Loading...
ITB-20-019-03 Endirt LLCCONTRACT NO. 20-019-03 MIAMIBEACH City of Miami Beach, 1755 Meridian Avenue, 3ro Floor, Miami Beach, Florida 33139, www.rniamibeachfl.gov PROCUREMENT DEPARTMENT Tel: 305-673-7490, Fax: 786-394-4235 SENT VIA E-MAIL TO: dchiroleendirt.com March 6, 2020 David Chirole Endirt LLC 12371 SW 128 Court, #1 Miami, FL. 33186 Phone: 305-603-7099 RE: NOTICE OF AWARD OF CONTRACT PURSUANT TO INVITATION TO BID (ITB) NO. 2020-019-ND TO ESTABLISH A POOL OF PAINTING (INTERIOR AND EXTERIOR) AND WATERPROOFING SERVICES. Dear Mr. Chirole: On October 25, 2019, Endirt LLC., (the "Contractor') submitted to the City of Miami Beach, Florida (the "City") a request to be prequalified for future projects in response to the above- referenced ITB. The ITB stipulates, pursuant to Section 0200, Sub-Section 16, Binding Contract, that the approval of the City Manager's recommendation by the Mayor and City Commission shall constitute a binding Contract between the City and the awarded bidder. Accordingly, this letter shall serve as official notice from the City that the Mayor and Commission, at its February 12, 2020 meeting, approved the City Manager's recommendation, pursuant to the ITB, to prequalify the Contractor to be eligible to provide services to the City for painting and waterproofing services. It is important to note the work must be awarded in accordance with the ITB. Further, no services may be performed until such time as the City has issued a Purchase Order. If you have any questions regarding this letter of notification of award, you may contact Valerie Velez, Contract Analyst, Procurement Department, at ValerieVelezAmiamibeachfl.gov or at 305.673.7490. Otherwise, all other questions should be addressed to the Contract Manager for this contract, Adrian Morales Director Property Management Department at AdrianMorales cDmiamibeachfl.gov or (305) 673-7000 ext. 2932. enis (-0'4-- Director Procurement Department AD/ME/AG zwe committed fO providing excetteni pi bfc service on olety 0I+ ono ploy in (i vd.;y0n!, horvcoi, comrnuon.' C O N T RA C T NO . 20-0 19 -03 MIAMI BEACH City of Miami Beach, 1755 Meridian Avenue, 3 Floor, Miami Beach, Florida 33139, www.miamibeachfl.gov PROCUREMENT DEPARTMENT Tel: 305-673-7490, Fax: 786-394-4235 SENT VIA E-MAIL TO: dchirole@endirt.com March 6, 2020 David Chirale Endirt LLC 12371 SW 128 Court, #1 Miami, FL. 33186 Phone: 305-603-7099 RE: NOTICE OF AWARD OF CONTRACT PURSUANT TO INVITATION TO BID (1TB) NO. 2020-019-ND TO ESTABLISH A POOL OF PAINTING (INTERIOR AND EXTERIOR) AND WATERPROOFING SERVICES. Dear Mr. Chirale: On October 25, 2019, Endirt LLC., (the "Contractor'') submitted to the City of Miami Beach, Florida (the "City") a request to be prequalified for future projects in response to the above- referenced 1TB. The 1TB stipulates, pursuant to Section 0200, Sub-Section 16, Binding Contract, that the approval of the City Manager's recommendation by the Mayor and City Commission shall constitute a binding Contract between the City and the awarded bidder. Accordingly, this letter shall serve as official notice from the City that the Mayor and Commission, at its February 12, 2020 meeting, approved the City Manager's recommendation, pursuant to the 1TB, to prequalify the Contractor to be eligible to provide services to the City for painting and waterproofing services. It is important to note the work must be awarded in accordance with the 1TB. Further, no services may be performed until such time as the City has issued a Purchase Order. If you have any questions regarding this letter of notification of award, you may contact Valerie Velez, Contract Analyst, Procurement Department, at ValerieVelez@miamibeachfl.gov or at 305.673.7490. Otherwise, all other questions should be addressed to the Contract Manager for this contract, Adrian Morales Director Property Management Department at AdrianMorales@miamibeachfl.gov or (305) 673-7000 ext. 2932. ±y o [U nis Director Procurement Department AD/ME/AG We re commuted to providing excelleri public service and safety lo alt who live, wrí. ond ploy in cur vibrant, toucal, hisioc community ATTACHMENT A RESOLUTION COMMISSION ITEMS AND COMMISSION MEMORANDUM A TT A C H M E N T A R E S O L U T IO N C O M M IS S IO N IT E M S A N D C O M M IS S IO N M E M O R A N D U M Coversheet Page 1 of 2 Resolutions - C7 H MIAMI BEACH COMMISSION MEMORANDUM TO: Honorable Mayor and Members of the City Commission FROM: Jimmy L. Morales, City Manager DATE: February 12, 2020 SUBJECT. A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, ACCEPTING THE RECOMMENDATION OF THE CITY MANAGER, PURSUANT TO INVITATION TO BID (ITB) 2020- 019-ND, TO ESTABLISH A POOL OF PAINTING AND WATERPROOFING CONTRACTORS TO EXPEDITE THE SELECTION OF CONTRACTORS FOR FUTURE PAINTING AND WATERPROOFING PROJECTS WITH A CONTRACT PRICE OF $300,000 OR LESS; AND APPROVING THE INITIAL POOL OF QUALIFIED CONTRACTORS, AS SET FORTH IN EXHIBIT "A" TO THE COMMISSION MEMORANDUM ACCOMPANYING THIS RESOLUTION; FURTHER, AUTHORIZING THE CITY MANAGER TO KEEP THE ITB OPEN FOR THE PURPOSE OF PREQUALIFYING ADDITIONAL PAINTING AND WATERPROOFING CONTRACTORS, AND DELEGATING TO THE CITY MANAGER THE AUTHORITY TO ADD OR REMOVE CONTRACTORS TO THE POOL, PROVIDED SUCH CONTRACTORS MEET THE REQUIREMENTS OF THE ITB. RECOMMENDATION Adopt the Resolution BACKGROUND/HISTORY For approximately five years, the City of Miami Beach has had an agreement for the provision of interior and exterior painting and waterproofing services. The current contract expired on October 21, 2019. In order to establish a replacement contract, on October 4, 2019, the City issued an Invitation to Bid 2020-019-ND (the "ITB"). The purpose of the ITS is to establish a contract, by means of sealed applications, with qualified contractors for the establishment of a prequalified pool of painting and waterproofing contractors. The pre-qualified pool established shall effectively create a source of viable contractors from which the City may issue Invitation to Quotes (ITQs) for various City painting and waterproofing projects during the term of the contract. Further, at any time, the City, through the approval of the City Manager, may accept applications and add additional or remove contractors to the list of prequalified contractors during the term of the contract. ANALYSIS The ITS was issued on October 4, 2019, with bid opening date of October 25, 2019. The Procurement Department issued bid notices to 1,828 companies utilizing www.bidsync.com website. 53 prospective bidders accessed the advertised solicitation. The notices resulted in the receipt of nine (9) responses from: Abacron LLC ("Abacron"), Cunano Builders Corporation ("Cunano"), Endirt LLC ("Endirt"), Government Business Development LLC ("Government Business"), Halcyon Builders, Inc. ("Halcyon"), I.D. Painting Corp. ("I.D. Painting"), Inclan Painting and Waterproofing, Corp. ("Inclan"), Roof Painting by Hartzell, Inc. ("Hartzell"), and Paint Quest, LLC ("Paint Quest"). The ITB stated that following the review of applications, the responsive and responsible bidder(s) meeting all terms and conditions of the ITS will be recommended for award. In its due diligence, the Procurement Department found that Abacron, Cunano, Endirt, Government Business, Halcyon, I.D. Painting, Inclan, Hartzell, and Paint Quest met the requirements of the ITB. Accordingly, all bidders as listed in Exhibit A have been deemed responsive, responsible bidders meeting all terms arid conditions of the ITS and are recommended for award. FINANCIAL INFORMATION The funding of this project is as follows: Account(s) 520-1720- Amount(s) $60,000 $110,000 $68,000 000325-29- 413-592-00- 00-00 520- 1720-000342- 29-413-592- 00-00-00 168- 9964-000342- 29-400-592- 00-00-00 CONCLUSION I concur with staff that it is in the best interest of the City to have a pool of prequalified painting and waterproofing contractors from which proposals can be sought to quickly deploy a contractor to address an identified painting or waterproofing need of the City. https://miamibeach.novusagenda.cm/agendapublic/CoverSheet.aspOltem1D-15654&Me... 2/18/2020 Coversheet Page 1 of2 Resolutions - C7 H MIAMI BEACH COMMISSION MEMORANDUM TO: Honorable Mayor and Members of the City Commission FR OM: Jimmy L. Morales, City Man ager DATE: February 12, 2020 SUBJECT: A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, ACCEPTING TH E RECOMMENDATION OF TH E CITY MANAGER, PURSUANT TO INVITATION TO BID ((TB ) 2020- 019-ND, TO ESTABLISH A POOL OF PAINTING AND WATER PROOFING CONTR ACTORS TO EXPED ITE TH E SELECTION OF CONTR ACTORS FO R FUTURE PAINTING AND WATERPROOFING PROJECTS WITH A CONTR ACT PRICE OF $300,000 OR LESS; AND APPROVING THE INITI AL POOL OF QUALIFIED CONTRA CTORS, AS SET FORTH IN EXHIBIT "A" TO TH E COMMISSION MEMORANDUM ACCOMPANYING THIS RESOLUTION; FURTH ER, AUTH ORIZING TH E CITY MANAGER TO KEEP TH E 1TB OPEN FOR TH E PURPOSE OF PREQUALIFYING ADDITIONAL PAINTING AND WATERPROOFING CONTRACTORS, AND DELEGATING TO THE CITY MANAGER THE AUTHORITY TO ADD OR REMOVE CONTR ACTO RS TO THE POOL, PROVIDED SUCH CONTR ACTO RS MEET THE REQUIREMENTS OF THE ITB. RECOMMENDATION Adopt the Resolution BACKGROUNDIHISTORY For approximately five years, the City of Miami Beach has had an agreement for the provision of interior and exterior painting and waterproofing services. The current contract expired on October 21, 2019. In order to establish a replacement contract, on October 4, 2019, the City issued an Invitation to Bid 2020-019-ND (the "TTB"). Th e purpose of the ITB is to establish a contract, by mean s of sealed applications, with qualified contractors for the establishment of a prequalified pool of painting and waterproofing contractors. The pre-qualified pool established shall effectively create a source of viable contractors from which the City may issue Invitation to Quotes (ITQs) for various City painti ng and waterproofing projects during the term of the contract. Furth er, at any tim e, the City, through the approval of the City Manager, may accept applications and add additional or remove contractors to the list of prequalified contractors during the term of the contract. ANALYSIS The 1TB was issued on October 4, 2019, with bid opening date of October 25, 2019. Th e Procurement Department issued bid notices to 1,828 companies utilizing www.bidsync.com website. 53 prospective bidders accessed the advertised solicitation. The notices resulted in the receipt of nine (9) responses from: Ab acron LLC ("Aba cron"), Cuna no Builders Corpor ation ("Cuna no"), Endirt LLC ("Endirt"), Government Business Development LLC ("Government Business"), Halcyon Builders, Inc. ("Halcyon"), I.O. Painting Corp. ("I.D. Painting"), Incl an Painting and Waterproofing, Corp. ("Inclan"), Roof Painting by Hartz ell, Inc. ("Hartz ell"), an d Paint Quest, LLC ("Paint Quest"). The 1TB stated that following the review of applications, the responsive and responsible bidder(s) meeting all terms and conditions of the 1TB will be recommended for award. In its due diligence, the Procurement Department found that Abacron, Cunan o, End irt, Government Business, Halcyon, ID. Painting, Inclan, Hartzell, and Paint Quest met the requirements of the 1TB. Accordingly, all bidders as listed in Exhibit A have been deemed responsive, responsible bidders meeting all terms and conditions of the 1TB and are recommended for award. FINANCIAL INFORMATION The funding of this project is as follows: Account(s) 520-1720- Amount(s) $60,000 $110,000 $68,000 000325-29- 413-592-00- 00-00 520- 1720-000342- 29-413-592- 00-00-00 168- 9964-000342- 29-400-592- 00-00-00 CONCLUSION I concur with staff that it is in the best interest of the City to have a pool of prequalified painting and waterproofing contractors from which proposals can be sought to quickly deploy a contractor to address an identified painting or waterproofing need of the City. https://miamibeach.novusagenda.com/agendapublic/Cover'Sheet.aspx?ItemlD=15654&Me... 2/18/2020 Coversheet Page 2 of 2 Otherwise, redundant and time-consuming efforts would be required to qualify contractors each time a need was identified. In order to continue to maximize competition by continuing to add contractors, I recommend that the period for submitting applications be extended to be consistent with the term of the contract. New applicants that meet the ITB requirements will be added to the pool. Contractors that do not perform well will be removed from the pool. Therefore, i recommend that the Mayor and City Commission of the City of Miami Beach, Florida, approve the Resolution, accepting the recommendation of the City Manager, pursuant to Invitation to Bid (ITB) No. 2020-019-ND, to establish a pool of painting and waterproofing contractors to expedite the selection of contractors for future painting and waterproofing projects not to exceed $300,000, and approve the initial pool of qualified contractors, as set forth in Exhibit "A" to the Commission Memorandum accompanying this Resolution; further, authorizing the City Manager to keep the ITB open for the purpose of prequalifying additional painting and waterproofing contractors, and delegating to the City Manager the authority to add (or remove) contractors to the pool, provided the added contractors meet the requirements of the ITB. Applicable Area Citywide Is this a Resident Right to Does this item utilize G.O. Know item? Bond Funds? No No Legislative Tracking Property Management/Procurement ATTACHMENTS: Description • Attachment A • Resolution https://rniathibeach.novusagenda.comlagendapublielCoverSheet.aspx?ItemID-15654&Me... 2/18/2020 C o v ersheet Page 2 of 2 Otherw ise, redundan t and time -con sum ing efforts would be required to qualify contractors each time a need was identified. In order to continue to maximize competition by continuing to add contractors, I recommend that the period for submitting applications be extended to be consisten t with the term of the contract. New ap plicants that meet the [TB requirements will be added to the pool. Contractors that do not perform well will be removed from the pool. Therefore, I recommend that the Mayor and City Commission of the City of Miami Beach, Florida, approve the Resolution, accepting the recommendation of the City Manager, pursuant to Invitation to Bid (1TB) No. 2020-019-ND, to establish a pool of painting and waterproofing contractors to expedite the selection of contractors for future painting and waterproofing projects not to exceed $300,000, and approve the initial pool of qualified contractors, as set forth in Exhibit "A" to the Commission Memorandum accompanying this Resolution; further, authorizing the City Manager to keep the 1TB open for the purpose of prequalifying addition al painting an d waterproofing contr actors, and delegating to the City Manager the authority to add (or rem ove) contractors to the pool, provided the added contractors meet the requirem ents of the ITB. Applicable Area Citywide Is this a Resident Right to Know item ? No Does this item utilize G.O. Bond Funds? No Legislative Tracking Property Managem ent/P rocurem ent ATTACHMENTS: Description n Attachment A n1 Resolution http s://mi am ibe ach .novusagen d a.com/agend apubl ie/C over'Sheet.aspx?Ite m1 D=15654&M e... 2/18/2020 RESOLUTION NO. A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, ACCEPTING THE RECOMMENDATION OF THE CITY MANAGER, PURSUANT TO INVITATION TO BID (ITB) 2020-019-ND, TO ESTABLISH A POOL OF PAINTING AND WATERPROOFING CONTRACTORS TO EXPEDITE THE SELECTION OF CONTRACTORS FOR FUTURE PAINTING AND WATERPROOFING PROJECTS WITH A CONTRACT PRICE OF $300,000 OR LESS; AND APPROVING THE INITIAL POOL OF QUALIFIED CONTRACTORS, AS SET FORTH IN EXHIBIT "A" TO THE COMMISSION MEMORANDUM ACCOMPANYING THIS RESOLUTION; FURTHER, AUTHORIZING THE CITY MANAGER TO KEEP THE ITB OPEN FOR THE PURPOSE OF PREQUALIFYING ADDITIONAL PAINTING AND WATERPROOFING CONTRACTORS, AND DELEGATING TO THE CITY MANAGER THE AUTHORITY TO ADD OR REMOVE CONTRACTORS TO THE POOL, PROVIDED SUCH CONTRACTORS MEET THE REQUIREMENTS OF THE ITB. WHEREAS, for approximately five years, the City of Miami Beach has had an agreement for the provision of interior and exterior painting and waterproofing services; arid WHEREAS, the current contract expired on October 21, 2019; and WHEREAS, on October 4, 2019, the City issued an Invitation to Bid 2020.019-ND (the "ITB") to establish a successor contract, by means of sealed applications, with qualified contractors for the establishment of a prequalified pool of painting and waterproofing contractors; and WHEREAS, on October 25, 2019, bids were received from Abacron LLC ("Abacron"), Cunano Builders Corporation ("Cunano"), Endirt LLC ("Endirt"), Government Business Development LLC ("Government Business"), Halcyon Builders, Inc. ("Halcyon"), I.D. Painting Corp. ("I.D, Painting"), Inclan Painting and Waterproofing, Corp. ("Inclan"), Roof Painting by Hartzell, Inc. ("Hartzell"), and Paint Quest, LL.0 ("Paint Quest"); and WHEREAS, in its due diligence, the Procurement Department found that Cunano, Endirt, Government Business, Halcyon, I.D. Painting, Inclan, Hartzell, and Paint Quest met the requirements of the ITB; and WHEREAS, all bidders as listed in Exhibit A have been deemed responsive, responsible bidders meeting all terms and conditions of the ITB; and WHEREAS, when a need arises, the City will seek proposals from all prequalified contractors; and WHEREAS, for service orders up to $300,000, the approval of the City Manager or designee will he required in accordance with the City Manager's existing delegated authority under the City Code; service orders exceeding $300,000 will need to be competitively procured; and WHEREAS, to maximize competition among the prequalified contractors, the Administration is recommending that the ITB remain open, to permit the City Manager to RESOLUTION NO. lt A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, ACCEPTING THE RECOMMENDATION OF THE CITY MANAGER, PURSUANT TO INVITATION TO BID (ITB) 2020-019-ND, TO ESTABLISH A POOL OF PAINTING AND WATERPROOFING CONTRACTORS TO EXPEDITE THE SELECTION OF CONTRACTORS FOR FUTURE PAINTING AND WATERPROOFING PROJECTS WITH A CONTRACT PRICE OF $300,000 OR LESS; AND APPROVING THE INITIAL POOL OF QUALIFIED CONTRACTORS, AS SET FORTH IN EXHIBIT "" TO THE COMMISSION MEMORANDUM ACCOMPANYING THIS RESOLUTION; FURTHER, AUTHORIZING THE CITY MANAGER TO KEEP THE ITB OPEN FOR THE PURPOSE OF PREQUALIFYING ADDITIONAL PAINTING AND WATERPROOFING CONTRACTORS, AND DELEGATING TO THE CITY MANAGER THE AUTHORITY TO ADD OR REMOVE CONTRACTORS TO THE POOL, PROVIDED SUCH CONTRACTORS MEET THE REQUIREMENTS OF THE ITB. WHEREAS, for approximately five years, the City of Miami Beach has had an agreement for the provision of interior and exterior painting and waterproofing services; and WHEREAS, the current contract expired on October 21, 2019; and WHEREAS, on October 4, 2019, the City issued an Invitation to Bid 2020-019-ND (the "ITB") to establish a successor contract, by means of sealed applications, with qualified contractors for the establishment of a prequalified pool of painting and waterproofing contractors; and WHEREAS, on October 25, 2019, bids were received from Abacron LLC ("Abacron"), Cunano Builders Corporation ("Cunano"), Endirt LLC ("Endirt"), Government Business Development LL.C ("Government Business"), Halcyon Builders, Inc. ("Halcyon"), I.D. Painting Corp. ("ID. Painting"), Inclan Painting and Waterproofing, Corp. ("Inclan"), Roof Painting by Hartzell, Inc. ("Hartzell"), and Paint Quest, LLC ("Paint Quest"); and WHEREAS, in its due diligence, the Procurement Department found that Cunano, Endirt, Government Business, Halcyon, I.D. Painting, Inclan, Hartzell, and Paint Quest met the requirements of the ITB; and WHEREAS, all bidders as listed in Exhibit A have been deemed responsive, responsible bidders meeting all terms and conditions of the ITB; and WHEREAS, when a need arises, the City will seek proposals from all pre qualified contractors; and WHEREAS, for service orders up to $300,000, the approval of the City Manager or designee will be required in accordance with the City Manager's existing delegated authority under the City Code; service orders exceeding $300,000 will need to be competitively procured; and WHEREAS, to maximize competition among the prequalified contractors, the dministration is recommending that the ITB remain open, to permit the City Manager to prequalify additional contractors as part of the pool, provided that such contractors meet all of the requirements of the ITB. NOW, THEREFORE, BE IT DULY RESOLVED BY THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, that the Mayor and City Commission hereby accept the recommendation of the City Manager, pursuant to' Invitation to Bid (FM) No. 2020-019-ND, to establish a pool of painting and waterproofing contractors to expedite the selection of contractors for future painting and waterproofing projects with a contract price of $300,000 or less; approving the initial pool of qualified contractors, as set forth in Exhibit "A" to the Commission Memorandum accompanying this Resolution; further, authorizing the City Manager to keep the ITB open for the purpose of prequalifying additional painting and waterproofing contractors, and delegating to the City Manager the authority to add or remove contractors to the pool, provided such contractors meet the requirements of the ITB. PASSED AND ADOPTED this day of 2020. ATTEST: RAFAEL E. GRANADO, CITY CLERK DAN GELBER, MAYOR Fr \PURG,,S012c.latfonsk2.02C,2ta0.019-NO Poinfing %,Intenor oN1 Extwicr) eyw Waleipmorty9 Serviceut10 Ccpall,on Award DOCUMen(FAIT8-2RO• 019.NO - AnSCIL/b0f140C APPROVED AS TO FORM & LANGUAGE & FOR EXECUTION IL -34-Y\ City Attmey 7 Oak pr e q u al if y a d ditio n al contractors as part of the pool, provided that such contractors meet all of the requirements of the [TB. NOW , THEREFORE, BE IT DULY RESOLVED BY THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, that the Mayor and City Commission hereby accept the recommendation of the City Manager, pursuant to Invitation to Bid (ITB) No. 2020-019-ND, to establish a pool of painting and waterproofing contractors to expedite the selection of contractors for future painting and waterproofing projects with a contract price of $300,000 or less; approving the initial pool of qualified contractors, as set forth in Exhibit "" to the Commission Memorandum accompanying this Resolution; further, authorizing the City Manager to keep the ITB open for the purpose of prequalifying additional painting and waterproofing contractors, and delegating to the City Manager the authority to add or remove contractors to the pool, provided such contractors meet the requirements of the [TB. PASSED AND ADOPT ED this day of 2 020. ATTEST: RAF AEL E. GRAN ADO, CITY CLE RK DAN GELBER, MAYOR £ PUR \Sicutatios20202)20-019-N) P8 PAtng {intenot and ±xteri) ans Waterprcolnq Services\t0 • Ccmmisson Award Documentsli8-2020- 01344 £1 -fsctuton d ot, APPROVED A S TO FOR M & LANGUAGE 8 FOR EXECUTION ATTACHMENT A Abacron LLC Cunano Builders Corporation Endirt LLC Government Business Development LLC Halcyon Builders, Inc. I.D. Painting Corp. Inclan Painting and Waterproofing, Corp. Roof Painting by Hartzell, Inc. Paint Quest, LLC A T T A C H M E N T A A b acr on LLC Cu n a no Bu ild e rs Co rporation Endirt LLC G overn m e n t B usiness Developm ent LLC Ha lcyon Bu ilders, Inc. I.D . Pa in ting Corp. In cla n Pain ting an d W ate rpro o fi ng, Co rp . Ro of Pa in ti n g by Hartzell, In c. Pa in t Q ue st, LLC ATTACHMENT B SOLICITATION (ITB) AND ADDENDUMS ATTACHMENT B SOLICITATION (ITB) AND ADDENDUMS -MI BEACH TABLE OF CONTENTS SECTIONS: 0100 GENERAL INFORMATION & SCOPE OF WORK APPENDICES: APPENDIX A PREQUALIFICATION APPLICATION APPENDIX B SPECIAL CONDITIONS DEFINITIONS: Bidder means any firm or individual submitting an application in response to this ITB. The term bidder may be used interchangeably with applicant and proposer. Vendor means any firm or individual that has been pre-qualified to supply goods or services to the City. T A B L E O F C O N T E N T S S E C T IO N S : 0100 GENERAL INFORMATION & SCOPE OF WORK APPENDICES: APPENDIX A APPENDIX B DEFINITIONS: PREQUALIFICATION APPLICATION SPECIAL CONDITIONS Bidder means any firm or individual submitting an application in response to this 1TB. The term bidder may be used interchangeably with applicant and proposer. Vendor means any firm or individual that has been pre-qualified to supply goods or services to the City. 4. On an as needed basis, City will request QW and costs from firms prequalified for the applicable category. 2. Application is evaluated for compliance with IT B retina merits. 5. If Application is approved, firm is added to the list of thins prequalified authorized tor future work. SECTION 0100: GENERAL INFORMATION & SCOPE OF WORK 1. PURPOSE. The City of Miami Beach is seeking applications from painting or painting and waterproofing contractors who wish to participate in a pre-qualification pool that will be used to solicit various routine painting and waterproofing services on an "as needed" basis as specified herein. Interested contractors may submit an application indicating its intent to become prequalified. All contractors which meet or exceed the criteria established in this solicitation shall be placed on a pre- qualification list that may be accessed by various City departments to obtain price quotations for various routine painting and waterproofing services. The City utilizes BidSync (www.bidsync.com) for automatic notification of solicitation opportunities and document fulfillment. Any prospective bidder who has received this ITB by any means other than through BidSync is solely responsible for registering immediately with BidSync to assure it receives any addendum issued to this ITB. Additionally, prior to submittal of the bid, bidder shall verify that it has received and complied with all addenda issued. Failure to receive an addendum, or comply with an addendum requirement, may result in disqualification of bid submitted. To be considered for the pool of pre-qualified contractors, interested parties must submit a corn .lete Bidder Pre-Qualification A. slication A.. endix A . 2. OVERVIEW OF PREQUALIFICATION PROCESS. The figure below is a general overview of the process that the City will utilize to award work pursuant to the prequalification process. 5. Work will be awarded in accordance with the roadmap procedures established in the ITB. 1. Bidder submits an applipatign to be prequalified rn response to this !TB. SECTION 0100: GENERAL INFORMATION & SCOPE OF WORK 1. PURPOSE. The City of Miami Beach is seeking applications from painting or painting and waterproofing contractors who wish to participate in a pre-qualification pool that will be used to solicit various routine painting and waterproofing services on an "as needed" basis as specified herein. Interested contractors may submit an application indicating its intent to become prequalified. All contractors which meet or exceed the criteria established in this solicitation shall be placed on a pre- qualification list that may be accessed by various City departments to obtain price quotations for various routine painting and waterproofing services. The City utilizes BidSync (www.bidsync.com) for automatic notification of solicitation opportunities and document fulfillment. Any prospective bidder who has received this 1TB by any means other than through BidSync is solely responsible for registering immediately with BidSync to assure it receives any addendum issued to this 1TB. Additionally, prior to submittal of the bid, bidder shall verify that it has received and complied with all addenda issued. Failure to receive an addendum, or comply with an addendum requirement, may result in disqualification of bid submitted. To be considered for the pool of pre-qualified contractors, interested parties must submit a complete Bidder Pre-Qualification Application Appendix A . 2. OVERVIEW OF PREQUALIFICATION PROCESS. The figure below is a general overview of the process that the City will utilize to award work pursuant to the prequalification process. 5. Work will be awar ded in accordance with the roadmap proce dures established in the ITB 1Bidder submils. an application to be pr equalified in response to this ITB. 4 On an as needed basis, City will request SO(s an d costs fron firms prequalified for the applicable category 2. Application is evaluated for compliance with II requirements. 3.If App lication is approved, firm is added to th e list of firms prequalified authorized tor fut ure work 3. PROCUREMENT CONTACT. Any questions or clarifications concerning this solicitation shall be submitted to the Procurement Contact noted below. The Bid title/number shall be referenced on all correspondence. Procurement Contact: Telephone: Email: Natalia Del. .ado 305-673-7000 x6263 nataliadelrad miamibeachfl.rlov he City Clerk is to be copied on all communications via e-mail at: RafaelGranado miarnibeachfl.•ov; r via facsimile: 786-394-4188. 4. APPROVAL OF PREQUALIFIED STATUS. Following the review of applications, the responsive, responsible bidder(s) meeting all terms and conditions of the ITB will be recommended for award, 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 addition to the criteria established in the application, pursuant to Section 2-369 of the City Code, 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. PREQUALIFIED STATUS IS VALID FOR THREE (3) YEARS FROM DATE OF THE NOTICE OF PREQUALIFICATION ISSUED BY THE CITY, OR AS OTHERWISE APPROVED BY THE CITY MANAGER. 4.1 RENEWAL TERMS. The City Manager, at his sole discretion, may approve up to two (2), one (1) year renewal terms, providing that the required certification is still valid. 5. ADDITIONAL PREQUALIFIED FIRMS TO BE ADDED TO POOL. At any time, the City, through the approval of the City Manager, may accept applications and add additional firms to the list of prequalified firms. 6. AWARDING WORK. When the need for services arises all prequalified contractors that are in good standing may be invited to submit statements of work (SOW) and costs based on an Invitation to Quote (ITQ) issued by the City. Each SOW prepared by the contractor shall include a clear description of the work to be performed (with specific and timed deliverables) and the related costs by deliverable. The City will select the prequalified contractor that offers the best combination of services and cost, solely at the discretion of the City. 7. SERVICE DELIVERY EXPECTATIONS. The City places an emphasis on excellent customer service delivery and expects the prequalified bidder to provide the best possible customer service to any and all awarded projects throughout the term of the contract. The prequalified bidder's project manager is responsible for monitoring the customer service provided to City by prequalified bidder's staff, sales and support teams, and employing, as necessary, corrective measures, to ensure that the prequalified 3. P R O C U R E M E N T C O N T A C T . Any questions or clarifications concerning this solicitation shall be submitted to the Procurement Contact noted below. The Bid title/number shall be referenced on all correspondence. 4. APPROVAL OF PREQUALIFIED STATUS. Following the review of applications, the responsive, responsible bidder(s) meeting all terms and conditions of the 1TB will be recommended for award, 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 addition to the criteria established in the application, pursuant to Section 2-369 of the City Code, 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. PREQUALIFIED STATUS IS VALID FOR THREE (3) YEARS FROM DATE OF THE NOTICE OF PREQUALIFICATION ISSUED BY THE CITY, OR AS OTHERWISE APPROVED BY THE CITY MANAGER. 4.1 RENEWAL TERMS. The City Manager, at his sole discretion, may approve up to two (2), one (1) year renewal terms, providing that the required certification is still valid. 5. ADDITIONAL PREQUALIFIED FIRMS TO BE ADDED TO POOL. At any time, the City, through the approval of the City Manager, may accept applications and add additional firms to the list of prequalified firms. 6. AWARDING WORK. When the need for services arises all prequalified contractors that are in good standing may be invited to submit statements of work (SOW) and costs based on an Invitation to Quote (ITQ) issued by the City. Each SOW prepared by the contractor shall include a clear description of the work to be performed (with specific and timed deliverables) and the related costs by deliverable. The City will select the prequalified contractor that offers the best combination of services and cost, solely at the discretion of the City. 7. SERVICE DELIVERY EXPECTATIONS. The City places an emphasis on excellent customer service delivery and expects the prequalified bidder to provide the best possible customer service to any and all awarded projects throughout the term of the contract. The prequalified bidder's project manager is responsible for monitoring the customer service provided to City by prequalified bidder's staff, sales and support teams, and employing, as necessary, corrective measures, to ensure that the prequalified bidder will provide and maintain the highest quality of customer service possible during completion of the project(s). Project-specific deliverables and expectations shall be defined on a project-by-project basis, as specified in each ITQ. 8. VOLUME OF WORK TO BE RECEIVED BY BIDDER. No promise of work is given, or should be understood, as a result of a pre-qualification. The City reserves the right to purchase any goods and/or services awarded from any resulting agreement, or another governmental contract, or on an as- needed basis through the City's spot market purchase provisions. 9. STANDARD TERMS AND CONDITIONS. The City's Standard Terms and Conditions for Service Contracts (available at https://www.miamibeachfl.govicity- hall/procurement/standard-terms-and- conditions!) are referenced and incorporated herein. 10. INSURANCE REQUIREMENT. Insurance requirements will be released as part of an addendum. 11. BINDING AGREEMENT. By virtue of submitting an application for the City's consideration, the bidder agrees that the application shall be considered an offer on the part of the bidder, which offer shall be deemed accepted upon approval of bidder's prequalification status by City Manager or City Commission. Further, bidder agrees that, upon approval of the bidder's application by the City Manager or City Commission, a binding Agreement shall be established between the City and the approved contractor. The Agreement shall be comprised of the following documents, and in the following order: First, the Purchase Order issued by the City; then, Second, the signed Contractor Service Order; then, Third, the Invitation to Quote (ITQ) awarded to the vendor; then, Fourth the ITB, including all documents released in connection with the ITB, including all appendixes, whether included herein or released under separate cover. In case of default on the part of the Successful Bidder, after said award, the City may take such action as it deems appropriate, including legal action, for damages or specific performance. bidder w ill provide and m aintain the highest quality of custom er service possible during com pletion of th e p ro je c t(s ). P ro je c t-s p e c ifi c d e liverables and expectations shall be defined on a pro ject-by-pro ject b a sis, as spe cified in each ITO. 8. VOLUME OF WORK TO BE RECEIVED BY BIDDER. No promise of work is given, or should be understood, as a result of a pre-qualification. The City reserves the right to purchase any goods and/or services awarded from any resulting agreement, or another governmental contract, or on an as- needed basis through the City's spot market purchase provisions. 9. STANDARD TERMS AND CONDITIONS. The City's Standard Terms and Conditions for Service Contracts (available at https://www.miamibeachfl.gov/city- hall/procuremenUstandard-terms-and- conditions/) are referenced and incorporated herein. 10. INSURANCE REQUIREMENT. Insurance requirements will be released as part of an addendum. 11. BINDING AGREEMENT. By virtue of submitting an application for the City's consideration, the bidder agrees that the application shall be considered an offer on the part of the bidder, which offer shall be deemed accepted upon approval of bidder's prequalification status by City Manager or City Commission. Further, bidder agrees that, upon approval of the bidder's application by the City Manager or City Commission, a binding Agreement shall be established between the City and the approved contractor. The Agreement shall be comprised of the following documents, and in the following order: the Purchase Order issued by the City; then, the signed Contractor Service Order; then, the Invitation to Quote {ITQ) awarded to the vendor; then, the 1TB, including all documents released in connection with the 1TB, including all appendixes, whether included herein or released under separate cover. In case of default on the part of the Successful Bidder, after said award, the City may take such action as it deems appropriate, including legal action, for damages or specific performance. First, Second, Third, Fourth APPENDIX A Prequalification Application 2020-019-ND Painting (Interior and Exterior) and Waterproofing Services PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 APPENDIX A Prequalification Application 2020-019-ND Painting (Interior and Exterior) and Waterproofing Services PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 e Section 1, SUBMITTAL INSTRUCTIONS. The Prequalification Application will not be considered until it has been submitted completed and executed by a principal of the bidder. Incomplete applications cannot be processed. If requested information is not applicable, please indicate "N/A" or "None. " If answers to questions are lengthier than the spaces that are provided in the application, the answers may be provided on additional pages, which must be attached to the application. All requested documents must also be attached to the application. Failure to attach all requested documents will delay review and approval of the application. Submit one (1) signed original and one (1) electronic copy (e.g., flash drive, CD-ROM) of the applications to: City of Miami Beach Procurement Department 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 The City reserves the right to request clarifications or additional information as deemed necessary to evaluate a bidder's qualifications. When clarifications or additional information is requested by the City, bidder will have three (3) business days to provide, in full, all the requested information. Failure to provide the information within the prescribed time will delay the review process and may result in denial of prequalification. Section 2, DEADLINE FOR SUBMITTAL. There is no deadline for the submittal of applications. However, the initial review of applications shall take place 21 days after issuance of this ITB. Applications submitted after this date will be reviewed periodically on an on-going basis. The City will endeavor to complete the review of each application within 60 days of receipt. [THE REMAINDER OF THIS PAGE IS LEFT INTENTIONALLY BLANK] 1\LA NI Section 1, SUBMITTAL INSTRUCTIONS. The Prequalification Application will not be considered until it has been submitted completed and executed by a principal of the bidder. Incomplete applications cannot be processed. If requested information is not applicable, please indicate "N/A" or "None. " If answers to questions are lengthier than the spaces that are provided in the application, the answers may be provided on additional pages, which must be attached to the application. All requested documents must also be attached to the application. Failure to attach all requested documents will delay review and approval of the application. Submit one (1) signed original and one (1) electronic copy (e.g., flash drive, CD-ROM) of the applications to: City of Miami Beach Procurement Department 1755 Meridian Avenue, 3d Floor Miami Beach, Florida 33139 The City reserves the right to request clarifications or additional information as deemed necessary to evaluate a bidder's qualifications. When clarifications or additional information is requested by the City, bidder will have three (3) business days to provide, in full, all the requested information. Failure to provide the information within the prescribed time will delay the review process and may result in denial of prequalification. Section 2, DEADLINE FOR SUBMITTAL. There is no deadline for the submittal of applications. However, the initial review of applications shall take place 21 days after issuance of this 1TB. Applications submitted after this date will be reviewed periodically on an on-going basis. The City will endeavor to complete the review of each application within 60 days of receipt. [THE REMAINDER OF THIS PAGE IS LEFT INTENTIONALLY BLANK] Part A — General Bidder Information. FIRM NAME: NO. OF YEARS IN BUSINESS: NO. OF YEARS IN BUSINESS LOCALLY: NO. OF EMPLOYEES: OTHER NAME(S) BIDDER 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.: BIDDER IS: CORPORATION / PARTNERSHIP / SOLE PROPRIETORSHIP / OTHER (If other, specify: ) Part A - General Bidder Info rm ation. FIRM NAME: NO. OF YEARS IN BUSINESS: I NO. OF YEARS IN BUSINESS I NO. OF EMPLOYEES: LOCALLY: OTHER NAME(S) BIDDER HAS OPERATED UNDER IN THE LAST 10 YEARS: FIRM PRIMARY ADDRESS (HEADQUARTERS): CITY: STATE: I ZIP CODE: TELEPHONE NO.: TOLL FREE NO.: FAX NO.: FIRM LOCAL ADDRESS: CITY: STATE: I ZIP CODE: PRIMARY ACCOUNT REPRESENTATIVE FOR THIS ENGAGEMENT: ACCOUNT REP TELEPHONE NO.: ACCOUNT REP TOLL FREE NO.: ACCOUNT REP EMAIL: FEDERAL TAX IDENTIFICATION NO.: BIDDER IS: CORPORATION I PARTNERSHIP / SOLE PROPRIETORSHIP / OTHER (If other, specify: ) 1. Provide the names of each owner (stockholder, sole proprietor, and partner), director, or officer of the company, below. Submit additional names on a separate sheet if required. Ownership percentage Directorship/Office type Owner Part B — Operational & Management Information. 2. Provide three (3) clients for which the bidder has provided the referenced services in the last five (5) ears. Project Description of Work Project Reference Name: Email: Telephone: Name: Email: Telephone: Name: Email: Telephone: 3. Is the bidder currently barred ygnvernmental a enc , from bidding as a prime or subcontractor? YES NO If yes, state debarment period and the reason(s) for debarment? 4. Has the bidder or any of its owners, directors, officers, or agents been convicted of a crime or had a claim that was filed in a court and mediated or arbitrated during the last five (5) years? YES NO If yes, why? 5. Is an affiliate of the bidder pre ualified by the Cit of Miami Beach for any work? YES NO If yes, state the name of the affiliate? 1 Part B - Operational & Management Information. 1. Provide the names of each owner (stockholder, sole proprietor, and partner), director, or officer of the bol Subu " ddif l h if "id company, eow. ul mit a itional names on a separate sheet it require. Owner Ownership percentage Directorship/Office type 2. Provide three (3) clients for which the bidder has provided the referenced services in the last five (5) years. Project Description of Work Project Reference Name: Email: Telephone: Name: Email: Telephone: Name: Email: [Telephone: 3. Is the bidder currently barred by a governmental agency, from bidding as a prime or subcontractor? L_J YES L_J NO If yes, state debarment period and the reason(s) for debarment? 4. Has the bidder or any of its owners, directors, officers, or agents been convicted of a crime or had a claim that was filed in a court and mediated or arbitrated during the last five (5) years? t es L Jo I If yes, w hy? 5. Is an affiliate of the bidder plequalited by the cry of ïiami Beach for any work? YES NO If yes, state the name of the affiliate? Company Type of affiliation (parent or subsidiary) Period of affiliation 6. Is the bidder a parent, subsidiar , or holding com an for another company? YES NO If the answer is "yes," identify the company and type of relationship(s), below: 7. Is an owner, director, officer, or a ent of the bidder affiliated with another company? YES NO If the answer is "yes," provide the following information for each individual and the affiliated company. Individual's name Affiliated company's name Period of affiliation Type of affiliation (e.g. officer, director, owner or employee) 8. Is the bidder currently the debtor in a bankruptcy case or file for bankruptcy during the last five (5) years? YES NO If yes, explain and attach, as applicable, the relevant case and court documents, including (but not limited to): the original petition, including the case number and the date that the petition was filed; a copy of the bankruptcy court's discharge order, and any other document that ended the case, if no discharge order was issued. 9. Has any owner, director, officer, or agent for the bidder, or has any business organization in which any such person was an owner, director, officer, or agent filed for or been discharged in bankruptcy within the past five (5) years? YES NO If yes, explain and attach a copy of the discharge order, order confirming plan and if a Corporate Chapter 7 case, a copy of the notice of commencement. 10. Has any owner, director, officer, or agent of the bidder owned or managed a company under any other name in the last five (5) years? YES NO If yes, explain. 6. Is the bidder a parent, subs if iary, r holding corpanyl for another company? YES NO If the answer is "yes," identify the company and type of relationship(s), below: Company Type of affiliation (parent or subsidiary) Period of affiliation 7. Is an owner, director, officer, Ir ager of the bidder affiliated with another company? vs [ o If the answer is "yes," provide the following information for each individual and the affiliated company. Individual's name Affiliated company's name Period of Type of affiliation (e.g. affiliation officer, director, owner or employee) 8. Is the bidder currently the debtor in a bankruptcy case or file for bankruptcy during the last five (5) years? js Jo lf yes, explain and attach, as applicable, the relevant case and court documents, including (but not limited to): the original petition, including the case number and the date that the petition was filed; a copy of the bankruptcy court's discharge order, and any other document that ended the case, if no discharge order was issued. 9. Has any owner, director, officer, or agent for the bidder, or has any business organization in which any such person was an owner, director, officer, or agent filed for or been discharged in bankruptcy within the past five (5) years? I 7vs o If yes, explain and attach a copy of the discharge order, order confirming plan and if a Corporate Chapter 7 case, a copy of the notice of commencement. 1 O. Has any owner, director, officer, or agent of the bidder owned or managed a company under any other name in the last five (5) years? t Jes Jo I If yes, explain. 11. Has the bidder been assessed or paid any fines on any contract during the past five (5) years, whether the project was publicly or privately owned? YES If yes, explain. 12. Are there currently any liens, suits, or judgments of record pending against any owner, director, officer, or agent for the company that is related to the business activities of a business organization? YES NO If yes, explain. 13. Has the bidder or any of its owners, officers, or partners ever been convicted (criminal) or found liable (civil) for making either a false claim or material misre resentation to any public agency or entity? YES NO If yes, explain. 14. Has the bidder or any of its owners, officers, or partners ever been convicted of any a federal or state crime? YES NO If yes, explain. 15. Is any officer, director, employee or agent, or immediate family member (spouse, parent, sibling, and child) of any officer, director, employee or a ent, an employee of the City of Miami Beach? YES NO If yes, state name, title and share of ownershi Share (%) of Ownership NO Name p Title 11. Has the bidder been assessed or paid any fines on any contract during the past five (5) years, whether the project was publicly or privately owned? I Js Jo I If yes, explain. I 12. Are there currently any liens, suits, or judgments of record pending against any owner, director, officer, or agent for the company that is related to the business activities of a business organization? L rs Jo I If yes, explain. 13. Has the bidder or any of its owners, officers, or partners ever been convicted ( criminal) or found liable (civil) for making either a false claim or material mreprerntation to any public agency or entity? []vs o I If yes, explain. 14. Has the bidder or any of its owners, officers, or partners ever been convicted of any a federal or state crime? L vs L o I If yes, explain. 15. Is any officer, director, employee or agent, or immediate family member (spouse, parent, sibling, and child) of any officer, director, employee or Ïgent, 1 an employee of the City of Miami Beach? vs I ]No l id h f hi lf yes, state name, title an si1are or ownersi Ip Name Title Share (%) of Own ership 16. Has the bidder, or any officer, director, employee or agent, 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? YES NO If yes, provide details. 17. Equal Benefits for Employees with Spouses and Employees with Domestic Partners. Purchases hereunder are subject to the requirements of Equal Benefits for Domestic Partners Ordinance 2005-3494 that requires bidders with more than 51 employees and City volume greater than $100,000 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 bidder who works 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 em lo ees? 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 Company Provides for Employees with Spouses Company Provides for Employees with Domestic Partners Company does not Provide Benefit Health Sick Leave Family Medical Leave Bereavement Leave 18. 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 the purchase of goods or services sourced in North Carolina and Mississippi. Are any of the products for which the bidder is seeking to be prequalified sourced in North Carolina or Mississippi? YES NO If yes, which brands. BIDDER AFFIDAVIT The undersigned agrees that s/he: 1) is a principal of the bidder duly authorized to execute the foregoing Contractor Prequalification Certification Application, and that the contents of said document(s) are complete, true, and correct to the best of his/her knowledge and belief; 2) s/ certifies that the application and supporting documents include all of the material information necessary to validate the status of the company for prequalification purposes; 3) s/ shall notify the Procurement Department within fifteen (15) days and provide a notarized statement whenever a change occurs in the ownership, management, or financial condition of 16. Has the bidder, or any officer, director, employee or agent, 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? I vs I Io I If yes, provide details. 17. Equal Benefits for Employees with Spouses and Employees with Domestic Partners. Purchases hereunder are subject to the requirements of Equal Benefits for Domestic Partners Ordinance 2005-3494 that requires bidders with more than 51 employees and City volume greater than $100,000 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 bidder who works 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? t 1res t o 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 e1ploye 1 es? J es o 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 Company Provides Company Provides Company does not for Employees with for Employees with Provide Benefit Spouses Domestic Partners Health Sick Leave Family Medical Leave Bereavement Leave 18. 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 the purchase of goods or services sourced in North Carolina and Mississippi. Are any of the products for which the bidder is seeking to be prequalified sourced in North Carolina or Mississippi? L vs L_ 7o I If yes, which brands. BIDDER AFFIDAVIT The undersigned agrees that s/he: 1) is a principal of the bidder duly authorized to execute the foregoing Contractor Prequalification Certification Application, and that the contents of said document(s) are complete, true, and correct to the best of his/her knowledge and belief; 2) si certifies that the application and supporting documents include all of the material information necessary to validate the status of the company for prequalification purposes; 3) s/ shall notify the Procurement Department within fifteen (15) days and provide a notarized statement whenever a change occurs in the ownership, management, or financial condition of the company. Further, any prequalified contractor, including its principal(s), director(s), and any affiliate, who is a party to any misrepresentation to obtain business or contracts with the City of Miami Beach shall be declared delinquent and have its certificate suspended or revoked and will be subject to debarment and any other penalties prescribed by law. The undersigned affirms that the bidder agrees: 1) to complete and unconditional acceptance of the terms and conditions of this document, inclusive of attachments, exhibits and appendices-; 2) that it has not colluded, nor will collude, with any other bidder; 3) that all information contained herein is part of the public domain as defined by the State of Florida Sunshine and Public Records Laws; 4) that all responses, data and information contained in the bid are true and accurate. Name: Title (must be a principal of the bidder): Signature: Date: [THE REMAINDER OF THIS PAGE IS LEFT INTENTIONALLY BLANK] the company. Further, any prequalified contractor, including its principal(s), director(s), and any affiliate, who is a party to any misrepresentation to obtain business or contracts with the City of Miami Beach shall be declared delinquent and have its certificate suspended or revoked and will be subject to debarment and any other penalties prescribed by law. The undersigned affirms that the bidder agrees: 1) to complete and unconditional acceptance of the terms and conditions of this document, inclusive of attachments, exhibits and appendices-; 2) that it has not colluded, nor will collude, with any other bidder; 3) that all information contained herein is part of the public domain as defined by the State of Florida Sunshine and Public Records Laws; 4) that all responses, data and information contained in the bid are true and accurate. Name: Title (must be a principal of the bidder): Signature: Date: [THE REMAINDER OF THIS PAGE IS LEFT INTENTIONALLY BLANK] APPENDIX B 41 Special Conditions ITB 2020-019-ND For Citywide Painting (Interior and Exterior) and Waterproofing Services PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 APPENDIX B I . s Special Conditions 1TB 2020-019-ND For Citywide Painting {Interior and Exterior) and Waterproofing Services PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 SPECIAL CONDITIONS. 1. LICENSE/CERTIFICATION. Prospective bidder shall hold the adequate license or certification to pull all permits necessary to successfully complete the work. 2. METHOD OF PAYMENT. The City shall provide periodic payments for services rendered by the Contractor. In order for the City to provide payment, the Contractor shall submit a fully documented invoice within thirty (30) calendar days after the service has been rendered. It shall be understood that such invoices shall not be submitted for payment until such time as the service has been completed and a City representative has reviewed and approved the service. 3. GUARANTEE AGAINST DEFECTS. The Contractor shall, in addition to all other guarantees, be responsible for faulty labor and defective material within a period of one (1) year after the date of acceptance of labor and material by the City. Under this guarantee, the Contractor agrees to make good without delay, at its own expense, any failure of any part of the work after the City notifies the Contractor of such deficiencies in writing. Any such repair work shall receive a similar guarantee for a similar period of time. Payment in full for the work does not constitute a waiver of guarantee. 4. USE OF PREMISES. The Contractor shall confine his/her equipment, apparatus, the storage of materials, and the operation of his/her workmen to the limits indicated by law, ordinances, permits, or direction of the authorized City representative, and shall not unreasonably encumber the premises with his/her materials. 5. CLEAN-UP. All unusable materials and debris shall be removed from the site at the end of each workday and disposed of in an appropriate manner. Upon final completion, the Contractor shall thoroughly clean up all areas, as mutually agreed with the City, where work was performed. 6. PERMIT COSTS. The City will only reimburse the Contractor for the cost of the permits. Proof of cost is required. The City will only reimburse for initial review and one resubmission. Costs associated with additional re-submissions will not be reimbursed. Contractor shall not include permit fees on Cost Proposal Form (Appendix E). Permit costs will be charged to the City separately from the unit cost. All licenses required by municipality, governmental agency, or political subdivision shall be obtained by and paid for by the Contractor. Damages, penalties and/or fines imposed on the City or the Contractor for failure to obtain required licenses or permits shall be borne by the Contractor. 7. BACKGROUND CHECKS/CONTRACTOR'S PERSONNEL. 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 attorney's fees) or claims for injury or damages arising out of its failure to comply with this requirement. S P E C IA L C O N D ITIO N S . 1. LI C E NS E/C E R TIFIC A TIO N . Prospective bidder shall hold the adequate license or certification to pull all permits necessary to successfully complete the work. 2. METHOD OF PAYMENT. The City shall provide periodic payments for services rendered by the Contractor. In order for the City to provide payment, the Contractor shall submit a fully documented invoice within thirty (30) calendar days after the service has been rendered. It shall be understood that such invoices shall not be submitted for payment until such time as the service has been completed and a City representative has reviewed and approved the service. 3. GUARANTEE AGAINST DEFECTS. The Contractor shall, in addition to all other guarantees, be responsible for faulty labor and defective material within a period of one (1) year after the date of acceptance of labor and material by the City. Under this guarantee, the Contractor agrees to make good without delay, at its own expense, any failure of any part of the work after the City notifies the Contractor of such deficiencies in writing. Any such repair work shall receive a similar guarantee for a similar period of time. Payment in full for the work does not constitute a waiver of guarantee. 4. USE OF PREMISES. The Contractor shall confine his/her equipment, apparatus, the storage of materials, and the operation of his/her workmen to the limits indicated by law, ordinances, permits, or direction of the authorized City representative, and shall not unreasonably encumber the premises with his/her materials. 5. CLEAN-UP. All unusable materials and debris shall be removed from the site at the end of each workday and disposed of in an appropriate manner. Upon final completion, the Contractor shall thoroughly clean up all areas, as mutually agreed with the City, where work was performed. 6. PERMIT COSTS. The City will only reimburse the Contractor for the cost of the permits. Proof of cost is required. The City will only reimburse for initial review and one resubmission. Costs associated with additional re-submissions will not be reimbursed. Contractor shall not include permit fees on Cost Proposal Form (Appendix E). Permit costs will be charged to the City separately from the unit cost. All licenses required by municipality, governmental agency, or political subdivision shall be obtained by and paid for by the Contractor. Damages, penalties and/or fines imposed on the City or the Contractor for failure to obtain required licenses or permits shall be borne by the Contractor. 7. BACKGROUND CHECKS/CONTRACTOR'S PERSONNEL. The Contractor shall conduct a full criminal background check at its own expense on each of its employees engaged in providing services under this 1TB or any resulting Agreement prior to the commencement of said services. No Contractor employee shall be eligible to perform services, pursuant to this 1TB 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 attorney's fees) or claims for injury or damages arising out of its failure to comply with this requirement. Contractor shall employ personnel competent to perform the work specified herein. The City reserves the right to request the removal of the Contractor's employee's from performing maintenance on the City's grounds where the employee's performance or actions are obviously detrimental to the program. Contractor's personnel must wear photo identification at all times. 8. UNIFORMS. All personnel furnished to the City of Miami Beach must be uniformed. Each employee supplied by the Contractor will wear a uniform bearing the Contractor's name. Uniforms must be provided at the Contractor's expense and may not be charged to the employee or deducted from the employees' paycheck, therefore reducing the hourly pay rate to less than the living wage rate required by this solicitation. 9. MOBILIZATION AND DEMOBILIZATION. It will be the responsibility of the Contractor to cover all costs associated with mobilization and demobilization. Contractor shall include costs for mobilization and demobilization in the unit cost on the Cost Proposal Form (Appendix E). 10. 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 that may be required for execution of the work. In the case of dimensions, field dimensions, etc. it shall be the Contractor's responsibility to field measure, obtain and verify same. 11. 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. Projects awarded pursuant to this ITB shall be limited to these thresholds. Painting and Waterproofing projects exceeding $300,000 may not be awarded pursuant this ITB. 12. LIVING WAGE. The living wage requirement, pursuant to Section 2-408 of the City of Miami Beach Code, is only applicable to routine maintenance services. [THE REMAINDER OF THIS PAGE IS LEFT INTENTIONALLY BLANK] C ontractor shall em ploy personnel com petent to perform the w ork speci fied herein. The C ity reserves the right to request the rem oval of the C ontractor's em ployee's fr om perf orm ing m aintenance on the C ity's grounds w here the em ployee's perf orm ance or actions are obviously detrim ental to the progra m . C ontractor's personnel m ust w ear photo identification at all tim es. 8. UNIFORMS. All personnel furnished to the City of Miami Beach must be uniformed. Each employee supplied by the Contractor will wear a uniform bearing the Contractor's name. Uniforms must be provided at the Contractor's expense and may not be charged to the employee or deducted from the employees' paycheck, therefore reducing the hourly pay rate to less than the living wage rate required by this solicitation. 9. MOBILIZATION AND DEMOBILIZATION. It will be the responsibility of the Contractor to cover all costs associated with mobilization and demobilization. Contractor shall include costs for mobilization and demobilization in the unit cost on the Cost Proposal Form (Appendix E). 10. 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 that may be required for execution of the work. In the case of dimensions, field dimensions, etc. it shall be the Contractor's responsibility to field measure, obtain and verify same. 11. 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. Projects awarded pursuant to this 1TB shall be limited to these thresholds. Painting and Waterproofing projects exceeding $300,000 may not be awarded pursuant this ITB. 12. LIVING WAGE. The living wage requirement, pursuant to Section 2-408 of the City of Miami Beach Code, is only applicable to routine maintenance services. [THE REMAINDER OF THIS PAGE IS LEFT INTENTIONALLY BLANK] MIAMI BEACH PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 www.miamibeachfl.gov ADDENDUM NO. 1 INVITATION TO BID NO, 2020-019-ND PAINTING (INTERIOR AND EXTERIOR) AND WATERPROOFING SERVICES (the "ITB") October 17, 2019 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 (deletions are shown by strikethrough and additions are underlined). I. REVISION: DELETE Section 0100 — General Information & Scope of Work, 10. Insurance Requirement, on page 6 of the ITB, in its entirety and REPLACE with the following: The vendor shall maintain the below required insurance in effect prior to awarding the contract and for the duration of the contract. The maintenance of proper Insurance coverage is a material element of the contract and failure to maintain or renew coverage may be treated as a material breach of the contract, which could result in withholding of payments or termination of the contract. A. Worker's Compensation Insurance for all employees of the vendor as required by Florida Statute 440, and Employer Liability Insurance for bodily injury or disease. B. Commercial General Liability Insurance on an occurrence basis, including products and completed operations, property damage, bodily injury and personal & advertising injury with limits no less than $100,000 per occurrence. C. Automobile Liability Insurance covering any automobile, if vendor has no owned automobiles, then coverage for hired and non-owned automobiles, with limit no less than $100,000 combined per accident for bodily injury and property damage. Additional Insured - City of Miami Beach must be included by endorsement as an additional insured with respect to all liability policies (except Professional Liability and Workers' Compensation) arising out of work or operations performed on behalf of the contractor including materials, parts, or equipment furnished in connection with such work or operations and automobiles owned, leased, hired or borrowed in the form of an endorsement to the contractor's insurance. Notice of Cancellation - Each insurance policy required above shall provide that coverage shall not be cancelled, except with notice to the City of Miami Beach c/o EXIGIS Insurance Compliance Services. Waiver of Subrogation — Vendor agrees to obtain any endorsement that may be necessary to affect the waiver of subrogation on the coverages required. However, this provision applies regardless of whether the City has received a waiver of subrogation endorsement from the insurer. Acceptability of insurers — Insurance must be placed with insurers with a current A.M. Best rating of A:VII or higher. If not rated, exceptions may be made for members of the Florida Insurance Funds (i.e. FWCIGA, FAJUA). Carriers may also be considered if they are licensed and authorized to do insurance business in the State of Florida. 1 ADDENDUM N0.1 INVITATION TO BID NO. 2020-019-ND PAINTING (INTERIOR AND EXTERIOR) AND WATERPROOFING SERVICES M IAM I BEACH PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3d Floor Miami Beach, Florida 33139 www.miamibeachfl.gov ADDENDUM NO. 1 INVITATION TO BID NO. 2020-019-ND PAINTING (INTERIOR AND EXTERIOR) AND WATERPROOFING SERVICES (the "ITB") October 17, 2019 This Addendum to the above-referen ced TB is issued in response to questions from prospective proposers, or other clarifications and revisions issued by the City. The 1TB is amended in the following particulars only (deletions are show n by strikethrough and additions are underlined) .. I. REVISION: DELETE S ection 0100 -- General Inform ation & S cope of W ork, 10. In sur an ce Requirement, on page 6 of the ITB, in its entirety and REPLACE with the following: The vendor shall maintain the below required insurance in effect prior to awarding the contract and for the duration of the contract. The maintenance of proper Insurance coverage is a material element of the contract and failure to m aintain or renew coverage m ay be treated as a material breach of the contract, which could result in w ithholding of paym ents or term ination of the contract. A. W orker's C ompensation Insurance for all employees of the vendor as required by Florida Statute 440, and E m ployer Liability Insurance fo r bodily injury or disease. B . C om m ercial G eneral Li ability Insurance on an occurrence basis, including pro ducts and com pleted operations, pro perty dam age , bodily injury and personal & advertising injury w ith lim its no less tha n $100,000 per occurrence. C. Autom obile Liability Insurance covering any autom obile, if vendor has no ow ned autom obiles, then coverage fo r hired and non-o w ned autom obiles, w ith lim it no less than $100,000 com bined per accident fo r bodily injury and pro perty dam age . Additional Insured • C ity of M iam i B each m ust be included by endorsem ent as an additional insured w ith respect to all liability policies (except Pro fessional Liability and W orkers' C om pensation) arising out of w ork or operations perf orm ed on behalf of the contract or including m aterials, parts, or equipm ent furn ished in connect ion w ith such w ork or opera tions and autom obiles ow ned, leased, hire d o r borro w ed in the fo rm of an endorsem ent to the contract or's insurance. Notice of Cancellation - E ach insurance policy require d above shall provide that coverage shall not be cancelled, except w ith notice to the C ity of M iam i Beach c/o EXI GI S Insurance C om pliance Services. Waiver of Subrogation - V en dor agrees to obtain any endorsem ent that m ay be necessary to affect the w aiver of subro gation on the coverages requ ired. H ow ever, this pro vision applies regardless of w hether the C ity has re ceived a w aiver of subro gation endorsem ent from the insurer. Acceptability of Insurers - Insurance m ust be placed w ith insurers w ith a current A .M . B est ra ting of A:V II or higher. If not rated, exceptions m ay be m ade fo r m em bers of the Florida Insurance Funds (i.e. FW CIG A, FA JU A ). C arriers m ay al so be con sider e d if th ey are lic en sed an d auth orized to do insuran ce busine ss in the S tate of Florida. 1 ADDENDUM NO. 1 INVITATION TO BID NO. 2020-019-ND PAINTING (INTERIOR AND EXTERIOR) AND WATERPROOFING SERVICES MIAMI BEACH PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 www.miamibeachfl,gov Verification of Coverage — Contractor shall furnish the City with original certificates and amendatory endorsements, or copies of the applicable insurance language, effecting coverage required by this contract. All certificates and endorsements are to be received and approved by the City before work commences. However, failure to obtain the required documents prior to the work beginning shall not waive the Contractor's obligation to provide them. The City reserves the right to require complete, certified copies of all required insurance policies, including endorsements, required by these specifications, at any time. CERTIFICATE HOLDER MUST READ: CITY OF MIAMI BEACH c/o EXIGIS Insurance Compliance Services P.O. Box 4668 — ECM #35050 New York, NY 10163-4668 Kindly submit all certificates of insurance, endorsements, exemption letters to our servicing agent, EXIGIS, at: Certificates-miamibeach@riskworks.com Special Risks or Circumstances - The City of Miami Beach reserves the right to modify these requirements, including limits, based on the nature of the risk, prior experience, insurer, coverage, or other special circumstances. Compliance with the foregoing requirements shall not relieve the vendor of his liability and obligation under this section or under any other section of this agreement. 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@miamibeachfl.gov Contact: Telephone: Email: Natalia Delgado 305-673-7000 ext. 6263 nataliadelgado@miamibeachfl.gov Proposers are reminded to acknowledge receipt of this addendum as part of your ITB submission. ex Denis TO ment Director 2 ADDENDUM NO. 1 INVITATION TO BID NO. 2019-109-ND PAINTING (INTERIOR AND EXTERIOR) AND WATERPROOFING SERVICES M IA M I BEACH PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 34 Floor Miami Beach, Florida 33139 www.miamibeachfl.gov Verification of Coverage - Contractor shall furnish the City with original certificates and amendatory endorsements, or copies of the applicable insurance language, effecting coverage required by this contract. All certificates and endorsements are to be received and approved by the City before work commences. However, failure to obtain the required documents prior to the work beginning shall not waive the Contractor's obligation to provide them. The City reserves the right to require complete, certified copies of all required insurance policies, including endorsements, required by these specifications, at any time. CERTIFICATE HOLDER MUST READ: CITY OF M IAM I BEACH clo EXI GI S Insurance Compliance Services P.O . Box 4668-ECM #35050 New York, NY 10 163-4668 Kindly submit all certificates of insurance, endorsements, exemption letters to our servicing agent, EXIG IS, at: Certificates-miam ibe ach @r iskw ork s.com Special Risks or Circumstances • The City of M iami Beach reserves the right to m odify these requirements, including limits, based on the nature of the risk, prior experience, insurer, coverage, or other special circumstances. Com pliance with the fore going requirements shall not relieve the vendor of his liability and obligation under this section or under any other section of this agreement. Any questions regarding this Addendum should be submitted in writing to the Procurement M anagement Department to the attention of the individual named below, with a copy to the City Clerk's Office at RafaelGranado@ miamibeachfl.gov Contact: Natalia Del ado Telephone: 305-673-7000 ext. 6263 m iamibeachfl. ov Pro posers are reminded to acknowledge receipt of this addendum as part of your 1TB submission. irector 2 ADDENDUM NO. 1 INVITATION TO BID NO. 2019-109-ND PAINTING (INTERIOR AND EXTERIOR) AND WATERPROOFING SERVICES ATTACHMENT C CONSULTANTS RESPONSE TO THE (ITB) A TT A C H M E N T C CO N SU LTA N T S RES PO N SE T O TH E (ITB ) APPENDIX A P equalification Application 2020-019-ND Painting (Interior and Exterior) and Waterproofing Services PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd How Miami Beach, Florida 33139 A P P E N D IX A Pr:qualification Application 2020 019-ND Painting (Interior and Exterior) and Waterproofing Services PR OCUREMENT DEPARTMENT 1755 Meridian Avenue. 3rd Floor Miami Beach, Florida 33139 Part A — General Bidder Information. Erldirt LLc. I FIRM NAIVE' a31a6 Ronda NiA TaL FREE ND: iPY NCB. NO. OF YEARS ttl BUSA<ESS' NO. OF YE 35 yews i LOCALLY: OTHER NAME(S1 BIDDER HAS OPERATED UNV-...R IN THE LAST SO YEARS FM,.1 PRIMARY ADORE ;HEADOUARTERSI, Inn SW lath C; #104 ZIP CCOE E EMPtOYEIS N/A $OIE PROPRIETDRERIP i X OTHER OW. sperm , CORPORATION I 786.547•7078 ACCOUNT REP TOLL FREE NO:. ACMPIT REP EMAIL. riEDERk TAA IDENTIEZATJaN 4B-1683744 DP CODE:, PR WARY ACCOVer REPRESENTATIVE FOR THIS ST • David Chiro4e ACCCiNT REP TELEPtIONE NIA dt 0'4g-it:Ado% coal Part A - General Bidder Information. 12371 SW 128# C #10A mv. 1 z coE TOLL FREE NO: N/A {A NO N NA NA N/ 1z COE A David Chirole NA ACCOUNT REP EMA# b i föx iösñiriö o. 46-1683744 /0£ I$ CORPORATION Luc Project ence Restoration, Mold ret adiat. tl 'Tsfvfoefe! s. t:fffne LiX,..1 Ad 22,4Z: 4. Provide three (3) clients for which the bidder has provided the referenced services in the last five (5) years, ity of Miami Beach a I Maid romethation,watarproofing. atirfaP-mertlasOmfarnits4ac.fltgov Vanderbilt properties orkspace Properties Restoration.Painling.drywae d farrediation,watetprooling qt-,a-tf ‘..f05-275- 1134 3AsAf 44.30tarvetz err arldenktwAscaten;reperly CDA1 ,,Tstpers 9 4t0, e x" t Kfraff rfintsrfaz•e>nnathandotoc>r, idder currE ratty barred a eovemnnentat agency,. from bidding as a prime or subcontractor? YES pLi NO statede r rent d th e for deba N/A Part B— Operational & Management information. 1. Provtdo the names of each owner (stockholder, sole proprietor, and partner), director, or officer of the ooppany, below. Submit additional names on a separate sheet if required, Owner Ownership percentage I DirectorshiltTaffice type 1 .,. „„„ ,.......„ 100% Solo Owner / MGRm ___„,.... . N/A ;N/A :NIA .,„. N/A 4. bidder or any of its owners, directors, officers, or agents been convICted of a on ar had a Maim court and mediated or arb4rated dunng the last five (5) years? ET YES NO If yes, wh NIA 5, is an affiiliate of bidder r:aqualted by the Cit of Miami any ork? x I YES 0 w state the name. of W.? Endirt Restoration David Chirole Part B- Operational & Management Information. 1. Provide the nam es of ea ch owner (stockholder, sol e proprietor, and partner), director, or officer of the company, bel ow. Submit additional names on a separate sheet if required.... OT@ [ Ownership percentage } Directorship/Office type David Chirole NIA N/A 100% Sol o Owner M GRM NIA j ............... { NIA ¡ ·-------------------··' 2. Provide three (3) clients for which the bidder has provided the referenced services in the last five (5) years. Project T City of Miami Beach Restoration, Painting. dryw all, Mold remediation, waterproofing. Vanderbilt properties Workspace Properties Restoration, Painting. drywwat. Mold remediation,waterproofing [ Project Reference #are Adran Morales Je Herrare.z Era erande±gewor'spaepnspeerty es 3. ls the bidder cur ren tly bar re d by a from bidding as a prime or subcontractor? NO lf yes, state debarment period and the reason(s) for d ebarm ent? N/A 4. Has the bidder or any of its owners, dire ctors , officers, ot ag ents been co nvicted of a crime or had a claim that was filed in a cour t and mediated or arbitrated durin g the last five (5) ye ars? [ {YES NO I Wyn, wh y? NIA 5. Is an affiliate of the bidder of Miami Beach for any work? NO lf yes, state the name of the affiliate? Endirt Restoration N/A-- - N/A N/A 6. is the bidder a parent, subs ry, or hoiding corn rf}r for another company? YES X J NO If the answer is "yes," identify the company and type of relationship(s), below: 1N/A N/A N/A , T. is an owner, director, officer. Type of affiliation (parent or subsidiary) i Period of affittation___, IN/A IN/A of the bidder affiliated l'ner company? YES E)5,„.„J if the answer is "yes," provide the following information for each individual and the affiliated company. Individual's name Affi led N/A _ NIA NIA Period of Type of afftliatii affiliation officer, director, owner or employee) rV A N/A 'N/A N/A A N/A 8. Is the bidder currently the debtor in a bankruptcy case or ffe for bankruptcy during the last five (5) 0 if yes, explain and attach, as applicable, the relevant case and court documents, including (but not limited to): the original petition, including the case number and the date that the petition was filed; a copy of the bankruptcy courts discharge order, and any other document that ended the case, if no 1 discharge order was issued. IN/A 9. Has any owner, director, officer, or agent for the bidder, or has any business organization in any such person was an owner, director, olticer, or agent filed for or been discharged in bankruptcy wi past five (5) years? YES x NO plain and attach a copy of the discharge order, order confirming confirmin plan a copy of the notice of commencement. N/A If t 10. Has any owner, director, officer, or agent of the bidder owned or managed piny under any other name in the last five (5) years? 1-1 YES F.x-1 NO yes, x a' WA YES 6 . Is th e bi dd er a parent, subsi or holding for anot her company? /Y ES NO If the answer is "yes," identify the company and type of relationsh ip(s), below: r co-a 1 Tye ofaffilaion (aremit or subsidiary) /NIA /NIA NA_ [NA NIA [NIA NIA Period of affiliation , ~.,,.,.....,_.~-1, NIA 7. is an owner, director, officer, or ofthe coos with another company? YES NO If the answer is "yes," provide the following information for each individual and the affiliated company. Period of! Type of affiliation (e.g. affiliation' officer, director, owner or i---------~~····+-----------~·--i-. employee) NIA /NA NA [N" NA ]" [NA /N/A NIA /NIA /NIA /NIA Individual's name 8. Is the bidder currently the debtor in a bankruptcy a s s u e for bankruptcy during the last five (5) years? [ 3Yes No lf yes, explain and attach, as app lica ble, the relevant case an d court documents, including (but not limited to): the original petition, inc luding the case number and the date tha t the petition was file d; a copy of th e bankruptcy court's disch arge or der , and any other document that end ed the case, if no discha rge order was issued NIA 9. Has any owner, director, officer, or agent for the bidder, or has any business organization in which any such person was an owner, officer, or filed for or been discharged in bankruptcy within the past five (5) years? YES g 7o lf yes, explain and attach a copy of the discharge order, order confirming plan and if a Corporate Chapter 7 case, a copy of the notice of commencement. NA 10, Has any owner, director, officer, or agent of the bidder owned or managed a company under any other name in the last five (5) years? YES NO I It yes, explain. NA 11. Has the bidder been assessed or paid any lines on any contract during the past five (5) years, whether the ptoject was publicly or privately owned? YES )= NO I If yes, explain. NIA 12. Are there currenity any liens, suits, or judgments of record pending against any owner, director, officer, or agent for the company that is related to the business activities of a business organization? YES x j NO If yes, explain. N/A 13. Has the bidder or any of its owners, officers, or partners ever been convicted (criminal) or found liable (CA) for making either a false claim rp or material mistsntation to any public agency or entity? 1 YES NO If yes, explain. N/A 14, Has the bidder or any of its owners, officers, or partners ever been convicted of any a federal or state crime YES NO ri If s, explain. 15.1s any officer, director, employee or agent, or immediate family memo sibftng, and child) of any officer, director, employee or agent, an employee of the City of Miami 11 YES NO If yes, state name, tttle and share of ownership Name i Title Share (%) of Owrtersiti IN/A _1N/A N/A INA NIA i NIA I NIA 1 AttA NIA 11. Has the bidder been assessed or paid any fines on any contract during the past five (5) years, whether the project was pub licly or privatel y owned? yrs E Jo NIA 12. Are there currently any liens, suits, or judgments of record pen di ng against any owner, director, officer, or agent tor the company that is related to the business activities of a business organization? 7s G 7o j ""'· e,plaln, N'A 13. Has the bidder or any of its owners, offi cer s , or partners ever been convicted (criminal) or foun d liable (civil) for making either a false claim or material mi: " to any public agency or entity? Jvs 14. Has the bidder or any of its owners, officers, or partners ever been convicted of any a fed eral or state crime? l jYEs 5 Jo NIA 15. Is any officer , director, emp loyee or ag ent, or imme diate family member (spouse, parent, sibling, and chdd) of any officer, director, employee or an employee of the City of Miami Beach? Jo lf yes, state name , title and sh are of ownership Name Title Shar e () of Own ership N/ NIA N/A N/A N/A NIA Ni4A N/A NIA 16. Has the bidder, or any officer, director, emp o r agent, contributed to the campaign either directly or indirectly, of a candidate who has a'n etc to the office of Mayor or City Commissioner for the City of Miami Beach? YES [K-1 NO lif yes, provide dela ifs. NIA -1 17. Equal Benefits for Employees with Spouses and Employees with Domestic Partners. Purchases hereunder are sublect to the requirements of Equal Benefits for Domestic Partners Ordinance 2005-3464 that requires bidders with more than 51 employees and City volume greater than 3100,000 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 bidder who works within the City limits of the City of Miami Beach, Florida: and the Contractors 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 on offer access to any benefits to employees with spouses or to spouses of emoeyees? J YES NO B. Does your company provide or of4er .access to any benefits to ernp4ees 'with (same or opposite sew) ederrestc partners* or to domestic partners of em , i122t1 s? 17 1 YES NO C. Please checg all benefits that apply to your answers above and list in the tether section any additional benetts not alteacy specified, Note: some benefits ara provided to errooyees because they hare a spouse o, domestic partner, such as bereauernent leave; other benefits are provided directly to the spouse or domestic: pattnet, such ae medical it)SUraft.. BENEFIT Company Provides fa Employees with Sties Company Provides for Employees with DornesttoPaithe Company . „ __ , _ Health i x Sick leave ix X ,. X .. -...4 Farm Leas Medical Lea .,,x ... _,, t t Bereavement Leave ix X .._i 18. 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 the purchase of goods or services sourced in North Careiina and Mississippt. Are any of the products for which the bidder is seeking to be prequatified sourmt in North Carc!ina or Mississ4i? r I YES ix 1 Na if yes, which brands. NIA giPP4RAFes!), vrr The undersigned agrees that dire: 1) is a principal of the bidder duly authorized to execute the foregoing Contractor Preoualification Certification Application, and that the contents of said doioarwt(s) are complete, rue, and correct to the best of histher knowledge and belief, 2) st certifies that the application and supporting documents include all of the material information necessary to validate the status of the company for preoualification purposes; 3) sl shall notify the Procurement Department ,svithin fifteen (15) days and provide a notarized statement whenever a change occurs in the ownership, management, or financial condition, of 16. Has the bid der, or any officer , director, employee or agent, contributed to the cam pai gn either directly ot indirectly, of a candidate who has been elected to the office of Mayor or City Commissioner for the City ot Miami Beach? YES NO 11! , ... p ... ~ •....... hooooiii,,, NIA 17. Equal Benefits for Employees with Spouses and Employees with Domestic Partners. Purchases hereunder are subject to the requirements of Equal Benefits for Domestic Partners Ordinance 2005-3494 that requires bidders with more than 51 employees and City volume greater than $100,000 to provide "Equal Benefits' to their employees with domestic partners, as they provide to employees with sp ouses. The Ordinance applies to all employees of a bidder who works within the City limits of the City of Miami Forida; 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 comp an y provide or ofter access to any ben efits to employees with spouses or to spouses of YES NO B. Des your company provide or offer access to any benefits to employees with (same or opposite sex} domestic partners " or to domestic partners of a 7vs C. Pease check al benefits that apply to your answers above and list in the 'other' section any additional tenefts not specified. Note: some benefits are provi ded to em ployees because they have a spouse or domestic partner, such as bereavement leave; other benefits are to the spouse or domestic partner such as medical insurance BENE FIT Company Provides { Company Provi des Company does not tor Employees with } or Employees with Provide Benefit Souse s } Dome stic Partner s x x x x 18. 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 the of goods or services sourced in Norn Caroiina and Mississippi. Ate any of the products for bidder is to be prequaled sourced in North Carlina or Missi ssipi ? NO I ",.s. whieh hnmds. NVA I0DER AFFIDAII The undersigned agrees that s/he: 1) is a principal of the bidder duly authorized to execute the foregoing Contractor Prequalification Certification Application, and that the contents of said document(s) are complete, true, and correct to the best of his/her knowledge and belief, 2) s certifies that the application and supporting do cum en ts include al of the material information nece ssary to validate the status of the company for prequalification purposes; 3) s' shall notify the Procurement Department within fifteen (15) days and provide a notarized statement whenever a change occurs in the ownership, m anagem ent, or fin ancial condition of [ Idle (must be a principal of the :. Owne bate: the company. Further, any prequalified contractor. including its principal(s), director(s), and any affiliate, who is a party to any misrepresentation to obtain business or contracts with the City of Miami Beath shalt be declared delinquent and have its certificate suspended or revoked and wilt be subject to debarment and any other penalties prescribed by law. The undersigned affirms that the bidder agrees: 1) to complete and unconditional acceptance of the terms and conditions of this cidoument, inclusive of attachments, exhibits and appendices-, 2) that it has not colluded, nor will collude, with any other bidder, 3) that all information contained herein is part of the public domain as defined by the State of Florida Sunshine and Public Records Laws*, 4) that all responses, data and information contained in the bid are true and accurate. [THE REMAINDER OF THIS PAGE IS LEFT INTENTIONALLY BLANK] the company. Further, any prequalified contractor, including its principals), direct or(s), and any affiliate, who is a party to an y misrep resen tation to obtain busin ess or contracts with th e City of Miami Be ach shal l be declared delinquent and have its certificate suspended or revoked and will be subject to debarment and any other penalties prescribed by law. The undersigned affirms that the bidder agrees; 1) to complete and unconditional acceptance of the terms and conditions of this document, inclusive of attachments, exhibits and appendices; 2) that it has not colluded, nor will collude, with any other bidder, 3) that all information contained herein is pant of the public domain as defined by th e State of Florida Sunshine and Public Records Laws; 4) that al responses, data and information contained in the bi d are true and accur ate. 0avid Chirol e Signatt Tile (must be a principal of the bidder) QOwnet Date: e [T HE REMAINDER OF THIS PAGE IS LEFT INTE N TI ON AL LY BLA NK ] ACT Orrod i 1/4t riot: ruLt s ja /305, 27p.7 /Div:1E4'44 t_d_51A9dinsura corn ..—..---- iNSUSCRINAFFOOrssescoveRAat arston Instiraroo AssL?ti. aged JrtdustrTs I ompany on Insurance M/ER F REVISION NUMB ER: ales In 72 St Suite A-120 ErDin LLC 12371 SW 128th Ces.trI 164 Mm COVERAGES CERT F ATE N Ft. :i3I86 R: /*CORD CERTIFICATE OF LABILITY INSURANCE TttIS CERTIFICATE IS ISSUED AS A MATTER OF INFORbIATION ONLY AND CONFERS 0 RIGHTS UPON THE CE Fl AT CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER COVERAGE AFF R BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURE/44 AU REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER, PORTANT: It the certificate holder is an ADDITIONAL BROGATION IS WAIVED. subject to the 'terms and conditions °AMC...Ito does rtcai canter ric IRS to the certittcate a p usk hwo ,tDDITIONAL INSURED p at be endorsed., this polity, certain policies may require an endorsement A statement en onderseme THIS IS TI TEST 1'PIE t UIJCtt 3 OF INdSURANCE L INDICATED ROTWITHSTAND EMENT, TERM Y CONTRACT Oh' OTNEt CERTIFtCATE MAY SE ISSUED OR MAY TAIN THE INSURANCE AFFORDED Y EXCLUSIONS AND CONDITIONS 'CIES LIMOS SHOWN MAY HAVE Y PA AIlv1 FOR THE Y DOCUMENT WI rH RESPECT TO 0 N Ei IS E TO THE ItsSNi lit 71:1:r T 0 MI OF IttrustAp(ce ik.,icY kitOsigER „ , i ."' I X COMMEACIAL cepiravo. ukapare k CSAPANIF . (X iik X A 04M7/2019 , 0910720 ....KNO...g§. EAr9{ eX:CA13R.F1KE 6 t ,OCkl.(300 . blitiXtUIVNERTO 1,,K1secr2IP.I„ . ::.09: 090 „” YYT 0.!!,,n171.,... 6'...f!) , ...„... N, t KW .etrA? ,1.EIO ,000 AGGACE.GA 1 t 2,000,000 I c:,,F141- Ar,OA Ec,A7E ,,,mil AppuEs pEk K.! POCKY L j .,,,. ,,c , OMER.. .0.??..,- 99 r ,t INNCL.UDED Me All ro O VIMa t..,.1 ApTOS 0/41.7 Avrds 044.Y tffl Aircomtmoo LIAirany , 0::11.11LAtuvEv..Li 1.4.vr xttYLy tU /JAY par par ,K4- '5. 1 1 UM:0.Y IN MK'? rAar 041.144111#14 1 { rgtoX-SIVOCAbiar — -- -4----- ,..1P,If Ic0016* I S 1 1 ' AtiskalLA LAS LAB i LicAtENCe 18 t..,...±...LA :f _ , ., , fa; i Ssoltri $ ;WORMitt COUPLOSAPOR D EUPLOYERS' LIAlitlf77 17W7FR.ZTO6LPARTXER-EXEGtif S ICIVRIAELMER Ent.LICPCP _.1- , A 66 5.F AWCII29138 y ; 1 19 05/15/20 , 'StIt dm: .,. AC ACkdIENT 'ttS,ItlO • - I ':. t.447‘ Centraccurs PoiSut(or Labiaty tr: u - Fc ' Y N CPLMO IT 1253 05T171 T5> CWO7t2C2i) z tit; TION OF OPERA L 7 1 dl Gtr cat I~I3dIrrSt 13eati IS an adrfltrtsrtai easdltt d ! Lietailrty CE ICATE HOLDER CANCEL ION City oIMJanto Reach 700 Convey Mfarrji eutt FL 33139 SHOULD ANY TitE ABOVE DEiCRIDED POLECiE4 OF CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL FE DELIVERED 10 ACCORDANCE WITH THE POLP:..Y PROVISIONS 0 1988-2015 ACORD CORPORATION. Alt ht6 r red. ACORO 25 (2016033) The ACORD name and logo are registered marks of ACORD Ac6}y C ERTI FI C A T E O F LI AB I L ITY INS U RAN CE awwwow 10821/2019 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIS BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER. AND THE CERTIFICATE HOLDER MPORTANT: tf the certificate holder is an ADDITIONAL INSURED, the policy4es) must have ADDITIONAL INSURED provisions or be endorsed. I SU8ROGATION IS WAIVED, subject to the terms and conditions ot the policy, certain may require an endorsement. A statement on this certifica te do es not con fer right s to the certificate holder in tieu of such endor9fem".{ PO E R David G Sr G & Associ ates insurance 9485 SW 72 S!Suite A-120 Eno LC 12371 SW 128h Court 104 • Associated Idustries #sarane Company vat&gt4% }n%gut8fç ...oo«... FL 33 186 COVERAGES CERTIFICATE NUMBER: AWC1129138 05/152019 Coo tract«r s Po#ut on Liatitty Y N CPLMOL101253 { 09/07/2019 09/0 7/2020 i ESCRAP TN'AN OF OPERA TAN$ # LO¢4 TN0#$ / VE+A ES {4MD t0$., 46di rat Kem arks Sena ute. may ta ataet4 it ore $awe ts rseurest City of Miami 8each is an additional insured with regard to Genera! Liability wten tequired by written contract. CERT IFI CAT E HOL DER CANCELLATION 17D0 Convention Center Drive Mu.an# Beat SHOULD ANY OF THE ABOVE OE8CRIED POLICES E TH EXPIRATION DATE THEREOF, NOTICE wL ACCORDANCE WITH THE POLUCY PROS#ON$ €0 1988-2015 ACORD CORPORATION. All righ ts reserved Th e ACORD a me and logo are registered marks of ACORD ATTACHMENT D INSURANCE REQUIREMENTS ATTACHMENT D INSURANCE REQUIREMENTS • MIAMIBEACH PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 www.miamibeachfl.gov ADDENDUM NO. 1 INVITATION TO BID NO. 2020-019-ND PAINTING (INTERIOR AND EXTERIOR) AND WATERPROOFING SERVICES (the "ITB") October 17, 2019 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 (deletions are shown by strikethrough and additions are underlined). . I. REVISION: DELETE Section 0100 — General Information & Scope of Work, 10. Insurance Requirement, on page 6 of the ITB, in its entirety and REPLACE with the following: The vendor shall maintain the below required insurance in effect prior to awarding the contract and for the duration of the contract. The maintenance of proper insurance coverage is a material element of the contract and failure to maintain or renew coverage may be treated as a material breach of the contract, which could result in withholding of payments or termination of the contract. A. Worker's Compensation Insurance for all employees of the vendor as required by Florida Statute 440, and Employer Liability Insurance for bodily injury or disease. B. Commercial General Liability Insurance on an occurrence basis, including products and completed operations, property damage, bodily injury and personal & advertising injury with limits no less than $100,000 per occurrence. C. Automobile Liability Insurance covering any automobile, if vendor has no owned automobiles, then coverage for hired and non-owned automobiles, with limit no less than $100,000 combined per accident for bodily injury and property damage. Additional Insured - City of Miami Beach must be included by endorsement as an additional insured with respect to all liability policies (except Professional Liability and Workers' Compensation) arising out of work or operations performed on behalf of the contractor including materials, parts, or equipment furnished in connection with such work or operations and automobiles owned, leased, hired or borrowed in the form of an endorsement to the contractor's insurance. Notice of Cancellation - Each insurance policy required above shall provide that coverage shall not be cancelled, except with notice to the City of Miami Beach do EXIGIS Insurance Compliance Services, Waiver of Subrogation — Vendor agrees to obtain any endorsement that may be necessary to affect the waiver of subrogation on the coverages required. However, this provision applies regardless of whether the City has received a waiver of subrogation endorsement from the insurer. Acceptability of Insurers — Insurance must be placed with insurers with a current A.M. Best rating of A:VII or higher. If not rated, exceptions may be made for members of the Florida Insurance Funds (i.e. FWCIGA, FAJUA). Carriers may also be considered if they are licensed and authorized to do insurance business in the State of Florida. 1 ADDENDUM NO. 1 INVITATION TO BID NO. 2020-019-ND PAINTING (INTERIOR AND EXTERIOR) AND WATERPROOFING SERVICES M IA M I BEACH PRO CUREMENT DEPAR TM ENT 1755 Meridian Avenue, 3d Floor Miami Beach, Florida 33139 www.miamibeachfl.gov ADDENDUM NO. 1 INVITATION TO BID NO. 2020-019-ND PAINTING (INTERIOR AND EXTERIOR) AND WATERPROOFING SERVICES (the "ITS") October 17, 2019 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 1TB is amended in the following particulars only (deletions are shown by strikethrough and additions are underlined). I. REVISION: DELETE Section 0100 - General Information & Scope of Work, 10. Insurance Requirement, on page 6 of the 1TB , in its entirety and REPLACE with the following: The vendor shall maintain the below required insurance in effect prior to awarding the contract and for the duration of the contract. The maintenance of proper insurance coverage is a material element of the contract and failure to maintain or renew coverage may be treated as a material breach of the contract, which could result in withholding of payments or termination of the contract. A. Worker's Compensation Insurance for all employees of the vendor as required by Florida Statute 440, and Employer Liability Insurance for bodily injury or disease. B. Commercial General Liability Insurance on an occurrence basis, including products and completed operations, property damage, bodily injury and personal & advertising injury with limits no less than $100,000 per occurrence. C. Automobile Liability Insurance covering any automobile, if vendor has no owned automobiles, then coverage for hired and non-owned automobiles, with limit no less than $100,000 combined per accident for bodily injury and property damage. Additional Insured • City of Miami Beach must be included by endorsement as an additional insured with respect to all liability policies (except Professional Liability and Workers' Compensation) arising out of work or operations performed on behalf of the contractor including materials, parts, or equipment furnished in connection with such work or operations and automobiles owned, leased, hired or borrowed in the form of an endorsement to the contractor's insurance. Notice of Cancellation - Each insurance policy required above shall provide that coverage shall not be cancelled, except with notice to the City of Miami Beach clo EXIGIS Insurance Compliance Services. Waiver of Subrogation - Vendor agrees to obtain any endorsement that may be necessary to affect the waiver of subrogation on the coverages required. However, this provision applies regardless of whether the City has received a waiver of subrogation endorsement from the insurer. Acceptability of Insurers - Insurance must be placed with insurers with a current AM. Best rating of A:VII or higher. If not rated, exceptions may be m ade for m embers of the Florida Insurance Fund s (i.e. FW CIG A, FAJUA). Carriers m ay also be considered if they are licensed and authorized to do insurance business in the State of Florida. 1 ADDENDUM NO. 1 INVITATION TO BID NO, 2020-019-ND PAINTING (INTERIOR AND EXTERIOR) AND WATERPROOFING SERVICES ment Director MIAMIBEACH PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 www.miamibeachfl.gov Verification of Coverage — Contractor shall furnish the City with original certificates and amendatory endorsements, or copies of the applicable insurance language, effecting coverage required by this contract. All certificates and endorsements are to be received and approved by the City before work commences. However, failure to obtain the required documents prior to the work beginning shall not waive the Contractor's obligation to provide them. The City reserves the right to require complete, certified copies of all required insurance policies, including endorsements, required by these specifications, at any time. CERTIFICATE HOLDER MUST READ: CITY OF MIAMI BEACH do EXIGIS Insurance Compliance Services P.O. Box 4668 — ECM #35050 New York, NY 10163-4668 Kindly submit all certificates of insurance, endorsements, exemption letters to our servicing agent, EXIGIS, at: Certificates-miamibeachriskworks.com Special Risks or Circumstances - The City of Miami Beach reserves the right to modify these requirements, including limits, based on the nature of the risk, prior experience, insurer, coverage, or other special circumstances. Compliance with the foregoing requirements shall not relieve the vendor of his liability and obligation under this section or under any other section of this agreement. 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@miamibeachfLgov Contact: Telephone: Email: Natalia Delgado 305-673-7000 ext. 6263 nataliadelgado@miamibeachfl,gov 1 Proposers are reminded to acknowledge receipt of this addendum as part of your ITB submission. Sincerely, 2 ADDENDUM NO. 1 INVITATION TO BID NO. 2019-109-ND PAINTING (INTERIOR AND EXTERIOR) AND WATERPROOFING SERVICES MIAMIBEACH PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 34 Floor Miami Beach, Florida 33139 ww w.miamibeachfl.gov Verification of Coverage - Contractor shall furnish the City with original certificates and amendatory endorsements, or copies of the applicable insurance language, effecting coverage required by this contract. All certificates and endorsements are to be received and approved by the City before work commences. However, failure to obtain the required documents prior to the work beginning shall not waive the Contractor's obligation to provide them. The City reserves the right to require complete, certified copies of all required insurance policies, including endorsements, required by these specifications, at any time. CERTIFICATE HOLDER MUST READ: CITY OF MIAMI BEACH clo EXIGIS Insurance Compliance Services P.O. Box 4668 -ECM #35050 New York, NY 10163-4668 Kindly submit all certificates of insurance, endorsements, exemption letters to our servicing agent, EXIGIS, at: Certificates-miamibeach@riskyorks.com Special Risks or Circumstances - The City of Miami Beach reserves the right to modify these requirements, including limits, based on the nature of the risk, prior experience, insurer, coverage, or other special circumstances. Compliance with the foregoing requirements shall not relieve the vendor of his liability and obligation under this section or under any other section of this agreement. 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@miamibeachfl.gov Contact: Natalia Del ado Telephone: 305-673-7000 ext. 6263 miamibeachfl. ov Proposers are reminded to acknowledge receipt of this addendum as part of your 1TB submission. Sincerely, Alex hr )irector 2 ADDENDUM NO. 1 INVITATION TO BID NO. 2019-109-ND PAINTING (INTERIOR AND EXTERIOR) AND WATERPROOFING SERVICES