Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
ITB-20-019-08 Roof Painting By Hartzall
Sing&Tly, e is 11)'1,,—Director Procurement Department CONTRACT NO. 20-019-08 MIAMIBEACH City of Miami Beach, 1755 Meridian Avenue, 3' Floor, Miami Beach, Florida 33139, www.miamibeachfl.gov PROCUREMENT DEPARTMENT Tel: 305-673-7490, Fax: 786-394.4235 SENT VIA E-MAIL TO: mqoodwinamyhartzell.com March 6, 2020 Mike Goodwin Roof Painting by Hartzell, Inc. 2301 NW 33 Court Pompano Beach, FL. 33069 Phone: 954-659-0515 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. Goodwin: On October 25, 2019 Roof Painting by Hartzell, Inc., (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 ValerieVelez@miamibeachfl.gov or at 305.673.7490. Otherwise, all other questions should be addressed to the Contract Manager for this contract, Adrian Morales Director Property Management Department at AdrianMoralesRmiamibeachffoov or (305) 673-7000 ext. 2932. AD/ME/AG ,york, one/ ploy to ow vib:orit, !!.(pk'ol, hi.!sk,fiC We Ore. c.,-.:47;mitted to providing pubbc 5orvIce (:10 soii4y •A.ho irvta, C O N T R A C T N O . 2 0 -0 1 9 -0 8 MIAMI BEACH City of Mi ami Beach, 1755 Meridian Avenue, 3" Floor, Miami Beach, Florida 33139, www.miamibeachfl.gov PROCUREMENT DEPARTMENT Tel: 305-673-7490, Fax. 786-394-4235 SENT VIA E-MAIL TO: mgoodwin@myhartzell.com March 6, 2020 Mike Goodwin Roof Painting by Hartzell, Inc. 2301 NW 33 Court Pompano Beach, FL. 33069 Phone: 954-659-0515 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. Goodwin: On October 25, 2019 Roof Painting by Hartzell, Inc., (the "Contractor") submitted to the City of Miami Beach, Florida (the "City") a request to be prequalifíed for future projects in response to the above-referenced 1TB. The 1TB stipulates, pursuant to Section 0200, Sub-Section 16, Binding Contract, that the approval of the City Manager's recommendation by the Mayor and City Commission shall constitute a binding Contract between the City and the awarded bidder. Accordingly, this letter shall serve as official notice from the City that the Mayor and Commission, at its February 12, 2020 meeting, approved the City Manager's recommendation, pursuant to the 1TB, to prequalify the Contractor to be eligible to provide services to the City for painting and waterproofing services. It is important to note the work must be awarded in accordance with the 1TB. Further, no services may be performed until such time as the City has issued a Purchase Order. If you have any questions regarding this letter of notification of award, you may contact Valerie Velez, Contract Analyst, Procurement Department, at ValerieVelez@miamibeachfl.gov or at 305.673. 7 490. Otherwise, all other questions should be addressed to the Contract Manager for this contract, Adrian Morales Director Property Management Department at AdrianMorales@miamibeachfl.gov or (305) 673-7000 ext. 2932. 7 .c_'n//Ór~ly, - + S rfo/..--8irector Procurement Department AD/ME/AG We ore orrited to providing excelleni publ service and soteiy lo all who iive, work, and ploy in our vibrant, topical, historic community. ATTACHMENT A RESOLUTION COMMISSION ITEMS AND COMMISSION MEMORANDUM A TT A C H M E N T A R E S O L U T IO N C O M M IS S IO N IT E M S A N D C O M M IS S IO N M E M O R A N D U M Co versheet MIAMI BEACH Page 1 of 2 Resolutions - C7 H 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. https://miamibeach.novusagenda.comlagendapublic/CoverSheet.aspOltern1D-1565,1&Me... 2/18/2020 Coversheet Page 1 of2 Resolutions - CT H MIAMI BEA C H COMMISSION MEMORANDUM TO : F R O M : D A T E : H o no rab le M a yo r and M e m be rs of the C ity C om m ission Jimmy L. M o ral e s, City M an a ger Fe brua ry 12 , 202 0 S U B JE C T : A R E S O L U T IO N O F TH E M A Y O R A N D C ITY C O M M ISSIO N O F TH E C ITY O F M IAM I BEAC H , FLO R IDA , A C C E P T IN G TH E R E C O M M E N D A TIO N O F TH E C ITY M A N A G ER , PU R SU AN T TO IN V ITATIO N TO BID (1TB) 2020- 019 -N D, T O E S T A B LI S H A PO O L O F PA IN T IN G AN O W ATER PR O O FIN G C O N TR AC TO R S TO EXPED ITE TH E S E L E C T IO N O F C O N TR A C T O R S FO R FU TU R E PA IN T IN G AN D W ATER PR O O FIN G PR O JEC TS W ITH A C O N T R A C T P R IC E O F $300 ,000 O R LE S S ; AN D A PPR O VIN G TH E IN ITI A L PO O L OF Q UALI FIED C O N T RA C TO R S , A S S E T FO R TH IN EX H IB IT "A " TO TH E CO M M IS SIO N M EM O R AN D U M AC C O M PANYING TH IS R E S O LU T IO N ; FU R T H E R , A U T H O R IZ IN G TH E C IT Y M AN A G ER TO KEEP TH E 1TB O PEN FO R TH E PU RPO SE O F P R E Q U A LI F Y IN G A D D IT IO N A L PA IN T IN G A N D W AT ER P R O O FIN G CO N T R AC TO R S, AN D DELEG ATIN G TO THE C ITY M A N A G E R TH E A U T H O R ITY TO A D D O R R EM O V E C O N TR AC TO R S TO TH E PO O L, PR O VID ED SUC H C O N TR A C TO R S M E E T TH E R E Q U IR E M E N TS O F THE ITB RECOMMENDATION Ad o p t th e R e so lutio n BACKGROUND/HISTORY Fo r ap p ro xim a tely five ye a rs , the C ity of M iam i Beach has had an agre em ent for the pro vision of interior and exterior painting and w ate rp ro ofi ng se rv ices. The curre nt co ntra ct expired on O ctober 21, 2019. In order to establish a replacem ent contract, on October 4, 20 19 , the C ity issue d an In vitatio n to Bid 2020-0 19 -N D (the "ITS"). The purpo se of the 1TB is to establish a contract, by m eans of se a le d ap p lica tio ns, w ith qua lifie d co n tractors for the establishm ent of a pre qualifi ed pool of painting and w aterpro ofing contra ctors. Th e pre -q u a lified po o l esta blishe d sha ll effectively create a source of viable contractors fro m w hich the C ity m ay issue Invitation to Q uo te s (IT Q s) for va rio us C ity pa inting and w aterp roofing pro jects during the term of the contra ct. Further, at any tim e, the C ity, th ro u g h the ap p ro val of the C ity M a nager, m ay accept applications and add additional or rem ove contractors to the list of pre qu a lifi e d con t ra ctors du ring the te rm of the co ntract. ANALYSIS The 1T B w a s issued o n O ct ob e r 4, 20 19 , with bid opening date of O ctob er 25, 2019. The Pro curem ent Departm ent issued bid no tices to 1,8 2 8 com p a ni e s utilizing www .bidsync.co m w ebsite. 53 prospective bidders accessed the advertised solicitation. The no tic es resu lted in the receipt of nine (9 ) responses fro m : Ab acro n LL C ("Ab acron "), C unan o Builders Corp ora tion ("C unano"), E nd irt LL C ("En di rt"), G o vern m en t B usine ss D evelopm ent LLC ("G overnmen t Busin ess"), Halc yon Builders, Inc. ("H al cyon"), L.D. P ai ntin g C or p. ("I.D. P ainti n g"), In cl a n Painting an d W ate rpro ofing, C orp . ("Incl an"), R oof Painting by Hartz el l, Inc. ("Hartzell"), an d P a int Q u e st, LLC ("Pai nt Q u e st"). T he 1T B sta te d th a t follo w in g the re vie w of applications, the responsive and responsible bidder(s) m eeting all term s and conditions of th e 1T B w ill be re co m m e nd e d for aw a rd. In its due diligence, the Procure m ent D epartm ent fo und th at Abacron, C unan o, Endirt , G o ve rn m e nt B usine ss, H a lcyo n, I.D . Pa inting, Inclan, H artzell, and Paint Q uest m et the requirem ents of th e IT B. Accordi ngl y, all bid d e rs as listed in E xhib it A ha ve be e n de e m ed responsive, responsible bidders m eeting all terrn s and conditions of the 1TB and are re co m m en d e d fo r aw a rd. FINANCIAL INFORMATION The fun d ing of th is proje ct is as fo llo w s: Account(s) 520-17 20- Amount(s) $60,000 $110,0 00 $68,000 0003 25 -29- 413 -592-00- 00-00 52 0- 17 20-00 0342- 29-4 13 -592- 00-00 -00 16 8- 9964-000 342- 29-400-59 2- 00 -00-00 CONCLUSION I co n cu r w ith staff tha t it is in the be st inte rest of the C ity to have a pool of prequalified painting and w aterpro ofing contractors fro m w hich pro p o sa ls ca n be so ug ht to quickly de ploy a contractor to address an identified painting or w aterproofing need of the C ity. https://miamibeach.novusagenda.com/agendapublic/CoverSheet.aspx?ItemlD=15654&Me... 2/18/2020 Coversheet Page 2 of 2 Otherwise, redundant and time-consuming efforts would he required to qualify contractors each time a need was identified. In order to continue to maximize competition by continuing to add contractors, I recommend that the period for submitting applications be extended to be consistent with the term of the contract. New applicants that meet the ITB requirements will be added to the pool. Contractors that do not perform well will be removed from the pool. Therefore, I recommend that the Mayor and City Commission of the City of Miami Beach, Florida, approve the Resolution, accepting the recommendation of the City Manager, pursuant to Invitation to Bid (ITB) No. 2020-019-ND, to establish a pool of painting and waterproofing contractors to expedite the selection of contractors for future painting and waterproofing projects not to exceed $300,000, and approve the initial pool of qualified contractors, as set forth in Exhibit "A" to the Commission Memorandum accompanying this Resolution; further, authorizing the City Manager to keep the ITB open for the purpose of prequalifying additional painting and waterproofing contractors, and delegating to the City Manager the authority to add (or remove) contractors to the pool, provided the added contractors meet the requirements of the ITB. Applicable Area Citywide Is this a Resident Right to Does this item utilize G.O. Know item? Bond Funds? No No Legislative Tracking Property Management/Procurement ATTACHMENTS: Description Attachment A LI jp§plulign, https://miarnibeach.novusagenda.comlageadapublielCoverSheetaspx?ItentID-15654&Me... 2/18/2020 C o v ersh eet Page 2 o f 2 Otherwi se, redundant and time -con suming efforts would be required to qualify contractors each time a need was identified. In order to continue to maximize competition by continuing to add contractors, I recommend that the period for submitting applications be extended to be consisten t with the term of the contract. New 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, an d approve the initial pool of qualified contractors, as set forth in Exhibit "A" to the Commission Memorandum accompan ying this Resolution ; further, authorizing the City Manager to keep the ITB op en 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 Does this item utilize G.O. Bond Fund s? No Legislative Tracking Prop e rty Managem ent/Procurement ATTACHMENTS: Description Attachment A Resolution n 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 (ITB) 2020-019-ND, TO ESTABLISH A POOL OF PAINTING AND WATERPROOFING CONTRACTORS TO EXPEDITE THE SELECTION OF CONTRACTORS FOR FUTURE PAINTING AND WATERPROOFING PROJECTS WITH A CONTRACT PRICE OF $300,000 OR LESS; AND APPROVING THE INITIAL POOL OF QUALIFIED CONTRACTORS, AS SET FORTH IN EXHIBIT "A" TO THE COMMISSION MEMORANDUM ACCOMPANYING THIS RESOLUTION; FURTHER, AUTHORIZING THE CITY MANAGER TO KEEP THE ITB OPEN FOR THE PURPOSE OF PREQUALIFYING ADDITIONAL PAINTING AND WATERPROOFING CONTRACTORS, AND DELEGATING TO THE CITY MANAGER THE AUTHORITY TO ADD OR REMOVE CONTRACTORS TO THE POOL, PROVIDED SUCH CONTRACTORS MEET THE REQUIREMENTS OF THE ITB. WHEREAS, for approximately five years, the City of Miami Beach has had an agreement for the provision of interior and exterior painting and waterproofing services; 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. ("1.D, Painting"), Inclan Painting and Waterproofing, Corp. ("IncIan"), 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, 1.D. Painting, Inclan, Hartzell, and Paint Quest met the requirements of the ITB; and WHEREAS, all bidders as listed in Exhibit A have been deemed responsive, responsible bidders meeting all terms and conditions of the ITO; 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 APPROVING THE INITIAL POOL OF QUALIFIED CONTRACTORS, AS SET FORTH IN EXHIBIT "" TO THE COMMISSION MEMORANDUM ACCOMPAN YING 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. WH EREAS, 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 "1T B ") to establish a successor contract, by means of sealed applications, with qualified contractors for the establishment of a prequalified pool of painting and waterproofing contractors; and WHEREAS, on October 25, 2019, bids were received from Abacron LLC ("Abacron"), Cunano Builders Corporation ("Cunano"), Endirt LLC ("Endirt"), Government Business Development LL.C ("Government Business"), Halcyon Builders, Inc. ("Halcyon"), ID. Painting Corp. ("ID. Painting"), Inclan Painting and Waterproofing, Corp. ("Inclan"), Roof Painting by Hartzell, Inc. ("Hartzell"), and Paint Quest, LLC ("Paint Quest"); and WHEREAS, in its due diligence, the Procurement Department found that Cunano, Endirt, Government Business, Halcyon, ID. Painting, Inclan, Hartzell, and Paint Quest met the requirements of the 1TB; and WHEREAS, all bidders as listed in Exhibit A have been deemed responsive, responsible bidders meeting all terms and conditions of the ITB; and WHEREAS, when a need arises, the City will seek proposals from all prequalified contractors; and WHEREAS, for service orders up to $300,000, the approval of the City Manager or designee will be required in accordance with the City Manager's existing delegated authority under the City Code; service orders exceeding 300,000 will need to be competitively procured; and WHEREAS, to maximize competition among the prequalified contractors, the Administration is recommending that the [TB remain open, to permit the City Manager to prequalify additional contractors as part of the pool, provided that such contractors meet all of the requirements of the ITB. NOW, THEREFORE, BE IT DULY RESOLVED BY THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, that the Mayor and City Commission hereby accept the recommendation of the City Manager, pursuant to invitation to Bid (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 "A" to the Commission Memorandum accompanying this Resolution; further, authorizing the City Manager to keep the ITB open for the purpose of prequalifying additional painting and waterproofing contractors, and delegating to the City Manager the authority to add or remove contractors to the pool, provided such contractors meet the requirements of the ITB. PASSED AND ADOPTED this day of 2020. • ATTEST; RAFAEL E. GRANADO, CITY CLERK DAN GELBER, MAYOR F7IPURCASerFoladonsk2020,420.019-NU 11111'am:0g f,1":000( 0"d LAU-AGO 4010 Waterpred1410 Services510 • CaramIsFon timed fio:',vmdrds1113-2020- 019.NO -rinsclution,doc APPROVED AS TO FORM & LANGUAGE & FOR EXECUTION - 39 t City Attviley Cato prequalify additional contractors as part of the pool, provided that such contractors meet all of the requirements of the [TB. NOW, THEREFORE, BE IT DULY RESOLVED BY THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, that the Mayor and City Commission hereby accept the recommendation of the 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. PA S S E D A N D ADOPTE D this day of 2020. ATTEST: RAFAEL E. GRAN ADO, CITY CLERK DAN GELBE R, MAYOR £ PUR \Slicitat ions2 0200 20-0 19-N0 PB Ponting {nt eor and Exterion) ana Waterprcolnq Services10 . Ccmmission Award Documents\V-2020- 91344£1 -45club0n do, APPROVED AS TO FORM & LAN GUAGE & FOR EXECUTION ATTACHMENT A Abacron LLC Cunano Builders Corporation Endirt LLC Government Business Development LLC Halcyon Builders, Inc. I.D. Painting Corp. Inclan Painting and Waterproofing, Corp. Roof Painting by Hartzell, Inc. Paint Quest, LLC ATTACHM ENT A Abacron LLC Cuna no Builders Corporation En dirt LLC Government Business Development LLC Halcyon Builders, Inc. I.D. Painting Corp. Inclan Painting and Waterproofing, Corp. Roof Painting by Hartzell, Inc. Paint Quest, LLC ATTACHMENT B SOLICITATION (ITB) AND ADDENDUMS ATTACHMENT B SOLICITATION (ITB) AND ADDENDUMS 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. MAMIBEACH TABLE OF CONTENTS SECTIONS: 0100 GENERAL INFORMATION & SCOPE OF WORK APPENDICES: APPENDIX A APPENDIX B DEFINITIONS: PRE QUALi FICATION APPLICATION SPECIAL CONDITIONS Bidder means any firm or individual submitting an application in response to this 1TB. The term bidder may be used interchangeably with applicant and proposer. Vendor means any firm or individual that has been pre-qualified to supply goods or services to the City. 4. On an as needed basis, City will request .gvg§, and costs from firms prequalified for the applicable category 2. Application is evaluated for compliance with ITB requirements. 2. If Application is approved, firm is added I to the list of firms prequalified authorized for future work SECTION 0100: GENERA INFORMATION & SCOPE OF WORK 1. PURPOSE. The City of Miami Beach is seeking applications from painting or painting and waterproofing contractors who wish to participate in a pre-qualification pool that will be used to solicit various routine painting and waterproofing services on an "as needed" basis as specified herein. Interested contractors may submit an application indicating its intent to become prequalified. All contractors which meet or exceed the criteria established in this solicitation shall be placed on a pre- qualification list that may be accessed by various City departments to obtain price quotations for various routine painting and waterproofing services. The City utilizes BidSync (www.bidsync.com) for automatic notification of solicitation opportunities and document fulfillment. Any prospective bidder who has received this ITB by any means other than through BidSync is solely responsible for registering immediately with BidSync to assure it receives any addendum issued to this ITB. Additionally, prior to submittal of the bid, bidder shall verify that it has received and complied with all addenda issued. Failure to receive an addendum, or comply with an addendum requirement, may result in disqualification of bid submitted. To be considered for the pool of pre-qualified contractors, interested parties must submit a corn lete Bidder Pre-Qualification A.. 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 wit be awarded in accordance with the roadrnap procedures established in the ITB. 1. Bidder submits an PPRItOatiCitt to be prequalified in response to this ITB. SECTION 0100: GENERAL INFORMATION & SCOPE OF WORK 1. PURPOSE. The City of Miami Beach is seeking applications from painting or painting and waterproofing contractors who wish to participate in a pre-qualification pool that will be used to solicit various routine painting and waterproofing services on an "as needed" basis as specified herein. Interested contractors may submit an application indicating its intent to become prequalified. All contractors which meet or exceed the criteria established in this solicitation shall be placed on a pre- qualification list that may be accessed by various City departments to obtain price quotations for various routine painting and waterproofing services. The City utilizes BidSync (www.bidsync.com) for automatic notification of solicitation opportunities and document fulfillment. Any prospective bidder who has received this 1TB by any means other than through BidSync is solely responsible for registering immediately with BidSync to assure it receives any addendum issued to this 1TB. Additionally, prior to submittal of the bid, bidder shall verify that it has received and complied with all addenda issued. Failure to receive an addendum, or comply with an addendum requirement, may result in disqualification of bid submitted. To be considered for the pool of pre-qualified contractors, interested parties must submit a complete Bidder Pre-Qualification Application Appendix A. 2. OVERVIEW OF PREQUALIFICATION PROCESS. The figure below is a general overview of the process that the City will utilize to award work pursuant to the prequalification process. 5. Work will be awarded in accordance with the roadmap procedures established in the ITB 1.Bidder submils an application to be prequalified in response to this ITB 4 On an as needed basis, Ci ty will request SO's and costs from firms prequalified for the applicable category. 2. Application is evaluated for compliance with IT requirements. 3.I Application is appr oved, hum is added to the list of firms prequalified authorized tor 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 Delc,ado 305-673-7000 x6263 nataliadek ado miamibeachfl. he City Clerk is to be copied on all communications via e-mail at: RafaelGranada rniamibeachfl.ciov; r via facsimile: 786-394-4188. 4. APPROVAL OF PREQUALIFIED STATUS. Following the review of applications, the responsive, responsible bidder(s) meeting all terms and conditions of the ITB will be recommended for award, as deemed in the best interest of the City, to the City Manager for his consideration. After considering the staff recommendation for award, the City Manager shall exercise his due diligence and recommend to the Mayor and City Commission the bid that the City Manager deems to be in the best interest of the City. The City Commission shall consider the City Manager's recommendation(s) and, may approve or reject the City Manager's recommendation(s). The City Commission may also reject all bids received. In addition to the criteria established in the application, pursuant to Section 2-369 of the City Code, the City may consider the following: • The ability, capacity and skill of the bidder to perform the Contract. • Whether the bidder can perform the Contract within the time specified, without delay or interference. • The character, integrity, reputation, judgment, experience and efficiency of the bidder. • The quality of performance of previous contracts. • The previous and existing compliance by the bidder with laws and ordinances relating to the Contract. PREQUALIFIED STATUS IS VALID FOR THREE (3) YEARS FROM DATE OF THE NOTICE OF PREQUALIFICATION ISSUED BY THE CITY, OR AS OTHERWISE APPROVED BY THE CITY MANAGER. 4.1 RENEWAL TERMS. The City Manager, at his sole discretion, may approve up to two (2), one (1) year renewal terms, providing that the required certification is still valid. 5. ADDITIONAL PREQUALIFIED FIRMS TO BE ADDED TO POOL. At any time, the City, through the approval of the City Manager, may accept applications and add additional firms to the list of prequalified firms. 6. AWARDING WORK. When the need for services arises all prequalified contractors that are in good standing may be invited to submit statements of work (SOW) and costs based on an Invitation to Quote (ITQ) issued by the City. Each SOW prepared by the contractor shall include a clear description of the work to be performed (with specific and timed deliverables) and the related costs by deliverable. The City will select the prequalified contractor that offers the best combination of services and cost, solely at the discretion of the City. 7. SERVICE DELIVERY EXPECTATIONS. The City places an emphasis on excellent customer service delivery and expects the prequalified bidder to provide the best possible customer service to any and all awarded projects throughout the term of the contract. The prequalified bidder's project manager is responsible for monitoring the customer service provided to City by prequalified bidder's staff, sales and support teams, and employing, as necessary, corrective measures, to ensure that the prequalified 3 . P R O C U R E M E N T C O N T A C T . Any questions or clarifications concerning this solicitation shall be submitted to the Procurement Contact noted below. The Bid title/number shall be referenced on all correspondence. 4. APPROVAL OF PREQUALIFIED STATUS. Following the review of applications, the responsive, responsible bidder(s) meeting all terms and conditions of the 1TB will be recommended for award, as deemed in the best interest of the City, to the City Manager for his consideration. After considering the staff recommendation for award, the City Manager shall exercise his due diligence and recommend to the Mayor and City Commission the bid that the City Manager deems to be in the best interest of the City. The City Commission shall consider the City Manager's recommendation(s) and, may approve or reject the City Manager's recommendation(s). The City. Commission may also reject all bids received. In addition to the criteria established in the application, pursuant to Section 2-369 of the City Code, the City may consider the following: • The ability, capacity and skill of the bidder to perform the Contract. • Whether the bidder can perform the Contract within the time specified, without delay or interference. • The character, integrity, reputation, judgment, experience and efficiency of the bidder. • The quality of performance of previous contracts. • The previous and existing compliance by the bidder with laws and ordinances relating to the Contract. PREQUALIFIED STATUS IS VALID FOR THREE (3) YEARS FROM DATE OF THE NOTICE OF PREQUALIFICATION ISSUED BY THE CITY, OR AS OTHERWISE APPROVED BY THE CITY MANAGER. 4.1 RENEWAL TERMS. The City Manager, at his sole discretion, may approve up to two (2), one (1) year renewal terms, providing that the required certification is still valid. 5. ADDITIONAL PREQUALIFIED FIRMS TO BE ADDED TO POOL. At any time, the City, through the approval of the City Manager, may accept applications and add additional firms to the list of prequalified firms. 6. AWARDING WORK. When the need for services arises all prequalified contractors that are in good standing may be invited to submit statements of work (SOW) and costs based on an Invitation to Quote (ITQ) issued by the City. Each SOW prepared by the contractor shall include a clear description of the work to be performed (with specific and timed deliverables) and the related costs by deliverable. The City will select the prequalified contractor that offers the best combination of services and cost, solely at the discretion of the City. 7. SERVICE DELIVERY EXPECTATIONS. The City places an emphasis on excellent customer service delivery and expects the prequalified bidder to provide the best possible customer service to any and all awarded projects throughout the term of the contract. The prequalified bidder's project manager is responsible for monitoring the customer service provided to City by prequalified bidder's staff, sales and support teams, and employing, as necessary, corrective measures, to ensure that the prequalified bidder will provide and maintain the highest quality of customer service possible during completion of the project(s). Project-specific deliverables and expectations shall be defined on a project-by-project basis, as specified in each ITQ. 8. VOLUME OF WORK TO BE RECEIVED BY BIDDER. No promise of work is given, or should be understood, as a result of a pre-qualification. The City reserves the right to purchase any goods and/or services awarded from any resulting agreement, or another governmental contract, or on an as- needed basis through the City's spot market purchase provisions. 9. STANDARD TERMS AND CONDITIONS. The City's Standard Terms and Conditions for Service Contracts (available at https://www.miamibeachfl.qov/city- hall/procurement/standard-terms-and- conditionq are referenced and incorporated herein. 10. INSURANCE REQUIREMENT. Insurance requirements will be released as part of an addendum. 11. BINDING AGREEMENT. By virtue of submitting an application for the City's consideration, the bidder agrees that the application shall be considered an offer on the part of the bidder, which offer shall be deemed accepted upon approval of bidder's prequalification status by City Manager or City Commission. Further, bidder agrees that, upon approval of the bidder's application by the City Manager or City Commission, a binding Agreement shall be established between the City and the approved contractor. The Agreement shall be comprised of the following documents, and in the following order: First, the Purchase Order issued by the City; then, Second, the signed Contractor Service Order; then, Third, the Invitation to Quote (ITQ) awarded to the vendor; then, Fourth the ITB, including all documents released in connection with the ITB, including all appendixes, whether included herein or released under separate cover. In case of default on the part of the Successful Bidder, after said award, the City may take such action as it deems appropriate, including legal action, for damages or specific performance. bidder w ill provide and m aintain the highest quality of custom er service possible during com pletion of the pro ject(s). P roject-specific deliverables and expectations shall be defined on a pro ject-by-pro ject 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 APPENDIX A I I Prequalification Application 2020-019-ND Painting {Interior and Exterior) and Waterproofing Services PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 VA EACH ion ctiorls Section 1, SUBMITTAL INSTRUCTIONS. The Prequalification Application will not be considered until it has been submitted completed and executed by a principal of the bidder. Incomplete applications cannot be processed. If requested information is not applicable, please indicate "N/A" or "None. " If answers to questions are lengthier than the spaces that are provided in the application, the answers may be provided on additional pages, which must be attached to the application. All requested documents must also be attached to the application. Failure to attach all requested documents will delay review and approval of the application. Submit one (1) signed original and one (1) electronic copy (e.g., flash drive, CD-ROM) of the applications to: City of Miami Beach Procurement Department 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 The City reserves the right to request clarifications or additional information as deemed necessary to evaluate a bidder's qualifications. When clarifications or additional information is requested by the City, bidder will have three (3) business days to provide, in full, all the requested information. Failure to provide the information within the prescribed time will delay the review process and may result in denial of prequalification. Section 2, DEADLINE FOR SUBMITTAL. There is no deadline for the submittal of applications. However, the initial review of applications shall take place 21 days after issuance of this ITB. Applications submitted after this date will be reviewed periodically on an on-going basis. The City will endeavor to complete the review of each application within 60 days of receipt. [THE REMAINDER OF THIS PAGE IS LEFT INTENTIONALLY BLANK] 1IA\I Section 1, SUBMITTAL INSTRUCTIONS. The Prequalification Application will not be considered until it has been submitted completed and executed by a principal of the bidder. Incomplete applications cannot be processed. If requested information is not applicable, please indicate "N/A" or "None. " If answers to questions are lengthier than the spaces that are provided in the application, the answers may be provided on additional pages, which must be attached to the application. All requested documents must also be attached to the application. Failure to attach all requested documents will delay review and approval of the application. Submit one (1) signed original and one (1) electronic copy (e.g., flash drive, CD-ROM) of the applications to: City of Miami Beach Procurement Department 1755 Meridian Avenue, 3d Floor Miami Beach, Florida 33139 The City reserves the right to request clarifications or additional information as deemed necessary to evaluate a bidder's qualifications. When clarifications or additional information is requested by the City, bidder will have three (3) business days to provide, in full, all the requested information. Failure to provide the information within the prescribed time will delay the review process and may result in denial of prequalification. Section 2, DEADLINE FOR SUBMITTAL. There is no deadline for the submittal of applications. However, the initial review of applications shall take place 21 days after issuance of this 1TB. Applications submitted after this date will be reviewed periodically on an on-going basis. The City will endeavor to complete the review of each application within 60 days of receipt. [THE REMAINDER OF THIS PAGE IS LEFT INTENTIONALLY BLANK] Part A — General Bidder Information. FIRM NAME: NO. OF YEARS IN BUSINESS: NO. OF YEARS IN BUSINESS LOCALLY: NO. OF EMPLOYEES: OTHER NAME(S) BIDDER HAS OPERATED UNDER IN THE LAST 10 YEARS: FIRM PRIMARY ADDRESS (HEADQUARTERS): CITY: STATE: ZIP CODE: TELEPHONE NO.: TOLL FREE NO.: FAX NO.: FIRM LOCAL ADDRESS: CITY: STATE: ZIP CODE: PRIMARY ACCOUNT REPRESENTATIVE FOR THIS ENGAGEMENT: ACCOUNT REP TELEPHONE NO.: ACCOUNT REP TOLL FREE NO.: ACCOUNT REP EMAIL: FEDERAL TAX IDENTIFICATION NO.: BIDDER IS: CORPORATION / PARTNERSHIP / SOLE PROPRIETORSHIP / OTHER (If other, specify: ) Part A - Genera l Bidder Info rm ation. FIRM NAME: NO. OF YEARS IN BUSINESS: I NO. OF YEARS IN BUSINESS I NO. OF EMPLOYEES: LOCALLY: OTHER NAME(S) BIDDER HAS OPERATED UNDER IN THE LAST 10 YEARS: FIRM PRIMARY ADDRESS (HEADQUARTERS): CITY: STATE: I ZIP CODE: TELEPHONE NO.: TOLL FREE NO.: FAX NO.: FIRM LOCAL ADDRESS: CITY: STATE: I ZIP CODE: PRIMARY ACCOUNT REPRESENTATIVE FOR THIS ENGAGEMENT: ACCOUNT REP TELEPHONE NO.: ACCOUNT REP TOLL FREE NO.: ACCOUNT REP EMAIL: FEDERAL TAX IDENTIFICATION NO.: BIDDER IS: CORPORATION I PARTNERSHIP / SOLE PROPRIETORSHIP / OTHER (If other, specify. ) 1. Provide the names of each owner (stockholder, sole proprietor, and partner), director, or officer of the company, below. Submit additional names on a separate sheet if required. Ownership percentage Directorship/Office type Owner Part B — Operational & Management Information. 2. Provide three (3) clients for which the bidder has provided the referenced services in the last five (5) ears. Project Description of Work Project Reference Name: Email: Telephone: Name: Email: Telephone: Name: Email: Telephone: 3. Is the bidder currently barred bpgo i vernmental a enc , from bidding as a prime or subcontractor? YES NO If yes, state debarment period and the reason(s) for debarment? 4. Has the bidder or any of its owners, directors, officers, or agents been convicted of a crime or had a claim that was filed in a court and mediated or arbitrated during the last five (5) years? YES NO If yes, why? 5. Is an affiliate of the bidder pre ualified by the City of Miami Beach for any work? YES NO If yes, state the name of the affiliate? I P a r t B - Operational & Management Information. 1. Provide the names of each owner (stockholder, sole proprietor, and partner), director, or officer of the bl Sub " ddi l h it "id company, eow. ulimit a itional names on a separate sleet it require. Owner Ownership percentage Directorship/Office type 2. Provide three (3) clients for which the bidder has provided the referenced services in the last five (5) years. Project Description of Work Project Reference Name: Email: Telephone: Name: Email: Telephone: Name: Email: Telephone: 3. Is the bidder currently barred by a governmental agency, from bidding as a prime or subcontractor? l JYEs L INo If yes, state debarment period and the reason(s) for debarment? 4. Has the bidder or any of its owners, directors, officers, or agents been convicted of a crime or had a claim that was filed in a court and mediated or arbitrated during the last five (5) years? Jes L Jo I If yes, w hy? 5. Is an affiliate of the bidder plequaTed 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 co an for another company? YES NO If the answer is "yes," identify the company and type of relationship(s), below: 7. Is an owner, director, officer, or a ent of the bidder affiliated with another company? YES NO If the answer is "yes," provide the following information for each individual and the affiliated company. Individual's name Affiliated company's name Period of affiliation Type of affiliation (e.g. officer, director, owner or employee) 8. Is the bidder currently the debtor in a bankruptcy case or file for bankruptcy during the last five (5) years? YES NO If yes, explain and attach, as applicable, the relevant case and court documents, including (but not limited to): the original petition, including the case number and the date that the petition was filed; a copy of the bankruptcy court's discharge order, and any other document that ended the case, if no discharge order was issued. 9. Has any owner, director, officer, or agent for the bidder, or has any business organization in which any such person was an owner, director, officer, or agent filed for or been discharged in bankruptcy within the past five (5) years? YES NO If yes, explain and attach a copy of the discharge order, order confirming plan and if a Corporate Chapter 7 case, a copy of the notice of commencement. 10. Has any owner, director, officer, or agent of the bidder owned or managed a company under any other name in the last five (5) years? YES NO If yes, explain. 6. Is the bidder a parent, subsitry, r holding co,panl for another company? YES NO If the answer is "yes," identify the company and type of relationship(s), below: Company Type of affiliation (parent or subsidiary) Period of affiliation 7. Is an owner, director, officer, r age¡t of the bidder affiliated with another company? vs [ Jo If the answer is "yes," provide the following information for each individual and the affiliated company. Individual's name Affiliated company's name Period of Type of affiliation (e.g. affiliation officer, director, owner or employee) 8. Is the bidder currently the debtor in a bankruptcy case or file for bankruptcy during the last five (5) years? Jres 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? Jes I 7o 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 Jes [ Jo I If yes, explain. 11. Has the bidder been assessed or paid any fines on any contract during the past five (5) years, whether the project was publicly or privately owned? YES If yes, explain. 12. Are there currently any liens, suits, or judgments of record pending against any owner, director, officer, or agent for the company that is related to the business activities of a business organization? YES NO If yes, explain. 13. Has the bidder or any of its owners, officers, or partners ever been convicted (criminal) or found liable (civil) for making either a false claim or material misre resentation to any public agency or entity? YES NO If yes, explain. 14. Has the bidder or any of its owners, officers, or partners ever been convicted of any a federal or state crime? YES NO If yes, explain. 15. Is any officer, director, employee or agent, or immediate family member (spouse, parent, sibling, and child) of any officer, director, employee or a ent, an employee of the City of Miami Beach? YES NO If yes, state name, title and share of ownershi 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? L Js 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 1s o 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? L]rs No 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? LJ 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 Ïgent, 1 an employee of the City of Miami Beach? tes [ ]o If tat titl d h f hi yes, s a e name, 1 e an st1are o' owners4p 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? I 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? 1rs 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 e 1 mploye¡8s? L]ves No C. Please check all benefits that apply to your answers above and list in the "other" section any additional benefits not already specified. Note: some benefits are provided to employees because they have a spouse or domestic partner, such as bereavement leave; other benefits are provided directly to the spouse or domestic partner, such as medical insurance. BENEFIT Company Provides Company Provides Company does not for Employees with for Employees with Provide Benefit Spouses Domestic Partners Health Sick Leave Family Medical Leave Bereavement Leave 18. Moratorium on Travel to and the Purchase of Goods or Services from North Carolina and Mississippi. Pursuant to Resolution 2016-29375, the City of Miami Beach, Florida prohibits the purchase of goods or services sourced in North Carolina and Mississippi. Are any of the products for which the bidder is seeking to be prequalified sourced in North Carolina or Mississippi? L Jes L 7o I If yes. which brands. BIDDER AFFIDAVIT The undersigned agrees that s/he: 1) is a principal of the bidder duly authorized to execute the foregoing Contractor Prequalification Certification Application, and that the contents of said document(s) are complete, true, and correct to the best of his/her knowledge and belief; 2) 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] th e co m p a n y . Furt her, 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] APPE:NDIX B Special Conditions ITB 2020-019-ND For Citywide Painting (Interior and Exterior) and Waterproofing Services PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 APPENDIX B I Special Conditions 1TB 2020-019-ND For Citywide Painting (Interior and Exterior) and Waterproofing Services PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 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. 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 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 c ifi e 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 rfo rm in g m a in te n a n c e 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). 10. FIELD MEASUREMENTS. Unless specifically instructed otherwise by the City, in writing, the Contractor shall be responsible for the location and layout of all work and shall be responsible for all field measurements that may be required for execution of the work. In the case of dimensions, field dimensions, etc. it shall be the Contractor's responsibility to field measure, obtain and verify same. 11. LIMITATION OF PROJECT. Pursuant to Florida State Statute Section 255.20, a county, municipality, special district as defined in chapter 189, or other political subdivision of the state seeking to construct or improve a public building, structure, or other public construction works must competitively award to an appropriately licensed contractor each project that is estimated in accordance with generally accepted cost-accounting principles to cost more than $300,000. Projects awarded pursuant to this 1TB shall be limited to these thresholds. Painting and Waterproofing projects exceeding $300,000 may not be awarded pursuant this ITB. 12. LIVING WAGE. The living wage requirement, pursuant to Section 2-408 of the City of Miami Beach Code, is only applicable to routine maintenance services. [THE REMAINDER OF THIS PAGE IS LEFT INTENTIONALLY BLANK] 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 IT 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 PROCUREM ENT DEPARTMENT 1755 Meridian Aven ue, 3d Floor Miam i Beach, Florida 33139 www.m iamibeachfl.gov ADDENDUM NO. 1 INVITATION TO BID NO. 2020-019-ND PAINTING (INTERIOR AND EXTERIOR) AND WATERPROOFING SERVICES (the "ITB") October 17, 2019 This Addendum to the above-referenced [TB is issued in response to questions from prospective proposers, or other clarifications and revisions issued by the City. The 1TB is amended in the following particulars only (deletions are shown by strikethrough and additions are underlined) .. I. REVISION: DELETE Section 0100 - General Information & Scope of Work, 10. Insurance Requirement, on page 6 of the 1TB, in its entirety and REPLACE with the following: The vendor shall maintain the below required insurance in effect prior to awarding the contract and for the duration of the contract. The maintenance of proper insurance coverage is a material element of the contract and failure to maintain or renew coverage may be treated as a material breach of the contract, which could result in withholding of payments or termination of the contract. A. Worker's Compensation Insurance for all employees of the vendor as required by Florida Statute 440, and Employer Liability Insurance for bodily injury or disease. B. Commercial General Liability Insurance on an occurrence basis, including products and completed operations, property damage, bodily injury and personal & advertising injury with limits no less than $100,000 per occurrence. C. Automobile Liability Insurance covering any automobile, if vendor has no owned automobiles, then coverage for hired and non-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 Sinc rely, urr Denis ex s 117C ment Director MIAMIBEACH PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 www.miamibeachfl,gov Verification of Coverage — Contractor shall furnish the City with original certificates and amendatory endorsements, or copies of the applicable insurance language, effecting coverage required by this contract. All certificates and endorsements are to be received and approved by the City before work commences. However, failure to obtain the required documents prior to the work beginning shall not waive the Contractor's obligation to provide them. The City reserves the right to require complete, certified copies of all required insurance policies, including endorsements, required by these specifications, at any time. CERTIFICATE HOLDER MUST READ: CITY OF MIAMI BEACH 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-miamibeachAriskworks.com Special Risks or Circumstances - The City of Miami Beach reserves the right to modify these requirements, including limits, based on the nature of the risk, prior experience, insurer, coverage, or other special circumstances. Compliance with the foregoing requirements shall not relieve the vendor of his liability and obligation under this section or under any other section of this agreement. Any questions regarding this Addendum should be submitted in writing to the Procurement Management Department to the attention of the individual named below, with a copy to the City Clerk's Office at RafaelGranado©miamibeachfl.gov Contact: Telephone: Email: Natalia Delgado 305-673-7000 ext. 6263 nataliadelgado@miamibeachfl.gov Proposers are reminded to acknowledge receipt of this addendum as part of your ITB submission. 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 commen ces. 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@riskyorks.com Special Risks or Circumstances • The City of Miami Beach reserves the right to modify these requirements, including limits, based on the nature of the risk, prior experience, insurer, coverage, or other special circumstances. Compliance with the foregoing requirements shall not relieve the vendor of his liability and obligation under this section or under any other section of this agreement. Any questions regarding this Addendum should be submitted in writing to the Procurement Management Department to the attention of the individual named below, with a copy to the City Clerk's Office at RafaelGranado@miamibeachfl.gov Contact: Natalia Del ado Telephone: 305-673-7000 ext. 6263 miamibeachfl. ov Proposers are reminded to acknowledge receipt of this addendum as part of your 1TB submission. irector teensooocone#eereerrooters#ott~tttatttttttteotttttrrrteoesett teetottoeen note teetoetrotter.ire 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 ) v,,k t, t, v•-• tAciv1-,A 2? -35 G BEAC1- City of Miami Beach Procurement Department 1755 Meridian Avenue, 3'd Floor Miami Beach, Florida 33139 Tel: 305-67327490 I www.miamibeachflmov PUBLIC NOTICE INVITATION TO BID (ITB) 2020-019-ND PAINTING (INTERIOR AND EXTERIOR) AND WATERPROOFING SERVICES Applications will be received until 3:00 PM on October 25, 2019 at the following address: City of Miami Beach, Procurement Department, 3rd Floor, and 1755 Meridian Avenue, Miami Beach, Florida 33139. The purpose of this bid is to establish a pre-qualification pool that will be used to solicit various routine painting and waterproofing services on an "as needed" basis. The City utilizes BidSync (www.bidsync.com) for automatic notification of competitive solicitation opportunities and document fulfillment, including the issuance of any addendum to this ITB. Any prospective Bidder who has received this ITB by any means other than through BidSync must register immediately with BidSync to assure it receives any addendum issued to this ITB. Failure to receive an addendum may result in disqualification of proposal submitted. THIS INVITATION TO BID IS UNDER THE CONE OF SILENCE—ORDINANCE NO. 2002-3378 WHICH MAY BE FOUND ON THE CITY OF MIAMI BEACH WEBSITE: http://www.miamibeachfl.govicity-hall/procurement/procurement- related-ordinance-and-procedures/. City of Mlami Beach Procurement Department 1755 Meridian venue, 3' Floor Miami Beach, Florida 33139 Tel: 305-673-7490 I ywyw.miamibeachfL.goy <tee 455 E. CH PUBLIC NOTICE INVITATION TO BID (1TB) 2020-019-ND PAINTING (INTERIOR AND EXTERIOR) AND WATERPROOFING SERVICES Applications will be received until 3:00 PM on October 25, 2019 at the following address: City of Miami Beach, Procurement Department, 3rd Floor, and 1755 Meridian Avenue, Miami Beach, Florida 33139. The purpose of this bid is to establish a pre-qualification pool that will be used to solicit various routine painting and waterproofing services on an "as needed" basis. The City utilizes BidSync (www.bidsync.com) for automatic notification of competitive solicitation opportunities and document fulfillment, including the issuance of any addendum to this 1TB. Any prospective Bidder who has received this 1TB by any means other than through BidSync must register immediately with BidSync to assure il receives any addendum issued to this 1TB. Failure to receive an addendum may result in disqualification of proposal submitted. THIS INVITATION TO BID IS UNDER THE CONE OF SILENCE-ORDINANCE NO. 2002-3378 WHICH MAY BE FO UND ON THE CITY OF MIAMI BEACH W EBSITE: http://www .miamibeachfl.gov/city-hall/procuremenUprocurement- related-ordinance-and-procedures/. 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 cio 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. ADDENDUM ND. 1 INVITATION TO BID NO. 2020-019-ND PAINTING (INTERIOR AND EXTERIOR) AND WATERPROOFING SERVICES M IA M I BEACH PR OCUREMEN T DEPARTMENT 1755 Meridian Avenue, 3 Floor Miami Beach, Florida 33139 www.miamibeachfl.gov ADDENDUM NO. 1 INVITATION TO BID NO. 2020-019-ND PAINTING (INTERIOR AND EXTERIOR) AND WATERPROOFING SERVICES (the "ITB") October 17, 2019 This Addendum to the above-referenced 1TB is issued in response to questions from prospective proposers, or other clarifications and revisions issued by the City. The 1TB is amended in the following particulars only (deletions are shown by strikethrough and additions are underlined). . I. REVISION: DELETE Section 0100 - General Information & Scope of Work, 10. Insurance Requirement, on page 6 of the 1TB, in its entirety and REPLACE with the following: The vendor shall maintain the below required insurance in effect prior to awarding the contract and for the duration of the contract. The maintenance of proper insurance coverage is a material element of the contract and failure to maintain or renew coverage may be treated as a material breach of the contract, which could result in withholding of payments or termination of the contract. A Worker's Compensation Insurance for all employees of the vendor as required by Florida Statute 440, and Employer Liability Insurance for bodily injury or disease. B. Commercial General Liability Insurance on an occurrence basis, including products and completed operations, property damage, bodily injury and personal & advertising injury with limits no less than $100,000 per occurrence. 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 ADDE N D UM NO. 1 INVITATION TO BID NO. 2020 019-ND PAINTING (INTERIOR AND EXTERIOR) AND WATERPROOFING SERVICES MIAMIBEACH PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3ffi Floor Miami Beach, Florida 33139 www.miamibeachfl,gov Verification of Coverage — Contractor shall furnish the City with original certificates and amendatory endorsements, or copies of the applicable insurance language, effecting coverage required by this contract. All certificates and endorsements are to be received and approved by the City before work commences, However, failure to obtain the required documents prior to the work beginning shall not waive the Contractor's obligation to provide them. The City reserves the right to require complete, certified copies of all required insurance policies, including endorsements, required by these specifications, at any time. CERTIFICATE HOLDER MUST READ: CITY OF MIAMI BEACH c/o EXIGIS Insurance Compliance Services P.O. Box 4668 — ECM #35050 New York, NY 10163-4668 Kindly submit all certificates of insurance, endorsements, exemption letters to our servicing agent, EXIGIS, at: Certificates-miamibeachna Special Risks or Circumstances - The City of Miami Beach reserves the right to modify these requirements, including limits, based on the nature of the risk, prior experience, insurer, coverage, or other special circumstances. Compliance with the foregoing requirements shall not relieve the vendor of his liability and obligation under this section or under any other section of this agreement. Any questions regarding this Addendum should be submitted in writing to the Procurement Management Department to the attention of the individual named below, with a copy to the City Clerk's Office at RafaelGranado@miamibeachfl.gov Contact: Natalia Delgado Telephone: Email: 305-673-7000 ext, 6263 nataliadelgado@miamibeachfl Proposers are reminded to acknowledge receipt of this addendum as part of your ITB submission. Sinnrely, Avex Denis Pfrorarerrient 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, 3é Floor Miami Beach, Florida 33139 www.miamibeachfl.gov Verification of Covera ge - 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 wor k 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 pol ici es, 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@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 ,305-67-7000 ext.628 nalaliadelgado@miamibeachtl.gov Proposers are reminded to acknowledge receipt of this addendum as part of your 1TB submission. ... ) ex Denis rocurerent Director 88 99909 % $089809.688998899999.e09.o9te9t99%.gotte.e9.#e ADDENDUM NO. 1 INVITATION TO 8ID NO, 2019-109-ND PAINTING (INTERIOR AND EXTERIOR) AND WATERPROOFING SERVICES SECTION 0100: GENERAL. INFORMATIONA:SCOPEOF IVOR 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 ITS. Additionally, prior to submittal of the bid, bidder shall verify that it has received and complied with all addenda issued. Failure to receive an addendum, or comply with an addendum requirement, may result in disqualification of bid submitted. To be considered for the pool of pre-qualified contractors, interested parties must submit a comNiete Bidder Pre-Qualification A •lication An Iendix A • 2. OVERVIEW OF PREQUALIFICATION PROGEM 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 aubmils.An. opplatiQn 10 be prequalified in response to this ITB 4 On an as needed basis, City will request Ma and costs from firms prequalified for the applicable category 2. Application is evaluated for compliance with TEl requirements. 3 II Application is approved, firm is added to the list of firms prequalified authorized for future work SE C TI ON 0 1 0 0: G EN E R AL IN F O RM A TI O N & 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 (wyw.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 com lete Bidder Pre-Qualification Ar lication {Ar endix A). 2. OVE RVI EW OF PR E Q U AL I FIC A TI ON 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 procedur es established in the fTB 1. Didd er submits. an. pphcalign to be prequalified in response to this {TB --~.·.·.·.·· .. ~'- ... tf 4 Onan as needed basis, City will req uest SQ/s an d costs from firm s preq ua lified for the applicable category 2. App lication is evaluated for compliance with TD requirements. !\/"¿·· ·~·.·· 3 I Application is approved, firm is added to the list of firs prequalified authori zed ••• for future work " bidder will provide and maintain the highest quality of customer service possible during completion of the project(s). Project-specific deliverables and expectations shall be defined on a project-by-project basis, as specified in each ITQ. 8. VOLUME OF WORK TO BE RECEIVED BY BIDDER. No promise of work is given, or should be understood, as a result of a pre-qualification. The City reserves the right to purchase any goods and/or services awarded from any resulting agreement, or another governmental contract, or on an as- needed basis through the City's spot market purchase provisions. 9. STANDARD TERMS AND CONDITIONS. The City's Standard Terms and Conditions for Service Contracts (available at htips://www,miamibeachtgavicily- halliprogurementistandard-terms-and- coditioust) 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 co m p le tio n o f th e pr oje ct (s ). Pr oje ct -sp 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 roje c t-b y -p ro je c t b a s is , a s s p e c ifi e d in e a c h IT Q . 8._ VOLUME OF WORK TO BE RECEIVED BY BID DER, 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 Serice Contracts (available at https://www.miamibeachil.qovicily-_ 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, Second, Third, Fourth the Purchase Order issued by the City; then, the signed Contractor Service Order; then, the Invitation to Quote (ITO) awarded to the vendor; then, the ITB, including all documents released in connection with the 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. 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 P P E N D IX A I I Pre q u a lifi ca tio n A pp lic a tio n 2020-019-ND Painting (Interior and Exterior) and Waterproofing Services PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 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 Dela ado 305-673-7000 x6263 nataliadel ado a)miamibeachil ov The'City Clerk is to be:copied on all cornmuniez, ion-s7iaVinail'at:RafaelGranadd miamibeacht 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 . A n y q u e s tio n s o r c la rifi c a tio n s c o n c e rn in g th is so lici ta tio n s h a ll b e s u b m itt e d to th e P ro c u re m e n t C o n ta c t n o te d b e lo w . T h e B id title /n u m b e r sh a ll b e re fe re n c e d o n a ll c o rre s p o n d e n c e . 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 perfonn 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 TER MS. 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 DEL IVER Y 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 MLAM1BEACH 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. MI A MI B E A CH TABLE OF CONTENTS SECTIONS: 0100 GENERAL INFORMATION & SCOPE OF WORK APPENDICES: APPENDIX A APPENDIX 8 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. BEI C rr.tUatillt Section 1 SUBMITTAL INSTRUCTIONS. The Prequalification Application will not be considered until it has been submitted completed and executed by a principal of the bidder. Incomplete applications cannot be processed, If requested information is not applicable, please indicate "N/A" or "None. " If answers to questions are lengthier than the spaces that are provided in the application, the answers may be provided on additional pages, which must be attached to the application. All requested documents must also be attached to the application. Failure to attach all requested documents will delay review and approval of the application. Submit one (1) signed original and one (1) electronic copy (e.g., flash drive, CD-ROM) of the applications to: City of Miami Beach Procurement Department 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 The City reserves the right to request clarifications or additional information as deemed necessary to evaluate a bidder's qualifications. When clarifications or additional information is requested by the City, bidder will have three (3) business days to provide, in full, all the requested information. Failure to provide the information within the prescribed time will delay the review process and may result in denial of prequalification. Section 2, DEADLINE FOR SUBMITTAL. There is no deadline for the submittal of applications. However, the initial review of applications shall take place 21 days after issuance of this ITB. Applications submitted after this date will be reviewed periodically on an on-going basis. The City will endeavor to complete the review of each application within 60 days of receipt. [THE REMAINDER OF THIS PAGE IS LEFT INTENTIONALLY BLANK] A Sgction 1, SUBMITTAL INSTRUCTIONS. The Prequalification Application wil 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) busingss 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: v o 0 ,, pc ,,,,,,, 1 I-114 la-4 t " NO. OF YEARS IN BUSINESS: 7° NO. OF YEARS IN BUSINESS 1 LOCALLY: 7, NO. OF EMPLOYEES: OTHER NAME(S) BIDDER HAS OPERATED UNDER IN THE LAST 10. YEARS: FIRM PRIMARY ADDRESS (HEADQUARTERS). 7, 3L) 1 VI Li-, 33 Cr t I I, CITY: n, i'A.-)vv`,0C,t ,-1 0 14 *et\ t, ("-- STATE: „„, Ki-c.,,i 1 A. ZIP CODE: lo 4t; TELEPHONE NO.: (,,-g -.1) s 1 5- .33-1- TOLL FREE NO.: 0 FAX NO.: </Sq.- qs-)-- e1746, FIRM LOCAL ADDRESS: .. 2. c t.. -1.-6c, 1 knk.,..., ": CITY: p „ ' 0 vv. 1.,) 0, %A 0 V.! r? L., .4t, STATE: ZIP CODE: '3,00 PRIMARY ACCOUNT REPRESENTATIVE FOR THIS ENOAGEMENT: na k: c... goo a ) u..) 04 ACCOUNT REP TELEPHONE NO.: Ct ‘- 4' ('5.9 —o)" t -)" ACCOUNT REP TOLL FREE NO.: ACCOUNT REP EMAIL: y. VIA r.)c) a k %••• \ tAbc A 7..- ( I i . FEDERAL TAX IDENTIFICATION NO.: 5-c- /1 Yti i i / BIDDER CORPORATION / PARTNERSHIP / SOLE PROPRIETORSHIP I OTHER If other, s. ecify: Part A - General Bidder Information. FIRM NAME: 0co+ %-±,» Hah 2el NO. OF YEARS IN BUSINESS: t I NO. OF YEARS IN BUSINESS I NO. OF EMPLOYEES: 70 LOCALLY: 70 OTHER NAME(S) BIDDER HAS OPERATED UNDER IN THE LAST 10 YEARS: FIRM PRIMARY ADDRESS (HEADQUARTER) 9a¡ o 3'I € u2 CITY. oo+o ,ed SIATE l [ 2 co. 33c07 TELEPHONE NO.: q5/6$8o$1s TOLL FREE NO.: G FAX NO.: 954- 4 $7 - 97- FIRM LOCAL ADDRESS: 33°cl 2 30 1 vq.> CITY. p o e e d STATE: (Lo,da I ZIPCODE: 206% PRIMARY ACCOUNT REPRESENTATIVE F OR THIS ENGAGEMENT. h l Co do ACCOUNT REP TELEPH ON E NO.: 44 5 -0$1 ACCOUNT REP TOLL. FREE NO.: e ACCOUNT REP EMIL. Moo do(60,w Wetz. Co FEDERAL TAX IDENTIFICATION NO.: I 56/ Y/1/ I ª/4~ ' CORPORATION I PARTNERSHIP -- SOLE PROPRIE TOR SHIP I THER (I other, speify. -- od Part B - Operational & Management Information. 1. Provide the names of each owner (stockholder, sole proprietor, and partner), director, or officer of the company, below. Submit additional names on a separate sheet if required. Owner Ownership percentage Directorship/Office type 4..k) vA et vvtoyx 100 2. Provide three (3) clients for which the bidder has provided the referenced services in the last five (5) years. Description of Work t't y2 i..5.-t-kic.C1-eni,i1n, -Pc,%.,..V),‘. tpcj,;;;p 8, c ,, Pry s5..),./.< et rco, Pa v, wock evp; ere,' Pier,,-1% bjct6l.' anie' 044 (L. INNC4 44.-• _mail: \Nair k • Wo,-54.., e. siephone - 401- 11.00C PIt‘ex S ay\ c_f- t7, 6(D A, $41/, 01q phot.k.ei 714., - 3 67 - 7 Z.-s” acne, V I p, 0 La c v u -f.. Inateirti is-c 'Ave, I 8, rolootion. 84 - Lim -44- e t sr, Project Reference Ft.aiv 3. Is the bidder currently barred by a governmental api 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 If yes, why? 5. Is an affiliate of the bidder pre ualified by the Cyy(iyiami Beach for any work? YES 4,1 NO If yes, state the name of the affiliate? Part B - Op er a tion al & M anagem ent Info rm ation. 1. Provide the names of each owner (stockholder, sole proprietor, and partner), director, or officer of the S idi" i id « company, below. ubmit additional names on a separate sheet it require Owner Ownership percentage Directorship/Office type ., ... Cdoa.d HAolwae 10o ~, .•. - 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 Cl,·ß re &ed f- .hua.l 3. Is the bidder currently barred bX-ªJlQ,Vernrnental ªr~(rorn bidding as a prime or subcontractor? l ]YES NO If yes, state debarment period and the reason(s) for debarment? 4. Has the bidder or any of its owners, directors, officers, or agents been convicted of a crime or had a claim that was filed in a court and mediated or arbitrated during the last five (5) years? L ]rs [n o I If yes, why? 5. Is an affiliate of the bidder plequaTed by the C~lami Beach for any work? YEs L+]No I '' yes, state the name of the affiliate? Affiliated company's name Period of Type of affiliation (e.g. affiliation officer, director, owner or employee) 6. Is the bidder a parent, subsidiai or holding COM an f r another company? YES I 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, or a ent of the bidder affiliated with another company? YES If the answer is "yes," provide the following information for each individual and the affiliated company. Individual's name 8. Is the bidder currently the debtor in a bankruptcy ca se or file for bankruptcy during the last five (5) years? , I 1 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? i YES [—Z1"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? [ 1 YES NO If yes, explain. 6. Is the bidder a parent, subsir1y, r holding COf!l~.Y,._!9 f r another company? YEs [ Tio If the answer is "yes," identify the company and type of relationship(s), below: Company Type of affiliation (parent or subsidiary) Period of affiliation 7. Is an owner, director, officer, r ¡;iget of the bidder affiliated with another company? Yes [J o If the answer is "yes," provide the following information for each individual and the affiliated company. Individual's name Affiliated company's name Period of Type of affiliation (e.g. affiliation officer, director, owner or employee) I-········-·· a .............. ····--•··········~~ .. oa«ai I 8. Is the bidder currently the debtor in a bankruptcy case or [le for bankruptcy during the last five (5) years? L Jes [-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? L Ires fo 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 Je 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 I A'NO 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 misrepresentation to any public agency or entity? [ j YES r -TN o 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? J YES [2.1)\10 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 agent, an employee of thr ity 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? L Its L,T o I "yes, explain, 12. Are there currently any liens, suits, or judgments of record pending against any owner, director, officer, or agent for the company that is related to the business activities of a business organization? I JYEes [To 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 misrepresentation to any public agency or entity? [ Ires Tio I If yes, explain. 14. Has the bidder or any of its owners, officers, or partners ever been convicted of any a federal or state crime? I 7Yes (J o I ff yes, explain. 15. Is any officer, director, employee or agent, or immediate family member (spouse, parent, sibling, and child) of an y otteer, direct or, emooyee or agent,an eroorq, gfe,9ly of Mwami e act ? YES - NO If t . I d h f hi yes, state name, title an sl1ar e o4 ownersl 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? 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 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 artners of employees? YES I 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 ."--- V Family Medical Leave t.7-_,,,„ Bereavement Leave 1-7- 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? 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 YES r--71 NO YES rfr'el NO 16. Has the bidder, or any officer, director, employee or agent, contributed lo 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? Js LZTo I ff yes, provide details. 17. Equal Benefits for Employees with Spouses and Employees with Domestic Partners. Purchases hereunder are subject to the requirements of Equal Benefits for Domestic Partners Ordinance 2005-3494 that requires bidders with more than 51 employees and City volume greater than $100,000 to provide "Equal Benefits" to their employees with domestic partners, as they provide to employees with spouses. The Ordinance applies to all employees of a bidder who works within the City limits of the City of Miami Beach, Florida; and the Contractor's employees located in the United States, but outside of the City of Miami Beach limits, who are directly performing work on the contract within the City of Miami Beach. A. Does your company provide or offer access to any benefits to employees with spouses or to spouses of employees? t +fis I 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 ec~Ys? L -]YE S NO C. Please check all benefits that apply to your answers above and list in the "other" section any additional benefits not already specified. Note: some benefits are provided to employees because they have a spouse or domestic partner, such as bereavement leave; other benefits are provided directly to the spouse or domestic partner, such as medical insurance. BENEFIT Company Provides Company Provides Company does not for Employees with for Employees with Provide Benefit Sp0uses Domestic Partners Health .- / Sick Leave e /, Familv Medical Leave ✓~·· / Bereavement Leave 1/ / 18. Moratorium on Travel to and the Purchase of Goods or Services from North Carolina and Mississippi. Pursuant to Resolution 2016-29375, the City of Miami Beach, Florida prohibits the purchase of goods or services sourced in North Carolina and Mississippi. Are any of the products for which the bidder is seeking to be prequalified sourced in North Carolina or Mississippi? I ls t= 1io I "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: „,, tOliWad 6\ vvNct v1/4 , Title ( ust be a principal of the bidder): e e_? Signature: Date: /2 VI 1 [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 Slate of Florida Sunshine and Public Records Laws: 4) that all responses, data and information contained in the bid are true and accurate. Title ( usi be a principal of the bidder): Date: [THE REMAINDER OF THIS PAGE IS LEFT INTENTIONALLY BLANK] 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. 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 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. APPENDIX B Special Conditions 1TB 2020-019-ND For Citywide Painting (Interior and Exterior) and Waterproofing Services PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 A P P E N D IX B I Special Conditions 1TB 2020-019-ND For Citywide Painting (Interior and Exterior) and Waterproofing Services PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 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 rfo rm th e w o rk s p e c ifi e d h e re in . T h e C ity re s e rv e 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 rfo rm in g m a in te n a n c e o n th e C ity 's g ro u n d s wh e re th e e m p lo y e e 's p e rfo rm a n c e o r a c ti o 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 ti fi c a tio n a t a ll ti m 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). 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. il 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 1TB. 12. LIVING WAGE. The living wage requirement, pursuant to Section 2-408 of the City of Miami Beach Code, is only applicable to routine maintenance services. (THE REMAINDER OF THIS PAGE IS LEFT INTENTIONALLY BLANK] THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT! If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subiect to the terms and conditions of the policy, certain policies may require an endorsement, A statement on this certificate does not confer rights to the certificate holder In lieu of such endorsement(s), 954-340-9551 conTAc1 THOMAS J. DEFRANCO NAME M PHONE X, NO EcII• 954-340-9551 FAX u'VC, No1:954-340-9456 EMAIL TOM@INNOVATIVE-INSURANCE.COM ADDRESS NAIC 12537 33472 23620 27847 enote/cee INNOVATIVE INSURANCE CONSULTANTS, INC. 5461 UNIVERSITY DRIVE, *103 CORAL SPRINGS, FL 33067 THOMAS. J. DEFRANCO BOA14/1411 TING BY HA /WELL, INC HARTZ1:11.PA NTIN 23.01 NW 33RD t-OU T S' E 112 PON1PANO BEACH, F-L 33069 iNSURER(S) AFFORDING COVERAGE INSURER a -UNITED SPECIALTY INS. COMPANY ,,„„„ FCCI INSURANCE CO. INSURER C. BURLINGTON INSURANCE CO. INSURER INSURANCE CO OF THE WEST INSURER IRONSHORE SPECIALTY INS CO-BAS INSURER F CERTIFICATE HOLDER PAINT-6 PAINTING BY HARTZELL AKA ROOF PAINTING BY HARTZELL 2301 NW 33RD CT STE 112 POMPANO BEACH, FL 33069 CANCELLATION 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 PAINT -9 10:42_ CERTIFICATE OF LIABILITY INSURANCE 0611912019 OVERAGES ERT IFICA E NUMI3 R: VISION THIS IS TO CER1 IFY THAI THE POLICIES OE INSURANCE Lisrei) BELOW HAVE BEEN ISSUED TO INS INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED NOTWITHSTANDING ANY REQUIREMENT. TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO mini THIS CERTIFICATE MAY 617. ISSUED OR MAY PERTAIN. THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS STAJECT TO ALL THE U.i.RMS. EXCLUSIONS. ND CONDITIONS OF SUCH POLICIES LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS MOP APMLP•116f4 i'01.4EY EPP POUEY itip L TR TYPE OF INSURANCE ITTED MO 'POLICY NUMBER IIIMvOLVF`00i INITTVPOTYYYYT LIMITS A X COMMERCIAL GENERAL LIABILITY ci,4,ii.is.vA:i X 0.*:cur ATN-ATL1914773 i BLANKET All PRIMARY NON-CONTRIBUTORY X BLANKET WAIVER „.`+1 A k;Grzri.,›..:E LI MIT :,..,.,.. T.:, ..,,,k POLICY X 'Pri /, ' ::, : itmoi e , RN.!.: _. S s(iPrt 11 06/30/2019 06/30/2020 i,..-, -,i-i I _ /, ,on ,::.•,:", ,A,:y VI,!.,P15,,, Al t. Alit, F.`i.1)R`' (3.•+ELV,.. vBCoFT"-Al T PROf)1.;;;T5 L'ON11',":.',P AG.:.i 3 1,000,000 100,000 EXCLUDED 1,000,000 2.00,000 - 2,660.000 B AUTOMOBILE UABILITY X Au? .11,, ro CA100002789-04 --- OVNE t.) ,E, . ...Fi '2.'4> •• -:,..om w:ii.ostnoa. iCil atZA7Zrill 06/30/2019 06/30/2020 ,00.1.1 INAIRT /Porporsrrn S 1,000,000 • —••••••• UMBRELLA DAB X EXCESS DAB ,0•,t,• "IAD). HFF0009728 yi.-:..) X R r'...n.'.' 4 PrON ,:, 0 ‘.r.,,t71 ,X; UHNE CF S 06/30/2019 06/30/2020 AGGRE.:TATE S 2,000,000 2.000,000 D WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y / N WEL503648402 ,Ny ,,vE.,,p,41:.” ,,,:f?,,A•,.:4:if3.,E,F: ;UM: '' .)”..,; i,r•;1•1E ,•..' r,ILIZ EX:.'i.,A1P ., NIA iNiariiiiiiiiisry in ti,iii) II 0.11i ,:c--:,n:, ,:•,•:,- ueel;mi?iii,x-, VI OPPIPA X (,,..,,,-r X 2iY I 0411512019 04/15/2020 ,;. P504 ACCI1P N 1- ' • - " f; L DISt;ASE EA EMPI.,)(a., 5 PACE 00.11E? !Mt" 1,000,000 1,000,000 1,000,00.0 E POLLUTION LIAR 004100 00 06/30/2019 6/ 0/20 0 AGGREGATE OCCURRENC 2,000,000 1,000,000 DESCRIPTION OF OPERATIONS I LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space Is required) FOR BIDDING PURPOSES ACORD 25 (2016/03) ©1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD .o PAINT-9 0p 4 Sr AC>RO CERTIFICATE OF LIABILITY INSURANCE I 2TE 4Mv+ ar-" i 06/19/2019 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 OOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, ANDO THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) 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 endorseme nt(s) 1#e s uA cEe 954-340-955 1 SQ!AC THOMAS J. DEFRANCO CONSULTANTS, INC. ,I"5, • 964-340-9661 {é. „„,954-340-9466 5461 UNIVERSITY DRIVE, #+103 #k TOM@INNOVATIVE -INSURANCE.COM CORAL SPRINGS, FL 33067 THOMAS J. DEFRANCO INSURER(S) AFFOROIG COVE€RAGE NA(C « s urt R A .UNITED SPECIALTY INS. COMPANY 12537 1Ns kapp e eM y +-me sueR FCCI INSURANCE CO. 33472 «A£3,I3ye3%/ suneR BURLINGTON INSURANCE CO. 23620 p i 3jk ö cöüir S É 112 wsur eR INSURANCE CO OF THE WEST 27847 NPANO BEACH, FL. 33069 asuren e.IRONSHORE SPECIALTY INS CO-BAS INSURER F : COVERAGES CERTIFICATE NUMBER; THI IS TO C ER T +Y THAT TE POLICIES O F INSURANCE LISTED BELOW HA VE BEEN ISSUE€DO TO THE; INSURED NAMED ABOVE FOR THE POLICY PERIOD NICATED NOTWITHSTANOING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT TH RESPECT TO WHICH THIS CERTIFICATE MAY 3E ·SSU€DO OR MAY PERTAIN. THE INSURANCE AFFOROED Y THE POLICIES DESCRIED H ER EIN IS SUBJECT TO ALL THE ERMS. EXCLUSIONS AND CONDITIONS OF SUCH PO LI CI E S LIMITS SOWN MY HAVE 3EEN REDUCED 8Y PAI D CLAIMS RE VISION NLJMBtR. ye Amt $tis oucxrrr our ix li! FPofSUBMN ttii secte PO'BU%Pff 1Mt@@rt4nu_ttc:rrrt Il A x conencwt. stoat. uo u rv 4„lg,p; s 1,0 00.0 oo AIS= X OU? ATN -ATL 1914773 06/30/2019 06/30/2020 5jss sir à 100,000 BLANKET A/I PRIMARY NON.CONTRIBUTORY 0,ay %so EXCLUDED ¥ BLA NKET WAIVER esoat 4av uk 1,000,000 2,000,000 2,000.000 B AUTOMOBIL.é tuAeu X A+Y A T O CA100002789-04 X 06/30/2019 06/30/2020 ±O«mu @e r so » c UMBRELLA LIA8 X EXCESS LUA HFF0009728 06/30/2019 06/30/2020 1,000,000 2,000,000 2,000,000 o 3 D WORKERS COMPENSATION AND EMPLOYERS' LIA8IITY ¥¡M NtA WF L503648402 £t UB S£ASE EA£MP!LrE 5 E. ESE«St o.nt" 5 1,000,000 1,000,000 1,000,000 E POLLUTION LIA8 004100200 06/230/2019 06/30/2020 AGGREGATE OCCURRENC 2,000,000 1,000,000 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ACORD 101, Addltlonal Romwrks Schedule, my be attached it more space is requtrod) FO R B ID D IN G P U R P O S E S CERTIFICATE HOLDER P A IN T -6 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLEDO BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL 8E DELIVERED IN P A IN T IN G B Y H A R TZ E L L A KA ACCORDANCE WIT THE POLICY PROVISIONS. R O O F P A IN TI N G B Y H A R TZ E LL 2301 N W 33RD CT STE 112 AUTHORIZED REPRESENTATIVE POMPANO BEACH, FL 33069 #-.. /O< 2 CANCELLATION ACORD 25 (2016/03) @ 1988-2015 ACORD CORPORATION. AI rights reserved. The ACORD name and logo are registered marks of ACORD Michelle Price, Chief Lead, Heavy Metals, and Inorganics Branch NAT-53598-2 Ceilif4;ation # May 28. 2015 ss ed On Hartzell Painting has fulfilled the requirements of the Toxic Substances Control Act (TSCA)Seo ion 402, and has received t;?-riffication to conduct lead Caved paint renovation, repair, and paintinrjactivities pursuant to 40 CFR Part 745:89 All EPA Administered States, Tribes, and Territories This certification is valid from the date of issuance and expires June 12, 2020 tasi.e 1% +±. I ±rie 3kz - r2i# f ,i %4$% % 1., + « % fz: r t 4 ¢ ti,4 ¢ i.#$ i /'1 ~ }o #y e ¢ è •f-'.· t }'.· ~-',i; \Î 'tul fat $ ii#í,i » 4 Hartzell Painting has fulftted the requirements ot the Toxic Substances Control ACI (TSCA) Sertion 402. and has received certification to conduct lead-based paint renovation, repair, and paintingactivities pursuant to 4 CF Pan1 745.89 if4+ ?ii l,, .. '·"".· 1 li~ . # k 11 4, 1 t f; %, $1 1) $ sf 44 AII EPA Administered States, Tribes, and Territories This certification is valid from the date of issuance and expires dune 12, 2020 NAT -53598-2 ult- #.- Certification # May 28, 2015 issued On Michelle Price, Chief Lead, Heavy Metals, and Inorganics Branch This tax is levied for the prmlege of doing business within Browatd County and to non-regulatory in nature. You must meal all County and/ol Municipality planning and zoning requirements, This Business Tax Receipt must be transferred when the business is sold, business name has changed or you have moved the business location This receipt does not indicate that the business is legal Or, that it is in compliance with State or local laws and regulations. Receipt #1CP -18-00010456 Paid 07/16/2019 33.00 07/15/2019 Effective Data 2019 - 2020 THIS BECOMES A TAX RECEIPT WHEN VALIDATED Mailing Address: EDWARD HOLMAN 2301 NW 33RD COURT POMPANO BEACH, FL 33069 BROWARD COUNTY LOCAL BUSINESS TAX RECEIPT 115 S. Andrews Ave., Rm. A-100, Ft. Lauderdale, FL 33301-1895 — 954-831-4000 VALID OCTOBER 1,2019 THROUGH SEPTEMBER 30, 2020 DBA: HARTZELL PAINTING ROOFING PAINTING BY HARTZELL INC Business Name: "•03 Receipt #:EE d1?. ,'JANITORIAL Business Type: c ) CPPEssURE Owner Name: EDWARD HOLMAN Business Opened: o 9/09/zoli Business Location: 2301 NW 33RD COURT State/County/Cert/Reg: POMPANO BEACH Exemption Code: Business Phone: 954-951-9761 Rooms Seats Employees Machines Professionals 5 Tax Amount 33.00 For Vending Suelnese Only Number of Machines: Vending Type: Transfer Fee NSF Fee Penalty Prior Years 1 Collection Cost 1 Total Paid 0.001 0.001 0.00 0.00 0. COI 33.00 THIS RECEIPT MUST BE POSTED CONSPICUOUSLY IN YOUR PLACE OF BUSINESS « BROWARD COUNTY LOCAL BUSINESS TAX RECEIPT 115 S. Andrews Ave., Rm. A-100, Ft. Lauderdale, FL 33301-1895 - 954-831-4000 VALID OCTOBER 1,2019 THROUGH SEPTEMBER 30, 2020 DBA: HARTZELL PAINTING Business Name: ROOFING PAINTING BY HARTZELL, INC I #•3?5- ;;.;3¿¡03 , ··•çc:>' · Recelpt <;;g:i/NITORIAL PRSSURE Business Type:&ß±$ Owner Name; EDARD HOLMAN Business Location; 2301 NW 33RD COURT POMPANO BEACH Business Phone : 954-951-9761 Business Opened: o 9 / o 9 /20 11 State/County/Cert/Reg: Exemption Code: ¥ s $ Rooms Seats Em pl oyees 5 Machines Professionals ' Far Vendin g Business O n!y Number of Machines: Vending Type: Tax Amount [ Transfer Fee } NSF Fee ] Penalty Prior 'Years { Collection Cost I 33.00 I 0.00 ¡ 0.00 I 0.00 TH I S B E C O ME S A T A X RE C EI P T WH E N V AL I D A T ED Malling Address: EDW ARD HOLMAN 2301 NW 33RD COURT POMPANO BEACH, FL o.09/ o.co Total Paid 33.00 THIS RECEIPT MUST BE POSTED CONSPICUOUSLY IN YOUR PLACE OF BUSINESS This tax is le vi ed for th e privilege of do ng busine ss within Browar d County and 1s non -re gulatory in na tu re , Y o u m ust m eet all C o unty and/or Municipality panrug an d zo ni ng requirements. This Bu sine ss Tax R e ceipt m u st be trans ferre d wh en the busine ss is sold, busine ss name has changed or you ha ve mo ved the tusiress location This receipt does not indicate that the business is legal or that it is in compliance with State or local laws and regulations. 33069 Receipt #1CP-18-00010456 Paid 07/16/2019 33.00 07/15/2019 Effective Date te Roof Painting by Hartzell, Inc. 2301 NW 33rd Court, Suite 112 Pompano Beach, FL. 33069 Roof Painting by Hartzell Inc. Type of Firm Florida C-Corp (5/1 1/1966) FEIN 59-1144111 Officers Edward Holman, President Categories of Work General painting commercial and residential, pressure cleaning and weather proofing needs, concrete sealing and staining, decorative concrete finishes, specialty coatings, wood sealing and staining Licensing CBC 1252852 Geographic are of work South Florida Insurance GL/Auto/Inland/Marine United Specialty Insurance Company $7,000,000 Workman's Compensation United Specialty Insurance Company $1,000,000 Bonding Alter Surety, Warren Alter Banking PNC Financial Services - Teresa Salemi 954-745-1409 PNC Treasury Management — Joseph Howell 954-745-1418 Credit References Sherwin Williams Company - Veronica Moran 954-495-7126 High Reach 2 —Terry Bertoglio 321-275-2100 Sunbelt Rentals — Maureen Wood 407-816-1591 BROWARD PALM BEACH CBC 1252852 MIAMI.DADE MARTIN 89-5201-P U-16217 V)VI'VV/ YHARTZEL..4,.:com 1160001 SP02651 R o o f P a in t in g b y H a rt z el l In c. Type of Firm Florida C-Corp (5/11/1966) FE IN 59-1144111 Officers Edward Holman, President Categories of Work General painting commercial and residential, pressure cleaning and weather proofing needs, concrete sealing and staining, decorative concrete finishes, specialty coatings, wood sealing and staining Licensing CBC 1252852 Geographic are of work South Florida Insurance GL/Auto/Inland/Marine United Specialty Insurance Company $7,0 00,0 00 Workman's Compensation United Specialty Insurance Company $1,000,000 Bonding Banking Credit References Roof Painting by Hartzell, Inc. 2301 NW 33rd Court, Suite 112 Pompano Beach, FL. 33069 Alter Surety, Warren Alter PNC Financial Services - Teresa Salemi 954- 745-1409 PNC Treasury Management-Joseph Howell 954-745-1418 Sherwin Williams Company- Veronica Moran 954-495-7126 High Reach 2 Ter ry Bertoglio 321-275-2100 Sunbelt Rentals - Maureen Wood 407-816-1591 BR O W AR D 89-5201-P PA LM BEA CH U-16217 CBC 1252852 www.MIYHARTZELL..com MIA MI-DAD E 1160001 MARTIN SP02651 Form W-9 (Rev. November 2017) Depaftrners of the Treasury Intelsat Reverent Service Request for Taxpayer Identification Number and Certification It• Go to wwwirs.gov/Form W9 for Instructions and the latest Information. Glve Form to the requester. Do not send to the IRS. Pr in t o r t y p e. Se e Sp ec i fi c i n s tr uc t io n s o n p ag e 3 . 1 Nemo (as shown on your income tax return). Name tt.lfQ(1k600 on ilea line; do not leave this lino Of k, Roof Painting by Hartzell, Aka Hartzell Painting 2.Kriness nernaftilantqardeci entity name, if different from above .., — 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, M InclivIdueVsole proprietor or U C Corporation 12 S Corporation 0 Partnership N Trust/estate single-member LLC 4 Exemptions (codes apply only to certain entitles, not Individuals: see instructions on page 3): Exempt payee code (if any) • Limited liability company. Enter the tax classification (C.'C corporation, S.S corporation, P=Partnership)k" Note: Chock Ma appropeato box in the tins nhove for the tex.classitication of lieu singlamembor owner. Do not check LLC if the LLC is classified as a Single -mamba( L1.0 that is disregarded from lite owner unless the +Mtn,' of the LW is another LLC Met IS riot disregarded from the owner for U.S. forlorn'• tax Otherwise, a Itinolfhmembef LLC Unit purposes, Exemption from FATCA reporting code (ff any) is disregarded from trio owner should check ifie appropriate bps ter the tot cinsailleation of its owner. L.] Other (too InsIturflens)10. (App{iwi lo AFCCOuntS MdirrhOod ovtdde the U.S.) 6 Address (number, street; and apt. or suite no.) See instructions. 2301 NW 33 Court, Suite 112 Renee:noes name arid address (optional) City, state, and ZIP code Pompano Beach, FL 33069 7 List account numbeds) hare (optional) ,:.Rartl: "faH jp2..yer Identification Number (TIN) Enter your TIN in the appropriate box. The TIN provided must match the name given on line 1 to avoid backup 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 emptoyer Identification number (EIN). If you do not have a number. see How to set a social security number 1 ril .. 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. or Employer Identtneat on number 5 9 1 1 4 4 1 1 [1 Certification Under penalties of perjury, I certify that: 1. The number shown on this form le 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. l 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 dividegds; you are not required to sign the certification, but you must provide your correct TIN. See the instructions for Part II, later. LUAkA AAA Alituuti\ 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 wwwits,gov/FormW9. Purpose of Form An individual or entity (Form W-9 requester) who is required to file an information return wilts 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 'United to, the following. • Form 1099-INT (interest earned or paid) Date . eiz,1 c? ( • Form 1099-DIV (dividends, Including those from stocks or mutual funds) • Form 1099-MISC (various types of income, prizes, awards, or gross proceeds) • Form 109943 (stock or mutual fund sales and certain other transactions by brokers) • Form 1099-S (proceeds from real estate transactions) • Form 1099-K (merchant card and third patty network transactions) • Form 1098 (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 natum Form W-9 to the requester with a TIN, you might be subject to backup withholding. See What is backup withholding, later, Sign Here signature of U.S. person P. Cat. No. 10231X Form W-9 (Rev. 11-2017) Form W-9 Request for Taxpayer Glve Form to the (Hov. November 2017) Identification Number and Certification requester. Do not D0putment of tho Treasury send to the IRS. lntomna! rvano Servlce M Go to www.irs.gov/ForW9 for instructions and tho latest information. 1 Nam (as shown on your income tax return). Namo is roq ures on this lino; do not leave tts in t an k. Roof Palntlng by Hartzell, Aka Hartzell Painting 2 usinass nam'dranardi antity nam e, it different tram above ei 3 Chock appropriate box for federal tax cl ass ifl cation ot the pe rson whoso name is entered on line 1. Check only one of the 4 Exemptions (codes apply only to D O follo wi n g seven boxes. certain entitles, not individuals; s0o a instruction s on page 3): c [_] tndttdual/solo proprietor or []ccorporation [] s cororaton []partnership []rus/estate o ., single-member LL Exem pt payee cod e (if any) ti ---- o timited lability company. Enter ths tax classification (G corporation, S$ corporation, P+Partnership)P ii tote: Chock the approptats box in the inu above far the tax classificatsn ot tu single-mambt «rat, Oo nrt heck Exemption from FATCA reporting LLG it tho LLC is c'us:stfd as a single-member LL.C that is disregardod trom tto wnor untess the owner ot the LL in codo (lt any) unother LLC thnt is not disregrdod from tho owner tor U.5. 1odor! tax purposes. Otherwise, a ingt0-mumr tLC tot • 0 is disusgatdad tom tho ownor should chock the spptopríato box tor tho tax classification at its ownnr '5 [] other (se@ Instructions) (pole to c oun ts mint/wt outde th U.S.) ! 5 Address (number, street, and apt. or sulte no.) Soo instructions. Fequastor's name and address (optionnl) u D 2301 NW 33 Court, Sulte 112 8 8 City, state, and ZIP code Pompano Beach, FL 33069 ¡ Lit account number(s) hero (option) MA :JI en a Taxpayer Identification Number (TIN) Enter your TIN in tho appropriate box. The TIN provided must match the name given on llne 1 to avoid backup withholding. For Individuals, this is generally your soclal security number (SSN). However, for a resldent allen, solo proprietor, or disregarded entity, soe the instructions tor Part I, later. For other entitles, it is your employer identificatlon number (ElN). If you do not have a number, see How to get a TIN, later. Note: ff the account is In more than one name, see the instructions tor line 1. Also see W/hat Name and Number To Give the Requester for guldellnas on whose number to enter. 5 9 - 1 [ 5octal scurtty number ] IL-I(IL or } Employer ldentlflcatlon number 4 4 1 1 1 Certification Under penaltles of perjury, I certify that: 1, The number shown on this form is my correct taxpayor identificatlon numbor (or l am walting for a number to bo issued to me); and 2. I am not subject to backup withholding bocause: (a) l am oxompt from backup withholding, or (b) have not been notified by the Intomal Revenue Service ((RS) that l am subject to backup withholding as a result of a failure to report all interest or dividends, or (c) the IRS has notified mo that l am no tonger subject to backup withholding; and 3. I am a U.S. citizen or other U.S. parson (defined below); and 4, The FATCA coda(s) entered on this form (if any) indicating that l am exempt from FATCA reporting ls correct. Ce rtifi cation instru ctions, You must cross out item 2 above if you have boon notified by the IRS that you are currently subject to backup withholding because you have falled to report all interest and dividends on your tax retum. For real estate transactlons, item 2 does not apply. For mortgage interost paid, acquisition or abandonment ot secured property, cancellation of debt, contributlons to an individual retirement arrangement (IRA), and generally, payments other than interest and dividends, you are not requlred to sign the certification, but you must provide your correct TIN. See the instructions for Part II, later. Sign santuro ot ly, Here u.s.parson» { Date t General Instructions \ Section references are to the Intemal Revenue Code unless otherwise noted. Future dsvelopmonts. For the latost Information about developments rolated to Form W-9 and its Instructions, such as legislatlon enacted after they woro published, go to www.irs.gov/Form9, Purpose of Form An individual or entity (Form W-9 requester) who is requlrod to file an information rotum with tho IRS must obtain your correct taxpayer identification numnbor (TIN) which may bo your social security number ($SN), individual taxpayer identification number (IT IN), adoptlon taxpayer Identification numbor /TIN), or employer identification number (ElN), to report on an information return tho amount paid to you, or other amount roportablo on an information retum, Examples of Informatlon returns include, but aro not limited to, the following. • Form 1099-INT (interest eamed or paid) • Form 1099-DIV (dividends, including those from stocks or mutual funds) • Form 1099-MISC (various typos of income, prizes, awards, or gross proceeds) • Form 1099-B (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 (tultion) • Form 1099-C (canceled debt) • Form 1099-A (acquisition or abandonment of secured property) Use Form W-9 only if you are a US. person (including a resident alien), to provide your correct TIN, lf you do not ratum Form W-9 to the requester with a TN, you might be subject to backup withholding. Sao What is backup withholding, later, Cat. No., 10231X Far W-9 nov. 11-2017) CERTIFICATE HOLDER CANCELLATION PAINT-6 PAINTING BY HARTZELL AKA ROOF PAINTING BY HARTZELL 2301 NW 33RD CT STE 112 POMPANO BEACH, FL 33069 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE a PAINT-9 OP I AC:CM? L.") CERTIFICATE OF LIABILITY INSURANCE 06/13/2019 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, If SUBROGATION IS WAIVED, subject to the terms and conditions this certificate does not confer rights to the certificate holder in lieu PRODUCER 954440-9551 INNOVATIVE INSURANCE CONSULTANTS, INC. 5461 UNIVERSITY DRIVE, ft103 CORAL SPRINGS, FL 33061 THOMAS J. DEFRANCO IrPAINTiND BY HARTZELL, INC TIARTZELL.PAINT1NG 230 . NW 33RO GOUR1 bIE 112 POMPANO BEACH, Ft. 33069 NAMI, CO"T.,A1: r THOMAS J. DEFRANCO 1.""It 954-340-9551 lac.No 954-340-9456 Nct Extl MAh„ TOM@INNOVATIVE-INSURANCE.CM INSURER(S) AFFORDING COVERAGE INSURER A UNITED SPECIALTY INS. COMPANY INSURER FCCI INSURANCE CO. INSURER C : BURLINGTON INSURANCE CO. INSURER INSURANCE CO OF THE WEST INSURER s IRONSHORE SPECIALTY INS CO-BAS INSURER 15 NAIC 12537 33472 23620 27847 the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. of the policy, certain policies may require an endorsement. A statement on of such endorsement(s). COVER CE TIFI ATE NUMBER: REVISION NUMBER: TI-IIS IS TO CE..2TiY 7' IAT TNR POI ICES OF INSURANCE LiSTED BE, OW HAVE BEFN ISSUED TO THE INSURED NAMED ABOVE FOR THE PO ICY PERIOD .NDICATEO NOTWITHSTANDING ANY REOUIRE.VIENT, TERM OR CONDITION OF ANY CONTRACT CR OTHER DOC•iMENT 5A/int RESPECT TO WHICH. THIS C; ER 'I IF I ,;;AT E MAY !-:(.._ 'SSUED OR MAY PERTAIN. I Hi; INS Urq A NC E AFFORDED i?Y THE. POLICIES OESC PALM HER FAN tS SUBJEC I TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF 305... POLICIES LIM!" S SHOWN MAY HAVE BEEN REDUCE" BY PAID CLAIMS f,IS POUCY EN, POLIO? ex,r, • Lill, TYPE OF INSURANCE MA' Wicn POLICY NUMBER 4.1,P4i15D/Pert1 /VAIIGIVYYPI LIMITS A X COMMERCIAL GENERAL LIABlUTY c.i.m.ts.:„1,,,..vE X ,-;.:.,-..uk ATN-ATL1914773 i X BLANKET A/I PRIMARY NON-CONTRIBUTORY ' El ',1? 1, 06/30/2019 06/30/2020 ...:6:1,. ,1,(il.:4'i.:ZI;,T,,,,.,,, 512 Cl E '2 )y ,t•I;:..,1,> i., 1,1)00,000 100,000 EXCLUDE() X BLANKET V4-',AIVER .....„ :711.1'S(SfaT 1,000,000 ... Gem. A;;;c,Rt.::::....,.tc LIMIT ,7, ...E tt , pot.,E,Y X V. . GE^?EvAl. AOC:TE",AII. 11Rt)U1.;.:::3 ;',1511,...?, ,,.5(2, 5 2.000,000.... .. 2,000,000 B AUTOMOBILE LABILITY •::-coairii.;:c, v.;,,, - i i.• 0":4'3M4e.:1 1,000,000 X ANY AUTO CA100002789-04 06/30/2019 06/30/2020 t",t017)Eur itz...uRT .Po'111.o5on, ., 5 O UMBRELLA LIAO X (4X:0P 7,0 00,000 X EXCESS ORB CLAIMS-MA-1E HFF0009728 06/30/2019 06/30/2020 AGGREGAT E 2,000,00-0 CEO X RrTF.UTION 5 0 5 0 WORKERS COMPENSATION X '';.• AND EMPLOYERS' LIABILITY YIN WFL503648402 ,I.hr f'145.`1,,F,":'). ?.A2 't:',.:2),I.:.':;1„ Il• ,, ,Fr.'t:I42/MI;. . ".;,..g):.T), NIA ;Ma ndatory c ',,,-;,..',I,T, 04/15/2019 04/15/2020 / • : i• I I E L CIltiCASE 5.15,m )•t5,±: i rt,000,000 ... ..... 1,000,000 1/14.11' It 'i''''MN61,,FThs'10,ty% N ,t,mr ' 'it:,,,.ir. ,,, 1,000,000 E POLLUTION LIAD 00410 200 06510120 06130/2020 AGGREGATE 2,000,000 OCCURRENC 1,000,000 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ACORD 101, Additional Remarks Schedule, may So attached It more space Is required) FOR BIDDING PURPOSES ACORD 25 (2016(03) © 1988.2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD I la..o o á ACORO CERTIFICATE OF LIABILITY INSURANCE TE ¡880£31 '----" 06/19/2019 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 AL TER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must 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 cer tificate holder in lieu of such endorsement(s}. PRODUCER 954-340-9551 ?[' TH OM A S J. DEFRA NCO INNOVATIVE INSURANCE ne 954-340-9551 • 1 954-340-9456 CONSULTANTS, INC. te, ve E+t) 5461 UNIVERSITY DRIVE, #103 flt,, TOM@INNOVATIVE-INSURANCE.COM CORAL SPRINGS, FL 33067 THOMAS J. DEFRANCO INSURER($) FF ORDING CO VER A G E Nt. 4 surer A UNITED SPECIALTY INS. COMPANY 12537 #$}%%#%a7e g,Ju .e sue a FCCINSURANCE CO. 33472 148 1 E E , 28! N g wsuRen e.BURLINGTON INSURANCE CO. 23620 2301y,33£3,,Qu1 $1E_112 sue INSURANCE CO O F TH E W E S T 27847 POMPANO BACH, FL 33069 suRe .IRONSHORE SPECIALTY INS CO-BAS - tu#£R E PAINT-9 THIS IS TO CERTIFY T'BAT TR PO!CIES OF INSURANCE LISTED BELOW HE BEN ISSUED TO THE INSURED NMEDO ABOVE FOR THE SOL'CY PERIOD NDICAIE.O NOTWITHSTANDING ANY EQUIE.MENT, TE?M OR CONOITION OF ANY ONTRACT OR OTHER DOCUMENT WTI RCSPGCT TO WH(CH THYS CR?TAI2ATE MAY SE SSUEO OR MAY PERTAIN, THE INSURANCE AFFOROED 3 THE POLICIES OSCRIED HEREIN IS SJ8JET TO ALL THE TERMS CXCLUSICONS AN DO CONDI TIONS F SCH POLICIES LIMITS SH0W+ MAY HAVE SEN REDUCE BY PAIO CLAMS ["±j mreosuas %ES!' rouer«ara A, X COMMERCIAL. GENERAL. LIABILITY X BLANKET AII x BLANKET WAIVER GEVL AGGEAE€ AI T « _.E s " o .c X % ce $A1+ ATN-ATL1914773 PRIMARY NON CONTRIBUTORY Po tu C Y Err P OLICY EXT ttiä:rii1_±MM:rii1.±!"..-l 1,000,000 100,0 00 EXCLUDED 1,000,0 00 2.000,000 2,000,0 00 06/30/2019 06/3072020 B A U T OM O B IL.E LuAILITY X AY AUTO CA100002789-04 X 1,000.0 00 X COM83ME0 514 1+4 1 {f +Mei 06/30/2019 06/30/2020 9om:.us re resan» C#.Y A4.±3; $e as#4erg, 2 " e UM8RE;LA LIA X xCESS LIA 06/30/2019 06/30/2020 HFF0009728 RECATE $ 2,000,0 00 2,000,000 OE X TE'oNs o 5 !2$2 8%2%78%4% X X .gr.9. A. "",,, wFL503648402 04/15/2019 04/15/2020 . ¿Anna 1,0 00,0 00 ¡l;fl cosas a.woe 1,000,000 124343$5puent±s tss. E. SE.SE± ±OC_IL±_ 1,000.000 PöLLUñöñ Lü - 66ai2 a<norois o6rio2o5 ¡Gat=Sire 2,o.,oa] OCCURRENC 1,000,000 DESCRIPTION OF OPERA TONS I LOCATIONS I VEHICLES {ACORD 101, Addi(tonal Remarks Schedule, may be attached it more space is required F O R B ID D IN G P U R P O S E S CERTIFICATE H OL D ER " PAIN T-6 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN P A IN T IN G B Y H A R T Z E L L A K.A ACCORDANCE WITH THE POLICY PROVISIONS. ROOF PAINTING BY H AR T Z E LL 2301 N W 33RD CT STE 112 AUTHORIZED REPRESENTATVE POMPANO BE A C H , FL 33069 %. o 2 CANCELLA TI ON ACORD 25 (2016/03) @ 1908-2015 A C O R D CORPORATION. A ll rights reserved. The ACORD name and logo are regi stered marks of ACORD RICK SCOTT, GOVERNOR JONATHAN ZACHEM, SECRETARY STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CONSTRUCTION INDUSTRY LICENSING BOARD THE BUILDING CONTRACTOR HEREIN IS CERTIFIED UNDER THE PROVISIONS OF CHAPTER 489, FLORIDA STATUTES PINTO, ANDERSON M HARTZELL PAINTING 2301 NE 33RD COURT STE 112 POMPANO BEACH FL 33069 LICENSE NUMBER: CBC1252852 EXPIRATION DATE: AUGUST 31, 2020 Always verify licenses online at MyFloridaLicense.com Do not alter this document in any form. This is your license. It is unlawful for anyone other than the licensee to use this document. 14"11 01'4' 1 RICK SCOTT, GOVERNOR STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION . . CONSTRUCTION INDUSTRY LICENSING BOARD • ± „$ TH E BUILDI N G CO NTRACTOR HEREIN IS CERTIFIED UNDER THE PROVISIONS OF CHAPTER 489, FLORIDA STATUTES r igh$" . k 13,,j - .se,- rrO, ANDERSON N M""" ?""" 4ARTZELL PAINTING u_, _ sj¿,_ NE 33RD COURT STE 112 ft# ,@@ é rt@# "; AK1 p r »¿y r 224) t LICENSE NUMB t EXPIRATION DATE: JONATHAN ZACHEM, SECR ETARY Always verify licenses online at M yFloridalice nse.com g#4£E3£/2 e @@,3;$%35j Do not alter this document in any form. 2£8534£2£5 ~.~=. ~.--.~~, · This is your license. lt is unlawful for anyone other than the licensee to use this document. LJR±f:-. r TZELL Roof Painting by Hartzell, Inc. 8/15/2018 References Bid # 18-28-07-MS Miscellaneous Painting and Pressure cleaning 1- Brad Wagner Senior Utilities Engineering Specialist 210 Military Trail Jupiter fl. 33458 Town of Jupiter 561-741-2589 bradwAlupiter.fl.us Complete facilities painting for the city including , WWTP tanks pipes, buildings it 2- Abidemi Ajayi "Formally with the City of Halladale Beach" City of Margate Engineer 954-972-0828 aajaviamarnatefl.com Was project manager for the City of Hallandale Beach, over saw complete painting project for WWTP painting, Tanks buildings, pipes, concrete restoration 3- Ramon Duarte City of Miami Beach Maintenance & Operations Superintendent 786-367-1102 ramonduarteAmiamibeachfl.gov Complete painting of building and structures including water treatment facilities PHONE: 954-957-9761 § FAX: 954-957-9766 1 TOLL FREE: 800-841-4859 2301 N.W. 33r d Court, Suite 112 1 Pompano Beach, FL. 33069 iss¢ +++« Mt 2 %, LL agger" Roof Painting by Hartzell, Ince. 8/15/2018 References Bid # 18-28-07-MS Miscellaneous Painting and Pressure cleaning 1- Brad Wagner Senior Utilities Engineering Specialist 21 O Military Trail Jupiter fl. 33458 Town of Jupiter 561-741-2589 bradw@jupiter.fl.us Complete facilities painting for the city including , WW TP tanks pipes, buildings 2- Abidemi Ajayi "Formally with the City of Halladale Beach" City of Margate Engineer 954-972-0828 aajayi@marqatefl.com Was project manager for the City of Hallandale Beach, over saw complete painting project for WWT P painting, Tanks buildings, pipes, concrete restoration 3- Ramon Duarte City of Miami Beach Maintenance & Operations Superintendent 786-367-1102 ram onduarte@m iamibeachfl._gov Complete painting of building and structures including water treatment facilities PHONE: 954-957-9761 I FAX: 954-957-9766 I TO LL FREE: 800-841-4859 2301 N .W . 33' Court, Suite 112 I Pompano Beach, FL. 33069 4- William Blue Utilities Operations Analyst City of Hollywood Department of Public Utlilites 954-921-3288 wblueAhollywoodfl,orq WWTP painting of selected facilities Tanks, Pipes,Blasting, Metal Bridges 5- Geraldo Hernandez City of Pembroke Pines 786-343-1079 6- Mark Morgan City of Miami Beach Pressure Cleaning Services 305-401-2605 7- Paul Thompson City of Pembroke Pines WTP Painting and blasting of Water Filter Tanks at Taft street facilitiy PHONE: 954-957-9761 - FAX: 954-957-97661 TOLL FREE: 800-841-4859 2301 N.W. 33rd Court, Suite 112 i Pompano Beach, FL. 33069 10/24/2019 • 4- William Blue Utilities Operations Analyst City of Hollywood Department of Public Utlilites 954-921-3288 wblue@h ollywoodfl.org WWTP painting of selected facilities Tanks, Pipes,Blasting, Metal Bridges 5- Geraldo Hernandez City of Pembroke Pines 786-343-1079 6- Mark Morgan City of Miami Beach Pressure Cleaning Services 305-401-2605 7- Paul Thompson City of Pembroke Pines WTP Painting and blasting of Water Filter Tanks at Taft street facilitiy PH ONE: 954-957-9761 I FAX: 954-957-9766 I TOLL FREE: 800-841-4859 2301 N.W. 33" Court, Suite 112 l Pompano Beach, FL. 33069 I 0/24/2019 TZELL Roof Painting by Hartzel nc. October 24. 2019 We accept the City's Code of Ethics Respectfully: Mike Goodwin Project Director Roof painting by Hartzell 954-658-0515 PHONE: 954-957-9761 FAX: 954-957-9766 1. TOLL FREE: 800-841-4859 2301 N.W. 33' Court, Suite 112 E Pompano Beach, FL. 33069 ' ' t¢ ±+ ? y ' LL Roof Painting by Hartzell, Inc. October 24. 2019 We accept the City's Code of Ethics Respectfully: Mike Goodwin Project Director Roof painting by Hartzell 954-658-0515 PHONE: 954-957-9761 I FAX: 954-957-9766 I TOLL FREE: 800-841-4859 2301 N.W. 33" Court, Suite 112 l Pompano Beach, FL. 33069 DRUG FREE WORKPLACE CERTIFICATION The undersigned Bidder hereby certified that it will provide a drug-free workplace program by: (1) Publishing a statement notifying its employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the offeror's workplace, and specifying the actions that will be taken against employees for violations of such prohibition; (2) Establishing a continuing drug-free awareness program to inform its employees about: (i)The dangers of drug abuse in the workplace; (ii)The Bidder's policy of maintaining a drug-free workplace; (iii) Any available drug counseling, rehabilitation, and employee assistance programs; and (iv)The penalties that may be imposed upon employees for drug abuse violations occurring in the workplace; (3) Giving all employees engaged in performance of the Contract a copy of the statement required by subparagraph (1); (4) Notifying all employees, in writing, of the statement required by subparagraph (1), that as a condition of employment on a covered Contract, the employee shall: (i) Abide by the terms of the statement; and (ii)Notify the employer in writing of the employee's conviction under a criminal drug statute for a violation occurring in the workplace no later than five (5) calendar days after such conviction; (5) Notifying the City in writing within ten (10) calendar days after receiving notice under subdivision (4) (ii) above, from an employee or otherwise receiving actual notice of such conviction. The notice shall include the position title of the employee; (6) Within thirty (30) calendar days after receiving notice under subparagraph (4) of a conviction, taking one of the following actions with respect to an employee who is convicted of a drug abuse violation occurring in the workplace: (i) Taking appropriate personnel action against such employee, up to and including termination; or (ii)Requiring such employee to participate satisfactorily in a drug abuse assistance or rehabilitation program approved for such purposes by a federal, state, or local health, law enforcement, or other appropriate agency; and (7) Making a good faith effort to maintain a drug-free workplace program through implementation of subparagraphs(1) through (6). DRUG FREE WORKPLA CE CERTIFICATION The undersigned Bidder hereby certified that it will provide a drug-free workplace program by: (1) Publishing a statement notifying its employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the offeror's workplace, and specifying the actions that will be taken against employees for violations of such prohibition; (2) Establishing a continuing drug-free awareness program to inform its employees about: (i)The dangers of drug abuse in the workplace; (ii)The Bidder's policy of maintaining a drug-free workplace; (iii) Any available drug counseling, rehabilitation, and employee assistance programs; and (iv)The penalties that may be imposed upon employees for drug abuse violations occurring in the workplace; (3) Giving all employees engaged in performance of the Contract a copy of the statement required by subparagraph (1); (4) Notifying all employees, in writing, of the statement required by subparagraph (1), that as a condition of employment on a covered Contract, the employee shall: (i) Abide by the terms of the statement; and (ii) Notify the employer in writing of the employee's conviction under a criminal drug statute for a violation occurring in the workplace no later than five (S) calendar days after such conviction; (5) Notifying the City in writing within ten (10) calendar days after receiving notice under subdivision (4) (ii) above, from an employee or otherwise receiving actual notice of such conviction. The notice shall include the position title of the employee; (6) Within thirty (30) calendar days after receiving notice under subparagraph (4) of a conviction, taking one of the following actions with respect to an employee who is convicted of a drug abuse violation occurring in the workplace: (i) Taking appropriate personnel action against such employee, up to and including termination; or (ii) Requiring such employee to participate satisfactorily in a drug abuse assistance or rehabilitation program approved for such purposes by a federal, state, or local health, law enforcement, or other appropriate agency; and (7) Making a good faith effort to maintain a drug-free workplace program through implementation of subparagraphs(l) through (6). 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 @ M1AMIBEACH PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 www.miamibeachfl.gov ADDENDUM NO.1 INVITATION TO BID NO. 2020-019-ND PAINTING (INTERIOR AND EXTERIOR) AND WATERPROOFING SERVICES (the "ITB") October 17, 2019 This Addendum to the above-referenced ITB is issued in response to questions from prospective proposers, or other clarifications and revisions issued by the City. The ITB is amended in the following particulars only (deletions are shown by strikethrough and additions are underlined). I. REVISION: DELETE Section 0100 — General Information & Scope of Work, 10. Insurance Requirement, on page 6 of the ITB, in its entirety and REPLACE with the following: The vendor shall maintain the below required insurance in effect prior to awarding the contract and for the duration of the contract. The maintenance of proper insurance coverage is a material element of the contract and failure to maintain or renew coverage may be treated as a material breach of the contract, which could result in withholding of payments or termination of the contract. A. Worker's Compensation Insurance for all employees of the vendor as required by Florida Statute 440, and Employer Liability Insurance for bodily injury or disease, B. Commercial General Liability Insurance on an occurrence basis, including products and completed operations, property damage, bodily injury and personal & advertising injury with limits no less than $100,000 per occurrence. C. Automobile Liability Insurance covering any automobile, if vendor has no owned automobiles, then coverage for hired and non-owned automobiles, with limit no less than $100,000 combined per accident for bodily injury and property damage. Additional Insured - City of Miami Beach must be included by endorsement as an additional insured with respect to all liability policies (except Professional Liability and Workers' Compensation) arising out of work or operations performed on behalf of the contractor including materials, parts, or equipment furnished in connection with such work or operations and automobiles owned, leased, hired or borrowed in the form of an endorsement to the contractor's insurance. Notice of Cancellation - Each insurance policy required above shall provide that coverage shall not be cancelled, except with notice to the City of Miami Beach do EXIGIS Insurance Compliance Services. Waiver of Subrogation — Vendor agrees to obtain any endorsement that may be necessary to affect the waiver of subrogation on the coverages required. However, this provision applies regardless of whether the City has received a waiver of subrogation endorsement from the insurer. Acceptability of Insurers — Insurance must be placed with insurers with a current A.M. Best rating of A:VII or higher. If not rated, exceptions may be made for members of the Florida Insurance Funds (i.e. FWCIGA, FAJUA). Carriers may also be considered if they are licensed and authorized to do insurance business in the State of Florida. 1 ADDENDUM NO.1 INVITATION TO BID NO. 2020-019-ND PAINTING (INTERIOR AND EXTERIOR) AND WATERPROOFING SERVICES M IAM I BEACH PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3d Floor Miami Beach, Florida 33139 www.miamibeachfl.gov ADDENDUM NO. 1 INVITATION TO BID NO. 2020-019-ND PAINTING (INTERIOR AND EXTERIOR) AND WATERPROOFING SERVICES (the "ITB") October 17, 2019 This Addendum to the above-referenced IT is issued in response to questions from prospective proposers, or other clarifications and revisions issued by the City. The 1TB is amended in the following particulars only (deletions are shown by strikethrough and additions are underlined) .. I. REVISION: DELETE Section 0100 - General Information & Scope of Work, 10. Insurance Requirement, on page 6 of the 1TB, in its entirety and REPLACE with the following: The vendor shall maintain the below required insurance in effect prior to awarding the contract and for the duration of the contract. The maintenance of proper insurance coverage is a material element of the contract and failure to maintain or renew coverage may be treated as a material breach of the contract, which could result in withholding of payments or termination of the contract. A. Worker's Compensation Insurance for all employees of the vendor as required by Florida Statute 440, and Employer Liability Insurance for bodily injury or disease. B. Commercial General Liability Insurance on an occurrence basis, including products and completed operations, property damage, bodily injury and personal & advertising injury with limits no less than $100,000 per occurrence. C. Automobile Liability Insurance covering any automobile, if vendor has no owned automobiles, then coverage for hired and non-owned automobiles, with limit no less than $100,000 combined per accident for bodily injury and property damage. Additional Insured • City of Miami Beach must be included by endorsement as an additional insured with respect to all liability policies (except Professional Liability and Workers' Compensation) arising out of work or operations performed on behalf of the contractor including materials, parts, or equipment furnished in connection with such work or operations and automobiles owned, leased, hired or borrowed in the form of an endorsement to the contractor's insurance. Notice of Cancellation - Each insurance policy required above shall provide that coverage shall not be cancelled, except with notice to the City of Miami Beach clo EXIGIS Insurance Compliance Services. Waiver of Subrogation - Vendor agrees to obtain any endorsement that may be necessary to affect the waiver of subrogation on the coverages required. However, this provision applies regardless of whether the City has received a waiver of subrogation endorsement from the insurer. Acceptability of Insurers - Insurance must be placed with insurers with a current A.M. Best rating of A:VII or higher. If not rated, exceptions may be made for members of the Florida Insurance Funds (i.e. FWCIGA, FAJUA). Carriers may also be considered if they are licensed and authorized to do insurance business in the State of Florida. 1 ADDENDUM NO. 1 INVITATION TO BID NO. 2020-019-ND PAINTING (INTERIOR AND EXTERIOR) AND WATERPROOFING SERVICES MIAMIBEACH PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 www.miamibeachfl.gov Verification of Coverage — Contractor shall furnish the City with original certificates and amendatory endorsements, or copies of the applicable insurance language, effecting coverage required by this contract. All certificates and endorsements are to be received and approved by the City before work commences, However, failure to obtain the required documents prior to the work beginning shall not waive the Contractor's obligation to provide them. The City reserves the right to require complete, certified copies of all required insurance policies, including endorsements, required by these specifications, at any time. CERTIFICATE HOLDER MUST READ: CITY OF MIAMI BEACH 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-miamibeachAriskworks.com Special Risks or Circumstances - The City of Miami Beach reserves the right to modify these requirements, including limits, based on the nature of the risk, prior experience, insurer, coverage, or other special circumstances. Compliance with the foregoing requirements shall not relieve the vendor of his liability and obligation under this section or under any other section of this agreement. Any questions regarding this Addendum should be submitted in writing to the Procurement Management Department to the attention of the individual named below, with a copy to the City Clerk's Office at RafaelGranado©miamibeachfl.gov Contact: Telephone: Email: 1 Natalia Delgado 305-673-7000 ext. 6263 nataliadelgado@miamibeachffgov Proposers are reminded to acknowledge receipt of this addendum as part of your ITB submission. ex Itmancent 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 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@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. Com pliance with the fore going requirements shall not relieve the vendor of his liability and obligation under this section or under any other section of this agreement. Any questions regarding this Addendum should be submitted in writing to the Procurement Management Department to the attention of the individual named below, with a copy to the City Clerk's Office at Rafael Gran ado@m i amibe achfl.gov Contact: Natalia Del ado Telephone: 305-673-7000 ext, 6263 miamibeachfl.4ov Proposers are reminded to acknowledge receipt of this addendum as part of your 1TB submission. tertre9rosette testeroteterrestretttttteserti~t8tttt#9.ter0roter9.9setteeoeetttottetoerrtrtet8p~ 2 ADDENDUM NO. 1 INVITATION TO BID NO. 2019-109-ND PAINTING (INTERIOR AND EXTERIOR) AND WATERPROOFING SERVICES