ITB-20-019-06 I.D. Painting CorpCONTRACT NO. 20-019-06
MIAMI BEACH
City of Miami Beach, 1755 Meridian Avenue, 3 Floor, Miami Beach, Florida 33139, www.miamibeachfl.gov
PROCUREMENT DEPARTMENT
Tel: 305-673-7490, Fax: 786-394-4235
SENT VIA E-MAIL TO: idpaintingcorp@yahoo.com
March 6, 2020
Jose A Duran
I.D. Painting Corp.
255 East 6 Street, Apt #7
Hialeah, FL. 3301 O
Phone: 786-515-3909
RE: NOTICE OF AWARD OF CONTRA CT PURSUANT TO INVITATION TO BID (1TB) NO.
2020-019-ND TO ESTABLISH A POOL OF PAINTING (INTERIOR AND EXTERIOR)
AND WATERPROOFING SERVICES.
Dear Mr. Duran:
On October 25, 2019 I.D. Painting Corp., (the "Contractor'') submitted to the City of Miami Beach,
Florida (the "City") a request to be prequalified for future projects in response to the above-
referenced 1TB. The 1TB stipulates, pursuant to Section 0200, Sub-Section 16, Binding Contract,
that the approval of the City Manager's recommendation by the Mayor and City Commission
shall constitute a binding Contract between the City and the awarded bidder.
Accordingly, this letter shall serve as official notice from the City that the Mayor and Commission,
at its February 12, 2020 meeting, approved the City Manager's recommendation, pursuant to the
1TB, to prequalify the Contractor to be eligible to provide services to the City for painting and
waterproofing services. It is important to note the work must be awarded in accordance with the
1TB. Further; no services may be performed until such time as the City has issued a Purchase
Order.
If you have any questions regarding this letter of notification of award, you may contact Valerie
Velez, Contract Analyst, Procurement Department, at ValerieVelez@miamibeachfl.gov or at
305.673. 7 490. Otherwise, all other questions should be addressed to the Contract Manager for
this contract, Adrian Morales Director Property Management Department at
AdrianMoralest mmiamibeachfl, 1oy or (305) 673-7000 ext. 2932.
//
I
- )enis ]/-Director Procurement Department
AD/ME/AG
We are committed to providing excellent public service and safety to all who live, work, and play in our vibrant, tropical, historic community.
ATTACHMENT A
RESOLUTION COMMISSION ITEMS AND COMMISSION
MEMORANDUM
Coversheet Page 1 of?
[osolutions -CZ_H
MIAMI BEACH
COMMISSION MEMORANDUM
TO:
FROM.
DATEE:
Honorable Mayor and Members of the City Commission
Jimmy L. Morales, City Manager
February 12, 2020
SUBJECT: A RESOLUTION OF THE MAYOR ANDO CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA,
ACCEPTING THE RECOMMENDATION OF THE CITY MANAGER, PURSUANT TO INVITATION TO BID ((TB8) 2020-
019-ND, TO ESTABLISH A POOL OF PAINTING AND WATERPROOFING CONTRACTORS TO EXPEDITE THE
SELECTION OF CONTRACTORS FOR FUTURE PANTING 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; FUR TH ER, AUTHORIZING THE CI TY MANAGER TO KEEP THE TB OP EN FOR THE PUR P O SE OF
PREQUAL'F YING ADDITIONAL PAINTING AND WATERPROOFING CONTRACTORS, AN DELEGATING TO THE
CITY MANAGER THE AUTH ORITY TO ADD OR REMOVE CONTRACTORS TO THE POOL, PROVIDED SUCH
CONTRACTORS MEET THE REQUIREMENTS OF THE IT8.
RECOMMENDATION
Adopt the Resolution
BACKGRO UND /H I STOR Y
For approximately five years, the City of Miami Beach bas had an agreement for the provision of interior and exterior painting and
waterproofing servi ces, The current contr act expired on O ctobe r 21, 2019. In order to establish a replacem en t cont ract , on October
4, 2019, the City issued an Invitation to Bid 2020-019-ND (the "ITB"). The purpose of the IT is to establish a contract, by means of
sealed applications, wi th qualified contractos for the establishment of a prequalified pool of painting and waterproofing con tra ctor s.
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 application s and add additional or remove contractors to the list of
prequalified contract or s during th e term of the contract.
ANALYSIS
Th e ITB was issued on October 4, 2019, with bid opening date of October 25, 2019. Th o 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: bacron LLC ("Abacron'), Cunano Builders Corporation ("Cunano"),
Endirt LLC ("Endirt"), Government Business Development LLC ("Government Business"), Halcyon Builders, Inc. ("Halcyon"), LD.
P ai nti ng Corp. ("I.D . P ai nti n g"), Inclan Painting an d W aterproofing, Corp. ("In clan"), R oof P ainti ng by Hartzell, Inc. ("H ar tz el l"), and
Paint Quest, LLC ("Paint Quest").
The fTB stated that following the review of applications, the responsive and responsible bidder(s) meeting all terms and conditions
of the {TB will be recommended far award. In its due diligence, the Procurement Department found that Abaron, Cunano, Endirt,
Government Business, Halcyon, I). Painting, Inclan, Hartzell, and Paint Quest met the requirements of the {TB. Accordingly, all
bidders as listed in Exhibit A have been deemed responsive, responsible bidders meeting all terms and conditions of the (TB 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 ool of pr@qualified 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://m1iamibeach.novusagenda.com/agendapublic/Cover8Sheet.aspx2Item1D+15654&Me... 2/18/2020
Co v er sh e e t P a ge 2 o f 2
Otherwise, redundant and time-consuming efforts would be required to qualily 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 [TB requirements will be added to the pool.
Contractors th at do not perform well will be removed from the pool.
Therefore, I recom mend 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 (UT) No. 2020-019-ND, to establish a pool of
painting and waterproofing cont ractor s to expedite the selection of contractors for future painting and waterproofing projects not to
exceed $300,000, and approve the initial pool of qualified cont ractors, 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 the added con tractor s meet the requirements of the ITB
Ap p lic able Ara
Citywide
Is th is _a R e sid e n t Fight to
Know item?
No
Does this item utilizo G.O.
Bond Funds?
N o
Legislative Tracking
Property Management/P rocurer ent
ATT ACH MENT S;
D escript ion
n l oh m ent
R esol ution
https://mniamibeach.novusagenda.com/agendapublic?Cover'Sheet.aspx?Item[D15654&Me... 2/18/2020
RESOLUTION NO.
A RESOL UTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF
MIAMI BEACH, FLORIDA, ACCEPTING THE RECOMMENDATION OF THE
CITY MANAGER, PURSUAN T TO INVITATION TO BID (IT) 2020-019-ND, TO
ESTABLISH A POOL OF PAINTING AND WATERPRO OFING
CONTRACTORS TO EXPEDITE THE SELECTION OF CONTRACTORS FOR
FUTURE PAINTING AND WATERPROOFING PROJECTS WITH A
CONTR ACT PRICE OF $300,000 QR LESS; AND APPROVING THE INITIAL
POOL OF QUALIFIED CONTRACTORS, AS SET FORT H IN EXH IBIT "" 1O
THE COMMISSION MEM ORAN DUM ACCOMPAN YING THIS RESOLUTION;
FURTHER, AUTHORIZING THE CITY MANAGER TO KEEP THE ITB OPEN
FOR THE PURPOSE OF PREQUALIFYING AD D ITIONAL PAINTING AN D
WATERPROOFING CONTR ACTOR S , AND DELEGATING TO THE CITY
MAN AGER THE AUTH ORI TY TO AD D 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, Ihe current contract expired on October 21, 2019; and
WHEREAS, on October 4, 2019, the City issued an Invitation to Bid 2020-019 N 0 (the
"IT+") 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 Corpor ation ("Cunano"), Endirt LLC ("Endirt"), Government Business
Development LL.C ("Government usiness"), Halcyon Builders, Inc. ("Halcyon"), ID. Painting
Corp. ("ID. Painting"), Inclan Painting and Waterproofing, Corp. ("Inclan"), Roof Painting by
Hartzell, Inc. ("Hartzell"), and Paint Quest, LLC ("Paint Quest"); and
WHEREAS, in its due diligence, the Procurement Depa rtm en t found that Cunano,
Endirt, Government Business, Halcyon, I.D. Painting, Inclan, Hartzell, and Paint Quest met the
requirements of tho IT; and
WHEREAS, all bidders as listed in Exhibit A have been deemed responsive, responsible
bidders meeting all terms and conditions of the TB; and
WHEREAS, when a need arises, the City will seek proposals from all prequalifted
contractors, and
WHERES , 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; sorvice orders excceding $300,000 will need to be competitively procured;
and
WVHEREAS, to maximize comp etition am on g the prequalified contractors, the
Administration is recommending that the ITB remain open, to permit the Gity Manager to
prequalify additional contractors as part of the pool, provided that such contractors meet all of
the requirements of the [TB
NOW, THEREFORE, BE IT DULY RESOLVED BY THE MAYOR AND CITY
COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, that the Mayor and City
Commission hereby accept the recommendation of the Gily Manager, pursuant to Invitation to
Bid (IB) No. 2020-019-N, lo 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 [TB open far the purpose of prequalifying additional
painting and waterproofing contractors, and delegating to the City Manager the authority to add
or remove contractors to the pool, provided such contractors meet the requirements of the TB.
PASSED AND ADOPTED this...._day of.-.--- 2020.
ATTEST:
RAFAEL E. GRANADO, CITY CLERK DAN GELBER, MAYOR
t A)CAOßtao?OJ}-0) NU 1+) '3rat; '±tent and txtt} as ate4rt9 Seri 9At0 Cerulsson Awad Borum9ti18-220-
213-!festulon dt;
APPROVED AS TO
FORM & LANGUAGE
8 FOR E XE CUTION
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
ATT ACHM ENT B
SO LICITATI O N (ITB )
AN D ADDEND UM S
TA BLE O F CONTENTS
SECTIO N S:
010 0 G E N E R A L INF O R M A TI ON & S C OP E O F W O RK
APPEN D IC ES:
A P P E N D IX A
A P P E N D IX B
D EFIN ITIO NS:
PR E Q U AL IFI C A TI ON AP P L I C A TI ON
S P E C IA L C O N D IT IO N S
Bidder means an y firm or individual subm itting an application in response to this 1T B. The term bidder
m a y be use d interchangeably w ith applicant and pro poser.
V endor means any firm or individual that has been pre-qualified to supply goods or serv ice s to the City.
1. P U RP O SE . 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 w hich 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 utilìzes BidSync {www.bidsync.com ) fo r automatic notification of solicitation opportunities and
docum ent fulfillm ent. Any prospective bidder w ho has received this ITB by any m eans other than
through BidSync is solely responsible fo r registering im mediately 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 w ith an
addendum re quire ment, m ay result in disqualification of bid submitted.
2. O VE RVI EW O F PR EQ UALI FIC ATIO N PRO C ESS. The figure below is a general overview of the
pro cess that the City w ill utilize to award work pursuant to the prequalifícation pro cess.
Work will he
@warded accordane
with the roadmap
procedures established
n the IT
1 Bidder subml$.an,
application to be
ptequalifie«d
response to this IT
4 0 on as needed
basi s, City will tequesl
$%!s and costs from
fms prequalified for
the appl atte cal ego»y
2. piiation is evaluated
for com pliance with FT
requit+ment¢,
3. If Application is
approved, firm is added
to the list of firms
prequa'fed authonzed
for future work
3. PROCUREMENT CONTACT. Any questions or clarifications concerning this solicitation shall be
submitted to the Procurement Contact noted below. The Bid title/number shall be referenced on all
correspondence.
4. APPROVAL OF PREQUALIFIED STATUS. Following the review of applications, the responsive,
resp on sible 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 VA LID F OR THREE (3) YEARS FROM DATE OF TH E NOTICE OF
PREQUALIFICATION ISSUED BY THE CITY, OR AS OTHERWISE APPROVED BY THE CITY
IVI N'11G R , . ·: 0 • •• '<'· • Al6El.. " e, 0ph i a n e o e
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 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://wyw.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 Com m ission, a binding Agre em ent shall be established between the City and the approved
contractor. The Agreem ent shall be com prised of the following documents, and in the following order:
the Purchase O rder issued by the City; then,
the signed Contra ctor Service O rder; then,
the Invitation to Q uote (IT Q ) awarded to the vendor; then,
the 1TB, including all documents released in connection w ith 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
Section 1, SUB MITT AL 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, 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 TB.
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: 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 ZIPCODE:
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 I SOLE PROPRIETORSHIP / -··- ... _OTHER (If other, specify: -· -·- -
Part B - Operational & Management Information.
1. Provide the nam es of each own er (stockholder, sole proprietor, and partner), director, or officer of the
bol Subr it 1dditic il th tif d compan y, eow. u mr a tuonal names on a separate slieei ' 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:
Ir eleohone:
Name.
Emat:
Telephone:
Nare:
E&mail:
Telephone:
3. Is the bidder currently barred b~vernmental arncy,
1
from bidding as a prime or subcontractor?
L_J 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?
r1 ES + 1No L ) LI
I "yes, why?
5. Is an affiliate of the bidder prequalified by the City of Miami Beach for any work? I ]rs [ Io
If yes, state the name of the affiliate?
6. Is the bidder a parent, subsi~r holding c°¡pan] for another company?
L_J 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, r:r of the bidder affiliated with another company? vs I Io
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? [ Its I Jo
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? t Is L Jo
lf yes, explain and attach a copy of the discharge order, order confirming plan and if a Corporate
Chapter 7 case, a copy of the notice of commencement.
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? I Is Jo
I "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? L Jrs L Jo
I " 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? L Js L Io
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 c\aim oj material mTeprerntation to any public agency or entity?
l ]YES NO
I If yes, explain.
14. Has the bidder or any of its owners, officers, or partners ever been convicted of any a foderai or
state crime? L Js Jo
I "yes, explain.
15. Is any officer, director, employee or agent, or immediate family member (spouse, parent, sibling, and child) of
ar ato e . acenso.eawores s3o\,,218,9le,%y"wasna»
It tate titl id h f hi ves, s a e name, 1 e an s are o owners IP
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 M iam i B each? L t s L o
I If yes, provide details.
17. Equal Benefits for Employees with Spouses and Employees with Domestic Partners. P urchases
hereunder are subject to the requirem ents of E qual Be nefit s fo r D om estic P art ners Or d inan c e 2005-3494 th at
require s bidde rs w ith m ore than 51 em ployees and C ity volum e greater th an $10 0,000 to pro vide "E qual
B enefit s" to the ir em ployees w ith do m estic part ners, as they provide to em ployees w ith spouses. T he O rdinance
applies to all em ployees of a bidder w ho w orks w ithin the C ity lim its of the C ity of M iam i B each, Flo rida ; and the
Contractor's em ployees located in the United S tates, but outside of the C ity of M iam i B each lim its, w ho are
directly perf orm ing w ork on the contract w ithin the C ity of M iam i B each.
A. Does your company provide or offer access to any benefits to employees with spouses or to spouses of
employees? L rs 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 e[ployers?
[ Jrs o
C. Please ch e ck all benefits that apply to your answers above and list in the "oth er" section any additional ben efits not
already specified. Note: some benefits are provided to employees because they have a spouse or domestic
partner, such as bereavement leave; oth er 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 L.eave
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? t ts t Jo I If yes, which brands.
BIDDER AFFIDAVIT
T he unde rsig ned 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) me 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 statem e nt w he never a change occurs in the ow nership, management, or financial condition of
the company. Further, any prequalified contractor, including its princi pals), 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 TH IS PAGE IS LEFT INTENTIONALLY BLANK]
AP PEND I X 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/CONTRA CTOR'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.
Contra ctor shall em ploy personnel com petent to perform the work specified herein. The City reserves
the right to request the re moval of the Contractor's em ployee's from performing maintenan c e on the
City's grounds wh ere the employee's perform an ce or action s are ob viously detrimen tal to the program .
Contractor's personnel must wear photo identification at all times.
8. UNIFORMS. All personnel furn ished to the City of Miam i Beach must be uniformed. Each employee
supplied by the Contractor will wear a uniform bearing the Contractor's nam e. Uniforms must be
provided at the Contractor's expense and may not be charged to the em ployee or deducted from the
em ployees' paycheck, therefo re 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 (Appen dix E).
10. FIELD MEASUREMENTS. Unless specifically instructed otherw ise by the City, in writing, the
Contra ctor shall be responsible for the location and layout of all work and shall be responsible for all
field measurem ents that may be required fo r execution of the work. In the case of dim ensions, field
dim ensions, 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 im prove a public building, structure, or other public construction works must,
com petitively 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 1TB.
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 serv ices.
[THE REMAINDER OF THIS PAGE IS LEFT INTENTIONALLY BLANK]
MI A MI BEACH PROCUREMENT DEPARTMENT
1755 Meridian Avenue, 34 Floor
Miami Beach , Florida 33139
www.miamibeachfl.gov
ADDENDUM NO. 1
INVI TA TI ON TO BID NO. 2020-0 19-ND
PAIN T IN G (INTER IO R AND EXTERIOR ) AND W ATER PR OOFING SERVICES (the "ITB ")
October 17, 2019
This A dden d um to th e abo ve-refer en c ed [TB is issued in respon s e to question s from pro spe ctive propo sers, or other
cl ar ifications an d revisi on s issued by th e City. The [TB is am en d ed in the followi ng particulars only (deletions are
shown by strikethrough and additions are underlined).
I. REVISION: DELETE Section 0100 - General Inform ation & Scope of Work, 10. Insuran ce Requirement, on
page 6 of the ITB , in its entiret y an d REPLACE with th e following:
The ven d or shall main tain th e below require d insuran ce in effect prior to awarding the contract and for the
duration of th e con tra ct. The m aint en an ce of proper insuran ce coverage is a m aterial elem en t of th e con tr act
an d failure to maintain or ren ew covera ge m ay be treated as a mater ial bre ach of the contract, which could
result in w ithholding of paym ents or term ination of the contra ct.
A , W or k er's C om pen sation Ins uran ce for all emp loyees of th e vend or as require d by Florida Stat ute
440, and Em p lo yer Liability Insuran ce fo r bodily injury or disease.
B. Com m ercial General Liability Insura nce on an occurre nce basis, including pro ducts and completed
operations, pro perty dam age, bodily injury and personal & advertising injury with limits no less than
$100,000 per occurren c e.
C . Autom ob ile Liability Ins uran c e covering an y autom obile, if vend or has no owne d automob iles, then
cover a ge for hire d an d non -own e d autom ob iles, wi th limit no less than $100,000 com bine d per accident for
bodily injury and pro perty dam age.
Additional Insured - Ci ty of Miam i Beach must be included by en dorsem ent as an addition al insure d with
respect to all liability policies (except Professional Liability and W orkers' Compensation) arising out of work
or operations perform ed on behalf of the contra ctor including m aterials, parts, or equipment furn ished in
connection w ith such w ork or opera tions and autom obiles owned, leased, hire d or borro wed in the form of an
endorsem ent to the contractor's insurance.
Notice of Cancellation - Each insuran ce policy require d abo ve shal l pro vide that covera ge shall not be
cancelled, except w ith notice to the City of Miam i Beach c/o EXIGIS Insurance Compliance Services.
Waiver of Subrogation - Ven dor agrees to obtain an y endorsement that m ay be necessar y to affect the
waiv er of subr ogation on th e covera ges require d. However, this pro vision applies regardl ess of whether the
C ity has received a waiver of subrogation endors em ent from the insurer.
Acceptability of Insurers -- Ins uran ce m ust be placed with ins urer s with a curren t A.M. Best rating of A:VII
or higher. If not rated, excep tion s m ay be m ade for members of th e Florida Insuran ce Funds (i.e. FW CIG A,
FA JU A ). C ar riers m ay also be consi dere d if the y are licen sed an d author ized to do insuran ce busine ss in
the State of Florida.
pt er.. t. pg., owtop .re wot ye.oe,9 et.geog .it,,t.. t.me. go9pt r.. pr , p 1 er to • rap t .be, pt9tt.hep..pt. 9te t • e • ,
1 I ADDENDUM NO. 1
INVITATION TO BID NO, 2020 019-ND
PAINTING (INT ERIOR AND EXTERIOR) AND WATERPROOFING SERVICES
MIAMI BEACH PROCUREMENT DEPARTMENT
1755 Meridian venue, 3' Floor
Miami Beach, Florida 33139
www.mlamibeachft.gov
Verification of Coverage - Contractor shall furnish the City with original certificates and amen datory
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 ali
required insurance policies, including endorsements, required by these specifications, at any time.
CERTIFICA TE HOLDER MUST READ:
CITY OF MIAM I BEACH c/o EXIGIS Insuran ce Compliance Services
P.O. Box 4668 -ECM #35050
New York, NY 10163.4668
Kindly submit all certificates of insuran ce, endorsements, exemption letters to our servicing agent, EX(GIS,
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 requirem ents shall not relieve the vendor of his liability and obligation under
this section or under any other section of this agreement.
Any question s regarding this Addendum should be submitted in writing to the Procurem ent Man agem en t
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: Telephone: Email: j
Natala Delgado ,305673-7000 ex4. 6288 inataliadelgado@miamibeach.gov
Proposers are reminded to acknowledge receipt of this addendum as part of your 1TB submission.
Sincerely,
è»
rhrocarcrent Director
""---·2rr~~~i:~Y~~YJ1~::-;::;.:~=-·,-~-~•;----~M•n~ ..... , ,..Mri--•--~~"'-·~~~---·--"'
PAINTING (INTERIOR AND EXTERIOR) AND WATERPROOFING SERVICES
MIAMI BEACH PROCUREMENT DEPARTMENT
1755 Meridian Avenue, 3 Floor
Miaml Beach, Florida 33139
www.miaibeachfl.gov
ADDENDUM NO. 1
INVITATION TO BID NO. 2020-019-ND
PAINTING (INTERIOR AND EXTERIOR) AND WATERPRO OFING SERVI CE S (the "/TB")
October 17, 2019
This Addendum to the above-referen ced [TB is issued in response to questions from prospective proposers, or other
clarifications and revision s issued by the City, The ITB is amen ded 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 Requirem ent, 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 mainten ance of proper insurance coverage is a material elemen t 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 Insuran ce 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. Automob ile Liability Insuran ce covering any autom obile, if vendor has no owned autom obiles, 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 a!l 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 insuran ce policy required above shall provide that coverage shall not be
cancelled, except with notice to the City of Miami Beach co EXIGIS Insuran ce 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 high er. 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.
r;::,i,ruwt~-..¡"'!"ff:I AfJOEÑ'iIÜÑÏÑÜ.1~=~,.~-nr,r-.~-~,~--'-"""'·""-~•-""'<.,... __ r,,,, . .,m«1,m:111m,m,~~~•,•;rfr•«t1Nw-'>~>«a;.,-t
INVITATION TO BID NO. 2020-019-ND0
PAINTING (INTERIOR AND EXTERIOR) AND WATERPROOFING SERVICES
MI A MIBEACH PRO CUR EM ENT DEPARTMENT
1755 Meridian Avenue, 34 Floor
Miami Beach, Florida 33139
www.miamibeachfi.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.
C E R TIFIC A T E H O LD ER M U ST R E A D :
CITY OF MIAMI BEACH
clo EXIGIS Insurance Compliance Services
P.0. 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@riskyyorks.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
' i
I ¡ ¡
¡
!
I
Contact:
Natalia Del ado
Telephone:
305-673-7000 ext., 6263
Email: J"
nataliadelgadot )miamibeachfl.gov
Proposers are reminded to acknowledge receipt of this addendum as part of your TB submission.
• 4> lrcoré6t rector
W.+.W!"IF__._2~î~ADDËNDUhìN07~~<z:<--~;,,~-;,~oi'!~~-'ªWlil'=""''M.--~,.,.,,,,n,,.,.ml'~m:<~\.,;,,,c,-"",..,__,.,,.,,.,.._,,.. __ ,. . ...-r.,_...i:orr,;m;,,<;,t".cr,,.,;.~;1,,;:-J1=--•111,Ml?!rrfll.
INVITATION TO BID NO. 2019-109-ND
PAINTING (INTERIOR AND EXTERIOR) AND WATERPROOFING SERVICES
ATTACHMENT C
CONSULTANTS RESPONSE TO THE (ITB)
D etail by FE I/E IN N um ber Page 1 of 2
Florida Department of State DIVISION OF CORPORATIONS
Department of State I Division of Corporations I Search Records I Detail By Document Number I
Detail by FEI/EIN Number
Florida Profit Corporation
I.D. PAINTING CORP.
Filing Information
Document Number P14000050411
FEI/EIN Number 47-1085015
Date Filed 06/09/2014
Effective Date 06/10/2014
State FL
Status ACTIVE
Last Event AMENDMENT
Event Date Filed 04/08/2019
Event Effective Date NONE
Principal Address
255 EAST 6TH STREET
#7
HIALEAH, FL 3301 O
Mailing Address
255 EAST 6TH STREET
#7
HIALEAH, FL 33010
Registered Agent Name & Address
DURAN, JOSE A
255 EAST 6TH STREET
#7
HIALEAH, FL 33010
Officer/Director Detail
Name & Address
Title P
DURAN, JOSE A, P
255 EAST 6TH STREET
HIALEAH, FL 33010
Annual Reports
Report Year
2018
Filed Date
01/16/2018
http://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=FeiNu... 3/5/2020
D e ta il b y F E I/E IN N u m b e r P age 2 o f 2
2019
2020
02/06/2019
02/10/2020
D o c um e nt Im a ge s
02/10/2020 --ANNUAL REPORT!
E,
04/08/2019 -- Amendment
02/06/2019 --ANNUAL REPORT!
View image in PDF format
View image in PDF format
View image in PDF format
01/16/2018 --ANNUAL REPORT! View image in PDF format
02/14/2017 --ANNUAL REPORT' View image in PDF format
03/08/2016 -- ANNUAL REPORT I View image in PDF format
04/07/2015 -- ANNUAL REPORT I View image in PDF format
06/09/2014 -- Domestic Profit View image in PDF format
Flor ida Departm ent of State, Dvrsion of C orp o rations
http://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=FeiNu ... 3/5/2020
A P P E N D IX A
Prequalification
Application
2020-019-ND
Painting (Interior and Exterior) and
Waterproofing Services
PROCUREMENT DEPARTMENT
1755 Meridian A venue, 3rd Floor
Miami Beach, Florida 33139
M I AI BEA CH
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 cop y (e.g., flash driv e, CD-ROM) of the
applications to:
City of Miami Beach
Procurement Department
1755 Meridian Avenue, 3d Floor
Miami Beach, Florida 33139
The City reserves the right to request clarifications or additional information as deemed necessary to
evaluate a bidder's qualifications. When clarifications or additional information is requested by the
City, bidder will have three (3) business days to provide, in full, all the requested information. Failure
to provide the information within the prescribed time will delay the review process and may result in
denial of prequalification.
Section 2, DEADLINE FOR SUBMITTAL. There is no deadline for the submittal of applications.
However, the initial review of applications shall take place 21 days after issuance of this 1TB.
Applications submitted after this date will be reviewed periodically on an on-going basis. The City will
endeavor to complete the review of each application within 60 days of receipt.
[THE REMAINDER OF THIS PAGE IS LEFT INTENTIONALLY BLANK]
Part A - G en eral B idder Inform ation.
FIRM NAME: Id Painting Corp
NO. OF YEARS IN BUSINESS: I NO. OF YEARS IN BUSINESS [o. 9 woEes.
5 LOCALLY: r
OTHER NAME(S) BIDDER HAS OPERATED UNDER IN THE LAST IO YEARS:
NIA
FIRM PRIMARY ADDRESS (HEADQUARTERS):
255East 6 St Apt 7
CITY:
Hialeah
STATE: [ zP coo.
Fl 33010
TELEPHONE NO.:
786-515-3909
TOLL FREE NO.:
FAX NO.:
786-391-4115
FIRM LOCAL ADDRESS:
(Same as primary address)
CITY:.
STATE: I ZIPCODE:
PRIMARY ACCOUNT REPRESENTATIVE FOR THIS ENGAGEMENT:
Jose A Duran
ACCOUNT REP TELEPHONE NO.:
786-515-3909
ACCOUNT REP TOLL FREE NO.:
ACCOUNT REP EMAIL:
idpaintingcorp@yahoo.com
FEDERAL TAX IDENTIFICATION NO.:
47-1085015
BIDDER IS:
X_CORPORATION PARTNERSHIP I SOLE PROPRIETORSHIP / OTHER (If other, specify. ) -
Part 8 - Operational & Management Information.
1. Provide the names of each owner (stockholder, sole proprietor, and partner), director, or officer of the
S iddi" l it id com pany, below. ubmit a itional names on a separate sheet it require
Owner Ownership percentage Directorship/Office type
Jose A Duran 100% President
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
Miami Dade County Community Extrior pressure wast, patching, Name: Nelson Medina
repairs, caulking and exterior and
1terior painting. #m3j/ mne dinan@miamidade gov
Telephone; 766-521-1467
Allapattah Business Development Exterior pressure wash, patching.
fame; Mireyla Cendoya
repairs, caulking and exterior and Email.mireyla@allapattahbusiness.com interior painting.
elephone; 305-635-3561
Hialeah Housing Authority Interior painting,patching repairs Name: Miguel Herandez
E:mail. miguel.hemnandez@hiale ahhousing.org
[T eleph on e:
3. Is the bidder currently barred b~vernmental ar9ncy,I from bidding as a prime or subcontractor?
l ]YES x 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?
)rs J o
I If yes, w hy ?
5. ls an affiliate of the bidder plequaTed by the cry of 'îìami Beach for any work?
YES x NO
I If yes, stale the name of the affiliate?
6 . Is the bidder a parent, subsi~r holding c°¡panyl for another company?
L JYES x 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?
Es G o
If the answer is "yes," provide the following information for each individual and the affiliated company.
Individual's name Affiliated company's name Period of Type of affiliation (e.g.
affil iat ion 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? I 7s E 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? L Is u 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.
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? I 7s Io
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?
L 7s E No
111 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?
I Ts E Io
111 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 mrepre¡entation to any public agency or entity?
[ TYEes 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 7e E 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 [en!] an employee of the City of Miami Beach?
ves E ]o
t it« "hi d hz sf hi yes, state name, title an sl are o1 owners\Ip
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?
I_ Is t Jo
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 Js Io
B. Does your company provide or offer access to any benefits to employees with (same or opposite sex)
domese vaters' or to 4ameste eoners o%l9%" I JvEs 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 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?
I lee E Jo
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) 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
th e co m p a ny . Furt her, any preq ualifie d contracto r, including its prin cip al(s ), dire ct or(s), and any affi liate, w ho
is a p a rt y to a n y m is re p r e s e ntation to obtain business or contracts w ith the C ity of M iam i B each shall be
d e c la r e d d e li n q u e n t a n d h a v e its c e rt if ic a t e s u s p e n d e d o r re v o k e d a n d w ill b e s u bje ct to d e b a r m e n t a n d a n y
o t h e r p e n a ltie s p r e s c r ib e d b y law .
T h e u n d e r s ig n e d a ff ir m s th a t th e b id d e r a gr e es: 1) to com plete and unconditional acceptance of the term s and
c o n d it io n s o f th is d o c u m e n t , in c lu s iv e of attachm e nts, exhibits an d appen dic es-; 2) th at it has not colluded, nor
w il l c o ll u d e , w ith a n y o th e r b id d e r ; 3 ) th a t a ll in fo r m a t io n c o n t a in e d h e re in is part of the public dom ain as defined
b y th e S ta te o f F lo r id a S u n s h in e a n d P u b li c R e c o r d s L a w s ; 4 ) th a t a ll re s p o n s e s , d a ta a n d in f o r m a t io n c o n ta in e d
in th e b id a r e tr u e a n d a c c u ra te .
N a m e : T itl e (m u s t b e a p r in ci p a l o f the bidder):
Jose A Duran President
Signature: - t» Date:
October 7, 2019
[THE REMAINDER OF THIS PAGE IS LEFT INTENTIONALLY BLANK}
CTOB O
. Coni,trµction Trad~ualìfyìng Board fI
USINESS CERTIFICATE OF CÖMPETENC
t
i:
Q UALIFYI NG TRAD E(S )
007 8 PAI N TI N G
MfAMJ. •. >€ €EI