Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
21-145-02 Black Fire Protection Inc Fully Executed Award Letter
CONTRACT NO. 21-145-02 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: email@blackfireprotection.com July 8, 2021 Marcas Black Black Fire Protection, Inc. 1014 SW 19th Street Fort Lauderdale, FL 33315 Phone: 954-822-5579 RE: NOTICE OF AWARD OF CONTRACT PURSUANT TO INVITATION TO BID (ITB) NO. 2021-145-AY FOR THE ANNUAL INSPECTION, TESTING, CERTIFICATION, REPAIR AND MAINTENANCE OF FIRE SPRINKLER AND FIRE SUPRESSION SYSTEMS Dear Mr. Black: On May 26, 2021, Black Fire Protection, Inc. (the “Contractor”) submitted to the City of Miami Beach, Florida (the “City”) a bid in response to the above-referenced ITB. The ITB stipulates, pursuant to Section 0200, Sub-Section 16, Binding Contract, that the award of the ITB 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 June 23, 2021 meeting, approved the City Manager’s recommendation, pursuant to the ITB, to award a contract to Black Fire Protection, Inc. for the following groups: Group A and Group B – Secondary Contractor For a list of awarded Groups refer to Exhibit A attached hereto. It is important to note that no services may be performed until such time as insurance has been received pursuant to the ITB and 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 ext. 26905. Otherwise, all other questions should be addressed to the Contract Manager for this contract, Santiago Sellan, Facilities Management Division, Facilities and Fleet Management Department at santiagosellan@miamibeachfl.gov or 305-673-7000 ext. 22126. Sincerely, Alex Denis Director Procurement Department AD/ME/VV DocuSign Envelope ID: DA283602-F6CA-4224-8F76-EFBA2CD17AB4 EXHIBIT A AWARDED GROUPS ITB-2021-145-AY Fire Sprinklers and Suppression Systems DocuSign Envelope ID: DA283602-F6CA-4224-8F76-EFBA2CD17AB4 ATTACHMENT A COMMISSION AWARD MEMO DocuSign Envelope ID: DA283602-F6CA-4224-8F76-EFBA2CD17AB4 DocuSign Envelope ID: DA283602-F6CA-4224-8F76-EFBA2CD17AB4 DocuSign Envelope ID: DA283602-F6CA-4224-8F76-EFBA2CD17AB4 Do c u S i g n E n v e l o p e I D : D A 2 8 3 6 0 2 - F 6 C A - 4 2 2 4 - 8 F 7 6 - E F B A 2 C D 1 7 A B 4 ATTACHMENT B ADDENDA AND ITB SOLICITATION DocuSign Envelope ID: DA283602-F6CA-4224-8F76-EFBA2CD17AB4 PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 www.miamibeachfl.gov 1 ADDENDUM NO. 1 INVITATION TO BID NO. 2021-145-AY ANNUAL INSPECTION, TESTING, CERTIFICATION, REPAIR AND MAINTENANCE OF FIRE SPRINKLERS, AND FIRE SUPPRESSION SYSTEMS CITYWIDE ADDENDUM NO. 1 INVITATION TO BID NO. 2021-145-AY ANNUAL INSPECTION, TESTING, CERTIFICATION, REPAIR AND MAINTENANCE OF FIRE SPRINKLERS, AND FIRE SUPPRESSION SYSTEMS CITYWIDE May 21, 2021 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. ITB DUE DATE AND TIME. The deadline for the electronic receipt of bids is on Friday, May 28, 2021, until 3:00 P.M. PUBLIC BID OPENING WILL BE VIA CONFERENCE ONLY Dial-in Instructions: • Dial the Telephone Number: 786-636-1480 • Enter the Conference ID No: 605 359 522# All bids received and time stamped through BidSync, prior to the bid submittal deadline shall be accepted as timely submitted. Bids will be opened promptly at the time and date specified. Hard copy bids or bids received electronically, either through email or facsimile, submitted prior to or after the deadline for receipt of bids are not acceptable and will be rejected. Late bids cannot be submitted, bidders are cautioned to plan sufficiently. The City will in no way be responsible for delays caused by technical difficulty or caused by any other occurrence. II. ATTACHMENTS Exhibit A: ITB 2016-004-MT Cost Proposal form Exhibit B: Inspection Reports and systems list. III. RESPONSES TO QUESTIONS RECEIVED Q1: Who is the current service provider and what is their pricing? A1: The current service provider is National Fire Protection, LLC. Please refer to Exhibit A. Q2: What is the current rate? A2: Please refer to Exhibit A. Q3: Is it possible to get the manufacturer's name, system size, room protected, etc. for each system? A3: Please refer to Exhibit B. Q4: Would it be possible to acquire the past inspection reports related to the inspection, and testing of each system. This should also have the manufacturer's model, system cylinder size, control panel model number, as well as number of devices associated with each system? A4: Please refer to Exhibit B. Q5: Is it possible to acquire the manufacturers name, and model, for the fire alarm system each system is connected to within the building it resides? DocuSign Envelope ID: DA283602-F6CA-4224-8F76-EFBA2CD17AB4 PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 www.miamibeachfl.gov 2 ADDENDUM NO. 1 INVITATION TO BID NO. 2021-145-AY ANNUAL INSPECTION, TESTING, CERTIFICATION, REPAIR AND MAINTENANCE OF FIRE SPRINKLERS, AND FIRE SUPPRESSION SYSTEMS CITYWIDE A5: Please refer to Exhibit B. Q6: Can we get photographs of each system's cylinder or cylinders, system control panel, and possibly a visual of each hazard, or room protected? By acquiring this information we should be able to tell if each system is equipped with liquid level indicators, or if each cylinder will require being weighed during the inspections as required by the N.F.P.A. 2001 Standard. A6: There are no photographs or visuals available. However, please refer to Exhibit B, the inspection reports for the systems in each location. Q7: On all of the groups, there are listed as Quantity 1 for each location. What is the process if it is identified after award that the quantity was incorrect? Is the bidder able to charge the unit pricing for additional units identified? A7: The quantities listed in the cost proposal form are estimated; if additional inspections are required at a location, the services will be provided at the unit cost provided per location. Q8: Do the bidders have to bid on each group in order to be considered, or will it be acceptable to bid only certain groups? Furthermore, will multiple vendors be chosen or will it be awarded as “All or nothing”? A8: Bidders are not required to bid on each group in order to be considered. Please refer to Section 0100 “method of award”. Q9: Can you send inspection reports for the identified locations? A9: Please refer to Exhibit B. 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: Arju Yudasto Telephone: 305-673-7490 ext. 26695 Email: ArjuYudasto@miamibeachfl.gov Proposers are reminded to acknowledge receipt of this addendum as part of your ITB submission. Potential proposers that have elected not to submit a response to the ITB are requested to complete and return the “Notice to Prospective Bidders” questionnaire with the reason(s) for not submitting a proposal. Sincerely, Alex Denis Procurement Director DocuSign Envelope ID: DA283602-F6CA-4224-8F76-EFBA2CD17AB4 PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 www.miamibeachfl.gov 3 ADDENDUM NO. 1 INVITATION TO BID NO. 2021-145-AY ANNUAL INSPECTION, TESTING, CERTIFICATION, REPAIR AND MAINTENANCE OF FIRE SPRINKLERS, AND FIRE SUPPRESSION SYSTEMS CITYWIDE EXHIBIT A: ITB 2016-004-MT Cost Proposal Form DocuSign Envelope ID: DA283602-F6CA-4224-8F76-EFBA2CD17AB4 PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 www.miamibeachfl.gov 4 ADDENDUM NO. 1 INVITATION TO BID NO. 2021-145-AY ANNUAL INSPECTION, TESTING, CERTIFICATION, REPAIR AND MAINTENANCE OF FIRE SPRINKLERS, AND FIRE SUPPRESSION SYSTEMS CITYWIDE EXHIBIT B: Inspection Reports and Systems List DocuSign Envelope ID: DA283602-F6CA-4224-8F76-EFBA2CD17AB4 ` ITB 2021-145-AY ANNUAL INSPECTION, TESTING, CERTIFICATION, REPAIR AND MAINTENANCE OF FIRE SPRINKLERS, AND FIRE SUPPRESSION SYSTEMS CITYWIDE TABLE OF CONTENTS SOLICITATION SECTIONS: 0100 INSTRUCTIONS TO BIDDERS ..................................................................................... 0200 GENERAL TERMS AND CONDITIONS ......................................................................... 0300 BID SUBMITTAL INSTRUCTIONS & FORMAT .............................................................. APPENDICES: APPENDIX A MINIMUM REQUIREMENTS, SPECIFICATIONS, AND SPECIAL CONDITIONS APPENDIX B COST PROPOSAL FORM APPENDIX C INSURANCE REQUIREMENTS DocuSign Envelope ID: DA283602-F6CA-4224-8F76-EFBA2CD17AB4 SECTION 0100 INSTRUCTIONS TO BIDDERS 1. GENERAL. This Invitation to Bid (ITB) is issued by the City of Miami Beach, Florida (the “City”), as the means for prospective Bidders to submit their qualifications, proposed scopes of work and cost proposals (the “bid”) to the City for the City’s consideration as an option in achieving the required scope of services and requirements as noted herein. All documents released in connection with this solicitation, including all appendixes and addenda, whether included herein or released under separate cover, comprise the solicitation, and are complementary to one another and together establish the complete terms, conditions and obligations o f the Bidders and, subsequently, the successful Bidders(s) (the “contractor[s]”) if this ITB results in an award. The City utilizes Periscope S2G (formally known as BidSync) (www.periscopeholdings.com or www.bidsync.com) for automatic notification of competitive solicitation opportunities and document fulfillment, including the issuance of any addendum to this ITB. Any prospective Proposer who has received this ITB by any means other than through Periscope S2G must register immediately with Periscope S2G to assure it receives any addendum issued to this ITB. Failure to receive an addendum may result in disqualification of proposal submitted. 2. PURPOSE. The purpose of this ITB is to establish a contract, by means of sealed bids, with a qualified firm(s), for the annual inspection, testing, certification, repair and maintenance of fire sprinklers, and fire suppression systems for the City of Miami Beach (the “City), in accordance with the prescribed specifications and requirements in Appendix A. The City desires to receive bids from qualified contractors for the inspection, recertification, and maintenance as designated throughout the City. Interested vendo rs are invited to submit bids in response to this ITB. The City’s current contract for these services expires in May 2021. The estimated annual budget for this project to be $70,000.00. Duration of entire contract (with renewals, if exercised by the City ) will be an estimated total of $210,000.00. 3. SOLICITATION TIMETABLE. The tentative schedule for this solicitation is as follows: ITB Issued April 29, 2021 Pre-Bid Meeting Friday, May 7, 2021 @ 10:00AM ET Dial-in Instructions: Dial the Telephone Number: +1 786-636-1480 Enter the Meeting Number: 286 921 168 and then press the pound (#) key Deadline for Receipt of Questions Monday, May 17, 2021 @ 5:00PM ET DocuSign Envelope ID: DA283602-F6CA-4224-8F76-EFBA2CD17AB4 Responses Due Wednesday, May 26, 2021 @ 3:00PM ET Tentative Commission Approval Authorizing Award June, 2021 4. PROCUREMENT CONTACT. Any questions or clarifications concerning this solicitation shall be submitted to the Procurement Contact noted below: Procurement Contact: Telephone: Email: Arju Yudasto 305-673-7000, ext. 26695 arjuyudasto@miamibeachfl.gov Additionally, the City Clerk is to be copied on all communications via e -mail at: RafaelGranado@miamibeachfl.gov; or via facsimile: 786-394-4188. The Bid title/number shall be referenced on all correspondence. All questions or requests for clarification must be received no later than ten (10) calendar days prior to the date proposals are due as scheduled in Section 0200-3. All responses to questions/clarifications will be sent to all prospective Bidders in the form of an addendum. 5. PRE-BID MEETING OR SITE VISIT(S). Only if deemed necessary by the City, a pre-bid meeting or site visit(s) may be scheduled. Attendance for the pre-bid meeting shall be via telephone and recommended as a source of information but is not mandatory. Bidders interested in participating in the pre-bid meeting must follow these steps: (1) Dial the TELEPHONE NUMBER: 786-363-1480 (2) Enter the MEETING NUMBER: 286 921 168# Bidders who are participating via telephone should send an e -mail to the contact person listed in this ITB expressing their intent to participate via telephone. 6. PRE-BID INTERPRETATIONS. Oral information or responses to questions received by prospective Bidders are not binding on the City and will be without legal effect, including any information received at pre - submittal meeting or site visit(s). The City by means of Addenda will issue interpretations or written addenda clarifications considered necessary by the City in response to questions. Only questions answered by written addenda will be binding and may supersede terms noted in this solicitation. Addendum will be released through BidSync. 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 the bid submittal. Written questions should be received no later than the date outlined in the Anticipated ITB Timetable section. 7. BIDDER’S RESPONSIBILITY. Before submitting a response, each bidder shall be solely responsible for making any and all investigations, evaluations, and examinations, as it deems necessary, to ascertain all conditions and requirements affecting the full performance of the contract. Ignorance of such conditions and requirements, and/or failure to make such evaluations, investigations, and examinations, will not relieve the bidder from any obligation to comply with every detail and with all provisions and requirements of the contract, and will not be accepted as a basis for any subsequent claim whatsoever for any monetary co nsideration on the part of the bidder. DocuSign Envelope ID: DA283602-F6CA-4224-8F76-EFBA2CD17AB4 8. CONE OF SILENCE. Pursuant to Section 2-486 of the City Code, all procurement solicitations once advertised and until an award recommendation has been forwarded to the City Commission by the City Manager are under the “Cone of Silence.” The Cone of Silence ordinance is available at http://library.municode.com/index.aspx?clientID=13097&stateID=9&statename=Florida . Any communication or inquiry in reference to this solicitation with any City employee or City official is strictly prohibited with the of exception communications with the Procurement Director, or his/her administrative staff responsible for administering the procurement process for this solicitation providing said communication is limited to matters of process or procedure regarding the solicitation. Communications regarding this solicitation are to be submitted in writing to the Procurement Contact named herein with a copy to the City Clerk at rafaelgranado@miamibeachfl.gov. 9. METHOD OF AWARD. Following the review of bids and application of vendor preferences, the lowest responsive, responsible bidder(s) meeting all terms, conditions, and specifications of the ITB will be recommended for award by bid item, bid group, or for the entirety of all b id items, 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 determining the lowest and best bidder, and in addition to price, Section 2-369 of the City Code provides that 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. 10. MULTIPLE AWARD. The City may award two or more vendors (primary, secondary, tertiary, or higher), as available, by line item, by group or in its entirety , beginning with lowest, responsive, responsible bidder (primary), followed by the second lowest, responsive, responsible bidder (secondary), and continuing with other responsive, responsible bidders in order of next best cost. The City will endeavor to utilize vendors in order of award. However, the City may utilize other vendors in the event that: 1) a contract vendor is not or is unable to be in compliance with any contract or delivery requirement; 2) it is in the best interest of the City to do so regardless of reason. Bidder acknowledges and agrees that this Contract and the award of any work hereunder, is non -exclusive, and the City may, at its sole and absolute discretion, award similar services or work to other firms under contract with the City (either as a co-primary contractor, or as secondary or tertiary contractors). No Purchase Order shall be issued to Contractor, and no work or Services shall be authorized under this Agreement, except at City’s sole discretion. Contractor shall have no entitlement to perform any services hereunder, or to be compensated for any Services, unless set forth in a written Purchase Order. 11. E-VERIFY. As a contractor you are obligated to comply with the provisions of Section 448.095, Fla. Stat., "Employment Eligibility." Therefore, you shall utilize the U.S. Department of Homeland Security’s E-Verify system to verify the employment eligibility of all new employees hired by the Contractor during the term of DocuSign Envelope ID: DA283602-F6CA-4224-8F76-EFBA2CD17AB4 the Contract and shall expressly require any subcontractors performing work or providing services pursuant to the Contract to likewise utilize the U.S. Department of Homeland Security’s E-Verify system to verify the employment eligibility of all new employees hired by the subcontractor during the Contract term. 12. OMITTED OR ADDITIONAL INFORMATION. Failure to include the Bid Price Form and the Bid Bond (if applicable) shall render a bid non-responsive. Non-responsive bids will not be considered. With exception of the Bid Price Form and the Bid Bond, if applicable, the City reserves the right to seek any omitted information/documentation or any additional information from bidder or other s ource(s), including but not limited to: any firm or principal information, applicable licensure, resumes of relevant individuals, client information, financial information, or any information the City deems necessary to evaluate the capacity of the Bidder to perform in accordance with contract requirements. Failure to submit any omitted or additional information in accordance with the City’s request shall result in proposal being deemed non -responsive. Balance of Page Intentionally Left Blank DocuSign Envelope ID: DA283602-F6CA-4224-8F76-EFBA2CD17AB4 SECTION 0200 GENERAL TERMS AND CONDITIONS TERMS & CONDITIONS –SERVICES. By virtue of submitting a bid in response to this solicitation, proposer agrees to be bound by and in compliance with the Terms and Conditions for Services (dated April 13, 2020), incorporated herein, which may be found at the following link: https://www.miamibeachfl.gov/city-hall/procurement/standard-terms-and-conditions/ Balance of Page Intentionally Left Blank DocuSign Envelope ID: DA283602-F6CA-4224-8F76-EFBA2CD17AB4 SECTION 0300 BID SUBMITTAL INSTRUCTIONS AND FORMAT 1. ELECTRONIC RESPONSES ONLY. Bids must be submitted electronically through Periscope S2G (formerly BidSync) on or before the date and time indicated. Hard copy proposals or proposals received through email or facsimile are not acceptable and will be rejected. A bidder may submit a modified bid to replace all or any portion of a previously submitted bid until the deadline for bid submittals. The City will only consider the latest version of the bid. Electronic bid submissions may require the uploading of attachments. All do cuments should be attached as separate files in accordance with the instructions included in Section 4, below. Attachments containing embedded documents or proprietary file extensions are prohibited. It is the Bidder’s responsibility to assure that its bid, including all attachments, is uploaded successfully. Only bid submittals received and time stamped by Periscope S2G (formerly BidSync) prior to the bid submittal deadline shall be accepted as timely submitted. Late bids cannot be submitted and will not be accepted. Bidders are cautioned to allow sufficient time for the submittal of bids and uploading of attachments. Any technical issues must be submitted to Periscope S2G (formerly BidSync) by contacting (800) 990 -9339 (toll free) or S2G@periscopeholdings.com. The City cannot assist with technical issues regarding submittals and will in no way be responsible for delays caused by any technical or other issue. It is the sole responsibility of each Bidder to ensure its proposal is successfully submitted in BidSync prior to the deadline for bid submittals. 2. NON-RESPONSIVENESS. Failure to submit the following requirements shall result in a determination of non-responsiveness. Non-responsive bids will not be considered. 1. Bid Submittal Questionnaire (submitted electronically). 2. Cost Proposal Form (Appendix B) 3. OMITTED OR ADDITIONAL INFORMATION. The City reserves the right to request any documentation omitted, with exception of the Cost Proposal Form (Appendix B), Bid Submittal Questionnaire (submitted electronically), and Bid Bond (if applicable). Bid Submittals received that do not include the Cost Proposal Form, completed as required and fully executed, bid submittal questionnaire, or Bid Bond (if applicable) completed as required and fully executed shall be deemed non-responsive. Bidder must submit any omitted documentation within three (3) business days upon request from the City, or the bid may be deemed non-responsive. Non-responsive bid packages will receive no further consideration. 4. ELECTRONIC BID FORMAT. In order to maintain comparability, facilitate the review process and assist the Evaluation Committee in review of bids, it is strongly recommended that bids be organized and tabbed in accordance with the tabs, and sections as specified below. The electronic submittal should be tabbed as enumerated below and contain a table of contents with page references. The electronic bid shall be submitted through the “Line Items” attachment tab in Periscope S2G. BID PROPOSAL. The Bid Proposal is to include the following: DocuSign Envelope ID: DA283602-F6CA-4224-8F76-EFBA2CD17AB4 • TAB 1 – Cost Proposal Form (Appendix B). The Cost Proposal Form (Appendix B) shall be completed mechanically or, if manually, in ink. Cost Proposal Forms submitted in pencil shall be deemed non-responsive. All corrections on the Cost Proposal Form shall be initialed. FAILURE TO SUBMIT THE MOST RECENT COST PROPOSAL FORM (EITHER INCLUDED IN THE ORIGINAL ITB OR RELEASED VIA AN ADDENDUM) MAY RESULT IN BID BEING DEEMED NOT RESPONSIVE AND NOT BEING FURTHER CONSIDERED. • TAB 2 Documentation indicating compliance with Minimum Eligibility Requirements (Appendix A, Section C1). Balance of Page Intentionally Left Blank DocuSign Envelope ID: DA283602-F6CA-4224-8F76-EFBA2CD17AB4 APPENDIX A ________________________________________________________________________ Minimum Requirements, Specifications, and Special Conditions ________________________________________________________________________ ITB 2021-145-AY ANNUAL INSPECTION, TESTING, CERTIFICATION, REPAIR AND MAINTENANCE OF FIRE SPRINKLERS, AND FIRE SUPPRESSION SYSTEMS CITYWIDE PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 DocuSign Envelope ID: DA283602-F6CA-4224-8F76-EFBA2CD17AB4 C1. Minimum Eligibility Requirements. The Minimum Eligibility Requirements for this solicitation are listed below. Bidder shall submit the required submittal(s) documenting compliance with each minimum requirement. Bidders that fail to comply with minimum requirements shall be deemed non -responsive and shall not have its bid considered. 1. Bidder shall be licensed by the State of Florida or Miami Dade County, as applicable, to perform the work, to be considered for award The qualified bidder shall hold all required licenses at the time of the bid and throughout the term of the project in order to provide the scope of work as set forth in the bid documents . Submittal Requirements: Provide proof of license from the State of Florida or Miami Dade County C2. Statement of Work Required. The purpose of this solicitation is to establish a contract for the procurement of services for fire sprinklers and fire suppression systems including the annual inspection, testing, certification, repair, maintenance and parts at various City of Miami Beach facilities in conjunction with the City’s needs. The Contractor must provide all labor, supervision, materials, equipment and supplies necessary to perform said services. The services are divided into multiple groups: Group A Fire Sprinklers, Fire Pump, Standpipe Systems; Group B Fire Backflow Preventers Systems; Group C Hood Suppression Systems Testing Inspection Services; and Group D Clean Agent Fire Suppression Systems Testing Inspection Services. Bidders are required to submit pricing for all locations within a group but do not have to submit pricing for all groups. GROUPS A and B: Bidders shall provide pricing to include annual inspection and certification service, for the fire sprinkler system, to include fire pump start-up and testing, for each facility listed on the applicable bid form. All maintenance repairs, testing and inspection procedures will be in accordance with National Fire Protection Association NFPA 25 latest edition (Standard for the Inspection, Testing and Maintenance of Water Based Fire Protection Systems), and the Uniform Fire Safety Rules and Standards. All fire pumps shall be inspected with the latest edition and certified annually in accordance with NFPA 20 Standard for Installation of Stationary Pumps for Fire Protection and NFPA 25. GROUP C: Bidders will supply a line item annual inspection service charge for each facility listed on the applicable bid form. All maintenance, repairs, testing and inspection procedures of the hood suppression systems will be in accordance with National Fire Protection Association NFPA 96 latest edition (Standard for Ventilation Control and Fire Protection of Commercial Cooking Operations), Florida Fire Prevention Code, and the manufacturer’s instructions. GROUP D: Bidders will supply a line item annual inspection service charge for each facility listed on the applicable bid form. All inspections, testing, maintenance and repair of the clean agent fire suppression systems will be in accordance with NFPA 2001 (Standard on Clean Agents Fire Extinguishing Systems), Florida Fire Prevention Code, and the manufacturer’s instructions. DocuSign Envelope ID: DA283602-F6CA-4224-8F76-EFBA2CD17AB4 Emergency Services. Emergency Services are defined as work that is required in response to a natural or other disaster and shall be based on an as needed basis (per service rate). Pre-qualified vendors in the Emergency Services categories may be co ntacted on occasion in response to a natural disaster or other disaster at the proposed per service rates. The City reserves the right to exercise its discretion in making the determination as to what time the contract will be activated. ALL WORK SHALL BE COMPLETED IN ACCORDANCE WITH FEMA REGULATIONS AND APPLICABLE ENVIRONMENTAL REQUIREMENTS. Upon notification by the City of Miami Beach, Contractor shall be immediately available via a twenty-four (24) hour, seven (7) days per week telephone service. It is expected that non-scheduled request for service (emergency calls, etc.) shall be responded to within two (2) hour after the call is made to the service line or directly to the Contractor. Contractor shall supply the name and telephone numbers, cellular and office, of at least two (2) company individuals with the authority to make management decisions and who can be reached at any time. The City may request additional work subject to mutual agreement. The cost and expenses will be submitted to the City for approval in a cost proposal by the Contractor. C3. Specifications The following is a listing of all of the facilities by group: Site Number Facility Name Address GROUP A - FIRE SPRINKLERS, FIRE PUMP, STANDPIPE SYSTEMS SERVICES 1 Fleet Management Maintenance Facility 140 MacArthur Causeway 2 South Pointe Park Buildings (3) bldgs 1 Washington Avenue 3 7th Street Municipal Parking Garage 100 7th Street (7th St & Collins) 4 Beach Patrol Headquarters/Art Deco/Auditorium 1001 Ocean Drive 5 South Shore Community Center 833 – 6TH Street 6 Miami Beach Police Department 1100 Washington Avenue 7 Historic Old City Hall 1130 Washington Avenue 8 Pennsylvania Garage 1661 Pennsylvania Avenue 9 16th Street Municipal Parking Garage 100 16th Street 10 Miami Beach City Hall 1700 Convention Center Drive 11 1755 Meridian 1755 Meridian Avenue 12 Bass Museum 2100 Park Avenue 13 Public Works Maintenance Facility 451 Dade Boulevard 14 Fire Station No.2 (Rescue Building) 2310 Pinetree Drive 15 Fire Station No. 2 (Admin. Building) 2300 Pinetree Drive 16 Scott Rakow Youth Center 2700 Sheridan Avenue 17 42nd Street Parking Garage 42ndStreet and Sheridan DocuSign Envelope ID: DA283602-F6CA-4224-8F76-EFBA2CD17AB4 Avenue 18 North Shore Park & Youth Center 501 – 72nd Street 19 Byron Carlyle Theatre 500 -71stStreet & Carlyle Avenue 20 Fire Station No.4 6880 Indian Creek Drive 21 Miami Beach Golf Club 2301 Alton Road 22 Normandy Shores Golf Club 2401 Biarritz Drive 23 Sunset Harbor Garage 1900 Bay Road 24 777 Building (City Hall Annex) 1701 Meridian Avenue 25 Colony Theatre 1040 Lincoln Road 26 Collins Park Garage 340 – 23rd Street 27 Property Management Facility 1833 Bay Road 28 Unidad Senior Center 7251 Collins Ave 29 Shane Rowing Center 6500 Indian Creek Drive GROUP B – FIRE BACKFLOW PREVENTERS SYSTEMS SERVICES 1 Fleet Management Maintenance Building 140 MacArthur Causeway 2 7th Street Parking Garage 7th Street & Collins Avenue 3 Beach Patrol Headquarters/Art Deco/Auditorium 1001 Ocean Drive 4 South Shore Community Center 833 – 6th Street 5 Miami Beach Police Department 1100 Washington Avenue 6 16th Street Parking Garage 16th Street & Collins Avenue 7 Miami Beach City Hall 1700 Convention Center Drive 8 Bass Museum 2100 Park Avenue 9 Fire Station No.2 (2) buildings 2310 Pinetree Drive 10 42nd Street Parking Garage 42ndStreet and Sheridan Avenue 11 Byron Carlyle Theatre 500 -71st Street &Carlyle Avenue 12 Sunset Harbor Garage 1900 Bay Road 13 Colony Theatre 1040 Lincoln Road 14 Collins Park Garage 340 – 23rd Street 15 1755 Meridian 1755 Meridian Ave 16 Pennsylvania Garage 1661 Pennsylvania Ave 17 777 Building (City Hall Annex) 1701 Meridian Ave 18 Property Management Facility 1833 Bay Road 19 Unidad Senior Center 7251 Collins Ave 20 Shane Rowing Center 6500 Indian Creek Drive 21 South Pointe Park Buildings (3) bldgs 1 Washington Ave DocuSign Envelope ID: DA283602-F6CA-4224-8F76-EFBA2CD17AB4 GROUP C - HOOD SUPPRESSION SYSTEMS SERVICES 1 Fire Station No. 1 (Two (2) Buildings) 1051 Jefferson Avenue 2 Fire Station No. 3 5303 Collins Avenue 3 Fire Station No. 4 6880 Indian Creek Drive 4 Bass Museum 2100 Park Avenue 5 Miami Beach Golf Club 2301 Alton Road 6 Normandy Shores Golf Club 2401 Biarritz Drive 7 Fire Station No. 2 2310 Pinetree Drive GROUP D- CLEAN AGENT FIRE SUPPRESSION SYSTEMS SERVICES 1 Fire Station No. 2 (2) bldg. 2310 Pinetree Drive 2 Miami Beach City Hall 1700 Convention Center Drive 3 Public Works Maintenance Facility 451 Dade Blvd 4 MBPD – North End Substation 6840 Indian Creek Drive 5 Parkview Towers 7441 Wayne Ave 6 Council Towers 1040 Collins Ave 7 Miami Beach Police Department 1100 Washington Ave C3.1 The following is a listing of all of the equipment by group: GROUP A – FIRE SPRINKLERS (Makes and model(s) will be identified after site inspection and provided via addenda). GROUP A – FIRE PUMPS Manufacturer Model # GPM RPM Driver Controller Jockey Pump Manufacturer Serial # Aurora 9865912 500 3,530 Us Electric Motor Clark Grundfos CrR-2 Peerless 3ABF9 500 3,540 Westinghouse Hubbell Domestic Make – up N/A Peerless 5ABF8J 1,000 3,520 Lincoln Guard Fireprol MTH Tool 86-15731 ITTAC Pump 8100 500 3,550 Marathon Cutler Hammer MTH Tool 16B7167 Peerless 4AFF12 500 2,350 Clarke Firetrol Grundfos CR-2 Fairbanks Morse 1824BF 1,250 1,770 WEG Metron Aurora NA-09N Aurora 3-481- 10 500 3,560 Marathon Clark Aurora N/A Faibanks Morse 1591BF 500 3,500 NIDEX Motor Metron Aurora N/A DocuSign Envelope ID: DA283602-F6CA-4224-8F76-EFBA2CD17AB4 GROUP A – STANDPIPE SYSTEMS Type of System Length of Hose Type of Hose Number of Hoses Pump Class II 100 ft. Rubber 8 Electric Class III 100 ft. Rubber 8 None Clsss III 100 ft. Rubber 2 None GROUP B – BACKFLOW PREVENTORS Type of Assembly Size Manufacturer Model Serial # DC 6” Ames 2000BM3 32503 RPDA 6” Ames 500N-BF mc-1550 TBD 4” Ames 3000SS 125085 GROUP C – HOOD SUPPRESSION Model PCL300 GROUP D – CLEAN AGENT FIRE SUPPRESION (Makes and model(s) will be identified after site inspection and provided via addenda) C3.2. RECORD KEEPING REQUIREMENTS The successful bidder(s) must provide and maintain inspection logs of all equipment maintained at each site and provide a detailed monthly report summary of inspections, maintenance and repairs to the City of Miami Beach, Property Management Division, Contract Administrator. All fire protection systems and equipment must be tagged as required by Florida Statue 633 and appropriate State Fire Marshal’s Rule (69A). The detailed report summary shall include at a minimum the following information: 1. Facility Address 2. Equipment Type 3. Tag # 4. Date Serviced, Tested, or Inspected 5. Date Due for Service, Testing or Inspection 6. Remarks (e.g. repairs or parts replaced) The successful bidder(s) of all categories of fire safety systems listed below shall be responsible for notifying the City of Miami Beach, Property Management Division’s Contract Administrator of obsolete, non-repairable, vandalized, or missing equipment requiring immediate or anticipated replacement within 24 hours of discovery. C3.3. MALFUNCTIONS DocuSign Envelope ID: DA283602-F6CA-4224-8F76-EFBA2CD17AB4 In the event of any life safety system (fire alarm control panel, annunciators, advisory any strobe lights) malfunctions at any of the below City facilities, whether due to malfunction, testing, maintenance, or repair, the contractor must immediately notify the Contract Administrator. 1. Police Department 911 Non-Emergency Operator 2. Fire Department Operations Office-Dispatch 3. Property Management 4. Risk Management 5. Property Management The contractor must restore the malfunction system to full function as soon as possible to minimize the time the City’s facility is unprotected by the system malfunction. Upon completion of any repairs or maintenance, the contractor must submit written confirmation/certification to the Property Management Division Director or designee that the system has been completely restored. C3.4. INTERVENING REPAIR CALLS Contract shall include repair calls made outside the normal inspection period. Such services shall be conducted during the contractor’s normal business hours, and within eight (8) working hours after receipt of repair request. Only repair requests originating from the City of Miami Beach’s Property Management Director or designee shall be responded to by the contractor. The contractor shall inform other City departments requesting maintenance and/or repair to forward their request directly to the City’s Property Management Division for disposition. This part of work will be quoted on a time (hourly labor rate) and materials (at cost) basis. C3.5. REPLACEMENT PARTS & EQUIPMENT Contract shall include request for replacement of parts and equipment. All replacement parts shall be submitted in writing, prior to purchase or installation by the contractor, for approval by the City’s Property Management Division, Contract Administrator. The request shall show part number, description, model number (if applicable), manufacturer or distributor, and cost to the City. Manufacturer and distributor price lists shall be supplied to the City of Miami Beach Property Management Division upon request. Bids for parts and supplies shall be submitted at the successful bidder’s cost. Evidence of said costs shall be submitted with invoice, for each repair, or service call. Proof of costs shall be printed, properly identified, and dated as to issuance and effectiveness. Parts will be at a pass through to the City. All replacement parts must be an exact replacement or equal, unless otherwise approved by City. All repair work shall have a one (1) year warranty. C3.6. INABILITY TO PERFORM REQUIRED TESTING The successful contractor shall inform the City’s Contract Administrator anytime required tests cannot be performed due to circumstances beyond the control of the contractor. No fees shall be charged to the City for tests not performed. The successful contractor shall obtain an alternate date from the City’s Contract Administrator when the required test cannot be performed due to the circumstances stated above. C3.7. FINES If contractor is found to be non-compliant with the required services, the following fines may be imposed by the City. 1. Fire Pump certification expired (not tested by expiration date) $100.00 DocuSign Envelope ID: DA283602-F6CA-4224-8F76-EFBA2CD17AB4 2. Fire Sprinkler certification expired (not tested by expiration date) $100.00 3. Not notifying the Property Management Contract Administrator or Fire $150.00 Department of a System impairment of a life safety system 4. Failure to maintain proper maintenance log of Life Safety Equipment $75.00 5. Failure to supply monthly and annual status reports to the Contract Administrator $150.00 *fines shall commence 90 days after contract execution* C3.8. HOURLY RATE The hourly rate quoted shall include full compensation for labor, equipment use, travel time, fuel and any other cost to the bidder. Hourly labor rates are specified as follows: Hourly Labor Rate (Regular) – hourly rate for straight time repairs; i.e. from 8:00 a.m. to 5:00 p.m., Monday thru Friday (rate to include labor and travel, parts are not included). Hourly Labor Rate (Non-Regular) – hourly rate for overtime repairs; i.e. before 8:00 a.m. or after 5:00 p.m., Monday thru Friday, or on weekends or holidays (rate to include labor and travel, parts are not included). Contractor will not be paid at the over-time hourly labor rate(s) unless specific authorization is obtained from the City’s Property Management Division’s Contract Administrator. C3.9. CONTRACTOR'S PERSONNEL 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. C3.10. BACKGROUND CHECKS. 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 o r 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 attorneys' fees) or cl aims for injury or damages arising out of its failure to comply with this requirement. The 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 work on the City’s grounds where the employee’s performance or actions are obviously detrimental to the program. Contractor’s personnel must wear photo identifications at all times. C3.11. WORK COMPLETION DocuSign Envelope ID: DA283602-F6CA-4224-8F76-EFBA2CD17AB4 The bidder shall remove all unusable materials and debris from the premises at the end of each workday, and dispose of in an appropriate manner. Upon final completion, the bidder shall thoroughly clean up all areas where work has been involved as mutually agreed with the associated user department’s building manager/project manager. C3.12. EXPENDITURES All repair or replacement work exceeding $100 shall be authorized by the City of Miami Beach Property Management Director or Contract Administrator prior to any repairs or replacements. Contractor(s) shall be required to submit a written estimate on each project to include location, labor hours with h ourly rate and cost of each part. The actual charge to the City for a specific project shall not exceed the vendor’s initial estimate without the expressed prior approval from an authorized agent of the City C3.13. COMPUTERIZED MAINTENANCE MANAGEMENT SYSTEM. The City of Miami Beach utilizes a Computerized Maintenance Management System (CMMS) and will be sending their reactive, recurring, and preventative maintenance work requests to the bidder for this system. All interactions with The City of Miami Beach will be processed exclusively through this system and the bidder will need to register and establish an account at the bidders expense. C4. Special Conditions C4.1. TERM OF CONTRACT. This contract shall remain in effect for three (3) years from date of contract execution by the Mayor and City Clerk. The City of Miami Beach has the option to renew the contract at the sole discretion of the City Manager for an additional two (2), one (1) year periods, on a year-to-year basis. Renewal of the contract is a City of Miami Beach prerogative, not a right of the Contractor. Such option will be exercised, if at all, only when it is in the best interest of the City of Miami Beach. In the event that the contract is held over beyond the term herein provided i t shall only be from a month-to- month basis only and shall not constitute an implied renewal of the contract. Said month to month extension shall be upon the same terms of the contract and at the compensation and payment provided herein, and shall not exceed six (6) months. C4.2. PRICES SHALL BE FIXED AND FIRM FOR TERM OF CONTRACT. If the bidder is awarded a contract under this bid solicitation, the prices quoted by the bidder on the Cost Proposal Form shall remain fixed and firm during the term of this contract; provided, however, that the bidder may offer incentive discounts from this fixed price to the City at any time during the contract term. The City is also interested in receiving bids that include flexible pricing terms that provide the City with maximum options and flexibility as regulatory and marketplace changes take place. C4.2.1 OPTION TO RENEW WITH PRICE ADJUSTMENT. The contract may be extended at the sole discretion of the City, through its City Manager, for three (3) additional one (1) year terms, if mutually agreed upon by both parties. Prior to completion of each exercised contract term, the City may consider an adjustment to price based on Consumer Price Index increase. Change shall not be more than the percentage increase or decrease in the Consumer Price Index CPI-U (all urban areas) computed 60 days prior to the anniversary date of the contract. DocuSign Envelope ID: DA283602-F6CA-4224-8F76-EFBA2CD17AB4 It is the Contractor’s responsibility to request any pricing adjustment under this provision. For any adjustment to commence on the first day of any exercised option period, the Contractor’s request for adjustment should be submitted 60 days prior to expiration of the then current contract term. The Contractor’s adjustment request must clearly substantiate the requested increase. If no adjustment request is received from the Contractor, the City will assume that the vendor has agreed that the optional term may be exercised without pricing adjustment. Any adjustment request received after the commencement of a new option period may not be considered. The City of Miami Beach reserves the right to accept the renewal adjustment or to allow the contract to terminate and re-advertise for bids, whichever is in the best interest of the City. C4.3. METHOD OF PAYMENT. The vendor shall submit an invoice to the City user department(s) that requested the service through a purchase order. The date of the invoices shall not exceed thirty (30) calendar days from the date service was provided. Under no circumstances shall the invoice be submitted to the C ity in advance of the services being provided. In addition the invoice shall reference (or include a copy of) the corresponding documentation (pick-up ticket number) that was signed by an authorized representative of the City user department at the time the service was provided. Failure to submit invoices in the prescribed manner will delay payment. C4.4. PERFORMANCE BOND. Intentionally omitted. C4.5. RESPONSE TIME. A two (2) hour response time shall be required for emergency services. The response must result in the arrival of a work crew at the affected site within two (2) hours of notification by the City. At the discretion of the City of Miami Beach representative, this response time may be increased to one (1) calendar day. The invoice for this emergency service should list the name of the City representative that requested the emergency. C4.6. WARRANTY REQUIREMENTS. In addition to all other warranties that may be supplied by the bidder, the bidder shall warrant its product and/or service against fa ulty labor and/or defective material for a minimum period of one (1) year after the date of acceptance of the labor, materials and/or equipment by the City. This warranty requirement shall remain in force for the full period identified above; regardless of whether the bidder is under contract with the City at the time of defect. Any payment by the City on behalf of the goods or services received from the bidder does not constitute a waiver of these warranty provisions. Correcting Defects Covered under Warranty The bidder shall be responsible for promptly correcting any deficiency, at no cost to the City, within seven (7) calendar days after the City notifies the bidder of such deficiency in writing. If the bidder fails to honor the warranty and/or fails to correct or replace the defective work or items within the period specified, the City may, at its discretion, notify the bidder, in writing, that the bidder may be debarred as a City bidder and/or subject to contractual default if the corrections or replacements are not completed to the satisfaction of the City within seven (7) calendar days of receipt of the notice. If the bidder fails to satisfy the warranty within the period specified in the notice, the City may (a) place the bidder in default of its contract, and/or (b) procure the products or services from another bidder and charge the bidder for any additional costs that are incurred by the City for this work or items; either through a credit memorandum or through invoicing. C4.7. ADDITIONS/DELETIONS OF FACILITIES. Although this Solicitation identifies facilities to be serviced, it is hereby agreed and understood that any facility may be added/deleted to/from this contract at the option of the City. When an addition to the contract is required, successfu l bidder (s) under this contract shall be DocuSign Envelope ID: DA283602-F6CA-4224-8F76-EFBA2CD17AB4 invited to submit price quotes for these new facilities. If these quotes are comparable with prices offered for similar services, the award(s) shall be made to the lowest responsible bidder(s) meeting specificatio n in the best interest of the City and a separate purchase order shall be issued by the City. C4.8. PARTS AND SUPPLIES AT COST. Bids for parts and supplies shall be submitted at the successful bidder’s cost. Evidence of said costs shall be submitted with invoice, for each repair, or service call. Proof of costs shall be printed, properly identified, and dated as to issuance and effectiveness. C4.9. ADDITIONAL SERVICES. While the City has listed all major items on the bid. However, there may be additional items or services that must be requested by the City during the term of this contract. Under these circumstances, the successful bidder(s) shall be invited to submit price quotes for the additional items or services. The City reserves the right to award these items to the lowest responsible bidder or to bid the items through a separate solicitation, as deemed in the best interest of the City. DocuSign Envelope ID: DA283602-F6CA-4224-8F76-EFBA2CD17AB4 APPENDIX B ________________________________________________________________________ Cost Proposal Form ________________________________________________________________________ ITB 2021-145-AY ANNUAL INSPECTION, TESTING, CERTIFICATION, REPAIR AND MAINTENANCE OF FIRE SPRINKLERS, AND FIRE SUPPRESSION SYSTEMS CITYWIDE PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 DocuSign Envelope ID: DA283602-F6CA-4224-8F76-EFBA2CD17AB4 APPENDIX B COST PROPOSAL FORM Failure to submit Appendix B, Cost Proposal Form, in its entirety and fully executed by the deadline established for the receipt of bids will result in bid submittal being deemed non-responsive and being rejected. Bidder affirms that the prices stated on the proposal price form below represents the entire cost of the items in full accordance with the requirements of this ITB, inclusive of its terms, conditions, specifications and other requirements stated herein, and that no claim will be made on account of any increase in wage scales, material prices, delivery delays, taxes, insurance, cost indexes or any other unless a cost escalation provision is allowed herein and has been exercised by the City Manager in advance . The Cost Proposal Form (Appendix B) shall be completed with electronic signature or scanned signature. All corrections on the Cost Proposal Form (Appendix B) shall be initialed. GROUP A1 - FIRE SPRINKLERS, FIRE PUMP, STANDPIPE SYSTEMS SERVICES Item Inspections Quantity U/M Unit Cost Total (Quantity x Unit Cost) 1 Fleet Management Maintenance Facility 1 Annual $ $ 2 South Pointe Park Buildings (3) bldgs 1 Annual $ $ 3 7th Street Municipal Parking Garage 1 Annual $ $ 4 Beach Patrol Headquarters/Art Deco/Auditorium 1 Annual $ $ 5 South Shore Community Center 1 Annual $ $ 6 Miami Beach Police Department 1 Annual $ $ 7 Historic Old City Hall 1 Annual $ $ 8 Pennsylvania Garage 1 Annual $ $ 9 16th Street Municipal Parking Garage 1 Annual $ $ 10 Miami Beach City Hall 1 Annual $ $ 11 1755 Meridian 1 Annual $ $ 12 Bass Museum 1 Annual $ $ 13 Public Works Maintenance Facility 1 Annual $ $ CONTINUED ON THE FOLLOWING PAGE. DocuSign Envelope ID: DA283602-F6CA-4224-8F76-EFBA2CD17AB4 14 Fire Station No.2 (Rescue Building) 1 Annual $ $ 15 Fire Station No. 2 (Admin. Building) 1 Annual $ $ 16 Scott Rakow Youth Center 1 Annual $ $ 17 42nd Street Parking Garage 1 Annual $ $ 18 North Shore Park & Youth Center 1 Annual $ $ 19 Byron Carlyle Theatre 1 Annual $ $ 20 Fire Station No.4 1 Annual $ $ 21 Miami Beach Golf Club 1 Annual $ $ 22 Normandy Shores Golf Club 1 Annual $ $ 23 Sunset Harbor Garage 1 Annual $ $ 24 777 Building (City Hall Annex) 1 Annual $ $ 25 Colony Theatre 1 Annual $ $ 26 Collins Park Garage 1 Annual $ $ 27 Property Management Facility 1 Annual $ $ 28 Unidad Senior Center 1 Annual $ $ 29 Shane Rowing Center 1 Annual $ $ Sub- total Group A1 - (Items 1 – 29) $ GROUP A2 - REPAIRS Item Hourly Rate Estimated Annual service hours U/M Unit Cost Total (Quantity x Unit Cost) 30 Hourly Rate - Regular 50 Hourly Rate $ $ 31 Hourly Rate - Non Regular 50 Hourly Rate $ $ Sub- total Item A2 - (Items 30 + 31) $ Total Group A (A1 & A2 Items1 - 30) $ DocuSign Envelope ID: DA283602-F6CA-4224-8F76-EFBA2CD17AB4 GROUP B1 – FIRE BACKFLOW PREVENTERS SYSTEMS SERVICES Item Inspections Quantity U/M Unit Cost Total (Quantity x Unit Cost) 1 Fleet Management Maintenance Building 1 Annual $ $ 2 7th Street Parking Garage 1 Annual $ $ 3 Beach Patrol Headquarters/Art Deco/Auditorium 1 Annual $ $ 4 South Shore Community Center 1 Annual $ $ 5 Miami Beach Police Department 1 Annual $ $ 6 16th Street Parking Garage 1 Annual $ $ 7 Miami Beach City Hall 1 Annual $ $ 8 Bass Museum 1 Annual $ $ 9 Fire Station No.2 (2) buildings 1 Annual $ $ 10 42nd Street Parking Garage 1 Annual $ $ 11 Byron Carlyle Theatre 1 Annual $ $ 12 Sunset Harbor Garage 1 Annual $ $ 13 Colony Theatre 1 Annual $ $ 14 Collins Park Garage 1 Annual $ $ 15 1755 Meridian 1 Annual $ $ 16 Pennsylvania Garage 1 Annual $ $ 17 777 Building (City Hall Annex) 1 Annual $ $ 18 Property Management Facility 1 Annual $ $ 19 Unidad Senior Center 1 Annual $ $ 20 Shane Rowing Center 1 Annual $ $ DocuSign Envelope ID: DA283602-F6CA-4224-8F76-EFBA2CD17AB4 21 South Pointe Park Buildings (3) bldgs 1 Annual $ $ Sub- total Group B1 - (Items 1 – 21) $ GROUP B2 - REPAIRS Item Hourly Rate Estimated Annual service hours U/M Unit Cost Total (Quantity x Unit Cost) 22 Hourly Rate - Regular 50 Hourly Rate $ $ 23 Hourly Rate - Non Regular 50 Hourly Rate $ $ Sub- total Item B2 - (Items 22 + 23) $ Total Group B (B1 & B2 Items 1 - 23) $ CONTINUED ON THE FOLLOWING PAGE. DocuSign Envelope ID: DA283602-F6CA-4224-8F76-EFBA2CD17AB4 GROUP C1 - HOOD SUPPRESSION SYSTEMS SERVICES Item Inspections Quantity U/M Unit Cost Total (Quantity x Unit Cost) 1 Fire Station No. 1 (Two (2) Buildings) 1 Annual $ $ 2 Fire Station No. 3 1 Annual $ $ 3 Fire Station No. 4 1 Annual $ $ 4 Bass Museum 1 Annual $ $ 5 Miami Beach Golf Club 1 Annual $ $ 6 Normandy Shores Golf Club 1 Annual $ $ 7 Fire Station No. 2 1 Annual $ $ Sub- total Group C1 - (Items 1 – 7) $ GROUP C2 – REPAIRS Item Hourly Rate Estimated Annual service hours U/M Unit Cost Total (Quantity x Unit Cost) 7 Hourly Rate - Regular 50 Hourly Rate $ $ 8 Hourly Rate - Non Regular 50 Hourly Rate $ $ Sub- total Item C2 - (Items 7 + 8) $ Total Group C (C1 & C2 Items 1 - 8) $ CONTINUED ON THE FOLLOWING PAGE. DocuSign Envelope ID: DA283602-F6CA-4224-8F76-EFBA2CD17AB4 GROUP D1- CLEAN AGENT FIRE SUPPRESSION SYSTEMS SERVICES Item Inspections Quantity U/M Unit Cost Total (Quantity x Unit Cost) 1 Fire Station No. 2 (2) bldg 4 Annual $ $ 2 Miami Beach City Hall 1 Annual $ $ 3 Public Works Maintenance Facility 1 Annual $ $ 4 MBPD – North End Substation 2 Annual $ $ 5 Parkview Towers 1 Annual $ $ 6 Council Towers 1 Annual $ $ 7 Miami Beach Police Department 4 Annual $ $ Sub- total Group D1 - (Items 1-7) $ GROUP D2 – REPAIRS Item Hourly Rate Estimated Annual service hours U/M Unit Cost Total (Quantity x Unit Cost) 8 Hourly Rate - Regular 50 Hourly Rate $ $ 9 Hourly Rate - Non Regular 50 Hourly Rate $ $ Sub- total Item D2 - (Items 8 +9) $ Group D (D1 & D2 Items 1 - 9) DocuSign Envelope ID: DA283602-F6CA-4224-8F76-EFBA2CD17AB4 APPENDIX C ________________________________________________________________________ Insurance Requirements ________________________________________________________________________ ITB 2021-145-AY ANNUAL INSPECTION, TESTING, CERTIFICATION, REPAIR AND MAINTENANCE OF FIRE SPRINKLERS, AND FIRE SUPPRESSION SYSTEMS CITYWIDE PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 DocuSign Envelope ID: DA283602-F6CA-4224-8F76-EFBA2CD17AB4 INSURANCE REQUIREMENTS 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. Workers' Compensation Insurance for all employees of the Contractor as required by Florida Statute Chapter 440 and Employer Liability Insurance with a limit of no less than $1,000,000 per accident for bodily injury or disease. Should the Contractor be exempt from this Statute, the Contractor and each employee shall hold the City harmless from any injury incurred during performance of the Contract. The exempt contractor shall also submit (i) a written statement detailing the number of employees and that they are not required to carry Workers’ Compensation insurance and do not anticipate hiring any additional employees during the term of this contract or (ii) a copy of a Certificate of Exemption. 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 $1,000,000 per occurrence, and $2,000,000 general aggregate. 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 $1,000,000 combined per accident for bodily injury and property damage. D. Contractors’ Pollution Legal Liability (if project involves environmental hazards), with limits no less than $1,000,000 per occurrence or claim, and $2,000,000 policy aggregate. E. Installation Floater Insurance against damage or destruction of the materials or equipment in transit to, or stored on or off the Project Site, which is to be used (installed into a building or structure) in the Project. (City of Miami Beach shall Named as a Loss Payee on this policy, as its interest may appear. This policy shall remain in force until acceptance of the project by the City.) 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 DocuSign Envelope ID: DA283602-F6CA-4224-8F76-EFBA2CD17AB4 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 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@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. DocuSign Envelope ID: DA283602-F6CA-4224-8F76-EFBA2CD17AB4 ATTACHMENT C SUNBIZ & PROPOSAL RESPONSE TO ITB DocuSign Envelope ID: DA283602-F6CA-4224-8F76-EFBA2CD17AB4 6/2/2021 Detail by FEI/EIN Number search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=FeiNumber&directionType=Initial&searchNameOrder=453852431P1100…1/2 Department of State / Division of Corporations / Search Records / Search by FEI/EIN Number / Document Number FEI/EIN Number Date Filed Effective Date State Status Last Event Event Date Filed Event Effective Date Detail by FEI/EIN Number Florida Profit Corporation BLACK FIRE PROTECTION, INC Filing Information P11000097465 45-3852431 11/09/2011 11/09/2011 FL ACTIVE AMENDMENT 11/07/2018 NONE Principal Address 1014 SW 19 St. Ft. Lauderdale, FL 33315 Changed: 01/12/2018 Mailing Address 1014 SW 19 St. Ft. Lauderdale, FL 33315 Changed: 01/12/2018 Registered Agent Name & Address BLACK, KIRBY 701 RAMIE CT Port St Lucie, FL 34952 Address Changed: 01/12/2018 Officer/Director Detail Name & Address Title VP BLACK, MARCAS 1014 SW 19th St. Ft. Lauderdale, FL 33315 D 6/2/2021 Detail by FEI/EIN Number search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=FeiNumber&directionType=Initial&searchNameOrder=453852431P1100…2/2 Title P BLACK, LINDA 701 RAMIE CT PORT SAINT LUCIE, FL 34952 Title TS BLACK, KIRBY 701 RAMIE CT PORT SAINT LUCIE, FL 34952 Annual Reports Report Year Filed Date 2019 03/04/2019 2020 01/24/2020 2021 01/28/2021 Document Images 01/28/2021 -- ANNUAL REPORT View image in PDF format 01/24/2020 -- ANNUAL REPORT View image in PDF format 03/04/2019 -- ANNUAL REPORT View image in PDF format 11/07/2018 -- Amendment View image in PDF format 01/12/2018 -- ANNUAL REPORT View image in PDF format 01/06/2017 -- ANNUAL REPORT View image in PDF format 03/09/2016 -- ANNUAL REPORT View image in PDF format 03/05/2015 -- ANNUAL REPORT View image in PDF format 04/02/2014 -- ANNUAL REPORT View image in PDF format 01/27/2013 -- ANNUAL REPORT View image in PDF format 04/11/2012 -- ANNUAL REPORT View image in PDF format 11/09/2011 -- Domestic Profit View image in PDF format Florida Department of State, Division of Corporations DocuSign Envelope ID: DA283602-F6CA-4224-8F76-EFBA2CD17AB4 file:///miamibeach.gov/...MITTAL_QUESTIONNAIRE_WITH_LIVING_WAGE_AND_EQUAL_BEN._--_FINAL_4.22.21_8908277.htm[6/29/2021 12:33:40 PM] BID SUBMITTAL QUESTIONNAIRE SECTION 1 – BID CERTIFICATION FORM This document is a REQUIRED FORM that must be submitted fully completed and submitted. Solicitation No: 2021-145-AY Solicitation Title: FIRE SPRINKLER ANNUAL INSPECTION, TESTING, CERTIFICATION, REPAIR AND MAINTENANCE BIDDER’S NAME: Black Fire Protection, Inc. NO. OF YEARS IN BUSINESS: 11 NO. OF YEARS IN BUSINESS LOCALLY: 11 NO. OF EMPLOYEES: 9 OTHER NAME(S) BIDDER HAS OPERATED UNDER IN THE LAST 10 YEARS: n/a BIDDER PRIMARY ADDRESS (HEADQUARTERS): 1014 SW 19th ST CITY: FORT LAUDERDALE STATE: FL ZIP CODE: 33315 TELEPHONE NO.: 954-741-4548 TOLL FREE NO.: N/A FAX NO.: 954-999-5258 BIDDER LOCAL ADDRESS: 1014 SW 19th ST CITY: FORT LAUDERDALE STATE: FL ZIP CODE: 33315 PRIMARY ACCOUNT REPRESENTATIVE FOR THIS ENGAGEMENT: MARCAS BLACK ACCOUNT REP TELEPHONE NO.: 954-822-5579 ACCOUNT REP TOLL FREE NO.: N/A ACCOUNT REP EMAIL: email@blackfireprotection.com FEDERAL TAX IDENTIFICATION NO.: 45-3852431 By virtue of submitting a bid, bidder agrees: a) to complete and unconditional acceptance of the terms and conditions of this document, inclusive of this solicitation, all specifications, attachments, exhibits and appendices and the contents of any Addenda released hereto; b) to be bound, at a minimum, to any and all specifications, terms and conditions contained herein or Addenda; c) that the bidder has not divulged, discussed, or compared the proposal with other bidders and has not colluded with any other bidder or party to any other bid; d) that bidder acknowledges that all information contained herein is part of the public domain as defined by the State of Florida Sunshine and Public Records Laws; e) the bidder agrees if this bid is accepted, to execute an appropriate City of Miami Beach document for the purpose of establishing a formal contractual relationship between the bidder and the City of Miami Beach, Florida, for the performance of all requirements to which the bid pertains; and f) that all responses, data and information contained in the bid submittal are true and accurate. The individual named below affirms that s/he: is a principal of the applicant duly authorized to execute this questionnaire, and that the contents of said document(s) are complete, true, and correct to the best of his/her knowledge and belief. Name of Bidder’s Authorized Representative: Marcas Black Title of Bidder ’s Authorized Representative: Vice President DocuSign Envelope ID: DA283602-F6CA-4224-8F76-EFBA2CD17AB4 file:///miamibeach.gov/...MITTAL_QUESTIONNAIRE_WITH_LIVING_WAGE_AND_EQUAL_BEN._--_FINAL_4.22.21_8908277.htm[6/29/2021 12:33:40 PM] SECTION 2 - ACKNOWLEDGEMENT OF ADDENDUM After issuance of solicitation, the City may release one or more addendum to the solicitation, which may provide additional information to bidders or alter solicitation requirements. The City will strive to reach every bidder having received solicitation through the City’s e-procurement system. However, bidders are solely responsible for assuring they have received any and all addendum issued pursuant to solicitation. This Acknowledgement of Addendum section certifies that the bidder has received all addendum released by the City pursuant to this solicitation. Failure to obtain and acknowledge receipt of all addenda may result in proposal disqualification. Enter Initial to Confirm Receipt Enter Initial to Confirm Receipt Enter Initial to Confirm Receipt Addendum 1 Addendum 6 Addendum 11 Addendum 2 Addendum 7 Addendum 12 Addendum 3 Addendum 8 Addendum 13 Addendum 4 Addendum 9 Addendum 14 Addendum 5 Addendum 10 Addendum 15 If additional confirmation of addendum is required, submit under separate cover. SECTION 3 - CONFLICT OF INTEREST All bidders must disclose the name(s) of any officer, director, agent, or immediate family member (spouse, parent, sibling, and child) who is also an employee of the City of Miami Beach. Further, all bidders must disclose the name of any City employee who owns, either directly or indirectly, an interest of ten (10%) percent or more in the bidder entity or any of its affiliates. YES NO If yes, please disclose the name(s): FIRST AND LAST NAME OCCUPATION 1 2 3 4 5 6 SECTION 4 - FINANCIAL CAPACITY When requested by the City, each bidder shall arrange for Dun & Bradstreet to submit a Supplier Qualification Report (SQR) directly to the City. No proposal will be considered without receipt, by the City, of the SQR directly from Dun & Bradstreet. The cost of the preparation of the SQR shall be the responsibility of the bidder. The bidder shall request the SQR report from D&B at: https://supplierportal.dnb.com/webapp/wcs/stores/servlet/SupplierPortal?storeId=11696 Bidders are responsible for the accuracy of the information contained in its SQR. It is highly recommended that each bidder review the information contained in its SQR for accuracy prior to submittal to the City and as early as possible in the solicitation process. For assistance with any portion of the SQR submittal process, contact Dun & Bradstreet at 800-424-2495. 4 DocuSign Envelope ID: DA283602-F6CA-4224-8F76-EFBA2CD17AB4 file:///miamibeach.gov/...MITTAL_QUESTIONNAIRE_WITH_LIVING_WAGE_AND_EQUAL_BEN._--_FINAL_4.22.21_8908277.htm[6/29/2021 12:33:40 PM] At time of request, bidder shall request that Dun & Bradstreet submit its Supplier Qualifier Report directly to the City, with bid or within three (3) days of request. SECTION 5 - MORATORIUM ON TRAVEL TO AND THE PURCHASE OF GOODS OR SERVICES FROM MISSISSIPPI Pursuant to Resolution 2016-29375, the City of Miami Beach, Florida, prohibits official City travel to the state of Mississippi, as well as the purchase of goods or services sourced in Mississippi. Bidder shall agree that no travel shall occur on behalf of the City of Miami Beach to Mississippi, nor shall any product or services it provides to the City be sourced from this state. By virtue of submitting bid, bidder agrees it is and shall remain in full compliance with Resolution 2016-29375 https://www.miamibeachfl.gov/wp-content/uploads/2017/11/2016-29375-Resolution-Vendor-Moratorium-for- Services-Sources-from-North-Carolina-Mississippi-1.pdf DocuSign Envelope ID: DA283602-F6CA-4224-8F76-EFBA2CD17AB4 file:///miamibeach.gov/...MITTAL_QUESTIONNAIRE_WITH_LIVING_WAGE_AND_EQUAL_BEN._--_FINAL_4.22.21_8908277.htm[6/29/2021 12:33:40 PM] SECTION 6 - REFERENCES AND PAST PERFORMANCE Project No.2021-145-AY Project Title FIRE SPRINKLER ANNUAL INSPECTION, TESTING, CERTIFICATION, REPAIR AND MAINTENANCE Bidder shall submit at least three (3) references for whom the bidder has completed work similar in size and nature as the work referenced in solicitation. Reference No.1 Firm Name: Monroe County BOCC Contact Individual Name and Title: Mike Leto, Corrections Coordinator Address: VARIOUS PROPERTIES THROUGHOUT MONROE COUNTY Telephone: 305-407-0655 Contact’s Email: leto-michael@monroecounty-fl.gov Narrative on Scope of Services Provided: Test, inspection and repair of fire sprinkler systems and related components of Monroe County Buildings. Reference No.2 Firm Name: Miami-Dade County Port Miami Contact Individual Name and Title: Jose Leiva, Maintenance Supervisor Address: 1580 NORTH CRUISE BLVD, MIAMI, FLORIDA 33132 Telephone: 305-960-5437 Contact’s Email: jleiva@miamidade.gov Narrative on Scope of Services Provided: Emergency and repair services of fire sprinkler systems and related components at various Port Miami buildings. Reference No.3 Contact Individual Name and Title: Lana Kagon, Administrator Address: 2415 N 20TH AVE, HOLLYWOOD, FL 33020 Telephone: 215-917-0777 Contact’s Email: oufg55@gmail.com Narrative on Scope of Services Provided: DocuSign Envelope ID: DA283602-F6CA-4224-8F76-EFBA2CD17AB4 file:///miamibeach.gov/...MITTAL_QUESTIONNAIRE_WITH_LIVING_WAGE_AND_EQUAL_BEN._--_FINAL_4.22.21_8908277.htm[6/29/2021 12:33:40 PM] Annual test, inspection, maintenance and repair of fire sprinkler systems and related components. DocuSign Envelope ID: DA283602-F6CA-4224-8F76-EFBA2CD17AB4 file:///miamibeach.gov/...MITTAL_QUESTIONNAIRE_WITH_LIVING_WAGE_AND_EQUAL_BEN._--_FINAL_4.22.21_8908277.htm[6/29/2021 12:33:40 PM] Additional Reference Firm Name: - Contact Individual Name and Title: - Address: - Telephone: - Contact’s Email: - Narrative on Scope of Services Provided: - SECTION 7 - STANDARD TERMS AND CONDITIONS The Standard Terms and Conditions are available at https://www.miamibeachfl.gov/city- hall/procurement/standard-terms-and-conditions/ By virtue of submitting a bid, bidder attests that they have read and understand the applicable Standard Terms and Conditions as indicated in the solicitation. Project No.2021-145-AY Project Title FIRE SPRINKLER ANNUAL INSPECTION, TESTING, CERTIFICATION, REPAIR AND MAINTENANCE SECTION 8 - VENDOR CAMPAIGN CONTRIBUTIONS Bidders are expected to be or become familiar with, the City’s Campaign Finance Reform laws, as codified in Sections 2-487 through 2-490 of the City Code https://library.municode.com/fl/miami_beach/codes/code_of_ordinances? nodeId=SPAGEOR_CH2AD_ARTVIISTCO_DIV5CAFIRE Bidders shall be solely responsible for ensuring that all applicable provisions of the City’s Campaign Finance Reform laws are complied with, and shall be subject to any and all sanctions, as prescribed therein, including disqualification of their bid submittal, in the event of such non-compliance. Are there any individuals or entities (including your sub-consultants) with a controlling financial interest which have 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, list name (first and last name) of individuals, occupation, amount and date: First and Last Name Contributor Occupation Amount Date of Contribution 1 2 3 4 4 DocuSign Envelope ID: DA283602-F6CA-4224-8F76-EFBA2CD17AB4 file:///miamibeach.gov/...MITTAL_QUESTIONNAIRE_WITH_LIVING_WAGE_AND_EQUAL_BEN._--_FINAL_4.22.21_8908277.htm[6/29/2021 12:33:40 PM] 5 6 7 8 9 DocuSign Envelope ID: DA283602-F6CA-4224-8F76-EFBA2CD17AB4 file:///miamibeach.gov/...MITTAL_QUESTIONNAIRE_WITH_LIVING_WAGE_AND_EQUAL_BEN._--_FINAL_4.22.21_8908277.htm[6/29/2021 12:33:40 PM] SECTION 9 – SUSPENSION, DEBARMENT, OR CONTRACT CANCELLATION Has bidder ever been debarred, suspended or other legal violation, or had a contract cancelled due to non- performance by any public sector agency? YES NO If answer to above is “YES,” bidder shall submit a statement detailing the reasons that led to action(s): SECTION 10 - EQUAL BENEFITS FOR EMPLOYEES WITH SPOUSES AND EMPLOYEES WITH DOMESTIC PARTNERS When awarding competitively solicited contracts valued at over $100,000 whose contractors maintain 51 or more full time employees on their payrolls during 20 or more calendar work weeks, the Equal Benefits for Domestic Partners Ordinance 2005-3494 requires certain contractors doing business with the City of Miami Beach, who are awarded a contract pursuant to competitive bids, 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 Contractor who work 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. Does bidder provide or offer access to any benefits to employees with spouses or to spouses of employees? YES NO Does bidder provide or offer access to any benefits to employees with (same or opposite sex) domestic partners or to domestic partners of employees? YES NO 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 Bidder Provides for Employees with Spouses Bidder Provides for Employees with Domestic Partners Bidder does not Provide Benefit Health DOES NOT PROVIDE BENEFIT Sick Leave DOES NOT PROVIDE BENEFIT Family Medical Leave DOES NOT PROVIDE BENEFIT Bereavement Leave DOES NOT PROVIDE BENEFIT If Bidders cannot offer a benefit to domestic partners because of reasons outside your control, (e.g., there are no insurance providers in your area willing to offer domestic partner coverage) you may be eligible for Reasonable Measures compliance. To comply on this basis, you must agree to pay a cash equivalent and submit a completed Reasonable Measures Application with all necessary documentation. Your Reasonable Measures Application will be reviewed for consideration by the City Manager, or his designee. Approval is not guaranteed and the City Manager’s 4 4 4 DocuSign Envelope ID: DA283602-F6CA-4224-8F76-EFBA2CD17AB4 file:///miamibeach.gov/...MITTAL_QUESTIONNAIRE_WITH_LIVING_WAGE_AND_EQUAL_BEN._--_FINAL_4.22.21_8908277.htm[6/29/2021 12:33:40 PM] decision is final. Further information on the Equal Benefits requirement is available at http://www.miamibeachfl.gov/city-hall/procurement/procurement-related-ordinance-and-procedures/ DocuSign Envelope ID: DA283602-F6CA-4224-8F76-EFBA2CD17AB4 file:///miamibeach.gov/...MITTAL_QUESTIONNAIRE_WITH_LIVING_WAGE_AND_EQUAL_BEN._--_FINAL_4.22.21_8908277.htm[6/29/2021 12:33:40 PM] SECTION 11 - LIVING WAGE Pursuant to Section 2-408 of the City of Miami Beach Code, as same may be amended from time to time, covered employees shall be paid the required living wage rates listed below: 1. Effective January 1, 2018, covered employees must be paid a living wage rate of no less than $11.62 per hour with health care benefits of at least $2.26 per hour, or a living wage rate of no less than $13.88 per hour without health care benefits. 2. Effective January 1, 2019, covered employees must be paid a living wage rate of no less than $11.70 per hour with health care benefits of at least $2.74 per hour, or a living wage rate of no less than $14.44 per hour without health care benefits. 3. Effective January 1, 2020, covered employees must be paid a living wage rate of no less than $11.78 per hour with health care benefits of at least $3.22 per hour, or a living wage rate of no less than$15.00 per hour without health care benefits. The living wage rate and health care benefits rate may, by Resolution of the City Commission be indexed annually for inflation using the Consumer Price Index for all Urban Consumers (CPI-U) Miami/Ft. Lauderdale, issued by the U.S. Department of Labor’s Bureau of Labor Statistics. Notwithstanding the preceding, no annual index shall exceed three percent (3%). The City may also, by resolution, elect not to index the living wage rate in any particular year, if it determines it would not be fiscally sound to implement same (in a particular year). Bidders’ failure to comply with this provision shall be deemed a material breach under this proposal, under which the City may, at its sole option, immediately deem said Bidder as non-responsive, and may further subject Bidder to additional penalties and fines, as provided in the City’s Living Wage Ordinance, as amended. Further information on the Living Wage requirement is available at http://www.miamibeachfl.gov/city-hall/procurement/procurement-related- ordinance-and-procedures/ Any payroll request made by the City during the contract term shall be completed electronically via the City’s electronic compliance portal, LCP Tracker (LCPTracker.net). Indicate below that Bidder agrees to the living wage requirement. Failure to agree shall result in proposal disqualification. YES NO SECTION 12 - BYRD ANTI-LOBBYING AMENDMENT CERTIFICATION FORM APPENDIX A, 44 C.F.R. PART 18 – CERTIFICATION REGARDING LOBBYING Certification for Contracts, Grants, Loans, and Cooperative Agreements The undersigned Contractor certifies, to the best of his or her knowledge, that: 1. No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of an agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. 4 DocuSign Envelope ID: DA283602-F6CA-4224-8F76-EFBA2CD17AB4 file:///miamibeach.gov/...MITTAL_QUESTIONNAIRE_WITH_LIVING_WAGE_AND_EQUAL_BEN._--_FINAL_4.22.21_8908277.htm[6/29/2021 12:33:40 PM] 2. If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, “Disclosure Form to Report Lobbying,” in accordance with its instructions. 3. The undersigned shall require that the language of this certification be included in the award documents for all subawards at all tiers (including subcontracts, subgrants, and contracts under grants, loans, and cooperative agreements) and that all subrecipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by 31, U.S.C. § 1352 (as amended by the Lobbying Disclosure Act of 1995). Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. The undersigned Contractor certifies or affirms the truthfulness and accuracy of each statement of its certification and disclosure, if any. In addition, the Contractor understands and agrees that the provisions of 31 U.S.C. § 3801 et seq., apply to this certification and disclosure, if any. By virtue of submitting bid, bidder certifies or affirms its compliance with the Byrd Anti-Lobbying Amendment Certification. Name of Bidder’s Authorized Representative: Marcas Black Title of Bidder ’s Authorized Representative: Vice President DocuSign Envelope ID: DA283602-F6CA-4224-8F76-EFBA2CD17AB4 file:///miamibeach.gov/...MITTAL_QUESTIONNAIRE_WITH_LIVING_WAGE_AND_EQUAL_BEN._--_FINAL_4.22.21_8908277.htm[6/29/2021 12:33:40 PM] SECTION 13 - SUSPENSION AND DEBARMENT CERTIFICATION The Contractor acknowledges that: (1) This Contract is a covered transaction for purposes of 2 C.F.R. pt. 180 and 2 C.F.R. pt. 3000. As such the contractor is required to verify that none of the Contractor, its principals (defined at 2 C.F.R. § 180.995), or its affiliates (defined at 2 C.F.R. § 180.905) are excluded (defined at 2 C.F.R. § 180.940) or disqualified (defined at 2 C.F.R. § 180.935). (2) The Contractor must comply with 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C and must include a requirement to comply with these regulations in any lower tier covered transaction it enters into. (3) This certification is a material representation of fact relied upon by the City. If it is later determined that the Contractor did not comply with 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C, in addition to remedies available to the City, the Federal Government may pursue available remedies, including but not limited to suspension and/or debarment. (4) The Contractor agrees to comply with the requirements of 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C while this offer is valid and throughout the period of any contract that may arise from this offer. The Contractor further agrees to include a provision requiring such compliance in its lower tier covered transactions.” By virtue of submitting bid, bidder certifies or affirms its compliance with the Suspension and Debarment Certification. Name of Bidder’s Authorized Representative: Marcas Black Title of Bidder ’s Authorized Representative: Vice President SECTION 14 - SMALL AND DISADVANTAGED BUSINESS CERTIFICATION Pursuant to Resolution 2020-31519, the City is tracking the Small and Disadvantaged Businesses, as certified by Miami- Dade County that have been certified as Small or Disadvantaged Business by Miami-Dade County. Does bidder possess Small or Disadvantaged Business certification by Miami-Dade County? YES NO SECTION 15 - LGBT BUSINESS ENTERPRISE CERTIFICATION Pursuant to Resolution 2020-31342, the City is tracking the utilization of LGBT owned firms that have been certified as an LGBT Business Enterprise by the National Gay and Lesbian Chamber of Commerce (NGLCC). Does bidder possess LGBT Business Enterprise Certification by the NGLCC? YES NO 4 4 DocuSign Envelope ID: DA283602-F6CA-4224-8F76-EFBA2CD17AB4 APPENDIX B ________________________________________________________________________ Cost Proposal Form ________________________________________________________________________ ITB 2021-145-AY ANNUAL INSPECTION, TESTING, CERTIFICATION, REPAIR AND MAINTENANCE OF FIRE SPRINKLERS, AND FIRE SUPPRESSION SYSTEMS CITYWIDE PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3 rd Floor Miami Beach, Florida 33139 %LG$< &LW\RI0LDPL%HDFK 30 S DocuSign Envelope ID: DA283602-F6CA-4224-8F76-EFBA2CD17AB4 APPENDIX B COST PROPOSAL FORM Failure to submit Appendix B, Cost Proposal Form, in its entirety and fully executed by the deadline established for the receipt of bids will result in bid submittal being deemed non-responsive and being rejected. Bidder affirms that the prices stated on the proposal price form below represents the entire cost of the items in full accordance with the requirements of this ITB, inclusive of its terms, conditions, specifications and other requirements stated herein, and that no claim will be made on account of any increase in wage scales, material prices, delivery delays, taxes, insurance, cost indexes or any other unless a cost escalation provision is allowed herein and has been exercised by the City Manager in advance. The Cost Proposal Form (Appendix B) shall be completed with electronic signature or scanned signature. All corrections on the Cost Proposal Form (Appendix B) shall be initialed. GROUP A1 - FIRE SPRINKLERS, FIRE PUMP, STANDPIPE SYSTEMS SERVICES Item Inspections Quantity U/M Unit Cost Total (Quantity x Unit Cost) 1 Fleet Management Maintenance Facility 1 Annual $ $ 2 South Pointe Park Buildings (3) bldgs 1 Annual $ $ 3 7th Street Municipal Parking Garage 1 Annual $ $ 4 Beach Patrol Headquarters/Art Deco/Auditorium 1 Annual $ $ 5 South Shore Community Center 1 Annual $ $ 6 Miami Beach Police Department 1 Annual $ $ 7 Historic Old City Hall 1 Annual $ $ 8 Pennsylvania Garage 1 Annual $ $ 9 16th Street Municipal Parking Garage 1 Annual $ $ 10 Miami Beach City Hall 1 Annual $ $ 11 1755 Meridian 1 Annual $ $ 12 Bass Museum 1 Annual $ $ 13 Public Works Maintenance Facility 1 Annual $ $ CONTINUED ON THE FOLLOWING PAGE. %LG$<&LW\RI0LDPL%HDFK 30 S 245 245 245 245 245 245 245 245 245 245 245 245 245 245 245 245 245 245 245 245 245 245 245 245 245 245 DocuSign Envelope ID: DA283602-F6CA-4224-8F76-EFBA2CD17AB4 14 Fire Station No.2 (Rescue Building) 1 Annual $ $ 15 Fire Station No. 2 (Admin. Building) 1 Annual $ $ 16 Scott Rakow Youth Center 1 Annual $ $ 17 42nd Street Parking Garage 1 Annual $ $ 18 North Shore Park & Youth Center 1 Annual $ $ 19 Byron Carlyle Theatre 1 Annual $ $ 20 Fire Station No.4 1 Annual $ $ 21 Miami Beach Golf Club 1 Annual $ $ 22 Normandy Shores Golf Club 1 Annual $ $ 23 Sunset Harbor Garage 1 Annual $ $ 24 777 Building (City Hall Annex) 1 Annual $ $ 25 Colony Theatre 1 Annual $ $ 26 Collins Park Garage 1 Annual $ $ 27 Property Management Facility 1 Annual $ $ 28 Unidad Senior Center 1 Annual $ $ 29 Shane Rowing Center 1 Annual $ $ Sub- total Group A1 - (Items 1 – 29) $ GROUP A2 - REPAIRS Item Hourly Rate Estimated Annual service hours U/M Unit Cost Total (Quantity x Unit Cost) 30 Hourly Rate - Regular 50 Hourly Rate $ $ 31 Hourly Rate - Non Regular 50 Hourly Rate $ $ Sub- total Item A2 - (Items 30 + 31) $ Total Group A (A1 & A2 Items1 - 30) $ %LG$<&LW\RI0LDPL%HDFK 30 S 195 195 72.50 110 3,625.00 5,500.00 9,125.00 195 195 245 245 245 245 245 245 245 245 245 245 245 245 245 245 245 245 245 245 245 245 245 245 245 245 245 245 245 245 7,005.00 16,130.00 DocuSign Envelope ID: DA283602-F6CA-4224-8F76-EFBA2CD17AB4 GROUP B1 – FIRE BACKFLOW PREVENTERS SYSTEMS SERVICES Item Inspections Quantity U/M Unit Cost Total (Quantity x Unit Cost) 1 Fleet Management Maintenance Building 1 Annual $ $ 2 7th Street Parking Garage 1 Annual $ $ 3 Beach Patrol Headquarters/Art Deco/Auditorium 1 Annual $ $ 4 South Shore Community Center 1 Annual $ $ 5 Miami Beach Police Department 1 Annual $ $ 6 16th Street Parking Garage 1 Annual $ $ 7 Miami Beach City Hall 1 Annual $ $ 8 Bass Museum 1 Annual $ $ 9 Fire Station No.2 (2) buildings 1 Annual $ $ 10 42nd Street Parking Garage 1 Annual $ $ 11 Byron Carlyle Theatre 1 Annual $ $ 12 Sunset Harbor Garage 1 Annual $ $ 13 Colony Theatre 1 Annual $ $ 14 Collins Park Garage 1 Annual $ $ 15 1755 Meridian 1 Annual $ $ 16 Pennsylvania Garage 1 Annual $ $ 17 777 Building (City Hall Annex) 1 Annual $ $ 18 Property Management Facility 1 Annual $ $ 19 Unidad Senior Center 1 Annual $ $ 20 Shane Rowing Center 1 Annual $ $ %LG$<&LW\RI0LDPL%HDFK 30 S 62.50 62.50 62.50 62.50 62.50 62.50 62.50 62.50 62.50 62.50 62.50 62.50 62.50 62.50 62.50 62.50 62.50 62.50 62.50 62.50 62.50 62.50 62.50 62.50 62.50 62.50 62.50 62.50 62.50 62.50 62.50 62.50 62.50 62.50 62.50 62.50 62.50 62.50 62.50 62.50 DocuSign Envelope ID: DA283602-F6CA-4224-8F76-EFBA2CD17AB4 21 South Pointe Park Buildings (3) bldgs 1 Annual $ $ Sub- total Group B1 - (Items 1 – 21) $ GROUP B2 - REPAIRS Item Hourly Rate Estimated Annual service hours U/M Unit Cost Total (Quantity x Unit Cost) 22 Hourly Rate - Regular 50 Hourly Rate $ $ 23 Hourly Rate - Non Regular 50 Hourly Rate $ $ Sub- total Item B2 - (Items 22 + 23) $ Total Group B (B1 & B2 Items 1 - 23) $ CONTINUED ON THE FOLLOWING PAGE. %LG$<&LW\RI0LDPL%HDFK 30 S 62.50 62.50 1,312.50 72.50 110 3,625.00 5,500.00 9,125.00 10,437.50 DocuSign Envelope ID: DA283602-F6CA-4224-8F76-EFBA2CD17AB4 GROUP C1 - HOOD SUPPRESSION SYSTEMS SERVICES Item Inspections Quantity U/M Unit Cost Total (Quantity x Unit Cost) 1 Fire Station No. 1 (Two (2) Buildings) 1 Annual $ $ 2 Fire Station No. 3 1 Annual $ $ 3 Fire Station No. 4 1 Annual $ $ 4 Bass Museum 1 Annual $ $ 5 Miami Beach Golf Club 1 Annual $ $ 6 Normandy Shores Golf Club 1 Annual $ $ 7 Fire Station No. 2 1 Annual $ $ Sub- total Group C1 - (Items 1 – 7) $ GROUP C2 – REPAIRS Item Hourly Rate Estimated Annual service hours U/M Unit Cost Total (Quantity x Unit Cost) 7 Hourly Rate - Regular 50 Hourly Rate $ $ 8 Hourly Rate - Non Regular 50 Hourly Rate $ $ Sub- total Item C2 - (Items 7 + 8) $ Total Group C (C1 & C2 Items 1 - 8) $ CONTINUED ON THE FOLLOWING PAGE. %LG$<&LW\RI0LDPL%HDFK 30 S NO BID NO BID NO BID NO BID NO BID NO BID NO BID NO BID NO BID NO BID NO BID NO BID NO BID NO BID NO BID NO BID NO BID NO BID NO BID NO BID NO BID DocuSign Envelope ID: DA283602-F6CA-4224-8F76-EFBA2CD17AB4 GROUP D1- CLEAN AGENT FIRE SUPPRESSION SYSTEMS SERVICES Item Inspections Quantity U/M Unit Cost Total (Quantity x Unit Cost) 1 Fire Station No. 2 (2) bldg 4 Annual $ $ 2 Miami Beach City Hall 1 Annual $ $ 3 Public Works Maintenance Facility 1 Annual $ $ 4 MBPD – North End Substation 2 Annual $ $ 5 Parkview Towers 1 Annual $ $ 6 Council Towers 1 Annual $ $ 7 Miami Beach Police Department 4 Annual $ $ Sub- total Group D1 - (Items 1-7) $ GROUP D2 – REPAIRS Item Hourly Rate Estimated Annual service hours U/M Unit Cost Total (Quantity x Unit Cost) 8 Hourly Rate - Regular 50 Hourly Rate $ $ 9 Hourly Rate - Non Regular 50 Hourly Rate $ $ Sub- total Item D2 - (Items 8 +9) $ Group D (D1 & D2 Items 1 - 9) %LG$<&LW\RI0LDPL%HDFK 30 S NO BID NO BID NO BID NO BID NO BID NO BID NO BID NO BID NO BID NO BID NO BID NO BID NO BID NO BID NO BID NO BID NO BID NO BID NO BID NO BID NO BID DocuSign Envelope ID: DA283602-F6CA-4224-8F76-EFBA2CD17AB4 5/24/2021 Frank H. Furman, Inc. 1314 East Atlantic Blvd. P. O. Box 1927 Pompano Beach FL 33061 Caroline Abel (954)943-5050 (954)942-6310 caroline@furmaninsurance.com Black Fire Protection Inc 1014 SW 19th St. Ft. Lauderdale FL 33315 Hudson Excess Insurance Company 14484 FCCI Insurance Co 10178 Associated Industries Ins Co Inc 23140 2020 Master 21 Auto A X X X Professional Included X X Y FSL00014702 11/12/2020 11/12/2021 1,000,000 100,000 5,000 1,000,000 2,000,000 2,000,000 Errors & Omissions included B X X Y CA10006818100 4/1/2021 4/1/2022 1,000,000 Basic PIP 10,000 A X X X 10,000 X Y FSLU00043801 5/7/2021 11/12/2021 1,000,000 1,000,000 C N AWC1156982 11/12/2020 11/12/2021 X 1,000,000 1,000,000 1,000,000 City of Miami Beach is inlcuded as additional insured for general liability & auto liability as required by written contract. Umbrella follows form over the GL. General liability, auto liability & workers comp contain a waiver of subrogation in favor of the additional insured. CITY OF MIAMI BEACH c/o EXIGIS Insurance Compliance Services P.O. Box 4668 – ECM #35050 New York, NY 10163-4668 Certificates-miamibeach@riskworks.com Dirk DeJong/CBA Y The ACORD name and logo are registered marks of ACORD CERTIFICATE HOLDER ©1988-2014 ACORD CORPORATION.All rights reserved. ACORD 25 (2014/01) AUTHORIZED REPRESENTATIVE CANCELLATION DATE (MM/DD/YYYY)CERTIFICATE OF LIABILITY INSURANCE LOCJECTPRO-POLICY GEN'L AGGREGATE LIMIT APPLIES PER: OCCURCLAIMS-MADE COMMERCIAL GENERAL LIABILITY PREMISES (Ea occurrence)$DAMAGE TO RENTED EACH OCCURRENCE $ MED EXP (Any one person)$ PERSONAL &ADV INJURY $ GENERAL AGGREGATE $ PRODUCTS - COMP/OP AGG $ $RETENTIONDED CLAIMS-MADE OCCUR $ AGGREGATE $ EACH OCCURRENCE $UMBRELLA LIAB EXCESS LIAB DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) INSRLTR TYPE OF INSURANCE POLICY NUMBER POLICY EFF(MM/DD/YYYY)POLICY EXP(MM/DD/YYYY)LIMITS PER STATUTE OTH- ER E.L.EACH ACCIDENT E.L. DISEASE - EA EMPLOYEE E.L. DISEASE - POLICY LIMIT $ $ $ ANY PROPRIETOR/PARTNER/EXECUTIVE If yes,describe under DESCRIPTION OF OPERATIONS below (Mandatory in NH) OFFICER/MEMBER EXCLUDED? WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y / N AUTOMOBILE LIABILITY ANY AUTO ALL OWNED SCHEDULED HIRED AUTOS NON-OWNED AUTOS AUTOS AUTOS COMBINED SINGLE LIMIT BODILY INJURY (Per person) BODILY INJURY (Per accident) PROPERTY DAMAGE $ $ $ $ THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSD ADDL WVD SUBR N / A $ $ (Ea accident) (Per accident) OTHER: THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). COVERAGES CERTIFICATE NUMBER:REVISION NUMBER: INSURED PHONE(A/C, No, Ext): PRODUCER ADDRESS: E-MAIL FAX (A/C, No): CONTACTNAME: NAIC # INSURER A : INSURER B : INSURER C : INSURER D : INSURER E : INSURER F : INSURER(S)AFFORDING COVERAGE SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. INS025 (201401) DocuSign Envelope ID: DA283602-F6CA-4224-8F76-EFBA2CD17AB4 POLICY NUMBER: COMMERCIAL GENERAL LIABILITY CG 24 04 05 09 CG 24 04 05 09 © Insurance Services Office, Inc., 2008 Page 1 of 1 WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name Of Person Or Organization: Blanket where required by written contract. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. The following is added to Paragraph 8. Transfer Of Rights Of Recovery Against Others To Us of Section IV – Conditions: We waive any right of recovery we may have against the person or organization shown in the Schedule above because of payments we make for injury or damage arising out of your ongoing operations or "your work" done under a contract with that person or organization and included in the "products- completed operations hazard". This waiver applies only to the person or organization shown in the Schedule above. FSL000147-02 DocuSign Envelope ID: DA283602-F6CA-4224-8F76-EFBA2CD17AB4 DocuSign Envelope ID: DA283602-F6CA-4224-8F76-EFBA2CD17AB4 DocuSign Envelope ID: DA283602-F6CA-4224-8F76-EFBA2CD17AB4 DocuSign Envelope ID: DA283602-F6CA-4224-8F76-EFBA2CD17AB4 DocuSign Envelope ID: DA283602-F6CA-4224-8F76-EFBA2CD17AB4 DocuSign Envelope ID: DA283602-F6CA-4224-8F76-EFBA2CD17AB4 WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 00 03 13 (Ed. 04-84) WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule. (This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us.) This agreement shall not operate directly or indirectly to benefit anyone not named in the Schedule. Any person or organization as required by written contract This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. (The information below is required only when this endorsement is issued subsequent to preparation of the policy.) Endorsement Effective 11/12/2020 Policy No. AWC1156982 Endorsement No. 0 Insured Black Fire Protection, Inc Premium $ 7,642 Insurance Company Associated Industries Insurance Company, Inc. Countersigned by WC 00 03 13 (Ed. 04-84) DocuSign Envelope ID: DA283602-F6CA-4224-8F76-EFBA2CD17AB4 POLICY NUMBER: COMMERCIAL GENERAL LIABILITY CG 20 10 07 04 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CG 20 10 07 04 © ISO Properties, Inc., 2004 Page 1 of 1 ADDITIONAL INSURED – OWNERS, LESSEES OR CONTRACTORS – SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s): Location(s) Of Covered Operations Blanket where required by written contract Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. Section II – Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by: 1. Your acts or omissions; or 2. The acts or omissions of those acting on your behalf; in the performance of your ongoing operations for the additional insured(s) at the location(s) desig- nated above. B. With respect to the insurance afforded to these additional insureds, the following additional exclu- sions apply: This insurance does not apply to "bodily injury" or "property damage" occurring after: 1. All work, including materials, parts or equip- ment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the location of the covered operations has been completed; or 2. That portion of "your work" out of which the injury or damage arises has been put to its in- tended use by any person or organization other than another contractor or subcontractor en- gaged in performing operations for a principal as a part of the same project. FSL000147-02 DocuSign Envelope ID: DA283602-F6CA-4224-8F76-EFBA2CD17AB4 POLICY NUMBER: COMMERCIAL GENERAL LIABILITY CG 20 37 07 04 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CG 20 37 07 04 © ISO Properties, Inc., 2004 Page 1 of 1 ADDITIONAL INSURED – OWNERS, LESSEES OR CONTRACTORS – COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s): Location And Description Of Completed Operations Blanket where required by written contract. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. Section II – Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury" or "property dam- age" caused, in whole or in part, by "your work" at the location designated and described in the sched- ule of this endorsement performed for that additional insured and included in the "products-completed operations hazard". FSL000147-02 DocuSign Envelope ID: DA283602-F6CA-4224-8F76-EFBA2CD17AB4 ATTACHMENT D INSURANCE REQUIREMENTS DocuSign Envelope ID: DA283602-F6CA-4224-8F76-EFBA2CD17AB4 INSURANCE REQUIREMENTS 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. Workers' Compensation Insurance for all employees of the Contractor as required by Florida Statute Chapter 440 and Employer Liability Insurance with a limit of no less than $1,000,000 per accident for bodily injury or disease. Should the Contractor be exempt from this Statute, the Contractor and each employee shall hold the City harmless from any injury incurred during performance of the Contract. The exempt contractor shall also submit (i) a written statement detailing the number of employees and that they are not required to carry Workers’ Compensation insurance and do not anticipate hiring any additional employees during the term of this contract or (ii) a copy of a Certificate of Exemption. 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 $1,000,000 per occurrence, and $2,000,000 general aggregate. 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 $1,000,000 combined per accident for bodily injury and property damage. D. Contractors’ Pollution Legal Liability (if project involves environmental hazards), with limits no less than $1,000,000 per occurrence or claim, and $2,000,000 policy aggregate. E. Installation Floater Insurance against damage or destruction of the materials or equipment in transit to, or stored on or off the Project Site, which is to be used (installed into a building or structure) in the Project. (City of Miami Beach shall Named as a Loss Payee on this policy, as its interest may appear. This policy shall remain in force until acceptance of the project by the City.) 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 DocuSign Envelope ID: DA283602-F6CA-4224-8F76-EFBA2CD17AB4 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 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@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. DocuSign Envelope ID: DA283602-F6CA-4224-8F76-EFBA2CD17AB4