida;and the Contractor's employees located in the United
States, but outside of the City of Miami Beach limits,who are directly performing work on the contract within.the City of Miami
Beach.
A. Does your company provide or offer access to any benefits to employees with spouses orto spcuaco of employees?
tr YES NO
B. Dees your company provide or offer access to any benefits to employees with(same or opposite sex)do.mesticpartners*or to
domestic partners of employees?
Will YES F1 NO
C. Please check ail benefits that apply to your answers above and list in the°other"section any additional beitief not already
specified. Note: some benefits are provided to employees because they have a spouse or domestic partner, such as
bereavement leave;other benefits are provided directly to the spouse or domestic partner,such as medical insurance:
BEi_FIT Firm Provides for Firm Provides for Firm does nest
Employees with Employees with Provide Benefit
Spoal Domestic Partners
Heart ✓ust� 4
Sick Leave
Family Medical Leave
Bereavement Leave G/
ITB 2017-049-WG 1 9
if Proposer cannot offer a benefit to domestic partners because of reasons outside your control, (e.g.,there are no insurance
providers in your area willing to offer domestic partner coverage)you may be eligible for Reasonable Measures compliance. To
comply on this basis, you must agree to pay a cash equivalent and submit a completed Reasonable Measures Application
(attached)with all necessary documentation.Your Reasonable Measures Application will be reviewed for consideration by the City
Manager,or his designee. Approval is not guaranteed and the City Manager's decision is final. Further information on the Equal
Benefits requirement is available at fnrmnr.miamibeactf.govlprocurementl.
10. Public'E iity Crimes.Section 287.133(2)(a),Forida St"m,as currently enacted or as amended:nom time to time,states that a
person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit
a proposal, proposal, or reply on a contract to provide any goods or services to a public entity; may not submit a proposal,
proposal,or reply on a contract with a public entity for the construction or repair of a public building or public wore;may not submit
proposals, proposals,or replies on leases of real property to a public entity;may not be awarded or perform work as a contractor,
supplier,subcontractor,or consultant under a contract with any public entity;and may not transact business with any public entity
in excess of the threshold amount provided in a. 7."`.%for CATEGORY TWO for a period of 36 months following the date of
being placed on the convicted vendor list.
su3tiliTTAL REQUIREMENT:No additional submittal is required.By virtue of executing this affidavit document,Proposer agrees
with the requirements of Section 287.133,Florida Statutes,and certifies it has not been placed on convicted vendor list.
11. �lori•Ciecrimination. Pursuant to City Ordinance No.2016-3990,the City shall not enter into a contract with a business unless the
business represents that it does not and will not engage in a boycott as defined in Section 2-375(a)of the City Code,including the
blacklisting,divesting from,or otherwise refusing to deal with a person or entity when such action is based on race,color,national
origin,religion,sex,Intersexuality,gender identity,sexual orientation,marital or familial status,age or disability.
SU3Mi1T T L REQUIREMENT:No additional submittal is required.By virtue of executing this affidavit document,Proposer agrees
it is and shall remain in full compliance with Section 2-375 of the City of Miami Beach City Code.
12. kioret rium on Travel to and the Purchase of Goods or Serricae from le h Carolina and Mississippi. Pursuant to
Resolution 2016-29375, the City of Miami Beach, Florida, prohibits official City travel to the states of North Carolina and
Mississippi,as well as the purchase of goods or services sourced in North Carolina and Mississippi. Proposer shall agree that no
travel shall occur on behalf of the City to North Carolina or Mississippi,nor shall any product or services it provides to the City be
sourced from these states.
SUBMITTAL REQUIREMENT:No additional submittal is required.By virtue of executing this affidavit document,Proposer agrees
it is and shall remain in full compliance with Resolution 2018-29375.
13. Acnowiedgement of Addendum. After issuance of solicitation,the City may release one or more addendum to the solicitation
which may provide additional information to Proposers or alter solicitation requirements. The City will stye to reach ever/
Proposer having received solicitation through the City's a-procurement system, PubiicPurchase.00m. However, Proposers are
solely responsible for assuring they have received any and all addendum issued pursuant to solicitation..This Acknowledgement of
Addendum section certifies that the Proposer has received all addendum released by the City pursuant to this solicitation.Failure
to obtain and acknowledge receipt of all addendum may result in proposal disqualification.
tnitiai w Confirm Initial to Confirm l Initial to Confirm
Receipt Receipt Receipt
Addendum 1 Addendum 6 f I Addendum 11
Addendum 2 Addendum 7 Addendum 12
Addendum 3 Addendum 8 Addendum 13
Addendum 4 Addendum 9 I Addendum 14
Addendum 5 Addendum 10 ( k Addendum 15
If additional confirmation of addendum is required,submit under separate cover.
7717717-7Th' 20
14. Fair Chance Requirement Pursuant to Secacn 2-375 of the City Code,the Cit/shall not enter into any contract resulting from a
competitive solicitation, unless the proposer certifies in wrung that the business has adopted and employs written policies,
practices,and standards that are consistent with the City's Fair Chance Ordinance,set forth in Article V of Chapter 82 of the City
Code(Fair Chance Ordinance"), and which, among other things, (i) prohibits City contractors, as an employer, from inquiring
about an applicant's criminal history until tie applicant is given a conditional offer of employment; (ii) prohibits advertising of
employment positions with a statement that an individual with a criminal record may not apply for the position, and (iii) prohibits
placing a statement on an employment application that a person with a criminal record may not apply for the position.
SUBMITTAL QWPSi NT: No additional submittal is required at this time. By virtue of executing this affidavit, Proposer
certifies that it has adopted policies,practices and standards consistent with the City's Fair Chance Ordinance. Proposer agrees to
provide the City with supporting documentation evidencing its compliance upon request. Proposer further agrees that any breach
of the representations made herein shall constitute a material breach of contract, and shall entitle the City to the immediate
termination for cause of the agreement, in addition to any damages that may be available at law and in equity Fair Chance
Requirement.
I
•
I
I
RE3 2017-b49-SG 21
44.�, ', `.. t t".1..
�.,.�,. a.>i,�.w.°*� .:s >a
The solicitation referenced herein is beirc furnished to the recipient by the City of Miami Beach(tie'CM for the recipients convenience.
Any action taken by the City in response to Proposals made pursuant to this solicitation,or in making any award,or in failing or refusing to
make any award pursuant to such Proposals,or in cancelling awards,or in withdrawing or cancelling this solicitation,either before or after
issuance of an award,shall be without any lability or obligation on the part of the City.
In its sole discretion,the City may withdraw the solicitation either before or after receiving proposals, may accept or reject proposals,and
may accept proposals w,fiich deviate from the solicitation,as it deems appropriate and in its best interest.In its sole discretion,the City may
determine the qualifications and acceptability of any party or parties submitting Proposals in response to this solicitation.
Following submission of a Bid or Proposal, the applicant agrees to deliver such fuither details, information and assurances, including
financial and disclosure data, relating to the Proposal and the applicant including, without limitation, the applicant's affiliates, officers,
directors,shareholders,partners and employees,as requested by the City in its discretion.
The information contained herein is provided solely for the convenience of prospective Proposers. It is the responsibility of the recipient to
assure itself that information contained herein is accurate and complete.The City does not provide any assurances as to the accuracy of any
information in this solicitation.
Any reliance on these contents,or on any permitted communications with City officials,shall be at the recipients own risk.Proposers should
rely exclusively cn their own investigations,interpretations, and analyses.The solicitation is being provided by the City without any warranty
or representation, express or implied,as to its content,its accuracy,or its completeness.No warranty or representation is made by the City
or its agents that any Proposal conforming to these requirements will be selected for consideration,negotiation,or approval.
The City shall have no obligation or liability with respect to this solicitation,the selection and the award process,or whether any award will be
made.Any recipient of this solicitation who responds hereto fully acknowledges all the provisions of this Disclosure and Disclaimer,is totally
relying on this Disclosure and Disclaimer,and agrees to be bound by the terms hereof.Any Proposals submitted to the City pursuant to this
solicitation are submitted at the sole risk and responsibility of the party submitting such Proposal.
This solicitation is made subject to correction of errors,omissions,or withdrawal from the market without notice.Information is for guidance
only,and does net constitute all or any part of an agreement.
The City and all Proposers will be bound only as, if and when a Proposal (cr Proposals), as same may be modified, and the applicable
definitive agreements pertaining thereto, are approved and executed by the parties, and then only pursuant to the terms of the definitive
agreements executed among the parties.Any response to this solicitation may be accepted or rejected by the City for any reason,or for no
reason,without any resultant liability to the City.
The City is governed by the Government-in-the-Sunshine Law,and all Proposals and supporting documents shall be subject to disclosure as
required by such law. All Proposals shall be submitted in sealed proposal form and shall remain confidential to the extent permitted by
Florida Statutes, until the date and time selected for opening the responses.At that time,all documents received by the City shall become
public records.
Proposers are expected to make all disclosures and declarations as requested in this solicitation.By submission of a Proposal,the Proposer
acknowledges and agrees that the City has the right to make any inquiry or investigation it deems appropriate to substantiate or supplement
information contained in the Proposal,and authorizes the release to the City of any and all information sought in such inquiry or investigation.
Each Proposer certifies that the information contained in the Proposal is true, accuiatu and complete, to the best of its knowledge,
information,and belief.
Notwithstanding the foregoing or anything contained in the solicitation,all Proposers agree that in the event of a final unappealable judgment
by a court of competent jurisdiction which imposes on the City any liability arising out of this solicitation, or any response thereto, or any
action or inaction by the City with respect thereto,such liability shall be limited to$10,QCO.00 as agreed-upon and liquidated damages.The
previous sentence, however, shall not be construed to circumvent ary of the other provisions of this Disclosure and Disclaimer which
imposes no liability on the City.
In the event of any differences in language between this Disclosure and Disclaimer and the balance of the solicitation,it is understood that
the provisions of this Disclosure and Disclaimer shall always govern.The solicitation and any disputes arising from the solicitation shall be
governed by and construed in accordance with the laws of the State of Florida.
ITB 2017-049-VVG 22
•
I hereby certify that f, as an authorized agent of the Proposer, am submitng the folvwing information as my firm's
proposal; Proposer agrees to complete and unconditional acceptance of the terms and conditions of this document,
inclusive of this soficitat on,ail attachments,exhibits and appendices and the content;of any Addenda released hereto,
and the Disclosure and Disclaimer Statement; Proposer agrees to be bound to any and all specifications, terms and
conditions contained in the solicitation, and any released Addenda and understand that the following are requirements
of this solicitation and failure to comply will result in disqualification of proposal submitted; Proposer has not divulged,
discussed,or compared the proposal with other Proposers and has not colluded with any other Proposer or party to any
other proposal; Proposer acknowledges that all information contained herein is part of the public domain as defined by
the State of Florida Sunshine and Public Records Laws;all responses,data and information contained in this proposal,
inclusive of the Proposal Certification, Questionnaire and Reeirements Affidavit are true and accurate.
Name of Proposers Authorized Reprasentative: Title of Proposers Authorized Representative:
Signature of Proposers Authorized Representative: ------ Date: j
/ // c,/v
42/9)
State of �-7 `17 /�
Cn tbisi day of,.,/., 20_,personally
,�r:"�—,✓ 1 CJj'��`-!%�^ ) appeared before me/ /'/'�fA • o
Cog ty of/Y,rlf ��, ti,;) stated that (s)he is the 'K
ofCi=w 16c( r.,, r a corporation, and that the insvument was signed in behalf of
the said corporation by author* of its board of directors and acknowledged said
instrument to be its voluntary act and deed.Before me:
Notary Publicjaf the State p -
my Commission Expires: 41 `1/2f 2<2_
14ARIE iylYR7NA ViRflY
cok11dlsvot► ;,oc=225
.a`Er EX?'RES s,�gp2ember'f 4,2Mo
ITB 2017.04 -'\11G 3
11.25 NE 125 St.#207 Phone:3L5-76O-9355
cEEpro
33181 �o
N.Miami.FL Email:ccnUacting{acsecco.com
TAB 3
www.ceepco.com
fa. N r
a
O i o
cn o
5TZ
0
z
u z
O k.
0
a
a w • cm
ou c
;.I mo =wL_
Jam=
}-
:0
C 0 Q=
tu to 0
F
E wZ C
O �
M E- t- ,
�
� ' F,..a
o 1
n
Q Ung QUA' �" m
w tr CLQ o" CCr-1
N Q ccs
> Zw c� =O� a
L3 OUV oQ UjV�n—
in O co-
i- 14 -1-> ii w�wN ca.
0 0 as- ro < 2i -4Uzwt=-
E Fi CG a a� Q,yaj crr H cY
u v �w�...;., 00<-0Z
_ L (Q
• u z. 0 0E-0a
c6 C x
s rznw
Local Business Tax Receipt
113T
Miami-Dade County, State of Florida
-THIS IS NOT A BILL-CO NOT PAY
7192194
SUSINESS NA 11 E!LOCATION RECEiP7 NO. EXPIRES
CEEPCO CONTRACTING LLC
1125 NE 125 ST 207 7474a 2 SEPTEMBER 30,2017
NORTH MIAMI,FL 33151 3Llust be displayed at Mama business
Pursuant to County Code
Chapter 8A-Art 9&10
OWNER SEC.TYPE OF BUSINESS
• CEEPCO CONTRACTING LLC 196 GENERAL BUILDING - BY CCLLEC oR
C7O HAROLD CHARLES MGR CONTRACTOR
90.00 09/29x2016
Worker(s) 25 CGC1514216 CREDCTCARD-t6-059626
This Lecal Business Tax Receipt only con-rms payment ct the tttat BusinessTax The Rsceiptis not akerma:
permit or a cerci"cation of the holder's goal i"cations,to do business tttder rrust complywithanygovertecertlat
or nongovernmental regulatory laws and requi rerrents which apply to the business.
The FE3BPT NQ above must be displayed on all commercial verities-Miatri-Car eQx See ea-278,.
For more information,visit
internal Services Department
MIAM Small Business Development
CDI?.lTY 111 NW 1 street.19th Flaw
M ri Florida 33128
miamldede.gov T 305-375-3111 F 305-375-3160
April 27,2017 CERT NO: 16569
Approval Date: 4/2712017 - LOB
Mr. Harold Charles Expiration Date: 4[30/2020
CEEPCO CONTRACTING,LLC
1125 NE 125th St 207
North Miami, FL 33161-0000
Dear Mr. Charles:
Miami-Dade County Small Business Development(530), a division of the internal Services Department(ISD)has
completed the review of your application and attachments submitted for certification.Your firm is officially certified
as a Miami-Dade County Local Developing Business Enterprise(LOB)in accordance with section of the code of
Miami-Dade County.
This(LDB)certification is valid for three years provided that you submit a"Continuing Eligibility Affidavit"on or
before your anniversary data of(Aorii 271 for the first and second year of the three year period.T4',e affidavit must
indicate any changes or no changes in your firm pertinent to your certification eligibility.The submitt i.-of a. . :
"Continuing Eligibility Affidavit"annually with specific supporting documents on or before your••Anniversary Date is
required to maintain the three year certification.You will be notified of this responsibility in advarce.of.the •
Anniversary Date. Failure to comply with the said responsibilities may result in immediate action-to decertify the firm:
If at any time there is a material change in the firm including,but not limited to, inwn-ership, officers;director;-scope of
wort<being performed,daily operations, affiliation(s)with other businesses or the physical locatiorLof The firm,you
must notifythis office in writing within(30)days. Notification should include supporting documenlai or*You•wil . : . •
receive timely instructions from this office as to how you should proceed,if necessary.This'Jeer wili.be.the oni*i
=or-oval notification issued for the duration of•veu:r firm's three years certification.If the lingz attains - :_
graduation or becomes ineligible during the three'tear cert mor.ceriod,'you evil!be orovel rnotified. -
fioll+omiriaa an administrative process that vo.r firm's cert'riicaticn has been removed tiursuant to the code.
Your company is certified in the categories as listed below affording you the opportunity to bid and participate on
contracts with Small Business Enterprise measures.
Please note that the categories listed are very general and are used only to assist our customers in searching the
directory for certified firms to meet contract goals.You can find'The firm's up-to-date certification profile as well as all
other certified firms on the Miami-Dade County Internal Services Department Small Business Development Certified
Firms'Directory at the website Mj://www-miamidade.gov(ernallbt,sinesfcertitiraa'tiort-crngrams.asp.
Thank you for your interest in doing business with Miami-Dade County.
Sincerely,
C flus Thompson,SBD Section Chief
Small Business Development Division
Mr. Haroid Charles
CEEPCO CONTRACTING, LLC
Cert No: 16669
April 27, 2017
Page 2
CATEGORIES:(Your firm ray bid or participate on contracts only under these oategortes)
236115-NEW SINGLE-FA1&Y HOUSING CCNSIRUCTCN(EXCEPT OPR�t'ATNE BULDE.RS)(LDS)
236116-NEW MULTIFAMLY$OUSWG CONSTRUCTION(EXCEPT CPERAT)E 9Ut).DERS)(LDB)
238117-NEW HOUSING OPERATIVE BUILDERS(LDS)
236118-RESUENTAL REA1CDEtc'RS(1.08)
236213-INDUSTRIAL SUILDING CONSTRUCTION(1.D8)
236220-CCIAHERCIAL AND INSTTTUTONAL BULDR:G CONSTRUCTION(LDS) -
237110-WATER AND SEWER LINE AND RELATED STRUCTURES CONSTRUCTION(LOB(
238110-POURED CONCRETE FOUNDATION AND STRUCTURE CONTRACTORS 1D8)
238120-STRUCTURAL STEEL AND PRECAST CONCRETE CONTRACTORS(LDS)
238910-SITE PREPA.RATCN CONTRACTORS(LCB)
Internal Services Department
M1AM Small Bines Development
CQuNTY 111 WI I Street.18e:r'➢ccr
Ati7,i,Perim 33128
mia nidada.gov T 305-375-3111 F 301375.3
April 27,2017 CERT NO: 15570
Approval Date: 412712017 - SBE:CONS LEN/U_3
Mr. Harold Charles Expiration Date: 4/30/2020
CEEPCO CONTRACTING, LLC
1125 NE 125th St 207
North Miami, FL 33161-0000
Dear Mr.Charles:
Miami-Dade County Small Business Development(SBD), a division of the Internal Services Department(ISO)has
completed the review of your application and attachments submitted for certification.Your firm is officially certified
as a Miami-Dade County Small Business Enterprise Construction Services(SBE/CONS)in accordance with section
10-33.02 of the code of Miami-Dade County.
This(SBE/CONS)certification is valid for three years provided that you submit a"Continuing Eligibility Affidavit"on
or before your arnniveraaaari data of(April 27)for the first and second year of the three year period.The-affidavit -
must indicate any changes or no changes in your firm pertinent to your certification eligibility.The submittal of a •
"Continuing Eligibility.Affidavit"annually with specific supporting documents on or before your.Annivessary Date is
required to maintain the three year certification.You will be notified of this responsibility in advende.of :
Anniversary Date.Failure to comply with the said responsibilities may result in immediate action to decertify the firm_
If at any time there is a material change in the firm including,but not limited to;ownership, officers,.director,:scope of
work being performed, daily operations,affiliation(s)with other businesses•orthe physical location of;toefirm;you
--must-notify-this office-in-writingwithin-(3edays-Notification-should-inek:dust;pporting-doeurneraatior-Yotrwiil- . - —
receive timely instructions from this office as to how you should proceed, if necessary.This letter aaili-bathe only
approval notification issued for the duration of vokir firm's three years certification.if t e-burn attains
graduation or becomes durinrt the three veer certification oecicd.You will be orooert`r notified
following an adr;in'is ve orocass that year firm's certification has been removed pursuant to The code.
Your company is certified in the categories as listed below cif;urding you the opportunity to bid and participate on
contracts with Small Business Enterprise measures.
Please note that the categories listed era very general and are used only to assist our customers in searching the
directory for certified firms to meet contract goals_You car find the firm's up-to-date certification profile as well as all
other certified firms on the Miami-Dade County internal Services Department,Small Business Development Certified
Firms'Directory at the website htto:/hww,v.miarnidade_govlsmallbusiness/certificatim-proarems p.
Thank you for your interest in doing business with Miiarni-Dade County.
Sincerely,
s Thompson,SBD Section Chief
Small Business Development Division
Mr.Harold Charles
CEEPCO CONTRACTING, 11.0
Cert No: 16570
April 27, 2017
Page 2
CATEGORIES:(Yes Ern may tid or r icier on emntrac S only under these categories)
236115-NEW 3INGLE-FAMLY HOUSGVG CCNSiRLKT}Ci4( CEPT OPERA-ME BUILDERS)(SBE/CCNS)
236115-NEW MUL11FSMLY HCUS WO CCNS-TRUCTICN(EXCEPT OPERATIVE 3ULDER3)(SBE/CCNS)
238117-NEW i+OUSING OPERATIVE 3uWER,S(SBEC0N3)
238118-RESIDENTIAL R9ACCELERSS iSBE/CONS)
236210-INDUSTRIAL BUILDING CCNSTRUGTICN;S5E/CCT4S)
2362220-COMMERCIAL AND PJS mnt IONAL BLUING CONSTrm,CT.CN(SBE/CONS)
.-.____.-- --- -- -.- - - RutherfoordRUT; K a1D 5500 Cherokee Avenue,Suite 300
Alexandria, J rgiria 22312-2321
tt L $
Main+1 703 354 1813
Fax+1 703 354 2731
rnrn.ruiterfcor3.com
January 20,2016
RE: CEEPCO Contracting,LLC
12501 Prosperity Drive
Suite 235
Silver Spring, MD 20904
To Whom It May Concern:
Rutherfoord A Marsh&McLennan Agency LLC Company in conjunction with Aegis Security
Insurance Company has the privilege of providing surety bonds for CEEPCO Contracting, LLC.
They qualify for single jobs of$4,000,000 with a total bond program of$8,000,000.
Aegis Security Insurance Company is rated"A"(Excellent)with a financial size category of VII
($50 million to $100 million)by AM Best and is listed on the US Treasury Department's Listing
of Approved Sureties (Depaitiuent Circular 570).
This letter is not to be construed as an agreement to provide surety bonds for any particular
project,but is offered as an indication of our confidence in this firm. Any specific request for
bonds will be underwritten on its own merits.
Sincerely,
RUTHERFOORD A MARSH &MCLENNAN AGENCY LLC COMPANY
BY:
Paul King, Surety .t.:ount Executive
tieMARSH&McLENNAN
AGENCY
CEEPCO. 1125 NE 125 St#207 Phone:305-760-9355
N. Miami, FL 33151 Email:contracting@ceepoo.com
..,...- .� n9@caepcc.com
REFERENCES
Home Beautification Project- North Miami
SOW- Provide Exterior home repair services for the City's Home Beautification
Project. Include, but not limited to: pressure cleaning, exterior paintings, replacement
of exterior doors, replacement of impact and non-impact windows and sliding glass
doors, repaving, installation of driveways and approaches, installation of gutters, etc.
Period of Performance—2/2017— 10/2017
Client—City of North Miami
POC — Marie Frantz Jean-Pharuns, T: 305-895-9824, memilien@northmiamifl.cov
General Contractor Services (On-Call)— Cutler Bay
SOW- Provide Facilities Maintenance and Tenant improvements to several public
facilities, including the Town Center Building
Period of Performance— 10/2016— 10/2019
Client—City of Cutler Bay
POC —Patricia Vallejo, T: 305-234-4262, PValleio r�Jcutierbav-fi.gov
Facilities Maintenance Support- Palm Beach Gardens
SOW - Provide Facilities Maintenance support for the Public Services Department.
Assist the City's in-house maintenance staff of electricians, plumbers, etc. to perform
facilities maintenance work. Provide 24 hours 7-days per week support for the following
but not limited: General Electrical, Security and Sport Lighting, Plumbing and
Handyman
Period of Performance— 9/2016—9/2021
Client— City of Palm Beach Gardens
POC —Joseph Corrao, T: 561-304-7049, jCorraoCc�pbgfl.com
www.ceepco.com
CEEPCO CONTRACTING,LLC
CODE OF BUSINESS ETHICS AND CONDUCT
Purpose
A. Quality and Integrity
1. CEEPCO Contracting, LLC ("CEEPCO") is committed to performing with
excellence at all levels of its organization and to conducting its business with
the highest degree of integrity and honesty in accordance with all applicable
federal, state, and local laws. CEEPCO's reputation is one of its most
important assets, and through adoption of this Policy, CEEPCO is documenting
in writing its standard of conduct with the intention of preserving and
strengthening its reputation for ethical conduct, integrity, skill, and
responsibility in its dealings with others and complying with FAR subpart 3.10,
and FAR 52.203-13, copies of which are provided at Attachment 1.
II. General Requirements
A. Employees are required to comply with this policy
1. CEEPCO expects every employee to review and understand this policy and to
strictly comply with these requirements and applicable federal, state and local
law. Employees are never authorized to violate these laws.
2. All time sheet entries and employee timekeeping shall be conducted in
accordance with all contractual requirements, applicable law, and this policy.
Employee timesheets will be regularly audited for compliance.
B. Employees are required to familiarize themselves with applicable laws and
regulations
1. In many instances, CEEPCO's work and actions are governed by
specific contractual requirements. In addition, many of these items (and
others) are specifically governed by state or local law. A list of potentially
applicable federal law is attached hereto at Attachment 2 and Attachment 3
and potentially applicable state law is attached hereto at Attachment 4.
CEEPCO's employees are required to familiarize themselves with these
requirements as they are applicable.
C. Employees are required to ask about the policy and its requirements
1. If an employee is uncertain as to his or her obligations in a specific instance, or
unclear as to whether certain conduct is authorized or appropriate, the employee
is expected to inquire of management as described further below.
D. Employees are required to report violations of this Policy
CEEPCO Contracting, LLC Code of Business Ethics and Conduct Page 1 of 6
Updated 6-15-15
1. Employees are required to report any actual or suspected violations of this
Policy or applicable laws, as further described below. While these reports may
be made anonymously and/or confidentially, the reports will be investigated as
described below.
E. Employees are required to conform to these ethical standards
1. Employees are required to conform their conduct to the highest standards of
ethical conduct. There are numerous laws and regulations which govern
CEEPCO's work. Some of these laws and regulations are the same on all
projects; others are different depending on the owner and its specific
requirements. In all of these contracts, it is CEEPCO's goal to perform its work
to the highest level and to ensure that all conduct by CEEPCO and its
employees conforms to the ideals of honesty and integrity. This requirement
plays into many functions of the work at various levels, including but not limited
to:
(a) ensuring the work meets the quality requirements of the contract and
applicable laws and regulations;
(b) ensuring the quality of the documentation of the work meets the
requirements of the contract and applicable laws and regulations;
(c) ensuring all CEEPCO employees deal fairly with others;
(d) ensuring all CEEPCO employees avoid improper efforts to influence
others;
(e) ensuring all CEEPCO employees avoid conflicts of interest;
(f) ensuring all CEEPCO employees comply with competitive rules;
(g) ensuring all CEEPCO employees act appropriately in regards to political
and fundraising activities;
(h) ensuring all CEEPCO employees avoid discriminatory or harassing
behavior;
(i) ensuring that CEEPCO employees maintain a safe work place
environment;
(j) ensuring all CEEPCO employees comply with environmental
regulations; and
(k) ensuring-all CEEPCO employees with the authority to make certifications of
any nature, including but not limited to certifications regarding the quality
or nature of the work performed by CEEPCO, the appropriateness of
pricing information provided by CEEPCO, and CEEPCO's entitlement to
payment for a specific item, do so appropriately, consistent with the
CEEPCO Contracting,LLC Code of Business Ethics and Conduct Page 2 of 6
Updated 6-15-15
requirements of any such certification.
III. Risk of Violations
A. Violating any of these standards is very serious and can result in severe
remedies being imposed on both the employee(s) and CEEPCO
1. Failure to comply with this Policy may result in disciplinary action, including
termination of any individual's employment. Serious violations may also
subject the company and the violator to serious civil or criminal liability under
various federal, state and local laws.
2. Federal liabilities. At a federal level, these remedies may include:
(a) Criminal liability, with the possibility of both imprisonment and fines
(See Attachment 2);
(b) Civil liability, including damages, fines, and forfeitures (See
Attachment 2);
(c) Suspension or debarment of CEEPCO (see Attachment 5);
(d) Contractual liabilities, including damages and termination for default;
and
(e) Removal and discipline, up to and including termination, of employees
who violate these standards.
3. State liabilities. Liabilities may be slightly different state by state, but will
typically be similar to the federal items listed above.
IV. Implementation
A. Ethics Compliance Officer
1. The Ethics Compliance Officer is responsible for day-to-day enforcement of
CEEPCO's Ethics Policy regarding overall conduct of the company's
Management Team, employees, agents and other representatives. The
designation of the Ethics Compliance Officer and a more complete description
of the Ethics Compliance Officer's responsibilities are set forth at Attachment
6. The President is responsible for oversight of the Ethics Compliance
Officer's performance and conduct.
B. Ethics Compliance Committee
1. The Ethics Compliance Committee reviews information and reports provided
by the Ethics Compliance Officer, as well as making recommendations as
appropriate for changes to this Policy and any related plans. The members
of the Ethics Compliance Committee are selected by the officers of the
company. The initial Committee members are identified in Attachment 7.
C. Prevention
CEEPCO Contracting, LLC Code of Business Ethics and Conduct Page 3 of 6
Updated 6-15-15
1. CEEPCO is committed to ensure that its employees and management have
access to resources needed to address questions regarding compliance with this
code before a violation occurs. Employees are to certify their receipt of this
Policy and their commitment to comply with it in the form attached at
Attachment 10.
2. Employees with questions regarding application of this Policy should first
contact their supervisor, or the Ethics Compliance Officer for guidance before
action is taken that may violate CEEPCO's Ethics Policy.
3. For questions or reporting call the home office at [xxx-xxx-xxxx] or email
[TBD@ceepco]. Anonymous reporting can be done through the CEEPCO Ethics
Hotline [1-800-xxx-xxxx] or send an anonymous e-mail message via a link found
at [TBD].
D. Training
1. CEEPCO maintains a training program appropriate for the work currently under
contract. The initial training program acknowledgement is attached hereto at
Attachment 8. Employees are expected to attend and participate in those
trainings as outlined within the program.
E. Responsibility
1. Self-monitoring is key to CEEPCO's Ethics Policy. All CEEPCO employees
must report all known and suspected unethical or illegal conduct. Reports must
be made to either the Ethics Compliance Officer or the employee's direct
supervisor or the CEEPCO Ethics Hotline (by either phone or email). Failure
to report known wrongful activity is itself a violation of this Policy.
2. Management or employees concerned about whether their own conduct is
unethical or illegal are required to immediately disclose such activity to their
direct supervisor or the Ethics Compliance Officer.
3. Management and employees who are concerned about directly reporting such
wrongful activity to their supervisor or the Ethics Compliance Officer may
call the anonymous CEEPCO Ethics Hotline [1-800-xxx-xxxx] or send an
anonymous e-mail message via a link found at [TBD].
4. Supervisors receiving reports of possible violations from subordinates shall
provide prompt notice to the Ethics Compliance Officer, who shall be
responsible for determining the appropriate response and coordinating any
subsequent investigation in cooperation with the supervisor.
F. No retaliation
1. Any retaliation against any employee who in good faith reports a violation or
suspected violation of this Policy is strictly forbidden. Such retaliation is itself
CEEPCO Contracting, LLC Code of Business Ethics and Conduct Page 4 of 6
Updated 6-15-15
considered violation of CEEPCO's Ethics Policy.
G. Investigation
1. The Ethics Compliance Officer, upon receipt of a report or complaint alleging a
violation of this Policy, shall immediately authorize an investigation. This
investigation shall be conducted by the Ethics Compliance Officer or her
designee. The Ethics Compliance Officer shall keep the Ethics Compliance
Committee apprised of the investigation and shall provide a written report at
the conclusion of the investigation to the Ethics Compliance Committee.
2. CEEPCO will respect the confidentiality of any report or complaint as much as
possible, consistent with CEEPCO's legal obligations and the necessity to
investigate any allegation that this Policy has been violated.
3. The investigation may consist of personal interviews and any other method or
review as the Ethics Compliance Officer or her designee deems appropriate.
4. CEEPCO may take immediate steps, at its discretion, to protect against any
risk of violation it discovers in the course of its investigation.
H. Enforcement
1. Employees who violate this Policy may be subject to discipline, up to and
including termination.
I. Timely Disclosure
1. CEEPCO will make timely written disclosure of any violations of this Policy
as required by applicable federal, state or local law. The President will be
responsible for the submission of these disclosures. CEEPCO's Ethics
Compliance Officer will be responsible for follow up investigation in close
coordination with the President.
2. Specific procedures for reporting to federal agencies are found in Attachments
11 through [TBD].
V. Attachments
A. Attached to this policy are copies of the following items:
1. Attachment 1, FAR Subpart 3.10; FAR 52.203-13; FAR 25.203-14
2. Attachment 2, Federal Anti-Fraud/False Claims Laws
3. Attachment 3, Contractor Certifications & Representations
4. Attachment 4, Applicable State Procurement Laws
5. Attachment 5, Rules on Debarment
6. Attachment 6, Designation of Ethics Compliance Officer and Description of
CEEPCO Contracting, LLC Code of Business Ethics and Conduct Page 5 of 6
Updated 6-15-15
Responsibilities
7. Attachment 7, Identification of Ethics Compliance Committee members
8. Attachment 8, Training Program
9. Attachment 9, Acknowledgement of Training/ Orientation
10. Attachment 10, Employee Compliance Certification
CEEPCO Contracting, LLC Code of Business Ethics and Conduct Page 6 of 6
Updated 6-15-15
ATTACHMENT 1
FAR Subpart 3.10; FAR 52-203-13; FAR 52.203-14.
48 C.F.R Subpart 3.1000 Contractor Code of Business Ethics and Conduct(FAR Subpart
3.1000)
3.1000 Scope of subpart.
This subpart-
(a) Implements 41 U.S.C. 3509,Notification of Violations of Federal Criminal Law or Overpayments;
and
(b) Prescribes policies and procedures for the establishment of contractor codes of business ethics and
conduct, and display of agency Office of Inspector General (OIG) fraud hotline posters.
3.1001 Definitions.
As used in this subpart-
"Subcontract" means any contract entered into by a subcontractor to furnish supplies or services for
performance of a prime contract or a subcontract.
"Subcontractor" means any supplier, distributor, vendor, or firm that furnished supplies or services to or
for a prime contractor or another subcontractor.
"United States" means the 50 States, the District of Columbia, and outlying areas.
3.1002 Policy.
(a) Government contractors must conduct themselves with the highest degree of integrity and honesty.
(b) Contractors should have a written code of business ethics and conduct. To promote compliance with
such code of business ethics and conduct, contractors should have an employee business ethics and
compliance training program and an internal control system that-
(1) Are suitable to the size of the company and extent of its involvement in Government
contracting;
(2) Facilitate timely discovery and disclosure of improper conduct in connection with
Government contracts; and
(3) Ensure corrective measures are promptly instituted and carried out.
CEEPCO Ethics Policy—Attachment 1—Updated 6-15-15 Page 1 of 8
3.1003 Requirements.
(a) Contractor requirements.
(1) Although the policy at 3.1002 applies as guidance to all Government contractors, the
contractual requirements set forth in the clauses at 52.203-13, Contractor Code of Business
Ethics and Conduct, and 52.203-14, Display of Hotline Poster(s), are mandatory if the contracts
meet the conditions specified in the clause prescriptions at 3.1004.
(2) Whether or not the clause at 52.203-13 is applicable, a contractor may be suspended and/or
debarred for knowing failure by a principal to timely disclose to the Government, in connection
with the award, performance, or closeout of a Government contract performed by the contractor
or a subcontract awarded thereunder, credible evidence of a violation of Federal criminal law
involving fraud, conflict of interest, bribery, or gratuity violations found in Title 18 of the United
States Code or a violation of the civil False Claims Act. Knowing failure to timely disclose
credible evidence of any of the above violations remains a cause for suspension and/or
debarment until 3 years after final payment on a contract(see 9.406-2(b)(1)(vi) and 9.407-
2(a)(8)).
(3)The Payment clauses at FAR 52.212-4(i)(5), 52.232-25(d), 52.232-26(c), and 52.232-27(1)
require that, if the contractor becomes aware that the Government has overpaid on a contract
financing or invoice payment, the contractor shall remit the overpayment amount to the
Government. A contractor may be suspended and/or debarred for knowing failure by a principal
to timely disclose credible evidence of a significant overpayment, other than overpayments
resulting from contract financing payments as defined in 32.001 (see 9.406-2(b)(l)(vi)and
9.407-2(a)(8)).
(b)Notification of possible contractor violation. If the contracting officer is notified of possible
contractor violation of Federal criminal law involving fraud, conflict of interest, bribery, or gratuity
violations found in Title 18 U.S.C.; or a violation of the civil False Claims Act, the contracting officer
shall-
(1) Coordinate the matter with the agency Office of the Inspector General; or
(2) Take action in accordance with agency procedures.
(c) Fraud Hotline Poster.
(1) Agency OIGs are responsible for determining the need for, and content of, their respective
agency OIG fraud hotline poster(s).
(2) When requested by the Department of Homeland Security, agencies shall ensure that
contracts funded with disaster assistance funds require display of any fraud hotline poster
applicable to the specific contract. As established by the agency OIG, such posters may be
displayed in lieu of, or in addition to, the agency's standard poster.
CEEPCO Ethics Policy—Attachment 1—Updated 6-15-15 Page 2 of 8
3.1004 Contract clauses.
(a) Insert the clause at FAR 52.203-13, Contractor Code of Business Ethics and Conduct, in solicitations
and contracts if the value of the contract is expected to exceed $5,000,000 and the performance period is
120 days or more.
(b)(1) Unless the contract is for the acquisition of a commercial item or will be performed entirely
outside the United States, insert the clause at FAR 52.203-14, Display of Hotline Poster(s), if-
(i) The contract exceeds $5,000,000 or a lesser amount established by the agency; and
(ii)(A) The agency has a fraud hotline poster; or
(B) The contract is funded with disaster assistance funds.
(2) In paragraph(b)(3)of the clause, the contracting officer shall-
(i) Identify the applicable posters; and
(ii) Insert the website link(s)or other contact information for obtaining the agency and/or
Department of Homeland Security poster.
(3) In paragraph (d) of the clause, if the agency has established policies and procedures for display of
the OIG fraud hotline poster at a lesser amount, the contracting officer shall replace "$5,000,000"with
the lesser amount that the agency has established.
52.203-13 Contractor Code of Business Ethics and Conduct.
As prescribed in 3.1004(a), insert the following clause:
Contractor Code of Business Ethics and Conduct(Apr 2010)
(a) Definitions. As used in this clause-
"Agent" means any individual, including a director, an officer, an employee, or an independent
Contractor, authorized to act on behalf of the organization.
"Full cooperation"-
(1) Means disclosure to the Government of the information sufficient for law enforcement to identify
the nature and extent of the offense and the individuals responsible for the conduct. It includes
providing timely and complete response to Government auditors' and investigators' request for
documents and access to employees with information;
CEEPCO Ethics Policy—Attachment 1—Updated 6-15-15 Page 3 of 8
(2) Does not foreclose any Contractor rights arising in law, the FAR, or the terms of the contract. It does
not require-
(i) A Contractor to waive its attorney-client privilege or the protections afforded by the attorney work
product doctrine; or
(ii) Any officer, director, owner, or employee of the Contractor, including a sole proprietor, to waive his
or her attorney client privilege or Fifth Amendment rights; and
(3) Does not restrict a Contractor from-
(i) Conducting an internal investigation; or
(ii) Defending a proceeding or dispute arising under the contract or related to a potential or disclosed
violation.
"Principal"means an officer, director, owner, partner, or a person having primary management or
supervisory responsibilities within a business entity (e.g., general manager; plant manager; head of a
division or business segment; and similar positions).
"Subcontract"means any contract entered into by a subcontractor to furnish supplies or services for
performance of a prime contract or a subcontract.
"Subcontractor"means any supplier, distributor,vendor, or firm that furnished supplies or services to or
for a prime contractor or another subcontractor.
"United States,"means the 50 States, the District of Columbia, and outlying areas.
(b) Code of business ethics and conduct.
(1) Within 30 days after contract award, unless the Contracting Officer establishes a longer time period,
the Contractor shall-
(i) Have a written code of business ethics and conduct; and
(ii) Make a copy of the code available to each employee engaged in performance of the contract.
(2) The Contractor shall-
(i) Exercise due diligence to prevent and detect criminal conduct; and
(ii) Otherwise promote an organizational culture that encourages ethical conduct and a commitment to
compliance with the law.
(3)(i)The Contractor shall timely disclose, in writing, to the agency Office of the Inspector General
(OIG), with a copy to the Contracting Officer, whenever, in connection with the award, performance, or
CEEPCO Ethics Policy—Attachment 1—Updated 6-15-15 Page 4 of 8
closeout of this contract or any subcontract thereunder,the Contractor has credible evidence that a
principal, employee, agent, or subcontractor of the Contractor has committed-
(A) A violation of Federal criminal law involving fraud, conflict of interest, bribery, or gratuity
violations found in Title 18 of the United States Code; or
(B) A violation of the civil False Claims Act(31 U.S.C. 3729-3733).
(ii) The Government, to the extent permitted by law and regulation,will safeguard and treat information
obtained pursuant to the Contractor's disclosure as confidential where the information has been marked
"confidential" or"proprietary"by the company. To the extent permitted by law and regulation, such
information will not be released by the Government to the public pursuant to a Freedom of Information
Act request, 5 U.S.C. Section 552, without prior notification to the Contractor. The Government may
transfer documents provided by the Contractor to any department or agency within the Executive
Branch if the information relates to matters within the organization's jurisdiction.
(iii) If the violation relates to an order against a Governmentwide acquisition contract, a multi-agency
contract, a multiple-award schedule contract such as the Federal Supply Schedule, or any other
procurement instrument intended for use by multiple agencies,the Contractor shall notify the OIG of
the ordering agency and the IG of the agency responsible for the basic contract.
(c) Business ethics awareness and compliance program and internal control system. This paragraph (c)
does not apply if the Contractor has represented itself as a small business concern pursuant to the award
of this contract or if this contract is for the acquisition of a commercial item as defined at FAR 2.101.
The Contractor shall establish the following within 90 days after contract award, unless the Contracting
Officer establishes a longer time period:
(1) An ongoing business ethics awareness and compliance program.
(i)This program shall include reasonable steps to communicate periodically and in a practical manner
the Contractor's standards and procedures and other aspects of the Contractor's business ethics
awareness and compliance program and internal control system, by conducting effective training
programs and otherwise disseminating information appropriate to an individual's respective roles and
responsibilities.
(ii) The training conducted under this program shall be provided to the Contractor's principals and
employees, and as appropriate, the Contractor's agents and subcontractors.
(2) An internal control system.
(i) The Contractor's internal control system shall-
(A) Establish standards and procedures to facilitate timely discovery of improper conduct in connection
with Government contracts; and
(B) Ensure corrective measures are promptly instituted and carried out.
CEEPCO Ethics Policy—Attachment 1—Updated 6-15-15 Page 5 of 8
(ii) At a minimum, the Contractor's internal control system shall provide for the following:
(A) Assignment of responsibility at a sufficiently high level and adequate resources to ensure
effectiveness of the business ethics awareness and compliance program and internal control system.
(B) Reasonable efforts not to include an individual as a principal, whom due diligence would have
exposed as having engaged in conduct that is in conflict with the Contractor's code of business ethics
and conduct.
(C) Periodic reviews of company business practices,procedures, policies, and internal controls for
compliance with the Contractor's code of business ethics and conduct and the special requirements of
Government contracting, including-
(1) Monitoring and auditing to detect criminal conduct;
(2) Periodic evaluation of the effectiveness of the business ethics awareness and compliance program
and internal control system, especially if criminal conduct has been detected; and
(3) Periodic assessment of the risk of criminal conduct, with appropriate steps to design, implement, or
modify the business ethics awareness and compliance program and the internal control system as
necessary to reduce the risk of criminal conduct identified through this process.
(D) An internal reporting mechanism, such as a hotline, which allows for anonymity or confidentiality,
by which employees may report suspected instances of improper conduct, and instructions that
encourage employees to make such reports.
(E) Disciplinary action for improper conduct or for failing to take reasonable steps to prevent or detect
improper conduct.
(F) Timely disclosure, in writing, to the agency OIG, with a copy to the Contracting Officer, whenever,
in connection with the award, performance, or closeout of any Government contract performed by the
Contractor or a subcontract thereunder,the Contractor has credible evidence that a principal, employee,
agent, or subcontractor of the Contractor has committed a violation of Federal criminal law involving
fraud, conflict of interest, bribery, or gratuity violations found in Title 18 U.S.C. or a violation of the
civil False Claims Act (31 U.S.C. 3729-3733).
(1) If a violation relates to more than one Government contract,the Contractor may make the disclosure
to the agency OIG and Contracting Officer responsible for the largest dollar value contract impacted by
the violation.
(2) If the violation relates to an order against a Governmentwide acquisition contract, a multi-agency
contract, a multiple-award schedule contract such as the Federal Supply Schedule, or any other
procurement instrument intended for use by multiple agencies, the contractor shall notify the OIG of the
ordering agency and the IG of the agency responsible for the basic contract, and the respective agencies'
contracting officers.
CEEPCO Ethics Policy—Attachment 1—Updated 6-15-15 Page 6 of 8
(3) The disclosure requirement for an individual contract continues until at least 3 years after final
payment on the contract.
(4) The Government will safeguard such disclosures in accordance with paragraph (b)(3)(ii)of this
clause.
(G) Full cooperation with any Government agencies responsible for audits, investigations, or corrective
actions.
(d) Subcontracts.
(1) The Contractor shall include the substance of this clause, including this paragraph (d), in
subcontracts that have a value in excess of$5,000,000 and a performance period of more than 120 days.
(2) In altering this clause to identify the appropriate parties,all disclosures of violation of the civil False
Claims Act or of Federal criminal law shall be directed to the agency Office of the Inspector General,
with a copy to the Contracting Officer.
52.203-14 Display of Hotline Poster(s).
As prescribed in 3.1004(b), insert the following clause:
Display of Hotline Poster(s) (Dec 2007)
(a)Definition.
"United States," as used in this clause, means the 50 States,the District of Columbia, and outlying
areas.
(b) Display offraud hotline poster(s). Except as provided in paragraph (c)-
(1) During contract performance in the United States,the Contractor shall prominently display in
common work areas within business segments performing work under this contract and at contract work
sites-
(i) Any agency fraud hotline poster or Department of Homeland Security (DHS) fraud hotline poster
identified in paragraph (b)(3) of this clause; and
(ii) Any DHS fraud hotline poster subsequently identified by the Contracting Officer.
(2) Additionally, if the Contractor maintains a company website as a method of providing information
to employees, the Contractor shall display an electronic version of the poster(s) at the website.
(3) Any required posters may be obtained as follows:
CEEPCO Ethics Policy—Attachment 1—Updated 6-15-15 Page 7 of 8
Poster(s) Obtain from
(Contracting Officer shall insert-
(i) Appropriate agency name(s) and/or title of applicable Department of Homeland Security fraud
hotline poster); and
(ii) The website(s) or other contact information for obtaining the poster(s).)
(c) If the Contractor has implemented a business ethics and conduct awareness program, including a
reporting mechanism, such as a hotline poster, then the Contractor need not display any agency fraud
hotline posters as required in paragraph (b) of this clause, other than any required DHS posters.
(d)Subcontracts. The Contractor shall include the substance of this clause, including this paragraph (d),
in all subcontracts that exceed $5,000,000, except when the subcontract-
(1) Is for the acquisition of a commercial item; or
(2) Es performed entirely outside the United States.
CEEPCO Ethics Policy—Attachment 1—Updated 6-15-15 Page 8 of 8
ATTACHMENT 2
FEDERAL ANTI-FRAUD/FALSE CLAIMS LAWS
Criminal Statutes
Title Statutory Reference Subject Matter/Notes
Anti-Kickback Act 41 U.S.0 §§ 51-58 Subcontractors at any tier may not pay prime
contractors to obtain a government contract.
Conspiracy to 18 U.S.C. § 286; 18 Addresses claims and general conspiracy to defraud
Defraud U.S.C. § 371 the government.
False Claims Act, 18 U.S.C. § 287 Sets forth basis for criminal liability.
Criminal Liabilities
Theft from Federal Applies to theft from agencies receiving federal
Programs 18 U.S.C. § 666 funds by"agents" of those agencies.
Prohibitions on false statements, including
False Statements Act 18 U.S.C. § 1001 statements, false entries, oral, and unsworn
statements.
Mail and Wire Fraud 18 U.S.C. §§ 1341- Applies mail and/or telecommunications used to
1350 defraud the United States.
Applies to procurement fraud on a government
Major Fraud Act 18 U.S.C. § 1031 contract or subcontracts thereunder valued at $1
million or more.
Obstruction of 18 U.S.C. § 1516 Audit and inspection(quality assurance) rights.
Federal Audit
Applies to anyone who knowingly alters a
document with intent to influence proper
Sarbanes-Oxley Act 18 U.S.C. § 1519 administration of any matter within jurisdiction of a
of 2002 department or agency of the United States.
Violators are subject to fines, imprisonment for up
to 20 years, or both.
Civil Statutes
Title Statutory Reference Subject Matter/Notes
Anti-Kickback Act 41 U.S.0 §§ 51-58 Prohibits kickback by subcontractors and suppliers.
Contract Disputes 41 U.S.C. § 604 False or unsupported claims submitted to
Act of 1978 contracting officer; necessity for certification.
CEEPCO Ethics Policy—Attachment 2—Updated 6-15-15 Page 1 of 2
False Claims Act 31 U.S.C. §§ 3729- Applies to any request related to the payment of
3733 money by the United States, directly or indirectly.
Forfeiture of Claims 28 U.S.C. § 2515 Provides for forfeiture of entire claim if any part of
Act it is tainted by fraud.
Program Fraud Act 31 U.S.C. §§ 3801- Administration alternative to litigation in civil false
3812 statements and smaller false claims cases.
Truth in 10 U.S.C. § 2306a; Cost or pricing data on negotiated contracts or
Negotiations 41 U.S.C. § 254 subcontracts; modifications of contracts in excess
of$650,000; necessity for certification.
CEEPCO Ethics Policy—Attachment 2—Updated 6-15-15 Page 2 of 2
ATTACHMENT 3
CONTRACTOR CERTIFICATIONS & REPRESENTATIONS
Title of Provision FAR Reference Basic Subject Matter
Taxpayer Identification FAR § 52.204-3 Ownership and tax status of bidder/offeror.
Covenant Against FAR § 52.203-5 Agents engaged to solicit award.
Contingent Fees
Small Business Program FAR § 52.219-1 Status of bidder/offeror under various SBA-related
Representations preference programs.
Disclosure Statement—
Applicability of cost accounting standards to
Cost Accounting Prac- FAR § 52.230-1 offeror. y
tices and Certification
Certification of FAR § 52-203- Price competition and actions to influence others in
Independent Price 2 submitting offers in connection with a solicitation.
Determination
Certificate of Current Cost Applicable when contractor submits cost or pricing
or Pricing Data FAR § 15.406-2 data for proposals or modifications (equitable
adjustments).
Subcontractor Cost or FAR § 52.215- Applicable when subcontractor submits cost or
Pricing Data— 13 pricing data for pricing of contract modifications
Modifications (equitable adjustments).
Debarment (actual or proposed), suspension,
Certification Regarding FAR § 52-209- defaults, civil or criminal charges of fraud or
Responsibility Matters 5 criminal offense in connection with any public
contract or subcontract.
•
Payrolls and Basic Certification that Davis-Bacon wages are fully paid
Records FAR § 52.222-8 and data on pay roll records forms (e.g., social
security numbers) is accurate and complete.
Affirmative Action FAR § 52.222-
Compliance 25 Affirmative Action Program Status
Exemption from Contractor certification that services qualify as
Application of Service 48 R § 52.222- "commercial items" and priced based on catalog or
Contract Act Provisions market prices.
Recovered Material FAR § 52.223-4 Applies if specification required use of EPA
Certification designated products.
CEEPCO Ethics Policy—Attachment 3—Updated 6-15-15 Page 1 of 2
NC State and Local Sales FAR § 52.229-2 Certification and payment of NC taxes.
and Use Tax
Amounts requested are only for performance in
accordance with specifications, terms, and
Payments Under Fixed- conditions of contract; payments to subcontractor
Price Construction FAR § 52.232-5 have been made from previous payments; timely
Contracts payments to subcontractors will be made; and
payment request includes no amount which prime
contractor intends to withhold (retain) from
subcontractor or supplier.
Disputes FAR § 52.233-1 Claims in excess of$100,000.00.
Termination for Proposal reflects recognized commercial
Convenience Settlement FAR § 53.301- accounting practices and includes only those
Proposals (Total Cost SF 1436 charges allocable to terminated contract and is fair
Basis) and reasonable.
Termination for FAR § 53.301-
Convenience Schedule of Disclosure of contractor's accounting practices.
Accounting Information SF 1439
CEEPCO Ethics Policy—Attachment 3—Updated 6-15-15 Page 2 of 2
ATTACHMENT 4
APPLICABLE STATE PROCUREMENT LAWS
Title Statutory Subject Matter/Notes
Reference
TB D
CEEPCO Ethics Policy—Attachment 4—Updated 6-15-15 Page 1 of 1
1
ATTACHMENT 5
RULES ON DEBARMENT
FAR 9.406-2 Causes for Debarment
The debarring official may debar—
(a) A contractor for a conviction of or civil judgment for—
(1) Commission of fraud or a criminal offense in connection with—
(i) Obtaining;
(ii) Attempting to obtain; or
(iii) Performing a public contract or subcontract.
(2) Violation of Federal or State antitrust statutes relating to the submission of offers;
(3) Commission of embezzlement, theft, forgery, bribery, falsification or destruction of
records, making false statements, tax evasion, violating Federal criminal tax laws, or receiving
stolen property;
(4) Intentionally affixing a label bearing a "Made in America" inscription (or any
inscription having the same meaning) to a product sold in or shipped to the United States or its
outlying areas, when the product was not made in the United States or its outlying areas (see
Section 202 of the Defense Production Act(Public Law 102-558)); or
(5) Commission of any other offense indicating a lack of business integrity or business
honesty that seriously and directly affects the present responsibility of a Government contractor
or subcontractor.
(b) (1) A contractor, based upon a preponderance of the evidence, for any of the following—
(i) Violation of the terms of a Government contract or subcontract so serious as
to justify debarment, such as—
(A) Willful failure to perform in accordance with the terms of one or more
(B) A history of failure to perform, or of unsatisfactory performance of, one
or more contracts.
(ii) Violations of the Drug-Free Workplace Act of 1988 (Pub. L. 100-690),
as indicated by—
(A) Failure to comply with the requirements of the clause at 52.223-6, Drug-
Free Workplace; or
CEEPCO Ethics Policy—Attachment 5—Updated 6-15-15 Page 1 of 5
(B) Such a number of contractor employees convicted of violations of criminal
drug statutes occurring in the workplace as to indicate that the contractor has failed to make a
good faith effort to provide a drug-free workplace (see 23.504).
(iii) Intentionally affixing a label bearing a "Made in America" inscription (or any
inscription having the same meaning) to a product sold in or shipped to the United States or its
outlying areas, when the product was not made in the United States or its outlying areas (see
Section 202 of the Defense Production Act (Public Law 102-558)).
(iv) Commission of an unfair trade practice as defined in 9.403 (see Section 201 of the
Defense Production Act (Pub. L. 102-558)).
(v) Delinquent Federal taxes in an amount that exceeds $3,000.
(A) Federal taxes are considered delinquent for purposes of this provision if both
of the following criteria apply:
(1) The tax liability is finally determined. The liability is finally determined if it
has been assessed. A liability is not finally determined if there is a pending administrative or
judicial challenge. In the case of a judicial challenge to the liability, the liability is not finally
determined until all judicial appeal rights have been exhausted.
(2) The taxpayer is delinquent in making payment. A taxpayer is delinquent if
the taxpayer has failed to pay the tax liability when full payment was due and required. A
taxpayer is not delinquent in cases where enforced collection action is precluded.
(B) Examples.
(1) The taxpayer has received a statutory notice of deficiency, under I.R.C.
§6212, which entitles the taxpayer to seek Tax Court review of a proposed tax deficiency. This is
not a delinquent tax because it is not a final tax liability. Should the taxpayer seek Tax Court
review, this will not be a final tax liability until the taxpayer has exercised all judicial appeal
rights.
(2) The IRS has filed a notice of Federal tax lien with respect to an assessed tax
liability, and the taxpayer has been issued a notice under I.R.C. §6320 entitling the taxpayer to
request a hearing with the IRS Office of Appeals contesting the lien filing, and to further appeal
to the Tax Court if the IRS determines to sustain the lien filing. In the course of the hearing, the
taxpayer is entitled to contest the underlying tax liability because the taxpayer has had no prior
opportunity to contest the liability. This is not a delinquent tax because it is not a final tax
liability. Should the taxpayer seek tax court review, this will not be a final tax liability until the
taxpayer has exercised all judicial appeal rights.
(3) The taxpayer has entered into an installment agreement pursuant to I.R.C.
§6159. The taxpayer is making timely payments and is in full compliance with the agreement
CEEPCO Ethics Policy—Attachment 5—Updated 6-15-15 Page 2 of 5
terms. The taxpayer is not delinquent because the taxpayer is not currently required to make full
payment.
(4) The taxpayer has filed for bankruptcy protection. The taxpayer is not
delinquent because enforced collection action is stayed under 11 U.S.C. 362 (the Bankruptcy
Code).
(vi) Knowing failure by a principal, until 3 years after final payment on any
Government contract awarded to the contractor, to timely disclose to the Government, in
connection with the award, performance, or closeout of the contract or a subcontract thereunder,
credible evidence of—
(A) Violation of Federal criminal law involving fraud, conflict of interest,
bribery, or gratuity violations found in Title 18 of the United States Code;
(B) Violation of the civil False Claims Act(31 U.S.C. 3729-3733); or
(C) Significant overpayment(s) on the contract, other than overpayments
resulting from contract financing payments as defined in 32.001.
(2) A contractor,based on a determination by the Secretary of Homeland Security
or the Attorney General of the United States, that the contractor is not in compliance with
Immigration and Nationality Act employment provisions (see Executive Order 12989, as
amended by Executive Order 13286). Such determination is notreviewable in the debarment
proceedings.
(c) A contractor or subcontractor based on any other cause of so serious or compelling a nature
that it affects the present responsibility of the contractor or subcontractor.
FAR 9.407-2 Causes for suspension
(a) The suspending official may suspend a contractor suspected, upon adequate evidence, of—
(1) Commission of fraud or a criminal offense in connection with—
(i) Obtaining;
(ii) Attempting to obtain; or
(iii) Performing a public contract or subcontract.
(2) Violation of Federal or State antitrust statutes relating to the submission of offers;
(3) Commission of embezzlement, theft, forgery, bribery, falsification or destruction of
records, making false statements, tax evasion, violating Federal criminal tax laws, or receiving
stolen property; or
(4) Violations of the Drug-Free Workplace Act of 1988 (Pub. L. 100-690), as indicated
CEEPCO Ethics Policy—Attachment 5—Updated 6-15-15 Page 3 of 5
by—
(i) Failure to comply with the requirements of the clause at 52.223-6, Drug-Free
Workplace; or
(ii) Such a number of contractor employees convicted of violations of criminal drug
statutes occurring in the workplace as to indicate that the contractor has failed to make a good
faith effort to provide a drug-free workplace (see 23.504);
(5) Intentionally affixing a label bearing a "Made in America" inscription (or any
inscription having the same meaning) to a product sold in or shipped to the United States or its
outlying areas, when the product was not made in the United States or its outlying areas (see
Section 202 of the Defense Production Act(Public Law 102-558));
(6) Commission of an unfair trade practice as defined in 9.403 (see section 201 of the
Defense Production Act(Pub. L. 102-558));
(7) Delinquent Federal taxes in an amount that exceeds $3,000. See the criteria at 9.406-
2(b)(1)(v) for determination of when taxes are delinquent;
(8) Knowing failure by a principal, until 3 years after final payment on any Government
contract awarded to the contractor, to timely disclose to the Government, in connection with the
award, performance, or closeout of the contract or a subcontract thereunder, credible evidence
of—
(i) Violation of Federal criminal law involving fraud, conflict of interest, bribery,
or gratuity violations found in Title 18 of the United States Code;
(ii) Violation of the civil False Claims Act(31 U.S.C. 3729-3733); or
(iii) Significant overpayment(s) on the contract, other than overpayments resulting
from contract financing payments as defined in 32.001; or
(9) Commission of any other offense indicating a lack of business integrity or business
honesty that seriously and directly affects the present responsibility of a Government contractor
or subcontractor.
(b) Indictment for any of the causes in paragraph (a) of this section constitutes adequate
evidence for suspension.
(c) The suspending official may upon adequate evidence also suspend a contractor for any
other cause of so serious or compelling a nature that it affects the present responsibility of a
Government contractor or subcontractor.
CEEPCO Ethics Policy—Attachment 5—Updated 6-15-15 Page 4 of 5
ATTACHMENT 6
DESIGNATION OF ETHICS COMPLIANCE OFFICER
Designation
A. CEEPCO Contracting, LLC hereby designates TBD] a s Ethics Compliance
Officer. [TBD] can be reached at the following:
[Address]
[Phone]
[Fax]
[Email]
II. Responsibilities
A. The company's Ethics Compliance Officer is the company's ethics and business
practices coordinator. This person is the company's first point of contact for all
questions by employees and third parties, including government agencies and
officials, regarding CEEPCO's Ethics Policy and related practices.
1. The Ethics Compliance Officer shall develop procedures necessary to
implement and maintain compliance with this code and shall develop and
maintain procedures to ensure compliance with the terms and conditions of all
contract awards, this code, and all applicable federal, state and local laws.
2. The Ethics Compliance Officer shall implement and maintain the CEEPCO
Ethics Hotline and email system by which employees may report instances of
improper conduct. Such systems shall provide for anonymous reporting.
Instructions on how to make such reports shall be made readily available to all
employees and should encourage reporting of all instances of improper
conduct.
3. The Ethics Compliance Officer shall cause a hotline poster conforming to FAR
52.203-14 to be displayed at common work areas and job sites involving
performance under all federal contracts. The Ethics Compliance Officer shall
also ensure that CEEPCO's website display an electronic version of the
hotline poster for the benefit of its employees.
4. On an annual basis or as appropriate, the Ethics Compliance Officer may
perform internal or external audits as necessary to maintain compliance with
this code and special requirements imposed by any particular government
contract.
5. On an annual basis, CEEPCO's Ethics Compliance Officer may provide a
written report to the Compliance Committee regarding the status of
CEEPCO's compliance with terms and conditions of each federal contract
CEEPCO Ethics Policy—Attachment 6—Updated 6-15-15 Page 1 of 2
held by the company during the current fiscal period. Such reports may also
specifically address the status of the company's compliance under this code
including a summary of known investigations of potential wrongdoing and
disciplinary actions taken.
6. As appropriate, CEEPCO's Ethics Compliance Officer may provide a written
report to the Compliance Committee regarding the status of CEEPCO's
compliance with terms and conditions imposed on all other contracts held by the
company, including those with various state and local governments, during
the current fiscal period.
7. CEEPCO's employees receive formal training on this Policy and applicable laws
governing compliance on an annual basis and as required by the Training
Policy. Such training shall be provided by the Ethics Compliance Officer or
legal counsel or their designees. Following completion of initial training, and
on an annual basis thereafter, each member of management shall sign to affirm
his or her commitment to comply with this Policy.
8. The Ethics Compliance Officer shall make periodic training opportunities
available to supervisors and employees to ensure compliance with this Policy
and related internal reporting mechanisms. These opportunities may be offered
in connection with other training events or meetings.
9. The Ethics Compliance Officer shall ensure that all current and future employees
are provided a copy of this Policy, and those employees shall certify receipt using
the form provided in Attachment Ten.
CEEPCO Ethics Policy—Attachment 6—Updated 6-15-15 Page 2 of 2
ATTACHMENT 7
IDENTIFICATION AND ROLE OF ETHICS COMPLIANCE COMMITTEE
Identification of Ethics Compliance Committee members.
A. The initial members of the Ethics Compliance Committee are:
1. Harold Charles
2. [HEAD OF HR]
3. [TBD]
II. Role of Ethics Compliance Committee;
A. The Compliance Committee shall have authority to engage accountants, consultants and
legal counsel as needed to ensure the following:
1. CEEPCO's books and records of account are maintained in strict accord with
General Accepted Accounting Principles;
2. CEEPCO's Management Team and employees maintain high standards of
business integrity and honesty required by this Code of Ethics and Business Conduct;
3. CEEPCO is in compliance with the terms and conditions of each contract
and subcontract, regardless of source or amount; and
4. CEEPCO's operations are in compliance with all applicable laws and regulations.
B. The Compliance Committee shall perform periodic reviews of CEEPCO's business
practices, procedures, policies, and internal controls for compliance with this code and
special requirements of government contracting.
CEEPCO Ethics Policy—Attachment 8—Updated 6-15-15 Page 1 of 1
ATTACHMENT 8
TRAINING PROGRAM
1. CEEPCO shall hold training for its management level employees at the roll
out of this Policy and annually thereafter, or as otherwise necessary to ensure that
management is kept informed of changes to the Policy or applicable laws.
2. CEEPCO shall hold initial training on all projects in excess of $5 million
to provide training to the management and employees of those respective projects and
to ensure they are familiar with the applicable requirements for the job.
3. CEEPCO shall provide ongoing training through use of already scheduled
meetings, such as new hire orientation for jobsite employees and safety meetings, to
continue raising awareness and discussion within CEEPCO of the ethical obligations of
CEEPCO and its employees.
4. CEEPCO, through its Ethics Compliance Committee, shall continue to assess
the needs for training within CEEPCO and shall provide such training as it deems
appropriate.
CEEPCO Ethics Policy—Attachment 8—Updated 6-15-15 Page 1 of 1
ATTACHMENT 9
ACKNOWLEDGEMENT OF TRALNING/ORIENTATION
I have received and read my personal copy of CEEPCO Contracting's Code of Business Ethics
and Conduct and understand both my responsibility to comply with these ethical standards and
the process for dealing with violations of these standards. Likewise, I acknowledge receiving
initial training regarding the application of CEEPCO's Ethics Policy and standards of conduct
as they pertain to my performance as an employee of CEEPCO.
I understand that my performance will be evaluated according to my compliance with standards
of conduct and other provisions of CEEPCO's Ethics Policy. I also understand that honesty and
fair dealing are one of CEEPCO's most valuable assets, and as such, shall not be compromised
by any concern for profit.
If I have any questions or concerns regarding ethical conduct, I will immediately follow one of
the procedures suggested in the Policy.
As an employee of CEEPCO, I am aware that nothing in CEEPCO's Ethics Policy should be
construed as a contract for employment for any duration. I realize that my employment is at-
will, which means that either I or the Company may terminate my employment at any time.
Nothing contained or referenced in this document should be interpreted to restrict or prohibit
either myself or CEEPCO from discontinuing the employment relationship at any time.
Print Full Name:
Signature:
Date:
Print Witness Full Name:
Signature:
Date:
CEEPCO Ethics Policy—Attachment 9—Updated 6-15-15 Page 1 of 1
ATTACHMENT 10
EMPLOYEE COMPLIANCE CERTIFICATION
1, , [PRINTED NAME], certify and acknowledge that I have
been given a copy of CEEPCO Contracting's Code of Business Ethics and Conduct, that I
understand the policy, and agree to comply fully with both the letter and the spirit of the policy.
Dated the day of 20 .
Position:
Signature:
CEEPCO Ethics Policy—Attachment 10—Updated 6-15-15 Page 1 of 1
CEEPCO Ethics Policy—Attachment 11—Updated 6-15-15 Page 1 of 8
ATTACHMENT D
INSURANCE REQUIREMENTS
APPENDIX F
0--4 , 1I ,A \' BEACH
Insurance Requirements
General Building and Specialty Trade
Contractors
PROCUREMENT DEPARTMENT
1755 Meridian Avenue, 3rd Floor
Miami Beach, Florida 33139
ITB 2017-049-WG 82
, fv , ;
BA N
INSURANCE REQUIREMENTS
This document sets forth the minimum levels of insurance that the contractor is required to
maintain throughout the term of the contract and any renewal periods.
XXX 1. Workers' Compensation and Employer's Liability per the Statutory limits of the state of Florida.
XXX 2. Comprehensive General Liability (occurrence form), limits of liability $ 1,000,000.00 per occurrence for
bodily injury property damage to include Premises/ Operations; Products, Completed Operations and
Contractual Liability. Contractual Liability and Contractual Indemnity (Hold harmless endorsement
exactly as written in "insurance requirements"of specifications).
XXX 3. Automobile Liability-$1,000,000 each occurrence-owned/non-owned/hired automobiles included.
4. Excess Liability-$ .00 per occurrence to follow the primary coverages.
XXX 5. The City must be named as and additional insured on the liability policies; and it must be stated on the
certificate.
6. Other Insurance as indicated:
_Builders Risk completed value $ .00
_Liquor Liability $ .00
Fire Legal Liability $ .00
Protection and Indemnity $_ .00
Employee Dishonesty Bond $ .00
Other $ .00
XXX 7. Thirty(30)days written cancellation notice required.
XXX 8. Best's guide rating B+:VI or better, latest edition.
XXX 9. The certificate must state the proposal number and title
The City of Miami Beach is self-insured. Any and all claim payments made from self-insurance are subject
to the limits and provisions of Florida Statute 768.28, the Florida Constitution, and any other applicable
Statutes.
iTB 2017-049-WG 83