ITB-20-019-12 JAG Painting Contractors IncCONTRACT NO. 20-019-12
We are committed to providing excellent public service and safety to all who live, work, and play in our vibrant, tropical, historic community.
City of Miami Beach, 1755 Meridian Avenue, 3rd Floor, Miami Beach, Florida 33139, www.miamibeachfl.gov
PROCUREMENT DEPARTMENT
Tel: 305-673-7490, Fax: 786-394-4235
SENT VIA E-MAIL TO: jagpainting@bellsouth.net
March 8, 2021
Jose A. Garcia-Viera
JAG Painting Contractors, Inc.
11288 SW 17 Court
Miramar FL, 33025
Ph: 305-216-8777
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. Garcia-Viera:
JAG Painting Contractors, 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. This letter shall serve as official notice that on January 22, 2021, the City Manager approved
the Contractor to be prequalified to provide painting and waterproofing services to the City.
The ITB stipulates and this letter shall confirm that the City Manager shall constitute a binding
Contract between the City and the Contractor. It is important to note that work will be awarded
pursuant to the roadmap established in Section 6 of the ITB. Further, no services may be performed
until such time as insurance has been received and the City has issued a Purchase Order for
the desired scope of work.
If you have any questions regarding this letter of notification of award, you may contact Valerie
Velez, Contract Analyst, Procurement Department, at ValerieVelez@miamibeachfl.gov or at
305.673.7490. Otherwise, all other questions should be addressed to the Contract Manager for
this contract, Adrian Morales Director Property Management Department at
AdrianMorales@miamibeachfl.gov or (305) 673-7000 ext. 2932.
Sincerely,
Alex Denis
Director Procurement Department
AD/ME/AG
ATTACHMENT A
COMMISSION AWARD MEMO
PROCUREMENT DEPARTMENT
REQUEST FOR CITY MANAGER
APPROVAL
2020-019-ND
Requested Action
Piggyback Approval Award of ITQ
Contract Execution Request for Contract Term Renewal
Change Order Approval XXX Other: Approval
Request approval to add painting and waterproofing contractors to existing painting and waterproofing contractor
pool, pursuant to Invitation to Bid (ITB) 2020-019-ND for painting (interior and exterior) and waterproofing services
Why is requested action necessary?
On February 12, 2020, the City of Miami Beach, Florida (“City”) adopted Resolution No. 2020-31160 (attached) for
the establishment of a pool of painting and waterproofing contractors for future painting and waterproofing projects
with a contract price of $300,000 or less. The Resolution delegates to the City Manager the authority to add painting
and waterproofing contractors to the pool, provided such contractors meet the requirements of the ITB.
The Procurement Department has received an additional two (2) responsive and responsible applications pursuant
to the ITB from: 1) JAG Painting Contractors, Inc., and 2) JCI International, Inc. The Procurement Department has
determined that the additional two (2) contractors are qualified and meet the requirements established in the ITB.
The Administration recommends that the City Manager approve the two (2) responsive and responsible contractors,
listed above, that have met the requirements of the ITB, pursuant to Resolution 2020-31160.
Previous Action(s)
N/A
Authority
Resolution 2020-31160
Fiscal Impact
N/A
Term
2/11/2020 - 2/10/2023
Attachments
Attachment A; Resolution 2020-31160
Approval
Dept. Head:
Procurement: ACM(s): City Manager:
Date:
Date:
Date: Date:
DocuSign Envelope ID: 59C4F701-8652-4875-AA0F-DF3B2062DEC2
1/15/2021 | 10:59 EST 1/21/2021 | 3:30 EST 1/22/2021 | 10:29 EST 1/22/2021 | 11:00 EST
RESOLUTION NO. 2020-31160
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. ("I.D. Painting"), Inclan Painting and Waterproofing, Corp. ("Inclan"), Roof Painting by
Hartzell, Inc. ("Hartzell"), and Paint Quest, LLC ("Paint Quest"); and
WHEREAS, in its due diligence, the Procurement Department found that Cunano,
Endirt, Government Business, Halcyon, I.D. Painting, Inclan, Hartzell, and Paint Quest met the
requirements of the ITB; and
WHEREAS, all bidders as listed in Exhibit A have been deemed responsive, responsible
bidders meeting all terms and conditions of the ITB; and
WHEREAS, when a need arises, the City will seek proposals from all 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
DocuSign Envelope ID: 59C4F701-8652-4875-AA0F-DF3B2062DEC2
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 is day of F--br1(472020.
ATTEST:
2118'/Bou0 Air-- ---.
RAF EL E. RANADO, CITY CLERK DAN GELBER, MAYOR
F:\PURC1Solicitations12020\2020-019-ND ITB Painting(Interior and Exterior)and Waterproofing Services\10-Commission Award Documents\ITB-2020-
019-ND-Resolution.doc
4.'.14:i.8..,,:,,
77-
1`.:9k..-...'",,APPROVED AS TO
IM(ORP RATED/ - FORM &LANGUAGE
1 " :=
FOR EXECUTION
cH 26,.h.
oc.:9.t., k (Z.' 3y't1
City Attorney rt_ps_e Date
DocuSign Envelope ID: 59C4F701-8652-4875-AA0F-DF3B2062DEC2
Resolutions -C7 H
MIAMI BEACH
COMMISSION MEMORANDUM
TO: Honorable Mayor and Members of the City Commission
FROM: Jimmy L. Morales, City Manager
DATE: February 12, 2020
SUBJECT:A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY
OF MIAMI BEACH, FLORIDA, ACCEPTING THE RECOMMENDATION OF
THE CITY MANAGER, PURSUANT TO INVITATION TO BID (ITB) 2020-019-
ND, TO ESTABLISH A POOL OF PAINTING AND WATERPROOFING
CONTRACTORS TO EXPEDITE THE SELECTION OF CONTRACTORS
FOR FUTURE PAINTING AND WATERPROOFING PROJECTS WITH A
CONTRACT PRICE OF $300,000 OR LESS; AND APPROVING THE
INITIAL POOL OF QUALIFIED CONTRACTORS, AS SET FORTH IN
EXHIBIT "A" TO THE COMMISSION MEMORANDUM ACCOMPANYING
THIS RESOLUTION; FURTHER, AUTHORIZING THE CITY MANAGER TO
KEEP THE ITB OPEN FOR THE PURPOSE OF PREQUALIFYING
ADDITIONAL PAINTING AND WATERPROOFING CONTRACTORS, AND
DELEGATING TO THE CITY MANAGER THE AUTHORITY TO ADD OR
REMOVE CONTRACTORS TO THE POOL, PROVIDED SUCH
CONTRACTORS MEET THE REQUIREMENTS OF THE ITB.
RECOMMENDATION
Adopt the Resolution
BACKGROUND/HISTORY
For approximately five years, the City of Miami Beach has had an agreement for the provision of
interior and exterior painting and waterproofing services. The current contract expired on
October 21, 2019. In order to establish a replacement contract, on October 4, 2019, the City
issued an Invitation to Bid 2020-019-ND (the "ITB"). The purpose of the ITB is to establish a
contract, by means of sealed applications, with qualified contractors for the establishment of a
prequalified pool of painting and waterproofing contractors. The pre-qualified pool established
shall effectively create a source of viable contractors from which the City may issue Invitation to
Quotes (ITQs) for various City painting and waterproofing projects during the term 'of the
contract. Further, at any time, the City, through the approval of the City Manager, may accept
applications and add additional or remove contractors to the list of prequalified contractors
during the term of the contract.
ANALYSIS
Page 287 of 1185
DocuSign Envelope ID: 59C4F701-8652-4875-AA0F-DF3B2062DEC2
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. Otherwise,
redundant and time-consuming efforts would be required to qualify contractors each time a need
was identified. In order to continue to maximize competition by continuing to add contractors, I
recommend that the period for submitting applications be extended to be consistent with the
term of the contract. New applicants that meet the ITB requirements will be added to the pool.
Contractors that do not perform well will be removed from the pool.
Therefore, I recommend that the Mayor and City Commission of the City of Miami Beach,
Florida, approve the Resolution, accepting the recommendation of the City Manager, pursuant
to Invitation to Bid (ITB) No. 2020-019-ND, to establish a pool of painting and waterproofing
contractors to expedite the selection of contractors for future painting and waterproofing
projects not to exceed $300,000, and approve the initial pool of qualified contractors, as set
forth in Exhibit "A" to the Commission Memorandum accompanying this Resolution; further,
authorizing the City Manager to keep the ITB open for the purpose of prequalifying additional
painting and waterproofing contractors, and delegating to the City Manager the authority to add
Page 288 of 1185
DocuSign Envelope ID: 59C4F701-8652-4875-AA0F-DF3B2062DEC2
or remove) contractors to the pool, provided the added contractors meet the requirements of
the ITB.
Applicable Area
Citywide
Is this a Resident Right to Does this item utilize G.O.
Know item? Bond Funds?
No No
Legislative Tracking
Property Management/Procurement
ATTACHMENTS:
Description
Attachment A
Resolution
Page 289 of 1185
DocuSign Envelope ID: 59C4F701-8652-4875-AA0F-DF3B2062DEC2
1 Added through CM Approval No. 2020-019-ND
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
Fonsis, LLC
Master Rollers Painting, Inc.
JCI International, Inc.1
JAG Painting Contractors, Inc.1
DocuSign Envelope ID: 59C4F701-8652-4875-AA0F-DF3B2062DEC2
ATTACHMENT B
ADDENDA AND ITB SOLICITATION
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.
SECTION 0100: GENERAL INFORMATION & SCOPE OF WORK
1. PURPOSE. The City of Miami Beach is seeking applications from painting or painting and
waterproofing contractors who wish to participate in a pre-qualification pool that will be used to solicit
various routine painting and waterproofing services on an “as needed” basis as specified herein.
Interested contractors may submit an application indicating its intent to become prequalified. All
contractors which meet or exceed the criteria established in this solicitation shall be placed on a pre-
qualification list that may be accessed by various City departments to obtain price quotations for
various routine painting and waterproofing services.
The City utilizes BidSync (www.bidsync.com) for automatic notification of solicitation opportunities and
document fulfillment. Any prospective bidder who has received this ITB by any means other than
through BidSync is solely responsible for registering immediately with BidSync to assure it receives any
addendum issued to this ITB. Additionally, prior to submittal of the bid, bidder shall verify that it has
received and complied with all addenda issued. Failure to receive an addendum, or comply with an
addendum requirement, may result in disqualification of bid submitted.
To be considered for the pool of pre-qualified contractors, interested parties must submit a
complete Bidder Pre-Qualification 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.
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 Delgado 305-673-7000 x6263 nataliadelgado@miamibeachfl.gov
The City Clerk is to be copied on all communications via e-mail at: RafaelGranado@miamibeachfl.gov;
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
bidder will provide and maintain the highest quality of customer service possible during completion of
the project(s). Project-specific deliverables and expectations shall be defined on a project-by-project
basis, as specified in each ITQ.
8. VOLUME OF WORK TO BE RECEIVED BY BIDDER. No promise of work is given, or should be
understood, as a result of a pre-qualification. The City reserves the right to purchase any goods
and/or services awarded from any resulting agreement, or another governmental contract, or on an as-
needed basis through the City’s spot market purchase provisions.
9. STANDARD TERMS AND CONDITIONS. The City’s Standard Terms and Conditions for Service
Contracts (available at https://www.miamibeachfl.gov/city- hall/procurement/standard-terms-and-
conditions/) are referenced and incorporated herein.
10. INSURANCE REQUIREMENT. Insurance requirements will be released as part of an addendum.
11. BINDING AGREEMENT. By virtue of submitting an application for the City’s consideration, the
bidder agrees that the application shall be considered an offer on the part of the bidder, which offer
shall be deemed accepted upon approval of bidder’s prequalification status by City Manager or City
Commission. Further, bidder agrees that, upon approval of the bidder’s application by the City Manager
or City Commission, a binding Agreement shall be established between the City and the approved
contractor. The Agreement shall be comprised of the following documents, and in the following order:
First, the Purchase Order issued by the City; then,
Second, the signed Contractor Service Order; then,
Third, the Invitation to Quote (ITQ) awarded to the vendor; then,
Fourth the ITB, including all documents released in connection with the ITB, including
all appendixes, whether included herein or released under separate cover.
In case of default on the part of the Successful Bidder, after said award, the City may take such action
as it deems appropriate, including legal action, for damages or specific performance.
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
Prequalification Application Instructions
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 informati on 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]
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 B – Operational & Management Information.
1. Provide the names of each owner (stockholder, sole proprietor, and partner), director, or officer of the
company, below. Submit additional names on a separate sheet if required.
Owner Ownership percentage Directorship/Office type
2. Provide three (3) clients for which the bidder has provided the referenced services in the last five (5)
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?
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?
11. YES NO
If yes, why?
5. Is an affiliate of the bidder prequalified by the City of Miami Beach for any work?
YES NO
If yes, state the name of the affiliate?
6. Is the bidder a parent, subsidiary, or holding company 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, or agent of the bidder affiliated with another company?
12. 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?
11. 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?
11. 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?
11. YES NO
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?
11. YES 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?
11. 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?
11. 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?
12. 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 agent, an employee of the City of Miami Beach?
YES NO
If yes, state name, title and share of ownership
Name Title Share (%) of Ownership
16. Has the bidder, or any officer, director, employee or agent, contributed to the campaign either directly or
indirectly, of a candidate who has been elected to the office of Mayor or City Commissioner for the City
of Miami Beach?
YES NO
If yes, provide details.
17. Equal Benefits for Employees with Spouses and Employees with Domestic Partners. Purchases
hereunder are subject to the requirements of Equal Benefits for Domestic Partners Ordinance 2005-3494 that
requires bidders with more than 51 employees and City volume greater than $100,000 to provide “Equal
Benefits” to their employees with domestic partners, as they provide to employees with spouses. The Ordinance
applies to all employees of a bidder who works within the City limits of the City of Miami Beach, Florida; and the
Contractor’s employees located in the United States, but outside of the City of Miami Beach limits, who are
directly performing work on the contract within the City of Miami Beach.
A. Does your company provide or offer access to any benefits to employees with spouses or to spouses of
employees?
YES NO
B. Does your company provide or offer access to any benefits to employees with (same or oppo site sex)
domestic partners* or to domestic partners of employees?
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 c ondition of
the company . Further, any prequ alifie d contractor , including its principal(s), director(s), and any affiliate, who
is a party to any misrepresentation to obtain business or contracts with the City of Miami Beach shall be
declared delinquent and have its certificate suspended or revoked and will be subject to debarment and any
other penalties prescribed by law.
The undersigned affirms that the bidder agrees: 1) to complete and unconditional acceptance of the terms and
conditions of this document, inclusive of attachments, exhibits and appendices ; 2) that it has not colluded, nor
will collude, with any other bidder; 3) that all information contained herein is part of the public domain as defined
by the State of Florida Sunshine and Public Records Laws; 4) that all responses, data and information contained
in the bid are true and accurate.
Name:
Title (must be a principal of the bidder):
Signature:
Date:
[THE REMAINDER OF THIS PAGE IS LEFT INTENTIONALLY BLANK]
APPENDIX B
________________________________________________________________________
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
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 unt il 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 providin g 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.
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 performi ng 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 e xecution 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, structu re, 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]
ATTACHMENT C
SUNBIZ & PROPOSAL RESPONSE TO ITB
1/7/2021 Detail by FEI/EIN Number
search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=FeiNumber&directionType=Initial&searchNameOrder=650138786L0994…1/2
Document Number
FEI/EIN Number
Date Filed
State
Status
Last Event
Event Date Filed
Event Effective Date
Department of State / Division of Corporations / Search Records / Search by FEI/EIN Number /
Detail by FEI/EIN Number
Florida Profit Corporation
JAG PAINTING CONTRACTORS, INC.
Filing Information
L09942
65-0138786
08/18/1989
FL
ACTIVE
CANCEL ADM DISS/REV
11/24/2009
NONE
Principal Address
11288 SW 17 COURT
MIRAMAR, FL 33025
Changed: 06/15/2017
Mailing Address
11288 SW 17 COURT
MIRAMAR, FL 33025
Changed: 06/15/2017
Registered Agent Name & Address
GARCIA, JOSE
3128 CORAL WAY
MIAMI, FL 33145
Name Changed: 06/15/2017
Address Changed: 06/15/2017
Officer/Director Detail
Name & Address
Title President, Director, Secretary
GARCIA, JOSE A
11288 SW 17 COURT
MIRAMAR, FL 33025
D
1/7/2021 Detail by FEI/EIN Number
search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=FeiNumber&directionType=Initial&searchNameOrder=650138786L0994…2/2
Annual Reports
Report Year Filed Date
2018 03/07/2018
2019 03/05/2019
2020 03/24/2020
Document Images
03/24/2020 -- ANNUAL REPORT View image in PDF format
03/05/2019 -- ANNUAL REPORT View image in PDF format
03/07/2018 -- ANNUAL REPORT View image in PDF format
06/15/2017 -- AMENDED ANNUAL REPORT View image in PDF format
01/10/2017 -- ANNUAL REPORT View image in PDF format
01/23/2016 -- ANNUAL REPORT View image in PDF format
02/05/2015 -- ANNUAL REPORT View image in PDF format
01/08/2014 -- ANNUAL REPORT View image in PDF format
04/08/2013 -- ANNUAL REPORT View image in PDF format
01/05/2012 -- ANNUAL REPORT View image in PDF format
01/05/2011 -- ANNUAL REPORT View image in PDF format
07/12/2010 -- ANNUAL REPORT View image in PDF format
06/09/2010 -- ADDRESS CHANGE View image in PDF format
03/17/2010 -- ANNUAL REPORT View image in PDF format
11/24/2009 -- REINSTATEMENT View image in PDF format
05/15/2008 -- ANNUAL REPORT View image in PDF format
04/02/2007 -- ANNUAL REPORT View image in PDF format
11/14/2006 -- Amendment View image in PDF format
01/05/2006 -- ANNUAL REPORT View image in PDF format
05/17/2005 -- ANNUAL REPORT View image in PDF format
11/03/2004 -- REINSTATEMENT View image in PDF format
05/01/2003 -- ANNUAL REPORT View image in PDF format
03/25/2002 -- ANNUAL REPORT View image in PDF format
12/21/2001 -- REINSTATEMENT View image in PDF format
05/17/2000 -- ANNUAL REPORT View image in PDF format
03/01/1999 -- ANNUAL REPORT View image in PDF format
04/18/1998 -- REINSTATEMENT View image in PDF format
Florida Department of State, Division of Corporations
MIAMI BEACH
TABLE OF CONTENTS
SECTIONS:
0100 GENERAL INFORMATION & SCOPE OF WORK
APPENDICES:
APPENDIX A
APPENDIX B
DEFINITIONS:
PREQUALIFICATION APPLICATION
SPECIAL CONDITIONS
Bidder means any firm or individual submitting an application in response to this 1TB . The term bidder
may be used interchangeably with applicant and proposer.
Vendor means any firm or individual that has been pre-qualified to supply goods or services to the City.
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 sha ll be placed on a pre-
qualification list that may be accessed by various City departments to obta in price quotations for
various routine painting and waterproofing services.
The City utilizes BidSync (www.bidsync .com ) for automati c notification of solicitation oppo rtunities and
document fulfillment. Any prospective bidder who has recei ved 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 A lication A endix A .
2. OVERVIEW OF PREQUALIFICATION PROCESS. The figure below is a general overview of the
process that the City will utilize to award work pursuant to the prequalification process.
5. Work will be
awarded in accordance
with the roadmap
procedures established
in the 1TB.
4. On an as needed
basis, City will request
~ and costs from
firms prequalified for
the appl icable categO!y'
3. If Application is
approved, firm is added
to the list of firms
prequalified authorized
for future work.
1. Bidder ~v.bmit~Jl!L
i!P.PJ)~tjQn to be
prequalified in
response to this 1TB.
2. Application is evaluated
for compliance with 1TB
requirements.
3. PROCUREMENT CONTACT. Any questions or clarifications concerning this solicitation shall be
submitted to the Procurement Contact noted below. The Bid title/number shall be referenced on all
correspondence.
4. APPROVAL OF PREQUALIFIED STATUS. Following the review of applications, the responsive,
responsible bidder(s) meeting all terms and conditions of the 1TB will be recommended for addition to
the prequalified pool, as deemed in the best interest of the City , to the City Manager for his
consideration.
PREQUALIFIED STATUS IS VALID FOR THREE (3) YEARS FROM DATE OF THE NOTICE OF
PREQUALIFICATION ISSUED BY THE CITY , OR AS OTHERWISE APPROVED BY THE CITY
MANAGER.
4.1 RENEWAL TERMS. The City Manager, at his sole discretion, may approve up to two (2),
one (1) year renewal terms, providing that the required certification is still valid.
5. ADDITIONAL PREQUALIFIED FIRMS TO BE ADDED TO POOL. At any time, the City, through the
approval of the City Manager, may accept applications and add additional firms to the list of
prequalified firms.
6. AWARDING WORK. When the need for services arises all prequalified contractors that are in good
standing may be invited to submit statements of work (SOW) and costs based on an Invitation to Quote
(ITQ) issued by the City. Each SOW prepared by the contractor shall include a clear description of the
work to be performed (with specific and timed deliverables) and the related costs by deliverable. The
City will select the prequalified contractor that offers the best combination of services and cost , solely at
the discretion of the City.
7. SERVICE DELIVERY EXPECTATIONS. The City places an emphasis on excellent customer service
delivery and expects the prequalified bidder to provide the best possible customer service to any and
all awarded projects throughout the term of the contract. The prequalified bidder's project manager is
responsible for monitoring the customer service provided to City by prequalified bidder's staff, sales
and support teams, and employing, as necessary, corrective measures, to ensure that the prequalified
bidder will provide and maintain the highest quality of customer service possible during completion of
the project(s). Project-specific deliverables and expectations shall be defined on a project-by-project
basis, as specified in each ITQ.
8. VOLUME OF WORK TO BE RECEIVED BY BIDDER. No promise of work is given, or should be
understood, as a result of a pre-qualification. The City reserves the right to purchase any goods
and/or services awarded from any resulting agreement, or another governmental contract, or on an as-
needed basis through the City's spot market purchase provisions.
9. STANDARD TERMS AND CONDITIONS. The City's Standard Terms and Conditions for Service
Contracts (available at https://www.miamibeachfl.gov/city-hall /procurement/standard-terms-and-
con ditions/) are referenced and incorporated herein.
10. INSURANCE REQUIREMENT. 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 automobi les 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 .
Verification of Coverage -Contractor shall furnish the City with original certificates and amendatory
endorsements, or copies of the applicable insurance lang uage , 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, requ ired by these
specifications, at any time.
CERTIFICATE HOLDER MUST READ:
CITY OF MIAMI BEACH
c/o EXIGIS Insurance Compliance Services
P.O. Box 4668 -ECM #35050
New York, NY 10163-4668
Kindly submit all certificates of insurance, endorsements, exemption letters to our servicing agent,
EXIGIS, at:
Certificates-miamibeach@riskworks .com
Special Risks or Circumstances -The City of Miami Beach reserves the right to modify these
requirements, including limits, based on the nature of the risk , prior experience, insurer , coverage, or
other special circumstances.
Compliance with the foregoing requirements shall not relieve the vendor of his liability and obligation
under this section or under any other section of this agreement.
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 (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.
APPENDIX A
MIAMI BEACH
Prequalification
Application
2020-019-ND
Painting (Interior and Exterior) and
Waterproofing Services
PROCUREMENT DEPAR TMENT
1755 Meridian Avenue , 3rd Floor
Miami Beach, Florida 33139
MIAMI BEACH
Pre ualification A lication Instructions
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) electronic copy of the application to Natalia Delgado at
nataliadelgado@miamibeachfl.gov.
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.
Section 3. NON-RESPONSIVENESS Failure to submit the following requirements shall result in a
determination of non-responsiveness. Non-responsive applications will not be considered.
1. Prequalification Application (submitted electronically via email. Please refer to Section 1
above).
[THE REMAINDER OF THIS PAGE IS LEFT INTENTIONALLY BLANK]
Part A -General Bidder Information.
FIRM NAME:
JAG PAINTING CONTRACTORS INC.
NO. OF YEARS IN BUSINESS: I NO. OF YEARS IN BUSINESS I NO. OF EMPLOYEES:
32 YEARS LOCALLY: 32 YEARS 14
OTHER NAME(S) BIDDER HAS OPERATED UNDER IN THE LAST 10 YEARS:
NONE
FIRM PRIMARY ADDRESS (H EADQUARTERS):
11288 SW 17 COURT
CITY :
MIRAMAR
STATE: I ZIP CODE:
FLORIDA 33025
TELEPHONE NO.:
305 625-0033
TOLL FREE NO.:
FAX NO.:
786 520 3113
FIRM LOCAL ADDRESS:
15928 NW 48 Avenue
CITY:
MIAMI GARDENS
STATE: I ZIPCODE:
FL 33014
PRIMARY ACCOUNT REPRESENTATIVE FOR THIS ENGAGEMENT:
JOSE A GARCIA-VIERA
ACCOUNT REP TELEPHONE NO.:
305 216 8777
ACCOUNT REP TOLL FREE NO.:
ACCOUNT REP EMAIL:
jagpainting@bellsouth.net
FEDERAL TAX IDENTIFICATION NO.:
65-0138786
BIDDER IS:
V CORPORATION / PARTNERSHIP / SOLE PROPRIETORSHIP / OTHER (If other, soecifv: l
Part B -Operational & Management Information.
1. Provide the names of each owner (stockholder, sole proprietor, and partner), director, or officer of the
companv, b I S eow. ubmit additional names on a separate sheet if required.
Owner Ownership percentage Directorship/Office type
Jose Garcia-Viera 100% President
2. Provide three (3) clients for which the bidder has provided the referenced serv ices in the last five (5)
years.
Project Description of Work Project Refe rence
LINCOLN CENTER BUILDING PAINTING & WATERPROOFING "'1ame: Esteban Acosta
1100 Lincoln Road ::mail: esteban.acosta@colliers.com
Miami Beach Florida 33139 lrelephone: 305 343 0335
CITY OF PEMBROKE PINES PAINTING &WATERPROOFING Name: Giraldo Hernandez
SINIOR CENTER COMPLEX ~mail: ghernandez@ppines.com 301 NW 103 Avenue
Pembroke Pines Fl 33025 eleohone: 786 343 1079
VANDERBILT OFFICE PROPERTY PAINTGING & WATERPROOFING Name: Millie Munoz-Osuna
SAWGRASS POINTE I BUILDING :=mail: mmunoz--osuna@vanderbiltop.com 1000 Sawgrass Corporate Parkway
Sunrise Fl 33323
lfeleohone: 954 435 0610
3. Is the bidder currently barred b~vernmental a[ency,
1
from bidding as a prime or subcontractor?
L_J YES X NO
If yes, state debarment period and the reason{s) for debarment?
4. Has the bidder or any of its owners, directors, officers, or agents been convicted of a crime or had a
claim that was filed in a court and mediated or arbitrated during the last five (5) years?
~YES E]NO
I Wyes, why?
5. Is an affiliate of the bidder plequalired by the ciiy of liami Beach for any work?
YES X NO
If yes, state the name of the affiliate?
6. Is the bidder a parent, subsi~r holding corpanyl for another company?
L_J YES X NO
If the answer is "yes," identify th e company and type of relationship(s), below:
Company Type of affiliation (parent or subsidiary) Period of affiliation
7. Is an owner, director, officer, r aget of the bidder affiliated with another company?
YES IB=:J NO
If the answer is "yes," provide the following information for each individual and the affiliated company.
Individual's name Affilia!ed 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?
~YES [K:=}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 [K:=} 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
I If yes, explain.
11 .. Has the bid?er been assessed or paid any fines on any contract during the past five (5) years , whether the
proJect was publicly or privately owned?
C]YES E] NO
I II 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?
C]YES ~ NO
I "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 publ ic agency or entity?
[:=)YES X NO
I II yes, explain.
14. Has the bidder or any of its owners , officers, or partners ever been conv icted of any a federal or
state crime?
[:=) YES (O NO
111 yes, explain.
15. Is any officer, director, employee or agent, or immediate family member {spouse, parent, sibling , and child) of
any officer, director, employee or jgent,
1
an employee of the City of Miami Beach?
YES (0 NO
If t t ftl d h f h' yes , s a e name, 1 e an s are o owners II'_
Name Title Share 1%J of Ownership
16. Has _th~ bidder, or any ?fficer, 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 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 wit h more than 51 employees and City volume greater than $100,000 to provide "Eq ual
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 Miam i 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?
CJ YES E=:]NO
B. Does your company provide or offer access to any benefits to employees with (sam e or opposite sex)
domestic partners* or to domestic partners of elployei9s? CJ YES X 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 Emp loyees with Provide Benefit
Soouses 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 prequa lified sourced in North
Carolina or Mississippi?
[=:J YES ~ NO
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 support ing
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 pub lic 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.
Title (must be a principal of the bidder):
PRESIDENT
Signature: Date :
10/23/2020
[THE REMAINDER OF THIS PAGE IS LEFT INTENTIONALLY BLANK]
APPENDIX B
MIAMI BEACH
------------------
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 331 39
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 responsibil ity 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 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]