Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
ITB-20-019-04 Government Business Development LLC
enis 'rector Procurement Department CONTRACT NO. 20-019-04 MIAMIBEACH City of Miami Beach, 1755 Meridian Avenue, 3 , Floor, Miami Beach, Florida 33139, vvv,v.miamibeachfl,gov PROCUREMENT DEPARTMENT Tel: 305-673-749Q Fax: 786-394-4235 SENT VIA E-MAIL TO: eyellpl@aol,com March 6, 2020 Evelio Ley Government Business Development L.L.C. 9000 SW 56 Street Miami, FL. 33165 Phone: 305-546-2655 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. Ley: On October 25, 2019, Government Business Development L.L.C., (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 VaterieVelezRmiarnibeachfi.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 AdriahMoralesgmiamibeachfl.qov or (305) 673-7000 ext. 2932. AD/ME/AG r' (:ominitled s i;ctety 'i1; by C O N T R A C T N O . 20 -0 19 -0 4 MIAMI BEACH City of Miam i Beach, 1755 Meridian Avenue, 3¢ Floor, Miami Beach , Florida 33139, w ww.mi amibe achf\.gov PROCUREMENT DEPARTMENT Tel: 305-673-7490, Fax:. 786-394-4235 S E N T V IA E -M A IL T O : eveliol @aol.com March 6, 2020 E velio Ley G overn m ent B usiness D evel opm ent L.L.C. 9000 SW 56 Street Miami, FL. 33165 Phone: 305-546-2655 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. D ear M r. Ley: O n O ctob er 25, 2019, G overn m ent B usiness D evel op m ent L L.C ., (th e "C ontractor'') subm itted to the C ity of M iam i B each, Florida (th e "City") a request to be prequalified for future projects in response to the above-referenced 1T B . T he 1T B stipulates, pursuant to S ection 0200, S ub- S ection 16, Bi ndi ng Contra ct, that the appro val of the C ity M anager's recom m endation by the M ayor and City Com m ission shall constitute a binding Contract betw een the C ity and the aw arded bidder. A ccordingly, this letter shall serve as official notice from the C ity that the M ayor and Com m ission, at its February 12, 2020 m eeting, appro ved the C ity M anager's recom m endation, pursuant to the ITB, to prequalify the C ontractor to be eligible to provide serv ices to the C ity for painting and w aterproofing services. It is im port ant 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 Valerie Velez@m iamibeachfl.goy or at 305.673.7 490. O therw ise, all other questions should be addressed to the Contract Manager for this contract, A drian M orales D irector P roperty M anagem ent D epart m ent at A drian _o rales@ m iam ibeachfl.gov or (305) 673-7000 ext 2932. , ncefel nis o iire ctor Pro curem ent Depa rtm en t no A D/M E /A G Ms ore ormitod to providing excellent pub# service ond atety to oll who live, work, ad ploy in on vibrant, iropicof histic com+mi!y ATTACHMENT A RESOLUTION COMMISSION ITEMS AND COMMISSION MEMORANDUM A TT A C H M EN T A R E SO LU T IO N C O M M ISS IO N IT EM S A N D C O M M ISSIO 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 (11-9) 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 ITB 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 ITB 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 LL.0 ("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 ITB 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 and conditions of the ITB 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.comiagendapublic/CoverSheetaspOltemID=15654&Me... 2/18/2020 C overs heet Page 1 of2 Resolutions -CT H MIAMI BEACH COMMISSION MEMORANDUM TO: FROM: DATE: Honorable Mayor and Members of the City Commission Jimmy L. Morales, City Manager 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 (1TB ) 2020- 019-ND, TO ESTABLISH A POOL OF PAINTING AND WATERPROOFING CONTRACTO RS TO EXPED ITE TH E SELECTION OF CONTRACTORS FOR FUTURE PAINTING AND WATERPROOFING PROJECTS WITH A CONTRACT PRICE OF $300,000 OR LESS; AND APPROVING TH E INITIAL POOL OF QUALIFIED CONTRACTO RS, AS SET FORTH IN EXHIBIT "A" TO THE COMMISSION MEMORANDUM ACCOMPANYING THIS RESOLUTION; FURTHER , AUTH ORIZING THE CITY MANAGER TO KEEP TH E 1TB OPEN FOR THE PURPOSE OF PREQUALIFYING ADDITIONAL PAINTING AND WATERPROOFING CONTRACTO RS, AND DELEGATING TO TH E CITY MANAGER THE AUTHORITY TO ADD OR REMOVE CONTRACTORS TO THE POOL, PROVIDED SUCH CONTR ACTO RS MEET THE REQUIREMENTS OF THE 1TB. 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 1TB 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 1TB 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 ("Ab acron"), Cunan o Builders Corporation ("Cunano"), Endirt LLC ("Endirt"), Government Business Developm ent LLC ("Government Business"), Halcyon Builders, Inc. ("Halcyon"), L.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 1TB will be recommended for award. In its duc diligence, the Procurement Department found that Ab acron , Cunano, Endirt, Government Business, Halcyon, I.D. Painting, Inclan, Hartzell, and Paint Quest met the requiremen ts of the ITB. 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 l 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 he 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 n Attachment A tti Resolution haps ://miarrkibeach.novusagenda.comlagendapubl i e/CoverSheet.aspOltemID-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 (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 "" to the Comm ission Mem orandum accompanying this Resolution; further, authorizing the City Manager to keep the 1TB 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 1TB. Applicable Area Citywide Is this a Resident Right to Know item? No Legislative Tracking Property Managem ent/Procurem ent Does this item utilize G.O. Bond Funds? No ATTACHMENTS: Description n Attachment A Resolution https://miamibeach.novusagenda.com/agendapub lie/Cover'Sheet.aspx?Item1D =15654&Me... 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 arid 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 LLC ("Government Business"), Halcyon Builders, Inc. ("Halcyon"), I.D. Painting Corp. ("I.D, Painting"), IncIan Painting and Waterproofing, Corp. ("IncIan"), Roof Painting by Hartzell, Inc. ("Hartzell"), and Paint Quest, LTC ("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 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 Administration is recommending that the ITB remain open, to permit the City Manager to RESOLUTION NO. eleo 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 [TB") to establish a successor contract, by means of sealed applications, with qualified contractors for the establishment of a prequalified pool of painting and waterproofing contra ctors ; and WHEREAS, on October 25, 2019, bids were received from Abacron LLC ("Ab acron"), Cunano Builders Corporation ("Cunano"), Endirt LLC ("Endirt"), Government Business Development LL.C ("Government Business"), Halcyon B ui ld ers , In . ("Halcyon"), .D. Painting Corp. ("I.D. Painting"), Inclan Painting and Waterproofing, Corp. ("Inclan"), Roof Painting by Hartzell, Inc. ("Hartzell"), and Pain Quest, LLC ("Paint Quest"); and W HE R E A S , in its due diligence, the Procurement Department found that Cunano, Endirt, Government Business, Halcyon, 1.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 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 Administration is recommending that the [TB 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 (118) 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 FAPURC;Soliolailons,2020i2UZ04119-NU Ontenor and kttriCf) WV) Siavicvn10 C<>;41111on AWO/d 00:141)11?nISAITI:1•2020. 019.NO - ne,9CILAIOrl.d0C APPROVED AS TO FORM & LANGUAGE & FOR EXECUTION it.-3Y-v\ City Attorney \I.) Date 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 (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 ITB. PASSED AND ADOPTED this day of 2 020. ATTEST: RAFAEL E. GRANADO, CITY CLERK DAN GELBER, MAYOR £ PURC\SOlctati0s2020020.019-N) PB8 Panting {iteo and Exterior} an Walerprcolnq Services0 Ccmuisson Award Documents!i-2020- 0134£1 - Rest0ton do, AP PRO VED A S TO FORM & 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 ATTACHM ENT A Abacron LLC Cuna no 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 ATTACHMENT B SOLICITATION (ITB) AND ADDENDUMS ATT ACHM ENT B SOLICITATION (ITB) AND ADDENDUMS /4\i/A, \Al 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. 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 complete Bidder Pre-Qualification A..lication 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. b Work will be awarded in accordance with the roadmap procedures established in the ITB 1. Bidder submits an application to be prequalified in response to this ITB. 4. On an as needed basis, City will request ,,Q.Xand costs from firms prequalified for the applicable category. 2. Application is evaluated for compliance with requirements. 3. If Application is approved, firm is added to the list of firms prequalified authorized for future work. SECTION 0100: GENERAL INFOR MA TION & 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 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 awarded in accordance with the roadmap procedures established in the ITB 1.Bidder submils an application to be prequalified in response lo this ITB 4 On an as needed basis, City will request SO'(s and costs from firms prequalified for the applicable category 2. Application is evaluated for compliance with IT requirements. / 3.If Application is """'""'· ''"" . """'" / to the list of firms prequalified autho1ized --.._ \ for future work.-.A 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 De •ado 305-673-7000 x6263 nataliadel' ado miamibeachfl., ov he City Clerk is to be copied on all communications via e-mail at: RafaelGranado r miarnibeachfl.r. 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 q F THE NOTICE OF PREQUALIFICATION ISSUED BY THE CITY, q R 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.gov/city- 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 maintain the highest quality of custom er service possible during com pletion of the pro ject(s). Pro ject-speci fic deliverables and expectations shall be defined on a project-by-project basis, as speci fied 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.gov/city- 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: 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 APPEN D IX A Prequalification Application 2020-019-ND Painting (Interior and Exterior) and Waterproofing Services PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 IBEACH nit cab° 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] MIAMI 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, 3 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 davs 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 Na: 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: ) Part B — Operational & Management Information. 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. 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) ears. Project Description of Work Project Reference Name: Email: Telephone: Name: Email: Telephone: Name: Email: Telephone: 3. Is the bidder currently barred bro i vernmental aryl 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 City of Miami Beach for any work? YES NO If yes, state the name of the affiliate? Part B - Operational & M anagem ent Info rm ation. 1. Provide the names of each owner (stockholder, sole proprietor, and partner), director, or officer of the bol Subr it dditi il te h tif "" .d company, eow. u mr a tIonal names on a separate snieet 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 b~vernmental ªrency,I from bidding as a prime or subcontractor? L ]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? Jes Jo I If yes, why? 5. Is an affiliate of the bidder plequalited by the c 1 ity 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 corpail 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, subsitry, r holding co,panl 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, rager of the bidder affiliated with another company? rs [ Jo 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? Jes I Io 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? I Jrs Jo 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? L s L 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? L Jes 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? tis 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 mTeprerntation to any public agency or entity? [ 7vs o 111 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 1es L Jo 111 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 Jo If ves, state name, title and share of ownership Name Title Share (%) of Ownership 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? L ts t o 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? L s t 1o 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 elployets? I Js 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? Js I 1o 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] th e co m p a n y . Furt her, any prequ a lifie d co ntra cto r, including its principal(s), director(s), and an y affi lia te , w ho is a part y to any m isreprese ntatio n to obtain business or contracts w ith the C ity of M iam i B e a ch shall be decl ared delinquent and have its cert ificate suspended or revoked and w ill be subject to debarm ent an d an y othe r pe nalties prescribed by law . T he unde rsigned affi rm s that the bidde r agrees: 1) to com plete and unconditional acceptance o f the term s an d conditio ns of this docum ent, inclusive of att achm e nts, 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 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 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 IT IO N S . 1. LI C E N S E /C E R T IFIC A T IO 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] Contractor shall em ploy personnel com petent to perform the w ork speci fied he rein. The C ity reserves the right to request the rem oval of the C ontra ctor's em ployee's from perform ing m aintenance on the C ity's gro unds w here the em ployee's perform ance or actions are obviously detrim ental to the progra m . Contractor'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). 1 O. 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). L 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 NO. 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-referenced [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 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-own ed autom obiles, 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 liabílity 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 NO. 1 INVITATION TO BID NO, 2020-019-ND PAINTING (INTERIOR AND EXTERIOR) AND WATERPROOFING SERVICES 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 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-miamibeachAriskworks.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. Sinc rely, ex Denis ecru rnent 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, Florida33139 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 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 RafaelGran ado@ m iamibeachfl.gov Contact: Natalia Del ado Telephone: 305-673-7000 ext. 6263 miamibeachfl.4ov Proposers are reminded to acknowledge receipt of this addendum as part of your 1TB submission. 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 EN T C C O N S U LTA N TS RESPO N SE TO TH E (ITB ) APPENDIX A Prequalifica ion Applica ion 2020-019-ND Painting (Interior and Exterior Waterproofing Services a d PROCUREMENT DEPARTMENT Meridian Avenue. 3rd Floor Miami Beach. Florida 33 139 APPENDIX A i 5 1 " t Pr ualifica ti in plication 2020-019-ND P ai nting (Interior and Exter ior) a n d W a ter pro ofing Services PR O C U R E ME N T DE P A R TM EN T 1755 Meridian A venu e. 3rd Flo o r Miami Beach, Florida 33139 City of Miami Beach Bid 2020-019-ND Solicitation 2020-019-ND Painting (Interior and Exterior) and Waterproofing Services Bid Designation: Public City of Miami Beach 10/4/2019 1:41 PM P. 1 City of Miami Beach B8id 2020-019-ND Solicitation 2020-019-ND Painting (Interior and Exterior) and Waterproofing Services Bid Designation: Public Al City of Miami Beach 10/4/2019 1:41 PM p. 1 City of Miami Beach Bid 2020-019-ND Bid 2020-019-ND Painting (Interior and Exterior) and Waterproofing Services Bid Number 2020-019-ND Bid Title Painting (Interior and Exterior) and Waterproofing Services Bid Start Date Oct 4, 2019 3:40:09 PM EDT Bid End Date Oct 25, 2019 3:00:00 PM EDT Bid Contact NATALIA DELGADO 305-673-7490 NATALIADELGADO@MIAMIBEACHFLGOV Required Vendor Qualifications VENDOR QUESTIONNAIRE Description 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 ITS by any means other than through BidSync is solely responsible for registering immediately with BidSync to assure it receives any addendum issued to this ITS. 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, 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 Delgado 305-673-7000 x6263 nataliadelgado©miamibeachfl.gov The City Clerk is to be copied on all communications via e-mail at: RafaelGranado@miamibeachfLgov ; or via facsimile: 786.394- 4188, 10/4/2019 1:41 PM p. 2 City of Miami Beach Bid 2020-019-ND Bid 2020-019-ND P a in tin g (I nterior and Exterior) and Waterproofing Services , ·,;,· ., ,·:, ... Bid Number Bid Title 2020-019-ND Painting (Interior and Exterior) and Waterproofing Services Bi d St ar t D ate Bid End Date Oct 4, 2019 3:40.09 PM EDT Oct 25, 2019 3:00:00 PM EDT Bid Contact NAT ALIA DELGADO 305-673-7490 NAT ALIADELGADO@M IAMIBEACHFL.GOV Required Vendor Qualifications V E N D O R Q U E S TI O N N A IR E Description 1,PURPOSE. The City of Miami Beach is seeking applications from painting or painting and waterproofing contractors who wi sh to participate in a pre-qualification pool that wi ll 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 obtai n price quotations for various routine painting and waterproofing services. The Ci ty utilizes BidSync (www.bidsync.com ) for automatic notification of solicitation opportunities and document fulfillment. An y prospective bidder who has received this IT B by any means other than through BidSync is solely responsible for registering immediately wi th 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 complete Bidder Pre-Qualification Application (Appendix A). 2, PROCUREMENT CONTA C T , Any questions or clarifications concerning this solicitation shall be submitted to the Procurement Contact noted belo w . The Bi d title/number shall be referenced on all correspondence. Procurement Con tact. Telephone: Em ail. Natalia Delgado 305-6 73 -7 000 x626 3 nataliadelgado@miamibeachfl.gov The C ity Cl erk is to be cop ie d on al l communications vi a e-mail at: RafaelGranado@miamibeachfl.gov ; or via facsimile: 786.394- 4188. 10/4/2019 1:41 PM p. 2 City of Miami Beath Bid 2020-019-ND MIAMI 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. 10/4/2019 1:41 PM P. 3 City of Miami Beach Bid 2020-019-ND MIAMIBEACH TABLE OF CONTENTS SECTIONS: 0100 GENERAL INFORMATION & SCOPE OF WORK APPENDICES: APPENDIX A APPENDIX B DEFINITIONS: PREQUAL IFICATION APPLICATION SPECIAL CONDITIONS Bidder means any firm or individual submitting an application in respon se to this ITB. The term bidder may be used interch angeably with applicant and prop oser. Vendor means any firm or individual that has been pre-qualified to supply goods or services to the City. 10/4/2019 1:41 PM p. 3 City of Miami Beach Bid 2020-010-ND 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 com•lete Bidder Pre-Qualification A. elication '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 m accordance with the roadrnap procedures established in the ITB. 1. Bidder s,abmits.an, onAmta to be prequalified response to this ITB_ 4. On an as needed basis, City will request 5,21%,t and costs from firms prequalified for the applicable category. 2. Application is evaluated for coMpliance ypiih 1TE requirements. 3.11Application is approved, firth is added to the list of fps prequalified authorized for future work. 10/4/2019 1:41 PM p. 4 City of Miami Beach Bid 2020-019-ND SECTION 0100: GENERAL INF OR MA TI ON & SC OP E O F WORK 4 PURP O SE. The City of Miami Beach is seeking applications from painting or painting and w ater pro ofing 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 B idSync (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 B idS yn c is solely responsible for registering immediately with Bid,Syn c 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 receiv e an addendum, or com pl y with an add en d um requirement, m ay result in dis qual ification of bid submi tted. To be consid ere d for the pool of pre-qualified contractors, inte reste d parties must submit a comp lete Bidder Pr e -Q ual ification Ay lication (Ar en dix 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 te awarded in accordance with the roa dmap proced ur es estab lish ed in the IT8 1. Bidder submits.an. plication to be prequalified in respon se to this fTB. 4.On an as nee ded basis, City will req ues t SO/s and costs rom 2. Application is evaluated for complianc e with #TB requirements. 3. I Application is approved, firm is added to the list of firms prequalified authorized for future work. 10/4/2019 1:41 PM p. 4 City of Miami Beach Bid 2020-019-ND 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 nataliadel ado orniamibeachfl .ov The City Clerk is to be copied :‘,n all nnirnunicariiyi5 \A::: e-mail at: RafaelGranndo&niamibeachfi. Qv; or via facsimile 785-394-4188. 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 interesLof 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 10/4/2019 1:41 PM P 5 City of Miami Beach Bid 2020-019-ND Me 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. 4. APPROVAL OF PREQUALIFIED STATUS. Following the review of applications, the responsive, responsible bidder(s) meeting al! 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 APPRO VED 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 FIRM S TQ BE ADDED rQ 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 (ITO) 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._SERVI CE 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 prequalìfîed 10/4/2019 1:41 PM p.5 City of Miami Beach Bid 2020-019-ND 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.miamibeachtgov/city- 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. 1 0/41201 9 1:41 PM p. 6 City of Miami Beach Bid 2020-019-ND 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. STANDAR D TERMS AND CONDITIONS. The City's Standard Terms and Conditions for Service Contracts (available at https://yw.miamibeachfl.gov/city- hall/procurement'standard-terms-and- conditions/) are referenced and incorporated herein. 10. INSURAN CE 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 , Second, Third, Fourth the Purchase Order issued by the City; then, the signed Contractor Service Order; then, the Invitation to Quote (ITO) awarded to the vendor; then, 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. 10/4/2019 14 1 PM p. 6 City of Miami Beach Bid 2020-019-ND 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 10/4/2019 1:41 PM P 7 City of Miami Beach Bi d 2020-019-ND A P P E N D IX A I Preq u alifi cation Ap plica tio n 2020-019-ND Painting (Interior and Exterior) and Waterproofing Services PROCUREM ENT DEPARTM ENT 1755 M eridian Avenue, 3rd Floor Miami Beach, Florida 33139 10 /4/20 19 1.4 1 PM p. 7 City of Miami Beach Bid 2020-019-ND \Al BEACH 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] 10/4/2019 1:41 PM P 8 City of Miami Beach Bid 2020-019-ND IAMIBE ZITIITEMI TIIIRIE Section 1, SUBMITTAL INSTRU CTIONS . 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 "NIA" 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 on e (1) electron ic copy (e.g., flash drive, CD-ROM ) of the applications to: City of Miami Beach Procurement Department 1755 Meridian Avenue, 34 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 RE MAINDER OF THIS PAGE IS LEFT INTENTIONALLY BLAN K] 10/4/2019 1:41 PM p. 8 From: noticesgoidsync.corp Reply-to: support@bidsync.com To: eveliol@geigem Sent: 10/17/2019 11:39:17 AM Eastern Standard Time Subject: Addendum(s) to Bid #2020-019-ND C er FScope Evelio Ley, City of Miami Beach, FL has issued an addendum for Bid #2020-019-ND - Painting (Interior and Exterior) and Waterproofing Services. Please make sure you review all of the changes listed below. If any addenda are released after you have submitted an offer, you must reconfirm your offer in order to acknowledge the addenda. Addendum #1 - Changes made on Oct 17, 2019 11:23:35 AM EDT New Documents Addendum No. 1 2020-019-ND.pdf Click on the link below or enter the link information into your web browser address bar to view the bid. https://www.bidsy,nc.com/DPX?ac=view&auc=2048503 If you have any questions on this bid please contact the soliciting agency. For questions on using the system to respond to the bid please contact customer support at: 800-990-9339 801-765-9245 vendorsupport©bidsync.corn BidSync www.bidsync.com Copyright 0 1999-2018 - BidSync - All rights reserved. Fr om : n ot i c e s @b ids yn c.c om R ep l y-to: support@bidsync.com To: eveliol@aol.com Sent: 10/17/2019 11:39:17 AM Eastern Standard Time Subject: Addendum(s) to Bid #2020-019-ND i I Evelio Ley, City of Miami Beach, FL has issued an addendum for Bid #2020-019-ND - Painting (Interior and Exterior) and Waterproofing Services. Please make sure you review all of the changes listed below. If any addenda are released after you have submitted an offer, you must reconfirm your offer in order to acknowledge the addenda. New Documents A ddendu m #1 - C h anges m ade on O ct 17, 2019 11:23:35 AM E D T Addendum No. 1 2020-019-ND.pdf Click on the link below or enter the link information into your web browser address bar to view the bid. https://www.bidsync.com/DPX 2ac=view&auc=2048503 If you have any questions on this bid please contact the soliciting agency. For questions on using the system to respond to the bid please contact customer support at 800-990-9339 801-765-9245 yendorsupport@bidsync.com BidSync www.bids ync.com Copyright @ 1999-2018 - BidSync - All rights reserved. WHO WE ARE (HIT PSJANVON.PERISCOPEHOLDINCS.COMANHO-W &ARE) RESOURCES (HTTPSI/WWWPERISCOPEHOLDINGECOM,RESOURCES) NEWS AND EVENTS (HTTPS./NAW7.PERISCOPEHOLDINGS.COWNEWS-E BidS of (https://www,periscopeholdings.comi) Bid Alerts Please login to see alt Bid details. Bid #2020-019-ND - Painting (Interior and Exterior) and Waterproofing Services City of Miami Beach, FL Procurement Time left: 22 hrs, 8 mine Bid started: Oct 04, 2019 3:40:09 PM EDT Bid ends: Oct 25, 2019 3:00:00 PM EDT . I A EA: (2 , , :: • ( .ftgigarnetw_fo_r_ftetel Register for free to access Bid information and place offers on Bids released by our agency clients. Download Bid sac v, tAild.to My bids,-, • „,• „.„ _ • Details 11 Documents 11, Vendor ads Bid #2020-019-ND - Painting (Interior and Exterior) and Waterproofing Services ITB 4t, Bid contact: Please log in to view Bid contact information Issuing agency: City of Miami Beach, FL ,Sec: er oth .aisk...bylbiaggiley Issuing department: Procurement See other Bids by this department Description: 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 prequalifie.d. 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 tontine painting and waterproofing services. The City utilizes BiciSync (www.hidsync,corri ) for automatic notification of solicitation opportunities and document fulfillment. Any prospective bidder who has received this ITB by any means other than through BictSync is solely responsible for registering immediately with F3IdSync to assure it receives any addendum ,ssued lo this !TB. Additionally, prior to submittal of the Old, bidder shall venfy that it has received and complied with ail 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). 23.PROCUREMENT CONTACT Any questions or clarifications concerning this solicitation shall be submitted to the Procurement Contact noted below, The Bid title/number shelf be referenced en all correspondence. Procurement Contact: telephone; Emelt Natalie Delgado 305-673-7000 x6263 ialiadq!gpjagrniarnikusba,9gy The City Clerk is to be copied on all communications via e-mail at: RafaelCiranadoOrniamibeachii.gov or via facsimile' 786-394-4188. Classification codes: \Pew classitionfion codes Regions: yje_w_rsgoni., Please log in to see Bid details or to add this lo My Bids. It you are not registered, plodsluogister for free, LOgh: ,Register,nati WH O WE AR E (HTTPS3WW.PERISCOPEHOLDINGS.COMNHO-WE-ARE) RESOURCES (H TTP S:/W WW.PERI SCOPEH OLDI NG S.COM'RESOURCE.S) NEW S AND O EVENTS (HTTPS:A/WWW.PERISCOPEHODINGS.COMNEWS-E BidSunc """""''·'Y,,".""9<, (https://www.periscopeholdings.com/) Bid Alerts Bid #2020-019-ND - Painting (interior and Exterior) and Waterproofing Services City of M iam i B each , FL Pro cu rem en t Tim e left : 22 h rs, 8 mins Bid st arted; Oct 04, 2019 3:40.09 PM ET Bid en d s: O ct 25, 2019 3.00.00 PM ED T Down#a d Bi d Packa t Details D o cu m ents R egist er for free to access Bid information and place offers on Bids released by our agency clients. Bid #2020-019-ND - Painting (Interior and Exterior) and Waterproofing Services rar st0 Bid contact: Pleas lo9.in t o vigw B@id. contact information Issuing agency: City of Miami Beach, FL See other ids hy #hi3 a9en¥ lssuing department: Procurement gee other Bids by_this depa rtunent Description; 1, PURPOSE • The City of Miami Beach is seeking applica tion s from painting or painting and waterproofing contractors who wish to participate in a pre-qualification pool hat will bo 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 th at may be accessed by various City departments to obtain price quotations for various routine painting and waterproofing services. The City utilizes Bi&Sync (yw w bi s yn g.co m ) for automatic notification of solicitation opportunities and document fulfillment. An y prospective bidder who has roceived this {TB by any means other than through BidSync is solely responsible for registering immediately with Bi4Sync to assure it receives any addendum issued lo this ITE. Additionally, prior to submittal of the bid, bidder shall verily that it has recer ved and complied with all addenda issued. Failure to receive an addendum, or comp ly with an addendum re q ui rem e n t, m ay result in dis q ua lifi cation of bid submitted, To be considered for the pool of pre-qualified contractors, interested parties m us t subm it a co m pl e te Bi d d er Pre -Q u alificatio n A p p licatio n (Appendx A}. 2, PROCUREMENT CONTACT Any questions or clarifications concerning this solicitation shalt be submitted to the Procurement Contact noted below. The Bid title/umber shall be referenced on all correspondence. Procurement Contact: Telephone: Email. Nat alia Deigado 305-673-7000 x6263 nataliadelgado@miamib each!f\.gov The City Clerk is to be copied on ail comm unication s via e-mail at: R3fag]Granado@miamibeach±.goy ; or via facsimile: 786-394-4188 Classification codes: View classification c odes R egions: ew.regions Please log in to see Bid details or to add this to My Bids. If you are not registered, pl0as. register for free. City of Miami Beach Bid 2020-019-ND Part A — General Bidder Information. FIRM NAME. LIr" 6 VERN 116/4T i 1%16b .D)6 VELO PH&to 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: iv / FIRM PRIMARY ADDRESS (HEADQUARTERS): X 00 £ .9 t • t 6.6` CITY: M Mei! STATE: per. ZIP CODE: 1 TELEPHONE NO.: 30S- 514 G, r,9 6. S S TOLL FREE NO.: NI FAX NO.: 4.'7 FIRM LOCAL ADDRESS: r) S (30v CITY: STATE: ZIP CODE: PRIMARY ACCOUNT REPRESENTATIVE FOR THIS ENGAGEMENT: 1.-- Ve t. r ACCOUNT REP TELEPHONE NO.: 0 ..S. '' 6 - a -5 ACCOUNT REP TOLL FREE NO.: NI A ACCOUNT REP EMAIL: FEDERAL TAX IDENTIFICATION NO.: 0 6- 14 4 1 0 DER IS: •RPORATINN L PARTNERSHIP / SOLE PROPRIETORSHIP 1 _ .,,_OTHER (If other, specify: 10/4/2019 1:41 PM P 9 City of Miami Beach Bid 2020-019-ND Part A -- General Bidder Information. FIRM NAME (36/RN4€NT NO. OF YEARS IN uSINEs: 8 NO. OF YEARS IN BUSINESS LOCALLY: NO. OF EMPLOYEES: OTHER NAME(S) BIDDER HAS OPERATED UNDER IN THE LAST 10 YEARS: MU/? FIRM PRIMARY ADDRESS (HEADQUARTERS); 0oo S) s6 S CITY. M1 ta t STATE: ZIP CODE: TELEPHONE NO.: TOLL FREE NO: FAX NO.: FIRM LOCAL ADDRESS: S, e CI7y. STATE: ZIP CODE: too PRIMARY ACCOUNT REPRESENT ATE FOR THIS ENGAGEMENT / - ACCOUNT REP TELEPHONE NO.: ACCOUNT REP TOLL FREE NO.: ACCOUNT REP EMAIL: FEDERAL TAX IDENTIFICATION NO.: LL-C- - PARTNERSHIP I S OL E PROP RI ETOR SH I P I_ _OTHER {If other, spe c . £ l 10/4/2019 1:41 PM p. 9 City of Miami Beach Bid 2020-019-ND Part B - Operational & Management Information. 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. Project CrrY OF #1/9,1 r 3L et; C tY ffiek r&NN CRt AGE 5r0RE FP° nil" Vareglyzoowc 11 !A -Vi "C. Pui3 4i -S • ,f3Ec k ry I/06 eR, Email:fri Pk'• 1'10 Paoliv &twirl 736FIvi R. • 6"01V Telephone:3aq (L©/• a 6 QS same: Cgrlos Rvios dC>rvl Owner Ownership percentage fueisu L.81 tdi f:/b R sci? c• 'del Directorshifikffice type C ite,kf,46-6k P/2424f Fors 7)evuoP 4/v 0% 091; 2. Provide three (3) clients for which the bidder has provided the referenced services in the last five (5) years. Description of Work Project Reference S ro ffwvArr- Wi9M4P/0.0f/v‘ Name: MARK ti4 e7 .g 61:1 N- r?6rzticetienfr oFtlothz, ttif ivDocusrpooR/s6434 EntOro a FAINretv HAI C) (VA -fArRoorliv . or Emaii ,c. ,-t Q3 @vpiiv i zoreli, Ont;i)(Tro (.3 ..Q7NeF. sci.ta),1)_14 f VAT& Sc Ho 4, elephone30s-Soe- 906_2 60'1. (730 .7>e rivortory yrO,R(c)(1., StryNk5 ame: Slh tien 'ffraez- , 'P‘ceoge-S Sr kce ? U SJth) fiy CrWaPy Refularstrnai4te60 4'&14milt-iimPoRY '70/6 yaegly c4r7pecroF41 D nior °41<5 ' rinewr Teieptione00S— 876-410,7 .,#‘„, 6.(2,0:,,,,2 3. Is the bidder currently barred b(Aglvernmental aaenc , from bidding as a prime or subcontractor? YES IMO NO If yes, state debarment period and the reason(s) for debarment? f 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 1 If yes, state the name of the affiliate? Map 10/4/2019 1:41 PM p. 10 Ci t y o f Mi a mi B e a ch B8i d 2 0 2 0 -0 19 -N D Part B -- Operational & Management Information. 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. Owner Ownership percentage Directorsh e 40 % %6 2. Provide three (3) clients for which the bidder has provided the referenced services in the last five (5) years. If yes, state debarment period and the reason(s) for debarment? MV/P 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 arg! during the last five (5) years? [ts 4No I If yes, why? 1/a 5. Is an affiliate of the bidder pÍeguaured by the ~.f Miami Beach for any work? YES NO lf yes, state the name of the affiliate? / 10/4/2019 1:41 PM p. 10 Company Type of affiliation (parent or subsidiary) Period of affiliation 6. Is the bidder a parent, subsidia or holding corni-an YES If the answer is "yes," identify the company and for another company? NO e of relationship(s), below: Individual's name i Affiliated company's name Period of Type of affiliation (e.g. affiliation officer, director, owner or employee) 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. City of Miami Beach Bid 2020-019-ND 7. Is an owner, director, officer, or agent of the bidder affiliated with another company? YES NO If the answer is "yes," provide the following inforrfiation for each individual and the affiliated company. 8. Is the bidder currently the debtor in a bankruptcy case o ile for bankruptcy during .the last five (5) years? YES NO 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 0 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 n 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. N 10/412019 1:41 PM p. 11 City of Miami Beach Bid 2020-019-ND 6. Is the bidder a parent. subsrry, î' holding~ for another company? YES - NO If the answer is "yes," identify the compan y and /pe of relationship(s), below. Company Type of affiliation (parent or subsidiary) Period of affiliation a ± „ (V/H 7. Is an owner, director, officer, raget of the bidder affiliated with another company? YE S F51No lf the an swer is "yes," provide the following inforrfaiion 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) M /1 +' 4+ 8. Is the bidder currently the debtor in a bankruptcy c~ile for bankruptcy during the last five (5) years? ]vs 5 o 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. fJ ¡ A 9. Has any owner, director, officer, or agent for the bidder, or has any business organization in which any such person w as an own er, dire ct or, officer, or agent filed for or been discharged in bankrup tcy within the past five (5) years? Js 23u 0 lf yes, explain and attach a copy of the discharg e order, order confirming plan and if a Corporate Chapter 7 case, a copy of the notice of commen c emen t. 4/ 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? L Js E510e I If yes, explain. 10/4/2019 1:41 PM p. 11 A 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 nan employee of the City of Miami Beach? YES NO If yes, state name, title and share of ownershi Share (%) of Ownership Name p Title City of Miami Beach Bid 2020-019-ND 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 NO If yes, explain. NIR 11 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 lipM 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 re entation 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 10/4/2019 1:41 PM p. 12 City of Miami Beach Bid 2020-019-ND 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? s o I K yes, explain. /e 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 Js 7o I If yes, explain. /e v 13. Has the bidder or any of its owners, officers, or partners ever been convicted (criminal) or found Hable (civil) for making either a false claim or material miÎ .. 5<Î entation to any public agency or entity? L es - o I "yes, explain. /V/ 14. Has the bidder or any of its owners, officers, or partners ever been convicted of any a federal or state crime? Ls 5jo I "yes, explain. /ea 15. Is any officer, director, employee or agent. or immediate family member (spouse, parent, sibling, and child) of any officer, director, employee or ¡gent, 1 an employee of the City of Miami Beach? Ys F,21o f il 1dsha f #, It yes, state name, title an slare ot ownerstip Name Title Share (%) of Ownership Ka li I/ /-t t [ 1' I 10/4/2019 1.41 PM p. 12 City of Miami Beach Bid 2020-010-ND 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 If yes, provide details. /VI 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 tenefits to employees with (same or opposite sex) domestic partners* or to domestic partners of em. lo -es 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 V 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 pIPOER 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 documents) 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 10/4/2019 1:41 PM p. 13 NO Ci ty of Miami Beach Bid 2020-019-ND 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 21 I ff yes, provide details. N/ 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? • • ( Jes (F]o B. Does your company provide or offer access to any enefits to employees with (same or opposite sex) domestic partners" or to domestic partners of employ es? I]vs 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 U Sick Leave u Family Medical Leave v Bereavement Leave / 18, Moratorium on Travel to and th e Purchase of Goods or Servi ces 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 I If yes, which bran ds 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 10/4/2019 1.41 PM p. 13 City of Miami Beach Bid 2020-019-ND 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. r• Name: VED 4,O Title (must be a principal of the bidder): MN/4661Z_ Signature: I Date: eiltf4r V ----7:9-A0 if . [THE REMAINDER OF THIS PAGE IS LEFT INTENTIONALLY BLANK] 10/4/2019 1:41 PM p. 14 City of Miami Beach Bid 2020-019-ND 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: vero Lé Signature: Title (must be f the bidder): Date: [THE REMAINDER OF THIS PAGE IS LEFT INTENTIONALLY BLANK} 10/4/2019 1.41 PM p. 14 APPENDIX B 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 City of Miami Beach Bid 2020-019-ND 10/4/2019 1:41 PM p. 15 City of Miami Beach Bid 2020-019-ND APPENDIX B I I 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 10/4/2019 1.41 PM p. 15 City of Miami Beach Bid 2020-019-ND 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, 10/4/2019 1:41 PM p. 16 City of Miami Beach Bid 2020-019-ND SPECIAL CONDITIONS. 1. LICENSE/CERTIFICATI ON. Prospective bidder shall hold the adequate license or certification to pull all permits necessary to successfully complete the work. 2. ME T HOD 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. GUAR AN TE E AGAINST DE FEC TS. 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. AII 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. 10/4/2019 1:41 PM p. 16 City of Miami Beach Bid 2020-019-ND 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 4 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 ITS. 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] 10/4/2019 1:41 PM p. 17 City of Miami Beach Bid 2020-019-ND Contractor shall employ personnel competent to perform the work specified herein. The City reserves the right to request the remo val 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 time s. 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 DEM OBILIZATION. It wil be the responsibility of the Contractor to cover al 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 dimen sion s, 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, pur s uan t to Section 2-408 of the City of Miami B each C ode, is only applicable to routine m aint en an ce servi ces. [THE RE MAINDER OF TH IS PAGE IS LEFT INTE NTI ONALLY BLAN K] 10/4/2019 1:41 PM p. 17 There are no questions associated with this bid. City of Miami Beach Bid 2020-019-ND Question and Answers for Bid #2020-019-ND - Painting (Interior and Exterior) and Waterproofing Services 10/4/2019 1741 PM P. 18 City of Miami Beach Bid 2020-019-ND Question and Answers for Bid #2020-019-ND - Painting (Interior and Exterior) and Waterproofing Services There are no questions associated with this bid. 10/4/2019 1:41 PM p. 18 Detail by Entity Name Florida Limited Liability Company GOVERNMENT BUSINESS DEVELOPMENT L.L.C. Filing Information Document Number L13000024610 FEI/EIN Number 46-2064610 Date Filed 02/15/2013 Effective Date 02/20/2013 State FL Status ACTIVE Last Event LC STMNT OF AUTHORITY 21 Event Date Filed 07/25/2016 Event Effective Date NONE Principal Address 9000 SW 56 ST MIAMI, FL 33165 Changed: 02/12/2019 Mailing Address 9000 SW 56 ST MIAMI, FL 33165 Changed: 02/12/2019 ReasteradLAgent Name & Address ALVAREZ, GASTON R, ESQ 2655 S LE JEUNE ROAD PH-1 CORAL GABLES, FL 33134 Authorized Person(s) Detail Name & Address Title MGRM ABASCAL, FRANCISCO M 9000 SW 56 ST MIAMI, FL 33165 10/10/2019 Detail by Entity Name DIVISION OF CORPORATIONS , P.W.F2014 4-%1 \COE P f'SQ: W Oita Sao is 1 Iletriik4 nepartment of State I Division of Corposathara / 5earrh Records / atail.BY_Dtirlletit..lisaket Title Manager search sunbizorg/Inquiry/CorporationSearchiSearchkesultDetail?inquirytyperEntityName&directionType=initial&searchNameOrderm-GOVERNMENT.. 1/2 10/10/2019 Detail by Entity Nam e DON4IN OF ,RoRAToNs Dr/usu of (Cpp)gr9y4g «kI 5> ks V? .« "g..a ea n ojjirial &eats es] 3toads web#its Department.of State / Division of Corporations / Search Records / Deta il.By Document Numb er / Detail by Entity Name Florida Limited Liability Compan y GOVERNMENT BUSINESS DEVELOPMENT LL.C. Filin g Information Documen t Number FEI/EIN Number Dato Filed Effective Date State Status L.ast Event Event Date Filed Event Effective Date Principal Address 9000 SW 56 ST MIAMI , FL 33165 Changed: 02/12/2019 Mailing Address 9000 SW 56 ST MIAMI, FL 33165 L13000024610 46-2064610 02/15/2013 02/20/2013 FL ACTIVE LC STMNT OF AUTHORITY 21 07/25/2016 NONE Changed: 02/12/2019 Registered Agent Name & Address ALVAREZ, GASTON R, ESO 2655 S LE JEUNE ROAD PH-1 CORAL GABLES, FL 33134 Authorized Person(s) Detail Name & Address Title MGRM ABASCAL, FRANCISCO M 9000 SW 56 ST MIAMI, FL 33165 Title Manager search.sunbiz.org/inquiry/CorporationSearch/SearchResultDetail?inquirytype=EntityName&direction Type=Initial&searchNameOrder=GOVERNMENT... 1/2 Ley, Juan Carlos 4659 SW 154 et Miami, FL 33185 Title Authorized Member Ley, Evelio W 9000 SW 56 ST MIAMI, FL 33165 Annual Reports Report Year Filed Date 2017 04/04/2017 2018 02/26/2018 2019 02/12/2019 Document Images 02/12/2019 -- ANNUALREPORT 04/04/2017 -- ANNUAL RFPORT 07/251 0510912016 AMENDED ANNUAL REPOR 04/1312016 -ANNUAL REPORT. 04/10;2015 -- ANNUAL REPORT Et4/0/2.P14 ANNUAL REEQE17 06/25/Z013 •- LC Nom Cjatggg., 02/15/2013 Florida Limited Liability View image in PDF format Vi w image in PDF format View image in F'DF format View image in PDF forMal View image in PDF foimet Vlow image in PDF format View image in PDF Format View image in PDF format cage in ..„ View image in P[3F formal 10/10/2019 Detail by Entity Name r,ortd,, search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetall?inquirytype.EntityName&directionType=initial&searchNameOrder=GOVERNMENT... 2/2 10/10/2019 Detail by Entity Name Ley, Juan C arl os 4 659 S W 15 4 Ct Miami, FL 33185 Ti tle A ut ho rize d M emb er Ley, Evelio W 900 0 S W 5 6 S T MIAMI, FL 33165 Annual Reports R ep o rt Ye ar 20 17 2018 2019 Fi le d Date 04/04/2017 02/26/2018 0 2 /12 /2019 Document Images 02/12/2019-- AANUAL- BEPOHI 02/26/20 18.-- AAN'U AL. BEPORT 04/04/2017_-- ANNUAL REPORT 07/25/2016 --- CORLCAUIH vew ima ge in Por tom at ] Vi e w im a ge in P D F fo1m at ·····1 05/09,2016 ·· AMENDED ANNUAL REPORT"n..J 04/13/2016 -- ANALI AL REPOII Vow tad in or í,at ] View image in PDF format View image in Ppr format 04/10/2015 - ANNUAL REPORT 92/15/2013-- Elorida limited Liability View image in PDF format } View image in PDF format } View image in PF form at view imago in PD)F format search.sunbiz.org/inquiry/CorporationSearch/SearchResultDetail?inquirytype=EntityName&direction Type=Initial&searchNameOrder=GOVERNMENT... 2/2 1988-2014 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD ACIORIIPIF CERTIFICATE OF LIABILITY INSURANCE DATE (MMIDD/YYYY) 10/17/2019 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 POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Hemisphere Insurance Group 12350 SW 132 CT #107 Miami, FL 33186 Phone (305) 501-2801 Fax (305) 553-9010 CONTACT NAME: PHONE Acc,..1,19,xidj, FAX (305) 501-2801 hiy,c, No: (305) 553-9010 E-MAIL , hemisphereinsgrp@aol.bom INSURERCS) AFFORDING COVERAGE NAIC # INSURER A: COVINGTON SPECIALTY INS COMP 13027 INSURED GOVERNMENT BUSINESS DEVELOPMENT LLC 9000 SW 56 ST MIAMI FL 33165 INSURER e : AMGUARD INSURANCE COMPANY 42390 INSURER C : NORGUARD INS COMPANY, 31470 INSURER D : LLOYDS OF LONDON INS COMP 43389 INSURER E : INSURER F • COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE. BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD i INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN. THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LW TYPE OF INSURANCE ADDLBUBR INSR I WVEI POLICY NUMBER POLICY EFF (MM/DD/YYM .-- POLICY EXP 1 iMMIDD/YYYY)1 LIMITS A Ei%1 COMMERCIAL GENERAL LIABILITY ,.._ 71 CLAIMS-MADE J OCCUR L...1 Y Y V0A664643 00 12/12/2018 ! . i 12/12/2019 . i EACH OCCURRENCE S 1,000,000.00 DAMAGE TO RENTED PREMISES (Ea occurrence) $ 100,000.00 MED EXP (Any one person) S 5,000.00 (7,..1 PERSONAL & ADV INJURY 5 1,000,000,00 GENT AGGREGATE LIMIT APPUES PER ri POLICY L...--1 clpg u LOC LI OTHER GENERAL AGGREGATE 5 2,000,000,00 r '- PRODUCTS - COMPIOP AGG $ 2,000,000.00 $ B AUTOMOBILE LIABIUTY ANY ALITO ri ,,,,,bligsA,NED pl SCHEDULED Y,.1 AUTOS Li HIRED AUTOS "V ViNgAl NED . , II. [—I . N G0VE429 7248487 05/03/2019 05/03/2020 &Oarii=ldE e rggiNGLE LIMIT $ 1,000,000,00 BODILY INjURY(PerpeMon) $ BODILY INJURY (Per accident)' $ PROPERTY enDAMAGE (Per accidt) $ BASIC PIP $ 10,000.00 c W, UMBRELLA LIAB r j OCCUR E EXCESS LIAB El cuvms_kiADE Y Y GREXS000838-00 11/22/2018 . 12/12/2019 EACH OCCURRENCE $ 4,000 000.00 AGGREGATE $ 4,000,000.00 LI DED 0 RETENTION $ $ D WORKERS COMPENSATION AND EMPLOYERS' LIABILITY YIN ANY PROPRIETORIPARTNER/EXECUTIVEr--- OFFICER/MEMBER EXCLUDED? j 1 (Mandatory In NH) If yes, describe under DESCRIPTION OF OPERATIONS below NIA GOVVC936716 11/23/2018 ; I 11/23/2019 1 : 1 I "bpi v PER, r•--1 - — . SIAILI,,, E L.,J ER E.L, EACH ACCIDENT $ 1,000,000.00 - E.L. DISEASE - EA EMPLOYE r $ 1,000,000.00 -t E.L. LIMIT! - POLICY MIT1 $ 'I ,00(1,00(100 DESCRIPTION OF OPERATIONS I LOCATIONS 1 VEHICLES (Attach ACORD 101, Additional Remarks Schedule, If more space Is required) CITY OF MIAMI BEACH IS INCLUDED AS ADDITIONAL INSURED BY ENDORSEMENT WITH RESPECT TO ALL LIABILITY POLICIES ARISING OUT OF THE 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 TGHE FORM OF AN ENDORSEMENT IN THE FORM OF AN ENDORSEMENT FO THE CONTRACTORS INSURANCE FOR LIABILITY ONLY. WAIVER OF SUBROGATION IN FAVOR OR CERT HOLDER CERTIFICATE HOLDER CANCELLATION CITY OF MIAMI BEACH C/O EXIGIS INSURANCE COMPLIANCE SERVICES POBOX 4688-ECM#35050 NEW YORK, NY 10163-4668 ACORD 25 (2014/01) OF SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE A coR i CERTIFICATE OF LIABILITY INSURANCE DATE (M M/DD/YYY ) -- ' 10/17/2019 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 POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If tho certificate holder is an ADDITIONAL INSURE D, the policy(ies) must be endorsed. If SUBROGATION IS WAVED, subject to the term s an d conditions of the policy , certain policies may require an end orsem ent. statement on this certificate doos not confer rights to the certificate holder in lieu of such en dorsem en t(s). PRODUCER CON TACT NAME: Hemisphere Insurance Group PH ONE (305) 501-2801 [FA (305) 553-9010 i4e. (AC, No): 12350 SW132 CT #107 po.g hemisphereinsgrp@aol.com Miami, FL 33186 INSURE R(S) AFFORDING CO VERA GE NAIC # Phone (305) 501-2801 Fax (305) 553-9010 INSURER A: COVINGTON SPECIAL TY INS COMP 13027 INSURED INSURER E ; AMGUARD INSURANCE COMPANY 42390 GOVERNMENT BUSINESS DEVELOPMENT LLC INSURER C: NORGUARD INS COMPANY. 31470 9000 SW 56 ST INSUR ER D : LLOYDS OF LONDON INS COMP 43389 INSURER E : -··••·- .. MIAMI FL 33165 INSURER F : COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. NSR TYPE OF INSURANCE A99-$J8R ,,Pgçy Err PL1çY EXP,_i LIM1Ts LTR »iepo Mun POLICY NUMBER MMIDDYYY) {MM/DDPYYYYI ~ COMMERCIAL GENERAL LIAIT Y ! EACH OCCURRENCE s 1,000,000.00 i [?cs-MAo 77 0ccuR TM~êE TÖRNTÉö s 100,000.00 REISS (Ea occurrence).. tI ]MED EXP (Any one person) $ 5,000.00 A t) y y VBA664643 00 12/12/2018 12/12/2019 1,000,000.00 PE€RSONAL & ADV INJURY $ GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 2,000,000.00 [leouc PRO- LOC PRODUCTS - COMPIOP AGG $ 2,000,000.00 JCT [_]ore $ AUTOMOBILE LIABILITY ,QM9IE2,SINGLE UM ls 1,000,000.00 ,Ea accident []Av «uro BODILY INJURY (Per person) } $ B ] A#g%° %#g9wo N GOVE429 7248487 05/03/2019 05/03/2020 BODILY INJURY (Per accident) $ [] RED AUTOS sz %gro 92..%a }s o r1 BASIC PIP ¡ $ 10,000.00 R77 UMBRELLA LAB [] occuR { EACH OCCURRENCE is 4,000,000.00 c [] excess LuAs [JcAMus-MADE y y GREXS000838-00 11/22/2018 12/12/2019 } AGGREGATE ls 4,000,000.00 "•"-Rh [J oeo ]erENTON$ ... is WORKERS COMPENSA T1ON 7# Ig AND EMP LOYER S' LIABILITY YIN ANY PRORIE TOR/PARTNER/EXECUTIVE, NIA GOWC936716 11/23/2018 11/23/2019 EL EACH ACCIDENT $ 1,000,000.00 D OFFICER/MEMBER EXCLUOEO I (Mandatory in NH) --- EL. DISEASE - EA EMPLOYE $ 1,000,000.00 If yes, describe under E.L DISEASE - POLICY LIMIT $ 1,000,000.00 DE SCRIPTION OF OPERATIONS below ............ DESCRIPTION OF OPERA TIONS I LOCATIONS I VEHICLES (Atta ch ACORD 101, Additional Rema rks Schedule, it more spa ce is required) CITY OF MIAMI BEACH IS INCLUDED AS ADDITIONAL INSURED BY ENDORSEMENT WITH RESPECT TO ALL LIABILITY POLICIES ARISING OUT OF THE WORK OR OPERATIONS PERFORMED ON BEHALF OF THE CONTRACTOR INCLUDING MATERIALS, PARTS, OR EQUIPMENT FURNISHED IN CONNECTION WITH SUCH WORK OR OPERATIONS ANO AUTOMOBILES OWNED, LEASED. HIRED OR BORROWED IN TGHE FORM OF AN ENDORSEMENT IN THE FORM OF AN ENDORSEMENT FO THE CONTRACTORS INSURANCE FOR LIABILITY ONLY. WAIVER OF SUBROGATION IN FAVOR OR CERT HOLDER CERTIFICATE HOLDER SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE CITY OF MIAMI BEACH THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN CIO EXIGIS INSURANCE COMPLIANCE SERVtCES ACCORDANCE WITH THE POLICY PROVISIONS. POBOX 4688-ECM#35050 AUTHORIZED REPRESENTATIVE • • NEW YORK, NY 10163-4668 I CANCELLATION ACORD 25 (2014/01) QF € 1988-2014 ACORD CORPORATION. AU rigl'!ts reserved;_,¡ o TM ACORD name and logo are registered marks of ACORDV COVINGTON SPECIALTY INSURANCE COMPANY This Endorsement Changes The Policy. Please Read It Carefully. CONTRACTOR COVERAGE EXTENSION ENDORSEMENT BLANKET ADDITIONAL INSURED - OWNERS, LESSEES, OR CONTRACTORS; PRIMARY AND NONCONTRIBUTORY; BLANKET WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART A. To the extent of coverage afforded by this policy, SECTION II WHO IS AN INSURED is amended to include as an additional insured any owner, lessee or contractor for whom you are performing operations or working at their premises when you have agreed in writing in a contract or agreement that such person or organization be added as an additional insured on your policy, but only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by: 1. Your acts or omissions; or 2. The acts or omissions of those acting on your behalf; in the performance of your ongoing operations for the additional insured(s) described above. However: 1. The insurance afforded to such additional insured only applies to the extent permitted by law; and 2. If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. Any entity requiring to be specifically listed as additional insured per the terms of the contract or agreement may be listed in the schedule below: Name of Person or Organization: B. With respect to the insurance afforded to these additional insureds, the following additional exclusions apply: 1, "Bodily injury", "property damage" or 'personal and advertising injury" arising out of the rendering of or the failure to render, any professional architectural, engineering or surveying services, including: a. The preparing, approving, or failing to prepare or approve, maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; or b. Supervisory, inspection, architectural or engineering activities. 2. Claims, "suits" and/or damages arising out of the acts, omissions and/or negligence of the additional insured(s). 3. "Bodily injury" or "property damage" occurring after: a. All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the site of the covered operations has been completed; or b. That portion of "your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. Policy No.: VBA664643 00 GBA 105014 1215 Page 1 of 2 COVINGTON SPECI ALTY IN SURAN CE C OM P AN Y This Endorsement Changes The Policy. Please Read It Carefully. CONTRACTOR COVERAGE EXTENSION ENDOR SEM ENT -- BLANKET ADDITIONAL INSURED - OWN ERS, LESSEES, OR CONTRACTORS; PRIMAR Y AND NON CONTRIBUTORY; BLANKET WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US This endorsement modifies insurance provided under the following: COM MERCIAL GENER AL LIABILITY COVER AGE PAR T A. To the extent of coverage afforded by this policy, SECTION II -- WHO IS AN INSURED is am ended to include as an additional insured any owner, lessee or contractor for whom you are performing operations or working at their premises wh en you have agreed in writing in a contract or agreement that such person or organization be added as an additional insured on your policy, but only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by: 1. Your acts or omissions; or 2. The acts or omissions of those acting on your behalf; in the performance of your ongoing operations for the additional insured(s) described above. However: 1. The insurance afforded to such additional insured only applies to the extent permitted by law; and 2. If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. Any entity requiring to be specifically listed as additional insured per the terms of the contract or agreement may be listed in the schedule below: I Name of Person or Organization: B. With respect to the insurance afforded to these additional insureds, the following additional exclusions apply: 1. "Bodily injury", "property damage" or "personal and advertising injury" arising out of the rendering of or the failure to render, any professional architectural, engineering or surveying services, including: a. The preparing, approving, or failing to prepare or approve, maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; or b. Supervisory, inspection, architectural or engineering activities. 2. Claims, "suits" and/or damages arising out of the acts, omissions and/or negligence of the additional insured(s). 3. "Bodily injury" or "property damage" occurring after: a. All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the site of the covered operations has been completed; or b. That portion of "your work" out of wh ich the injury or dam age arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. Policy No.: VBA664643 00 GBA 105014 1215 Page 1 of 2 C. With respect to the insurance afforded to these additional insureds, the following is added to SECTION III — LIMITS OF INSURANCE: If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by the contract or agreement; or 2. Available under the applicable Limits of Insurance shown in the Declarations; whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations. D. Primary and Noncontributory Provision If the contract between the additional insured and you requires that the insurance afforded by this policy be primary and noncontributory, this insurance shall be primary and noncontributory, but only; 1. As to the general liability policy(ies) where that additional insured is listed as the named insured on the declaration page(s) of such policy(ies), and 2. Only if such claims, "suits" and/or damages arise out of the sole negligence of the Named Insured. E. Waiver of Subrogation Provision The Transfer of Rights of Recovery Against Others To Us Condition (SECTION IV — COMMERCIAL GENERAL LIABILITY CONDITIONS) is amended by the addition of the following: If required as part of a written contract or agreement, we will waive any right of recovery we may have against those who are added as additional insureds by this endorsement because of payment we make for injury or damage arising out of your ongoing operations performed under a contract with them. This waiver applies only when you are solely negligent. This waiver shall not apply to claims, "suits" and/or damages arising in whole or in part out of the acts, omissions, and/or negligence of those added as additional insureds by this endorsement. GBA 105014 1215 Page 2 of 2 C. W ith resp ect to the insuranc e afford ed to th ese addi tional insureds, the following is added to SECTI O N III -- LIM ITS OF INSURANCE: lf coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by the contract or agreement; or 2. Available under the applicable Limits of Insurance shown in the Declarations; whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations. D. Primary and Noncontributory Provision If the contract between the additional insured and you requires that the insurance afforded by this policy be primary and noncontributory, this insurance shall be primary and noncontributory, but only; 1. As to the general liability policy(ies) where that additional insured is listed as the named insured on the declaration page(s) of such policy(ies), and 2. Only if such claims, "suits" and/or damages arise out of the sole negligence of the Named Insured. E. Waiver of Subrogation Provision The Transfer of Rights of Recovery Against Others To Us Condition (SECTION IV - COMMERCIAL GENERAL LIABILITY CONDITIONS) is amended by the addition of the following: If required as part of a written contract or agreement, we will waive any right of recovery we may have against those who are added as additional insureds by this endorsement because of payment we make for injury or damage arising out of your ongoing operations performed under a contract with them. This waiver applies only when you are solely negligent. This waiver shall not apply to claims, "suits" and/or damages arising in whole or in part out of the acts, omissions, and/or negligence of those added as additional insureds by this endorsement. GA 105014 1215 Page 2 of 2 UNIT FEE DESC RMOUNT REVIEW FEE TYPE CODE omnRTmENT I in7.-.73 a.17, .E000 tY,184XLVAgclU4 kfRRCTORi' NT: BUSINESS DEVELOPM ST RPT 2406 RADESMANg ASCAL FRANCISCO M E 34 ST STE 2406 9'4I FL 33137 C ,CTOR IFIER MEN' £€ 34 » , FL 321237 RDESPAIN: SRL FRNIS M NE ST STE 240 IMI, FL 33137 REVIE FEE TVpE CODE UNIT DES FEE MO LUN T C-3pstrui.:4 ,,t1 n-riles LAr iyng Board LISINESS CERI1FICATE OF COMPF rEm(,-{ 1413S00559 OWANNENT BUSINESS DEVIELOPMENI C B.A.. CT QUALIFY 3I 007B PPONTING QUALIFYING TRAD E(S) 00 78 PAI NTI NG MIAMI-DADE COUNTY DEPARTMENT OF PERMITTING, ENVIRONMENT AND REGULATORY AFFAIRS 11805 SW 26TH ST. SUITE 207 MIAMI FL, 33175 (786) 315-2880 CONTRACTOR'S BUSINESS CERTIFICATE :OF COMPETENCY ISSUED DECEMBER 12, 2014 THIS IS TO CERTIFY THAT GOVERNMENT BUSINESS DEVELOPMENT LLC CONTRACTOR CERTIFICATE NO.: 14BS00559 TRADE: BUILDING CERTIFICATE EXPIRATION DATE: 09/30/2020 HAVING MET THE CODE REQUIREMENTS OF MIAMI-DADE COUNTY, AS AMENDED, IS CERTIFIED AS A CONTRACTOR IN THE FOLLOWING CATEGORY(S): 0078 PAINTING WITH ALL WORK TO BE DONE UNDER THE SUPERVISION, DIRECTION AND CONTROL OF QUALIFYING AGENT ABASCAL FRANCISCO M S.S.N. - -9395 ALTERATION,' REPRODUCTION OR TRANSFER OF THIS CERTIFICATE IS PROHIBITED. JAIME D. GASCON, P.E. SECRETARY, CONSTRUCTION TRADES QUALIFYING BOARD GOVERNMENT BUSINESS DEVELOPMENT LLC 555 NE 34 ST APT 2406 MIAMI FL 33137 PEE FOR THIS CERTIFICATE WAS PAID ON PROCESS NO. T2018174950 MIAM I -DAD E C O UN TY D E PAR TMENT O F P ERM I TT IN G , ENVIR ONMENT AND RE GULA T O R Y AF F AI RS 1 1 8 0 5 S W 2 6 TH S T . S UI TE 2 0 7 MIAMI FL , 33175 (786) 315-2880 CONTRACTOR' S BUSINESS CERTIFICATE 'OF COMPETENCY ISSUED DECEMBER 12, 2014 THIS IS TO CERTIFY THAT GOVERNMENT BUSINESS DEVELOPMENT LLC CONTRACTOR CERTIFICATE NO.: 14BS00559 TRADE: BUILDING CERTIFICATE EXPIRATION DATE: 09/30/2020 .." HAVING MET THE CODE REQUIREMENTS OF MIAMI-DADE COUNTY, AS AMENDED, IS CERTIFIED AS A CONTRACTOR IN THE FOLLOWING CATEGORY (S) : 0078 PAINTING W ITH ALL W ORK TO BE DONE UND ER THE SUP ERVI SION, DIRECTION AND CONTROL OF QUALIFYING AGENT ABASCAL FRANCISCO M S.S.N. -9395 ALTERATION, REPRODUCTION OR TRANSFER OF THIS CERTIFICATE IS PROHIBITED. JAIME D. GASCON, P.E. SECRETARY , CONSTRUCTION TRADES QUALIFYING BOARD GOVERNMENT BUSINESS DEVELOP MENT LLC 555 NE 34 ST APT 2406 M IAMI FL 3 3 1 3 7 FEE FOR TH IS CER TIFICATE WAS PAID ON PROCE SS NO. T2018174950 Local Business Tax Receipt Miami—Dade County State of Florido f.y-i‘rvccr. ,Ay 710645", BUSINESS NAmErLocATioN GOVERNMENT BUSINESS DEVELOPMENT tIC 9000 SW 56TH ST MIAMI, FL 53165 RECEIPT NO. RENEWAL 7384167 EXPIRES SEPTEMBER 30, 2020 1,,,k,st ha displayed at plane of lnsinees Pursoorit ko Couoli Chaplet `8A Art 97: IL, OWNER GOVERNMENT BUSINESS tiNELORMENT LLC CIO EVPI IOW I PY MGR Employee(s) SEC. TYPE or BUSINESS 213 SERVICE BUSINESS PAYMENT RECEIVED BY TAX. COLLECTOR 45 00 0711212019 0204-19-046535 This Losal Business Tax Receipt only conittmo payment attic local BusInes$ Tax, The Receipt le cotta fleecy., pormit,91,4ks!1„rtification ditto holder's qualipeationo, to do huiness. lie hie r must comply well any aoyeptmentai or ilangtheti1okeptal raaufatory laws end requirements which apply'to the hosines. The RECEIPT 1140.aboita 'oust ho displayed on alt t vehicle§ - Miami-Gado Code Sec Ra -276. MfAMIDADEE; rar mow information, visit-www,mi6Miti.6116,12610.O3.6.91$6161 EV* which of doing EEREAS, the. the City of Miami County to adopt a Cbde NOW, TuiarF COMMISSION OF 'ME CITY 0 200 79 A RESOLUTION OF CITY OF MIAMI BRACH A CODE OF BUM SS CONTRACT WITS cnv commwoN AP' TgE T CONWORS ADOPT OR TO ENTERING INTO A /EACH ("OMCC") adopted a WHEREAS, the City ofhtand Beach is *member of the GMCC; and WEEREAS, the Modal Code, attsched hereto as ExhNt A, is a atatemont of principles to help guide decisions and actions based on respect for the imp:Mame of ethical business standards in the communitN and ANTINREAA the .GMCC encouragesits members to adept t principles and practices outlined in the Model Code; and er or his or her deeigaee Prior to execution of any comma between nentractor the City. The. Code of Business shall, at a Isiah:atm, require the contInctor tooomply t all applicable goventmettal rules and regulations including among others, the conflict of interest, lobbying and ethics provisions of the City Code. Section 2. Commission Ines the Greater Ai Chather of Commerce to require that all of i t Members adopt **Model, Coda of Business Ethics. icon 3 resolution shall become effective immediately upon its Section I. Each person or do b e sa shall adopt a Code of Business Ethics ("Code") . WHEREAS, the Greater Miami Chamber of Commerce ("GMCC") adopted a Model Code of Business Ethics (the "Model Code"); and qy pp2g 4(%4, PA ;„,¡ p.,4 :, N,1.r y$44 (}%4(y 4A ? filid#un, l Iy OD Dldmli ?n? 1$ 8 1I Ol k Jl fS dll 1 ! ! i to I l I ¡ £ ¡ l'~ \ . ~· $ ATIEST: f • 4 a. • • 4.•A• 1.4 4 AO, i .. t ATTEST: 1 ¡ I f f ¡ t I ¡ i ' t ¡ i I ¡ I· I I ~I I R MIAMI OHAMBER OF COMMERCE, EL CobE OF BUSINESS ETHICS . STATEMENT OF PURPOSE The Greater Merril ChaMber.of Contn1er4e ("omqc.) seeks to create and sustain an ethical business climate for its Members and the community by adopting a Code Of Business Ethics, The GMCC encourages its members to incorporate the principles and pradices outlined here in their indhridUal codes of ethics which will guide their relationships with customers, clients and suppliers; This. Model Code can and should be, prominently displayed at all business locations end may be Incorporated into marketing materials. The GMOC believes that its members should use this Cede as a model for the development iatifieir organizations' business codes of *Wes. Model Code is a statement of principles tc he1 aide ons end actions based ,on respect for to rr AanCe di ethi it OUSuleaa standarc s in the tonwil .C it oteltliCS is the responsibility of every business and prolessio betteVes the edePlionet illettaingftfl on. Compliance, with Government & flee Wall on s • • We will properly Maintain all records and post all licenses and certificates in prominent ptaces easily seen by our employees and customers; In dealing with gaYernMent agenclqs and employees, we will conduct business in accordance with air applicable rules and regulations and in the open; We will report contract Wet:Mattes and other improper or unlawful business practices to the Ethics Cornmission, the Office of inspector Qcnoral or appropriate law enforcement authorities. Reertf ent, Selection rapensation ofVermiqrs end Suppliers • We will, avoid conflicts of interest and disclose such conflicts when identified; • Gifts which compromise the integrity ot a business transaction are unacceptable; we will not kick back any potion of a contract payment to employees of the :Other echblitcling pady or accept such a kickback • Ali our financial transactions will be properly. and fairly recorded in appropriate bz ots, kt n af account, and there will be no '‘'off the hooks' transactions or secret a promotion .and Sales el:products anti Serylcee Our products will comply with all applicable safety and..quality standards; • We will prOrnote and advertise our bUsiness and its, products or services: in a manner which is not misleading and does not falsely disparage our competitors; usiness with;the 9overnrnent STATEMENT O F PURP O SE The Greater Miami Chamber at Commerce ("GMCC") seeks to create and sustain an climate for its members and the community by adopting a Code of Business .- _e GMCC er its members toi the principles and • outl ined here in their individual is which wit- 'ionshis with us .., .n and suppliers. This. '6del and should be " red at all business locations and may be inc into ·rials. 'hat its members should use this Gade as a mode for the eir c, codes of ethics. . [or the code • . We will properly maintain all records and post all licenses and certificates in prominent places easily seen by our employees and customers; ;, , .. ··· ..... ,·.' In dealing with government agencies and employees, we will conduct business in accordance with all applicable rules and regulatlons and in the open; We will report cor regularities and other improper or unlawful business practices to the ... Commission, the Office of Inspector General ar appropriate law enforcement authorities. Recruitment, selection & Compensation et Vendors and Suppliers ,,_·••;,,:.•·.,• ,.t(. .. ,,.,)·_ .. v•:•••_·.·.-,,,)••" }'<C,• Y,.• ·,';C.",,¥,••, ! 1 I # • We will avoid conflicts of interest and disclose such conflicts when identified; a," • Gifts which compromise the integrity of a business transaction are unacc we will+ .s·_y tíon of a contract payment to employees of the contracting party or: such a kickback. " Business Accounting "ime mm " • All our financial transactions will be properly and fairly recorded in appropriate books of account, and there will be no "ff the books" transactions or secret accounts. " " " Promotion and Sales el Products and Services . ¿es : so ·+ o s se, y' Our products will comply with all applicable safety and quality standards; We will promote an¢ our business and its products or services in a manner which is nott ,and does not falsely disparage our competitors; Doing Business with the Government Y '· Si i. è fii ¡ ! ' ;:1"'~ t \___. J 4 ..... ~. I U • We will conduct business ~vita government agorudes andefr yeas in a manner which avoids even the appearettee of impropriety, ' Efforts to curly pordical favoritism are unacceptable; Our bids will be competitive, appropriate to the bid documents and, arrived at independently; • • . Any challenges to adts awarded will have a substantive basis anti not be pursued merely because we ere the unsuccessful bidder; ▪ We will, to the beet of cur ability, perform government contracts awarded at the price and under the terms provided for in the contract. We vrill not submit inflated Invoices for.goods provided or services performed under such contracts, and claims wOl be made only, for work actually performed, We will abide by ail contracting and subcontracting regulations. • We will riot, directly or indire4Y, offer to give a bribe or otherwise channel kickbacks from contracts awarded, to government(Miele's, their familY members or business associates, • Ws -wilt not seek or expect preferential treatment on bids based on our participation in political campaigns. 4 Political Catml3tOrls • We encourage ail employees to participate in community life, public service and the Political procats; • We encourage an ernptoyeea to recruit, support and elect ethical and quacdied public Officials and engage them in dialogue end debate about builnesi and community Issues: • OW contributions to political Pates, committees or individuals will only be made in accordance %Mtn applicable Jaw and will comply with ail requirements for public disoloture, All contributions made on behalf of the business must be reported to senior cornperiy management • We wiii not contribute to the campaigns of persons WhO,ere convicted felons or on:sem/hp do not: ign the Pair.Campaign-Practices OrdinaricC • We,Will not knowingly disseminate false campaign Informatio r support these wig GO‘,641/00V.r Company Our bids will be competitive, appropriate to the bid documents and arrived at independently, .Ary chalenges ta contrats awardsd wil have a substantive basis and no! be pursued merely because we are the unsuccessful bidder; \. We will not, directly or indirectly, offer to give a bribe r kickback awarded, to government officials, their or busin • expect preferential treatment on bids based on our campaigns. all employees to participate in cormunity life, public service and ess; s to recrui t, support and elect ethical them in dialogue and debate about s, committees or individuals will only be made o We will not contribute to those who do not sign We wil t rot knowin wnodo. 1 I I f i t ¡ t i · t ! ~ ' I I t 4 ; ¡ I ¡ l l Thank y oredo r Commercial Sales Representative (786) 412-3903 Alberto.Loredo@sherwin..com .SHERWIN-WILLIAMS. Protective 4 ititrine Coatings q-4 October 8th 2019 Natalia Delgado, Procurement Contracting Officer City of Miami Beach Procurement Department Re: Government Business Development 555 NE 34th St Apt 2406 Miami, FL 33137 To whom it may concern, Government Business Development has been applying Sherwin-Williams Waterproofing Coating Systems for 5 years and. they can also perform preparation and application needed for any waterproofing project. Government Business Development is a qualified applicator of the Sherwin-Williams Waterproofing Coating Systems. If you. have any questions regarding this matter, please call myself or Government Business Development. SHERWIN-WVILLIAMS. Protective & Marine Coatings October 8", 2019 Natalia Delgado, Procurement Contracting Officer City of Miami Beach Procurement Department Re: Government Business Development 555 NE 34 St Apt 2406 Miami, FL 33137 To whom it may concern, Government Business Development has been applying Sherwin-Williams Waterproofing Coating Systems for 5 years and they can also perform preparation and application needed for any waterproofing project. Government Business Development is a qualified applicator of the Sherwin-Williams Waterproofing Coating Systems. If you have any questions regarding this matter, please call myself or Government Business Development. Senior Commercial Sales Representative (786) 412-3903 Alberto.Loredo@sherwin.com ATTACHMENT D INSURANCE REQUIREMENTS A TT A C H M E N T D IN S U R A N C E R E Q U IR E M E N T S • 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 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 NO.1 INVITATION TO BID NO. 2020-019-ND PAINTING (INTERIOR AND EXTERIOR) AND WATERPROOFING SERVICES MIAMI 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-referenced 1TB 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. • 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 NO. 1 INVITATION TO BID NO, 2020-019-ND PAINTING (INTERIOR AND EXTERIOR) AND WATERPROOFING SERVICES Sincerely, ex Denis__ Ptiotdrnent 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 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-miamibeachna 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: I Telephone: Email: Natalia Delgado ___ j 305-673-7000 ext. 6263 nataliadelgado@miamibeachfl.gov Proposers are reminded to acknowledge receipt of this addendum as part of your ITB submission. 2 ADDENDUM NO. 1 • INVITATION TO BID NO. 2019-109-ND PAINTING (INTERIOR AND EXTERIOR) AND WATERPROOFING SERVICES MI A MI BE A CH PROCUREMENT DEPARTMENT 1755 Meridian Aven ue, 34 Floor Miam i Beach, Florida 33139 www.m iam ibeachfl.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 endorsem ents 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 RafaelGran ado@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. irector 2 ADDENDUM NO. 1 INVITATION TO BID NO. 2019-109-ND PAINTING (INTERIOR AND EXTERIOR) AND WATERPROOFING SERVICES