Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
ITB-20-019-07 Inclan Painting & Waterproofing Corp
CONTRACT NO. 20-019-07 MIAMIBEACH City of Miami Beach, 1755 Meridian Avenue, 30 Floor, Miami Beach, Florida 33139, www,miamibeachfl,gov PROCUREMENT DEPARTMENT Tel: 305-673-7490, Fax: 786-394-4235 SENT VIA E-MAIL TO: infoAincladpaintinq.net March 6, 2020 Luis Inclan Inclan Painting and Waterproofing, Corp. 12252 SW 128 Street Miami, FL. 33186 Phone: 305-992-8712 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. Inclan: On October 25, 2019 Inclan Painting and Waterproofing, 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 ITB. The ITB stipulates, pursuant to Section 0200, Sub- Section 16, Binding Contract, that the approval of the City Manager's recommendation by the Mayor and City Commission shall constitute a binding Contract between the City and the awarded bidder. Accordingly, this letter shall serve as official notice from the City that the Mayor and Commission, at its February 12, 2020 meeting, approved the City Manager's recommendation, pursuant to the ITB, to prequalify the Contractor to be eligible to provide services to the City for painting and waterproofing services. It is important to note the work must be awarded in accordance with the ITB. Further, no services may be performed until such time as the City has issued a Purchase Order. If you have any questions regarding this letter of notification of award, you may contact Valerie Velez, Contract Analyst, Procurement Department, at ValerieVelezAmiamibeachfl.gov or at 305.673.7490. Otherwise, all other questions should be addressed to the Contract Manager for this contract, Adrian Morales Director Property Management Department at AcrAnfkor4les a miamibeachfl.qov or (305) 673-7000 ext. 2932. Gi Alex'Denis Director Procurement Department AD/ME/AG We :dm c.(N;trii:k. pf::>vidog oxcofi6,,,n) public s4Pvice C7 TO 6014:.ail ,A-ho ware. If 101 ht,i1Ork; C O N T R A C T N O . 20 -0 19 -0 7 MIAMI BEACH City of Miami Beach, 1755 Meridian Avenue, 3 Floor, Miami Beach, Florida 33139, www.miamibeachfl.gov PROCUREMENT DEPARTMENT Tel: 305-673-7490, F ax. 786-394 4235 SENT VIA E-MAIL TO: info@incladpainting.net March 6, 2020 Luis Inclan Inclan Painting and Waterproofing, Corp. 12252 SW 128 Street Miami, FL. 33186 Phone: 305-992-8712 RE: NOTICE OF AWARD OF CONTRACT PURSUANT TO INVITATION TO BID (1TB) NO. 2020-019-ND TO ESTABLISH A POOL OF PAINTING (INTERIOR AND EXTERIOR) AND WATERPROOFING SERVICES. Dear Mr. Inclan: On October 25, 2019 Inclan Painting and Waterproofing, 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 Valerie Velez@miamibeachfl.gov or at 305.673.7490. Otherwise, all other questions should be addressed to the Contract Manager for this contract, Adrian Morales Director Property Management Department at AdrianMtorales@miamibeachfl.gov or (305) 673-7000 ext. 2932. , Sinceri Alex'Denis ,f0¡1,_ Director Procurement Department ADI/ME/AG Wo are committed to providing excellent pubhc service and satety to all who live, work, and iour vbra, opica}, historic community ATTACHMENT A RESOLUTION COMMISSION ITEMS AND COMMISSION MEMORANDUM ATT ACHM ENT A RESOLUTIO N COMM ISSIO N ITEMS AND COM M ISSIO N M EMO RANDUM Coversheet Page 1 of 2 Resolutions C7 H MIAMI BEACH COMMISSION MEMORANDUM TO: Honorable Mayor and Members of the City Commission FROM: Jimmy L. Morales, City Manager DATE: February 12, 2020 SUBJECT: A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, ACCEPTING THE RECOMMENDATION OF THE CITY MANAGER, PURSUANT TO INVITATION TO BID (ITB) 2020- 019-ND, TO ESTABLISH A POOL OF PAINTING AND WATERPROOFING CONTRACTORS TO EXPEDITE THE SELECTION OF CONTRACTORS FOR FUTURE PAINTING AND WATERPROOFING PROJECTS WITH A CONTRACT PRICE OF $300,000 OR LESS; AND APPROVING THE INITIAL POOL OF QUALIFIED CONTRACTORS, AS SET FORTH IN EXHIBIT "A" TO THE COMMISSION MEMORANDUM ACCOMPANYING THIS RESOLUTION; FURTHER, AUTHORIZING THE CITY MANAGER TO KEEP THE ITB OPEN FOR THE PURPOSE OF PREQUALIFYING ADDITIONAL PAINTING AND WATERPROOFING CONTRACTORS, AND DELEGATING TO THE CITY MANAGER THE AUTHORITY TO ADD OR REMOVE CONTRACTORS TO THE POOL, PROVIDED SUCH CONTRACTORS MEET THE REQUIREMENTS OF THE ITB. RECOMMENDATION Adopt the Resolution BACKGROUND/HISTORY For approximately five years, the City of Miami Beach has had an agreement for the provision of interior and exterior painting and waterproofing services. The current contract expired on October 21, 2019. In order to establish a replacement contract, on October 4, 2019, the City issued an Invitation to Bid 2020-019-ND (the "ITB"). The purpose of the 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 LLC ("Abacron"), Cunano Builders Corporation ("Cunano"), Endirt LLC ("Endirt"), Government Business Development LLC ("Government Business"), Halcyon Builders, Inc. ("Halcyon"), I.D. Painting Corp. ("I.D. Painting"), Inclan Painting and Waterproofing, Corp. ("Inclan"), Roof Painting by Hartzell, Inc. ("Hartzell"), and Paint Quest, LLC ("Paint Quest"). The ITB stated that following the review of applications, the responsive and responsible bidder(s) meeting all terms and conditions of the 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. haps://oliamibeach.novusagenda.cornlagenclapublie/CoverSheet.aspOltern1D-15654&Me... 2/18/2020 C overs h eet P ag e 1 o f 2 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 CONTR ACTORS TO EXPEDITE TH E SELECTION OF CONTRACTORS FOR FUTU RE PAINTING AND WATERPROOFING PROJECTS WITH A CONTR ACT PRICE OF $300,000 OR LESS; AND APPROVING THE INITI AL POOL OF QUALIFIED CONTRA CTO RS, AS SET FO RTH IN EXHIBIT "A" TO TH E COMMISSION MEMORANDUM ACCOMPANYING TH IS RESOLUTION; FURTH ER, AUTHORIZING TH E CITY MANAGER TO KEEP TH E 1TB OPEN FOR TH E PURPOSE OF PREQUALIFYING ADDITIONAL PAINTING AND WATERPROOFING CONTRACTO RS, AND DELEGATING TO TH E CITY MANAGER THE AUTHORITY TO ADD OR REMOVE CONTR ACTO RS TO THE POOL, PROVIDED SUCH CONTR ACTORS MEET TH E 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 pre qualified contractors during the term of the contract. ANALYSIS Th e ITB was issued on Octob er 4, 2019, with bid opening date of October 25, 2019. Th e Procurement Department issued bid notices to 1,828 compa nies utilizing www.bidsync.com website. 53 prosp ective bidders accessed the advertised solicitation . The notices resulted in the receipt of nine (9) responses from: Abacron LLC ("Ab acron"), Cunan o Builders Corporation ("Cun ano"), Endi rt LLC ("Endirt"), Government Busine ss Developm ent LLC ("Governm ent Business"), Halcyon Builders, Inc. ("Halcyon"), ID. Painting Corp. ("I.D. Painting"), Inclan Painting and Waterproofing, Corp. ("Inclan"), Roof Painting by Hartz ell, Inc. ("Hartzell"), and Paint Quest, LLC ("Paint Quest"). Th e ITB stated that following the review of applications, the responsive and respo nsible bidder(s) meeting all terms and conditions of the 1TB will be recommended for award. In its due diligence, the Procurement Department found that Ab acron , Cunan o, Endirt, Governmen t Business, Halcyon, I.D. Painting, Inclan , Hartzell, and Paint Quest met the requiremen ts of the ITB. According ly, all bidders as listed in Exhibit A have been deemed responsive, responsible bidders meeting all terms and conditions of the 1TB and are recommended for award. FINANCIAL INFORMATION The funding of this project is as follows: Account(s) 520-1720- Amount(s) $60,000 $110,000 $68,000 000325-29- 413-592-00- 00-00 520- 1720-000342- 29-413-592- 00-00-00 168- 9964-000342- 29-400-592- 00-00-00 CONCLUSION I concur with staff that il is in the best interest of the City to have a pool of prequalified painti ng and waterproofing contractors from which propo sals can be sought to quickly deploy a con tractor to address an identified painting or waterproofing need of the City. https://miamibeach.novusagenda.com/agendapublic/CoverSheet.aspx2Item1D=15654&Me... 2/18/2020 Coversheet Page 2 of 2 Otherwise, redundant and time-consuming efforts would be required to qualify contractors each time a need was identified. In order to continue to maximize competition by continuing to add contractors, I recommend that the period for submitting applications be extended to be consistent with the term of the contract. New applicants that meet the ITB requirements will be added to the pool. Contractors that do not perform well will be removed from the pool. Therefore, I recommend that the Mayor and City Commission of the City of Miami Beach, Florida, approve the Resolution, accepting the recommendation of the City Manager, pursuant to Invitation to Bid (ITB) No. 2020-019-ND, to establish a pool of painting and waterproofing contractors to expedite the selection of contractors for future painting and waterproofing projects not to exceed $300,000, and approve the initial pool of qualified contractors, as set forth in Exhibit "A" to the Commission Memorandum accompanying this Resolution; further, authorizing the City Manager to keep the ITB open for the purpose of prequalifying additional painting and waterproofing contractors, and delegating to the City Manager the authority to add (or remove) contractors to the pool, provided the added contractors meet the requirements of the ITB. Applicable Area Citywide Is this a Resident Right to Does this item utilize G.O. Know item? Bond Funds? No No Legislative Tracking Property Management/Procurement ATTACHMENTS: Description n Attachment A n Resolution https://miamibeach.novusagenda.comlagendapublielCoverSheet.aspx?IternID-15654&Me... 2/18/2020 C o v ersh e et 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 "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 Know item? No Le gis la tiv e Tracking Property Management/Procurement Does this item utilize G.O . Bond Fund s? No ATTACHMENTS: Description n Attachment A n Resolution https://miamibeach.novusagenda.com/agendapublic/CoverSheet.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 (1113) 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 !TB OPEN FOR THE PURPOSE OF PREQUALIFYING ADDITIONAL PAINTING AND WATERPROOFING CONTRACTORS, AND DELEGATING TO THE CITY MANAGER THE AUTHORITY TO ADD OR REMOVE CONTRACTORS TO THE POOL, PROVIDED SUCH CONTRACTORS MEET THE REQUIREMENTS OF THE ITB. WHEREAS, for approximately five years, the City of Miami Beach has had an agreement for the provision of interior and exterior painting and waterproofing services; and WHEREAS, the current contract expired on October 21, 2019; and WHEREAS, on October 4, 2019, the City issued an Invitation to Bid 2020-019-ND (the "ITB") to establish a successor contract, by means of sealed applications, with qualified contractors for the establishment of a prequalified pool of painting and waterproofing contractors; and WHEREAS, on October 25, 2019, bids were received from Abacron LLC ("Abacron"), Cunano Builders Corporation ("Cunano"), Endirt LLC ("Endirt"), Government Business Development 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"), arid Paint Quest, LLC ("Paint Quest"); and WHEREAS, in its due diligence, the Procurement Department found that Cunano, Endirt, Government Business, Halcyon, I.D. Painting, Inclan, Hartzell, and Paint Quest met the requirements of the ITB; and WHEREAS, all bidders as listed in Exhibit A have been deemed responsive, responsible bidders meeting all terms and conditions of the ITB; and WHEREAS, when a need arises, the City will seek proposals from all 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. 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 AP PROVING THE INITIAL POOL OF QUALIFIED CONTRACTORS, AS SET FORTH IN EXHIBIT "A" TO THE COMMISSION MEMORANDUM ACCOMPANYING THIS RESOLUTION; FURTHER, AUTHORIZING THE CITY MANAGER TO KEEP THE ITB OPEN FOR THE PURPOSE OF PREQUALIFYING ADDITIONAL PAINTING AND WATERPROOFING CONTRACTORS, AND DELEGATING TO THE CITY MANAGER THE AUTHORITY TO ADD OR REMOVE CONTRACTORS TO THE POOL, PROVIDED SUCH CONTRACTORS MEET THE REQUIREMENTS OF THE ITB. WHEREAS, for approximately five years, the City of Miami Beach has had an agreement for the provision of interior and exterior painting and waterproofing services; 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 "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 ("Ab acron"), Cunano Builders Corporation ("Cunano"), Endirt LLC ("Endirt"), Government Business Development LL.C ("Government Business"), Halcyon Builders, Inc. ("Halcyon"), I.D. Painting Corp . ("ID. Painting"), Incl an Painting and Waterproofing, Corp . ("Inclan"), Roof Painting by Hartzell, Inc. ("Hartzell"), and Paint Quest, LLC ("Paint Quest"); and WHEREAS, in its due diligence, the Procurement Department found that Cunano, Endirt, Government Business, Halcyon, ID. 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 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 (ITS) 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 ITS 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 ITS. PASSED AND ADOPTED this day of ____ _ 2020. • ATTEST; RAFAEL E. GRANADO, CITY CLERK DAN GELBER, MAYOR E-,A.PliriCitScl:olationst2d2o'Atle0•019-M.) Ire Parting (inienor and Exterior) )eto Waterproofing Servicos510 • CommIseion Award Documards51TE-2020- 019•N0 - tinsointion,doc APPROVED AS TO FORM & LANGUAGE & FOR EXECUTION IL -3ti-t °\ City Attorney ("t A.f ) Date— pr e q u al if y a d diti on a l c on t r a cto r s a s p ar t o f th e p o ol , p r o vi d e d th a t s u c h c on t ra c tor s m e et a ll o f th e r e q ui re m en t s of the TB. NOW, THEREFORE, BE IT DULY RESOLVED BY THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, that the Mayor and City Commission hereby accept the recommendation of the City Manager, pursuant to Invitation to Bid (ITB) No. 2020-019-ND, to establish a pool of painting and waterproofing contractors to expedite the selection of contractors for future painting and waterproofing projects with a contract price of $300,000 or less; approving the initial pool of qualified contractors, as set forth in Exhibit "" to the Commission Memorandum accompanying this Resolution; further, authorizing the City Manager to keep the ITB open for the purpose of prequalifying additional painting and waterproofing contractors, and delegating to the City Manager the authority to add or remove contractors to the pool, provided such contractors meet the requirements of the ITB. PASSED AND ADOPTED this day of 2 020. ATTEST: R AF A EL E. GR AN AD O , CI TY CL ER K DAN GELBE R, MAYOR f /PUC\Slictati0s20202020.019-0 PB8 Panting {intenor and Exterior} and Waterprgohng Service0 . Ccmmi ssion Award Documents!ii-2020- 013.0 -fsctulon do, AP PR O VED A S TO FOR M & LAN GUAGE 8 FOR EXE C U TON ATTACHMENT A Abacron LLC Cunano Builders Corporation Endirt LLC Government Business Development LLC Halcyon Builders, Inc. I.D. Painting Corp. Inclan Painting and Waterproofing, Corp. Roof Painting by Hartzell, Inc. Paint Quest, LLC A T T A C H M E N T A A b acro n LLC Cu n a no Bu ild e rs Co rporation En di rt LLC G ove rn m e n t Business Develop m e nt LLC Ha lcyon B u ilders, Inc. I.D . Paint ing Co rp. In cla n Pain ting an d W aterproofi ng, Co rp . Ro of Pa in tin g by Hartzell, Inc. Pa in t Q ue st, LLC ATTACHMENT B SOLICITATION (ITB) AND ADDENDUMS ATT ACHM ENT B SO LICITATION (ITB ) AND ADDENDUMS 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. MV A MAIBE A CH TABLE OF CONTENTS SECTIONS: 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. SECTIO 0100: GENERA INFORMATION 8. SCOPE OF WORK 1. PURPOSE. The City of Miami Beach is seeking applications from painting or painting and waterproofing contractors who wish to participate in a pre-qualification pool that will be used to solicit various routine painting and waterproofing services on an "as needed" basis as specified herein. Interested contractors may submit an application indicating its intent to become prequalified. All contractors which meet or exceed the criteria established in this solicitation shall be placed on a pre- qualification list that may be accessed by various City departments to obtain price quotations for various routine painting and waterproofing services. The City utilizes BidSync (www.bidsync.com) for automatic notification of solicitation opportunities and document fulfillment. Any prospective bidder who has received this ITB by any means other than through BidSync is solely responsible for registering immediately with BidSync to assure it receives any addendum issued to this ITB. Additionally, prior to submittal of the bid, bidder shall verify that it has received and complied with all addenda issued. Failure to receive an addendum, or comply with an addendum requirement, may result in disqualification of bid submitted. To be considered for the pool of pre-qualified contractors, interested parties must submit a corn . lete Bidder Pre-Qualification A• •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. 5. Work will be awarded in accordance with the roadmap procedures established in the ITB 1 Bidder submits an ap,phoahon to be prequalified response to this ITB, 4. On an as needed basis, City will request 5'M and costs from firms prequalified for the applicable category 2. Application is evaluated for compliance with 'TB requirements. 3. If Application is approved, firm is added to the list of firms prequalified authorized for future work. S E C T IO N 0 1 0 0 : G E N E R A L IN F O R M A T IO N & S C O P E O F W O R K 1 . P U R P O S E . The City of Miami Beach is seeking applications from painting or painting and waterproofing contractors who wish to participate in a pre-qualification pool that will be used to solicit various routine painting and waterproofing services on an "as needed" basis as specified herein. Interested contractors may submit an application indicating its intent to become prequalified. All contractors which meet or exceed the criteria established in this solicitation shall be placed on a pre- qualification list that may be accessed by various City departments to obtain price quotations for various routine painting and waterproofing services. The City utilizes BidSync (www.bidsync.com) for automatic notification of solicitation opportunities and document fulfillment. Any prospective bidder who has received this 1TB by any means other than through BidSync is solely responsible for registering immediately with BidSync to assure it receives any addendum issued to this 1TB. Additionally, prior to submittal of the bid, bidder shall verify that it has received and complied with all addenda issued. Failure to receive an addendum, or comply with an addendum requirement, may result in disqualification of bid submitted. To be considered for the pool of pre-qualified contractors, interested parties must submit a complete Bidder Pre-Qualification Application Appendix A . 2. OVERVIEW OF PREQUALIFICATION PROCESS. The figure below is a general overview of the process that the City will utilize to award work pursuant to the prequalification process. 5. Work will be awarded in accordance with the roadm ap procedures established in the ITB 1.Bidder submils. an application to be prequalified in response to this 1TB. 4 On an as needed basis, City will request SQ(s and costs from firms prequalified for the applicable category 2. Appl ication is evaluated for compliance with IT requirements. / rv .,,,.,,, 3. I Application is approved, firm is addod _·.. í to the lisi of firms • ·•·• ,/ prequalified author ized -- . · ·· _ .\ .. 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. Procurement Contact: Telephone: Email: Natalia Del.ado 305-673-7000 x6263 nataliadelPade miamibeachfl.sov The City Clerk is to be copied rt • afaelGranadoe I I ov; or via facsimile: 786-394-4188. 4. APPROVAL OF PREQUALIFIED STATUS. Following the review of applications, the responsive, responsible bidder(s) meeting all terms and conditions of the ITB will be recommended for award, as deemed in the best interest of the City, to the City Manager for his consideration. After considering the staff recommendation for award, the City Manager shall exercise his due diligence and recommend to the Mayor and City Commission the bid that the City Manager deems to be in the best interest of the City. The City Commission shall consider the City Manager's recommendation(s) and, may approve or reject the City Manager's recommendation(s). The City Commission may also reject all bids received. In addition to the criteria established in the application, pursuant to Section 2-369 of the City Code, the City may consider the following: • The ability, capacity and skill of the bidder to perform the Contract. • Whether the bidder can perform the Contract within the time specified, without delay or interference. • The character, integrity, reputation, judgment, experience and efficiency of the bidder. • The quality of performance of previous contracts. • The previous and existing compliance by the bidder with laws and ordinances relating to the Contract. PREQUALIFIED STATUS IS VALID FOR THREE (3) YEARS FROM DATE OF THE NOTICE OF PREQUALIFICATION ISSUED BY THE CITY, OR AS OTHERWISE APPROVED BY THE CITY MANAGER. 4.1 RENEWAL TERMS. The City Manager, at his sole discretion, may approve up to two (2), one (1) year renewal terms, providing that the required certification is still valid. 5. ADDITIONAL PREQUALIFIED FIRMS TO BE ADDED TO POOL. At any time, the City, through the approval of the City Manager, may accept applications and add additional firms to the list of prequalified firms. 6. AWARDING WORK. When the need for services arises all prequalified contractors that are in good standing may be invited to submit statements of work (SOW) and costs based on an Invitation to Quote (ITQ) issued by the City. Each SOW prepared by the contractor shall include a clear description of the work to be performed (with specific and timed deliverables) and the related costs by deliverable. The City will select the prequalified contractor that offers the best combination of services and cost, solely at the discretion of the City. 7. SERVICE DELIVERY EXPECTATIONS. The City places an emphasis on excellent customer service delivery and expects the prequalified bidder to provide the best possible customer service to any and all awarded projects throughout the term of the contract. The prequalified bidder's project manager is responsible for monitoring the customer service provided to City by prequalified bidder's staff, sales and support teams, and employing, as necessary, corrective measures, to ensure that the prequalified 3 . P R O C U R E M E N T C O N T A C T . Any questions or clarifications concerning this solicitation shall be submitted to the Procurement Contact noted below. The Bid title/number shall be referenced on all correspondence. 4. APPROVAL OF PREQUALIFIED STATUS. Following the review of applications, the responsive, responsible bidder(s) meeting all terms and conditions of the 1TB will be recommended for award, as deemed in the best interest of the City, to the City Manager for his consideration. After considering the staff recommendation for award, the City Manager shall exercise his due diligence and recommend to the Mayor and City Commission the bid that the City Manager deems to be in the best interest of the City. The City Commission shall consider the City Manager's recommendation(s) and, may approve or reject the City Manager's recommendation(s). The City. Commission may also reject all bids received. In addition to the criteria established in the application, pursuant to Section 2-369 of the City Code, the City may consider the following: • The ability, capacity and skill of the bidder to perform the Contract. • Whether the bidder can perform the Contract within the time specified, without delay or interference. • The character, integrity, reputation, judgment, experience and efficiency of the bidder. • The quality of performance of previous contracts. • The previous and existing compliance by the bidder with laws and ordinances relating to the Contract. PREQUALIFIED STATUS IS VALID FOR THREE (3) YEARS FROM DATE OF THE NOTICE OF PREQUALIFICATION ISSUED BY THE CITY, OR AS OTHERWISE APPROVED BY THE CITY MANAGER. 4.1 RENEWAL TERMS. The City Manager, at his sole discretion, may approve up to two (2), one (1) year renewal terms, providing that the required certification is still valid. 5. ADDITIONAL PREQUALIFIED FIRMS TO BE ADDED TO POOL At any time, the City, through the approval of the City Manager, may accept applications and add additional firms to the list of prequalified firms. 6. AWARDING WORK. When the need for services arises all prequalified contractors that are in good standing may be invited to submit statements of work (SOW) and costs based on an Invitation to Quote (ITQ) issued by the City. Each SOW prepared by the contractor shall include a clear description of the work to be performed (with specific and timed deliverables) and the related costs by deliverable. The City will select the prequalified contractor that offers the best combination of services and cost, solely at the discretion of the City. 7. SERVICE DELIVERY EXPECTATIONS. The City places an emphasis on excellent customer service delivery and expects the prequalified bidder to provide the best possible customer service to any and all awarded projects throughout the term of the contract. The prequalified bidder's project manager is responsible for monitoring the customer service provided to City by prequalified bidder's staff, sales and support teams, and employing, as necessary, corrective measures, to ensure that the prequalified bidder will provide and maintain the highest quality of customer service possible during completion of the project(s). Project-specific deliverables and expectations shall be defined on a project-by-project basis, as specified in each ITO. 8. VOLUME OF WORK TO BE RECEIVED BY BIDDER. No promise of work is given, or should be understood, as a result of a pre-qualification. The City reserves the right to purchase any goods and/or services awarded from any resulting agreement, or another governmental contract, or on an as- needed basis through the City's spot market purchase provisions. 9. STANDARD TERMS AND CONDITIONS. The City's Standard Terms and Conditions for Service Contracts (available at https://www.miamibeachfl.qov/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. b id d e r w ill p ro v id e a n d m a in ta in th e h ig h e s t q u a lity o f c u s to m e r s e rv ic e p o s s ib le d u rin g c o m p le tio n o f th e p ro je c t(s ). P ro je c t-s p e ci fi c d e liv e ra b le s a n d e x p e c ta tio n s s h a ll b e d e fi n e d o n a p ro je c t-b y -p ro je ct b a s is , a s s p e ci fi e d in e a c h IT Q . 8. VOLUME OF WORK TO BE RECEIVED BY BIDDER. No promise of work is given, or should be understood, as a result of a pre-qualification. The City reserves the right to purchase any goods and/or services awarded from any resulting agreement, or another governmental contract, or on an as- needed basis through the City's spot market purchase provisions. 9. STANDARD TERMS AND CONDITIONS. The City's Standard Terms and Conditions for Service Contracts (available at https://www.miamibeachfl.gov/city- hall/procuremenUstandard-terms-and- conditions/) are referenced and incorporated herein. 10. INSURANCE REQUIREMENT. Insurance requirements will be released as part of an addendum. 11. BINDING AGREEMENT. By virtue of submitting an application for the City's consideration, the bidder agrees that the application shall be considered an offer on the part of the bidder, which offer shall be deemed accepted upon approval of bidder's prequalification status by City Manager or City Commission. Further, bidder agrees that, upon approval of the bidder's application by the City Manager or City Commission, a binding Agreement shall be established between the City and the approved contractor. The Agreement shall be comprised of the following documents, and in the following order: the Purchase Order issued by the City; then, the signed Contractor Service Order; then, the Invitation to Quote (ITQ) awarded to the vendor; then, the 1TB, including all documents released in connection with the 1TB, including all appendixes, whether included herein or released under separate cover. In case of default on the part of the Successful Bidder, after said award, the City may take such action as it deems appropriate, including legal action, for damages or specific performance. First, Second, Third, Fourth APPENDIX A Prequalification Application 2020-019-ND Painting (Interior and Exterior) and Waterproofing Services PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 A PPEN DIX A I I Prequalification Application 2020-019-N D Pa in ting {In terior and Exterior) and W aterp roofing Services PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 AM BEACH lIfru 1W2 a ons 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 rd 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] MIAMIBEA C Section 1, SUBMITTAL INSTRUCTIONS. The Prequalification Application will not be considered until it has been submitted completed and executed by a principal of the bidder. Incomplete applications cannot be processed. If requested information is not applicable, please indicate "N/A" or "None. " If answers to questions are lengthier than the spaces that are provided in the application, the answers may be provided on additional pages, which must be attached to the application. All requested documents must also be attached to the application. Failure to attach all requested documents will delay review and approval of the application. Submit one (1) signed original and one (1) electronic copy (e.g., flash drive, CD-ROM) of the applications to: City of Miami Beach Procurement Department 1755 Meridian Avenue, 3d Floor Miami Beach, Florida 33139 The City reserves the right to request clarifications or additional information as deemed necessary to evaluate a bidder's qualifications. When clarifications or additional information is requested by the City, bidder will have three (3) business days to provide, in full, all the requested information. Failure to provide the information within the prescribed time will delay the review process and may result in denial of prequalification. Section 2, DEADLINE FOR SUBMITTAL. There is no deadline for the submittal of applications. However, the initial review of applications shall take place 21 days after issuance of this 1TB. Applications submitted after this date will be reviewed periodically on an on-going basis. The City will endeavor to complete the review of each application within 60 days of receipt. [THE REMAINDER OF THIS PAGE IS LEFT INTENTIONALLY BLANK] Part A — General Bidder Information. FIRM NAME: NO. OF YEARS IN BUSINESS: NO. OF YEARS IN BUSINESS LOCALLY: NO. OF EMPLOYEES: OTHER NAME(S) BIDDER HAS OPERATED UNDER IN THE LAST 10 YEARS: FIRM PRIMARY ADDRESS (HEADQUARTERS): CITY: STATE: ZIP CODE: TELEPHONE NO.: TOLL FREE NO.: FAX NO.: FIRM LOCAL ADDRESS: CITY: STATE: ZIP CODE: PRIMARY ACCOUNT REPRESENTATIVE FOR THIS ENGAGEMENT: ACCOUNT REP TELEPHONE NO.: ACCOUNT REP TOLL FREE NO.: ACCOUNT REP EMAIL: FEDERAL TAX IDENTIFICATION NO.: BIDDER IS: CORPORATION / PARTNERSHIP / SOLE PROPRIETORSHIP / OTHER (If other, specify: ) P a rt A - G en er al B id d e r In fo rm a tio n . 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 / SOLE PROPRIETORSHIP / OTHER (If other, specify: ) 1. Provide the names of each owner (stockholder, sole proprietor, and partner), director, or officer of the company, below. Submit additional names on a separate sheet if required. Ownership percentage Directorship/Office type Owner Part B — Operational & Management Information. 2. Provide three (3) clients for which the bidder has provided the referenced services in the last five (5) ears. Project Description of Work Project Reference Name: Email: Telephone: Name: Email: Telephone: Name: Email: Telephone: 3. Is the bidder currently barred bmvernmental a enc , from bidding as a prime or subcontractor? YES NO If yes, state debarment period and the reason(s) for debarment? 4. Has the bidder or any of its owners, directors, officers, or agents been convicted of a crime or had a claim that was filed in a court and mediated or arbitrated during the last five (5) years? YES NO If yes, why? 5. Is an affiliate of the bidder prgL i ialified by the Cit of Miami Beach for any work? YES NO If yes, state the name of the affiliate? P a rt B - Operational & Management Information. 1. Provide the names of each owner (stockholder, sole proprietor, and partner), director, or officer of the bol Sub it dditi l te h tif "".id company, eow. u mr a rIOnal names on a separate see require. Owner Ownership percentage Directorship/Office type 2. Provide three (3) clients for which the bidder has provided the referenced services in the last five (5) years. Project Description of Work Project Reference Name: Email: Telephone: Name: Email: Telephone: Name: Email: Telephone: 3. Is the bidder currently barred by a governmental agency, from bidding as a prime or subcontractor? L ]Ys L ]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? I Is Jo I tt yes, w hy? 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 corparl 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, subsitary, r holding co,panyl 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? vs [ 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? t rs L 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? I Jrs L 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 7rs I 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 p Name Title Share (%) of Ownership NO 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? Jes Io 111 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? I rs 1o 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 mreprerntation to any public agency or entity? []ves 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 )vs L Jo I If yes, explain. 15. Is any officer, director, employee or agent, or immediate family member (spouse, parent, sibling, and child) of any officer, director, employee or ¡gent, 1 an employee of the City of Miami Beach? ts [Jo If h sf hi ves, state name, title and 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 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? t ts L 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 Jes 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]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 Sick Leave Family Medical Leave Bereavement Leave 18. Moratorium on Travel to and the Purchase of Goods or Services from North Carolina and Mississippi. Pursuant to Resolution 2016-29375, the City of Miami Beach, Florida prohibits the purchase of goods or services sourced in North Carolina and Mississippi. Are any of the products for which the bidder is seeking to be prequalified sourced in North Carolina or Mississippi? L 7rs L 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 the company. Further, any prequalified contractor, including its principal(s), director(s), and any affiliate, who is a party to any misrepresentation to obtain business or contracts with the City of Miami Beach shall be declared delinquent and have its certificate suspended or revoked and will be subject to debarment and any other penalties prescribed by law. The undersigned affirms that the bidder agrees: 1) to complete and unconditional acceptance of the terms and conditions of this document, inclusive of attachments, exhibits and appendices-; 2) that it has not colluded, nor will collude, with any other bidder; 3) that all information contained herein is part of the public domain as defined by the State of Florida Sunshine and Public Records Laws; 4) that all responses, data and information contained in the bid are true and accurate. Name: Title (must be a principal of the bidder): Signature: Date: [THE REMAINDER OF THIS PAGE IS LEFT INTENTIONALLY BLANK] the company. Further, any prequalified contractor, including its principal(s), director(s), and any affiliate, who is a party to any misrepresentation to obtain business or contracts with the City of Miami Beach shall be declared delinquent and have its certificate suspended or revoked and will be subject to debarment and any other penalties prescribed by law. The undersigned affirms that the bidder agrees: 1) to complete and unconditional acceptance of the terms and conditions of this document, inclusive of attachments, exhibits and appendices-; 2) that it has not colluded, nor will collude, with any other bidder; 3) that all information contained herein is part of the public domain as defined by the State of Florida Sunshine and Public Records Laws; 4) that all responses, data and information contained in the bid are true and accurate. Nam e: 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 A PP EN DIX B [j ~ Spe c ia l C ond itio ns 1TB 2020-019-N D Fo r Cityw id e Pa inting (Interior and Exte rio r) and W a terproofing 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 ITI O 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] C o n tra c to r s h a ll e m p lo y p e rs o n n e l c o m p e te n t to p e rf o rm th e w o rk sp e ci fie d h e re in . T h e C ity re se rve s th e rig h t to re q u e s t th e re m o v a l o f th e C o n tra c to r's e m p lo y e e 's fr o m p e rf o rm in g m a in te n a n ce o n th e C ity 's g ro u n d s w h e re th e e m p lo y e e 's p e rf o rm a n c e o r a c tio n s a re o b v io u s ly d e trim e n ta l to th e p ro g ra m . C o n tra c to r's p e rs o n n e l m u s t w e a r p h o to id e n tifi c a tio n a t a ll tim e 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 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] 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:VI' or higher. If not rated, exceptions may be made for members of the Florida Insurance Funds (i.e. FWCIGA, FAJUA). Carriers may also be considered if they are licensed and authorized to do insurance business in the State of Florida. 1 ADDENDUM NO. 1 INVITATION TO BID NO. 2020-019-ND PAINTING (INTERIOR AND EXTERIOR) AND WATERPROOFING SERVICES M IA M I B EA C H 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 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 clo EXIGIS Insurance Compliance Services. Waiver of Subrogation - Vendor agrees to obtain any endorsement that may be necessary to affect the waiver of subrogation on the coverages required. However, this provision applies regardless of whether the City has received a waiver of subrogation endorsement from the insurer. Acceptability of Insurers - Insurance must be placed with insurers with a current 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, rnent Director MIAMIBEACH PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 www.miamibeachfl.gov Verification of Coverage — Contractor shall furnish the City with original certificates and amendatory endorsements, or copies of the applicable insurance language, effecting coverage required by this contract. All certificates and endorsements are to be received and approved by the City before work commences. However, failure to obtain the required documents prior to the work beginning shall not waive the Contractor's obligation to provide them. The City reserves the right to require complete, certified copies of all required insurance policies, including endorsements, required by these specifications, at any time. CERTIFICATE HOLDER MUST READ: CITY OF MIAMI BEACH do EXIGIS Insurance Compliance Services P.O. Box 4668 — ECM #35050 New York, NY 10163-4668 Kindly submit all certificates of insurance, endorsements, exemption letters to our servicing agent, EXIGIS, at: Certificates-miamibeach(@,riskworks.com Special Risks or Circumstances - The City of Miami Beach reserves the right to modify these requirements, including limits, based on the nature of the risk, prior experience, insurer, coverage, or other special circumstances. Compliance with the foregoing requirements shall not relieve the vendor of his liability and obligation under this section or under any other section of this agreement. Any questions regarding this Addendum should be submitted in writing to the Procurement Management Department to the attention of the individual named below, with a copy to the City Clerk's Office at RafaelGranado@miamibeachfl.gov Contact: Telephone: Email: Natalia Delgado 305-673-7000 ext. 6263 nataliadelgado@miamibeachfl.gov Proposers are reminded to acknowledge receipt of this addendum as part of your ITB submission. 2 ADDENDUM NO. 1 INVITATION TO BID NO. 2019-109-ND PAINTING (INTERIOR AND EXTERIOR) AND WATERPROOFING SERVICES MIAMI BEACH PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 34 Floor Miami Beach, Florida 33139 www.miamibeachfl.gov Verification of Coverage - Contractor shall furnish the City with original certificates and amendatory endorsements, or copies of the applicable insurance language, effecting coverage required by this contract. All certificates and endorsements are to be received and approved by the City before work commences. However, failure to obtain the required documents prior to the work beginning shall not waive the Contractor's obligation to provide them. The City reserves the right to require complete, certified copies of all required insurance policies, including endorsements, required by these specifications, at any time. CERTIFICATE HOLDER MUST READ: CITY OF 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@riskwor'ks._com Special Risks or Circumstances • The City of Miami Beach reserves the right to modify these requirements, including limits, based on the nature of the risk, prior experience, insurer, coverage, or other special circumstances. Compliance with the foregoing requirements shall not relieve the vendor of his liability and obligation under this section or under any other section of this agreement. Any questions regarding this Addendum should be submitted in writing to the Procurement Management Department to the attention of the individual named below, with a copy to the City Clerk's Office at RafaelGranado@miamibeachfl.gov Contact: Natalia Del ado Telephone: 305-673-7000 ext. 6263 miamibeachfl. ov Proposers are reminded to acknowledge receipt of this addendum as part of your 1TB submission. irector 2 ADDENDUM NO. 1 INVITATION TO BID NO. 2019-109-ND PAINTING (INTERIOR AND EXTERIOR) AND WATERPROOFING SERVICES ATTACHMENT C CONSULTANTS RESPONSE TO THE (ITB) A TT A C H M E N T C C O N S U L T A N T S R E S P O N S E T O T H E (ITB ) 1A/CLAN PAIN77NO WATEPPROOFINS CORPORATION cammLizeiAL 6 T /2. L floftc)t; in1VnotIonel UntkterIty • 14.] d ‘" (I APPIZE....5.5 , 122 .\\/:- I 2;8,;-;=5;12..E E IAMI, FL. 33r8 • ',1; icc..;(7 8 4 28 F AX";.. (786) 9 ,50., WEBSITE: WWW.INCLANPAINTING.NET EMAIL: INFO@INCLANPAINTINGNET FT , 1-,41IP PA Er A C TOLL FREE: 1-877-946-2526 DR E 5 5 I MI. FL. IC E (7 A\7 8 S IT E: bv"!zI"="""Ir"cl"=' I I I i I I I I I Inclan Painting and Waterproofing, Corp. D/B/A Inclan Construction appreciates the opportunity to introduce to you our company services. Inclan Painting and Waterproofing, Corp. has specialized in painting, waterproofing, concrete restoration, stucco, and general repairs to interior and exterior surfaces. Including but not limited to preparation and coating of walls, floors, ceiling(s), windows and doors. My company is fully licensed and insured. The company was founded in 1981 in Elizabeth, New Jersey under the name of Inclan Color. In 1995 the company was established in South Florida and is where Inclan Painting and Waterproofing, Corp started, Throughout the years, all of our work has been performed by our experience and certified staff making sure that our clients are satisfied with our quality results. Inclan Painting and Waterproofing, Corp. Owner & President 11252 S.W 128 Street Miami, FL 33186 INFO@INCLAN PAINTING.NET 0: (786)293-7428 WWW.INCLANPAINTING.NET F: (786)293-7430 1(877)946-2526 t Inclan Painting and Waterproofing, Corp. DBA Inclan Construction D.B.A Inclan Construction Mr. Luis Inc an Incl an Painting and Waterproofing, Corp . OBA Inclan Construction Inclan Painting and Waterproofing, Corp. D/B/A Inclan Construction appreciates the opportunity to introduce to you our company services. Inclan Painting and Waterproofing, Corp. has specialized in painting, waterproofing, concrete restoration, stucco, and general repairs to interior and exterior surfaces. Including but not limited to preparation and coating of walls, floors, ceiling(s), windows and doors. My company is fully licensed and insured. The company was founded in 1981 in Elizabeth, New Jersey under the name of Inclan Color. In 1995 the company was established in South Florida and is where Inclan Painting and Waterproofing, Corp started. Throughout the years, all of our work has been performed by our experience and certified staff making sure that our clients are satisfied wi th our quality results. Inclan Painting and Waterproofing, Corp. D,B.A Inclan Construction Owner & Presiden t 11252 S.W 128 Street M iami, FL 33186 INFO@INCLAN PAINTING.NET 0: (786)293-7428 WWW.INCLANPAINTING.NET E: (786)293-7430 1(877)946-2526 IncIan Painting and Waterproofing, Corp. DBA IncIan Construction 4 Workers Compensation 4 General Liability • Umbrella Coverage 4 Performance/ Labor/ Material Bond Capable • Community Small Business Enterprise (CSBE) Miami Dade County 4- Minority Business Enterprise Miami Dade Public Schools 4 Minority Business Enterprise Broward County Public Schools • Sections 3 Certified Business 4 OSHA Certified Staff (OSHA 30, OSHA 10, Fall protection, Scaffold, Confined Space) 4 Certified by Lead-Safe United State Environmental Protection Agency • Business Certificate of Competency Industrial Waste Occupational Safety and Health Administration 11252 S.W 128 Street Miami, FL 33186 0: (786)293-7428 INFO@INCLAN PAINTING,NET WWW.INCLANPAINTING.NET F: (786)293-7430 1(877)946-2526 Licenses and Insurances Certificates Incl an Painting and W aterproofing, Corp. OBA Incl an Construction ¿'!J e3y ,, Licenses and Insurances l Workers Compensation d- General Liability l. Umbrella Coverage d Performance/ Labor/ Material Bond Capable Certificates l Community Small Business Enterprise (CSBE) Miami Dade County Minority Business Enterprise Miami Dade Public Schools d Minority Business Enterprise Broward County Public Schools l- Sections 3 Certified Business l OSHA Certified Staff (0SHA 30, OSHA 10, Fall protection, Scaffold, Confined Space) d Certified by Lead-Safe United State Environmental Protection Agency 4 Business Certificate of Competency sl Industrial Waste 11252 $.W 128 Street Miami, FL 33186 INFO@INCLAN PAINTING.NET Occupational Safety and Health Administration 0: (786)293-7428 WWW.INCLANPAINTING.NET SHA F: (786)293-7430 1(877)946-2526 Inclan Painting and Waterproofing, Corp. DBA Inclan Construction Places we provide Services Low/Mid/ High rise buildings '4$k New Construction '4- Condominiums • Apartment Complexes 4- Warehouses Office Building 4- Shopping Centers Church(s) or Religious Facilities Schools and Campuses Medical Facilities Ak Industrial Facilities Residential Commercial • Government Facilities • Parking Garages and Lots Stadiums - Parks and Recreations 11252 S.W 128 Street Miami, FL 33186 0: (786)293-7428 F: (786)293-7430 INFO@INCLAN PAINTING.NET W‘AAN.INCLANPAINTING.NET 1(877)946-2526 Inclan Painting and Waterproofing, Corp. OBA Inclan Construction Places we provide Services l Low/Mid/ High rise buildings l New Construction Condominiums l Apartment Complexes l Warehouses l Office Building Shopping Centers l Church(s) or Religious Facilities l- Schools and Campuses l Medical Facilities d Industrial Facilities l Residential d Commercial l Government Facilities l Parking Garages and Lots d Stadiums Parks and Recreations 11252 S.W 128 Street Miami, FL 33186 INFO@INCLAN PAINTING.NET 0: (786)293-7428 WWW.INCLANPAINTING.NET F: (786)293-7430 1(877)946-2526 Inclan Painting and Waterproofing, Corp. DBA Inclan Construction Our Services 4. Pressure Cleaning & Chemical Wash 4- Painting and protective coatings 4- Exterior & Interior Services 4- General Waterproofing Tex-Cote 4. Quartz Floor Installations 9 Stucco & Stucco Repair 9 Concrete Restoration 4- Epoxy Floor Coating 4- Metal Coating(s) 4- Cementitious Installations 414- Electrostatic Painting 9 Waterproofing Caulking 4- Seal Coating & Striping 4- Wall Coatings Texture Finishes 4- Wood Staining 9 Wall coverings 9 Sandblasting & Water blasting Expansion Joint 4- Parking Repairs & Coating PECORA CORPORATION AK816761,71Wcattscrp,roornProdutr USA. • 68(.61867 CHEMPRO 110011117 (411176% SHERWIN WILLIAMS, Suppliers: • en jamin Moore Polyduard DOW CORNING National Waterproofing Supply 11252 SAN 128 Street Miami, FL 33186 INFO@INCLAN PAINTING.NET 0: (786)293-7428 WWW.INCLANPAINTING.NET F: (786)293-7430 1(877)946-2526 In c la n P a in t in g a n d W a te r p ro o fi n g , C o rp . D B A In cl an C on s tr u c tion Our Services l Pressure Cleaning & Chemical Wash l Painting and protective coatings d Exterior & Interior Servi ces d General Waterproofing l- Tex-Cote l- Quartz Floor Ins tallation s d Stucco & Stucco Repair d Concrete Restoration d. Epoxy Floor Coating l Metal Coating (s) de Cem entitious Installations d Electrostatic Painting l Waterproofing Caulking d- Seal Coating & Striping l Wall Coating s d Texture Finishes l W ood Staining d Wall coverings l Sandblasting & Water blasting d. Expansion Joint l Parking Repairs & Coating Suppliers: us. rehuera/ Wsherprofeg Produr US· «'ne (62 CHEMPRODE Mt tu4$ Polvéuard DOW CORNING National Waterproofing Supply «l SHERWIN V/I LL4A Ms. 11252 S.W 128 Street Miam i, FL 33186 INFO@INCLAN PAINTING.NET 0: (786)293-7428 WWW.INCLANPAINTING.NET F: (786)293-7430 1(877)946-2526 Inclan Painting and Waterproofing, Corp. DBA Inclan Construction Local Business Tax Receipt and License CTB construction Trades S ualifying Board BUSINESS CERTIFICATE OF COMPETENCY tNoLAN PAINTING & WATERPROOFING CORP INCLAN tt1IS Local Business Tax Receipt Miami-Dade County, State of Florida -THIS IS NOT A BILL - DO NOT PAY AZI/km(30mM riEtel‘ftler- INCLAN PAINTING & WATERPROOFING CORP RENEWAL 12252 SW 128TH ST • 3947838 MIAMI FL 33186 1S— SEPTEMBER 30,2020 Must he displayed at placo of boldness Purouont to County Code Chapter 8A - An. 9 & 10 OWNEA INCIANPAINTING&WATERPROORNG SEC.TYPE OF BUSINESS 196 SPECIALTY BUILDING CONTRACTOR 99B690450- VVin el a 3- PAYMENT nano VW tauten $75,00 09/18/2019 EREDffeARD=Tg--wc 14b rids Local B115111833 Too Panto only confirms payment of ilia Load Business Tax. Tha flocalpils not a Boma, permit, or a cortitioadon (Atha holders qualifications, to do Lust:loss. Hof der must comply with any governmontol or norigiArnmkt(tiltiliolatory lows ond requirements which ripply to rtio busInoas, Tho flECEIPTRO.abovamost bo rilsployorl on all commor8lalvetklet Cado Sec 0o-276. fortnoroInfOrmfillon,vItliv vi ut a. ;thrall) 11252 S.W 128 Street Miami, FL 33186 0: (786)293-7428 F: (786)293-7430 INFO@INCLAN PAINTING,NFT WWW.INCLANPAINTING.NET 1(877)946-2526 .41 Inclan Painting and Waterp roofing, Corp. DBA Inclan Construction Local Business Ta Receipt and License ...9IQ..• USINESS CERTIFICATE OF COMPETENCY 03E 004720 +3 Local Business Tax Receipt Miami--Dade County, State of Florida --THIS IS NOT A DILL -DO NOT PAY 3791 409. • 8ESHMREOEATIO [FIPFlOr·«or INCLAN PAINTING & WATERPROOFING CORP RENEWAL 12252 SW 128TH ST 3947638 MIAMI FL 33186 EXPIRES SEPTEMB ER 30, 2020 Must bs displayod at placo of business Pursuant to County Code Chopter 8A - An. 9 & 10 0/ER INCLAN PAINTI NG & WATERPR OOFING SEC, TY PE OF BUSINESS PAYAEIT ACEE0 198 SPECI ALTY BUILDING CONTRACTOR wy tr. caution 03S00456 $75.00 09/18/2019 €REDITCRD=Tg-UT6II6° " Th[s loco! nuslss 'Tx feait only confirms pymnt of tho Looa! us/ness Tax. The focalpt ls not a llconse, permit, or certifictlgn of tho lolder's qulllic@tlons, to do busln@ss. Holdor must comply wih any govermontal örnoriovèrnmn(el réyultory lows ond requiromonts whlh npply ta tho bus)no3s, Th RECEIPT NO, above must bo displayed on all commerçjly lo Coda So 0s276. Fr moro Intortlon, vsit wwu,« «M% 11252 S.MW 128 Street Miami, FL 33186 INFO@INCLAN PAINTING.NET 0: (786)293-7428 WWW.INCLANPAINTING.NET F: (786)293-7430 1(877)946-2526 IneIan Painting and Waterproofing, Corp serving Florida since 1095 C.B.P, M.I.A & MDCPS ID's woout.,' coo rnAc rct CONTRACTOR rWarli., Ilernanclaz A kart° r2.N.031.4: I t4,120Z4 iloOn,213112.4' n1,A tO1qi6,fitd, cp At; tort %., co $1 SO, evai, ".iy.trtrancrOR 1416 .y,, ?/20'20Z4 MIAMI INTERNATIONAL AIRPORT - FBI BACKGROUND CHECK - FINGER PRINTS SIDA 'CONTRACTOR, RESECN FERREIRA, inCLAFRIITK, !NATERPROOMIG , 10 9 MDCPS: JESSICA LUNSFORD ACT Jessica Lunsford Act is the informal name given to a 2005 Florida law, as well as laws in several other states, designed to protect potential victims and reduce a sexual offenders ability to re-offend. Requires specific notations on the drivers licenses of sexual predators, and established standards and procedures related to the background screening of individuals who provide contracted non-instructional services to Florida public schools or districts. C.B.P U.S Customs & Border Protection are the largest federal law enforcement agency of the United States Department of Homeland Security charged with regulating and facilitating international trade, collecting import duties, and enforcing U.S. regulations, including trade, customs, and immigration. As per some M.I.A project request for this type of clearance to work in restricted areas. A federal back ground check is conducted to all employees that will be on the job site. 12252 SW 128 Street Miami, FL 33126 Office: (786)293-7428 Fax: (786)293-7430 INFO@ INCLANPAINTING.NET Ww w-Inclaripain ting.net C.B.P, IM.I.A & MDCP S ID's MDCPS: JESSICA LUNSFORD ACT Jessica Lunsford Act is the informal name given to a 2005 Florida law, as well as laws in several other states, designed to protect potential victims and reduce a sexual offender's ability to re-offend. Requires specific notations on the driver's licenses of sexual predators, and established standards and procedures related to the background screening of individuals who provide contracted non-instructional services to Florida public schools or districts. C.B.P Inclan Painting and Waterproofing, Corp Serving Florida since 1995 FBI BACKGROUND CHECK FINGER PRINTS SIDA U.S Customs & Border Protection are the largest federal law enforcement agency of the United States Department of Homeland Security charged with regulating and facilitating international trade, collecting import duties, and enforcing U.S. regulations, including trade, customs, and imm igration. As per some M.I.A project request for this type of clearance to work in restricted areas. A federal back ground check is conducted to all employees that will be on the job site. 12252 SW 128 Street Miami, FL 83126 Office: (786)293-7428 Fax: (786)293-7430 INFO@ INCLANPAINTING.NET Www.Inclanpainting.net Inclan Painting and Waterproofing, Corp Serving Florida since 1995 Indian PaintingIM/WcerriCor Readily Availab ly t • 3-Boom Lifts * 2-Bucket Trucks • 5-Honda Pressure Cleaners • 5-Sprayers Scaffolding ® Various Ladders 12252 SW 128 Street Miami, FL 33126 Office: (786)293-7428 Fax: (786)293-7430 INFO@ INCLANPAINTING.NET Www.Inclanpainting.net Inclan P ain tin g and W aterproofi n g, C orp Sorving I'lorida since 1995 sf ,~,;."''•t<:;-";~- s.....o Inclan Painting and Waterproofing Corp. Readit lable E ment • 3-Boom Lifts • 2-Bucket Trucks e 5-Honda Pressure Cleaners • 5-Sprayers • Scaffolding e Various Ladders 12252 SW 128 Street Mi ami, PL 38126 Office: (786)293-7428 Fax: (786)293-7430 INFO@ INCLANPAINTING.NET Www.Inclanpainting.not Cf tertif,_ Inclan Painting & Waterproofing Corporation NAT-115284-2 Certification # May 20, 2016 Issued On Michelle Price, Chief Lead, Heavy Metals, and Inorganics Branch furoro has fulfilled the requirements of the Toxic Substances Control Act (1SCA) Section 402, and has received certification to conduct lead-based paint renovation, repair, and painting activities pursuant to 40 CFR Part 745.89 Ea All EPA Administered States, Tribes, and Territories This certification is valid from the date of issuance and expires August 15, 2021 ha s fulfille d th received certific ol Act (TSCA) Section 402, and has repair, and painting activities pursuant è> ¢» AII EPA Administered States, Tribes, and Territories This certification is valid from the date of issuance and expires August 15, 2021 NAT-115284-2 Certification # May 20, 2016 Issued On .i % Michelle Price, Chief Lead, Heavy Metals, and Inorganics Branch 2019042505514153 Ii KAMM:ADE OFFICIAL DOCUMENT rx/PareelialaSiti 12342.11E11...1 iegiff AMEN SSMSIMIZMaird IMEIHMERNESI , c; •=16113231.5%. 0 .1.848,622816112 ...v.mmoomoge. 01381 Regulatory and Economic Resources Environmental Resources Management 701 NW 1st Court m 7th FlOor Miami, Florida 33136-3912 T 305-372-6600 F 305-372-6893 Permit No: IW5-017600-2019/2020 (REG)-MWSO Permit Issued To; INCLAN PAINTING & WATERPROOFING CORP. Facility Location: 12252 SW 128 ST MIAMI, FL 33186- Contact Name/Address: Attn: Luis Inclan INCLAN PAINTING & WATERPROOFING CORP. 12252 SW 128 ST MIAMI, FL 33186- INDUSTRIAL WASTE 5 ANNUAL OPERATING PERMIT miamidade.gov DESCRIPTION OF FACILITY/EQUIPMENT This document, issued under the provisions of Chapter 24, Miami-Dade County (Dade County Environmental Protection Ordinance), shall be valid from May 01, 2019 through April 30, 2020. The above named permittee, is hereby authorized to operate the pollution control facility at the above location which consists of the following: Facilities that handle hazardous materials and do not generate any waste. Served by sanitary sewer. This facility is subject to conditions listed below and in the following pages (if any) of this permit. SPECIFIC CONDITIONS 1, Facility shall have the ability to contain and collect any spill and properly dispose of contaminated materials. Accidental spills must be reported to this department within 24 hours at (305)372-6955. 2. Records of incoming and outgoing hazardous materials shall be maintained in an orderly manner and be made available to this department's representatives upon request. Records shall be kept for a period of three years. 3. All above ground tanks and storage areas for hazardous materials and hazardous waste (if allowed) must have secondary containment. Design and construction must have departmental approval, 4, If at any time pollution control facilities or procedures are found to be performing inadequately, the owner must provide immediate improvements to the operating techniques and/or additional equipment in order to operate in compliance with applicable regulations. Additionally, any significant changes in facility operations, processes or inventory of materials must be reported to this office in writing within 10 days. GENERAL CONDITIONS 5. The Permittee, by acceptance of this document, agrees to operate and maintain the subject operation so as to comply with the requirements of Chapter 24 of the Code of Miami-Dade County. 6. If for any reason, the Permittee does not comply with or will be unable to comply with any condition or limitation specified on this document the Permittee shall immediately notify and provide the Department with the following information: (a) a description of and cause of non-compliance; and (b) the period of non-compliance including exact dates and times; or, if not corrected, the anticipated time the non-compliance is expected to continue, and steps taken to reduce, eliminate, and prevent recurrence of the non-compliance. The Permittee shall be responsible for any and all damages which may result and may be subject to enforcement action by the Department for penalties or revocation of this document. 7. As provided in Section 24-15 of the Code of Miami-Dade County, the prior written approval of the Department shall be obtained for any alteration to this facility, 8. The issuance of this document does not convey any vested rights or any exclusive privileges. Nor does it authorize any injury to public or private property or any invasion of personal rights, nor any infringement of federal, state or local laws or regulations. Page 1 of 2 Lee N. Hefty, Assistant Director Department of Regulatory and Economic Resources, Environmental Resources Management 2019042505514153 OFFICIAL DOCUMENT Permit No: Permit Issued To: Facility Location: Contact Name/Address: Attn: Luis Inclan INCLAN PAINTING & WATERPROOFING CORP. 12252 SW 128 ST MIAMI, FL 33186- 01381 Regulatory and Economic Resources Environmental Resources Management 701 NW 1st Court + 7th Floor Miami, Florida 33136-3912 T 305-372-6600 F 305-372-6893 miamidade.gov IW5-017600-2019/2020 (REG)-MWSO INCLAN PAINTING & WATERPROOFING CORP. 12252 SW 128 ST MIAMI, FL 33186- INDUSTRIAL WASTE 5 ANNUAL OPERATING PERMIT DESCRIPTION OF FACILITYIEQUIPMIENT This document, issued under the provisions of Chapter 24, Miami-Dade County (Dade County Environmental Protection Ordinance), shall be valid from May 01, 2019 through April 30, 2020. The above named permittee, is hereby authorized to operate the pollution control facility at the above location which consists of the following: Facilities that handle hazardous materials and do not generate any waste. Served by sanitary sewer. This facility is subject to conditions listed below and in the following pages (if any) of this permit. SPECIFIC CONDITIONS 1. Facility shall have the ability to contain and collect any spill and properly dispose of contaminated materials. Accidental spills must be reported to this department within 24 hours at (305)372-6955. 2. Records of incoming and outgoing hazardous materials shall be maintained in an orderly manner and be made available to this department's representatives upon request. Records shall be kept for a period of three years. 3. All above ground tanks and storage areas for hazardous materials and hazardous waste (if allowed) must have secondary containment. Design and construction must have departmental approval. 4. If at any time pollution control facilities or procedures are found to be performing inadequately, the owner must provide immediate improvements to the operating techniques and/or additional equipment in order to operate in compliance with applicable regulations. Additionally, any significant changes in facility operations, processes or inventory of materials must be reported to this office in writing within 10 days. GENERAL . CONDITIONS 5. The Permittee, by acceptance of this document, agrees to operate and maintain the subject operation so as to comply with the requirements of Chapter 24 of the Code of Miami-Dade County. 6. lf for any reason, the Permittee does not comply with or will be unable to comply with any condition or limitation specified on this document the Permittee shall immediately notify and provide the Department with the following information: (a) a description of and cause of non-compliance; and (b) the period of non-compliance including exact dates and times; or, if not corrected, the anticipated time the non-compliance is expected to continue, and steps taken to reduce, eliminate, and prevent recurrence of the non-compliance. The Permittee shall be responsible for any and all damages which may result and may be subject to enforcement action by the Department for penalties or revocation of this document. 7. As provided in Section 24-15 of the Code of Miami-Dade County, the prior written approval of the Department shall be obtained for any alteration to this facility. 8. The issuance of this document does not convey any vested rights or any exclusive privileges. Nor does it authorize any injury to public or private property or any invasion of personal rights, nor any infringement of federal, state or local laws or regulations. Page 1 of 2 Lee N. Hefty, Assistant Director Department of Regulatory and Economic Resources, Environmental Resources Management Nor does it relieve the permittee from liability for harm or injury to human health or welfare or property. 9. This document is required to be posted in a conspicuous location at the facility site during the entire period of operation. 10, This document is not transferable. Upon sale or legal transfer of the property or facility covered by this document, the Permittee shall notify the Department within thirty (30) days. The new owner must apply for a permit within thirty (30) days. The Permittee shall be liable for any non-compliance of the source until the transferee applies for and receives a transfer of this document. 11. The Permittee, by acceptance of this document, specifically agrees to allow access to the named source at reasonable times by Department personnel presenting credentials for the purposes of inspection and testing to determine compliance with this document and Department rules. 12. This document does not indicate a waiver of or approval of any other Department permit that may be required for other aspects of this facility. 13. This document does not constitute an approval by the Department or certification that the Permittee is in compliance with applicable laws, ordinances, rules or regulations. The Permittee acknowledges that separate enforcement actions may be initiated by the Department and that this document does not constitute compliance with orders issued in conjunction with enforcement actions for correction of violations. 14. Failure to comply with any condition of this document, or the requirements of Chapter 24, Code of Miami-Dade County may subject the Permittee to the penalty provisions of said Chapter including civil judicial penalties up to $25,000 per day per offense and/or criminal penalties not to exceed $500 per day or, for violations of Section 24-42.4 Sanitary Sewer Discharge Limitations and Pretreatment Standards not to exceed $2,000 per day and/or sixty (60) days in jail. Page 2 of 2 Nor does it relieve the permittee from liability for harm or injury to human health or welfare or property. 9. This document is required to be posted in a conspicuous location at tho facility site during the entire period of operation. 10. This document is not transferable. Upon sale or legal transfer of the property or facility covered by this document, the Permittee shall notify the Department within thirty (30) days. The new owner must apply for a permit within thirty (30) days. The Permittee shall be liable for any non-compliance of the source until the transferee applies for and receives a transfer of this document. 11. The Permittee, by acceptance of this document, specifically agrees to allow access to the named source at reasonable times by Department personnel presenting credentials for the purposes of inspection and testing to determine compliance with this document and Department rules. 12. This document does not indicate a waiver of or approval of any other Department permit that may be required for other aspects of this facility. 13. This document does not constitute an approval by tho Department or certification that the Permittee is in compliance with applicable laws, ordinances, rules or regulations. The Permlttee acknowledges that separate enforcement actions may be initiated by the Department and that this document does not constitute compliance with orders issued in conjunction with enforcement actions for correction of violations. 14. Failuro to comply with any condition of this document, or the requirements of Chapter 24, Code of Miami-Dade County may subject the Permittee to the penalty provisions of said Chapter including civil judicial penalties up to $25,000 per day per offense and/or criminal penaltíes not to exceed $500 per day or, for violations of Section 24 42.4 Sanitary Sewer Discharge Limitations and Pretreatment Standards not to exceed $2,000 per day and/or sixty (60) days in jail. Page 2 of 2 Inclan Painting and Waterproofing, Corp Serving Florida since 1995 System for Award Management (S.A.M.) SYSTEM FORAWARDMAN'AGEMENT INCLAN PAINTING AND WATERPROOFING, CORP. DUNS: 883462012 CAGE Code: 456N1 Status: Active 12252 SW 128TH ST MIAMI, FL, 33186-5419, UNITED STATES Expiration Date: 06/02/2020 Purpose of Registration: All Awards Entity Overview 'Entityllegktrition Suntmary Name: INCLAN PAINTING AND WATERPROOFING, CORP. Business Type: Business or Organization Last Updated By: LUIS INCLAN Registration Status: Active Activation Date: 06/03/2019 Expiration Date: 06/02/2020 ExcInsionSionmary Active Exclusion Records? No 12252 SW 128 Street Miami, FL 33126 Office: (786)293-7428 Fax: (786)293-7430 INFO@ INCLANPAINTING.NET Www.Inclanpainting.net Inclan P ainting and W aterproofi ng, C orp Serving Florida since 1995 System for Awyard Management (S.A.M.) SYSTEM FOR AWARD MANAGEMENT https://www.sam.o INCLAN PAINTING AND WATERPROOFING, CORP. DUNS: 883462012 CAGE Code: 456N1 Status: Active 12252 SW 128TH S T MIAMI, FL, 33186-5419, UNITED STATES Expiration Date: 06/02/2020 Purpose of Registration: All Awards Name: INCLAN PAINTING AND WATERPROOFING, CORP. Business Type: Business or Organization Last Updated By: LUIS INCLAN Registration Status: Active Activation Date: 06/03/2019 Active Exclusion Records? No sAt 12252 SW 128 Street Miami, FL 83126 Office: (786)293-7428 Fax: (786)293-7430 INFO@ INCLANPAINTING.NET Www.Inclanpainting.net i Ol 61712019 Detail by Entity Name DIVISION OP CORPORATIONS "f/is lot %/W,' rd,f s !!,' 120f nt of state I Division of Corporations / Sezoolt fiecordi / Detail Qy Document Nuolbet. Detail by Entity Name Florida Profit Corporation INCLAN PAINTING AND WATERPROOFING, CORP. Filing Information Document Number P95000036237 FEI/EIN Number 65-0580105 Date Filed 05/04/1995 State FL Status ACTIVE Last Event AMENDMENT Event Date Filed 02/09/2012 Event Effective Date NONE Principal Address 12252 SW 128TH STREET MIAMI, FL 33186 Changed: 06/27/2001 Malling_AOress 12252 SW 128TH STREET MIAMI, FL 33186 Changed: 06/27/2001 Regis eyedAgent Name & Address VEGA, DANIEL R 2555 PONCE DE LEON BLVD STE 220 CORAL GABLES, FL 33134 Name Changed: 11/16/2017 Address Changed: 11/16/2017 Officer/Director Detail Name & Address Title PD INCLAN, LUIS 12252 SW 128TH STREET MIAMI, FL 33186-5419 search.sunbiLorg/Inquiry/CorporationSearch/SearehRestiltDetairtinquirytype=-EntityName&directionType=Inillal&searchNameOrder=lNCLANPAINTIN. . 1/3 6/7 /20 19 Detail by Entity Name IVISION OF CORPORATIONS O;i91 f g0 T o ; me-2.ms nt«oint 'au i +ha ris Donartment of State I Division of Coroorations I Search Records I DOetail By Document Number / Detail by Entity Name Florida Profit Corporation INCLAN PAINTING AND WATERPRO OFING, CORP. Filing _f orm at ion Document Number FEI/EIN Number Date Filed State Status Last Event Event Date Filed Event Effective Date Principal Address 12252 SW 128TH STREET MIAMI, FL 33186 Changed: 06/27/2001 Mailing Addres s 12252 SW 128TH STREET MIAMI, FL 33186 Changed: 06/27/2001 Registered Agent Name 8 Address VEGA, DANIEL R 2555 PONCE DE LEON BLVD STE 220 CORAL GABLES, FL 33134 Name Ch anged: 11/16/2017 Address Changed: 11/16/2017 Officer/Director Detail Name & Address Title PD P95000036237 65-0580105 05/04/1995 FL ACTIVE AMENDMENT 02/09/2012 NON E INCLAN, LUIS 12252 SW 128TH STREET MIAM I, FL 33186-5419 search.sunbiz.org/inquiry/CorporationSearch/SoarchRosultDetail7inquirytype=EntityName&direction Type=Initlal&searchtaroOrder=INLANPAINTIN... 1/3 V c.;.1f.)1‘1 org lc C r 'gm wr, ( u/ Flontio 10/25/2019 sunbiz.org - Florida Department of State DIVISION OF CORPORATIONS Previous on List Next on Lisi Return, to List Fictitious Name Search No Filing History ]. Submit Fictitious Na e Detail Fictitious Name INCLAN CONSTRUCTION Filing Information Registration Number 614000122835 Status ACTIVE Filed Date 12/08/2014 Expiration Date 12/31/2019 Current Owners 1 County MIAMI-DADE Total Pages 1 Events Filed NONE FEI/EIN Number 65-0580105 Mailing Address 12252 SW 128 STREET MIAMI, FL 33186 Owner Information INCLAN PAINTING AND WATERPROOFING CORP 12252 SW 128 STREET MIAMI, FL 33186 FEI/EIN Number: 65-0580105 Document Number: P95000036237 Document Images ] 12/08/2014 -- Fictitious Name Filing l View image in PDF format Previous on List Next on List Return to List Fictitious Name Search No Filing History I_Submit dos.sunbiz.erg/scripts/ficidetexe?action.DETREG&docnum--G14000122835&rdocnum=G05249700155 1/1 10/25/2019 sunbiz.org - Florida Department of State DIVISION OF CORPORATIONS DJ/Io of C0BRA+Io un oiji! 'Sue of tordu wnits Previous on List Next on List No Filing History Ret urn to List Fictitious Name Search [submit ] Fictitious Name Detail Fictitious Name INCLAN CONSTRUCTION Filing Information Registration Number G14000122835 Status ACTIVE Filed Date 12/08/2014 Expiration Date Current Owners County Total Pages Events Filed FEI/EIN Number Mailing Address 12252 SW 128 STREET MIAMI, FL 33186 12/31/2019 MIAMI-DADE NONE 65-0580105 Owner Information INCLAN PAINTING AND WATERPROOFING CORP 12252 SW 128 STREET MIAMI, FL 33186 FEI/EIN Number: 65-0580105 Document Number: P95000036237 Document Images 12/098/2014 .-- Fictitious Name Fin, View image in PDF format [ Previous on List Next on List Return to List No Filing History Fictitious Name Search I Submit I dos.sunbiz.org/scripts/ficidet.exe?action=DE TREG&docnum=G140001228358rd0cnum=G05249700155 1/1 6120/2017 B2GnoN MIAMI-DADE COUNTY PUBLIC SCHOOLS MinorityNVomen Business Enterprise (MWBE) Certificate THIS CERTIFIES THAT Inclan Painting & Waterproofing Corp. ®BA Inclan Construction IS OWNED AND CONTROLLED BY A(N) HISPANIC AMERICAN PURSUANT TO MIAMI-DADE COUNTY PUBLIC SCHOOL BOARD POLICY 6320.02 fhVirhra ft444-4 June 20, 2017 June 20, 2020 6504673 Issue Date Expiration Date Vendor No. Office of Economic Opportunity 1450 NE 2nd Avenue, Suite 428 Miami, Florida 33132 https://miamidadeschools.diver'sitycompliance.com/FrontPage/VenclorMain.asp?XiD=1986 1/1 6/20/2017 2Gnaw MIAMI-DADE COUNTY PUBLIC SCHOOLS Minority/Women Business Enterprise (MWBE) Certificate THIS CERTIFIES THAT Inclan Painting & Waterproofing Corp. DBA Inclan Construction IS OW NED AND CO NTRO LLE D BY A(N) HISPANIC AMERICAN PURSUANT TO MIAMI-DADE COUNTY PUBLIC SCHOOL BOARD POLICY 6320.02 , c k4.... [kkeko, I 9 June 20, 2017 June 20, 2020 6504673 Iss u e D ate Exp ira tio n D ate Vend o r N o. Office of Economi c Opportunity 1450 NE 2nd Avenue, Suite 428 Miam i, Florida 33132 https://m iam idades ch ool s.di ver sity com plian ce.com/F rontP ageVendor M ain .as p?XI = 1986 1/1 612012017 a2Gnan MIAMI-DADS COUNTY PUBLIC SCHOOLS Micro Business Enterprise (MBE) Certificate THIS CERTIFIES THAT Inclan Painting & Waterproofing Corp. DBA Inclan Construction OWNED AND CONTROLLED FIRM, PURSUANT TO PURSUANT TO MIAMI-DADE COUNTY PUBLIC SCHOOL BOARD POLICY 6320.02 IKLS, 1244124„4,2 June 20, 2017 June 20, 2020 6504673 Issue Date Expiration Date Vendor No. Office of Economic Opportunity 1450 NE 2nd Avenue, Suite 428 Miami, Florida 33132 htlpsifrniamidadeschoolsAiversitycompliancacom/FrontPageNendoriViain.asp?XID=1986 111 6/2 0/2 0 17 B2Gnow MI A M I-D AD E C O U N T Y PUB LIC SCHO OLS Micro Busi ness Enterprise (MBE) Certificate THIS CERTIFIES THAT Inclan Painting & Waterproofing Corp. DBA Inclan Construction OWNED AND CONTROLLED FIRM, PURSUANT TO PURSUANT TO MIAMI-DADE COUNTY PUBLIC SCHOOL BOARD POLICY 6320.02 h40 %..# June 20, 2017 June 20, 2020 6504673 Issue D ate Exp ira ti on D ate Vendor No. Office of Economic Opportunity 1450 NE 2nd Avenue, Suite 428 Miami, Florida 33132 http s://m iam idad es ch ooi s.di ver sity compliance.com/FrontPagel'VendorMain.asp?X1D= 1986 1/1 Internal Services Department Small Business Development MIAMI•DAD 111 NW 1 Street, 19th Floor ti Afq Miami, Florida 331213 mlamidade.gov T 305-375-3111 F 305-375-3160 October 8, 2019 Luis Inclan Inclan Painting & Waterproofing Corp. DBA Inclan Construction 12252 SW 128 ST MIAMI, FL 33186 Approval Date: October 8, 2019 - Small Business Enterprise - Construction (SBE-Con) Expiration Date: October 31, 2022 Dear Luis Inclan, Miami-Dade County Small Business Development (SBD), a division of the Internal Services Department (ISD) has completed the review of your application and attachments submitted for certification. Your firm is officially certified as a Miami-Dade County Small Business Enterprise - Construction (SBE-Con). The Small Business Enterprise (SBE) programs are governed by sections 2-8.1.1.1.1; 2-8.1,1.1.2; 2-10.4.01; 10-33.02 of Miami-Dade County's Codes. This Small Business Enterprise - Construction (SBE-Con) certification is valid for three years provided that you submit a "Continuing Eligibility Affidavit" on or before your anniversary date, October 8, 2020. The affidavit must indicate any changes or no changes in your firm pertinent to your certification eligibility. The submittal of a "Continuing Eligibility Affidavit" annually with specific supporting documents on or before your Anniversary Date is required to maintain the three-year certification. You will be notified of this responsibility in advance of the Anniversary Date. Failure to comply with the said responsibilities may result in immediate action to decertify the firm. If at any time there is a material change in the firm including, but not limited to, ownership, officers, director, scope of work being performed, daily operations, affiliation(s) with other businesses or the physical location of the firm, you must notify this office in writing within (30) days. Notification should include supporting documentation. You will receive timely instructions from this office as to how you should proceed, if necessary. This letter will be the only approval notification issued for the duration of your firm's three years' certification. If the firm attains graduation or becomes ineligible during the three-year certification period, you will be properly notified following an administrative process that your firm's certification has been removed pursuant to the code. Your firm's name and tier level will be listed in the directory for all SBE certified firms, which can be accessed through Miami-Dade County's SBD website: http://www.miamidade,qov/smallbusiness/certification-lists.asp. The categories as listed below affords you the opportunity to bid and participate on contracts with Small Business Enterprise measures. It is strongly recommended that you register your firm as a vendor with Miami-Dade County. To register, you may visit: http://www.miamidade.gov/procurement/vendor-registration.asp. Thank you for your interest in doing business with Miami-Dade County. If you have any questions or concerns, you may contact our office at 305-375-3111 or via email at sbdcertAmiamidade.qov. Sincerely, Claudious Thompson, Section Chief Small Business Development CATEGORIES: (Your firm may bid or participate on contracts only under these categories) NAICS 238320: PAINTING AND WALL COVERING CONTRACTORS NAICS 238390: OTHER BUILDING FINISHING CONTRACTORS M IA M I EEG mlamidade.gov Internal Services Department Small Business Develop ment 111NW A Street, 19th Floor Miami, Florida 33128 T 305-375-3111 F 305-375-3160 October 8, 2019 Luis Inclan Inclan Painting & Waterproofing Corp. DBA Inclan Construction 12252 SW 128 ST MIAMI, FL 33186 Approval Date: October 8, 2019 - Small Business Enterprise - Construction (SE-Con) Expiration Date: October 31, 2022 Dear Luis Inclan, Miami-Dade County Small Business Development (SBD), a division of the Internal Services Department (ISD) has completed the review of your application and attachments submitted for certification. Your firm is officially certified as a Miami-Dade County Smal l Business Enterprise - Construction (SBE-Con). The Small Business Enterprise (SBE) programs are governed by sections 2-8.1.1.1.1;2-8.1.1.1.2; 2-10.4.01; 10-33.02 of Miami-Dade County's Codes. This Small Business Enterprise - Construction (SBE-Con) certification is valid for three years provided that you submit a "Continuing Eligibility Affidavit" on or before your anniversary date, October 8, 2020. Th affidavit must indicate any changes or no changes in your firm pertinent to your certification eligibility. The submittal of a "Continuing Eligibility Affidavit" annually with specific supporting documents on or before your Anniversary Date is required to maintain the three-year certification. You will be notified of this responsibility in advance of the Anniversary Date. Failure to comply with the said responsibilities may result in immediate action to decertify the firm. lf at any time there is a material change in the firm including, but not limited to, ownership, officers, director, scope of work being performed, daily operations, affiliation(s) with other businesses or the physical location of the firm, you must notify this office in writing within (30) days. Notification should include supporting documentation. You will receive timely instructions from this office as to how you should proceed, if necessary, This letter will be the only approval notification issued for the duration of your firm's three years' certification. If the firm attains graduation or becomes ineligible during the three-year certification period, you will be properly notified following an administrative process that your firm's certification has been removed pursuant to the code. Your firm's name and tier level will be listed in tile directory for all SBE certified firms, which can be accessed through Miami-Dade County's SBD website: http://ywyw.miamidade_gov/smallbusiness/certification-lists_asp. The categories as listed below affords you the opportunity to bid and participate on contracts with Small Business Enterprise measures. lt is strongly recommended that you register your firm as a vendor with Miami-Dade County. To register, you may visit: http://yyyyy.miamnidade_gov/procurement/vendor-registration.asp. Thank you for your interest in doing business wi th Miami-Dade County. If you have any questions or concerns, you may contact our office at 305-375-3111 or via email at sbdcert@miamidade.gov. Sincerely, Claudious Thompson, Section Chief Small Business Development CATEG ORIES: (Your firm m ay bid or participate on co ntracts only under these ca tegories) NAICS 238320: PAINTING AND WALL COVERING CO NTR ACTO RS NAI C S 238390: OTH ER BUI LDING FINISHING CON TR ACTOR S Internal Services Department Small Business Development 111 NW 1 Street, 19th Floor Miami, Florida 33128 305-375-3111 F 305-375-3160 iniarnidade.gov October 8, 2019 Luis Inclan Inclan Painting & Waterproofing Corp. DBA Inclan Construction 12252 SW 128 ST MIAMI, FL 33186 Approval Date: October 8, 2019 - Local Developing Business (LDB) Anniversary Date: October 8, 2020 Dear Luis Inclan, Miami-Dade County Small Business Development (SBD), a division of the Internal Services Department (ISD) has completed the review of your application and attachments submitted for certification. Your firm is officially certified as a Miami-Dade County Local Developing Business (LDB) in accordance with section of the code of Miami-Dade County. LDB certification is continuous with no expiration date; however, firms are required to attest that there are no changes via the No Change Declaration form on or before the firm's anniversary date to remain certified. You will be notified of your annual responsibilities in advance of the Anniversary Date listed above. You must submit the annual No Change Declaration form no later than the Anniversary Date to maintain your eligibility. You will be notified of this responsibility in advance of the Anniversary Date. Failure to comply with the said responsibilities may result in immediate action to decertify the firm. If at any time there is a material change in the firm including, but not limited to, ownership, officers, director, scope of work being performed, daily operations, affiliation(s) with other businesses or the physical location of the firm, you must notify this office in writing within (30) days. Notification should include supporting documentation. You will receive timely instructions from this office as to how you should proceed, if necessary. Your company is certified in the categories as listed below affording you the opportunity to bid and participate on contracts with Small Business Enterprise measures. Please note that the categories listed are very general and are used only to assist our customers in searching the directory for certified firms to meet contract goals. You can find the firm's up-to-date certification profile as well as all other certified firms on the Miami-Dade County Internal Services Department, Small Business Development Certified Firms' Directory at the website http://www.miamidade.gov/smallbusiness/certification-programs.asp. MI A MI Emme miamidado.gov Internal Services Department Small Business Development 111 NW1 Street, 19/h Floor Miami, Florida 33128 T305-375-3111 F 305-375-3160 October 8, 2019 Luis Inclan Inclan Painting & Waterproofing Corp. OBA Inclan Construction 12252 SW 128 ST MIAMI, FL 33186 Approval Date: October 8, 2019 - Local Developing Business (LDB) Anniversary Date: October 8, 2020 Dear Luis Inclan, Miami-Dade County Small Business Development (SBD), a division of the Internal Services Department (ISD) has completed the review of your application and attachments submitted for certification. Your firm is officially certified as a Miami-Dade County Local Developing Business (LDB) in accordance with section of the code of Miami-Dade County. LDB certification is continuous with no expiration date; however, firms are required to attest that there are no changes via the No Change Declaration form on or before the firm's anniversary date to remain certified. You will be notified of your annual responsibilities in advance of the Anniversary Date listed above. You must submit the annual No Change Declaration form no later than the Anniversary Date to maintain your eligibility. You will be notified of this responsibility in advance of the Anniversary Date. Failure to comply with the said responsibilities may result in immediate action to decertify the firm. lf at any time there is a material change in the firm including, but not limited to, ownership, officers, director, scope of work being performed, daily operations, affiliation(s) with other businesses or the physical location of the firm, you must notify this office in writing within (30) days. Notification should include supporting documentation. You will receive timely instructions from this office as to how you should proceed, if necessary. Your company is certified in the categories as listed below affording you the opportunity to bid and participate on contracts with Small Business Enterprise measures. Please note that the categories listed are very general and are used only to assist our customers in searching the directory for certified firms to meet contract goals. You can find the firm's up-to-date certification profile as well as all other certified firms on the Miami-Dade County Internal Services Department, Small Business Development Certified Firms' Directory at the website http://yyw.miamidade_goy/smallbusiness[certification-programs_asp. It is strongly recommended that you register your firm as a vendor with Miami-Dade County. To register, you may visit: httu://www.miamidade.qov/brocurementivendor-reqistration.asp. Thank you for your interest in doing business with Miami-Dade County. If you have any questions or concerns, you may contact our office at 305-375-3111 or sbdcertmiamidade.qov. Sincerely, Claudious Thompson, Section Chief Small Business Development CATEGORIES: (Your firm may bid or participate on contracts only under these categories) NAICS 238320: PAINTING AND WALL COVERING CONTRACTORS NAICS 238390: OTHER BUILDING FINISHING CONTRACTORS It is strongly recommended that you register your firm as a vendor with Miami-Dade County. To register, you may visit: http://www.miamidade.gov/procurement/vendor-registration.asp. Thank you for your interest in doing business with Miami-Dade County. If you have any questions or concerns, you may contact our office at 305-375-3111 or sbdcert@miamidade.goy. Sincerely, peer=ct=e- Claudious Thompson, Section Chief Small Business Development CATEGORIES: (Your firm may bid or participate on contracts only under these categories) NAICS 238320: PAINTING AND WALL COVERING CONTRACTORS NAICS 238390: OTHER BUILDING FINISHING CONTRACTORS Internal Services Department Small Business Development 111 NW 1 Street, 19th Floor Miami, Florida 33128 T 305-375-3111 F 305-375-3160 miamidade.gov October 8, 2019 Luis Inclan Inclan Painting & Waterproofing Corp. DBA Inclan Construction 12252 SW 128 ST MIAMI, FL 33186 Approval Date: October 8, 2019 - Small Business Enterprise - Goods & Services (SBE-G&S) Expiration Date: October 31, 2022 Dear Luis Inclan, Miami-Dade County Small Business Development (SBD), a division of the Internal Services Department (ISD) has completed the review of your application and attachments submitted for certification. Your firm is officially certified as a Miami-Dade County Small Business Enterprise - Goods & Services (SBE-G&S). The Small Business Enterprise (SBE) programs are governed by sections 2-8.1.1.1.1; 2-8.1.1.1.2; 2-10.4.01; 10-33.02 of Miami-Dade County's Codes. This Small Business Enterprise - Goods & Services (SBE-G&S) certification is valid for three years provided that you submit a "Continuing Eligibility Affidavit" on or before your anniversary date, October 8, 2020. The affidavit must indicate any changes or no changes in your firm pertinent to your certification eligibility. The submittal of a "Continuing Eligibility Affidavit" annually with specific supporting documents on or before your Anniversary Date is required to maintain the three-year certification. You will be notified of this responsibility in advance of the Anniversary Date. Failure to comply with the said responsibilities may result in immediate action to decertify the firm. If at any time there is a material change in the firm including, but not limited to, ownership, officers, director, scope of work being performed, daily operations, affiliation(s) with other businesses or the physical location of the firm, you must notify this office in writing within (30) days. Notification should include supporting documentation. You will receive timely instructions from this office as to how you should proceed, if necessary. This letter will be the only approval notification issued for the duration of your firm's three years' certification. If the firm attains graduation or becomes ineligible during the three-year certification period, you will be properly notified following an administrative process that your firm's certification has been removed pursuant to the code. Your firm's name and tier level will be listed in the directory for all SBE certified firms, which can be accessed through Miami-Dade County's SBD website: http://www.miamidade.qovismalibusinessicertification-lists.aso. The categories as listed below affords you the opportunity to bid and participate on contracts with Small Business Enterprise measures. It is strongly recommended that you register your firm as a vendor with Miami-Dade County. To register, you may visit: http://www.rniamidadeAov/procurementivendor-reqistration.asp. Thank you for your interest in doing business with Miami-Dade County. If you have any questions or concerns, you may contact our office at 305-375-3111 or via email at sbdcertAmiamidacle.qov. Sincerely, Claudious Thompson, Section Chief Small Business Development CATEGORIES: (Your firm may bid or Participate on contracts only under these categories) NIGP 910: BUILDING MAINTENANCE, INSTALLATION AND REPAIR SERVICES NIGP 91000: BUILDING MAINTENANCE, INSTALLATION AND REPAIR SERVICES M IA M I «IE miamidade.gov Internal Services Departme nt Sma ll Business Development 111NW 1 Street, 19th Floor Miami, Florida 33128 T 305-375-3111 F 305-375-3160 October 8, 2019 Luis Inclan Inclan Painting & Waterproofing Corp. OBA Inclan Construction 12252 SW 128 ST MIAMI, FL 33186 Approval Date: October 8, 2019 - Small Business Enterprise - Goods & Services (SBE-G&S) Expiration Date: October 31, 2022 Dear Luis Inclan, Miami-Dade County Small Business Development (SBD), a division of the Internal Services Department (ISD) has completed the review of your application and attachments submitted for certification. Your firm is officially certified as a Miami-Dade County Small Business Enterprise - Goods & Services (SBE-G&S). The Small Business Enterprise (SBE) programs are governed by sections 2-8.1.1.1.1; 2-8.1.1.1.2; 2-10.4.01; 10-33.02 of Miami-Dade County's Codes. This Small Business Enterprise - Goods & Services (SBE-G&S) certification is valid for three years provided that you submit a "Continuing Eligibility Affidavit" on or before your anniversary date, October 8, 2020. The affidavit must indicate any changes or no changes in your firm pertinent to your certification eligibility. The submittal of a "Continuing Eligibility Affidavit" annually with specific supporting documents on or before your Anniversary Date is required to maintain the three-year certification. You will be notified of this responsibility in advance of the Anniversary Date. Failure to comply with the said responsibilities may result in immediate action to decertify the firm. lf at any time there is a material change in the firm including, but not limited to, ownership, officers, director, scope of work being performed, daily operations, affiliation(s) with other businesses or the physical location of the firm, you must notify this office in writing within (30) days. Notification should include supporting documentation. You will receive timely instructions from this office as to how you should proceed, if necessary. This letter will be the only approval notification issued for the duration of your firm's three years' certification. If the firm attains graduation or becomes ineligible during the three-year certification period, you will be properly notified following an administrative process that your firm's certification has been removed pursuant to the code. Your firm's name and tier level will be listed in the directory for all SBE certified firms, which can be accessed through Miami-Dade County's SBD website: http://wyw.miamidade_goy/smallbusiness/certification-lists_asp. The categories as listed below affords you the opportunity to bid and participate on contracts with Small Business Enterprise measures. It is strongly recommended that you register your firm as a vendor with Miami-Dade County. To register, you may visit: http://yywywy.miamidade_gov/procurement/yendor-registration.asp. Thank you for your interest in doing business with Miami-Dade County. If you have any questions or concerns, you may contact our office at 305-375-3111 or via email at sbdcert@miamidade_go. Sincerely, Claudious Thompson, Section Chief Small Business Development CATEGORIES: (Your firm may bid or participate on contracts only under these categories) NIGP 910: BUILDING MAINTENANCE, INSTALLATION AND REPAIR SERVICES NIGP 91000: BUILDING MAINTENANCE, INSTALLATION AND REPAIR SERVICES I I NIGP 91054: PAINTING, MAINTENANCE AND REPAIR SERVICES, INCLUDING CAULKING NIGP 91078: WEATHERIZATION, WEATHER AND WATERPROOFING MAINTENANCE AND REPAIR SERVICES NIGP 96166: SIGN MAKING AND PAINTING SERVICES NIGP 96231: ELECTROSTATIC PAINTING SERVICES NIGP 96255: METAL COATING SERVICES: THERMAL SPRAY, HIGH VELOCITY OXY-FUEL (H.VO.F.), POWDER COATING NIGP 96661: PAVEMENT MARKING SERVICES, INCLUDING REMOVAL OF MARKINGS NIGP 96894: WATERPROOFING SYSTEMS AND REPAIR NIGP 91054: PAINTI NG, MAINTENANCE AND REPAIR SERVICES, INCLUDING CAULKING NI GP 910 78: WEA TH ER I ZATI ON , WEATHER A N D WATERPROOFING MAINTENANCE AND REPAIR SERVICES NI GP 9616 6: S IGN M A K IN G A N D PA IN T IN G S E R V IC E S NI GP 96231: EL E C TR O S TATI C PA IN T IN G S E R V IC E S N IGP 96255: METAL C O AT IN G S E R V IC E S : T H E R M A L S P R AY, H IG H V E LO C ITY O X Y-F U E L (H .V.O .F.), P O WD E R C O AT IN G NI GP 96 861: PAVE M E N T M A R K IN G S E R V IC E S , IN C LU D IN G R E M O VA L O F M A R K IN G S N IGP 96894: WATE RP R O OF I N G S Y S T E M S A N D R E PA IR ACCWO CERTIFICATE OF LIABILITY INSURANCE DATE (MWDD/YYYY) 02/11/2019 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 N an ADDITIONAL INSURED, the policy(les) must have ADDITIONAL INSURED provisions or 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 endo semengs). FL 33186 PRODUCER Miller Insurance DBA Univista insurance 10000 SW 58th ST suite #8 MIAMI, FL 33165 Phone (305) 570-2279 Fax INSURED INCLAN PAINTING AND WATERPROOFING, CORP 12252 SW 128 Street MIAMI CONTACT PATRICIA CURBELO tiA#18; we Jo. (3051570-2279 _- PRONE AJL•80. mIller@UnIVIslainsurence.rx)m INSURERS) AFFORDING COVERAGE INSURER A : EVANSTON INSURANCE INSURER B: BERKSHIRE HATHAWAY GUARD INSURER C EVANSTON INSURANCE INSURER D : INSURER E URERF : COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: INSR LTR THIS INDICATED. CERTIFICATE EXCLUSIONS IS TO CERTIFY THAT THE POLICIES OF NOTWITHSTANDING ANY REQUIREMENT, MAY BE ISSUED OR MAY PERTAIN, AND CONDITIONS OF SUCH POLIO TYPE OF INSURANCE ADD IBM INSURANCE THE WY , ES. LIMITS ; UOR POLICYEFf LISTED BELOW HAVE BEEN ISSUED TERM OR CONDITION OF ANY CONTRACT INSURANCE AFFORDED BY THE POLICIES SHOWN MAY HAVE BEEN REDUCED POLIOY NUMBER TO THE OR BY PAID wiumaro DESCRIBED INSURED NAMED OTHER DOCUMENT HEREIN CLAIMS, ltilMfDDA_TYTi. ABOVE FOR THE POLICY PERIOD WITH RESPECT TO WHICH THIS IS SUBJECT TO ALL THE TERMS. LIMITS A g COMMERCIAL GENERAL LIABILITY I1 CLAIMS•MADE M OCCUR ID Y Y 1TO 2375841B 02(08/2019 02/08/2020 EACH OCCURRENCE S 1,000,000.00 RENTED PREMISES (En nccunencel_ S 100,000.00 MED EXP (My ono pereoe) ------------- — PERSONAL& ADV INJURY $ 5,000,00 -- S 1,000 000.00 Li GEN'L AGGREGATE LIMIT APPLIES PER: • POLICY • jtei • LOC • OTHER GENERAL AGGREGATE 5 2,000.000.00 PRODUCTS - COMP/OP AGG s 2,000,006.00 S B AUTOMOBILE LIABILITY 11 ANY AUTO . OWNED ul SCHEDULED m AUTOS ONLY ILI AUTOS rl HIRED E NON-OWNED AUTOS ONLY AUTOS ONLY El 11 Y INAU052276 02/07/2019 02/07/2020 fEr :gm INGLE LIMIT S 1,000,000.00 BODILY INJURY (Pet person) S BODILY INJURY (Per accident) S PROPERTY 'AMAGE (per accIdonl $ 6 c Ei UMBRELLA LIAB 17,1 ICJ OCCUR Y V 2376311B 02/08/2019 02/07/2020 EACH OCCURRENCE AGGREGATE S 5000,000.00 $ 5,000,000.00 pi EXCESS LIAO • CLAIMS-MADE 17 DEO 11 RETENTIONS S WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y/ N ANY PROPRIETOFUPARTNER/EXECUTIVEn OFFICER/MEMBER EXCLUDED? (Mandatory In NH) Ryes describe under DESCRIPTION OF OPERATIONS below NIA $ rai a NnITF 1 j 0TH- E.L. EACH ACCIDENT S EL DISEASE - EA EMPLOYE EL. DISEASE .. LIMIT POLICY $ DESCRIPTION OF OPERATIONS I LOCATIONS /VEHICLES (Attach ACORO 101, Additional Remarks Schedule, If mote apace Is required) CERTIFICATE HOLDER CANCELLATION City of Miami Beach co EXIGIS Insurance Compliance Service PO Box 4668 ECM 35050 New York NY 10163 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 ACORD 25 (2016/03) QF ©1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD ACORI> CERTIFICATE OF LIABILITY INSURA NCE I DATE (MM/ODIVYYY) -- 02/11/2019 THIS CERTIFICATE IS ISSUED AS A MATIER 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 INSURAN CE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder ls an ADDITIONAL INSURED, the policy(/es) must have ADDITIONAL IN8UREO provisions or be endorsed. It SUBROGATION IS WAIVED, subject to the tors and conditions of the policy, cortain policies may require an endorsamant. A statement on this certificate does not cantor rights to the certificate bolder in lieu of such endorseme nt(s). PRODUCER cöTöi PATRICIA CUR8ELO .NAMAE; Miller Insurance DBA Univista Insurance PHONE (305) 570-2279 [%. d. ,g,Aye. pk 10000 SW 56th ST suite #8 MA)I, miller@unlv/stainsuranca.com if&É ss: MIAMI, FL 33165 INSURER(S) AFFORDING COVERAGE NIC # Phone (305) 570-2279 Fax_(). INSURER A: EVANSTON INSURANCE • , ___ INSURED INSURER B : BERKSHIRE HATHAWAY GUARD INCLAN PAINTING AND WATERPROOFING, CORP INSURER C : EVANSTON INSURANCE 12252 SW 128 Street INSURER D: - INSURER E : MIAMI FL 33186 INSURER F ; COVERAGES 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 REDOUCEO BY PAID CLAIMS. , _________ ,. INSR ÄbL suoi - POLICY EFF POLICY EXP •·-•··- LTR TVPE OF INSURANCE INSR WV2 POL ;Y NIER (MM.DDYY) (MMD/Y YYY) LIMITS ) COMMERCIAL. GENERAL LIABILITY =RRENCE $ 1,000,000.00 [] cuIMs-ADE {] ocuR ENféö $ 100,000.00 Ea oc1u!) LI MEDO EXP (Any 0no person)_ $ 5,000.00 A ti y y 2375841B 02/08/2019 02/08/2020 PERSONAL & ADV INJURY $ 1,000,000.00 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $s 2,000,000.00 □POLICY ) %e □LOC PRODUCTS - COMP/OP AGG $ 2,000,000.00 [] oren $ AUTOMOBILE LIABILITY ç9Me9g,9,9e uw $ 1,000,000.00 .[Ea accldent [] AY Auro BODILY INJURY (Pet person) $ 1 %%% 77 scegu.eo BODILY INJURY (Por accldent)] $ B --- AUTOS y y INAU052276 02/07/2019 02/07/2020 11% as {@] No-owNeD 1419MI2./w $ AUTOS ONLY I $ -- []UMBRELLA LUA [] occur EACH OCCURRENCE $ 5,000,000.00 e Re] EXCESS LuA []cus- ME y y 2376311B 02/08/2019 02/07/2020 AGGREGATE $ 5,000,000.00 -- I]e [LateneNrtoNs $ WORKERS COMPENSATION £73ce LIg AND EMPLOYERS' LIABILITY YIN y,pQqe 1gr9g1E y€cu1vi4 ] /A E:.L. EACH ACCIDENT $ OFFICER/MEMBER EXCLUDE7 (Mandatory in NH) E.L. OISEASE - EA EMPLOY $ ······--- lt yes, describe under E.L DISEASE - POLICY LIMIT $ DESCRIPTION OF OPERATIONS below DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES {Attach ACORD 101, Additional Remarks Schedule, Hf more space ts requlrad) CERTIFICATE NUMBER: REVISION NUMBER: CERTIFICATE HOLDER SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE City of Miami Beach THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVEREDO IN ACCORDANCE WITH THE POLICY PROVISIONS. co EXIGIS Insurance Compliance Service PO Box 4668 ECM 35050 AUTHORIZED REPRESENTATIVE -@le New York NY 10163 I CANCELLATION ACORD 25 (2016/03) QF 1988-2015 ACORD CORPORATION. AII rights reserved. The ACORD name and logo are registered marks of ACORD 4602 City of Miami Beach c/o EXIGIS Insurance Complianc P.O. Box 4668 - ECM #35050 New York NY 10163-4668 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 Rick Leonard -- , . /zo CERTIFICATE OF LIABILITY INSURANCE DATE (mMIERNYYM 9/30/2019 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. TH15 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(les) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION (S 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 cortlficate holder in lieu of such endorsement(s). PRODUCER SUNZ Insurance Solutions, LLC ID: (Convergence) c/o Convergence Employee Leasing, Inc. 9393-1 Mill Springs Drive Jacksonville, FL 32257 fa 1p_'-‘ C T (tire NE Ho. ExID_.--_ FAX 904-731-9014 WC, Nol; 904-731-0059 E-MAIL ADDRESS: INSURER(S) AFFORDING COVERAGE NAIC If INSURER A: SUNZ Insurance Company 34762 INSURED Convergence Employee Leasing, Inc. 93931 Mill Springs Drive Jacksonville FL 32257 INSURER 8: INSURER C : . INSURER 0 : E: _INSURER INSURERF : COVERAGES CERTIFICATE NUMBER: 51512546 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. iNsri LIE TYPE OF INSURANCE ADM INSEI SUER 1NVD POLICY MINDER POLICY EFT IMMIDD(YTYY) POLICY EXP IMM/DDITYYY1 LIMITS COMMERCIAL GENERAL. LIABILITY EACH OCCURRENCE $ CLAIMS-MADE I OCCUR ..I -0-/MOTTOWNY ED PREMISES (Ea occurrence) $ MED EXP (My one person) 5 PERSONAL A ADV INJURY $ GERI AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE § POLICY RO- P JECT I I LOC PRODUCTS - COMP/OP AGG S OTHER § AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT (Ea aCCIden1) $ ANY AUTO BODILY INJURY (Per Man) S — OWNED AUTOS ONLY SCHEDULED AUTOS BODILY INJURY (Per accident) $ _. HIRED AUTOS ONLY NON-OWNED AUTOS ONLY PROPERTY DAMAGE IPer accident) $ ._ . _.._ S UMBRELLA LIAB * OCCUR EACH OCCURRENCE 5 EXCESS LIAR CLAIMS-MADE AGGREGATE S OED RETENTION $ 5 A WORKERS COMPENSATION AND EMPLOYERS' LIABILITY WOMB-00001-019 10/1/2019 10/1/2020 ,/ STATUTE I 0TH ANYPROPRIETOMPARTNERIEXECUTIVE 1 Y / N I N f A WC006-00001-010 10/1/2018 10/1/2019 E.L. EACH ACCIDENT $1,000,000 OFEICER/MEMBEREXCLUDED? [ i Mandatory In 11111 EL. DISEASE - EA EMPLOYEE $1 000.000 If yes. desctibe under DESCRIPTION OF OPERATIONS haToW E.L. DISEASE - POLICY LIMIT $ 1,000,0 00 • DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ACORD 101, Additional Remarks Schedule, may he attached If more space is required) Coverage provided for all leased employees but not subcontractors of: 'mien Painting & Waterproofing Corp. Client Effective: 03/28/2019 CERTIFICATE HOLDER CANCELLATION ©1988-2015 ACORD CORPORATION. Alt rights reserved. ACORD 25 (2016103) The ACORD name and logo are registered marks of ACORD 51512546 I Corivergenco PEA 006 MASTER CERT I Ilosnmaty Young 19/30/2019 11:26129 AN (EDT) I Page 1 or 1 cori° CERTIFICATE OF LIABILITY INSURANCE I DATE (MMIDIYYYY) 9/30/2019 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(les) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the pollcy, certain policies may require an endorsement, A statement on this certificate does not confer rights to tho cortlflcate holder in lieu of such endorsement(s). PRODUCER SUNZ Insurance Solutions, LLC ID: (Convergence) CONACT NAME: clo Convergence Employee Leasing, Inc. 12%2.%.». 904-731.9014 I1.se 904-731-0059 9393-1 MII Springp,[Jrjve E-MAL Jacksonville, FL 2257 ADRE'SS: INSURER(S) AFFORDING COVERAGE NAIC N INSURER A: SUNZ Insurance Company 34762 ISUREO INSURER B : çonyeggepcg Employee L-easing, In c. INSURER C: ga s3-1 ! 9pg{gg, 2Ne Jackson ville "L. {2257 _usuRERD: INSURE R E : ISURER F: COVERAGES 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 NY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY DE ISSUED OR MAY PERTAIN, THE INSURANCE AFFOR DE D 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. 99 TYPE OF INSURANCE ADI, SUHR POLICY EFF POLICY EXT LIMITS [tiren V POLIGY NUMDER (MM /DD /YY YY) (MM/D NYY YY ) COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ - J cao s woe [ loccns #E3.%%. I - MED EXP (Any one person) $ - PERSONAL, & ADV INJURY $ GEN'L AGGREGATE LIMIT APPL IES PER: GENERAL AGGREGATE $ [1 /tss t» PRODUCTS -COMP/OP AGG $ Pol cY Jr Loe OTHER: $ AUTOMOBILE LIABIL.TTY 2%%2%2,7et-ow $ f--- ANY AUTO BODILY INJURY (Per person) $ f--- OWNED - SCHEULE:D BODILY INJURY (Per accident) $ f--- AUTOS ONLY - AUTOS HIRED NON OWNED %%%I.e $ ·-·-··- AUTOS ONLY - AUos ONLY a«o«- $ UMRELLA LAAB [I EACH OCCURRENCE $ f--- EXCESS LIA8 CLAIMS-MADE AGGREGATE $ oo I [ Re(Nn oN $ $ A WORKERS COMPENSATION WC006-00001-019 10/1/2019 10/1/2020 71 e l ] QI- AND EMPLOYERS' LIABILITY WC006-00001-018 ER YIN 10/1/2018 10/112019 ANYPROPRIETOR/PARTNERIEEXECUTE □NIA EL. EACH ACCIDENT $1.000.000 OFFICER/MEMDER EXCLUDED? {Mandatory in NII] EL. DISEASE -EA EMPLOYEE $4pp_pp .%%7%onions so. EL. DISEASE - POLICY LIMIT $1.,000.000 DESCRIPTION OF OPERATIONS 1 LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schodulo, may ba attached It more space is required) Coverage provided for all [eased employees but not subcontractors of: Inclan Painting & Waterproofing Corp. CIiont Effect/vo: 03/28/2019 CERTIFICATE NUMBER: B1512546 CERTIFICATE HOLDER 4602 Ci! of Miami Beach go EXGIS Insurance Complianc SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE 'THEREOF, NOTICE WILL BE DELIVERED IN P.. . Box 4668 - ECM #35050 ACCORDANCE WITH THE POLICY PROVISIONS, New York NY 10163-4668 AUTHORS2ED REPRESENTATIVE 22e J Rick Leonard ACORD 25 (2016/03) CANCELLATION 1988-2015 ACORD CORPORATION, AI rights reserved. The ACORD name and logo are registered marks of ACORD 51$12546 I Convergenca PEO 006 ASTER CERT I Ra0arty Young { 9/30/2019 1:26129 AM {EDT) I Pa9c 1 of 1 REVISION NUMBER: ! I I t ¡ ! I I ± ¥ f í I ~ ï I J i I E i r ! 3 i I ì î i i- ¡ ¡ I I or Employer identification number Sign Here Signature of U.S. person Form W.9 (Rev. October 2018) Department of the Treasury Internal Revenue Service Request for Taxpayer Identification Number and Certification II. Go to wwwirs.goy/FormW9 for Instructions and the latest Information. Give Form to the requester. Do not send to the IRS, Pr in t o r t y p e. Se e Sp ec if i c In s tr u c t io n s o n p ag e 3 . 1 Warne (as shown on your Income tax return), Name is required on this line; do not leave this line blank. INCLAN PAINTING AND WATERPROOFING CORP 2 Susines name/disregarded entity name, It different from above DBA INCLAN CONSTRUCTION 3 Check appropriate box for federal tax classification of the person whose name is entered on line 1. Check only one of the following seven boxes, 0 Individual/sole proprietor or IS C Corporation 111 S Corporation 111 Partnership CI Trust/estate single-member LLC 4 Exemptions (codes apply only to certain entities, not Individuals; see Instructions on page 3); Exempt payee code (if any) 111 Limited liability company. Enter the tax classification (0=0 corporation, S=S corporation, P=-Partnership) t> Note: Check the epproprtete box in Melina above for the tax classification of the single-member owner. Do not check LLC if the LLC Is classified as a single-member LLC that is disregarded from the owner unless the owner of the LLC Is another LLC that is not disregarded from the owner for U.S, federal tax purposes. Otherwise, a single-member LLC that Exemption from FATCA reporting code (If any) Is disregarded from the owner should Check the appropriate box for the tax classification of Its owner. D Other (sea instructions) I. fArwries, lo Scout.. fts rnAin 'dined eileido Um US) 5 Address (number, street, and apt, or suite no.) Soo Instructions. 12252 SW 128TH STREET Requester's name and address (optional) 8 City, state, and ZIP code MIAMI, FL. 33186 7 List Recount number(s) here (optional) Part I Taxpayer Identification Number (TIN) Enter your TIN in the appropriate box. The TIN provided must match the name given on line 1 to avoid hacks p withholding. For Individuals, this is generally your social security number (SSN). However, for a resident alien, sole proprietor, or disregarded entity, see the Instructions for Part I, later. For other entitles, it is your employer Identification number (EIN). If you do not have a number, see How to get a Social security number TIN, later, Note: If the account is in more than one name, see the instructions for line 1. Also see What Name and Number To Give the Requester for guidelines on whose number to enter. 0 1 5 5 5 8 6 0 Certification Under penalties of perjury, I certify that: 1. The number shown on this form Is my correct taxpayer identification number (or I am waiting for a number to be issued to me); and 2. I am not subject to backup withholding because: (a) I am exempt from backup withholding, or (b) I have not been notified by the Internal Revenue Service (IRS) that I am subject to backup withholding as a result of a failure to report all interest or dividends, or (c) the IRS has notified me that I am no longer subject to backup withholding; and 3. I am a U.S. citizen or other U.S. person (defined below); and 4. The FATCA code(s) entered on this form (If any) indicating that I am exempt from FATCA reporting Is correct. Certification instructions, You must cross out item 2 above If you have been notified by the IRS that you are currently subject to backup withholding because you have failed to report all Interest and dividends on your tax return. For real estate transactions, item 2 does not apply. For mortgage interest paid, acquisition or abandonment of secured property, cancellation of debt, contributions to an individual retirement arrangement (IRA), and generally, payments other than interest and dividends, you are not required to sign the certification, but you must provide your correct TIN. See the instructions for Part ti, later, General Instructions Section references are to the Internal Revenue Code unless otherwise noted. Future developments. For the latest information about developments related to Form W-9 and its instructions, such as legislation enacted after they were published, go to www.hs.gov/ForieW9. Purpose of Form An individual or entity (Form W-9 requester) who Is required to file an information return with the IRS must obtain your correct taxpayer Identification number (TIN) which may be your social security number (SSN), individual taxpayer identification number (ITIN), adoption taxpayer identification number (ATIN), or employer identification number (EIN), to report on an information return the amount paid to you, or other amount reportable on an information return. Examples of information returns include, but are not limited to, the following. • Form 1099-INT (interest earned or paid) Date F. • Form 1099-DIV (dividends, including those from stocks or mutual funds) Form 1099-MISC (various types of income, prizes, awards, or gross proceeds) • Form 1099-B (stock or mutual fund sales and certain other transactions by brokers) • Form 1099-5 (proceeds from real estate transactions) • Form 1099-K (merchant card and third party network transactions) • Form 1090 (home mortgage interest), 1098-E (student loan interest), 1098-T (tuition) • Form 1099-C (canceled debt) • Form 1099-A (acquisition' or abandonment of secured property) Use Form W-9 only if you are a U.S. person (including a resident alien), to provide your correct TIN. If you do not return Form W-9 to the requester with a TIN, you might be sub/Oct to baclwp withholding. See What is backup withholding, later. Cat. No. 10231X Form W-9 (Rev. 10-2018) Form W-9 Request for Taxpayer Give Form to the (Rov. October 2018) Identification Number and Certification requester. Do not Department of the Treasury send to the IRS. Internal Revenue Sarvico » Go to www.irs.gov/Form9 for instructions and the latest information. 1 Name (as shown on your Income tax return), Name is required on this line; do not leave this line blank. INCLAN PAINTING AND WATERPROOFING CORP 2 Business name/disregardad antity name, If different from above DBA INCLAN CONSTRUCTION có 3 Check appropriate box for federal tax classification of the person whose name is entered on line 1. Check only one of the 4 Exem ptions (codes apply only to 0) ? following seven boxes, certain entitles, not Individuals; see o. instruction s on page 3): e []individual/solo proprietor or E] c corporation L] s coron ation [] Partners L] rusvestate o u single-member LLC Exem pt payee code (if any) a» £ e ge [] Limited liability company. En ter the tax classification (G=O corporatlon, S=S corporation, P=Partnership) ü sz Note: Ch eck the appropriate box in the line abovo for the tax classification of the single-memb er owner, Do not chec k Exemption trom FATC reporting dt LL.C if the LLC is classified as a single-mem ber LLC that ls dlsragardad from the own er unloss the owner of the LLC Is E: 2 code lit any) ±5 another LLC that is not disregarded from the owner for U,S, federal tax purposes. Otherwise, a single-member LLC that E5 s disregarded from tho owner should check the appropriate box for tha tax classification of its owner, o []other (see Instructions) (\pf@s lo accvu nis maintained oulsido the U.S) ~ n 5 Address (numb er, street, and apt, or sulte no,) Soo Instructions. Requester's narne and address (optional) 0» 12252 SW 128TH STREET d (/) 6 City, state, and ZIP code MIAMI, FL. 33186 7 List account number(s) hero (optional) ... t1%E;1 tg p4 Taxpayer Identification Number (TIN) Enter your TIN in the appropriate box. The TIN provided must match the name given on line t to avoid ] Social security number I hack up withholding, For Individuals, this Is generally your social security number (SSN). However, tor a DJ] DJ I I I I I resident alien, sole proprietor, or disregarded entity, see the instructions for Part I, later. For other -] - entitles, It is your employer Identification number (ElN). If you do not have a number, see How to geta - +- a. 4 TIN, later. or 'Ena»a,r airman ii Note: If the account is in more than one name, see the instructions for line 1. Also see What Name and Number To Give the Requester for guidelines on whose number to enter. 6 5 - 0 5 8 0 1 0 5 Certification Under penalties of perjury, 1 certify that: 1, The number shown on this form ls my correct taxpayer identification number (or l am waiting for a number to be issued to me); and 2. I am not subjeot to backup withholding because: (a) I am exempt from backup withholding, or (b) I have not been notified by the Internal Revenue Service (IRS) that l am subject to backup withholding as a result of a fallure to report all interest or dividends, or (c) the IRS has notified me that l am no longer subject to backup withholding; and 3, I am a U.S. citizen or other U.S. person (defined below); and 4. The FATOA code(s) entered on this torr (it any) indicating that l am oxempt from FATCA reporting is correct. Certification instructions, You must cross out item 2 above if you have been notified by the IRS that you aro currently subjoct to backup withholding because you have failed to report all interest and dividends on your tax return. For real estate transactions, item 2 does not apply. For mortgage interest paid, acquisition or abandonment of secured property, cancellation of debt, contributions to an individual retirement arrangement (IRA), and generally, payments other than interest and dividends, you are not required to sign the certification, but you must provide your correct TIN, Seo the instructions for Part II, later, Sign Here Signature of ),S, perg{$.,sr- General Instructions Sectlon references are to tho Internal Revenue Code unless otherwise noted. Future developments. For the latest information about developments related to Form W-9 and its instructions, such as legislation enacted after they were published, go to wwwirs.gov/FormW9. Purpose of Form An individual or entity (Form W-9 requester) who ls required to file an information return with the IRS must obtain your correct taxpayer Identification number (TIN) which may be your social security number (SSN), individual taxpayer identification number (ITIN), adoption taxpayer identification number (4TIN), or employer identification number (ElN), to report on an information return the amount paid to you, or other amount reportable on an informatlon return. Examples of information returns include, but are not limited to, the following. • Form 1099-INT (interest earned or paid) Dato • Form 1099-DIV (dividends, including those from stocks or mutual funds) • Form 1099-MISC (various types of income, prizas, awards, or gross proceeds) • Form 1099- (stock or mutual fund sales and certaln other transactions by brokers) • Form 1099-S (proceeds from real estate transactions) • Form 1099-K (merchant card and third party network transactions) • Form 1098 (homo mortgage interest), 1098-E (student loan interest), 1098-T (tuition) • Form 1099-C (canceled debt) • Form 1099-A (acquisition or abandonment of secured property) Uso Form W-9 only if you are a U,S. person (including a resident alien), to provide your correct TIN. lf you do not return Form W-9 to tho requester with a TI, you might be subject to backup withholding. See What is backup withholding, later. Cat. No. 10231X For W-9 feu, 10-2018) Y O U R P O P O S A L o / ___,,,/ +os City of Miami Beach Bid 2020-019-ND APPENDIX A Prequalification Application 2020-019-ND Painting (Interior and Exterior) anc 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 Bid 2020-019-ND APPENDIX A ~ JÌ t Ii t 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 Part A - General Bidder Information. FIRM NAME: Inclan Painting and Waterproofing, Corp. NO. OF YEARS IN BUSINESS: 24 NO. OF YEARS IN BUSINESS NO. OF EMPLOYEES: LOCALLY: 24 30 Active 15 on-Call OTHER NAME(S) BIDDER HAS OPERATED UNDER IN THE LAST 10 YEARS: DBA Inclan Construction (Current Fictitious Name) FIRM PRIMARY ADDRESS (HEADQUARTERS): 12252 S.W. 128 Street, Miami, Fl. 33186 CITY: Miami STATE: Florida ZIP CODE: 33186 TELEPHONE NO.: (786)293-7428 TOLL FREE NO.: 1(877) 946-2526 FAX NO.: (786)293-7430 FIRM LOCAL ADDRESS: 12252 S.W. 128 Street, Miami, Fl. 33186 CITY: Miami STATE: Florida ZIP CODE: 33186 PRIMARY ACCOUNT REPRESENTATIVE FOR THIS ENGAGEMENT: Mr. Luls Inclan ACCOUNT REP TELEPHONE NO.: D.L. (305)992-8712 ACCOUNT REP TOLL FREE NO.: 1(877) 946-2526 ACCOUNT REP EMAIL:•info@inclanpainting.net FEDERAL TAX IDENTIFICATION NO.: 65-0580105 BIDDER IS: \/ CORPORATION / PARTNERSHIP / SOLE PROPRIETORSHIP / OTHER (If other, specify: ) Part A- General Bidder Information. FI R M NA M E : Inclan P ainting and W aterproofing, Corp. N O . O F YEAR S IN BU S IN E S S : 24 I NO . O F Y EARS IN BUSINESS I NO. OF EMPLOYEES: LO C A LLY : 24 30 Active 15 on-Call O TH ER N AM E(S) BIDDER HA S OP E RA TED UN D E R IN TH E LA S T IO YE AR S: pBA Inclan Construction (Current Fictitious Nam e) FIRM PRIMARY ADDRESS (HEAD QUAR TERS): 12252 $.. 128 Street, Miami, FI. 33186 CIT Y : Miami S TA TE: Florida I ZIPCODE: 33186 TELE P H O N E NO .: (786)293-7428 TO LL FR E E N O .: 1(877) 946-2526 FA X N O.: (786 )293-7430 FIRM LO CA L AD D RE S S : 12 252 $.W. 12 8 Street, Miami, FI, 33186 C ITY : M ia m i STA TE : Flo rida 1arco0e aaree P RIM A RY A CCO UNT R E P R E SENTATIVE FO R THIS ENGAGEMENT: Mr. Luis Inclan A CC O U NT REP TE LE P HO N E NO .: D.L. (30 5)992-87 12 A CC O UN T REP TO LL FR E E N O .: 1 (877) 946-2526 ACCOUNT REP EMAIL: info@inclanpainting.net $ FEDERAL TAX IDENTIFICATION NO.: 65-0580105 BIDDER IS: /cRP0RATION I PARTNERSHIP / SOLE PROPRIETO RSHIP / OTHER (If other, specify. \ Mr. Luis Inclan 100 President/Owner 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 Part B — Operational & Management Information. 2. Provide three (3) clients for which the bidder has provided the referenced services in the last five (5) ears. Project Description of Work Project Reference -Various Interior and Exterior Painting services at all campuses and multiple class rooms. -West Campus Partial Roof Repair Sealing/Caulking Waterproofing. -Side walk repairs, removal and rehabilitation. -Painting of the Environmental Center facility We are vendors of Miami Oade College currently under contract and work at their various campuses, upon request. More recently we completed Exterior Pain •,. ing, New Joint installations, Parking lot striping at Kendall campus and conducted side walk repairs, where we were required to remove sections of sidewalks to rehabilitate. Name: Mr. Ronald Miligan MDC Associate Project Manager Email: rmiligan@mdc.edu Telephone: P: (305)237-0869 M: (305)537-8353 -Completed HFM19012 Envelope Waterproofing Bldg D -IAC Bldg 4000 Exterior Seal at 4500 and 4501, for -Complete Exterior Painting of their Koubek Center. -Painting of Honors College facility, staff offices, and Computer rooms (P.O. MDC01-0000017219) -Homestead Campus g.B Ext ldg erior Waterproofing & Elevator As the Project, Mrs. Moreno has instructed and observed lndan, Corp. complete several projects providing services such as Interior and Exterior Painting, PC, Envelope waterproofing under permits and inspections for warranty, Joint rehabilitation, eemergency elevator waterproofing, general reapirs, and all work executed in a timely manner. _necricaSNalerp .li Name: Mrs. Aileen Moreno Building Cheif-MDC Facilities Management Email: amoreno3mdc.edu Telephone:P: (305)237-0583 aL.: (786) 342-8485 -CMB Life Guard Towers front South Point to 96 street (29 Existing Life Guard towers) -Repainting of ExistIngihisloric lowers. -Painted 6 New Towers under construction -Painting of 7 New Towers on specified Site -Currently Contracted for CMB City Hall Exterior Painting • We were 'chatty selected and contrated to paint extenor &Nam 29 Existing life guard towers. We needed to sand, clean, re-paint and number all towers, shutters, stainvays, and stands. This services was executed on site In the sand. Undoing a satisfactory service, we were awarded an addi- tional 19 towers under new construction. Customs paint for wonlbAr mull hrnellivalor rpolatanrp And Innnavihe Ms. Olga Sanchez Facilities Capital Projects Coordinator Property Management Department Email: olgasanchez@mlamibeachfloov fetephone: Tel: (305)673-7000 x 22567 C:(786)367-7253 Additional References Available upon request. We have also added several attached for reference. 3. Is the bidder currently barred b_..qc)vernmental a enc , from bidding as a prime or subcontractor? YES NO If yes, state debarment period and the reason(s) for debarment? Not Applicable 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 arIMI during the last five (5) years? YES NO If yes, why? 5. Is an affiliate of the bidder pre ified by the City of Miami Beach for any work? YES I 1 NO If yes, state the name of the affiliate? We are currently qualified bidders with the City of Miami Beach and have submitted services under ITB-2014-191-SW City Wide Painting and various ITQ invitations. Part B -- Operational & Management Information. 1. Provide the names of each owner (stockholder, sole proprietor, and partner), director, or officer of the bol Snb1" 1ddit' l ih tif " id company, eow. ul mit a itional names on a separate sheet it require Owner Ownership percentage Directorship/Office type Mr. Luis Inclan 100 President/Owner --•-w-,-•,.••-~•• ... 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 -Various Interior and Exterior Painting services at all We are vendors of Miami DOade College currently under Name: Mr. Ronald Miligan #z:7.1%%4%.ceo er±%..% MDC Associate Project Manager Waterproofing. New Joint installations, Parking lot striping at Kendall Email: rmiligan@mdc.edu -Side walk repairs, removal and rehabilitation. campus and conducted side walk repairs, where we were -Painting of the Environmental Center facility required to remove sections of sidewalks to rehabilitate, elephone: P: (305)237-0069 M: (305)537-8353 -Completed HFM 19012 Envelope Waterproofing Bldg D As the Project, Mrs. Moreno has instructed and observed Name:; Mrs. Aileen Moreno -IAC BIdg 4000 Exterior Seal at 4500 and 4501, for Inclan, Corp. complete several projects providing services Building Che#-MC Facilities Management -Complete Exterior Painting of their Koubek Center. such as Interior and Exterior Painting, PC, Envelope mail: amoreno3mdc.edu a±gel%423le.M13" vaterproofing under permits and inspections for warranty, Joint rehabilitation, eemergency elevator waterproofing, -Homestead Campus Exterior Waterproofing Elevator general reapirs, and all work executed in a timely manner. lIelephone: P: (305)237.0583 D.L.: (786) 342-8485 ran Au,arr0fing Bldg H -CM Life Guard Towers from South Point to 96 street We were inti@lly selected and öñtñaled to paint et@riör ojame: Ms. Olga Sanchez (29 Exisitng Life Guard towers) 29 Existing life guard towers. We needed to sand, clean, Facililiês Capital Projects Coordinator -Repainting of Existing/historic towers. re-paint and number all towers, shutters, stairways, and Property Management Department stands. This services was executed on site ln the sand. <mail: · -Painted 6 Ne Towers under construction )pd9ig a satisfactory service, we were awarded an addi-] olgasanchez@miamibeachf\.gov -Painting of 7 New Towers on specified Site -Currently Contracted for CM City Hall Exterior Painting tional 1/towers under new construction. Custome paint [leoh + Tel:(305)673-7000·22567 C:(786)367-7253 or.weather.and beclgos aaaa, a1 elep 1one: et ± X "· '- Additional References Available upon request. We have also addad several attached for reference, 3. Is the bidder currently barred b~vernmental a[eV,i from bidding as a prime or subcontractor? L_J YES NO If yes, state debarment period and the reason(s) for debarment? Not Applicable 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 artv'31 during the last five (5) years? I 3es o If yes, why? 5. ts a amate ore er j" Py e Gr aami ea tor any wok? YES NO If yes, state the name of the affiliate? We are currently qualified bidders with the City of Miami Beach and have submitted services under ITB-2014-191-SW City Wide Painting and various ITQ invitations. Company Type of affiliation (parent or subsidiary) Period of affiliation Not Applicable 6. Is the bidder a parent, subsidiar , or holding corn an for another company? YES NO If the answer is "yes," identify the company and type of relationship(s), below: 7. Is an owner, director, officer, or a ent of the bidder affIliated with another company? YES V 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) Not Applicable • 8. Is the bidder currently the debtor in a bankruptcy ca r sv i 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, Not Applicable 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? 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? If yes, explain. Not Applicable YES FV—I NO YES FV—I NO 6. s e water a aren, sus9ay, gr/o9 "99)X, " anoter coman? 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 Not Applicable 7. sa ove, «testor.oter.gr asegfgfo 3)#"g vit anoter coma? 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 Type of affiliation (e.g. affiliation officer, director, owner or employee) Not Applicable 8. Is the bidder currently the debtor in a bankruptcy cr✓me for bankruptcy during the last five (5) years? [ ]Ys 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. Not Applicable 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 Is (Vo 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? L Ts (VI»o ~- ~- I E t·· I If yes, explain. N o t A p p lica b le 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. 12. Are there currently any liens, suits, or judgments of record pending against any owner, directu', officer, or agent for the company that is related to the busi ess 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 sentation to any public agency or entity? YES I V I 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 IV] 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 oft e City of Miami Beach? YES NO If yes, state name, title and share of ownership Name Title Share (%) of Ownership 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? t )ves (Vio I 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 1'$-QeÎs activities of a business organization? L ]Yes o 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 mT'716ntation to any public agency or entity? I 7Es No 14. Has the bidder or any of its owners, officers, or partners ever been convicted of any a federal or state crime? L 3res (Vo I ff yes, explain. 15. Is any officer, director, employee or agent, or immediate family member (spouse, parent, sibling, and child) of any otter, director, employee or goent,an employ9,9( )8, Cy of Mari peach? YES NO If tate tith d h; f hi yes, s a e name, 1 e an si are o ownersi 4p 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 Contractors employees located in the United States, but outside of the City of Miami Beach limits, who are directly performing work on the contract within the City of Miami Beach, Not Applicable. Our W.C. company provides optional benefits to all new ernployess. A. Does your company provide or offer access to any benefits to employees with spouses or to spouses of employees? YES FV—I NO B. Does your company provide or offer access to any benefits to employees with (same or opposite sex) domestic partners` or to domestic partners of employees? YES I V 1 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 V Family Medical Leave V Bereavement Leave V 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? [-1 YES —V-1 NO If yes, which brands. Not Applicable 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 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 1 6 . H a s th e b id d e r , o r a n y o ff ic e r, d ire c to r , e m p lo y e e o r a g e n t, c o n trib u te d to th e c a m p a ig n e ith e r d ire c tl y o r in d ir e ct ly , o f a c a n d id a te w h o h a s b e e n e le c te d to th e o ff ic e o f M a y o r o r C ity C o m m is s io n e r fo r th e C ity o f M ia m i B e a c h ? L Jas LV]io I "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. Not Applicable. Our W.C. company provides optional benefits to all new employess. A. Does your company provide or offer access to any benefits to employees with spouses or to spouses of employees? I Jrs (V1o B. Does your company provide or offer access to any benefits to employees with (same or opposite sex) domestic partners" or to domestic partners "y° L Js o C. Please check all benefits thai 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 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? L Jes LV]o I If yes, which brands. Not Applicable 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[is]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 the company. Further, any prequallfied 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: Mr, Luis IncIan Title (must be a principal of the bidder): President/Owner Signatur Date: 10/25/2019 [THE REMAINDER OF THIS PAGE IS LEFT INTENTIONALLY BLANK] th e com p a n y . Furth er , an y pre qual ifie d con tr actor , 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: Mr. Luis Inclan Signature, Title (must be a principal of the bidder): President/Owner Date: 10/25/2019 [THE REMAINDER OF THIS PAGE IS LEFT INTENTIONALLY BLANK] APPENDIX B Special Conditions ITB 2020-019-ND For Citywide Painting (Interior anc Exterior) and Waterproofing Services PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 A P P E N D IX B I i : li # ~ ~ Special Conditions 1TB 2020-019-ND For Citywide Painting (Int erior 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, Please see Attached V 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. v 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. V Please see Sample Attached 4. USE OF PREMISES. The Contractor shall confine is her equipment, apparatus, the storage of materials, and the operation of Bher workmen to the limits indicated by law, ordinances, permits, or direction of the authorized City representative, and shall not unreasonably encumber the premises with is materials. We, Inclan, Corp. have our own Heavy equipment and Storage unit available upon request. Please see attached 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. V 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. V 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. All Staff are OSHA Certified and All team members are subject to random drug tests. Some employees have Jessica Lunsford Clearance and MIA CBP badging along with Company ID's. SPEC IA L CO N D ITIO N S. 1. LI C ENSEfCER TIFICA TIO N. Prospective bidder shall hold the adequate license or certification to pull all permits necessary to successfully complete the work. Please see Attached ✓ 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. / Please see Sample Attached 4. USE OF PREMISES. The Contractor shall confine [ft@is}her equipment, apparatus, the storage of materials, and the operation of (tis}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, we, Inclan, Corp. have our own Heavy equipment and storage unit available upon request. / Please see attached 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. All Staff are OSHA Certified and All team members are subject to random drug lests. Some employees have Jessica Lunsford Clearance and MIA CBP badging along with Company ID's. 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. V 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. V Company shirts and safely provided to all staff. 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). v 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. V AU Items shall be presented as Proposals on Company Letter head. 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. v [THE REMAINDER OF THIS PAGE IS LEFT INTENTIONALLY BLANK] Contractor shall employ personnel competent to perform the work sp ecified herein. Th e City reserves the right to request the removal of the Contra ctor's employee's from perform ing 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. v 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. / company shirts and safely provided to all staff. 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. / Al items shall be presented as Proposals on Company Letter head. 11. LIMIT A TION 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 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 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 ANII 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. I ADDENDUMWO. I INVITATION TO BID NO. 2020-019-ND PAINTING (INTERIOR AND EXTERIOR) AND WATERPROOFING SERVICES PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 www.miamibeachfl.gov M IAM I BEACH PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3 Floor Miami Beach, Florida 33139 www.miamibeach fl.gov ADDENDUM NO. 1 INVI TATION 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 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 (TB, 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 automob iles 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 endorsemen t 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, FAUUA). Carriers may also be considered if they are licensed and authorized to do insurance business in the State of Florida. roomer 4 [[FM[[p l =aaoooa ow«oooovearcoses+om«ova«nooses»wanna«~ INVIATION TO BID NO. 2020-019-ND PAINTING (INTERIOR AND EXTERIOR) AND WATERPROOFING SERVICES Sine rely, ex Denis 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-miarnibeachOriskworks.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, ent Director 2 ADDENDUM NO. 1 INVITATION TO SID NO, 2019-109-ND PAINTING (INTERIOR AND EXTERIOR) AND WATERPROOFING SERVICES MIAM I BEACH PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3 Floor Miami Beach, Florida 33139 www.miamibeachfl.gov Verification of Coverage -- Contractor shall furnish the Cly 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 tho 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 e/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@riskyorks.com Special Risks or Circumstances . The City of Miami Beach reserves the right to modify those 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 Rafael@Granado@miamibeachtl.gov Contact: Natalia Del ado Telephone: 305-673-7000 e4. 6263 miamibeachfl. ov Proposers are reminded to acknowledge receipt of this addendum as part of your 1TB submission. 2 B)PF.A}[1]M{HJ()4 aw rea soner aoou era wne saeeneareoeooorsunet«eeeno«aeon s» INVITATION TO BID NO, 2019-109-ND PAINTING (INTERIOR AND EXTERIOR) AND WATERPROOFING SERVICES te warranty does not cover Inclan Painting and Waterproofing, Corp Serving Florida since 1995 One (1) Year Limited Warranty, Non-Prorated Inclan Painting & Waterproofing, Coip., warrants the purchaser thfa quality in labor is guaranteed without defects for one (1) year. While conducting a proN r ervice for any products that are properly applied, following the label directions, the pain and/o ther application conducted, film will be free from peeling, blistering ling, er defects caused by deterioration of materials, We, beim Painting & Waterproofing, Corp., 1 ial„ labor, equipment, and incidentals to provide a protective coating s tired surfaces as per owner's specifications. We are well-experience zing in commercial and industrial painting, familiarized with all as ation and applications as required for this job. All material is guar arranty. All work has been completed in a workmanlike m ..cco aid pra ces. This limite ex 'ends and will only apply to surfaces serviced by Inclan, Corp for the correspon t. The warranty shall not apply to any peeling, blistering, cracking or other defects caus deterioration of materials caused by 1) Failure or defects in the structure or previous coat ngs, 2) Vandalism, 3) Acts of God, 4) Abuse or Negligence Of the purchaser, 5) Causes other than defects of the material used, or 6) Improper Maintenance. Please note, even with the best quality work, experience has proven that after time fading and chalking may occur with all paint. Within normal limits, this is considered a paint or service failure Period of Warranty This Warranty covers the purchaser a period of one (1) year. The one year period begins as of the official completion date of the project. Procedure to Obtain Warranty Protection This one (I) year limited warranty will apply only on the condition that the following procedures have been followed: A. The surface(s) that were previously serviced must be inspected by an Inclan Painting & Waterproofing, Corp, official representative who will provide an assessment of the recommendations for the areas to be serviced. These recommendations must be followed when applying any new applications (i.e. coatings, caulking, stucco, etc.). B. The melon Painting & Waterproofing, Corp. Representative shall make additional 12252 SW 128 Street Miami, FL 33126 Office: (786)293-7428 Fax: (786)293-7430 INFO@ INCLANPAINTING.NET Www.Inclatipainting.net I n c l a n P a i n t i n g a n d W a t e r p r o o fi n g , C o r p Serving Florida since 1995 O n e (1) Y ea r L imi t ed W arran ty , N o n -P ror a ted In clan Paint in g & W ate rproofi ng, Corp., w arrants the purchaser th~"ä. quality in labor is guaranteed w ith out defects for one (1) ycar. W hile conducting a proper èer vi c e for any pr oducts that are properly applied, follow ing thc label direction s, th e paint Vòr ther application conducte d, film will be free from p eeling, blistering2é@lint sg opoqer defects caused by dete rioration of m aterials. / W e, Inc lan Painting & W aterpr oofi ng, C r l, lab or, equipmen t, and incidentals to provide a protective oar surfa ces as per ow ner's specifi cations. W e ar e w ell-exp commercial an d ind ustrial paintin g, familiar ized with on and applications as required for thi s job. A ll ma terial arranty. All work has been com pl eted in a w or cs. anty does not cover This limitèd war@t} el énd s and will only appl y to surfaces serviced by Inclan, Corp for the correspont " ·t. The warranty shall not apply to any peeling , bl iste ring, cracking or other defects cau ·terioration of ma terials caused by I) Fai lure or defects in the structure or previous coatings, 2) V and alism, 3) A cts of G od, 4) Ab use or N egligenc e of the purchaser, S) C auses othe r than defects of the m aterial used, or 6) Improper M ain tenan ce. Pl ease note , even with the best quality wor k, experience has proven that after time fading an d chalkin g m ay occur w ith all pai nt. W ithin norm al lim its, th is is consid ered a paint or ser vice failure Period of W arranty T his W arra nty covers th e purcha ser a period of one (1) year. Th e one year period begins as of th e offici al comp letion date of th e pr oject. Procedure to Obtain W arrant y Protection Th is on e (I) year limi ted w arranty w ill apply only on the condition that th e fo llowing pr ocedures have been followed: A. The surfa ce(s ) that w ere previousl y ser vic ed mu st be inspect ed by an Inc lan Painting & W at erproofin g, Corp. offici al represent at ive wh o will provide an assessm en t of the recom m en dations for th e areas to be serv iced. Th ese recomme ndations mu st be follow ed whe n applying any new applications (i.e . coatin gs, caulking, stucco, etc.). B . Th e Incl an Painting & W ate rp roofing, C orp . R epr esentative sh all mak e additional 12252 SW 128 Street Miami, FL 33126 Office: (786)293-7428 Fax: (786)293-7430 INFO@ INCLANPAINTING.NET Www.Inclanpainting.net Inclan Painting and Waterproofing, Corp Serving Florida since 1995 inspections for each of the following steps and when approved shall certify in writing their acceptance. 1. The surface(s) to be coated has been properly prepared according to the specifications and. is in satisfactory condition for applica of the specified coatings. 2, Surface cleaning by power washing, sandblasting or other M ods has been completed. 3. If patching or caulking compounds are req to must be used following label directions to obtain war 4. If a primer is necessary, the surface ing the label directions with the specific for the finish coat. 5. The surface(s) has be is specified product following the la C. A final t be submitted to the purchaser by the Inclan Paintin Representative and any other parties involved at time of c What Inclan Pa f Waterproofing, Corp. will do to correct the Problems. In the event that e specified service fails to conform to this Limited Warranty, the owner's remedy under this warranty and Inclan Painting & Waterproofing, Corp. Company will be to repair the defect in efforts to leave a properly completed product. Defects do not extend the warranty period beyond the original term. To Obtain Warranty Service Purchaser should contact Inclan Painting & Waterproofing, Corp. Office to obtain necessary information on warranty services. Job Address: City of Miami Beach (Specified Project Number and Location). Authorized Signature - Purellaser/Owuer (Title) Date Authorized Signature —Inelan Painting &Waterproortug (Title) Date TBD Date Warranty is Effective Signed and Sealed by Inclan Painting & waterproofing, Corp. MIA Inclan Construction 12252 SW 128 Street Miami, FL 33126 Office: (786)293-7428 Fax: (786)293-7430 INFO@ INCLANPAINTING.NET Www.Inclanpainting.net Inclan Painting and Waterproofing, Corp Serving Florida since 1095 inspections for each of the following steps and when approved shall certify in writing their acceptance. I. The surface(s) to be coated has been properly prepared according to the specifications and is in satisfactory condition for applicayi of the specified coatings. 2. Surface cleaning by power washing, sandblasting or other.. ods has been completed. ~, ~7"· . ,,, 3. If patching or caulking compounds at'.C 1.·ecî.t ·re·'.·. th.· · "'3!.1.·.· .. · Quet must be used following label directions to obtain war} nt cwvè),r. 4. Ifa primer is necessary, the surface, ébèèk plmd R ting the label directions with the specif " for the finish coat. 5. The surface(s following tl C. A final Paintin 4f1 be submitted to the purchaser by the Inclan . Representative and any other parties involved at What Inclan P: & Waterproofing, Corp. will do to correct the Problems. In the event that specified service fails to conform to this Limited Warranty, the owner's remedy under this warranty and Inclan Painting & Waterproofing, Corp. Company will be to repair the defect in efforts to leave a properly completed product. Defects do not extend the warranty period beyond the original term. To Obtain Warranty Service Purchaser should contact Inclan Painting & Waterproofing, Corp. Office to obtain necessary information on warranty services. Job Address: City of M iami Beach (Speci fied Project N umber and Location). Authorized Signature - P urchaser /O w ner (Title) Date A uth oriz ed Signa ture - Inclan Fainting & Waterproofiug (Title) TBD Date Warranty is Effective D ate Signed and Sealed by Inclan Painting 8 Waterproofing, Corp, DBA Inclan Construction 12252 SW 128 Street Miami, FL 33126 Office: (786)293-7428 Fax: (786)293-7430 IN FO@ IN CLAN PA IN'TIN G.N ET W w w .Inclanpainting.ne t fil # I í ï I I # i I i O U R REFER ENC ES Inclan Painting and Waterproofing, Corp Serving Florida since 1995 Life Guard Towers Contact: Olga Sanchez D.L.: (786) 367-7253 Services Include At_ Painting 12252 SW 128 Street Miami, FL 33126 Office: (786)293-7428 Fax: (786)293-7430 INFO@ INCLANPAINTING.NET Ww w.In clanp al nting.ne t In clan P ain ting an d W aterproofi n g, C orp Serving Florida since 1996 _,..,,: ........ _,,~¡;,-,, ...." Life Guard Towers Various Location Contact: Olga Sanchez D.1.: (786) 367-7253 Services Include d. Painting 12252 W 128 Street Miami, FL 33126 Office: (786)293-7428 Fax: (786)293-7430 INFO@ INCLANPAINTING.NET Www.Iclanpainting.net Inclan Painting and Waterproofing, Corp Serving Florida since 1996 7275 COLLINS A VE, MIAMI BEACH, FL. 33141 USA Contact: City of Miami Beach Mr. Brett Cummins 1701 Meridian Avenue, Suite 401 Miami Beach, FL 33139 (305) 322-6395 Services Provided Include: 4- CONCRETE RESTORATION INCLUDING BUT NOT LIMITED TO REPAIR OF HOLES, CRACKS, AND STUCCO DAMAGE. 4- REMOVE ALL LOSE AND DAMAGED STUCCO I- NEW STUCCO APPLIED. 4. APPLICATION OF PROTECTIVE WATERPROOFING COATINGS TO PREVENT FUTURE CRACKS - PRESSURE CLEAN, PRIME, SEAL, AND PAINT STAGE, STAGE WALL, CONCRETE TOWERS, and ALL SPECIFIED, 12252 SW 128 Street Miami, FL 33126 Office: (786)293-7428 Fax: (786)293-7430 Safety First! INFO@ INCLANPAINTING.NET All OSHA Certified Staff. Www.inclanpainting.net Inclan Painting and Waterproofing, Corp Serving Florida since 1995 € B B N 7275 COLLINS A VE., MIA MI BEACH, FL. 33141 USA Contact: City of Miami Beach M r. Brett C umm ins 1701 Meridian Avenue, Suite 40I Miami Beach, FL 33139 (305) 322-6395 Services Provided Include: ELL u I IU 4. CONCRETE RESTORATION INCLUDING BUT NOT LIMITED TO REPAIR OF HOLES, CRACKS, AND STUCCO DAM AGE . 4 REMOVE ALL LOSE AND DAMAGED STUCCO 4 NEW STUCCO APPLIED. l. APPLICATION OF PROTECTIVE WATERPROOFING COATINGS TO PREVENT FUTURE CRACKS PRESSURE CLEAN, PRIME, SEAL, AND PAINT STAGE, STAGE WALL, CONCRETE TOWERS, and ALL SPECIFIED. Safety First! All OSHA Certified Staff. 12252 SW 128 Street Miami, FL 33126 Office: (786)293-7428 Fax: (786)293-7430 INFO@ INCLANPAINTING.NET Www.Inclanpainting.net Inclan Painting and Waterproofing, Corp Serving Florida since 1995 SH RED T C NTE 501 72 STREET., MIAMI BEACH, FL 33141 Services Provided Include: The complete painting, of the entire exterior of the building, including: 4 Walls 4 Metal doors 4 Railings & fences 4 Parapet & low walls 4 Lettering Contact: Painted concrete entrances. City of Miami Beach Parks and Recreation Admin. Oniel Toledo 1701 Meridian Avenue, Suite 401 Miami Beach, FL 33139 Tel: 305-673-7000 x 2968 12252 SW 128 Street Miami, FL 33126 Office: (786)293-7428 Fax: (786)293-7430 INFO@ INCLANPAINTING,NET Www.Inclanpainting.net Inclan Painting and Waterproofing, Corp Serving I'lorida since 1995 NORTH SHO E PARK YOUTH CENTER 501 72 STREET., MIAMI BEACH, FL. 33141 - -í!" gap ti#titeo Services Provided Include: The complete painting, of the entire exterior of the building, including: 4. Walls 4. Metal doors 4. Railings & fences 4. Parapet & low walls - Lettering Contact: 4. Painted concrete entrances. C ity of Miami Beach Parks and Recreation Admin. Oniel Toledo 1701 Meridian Avenue, Suite 401 Miami Beach, FL 33 139 Tel: 305-673-7000 x 2968 12252 SW 128 Street M iami, FL 33126 Office: (786)293-7428 Fax: (786)293-7430 INFO@ INCLANPAINTING.NET W ww.Inclanpainting.net ©BA /NCLAN CONSTRUCTION SERVING FLORIDA SINCE 1995 City iami each Fla o lase 11 Sta m Michigan Ave, Miami Beach, FL 33139 Concrete Restoration of the Flamingo Baseball Stadium ' Photo of Shaping of Concrete Structure Rebars were installed in. order to create a skeletal support system, Epoxy filling injected 5 inches within the existing concrete. Photo of final Concrete Restoration Product Rebar installation is required in order to ensure a secure and safe new structure providing maximum support. f DBA ICLAN CONSTRUCTION Rx,_., -- SERVING FLORIDA SINCE 19 95 City Of Miami Beach Flamingo Baseball Stadium Michigan Ave, Miami Beach, FL 33139 / Concrete Restoration of the Flamingo Baseball Stadium Photo of Shaping of Concrete Structure filling injected 5 inches within the existing concrete. Rebar installation is required in order to ensure a secure and safe new structure providing maximum support. Rebars were installed in order to create a skeletal support system. Photo of final Concrete Restoration Product I I t I t $ Inclan Painting and Waterproofing, Corp Serving Florida since 1996 PAINTING NO MANDY ISLE EXTERIO 7030 TROUVILLE ESPLANADE., MIAMI BEAM FL. 33141 Services Provided Include: The complete painting, of the entire exterior of the building, including: 4= Walls 4.. Metal doors Railings & fences 4 Parapet & low walls 4: Lettering 4, Painted concrete entrances. 12252 SW 128 Street Miami, FL 33126 Office: (786)293-7428 Fax: (786)293-7430 INFO@ INCLANPAINTING.NET Www.Inclanpainting.net Contact: City of Miami Beach Parks and Recreation Admin. Oniel Toledo 1701 Meridian Avenue, Suite 401 Miami Beach, EL, 33139 Tel: 305-673-7000 x 2968 I n c la n P a in tin g a n d W a te r p r o o fin g, C o r p Serving Florida since 1995 NORMANDY ISLE EXTERIOR PAINTING 7030 TR O U VILLE ESPLANADE., MIAMI BEACH, FL. 33141 Services Provided Include: The complete painting, of the entire exterior of the buildi ng, including: l Walls 4 M etal doors 4 Railings & fences 4 Parapet & low walls l Lettering 4. Painted concrete entrances. Contact: City of Miami Beach Parks and Recreation Admin. Oniel Toledo 1701 Meridian Avenue, Suite 40I Miami Beach, FL 33139 Tel: 305-673-7000 x 2968 12252 8W 128 Street Miami, FL 33126 Office: (786)293-7428 Fax: (786)293-7430 INFO@ INCLANPAINTING.NET Www.Inclanpainting.net ®BA 1NCLAN CONSTRUCTION SERVING FLORIDA SINCE 1995 MIA: Dot hin Flamingo Garages 2100 NW 42 ND AVE. MIAMI, FL. 33126 Joint Sealant and Concrete Restoration 1. Concrete Restoration of Garage Wall Perimeter and Complete Maintenance of Joints 2. Reinforcements as Required Scaffold Equipment Set up as per MIA Specs 3. Covers provided to prevent.Exposure Of material Ll.l fina l Product Clamps Applied where necessary Before After Contracted work for MIA by MCM Contract Amount: $429,546.67 Services Completed February 2016 Contact: Mr. Johnny Peterson (786)295-7661 New Joint Bostik 915 Installations throughout both Garages DBA INCLAN CONSTRUCTION g,_., SERVING FLORIDA SINCE 1996 M IA: D o lp h in 2100 NW 42" AVE. MI A MI , FL. 33126 Joint Sealant and C oncr e te Restoration Scaffold Equipment Set up as per MIA Specs 3. Covers provided to prevent E xp osure of material Clamps Ap plied where 1. Concrete R estoration of G arage Wall Perimet er and C omplet e M ai ntenanc e of Joints 2. R einforc em en t s as Required Before Flam ingo Garages After Contracte d work for M IA by M C M Contract Am ount: $429,546.67 Services Completed February 2016 Contact: Mr. Johnny Peterson (786)295-7661 4.Fina l Product New Joint Bostik 915 Installations throughout both Garages 1770 West 44th Place, Hialeah, FL 33012 Esperanza Services Provided Include: Al! Trained and Certified Installers! 12252 SW 128 Street Miami, FL 33126 Office: (786)293-7428 Fax: (786)293-7430 INFO@ INCLANPAINTING.NET Www,Inclanpainting.riet Inclan Painting and Waterproofing, Corp Serving Florida since 1995 of! riloo :11101111r Pir 111 ',U!'1 1 `y ii •=1;. APPLICATION OF PROTECTIVE. WATERPROOFING TO WALLS AND BALCONIES 4k. PREP, PRIME, SEAL, AND PAINT EXTERIOR OF BUILDING. IL 1-41olorth Houelnui Authority Contact: MIGUEL A. HERNANDEZ Hialeah Housing Authority 75 East 6th Street Hialeah, FL 33010 Telephone: (305) 888-9744 Fax: (305) 887-0997 tniguel.hernandez(iilbialealibousing.org Safety First! All OSHA Certified Staff. In c la n P a in tin g a n d W a te rp ro o fi n g , C o rp Serving Florida since 1995 La Esperanza 1770 West 44" Place, Hialeah, FL 33012 Contact: MIGUEL A. HERNANDEZ Hialeah_Housing Authority 75 East 6 Street Hialeah, FL_33010 Telenhone: (305) 888-9744 Tax: (305) 887-0997 miguel.hernandez@hialeahhousing.org Services Provided Include: l APPLICATION OF PROTECTIVE W ATERPRO OFING TO WALLS AN D BAL CONIES d PREP, PRIME, SEAL, AND PAINT EXTERIOR OF BUILDING. Safety First! All OSHA Certified Staff. 12252 8W 128 Street Miami, FL 33126 Office: (786)293-7428 Fax: (786)293-7430 INFO@ INCLAN PAINTING.NET Www.Inclanpainting.net All Trained and Certified Installers! Miami. Dade College All Campus (Wolfson, North, and Kendall) Inclan Painting and Waterproofing, Corp Serving Florida since 1996 Interior Painting, Protective coating and Floor Sealant. Scaffold and special booms available Painting, Waterproofing and ncrete Restoration Exterior Concrete Restoration. Exposed rebar's were painted and resorted new. 12252 SW 128 Street Miami, FL 33126 Office: (786)293-7428 Fax: (786)293-7430 INFO@ INCLANPAINTING.NET Www. Inelan naintjtil%net Inclan Painting and Waterproofing, Corp Serving Florida since 1996 Miami Dade College AII Campus (Wolfson, North, and Kendall) MDC Project Manager: Ron Milligan (305) 237-0869 Wolfson CIDS Services Provided: Interior Painting, Protective coating and Floor Sealant. Scaffold and special booms available Kendal] Campus Services Provided: Painting, Waterproofing and Concrete Restoration Exterior Concrete Restoration. Exposed rebar's were painted and resorted new. Close up of Custom Mo 12252 SW 128 Street Miami, FL 33126 Office: (786)293-7428 Fax: (786)293-7430 INFO@ INCLANPAINTING.NE'T Www.Inclan painting.net Project 1. a. Project Name: Refurbishment of Dolphin and Flamingo Garage Owner: Miami International Airport c. Architect: EAC Consulting, Inc. d. General Contractor: MCM Munilla Construction Management e. GC Contact Name & Phone Number: Project Manager - Johnny Peterson PH: 305-541-0000 Ext 246 f. Final Contract Amount: $429,576.67 g. Percentage completed (your scope): 100% h. Percentage of Subcontracted work: not applicable i. Scheduled Completion Date: December 2016 j. Type of Work: Maintenance Including Painting and Waterproofing, protective coatings. Inclan Painting and Waterproofing, Corp. (," Serving Florida since 1995 Major Projects Completed Project 2. a. Project Name: Santa Clara Elementary Renovation b. Owner: MDCPS c. Architect: Ferguson, GlasGow, Schuster, Soto, Inc. d. General Contractor: JCI International, Inc. e. GC Contact Name & Phone Number: Michael Oliveira DL (786) 252-2940 f. Contract Amount: $129,245.00 g. Percentage completed (your scope): 90% h. Percentage of Subcontracted work: not applicable i. Scheduled Completion Date: January 2017 Project 3, a. Project Name: Jack D. Gordon Renovations b. Owner: MDCPS c. Architect: Javier E. Cordova, AIA, LEED AP d. General Contractor: J.R.T. Construction, Co. 12252 SW 128 Street Miami, FL 33126 Office: (786)293-7428 Fax: (786)293-7430 INFO@ INCLANPAINTING.NET WAY w.Inclanpaintiqg,net as In clan P ain tin g an d W aterproofin g, C o rp . Sorving Florida since 1995 Major Projects Completed Project 1. a. Project Name: Refurbishment of Dolphin and Flamingo Garage b, Own er: Miami International Airport c. Architect: ±AC Consnlting, Ine. d. General Contractor; MCM Munilla Construction Management e. GC Contact Name & Phone Number: Project Manager - Johnny Peterson PH: 305-541-0000 Ext 246 f. Final Contract Amount: $429,576.67 g. Percentage compl eted (your scope): 100% h. Percentage of Subcontracted work: not applicable i. Scheduled Completion Date: December 2016 j. Type of Work: Maintenance Including Painting and Waterproofing, protective coatings. Project 2. a. Project Name: Santa Clara Elementary Renovation b. Owner: MDCPS c. Architect: Ferguson, GlasGow, Schuster, Soto, Inc. d. General Contractor: JCI International, Inc. e. GC Contact Name & Phone Number: Michael Oliveira DL (786) 252-2940 f. Contract Amount: $129,245.00 g. Percentage completed (your scope): 90% h. Percentage of Subcontracted work: not applicable i. Scheduled Completion Date: January 2017 Project 3. a. Project Name: Jack D. Gordon Renovations b. Owner: MD CPS e. Architect: Javier E. Cordova, AIA, LEED AP d. General Contractor: JR.T. Construction, Co. 12252 SW 128 Street Miami, FL 33126 Office: (786)293-7428 Fax: (786)293-7430 INFO@ INCLANPAINTING.NET Www.Inclanpainting.net Inclan Painting and Waterproofing, Corp. Serving Florida since 1995 e. GC Contact Name & Phone Number: Carlos R. 'farafa Cell: 305-975-6744 f. Contract Amount: $203,435.00 g. Scheduled Completion Date: March 2017 Project 4. h Project Name: Coral Gables Parking Garages #2 & 46 i. Owner: City of Coral Gables j. Architect: unavailable k. General Contractor: FL. Construction & Engineering, Inc. I. GC Contact Name & Phone Number: Owner Mr. Hamid (305) 883-7601 m. Contract Amount: $275,000.00 n. Date of completed: May, 2016 o. Type of Work: Painting and Waterproofing, maintenance and rehabilitation of public Garages. Project 5 p. Project Name: MDAD 7040 Work Order based Pilot Program for Emergency/Priority Maintenance q. Owner: Miami Dade Aviation Department r. Architect: unavailable s. General Contractor: Direct with MDAD t. GC Contact Name & Phone Number: Project Manager -Ralph Cutie Cell: (786).5,16•A80 u. Contract Amount: $200,000.00 v. Date of completed: June 21, 2016 (Original Completion date Dec. 2015/ Revised Jan. 2016) Project 6. a. Project Name: Maya Angelou School Renovations b. Owner: MDCPS c. Architect: Ferguson, GlasGow, Schuster, Soto, Inc. d. General Con ractor ICI International, Inc. e. GC Contact Name & Phone Number: Michael Oliveira DL (786) 252-2940 f. Contract Amount: $114,000.00 g. Percentage of Subcontracted work: not applicable 12252 SW 128 Street Miami, FL 33126 Office: (786)293-7428 Fax: (786)293-7430 INFO@ INCLANPAINTING.NET Ww 4V W ............ t In clan P ainting and Waterp roofing, C orp . Serving Florida since 1995 e. GC Contact Name & Phone Number: Carlos R. Tarafa Cell: 305-975-6744 f. Contract Amount: $203,435.00 g. Scheduled Completion Date: March 2017 Project 4. h. Project Name: Coral Gables Parking Garages l2 & l6 i. Owner: City of Coral Gables j. Architect: unavailable k. General Contractor: FL. Construction & Engineering, Inc. I. GC Contact Name & Phone Number: Owner Mr. Hamid (305) 883-7601 m. Contract Amount: $275,000.00 n. Date of completed: May, 2016 o. Type of Work: Painting and Waterproofing, maintenance and rehabilitation of public Garages. Project 5. p. Project Name: MDAD 7040 Work Order based Pilot Program for Emergency/Priority Maintenance q. Owner: Miami Dade Aviation Department r. Architect: unavailable s. General Contractor: Direct with MDAD t. GCContact Name & Phone Number: Project Manager -Ralph Cutie Cell: (786) $16-3880 u. Contract Amount: $200,000.00 v. Date of completed: June 21, 2016 (Original Completion date Dec. 2015/ Revised Jan. 2016) Project 6. a. Project Name: Maya Angelou School Renovations b. Owner: MDCPS c. Architect: Ferguson, GlasGow, Schuster, Soto, Inc. d. General Contractor: ICI International, Inc. e. GC Contact Name & Phone Number: Michael Oliveira DL (786) 252-2940 f. Contract Amount: $114,000.00 g. Percentage of Subcontracted work: not applicable 12252 SW 128 Street Mi ami, FL 33126 Office: (786)293-7428 Fax: (786)293-7430 INFO@ INCLAN PAIN'TING.NET Www.Inclanpainting.net Incian Painting and Waterproofing, Corp. Serving Florida since 1996 h. Scheduled Completion Date: February 2017 Project 7. i. Project Name: Multiple Parks North of Tamiami Trail j. Owner: MDC Parks and Recreations k. Architect: N/A 1. Contact Name & Phone Number: Dean Gaffney (305)596-4460 Ext. 282 m. Contract Amount: $50,000.00 n. Scheduled Completion Date: August, 2014 Project 8 o. Project Name: Crandon Park Tennis Stadium p. Owner: MDC Parks and Recreations q. Architect: N/A r. Contact Name & Phone Number: Dean Gaffney (305)596-4460 Ext. 282 s. Contract Amount: $105,000.00 t. Scheduled Completion Date: March, 2016 Project 9: Project Name: TRAFFIC DIRECTIONAL PAINT IN PARKING LOTS a. Owner: Miami Dade College - Kendall Campus b. Architect: Not applicable — On site evaluation c, General Contractor: J.R.T. Construction, Co. d. GC Contact Name & Phone Number: Robert Tarafa Sr. Tel: 305-557-9911 e. Contract Amount: $ 22,350.00 f. Scheduled Completion Date: December, 2016 12252 SW 128 Street Miami, FL 33126 Office: (786)293-7428 Fax: (786)293-7430 INFO@ INCLANPAINTING.NET Www.Inclammiliting.net Inclan Painting and Waterproofing, Corp. Serving Florida since 1995 h. Scheduled Completion Date: February 2017 Project 7. i. Project Name: Multiple Parks North of Tamiami Trail j. Owner: MDC Parks and Recreations k. Architect: N/A I. Contact Name & Phone Number: Dean Gaffney (305)596-4460 Ext. 282 m. Contract Amount: $50,000.00 n. Scheduled Completion Date: August, 2014 Project 8 . o. Project Name: Crandon Park Tennis Stadium p. Owner: MDC Parks and Recreations q. Architect: N/A r. Contact Name & Phone Number: Dean Gaffney (305)596-4460 Ext. 282 s. Contract Amount: $105,000.00 t. Scheduled Completion Date: March, 2016 Project 9: Project Name: TRAFFIC DIRECTIONAL PAINT IN PARKING LOTS a. Own er: Miami Dade College - Kendall Campus b. Architect: Not applicable - On site evaluation c. General Contractor: JR.T. Construction, Co. d. GC Contact Name & Phone Number: Robert Tarafa Sr. Tel: 305-557-9911 e. Contract Amount: $ 22,350.00 f. Scheduled Completion Date: December, 2016 12252 SW 128 Street Miami, FL 33126 Office: (786)293-7428 Fax: (786)293-7430 INFO@ INCLANPAINTING.NET ww.Inclanpainting.net Inclan Painting and Waterproofing, Corp. Serving Florida since 1935 Project 1.0. u. Project Name: Various Fire Stations — Throughout Miami-Dade v. Owner: MDFRD w, Architect: N/A x. Contact Name & Phone Number; Mr. Alberto Aleman (786)331-4516 .y. Contract Amount: $79,500.00 z. Scheduled Completion Date: July, 2016 Project 1.1. A. Project Name: Florida International University — Interior Renovations for Turner B. Owner: FLU C. Architect: Alleguez Architecture. Inc, D. Contact Name & Phone Number: Ms. Shivangi Desai, (305)479-1101 E. Contract Amount: $20,350.00 F. Scheduled Completion Date: October, 2016 Project 12: A. Project Name: Neva King Cooper BC, Homestead, Fl. B. Owner: MDCPS C. KVH Architects, PA - Turner Construction, Corp. D. Contract Amount $157,423.00 E. Subcontracted: N/A F. 98% completed G. Scheduled completion Date: August 2018 H. Corey Beale I Procurement Agent SPD Turner Construction Company I 7235 Corporate Center Drive_, Suite G_1 Miarni _FL 33126 direct 786.621,9000 I mobile 305.519.2901 I cl3ealePtco„corn website I linkedin facebook I twitter I youtube I pinterest 12252 SW 128 Street Miami, FL 33126 Office: (786)293-7428 Fax: (786)293-7430 INFO@ INCLANPAINTING .NET W Vy_.,11:€11atipit t In cla n P a in tin g an d W aterp roofi n g, C o rp. Serving Florida since 1995 Project 10. u. Project Name: Various Fire Stations - Throughout Miami-Dade v. Owner: MDFRD w. Architect: N/A x. Contact Name & Phone Number: Mr. Alberto Aleman (786)331-4516 y. Contract Am ount: $79,500.00 z.. Scheduled Com pletion Date: July, 2016 Project 11. A. Project Name: Florida International University - Interior Renovations for Turner B. Owner: FIU C, Architect: Alleguez Architecture. Inc. D. Contact Name & Phone Number: Ms. Shivangi Desai, (305)479-110I E. Contract Amount: $20,350.00 F. Scheduled Comp letion Date: October, 2016 Project 12: A. Project Nam e: Neva King Cooper EC, Hom estead, Fl. B. Owner: MDCPS C. KVH Ar chitects, PA - Turner Construction, Corp. D. Contract Amount $157,423.00 E. Subcontracted: NIA F. 98% completed G. Scheduled completion Date: August 2018 H . Corey Beale] P rocurem en t Agent SPD Turner Construction Company ] 7235 Corporate Center Drive, Suite G [ Miami, EL 33126 direct 786.621.9000 ] mobile 305.519.2901 ] CDeale@tcco.com w ebsi te [ linke din ] facebook ] twi tter ] youtube [ pinterest 12252 SW 128 Street Miami, FL 33126 O ffi c e: (7 8 6)293-74 28 F a x: (7 86 )2 9 3-74 30 INFO@ INCLANPAINTING.NET Www.Inclanpainting.net Inclan Painting and Waterproofing, Corp. Serving Florida since 1996 Project 13: A. Project Name: Pincrest Villas, JILT 13. Pascual , Perez, Kiliddjiam and Associates C. Contract Amount $62,000.00 D. Subcontracted: N/A. E. Scheduled Completion Date : May 2017 End of Section 12252 SW 128 Street Miami, FL 33126 Office: (786)293-7428 Fax: (786)293-7430 INFO@ INCLANPAINTING.NET Ct'ww.Inelanpainting.net In c la n P a in tin g a n d W at e r p r o o fin g, C o r p . Serving Florida since 1995 Project 13: A. Project Name: Pincrest Villas, JRT B . Pascual , Perez, Kiliddjiam an d A ssociat es C. Contract Amount $62,000.00 D. Subcontracted: N/A E. Scheduled Completion Date : May 2017 End of Section 12252 SW 128 Street Miami, FL 33126 O ffi ce: (786)293-7428 J ax: (786)293-7430 INFO@ INCLANPAINTING.NET www.Iclanpaintin.net l i i ! î I I ¡ I I ¡ I 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 M IA M I BEACH PRO CUREM ENT DEPARTM ENT 1755 Meridian Avenue, 3d Floor Miami Beach, Florida 33139 www.miamibeachfl.gov ADDENDUM NO. 1 INVITATION TO BID NO. 2020-019-ND PAINTING (INTERIOR AND EXTERIOR) AND WATERPROOFING SERVICES (the "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 1TB, in its entirety and REPLACE with the following: The vendor shall maintain the below required insurance in effect prior to awarding the contract and for the duration of the contract. The maintenance of proper insurance coverage is a material element of the contract and failure to maintain or renew coverage may be treated as a material breach of the contract, which could result in withholding of payments or termination of the contract. A Worker's Compensation Insurance for all employees of the vendor as required by Florida Statute 440, and Employer Liability Insurance for bodily injury or disease. B. Commercial General Liability Insurance on an occurrence basis, including products and completed operations, property damage, bodily injury and personal & advertising injury with limits no less than $100,000 per occurrence. C. Automobile Liability Insurance covering any automobile, if vendor has no owned automobiles, then coverage for hired and non-owned automobiles, with limit no less than $100,000 combined per accident for bodily injury and property damage. Additional Insured - City of Miami Beach must be included by endorsement as an additional insured with respect to all liability policies (except Professional Liability and Workers' Compensation) arising out of work or operations performed on behalf of the contractor including materials, parts, or equipment furnished in connection with such work or operations and automobiles owned, leased, hired or borrowed in the form of an endorsement to the contractor's insurance. Notice of Cancellation - Each insurance policy required above shall provide that coverage shall not be cancelled, except with notice to the City of Miami Beach 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:VI I 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.miamibeachfLgov 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-miamibeachriskworks,com Special Risks or Circumstances - The City of Miami Beach reserves the right to modify these requirements, including limits, based on the nature of the risk, prior experience, insurer, coverage, or other special circumstances. Compliance with the foregoing requirements shall not relieve the vendor of his liability and obligation under this section or under any other section of this agreement. Any questions regarding this Addendum should be submitted in writing to the Procurement Management Department to the attention of the individual named below, with a copy to the City Clerk's Office at RafaelGranado@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. Sincerely, ex Denis__ FtrucuVrient Director 2 ADDENDUM NO. 1 INVITATION TO BID NO. 2019-109-ND PAINTING (INTERIOR AND EXTERIOR) AND WATERPROOFING SERVICES M IA M I BEACH PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 34 Floor Miami Beach, Florida 33139 www.miamibeachfl.gov Verification of Coverage - Contractor shall furnish the City with original certificates and amendatory endorsements, or copies of the applicable insurance language, effecting coverage required by this contract. All certificates and endorsements are to be received and approved by the City before work commences. However, failure to obtain the required documents prior to the work beginning shall not waive the Contractor's obligation to provide them. The City reserves the right to require complete, certified copies of all required insurance policies, including endorsements, required by these specifications, at any time. CERTIFICATE HOLDER MUST READ: CITY OF 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 Rafael@Granado@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