Loading...
HomeMy WebLinkAboutBack-Up DocumentsCITY OF MIAMI, FLORIDA Contract Amount: Contract Term: Recommended Vendor: Background INTER -OFFICE 'MEMORANDUM TO: Emilio T. Gonzalez, Ph.D. City Manager !Jej,/ FROM: Annie Perez, CPPO Director of Procurement DATE: May 31, 2018 FILE: SUBJECT: Recommendation of Award for Citywide Roof Cleaning Services at Various City of Miami Buildings REFERENCES: IFB 774382 ENCLOSURES: Survey, Bid Tabulation Recommendation Based on the findings below, the Procurement Department (Procurement), hereby recommends approval for the award of a contract pursuant to Invitation for Bid (IFB) 774382 to lnclan Painting and Waterproofing, Corp., the sole responsive and responsible Bidder for Citywide Roof Cleaning Services at Various City of Miami Buildings. Contract Number/Title: IFB No. 774382 Citywide Roof Cleaning Services at Various City of Miami Buildings Estimated $351,000.00 for the five (5) years in the aggregate Initial term of three (3) years, with the option to renew for two (2) additional one (1) year periods IncIan Painting and Waterproofing, Corp. On Thursday, April 19, 2018, Procurement issued a solicitation under full and open competition. As required by the Procurement Code, the IFB was advertised and issued online. Bidders were required to meet all the minimum requirements established in the IFB in order to be deemed qualified to provide all the services. On Tuesday, May 15, 2018, Procurement received one (1) bid in response to IFB 774382, and has completed the review and tabulation following the guidelines published in the IFB. Findings As reflected in the attached Bid Tabulation, IncIan Painting and Waterproofing, Corp., was the sole Bidder for IFB 774382. After determining that IncIan Painting and Waterproofing, Corp., is a responsible Bidder and meets the minimum requirements to bid on IFB 774382, Procurement reviewed and determined that lnclan. Painting and Waterproofing, Corp.'s bid is responsive to IFB 774382. PR18037 Procurement hereby recommends that the Contract for Citywide Roof Cleaning Services at Various City of Miami Buildings be awarded to Inclan Painting and Waterproofing, Corp. Your signature below will indicate approval of this recommendation. Approved: E ilio T. Gonzalez, Ph.D. City Manager cc: Sandra Bridgeman, Assistant City Manager/Chief Financial Officer Nzeribe Ihekwaba, Assistant City Manager/Chief of Operations Kevin Kirwin, Director, Parks and Recreation Department Lydia Osborne, Ph.D., CPPO, CPPB, Assistant Director, Procurement Date: Z' / PR18037 Tabulation Sheet IFB 774382, Citywide Roof Cleaning Services at Various City of Miami Buildings IncIan Painting and Waterproofing, Corp., Bid IncIan Painting and Waterproofing, Corp., Best and Final Offer Line Description Qty Price Ext Price Price Ext Price Roof Cleaning at African Square Park, Community Center 1 $700.00 $700.00 $700.00 $700.00 Roof Cleaning at Alice Wainwright Park, Restrooms 1 $500.00 $500.00 $500.00 $500.00 Roof Cleaning at Antonio Maceo Park, Community Center 1 $600.00 $600.00 $600.00 $600.00 Roof Cleaning at Armbrister Park, Recreation Building 1 $600.00 $600.00 $600.00 $600.00 Roof Cleaning at Athalie Range, Recreation Building 1 $700.00 $700.00 $700.00 $700.00 Roof Cleaning at Belafonte Tacolcy Center, Recreation Building 1 $600.00 $600.00 $600.00 $600.00 Roof Cleaning at Billy Rolle Mini Park, Restrooms 1 $500.00 $500.00 $500.00 $500.00 Roof Cleaning at Black Police Museum, Recreation Buildin- 1 $700.00 $700,00 $700.00 $700.00 Roof Cleaning at Bryan Park, Recreation Building 1 $600.00 $600.00 $600.00 $600.00 Roof Cleaning at Buena Vista Park, Recreation Building 1 $600.00 $600.00 $600.00 $600.00 Roof Cleaning at Carlos Arboleya Campground, Recreation Building 1 $700.00 $700.00 $700.00 $700.00 Roof Cleaning at City Cemetary Building 1 $700.00 $700.00 $700.00 $700.00 Roof Cleaning at Coral Gate Park, Recreation Building 1 $600.00 $600.00 $600.00 $600.00 Roof Cleaning at Coral Way Community Center 1 $700.00 $700.00 $700.00 $700.00 Roof Cleaning at Curtis Park, Recreation Building 1 $600.00 $600.00 $600.00 $600.00 Roof Cleaning at David T. Kennedy Park, Recreation Buildi 1 $600.,00 $600.00 $600.00 $600.00 Roof Cleaning at Domino Park, Recreation Building 1 $700.00 $700.00 $700.00 $700.00 Roof Cleaning at Dorsey Park, Recreation Building 1 $700.00 $700.00 $700.00 $700.00 Roof Cleaning at Douglas Park, New Building 1 $600.00 $600.00 $600.00 $600.00 Roof Cleaning at Eaton Day Care 1 $600.00 $600.00 $600.00 $600.00 Roof Cleaning at Elizabeth Virrick Park, Recreation Buildin_ 1 $700.00 $700.00 $700.00 $700.00 Roof Cleaning at Fern Isle Park, Recreation Building 1 $600.00 $600.00 $600.00 $600..00 Roof Cleaning at Fort Dallas Park, Recreation Building 1 $700.00 $700.00 $700.00 $700.00 Roof Cleaning at Gibson Park, Gym and Recreation Buildin; 1 $800.00 $800.00 $800.00 $800.00 Roof Cleaning at Grapeland Park, Recreation Building 1 $700.00 $700.00 $700.00 $700.00 Roof Cleaning at Hadley Park, Community Center 1 $600.00 $600.00 $600.00 $600.00 Roof Cleaning at Henderson Park, Recreation Building 1 $700.00 $700.00 $700.00 $700.00 Roof Cleaning at Jackson House, Recreation Building 1 $700.00 $700.00 $700.00 $700.00 Roof Cleaning at Jose Marti Gym 1 $700.00 $700.00 $700.00 $700.00 Roof Cleaning at Jose Marti Park, Recreation Building 1 $600.00 $600.00 $600,00 $600.00 Roof Cleaning at Juan Pablo Duarte Park, Recreation Buildi 1 $500.00 $500.00 $500.00 $500.00 Roof Cleaning at Kinloch Park, Recreation Building 1 $700.00 $700.00 $700.00 $700.00 Roof Cleaning at Kirk Munroe Tennis Center, Recreation Building 1 $700.00 $700.00 $700.00 $700.00 Roof Cleaning at Legion Park, Community Center 1 $700,00 $700.00 $700.00 $700.00 Roof Cleaning at Lemon City Day Care Center 1 $600.00 $600.00 $600.00 $600.00 Roof Cleaning at Lemon City Park, Community Center 1 $600.00 $600.00 $600.00 $600.00 Roof Cleaning at Little Haiti Cultural Center, Recreation Building 1 $700.00 $700.00 $700.00 $700.00 Roof Cleaning at Little Haiti Soccer Park, Recreation Buildi 1 $600.00 $600.00 $600.00 $600.00 Roof Cleaning at Lumrnus Park, Recreation Building 1 $700.00 $700,00 $700.00 $700.00 Roof Cleaning at Margaret Pace Park, Recreation Building 1 $500.00 $500,00 $500.00 $500.00 Roof Cleaning at Melreese Golf Course, Recreation Buildin 1 $600.00 $600.00 $600.00 $600.00 Tabulation Sheet IFB 774382, Citywide Roof Cleaning Services at Various City of Miami Buildings Roof Cleaning at Miami Rowing Center, Recreation Buildin 1 $600.00 $600.00 $600.00 $600.00 Roof Cleaning at Moore Park, Community Center 1 $700.00 $700.00 $700,00 $700.00 Roof Cleaning at Moore Park Tennis Center, Recreation Building 1 $700.00 S700.00 $700.00 $700.00 Roof Cleaning at Morningside Park, Recreation Building 1 $600.00 $600.00 $600.00 $600.00 Roof Cleaning at MRC Building 1 $800.00 $800,00 $800,00 $800.00 Roof Cleaning at PBA, Recreation Building 1 $700.00 $700.00 $700.00 $700.00 Roof Cleaning at Peacock Park, Recreation Building 1 $600.00 $600.00 $600.00 $600.00 Roof Cleaning at Reeves Park, Recreation Building 1 $600.00 ' $600.00 $600.00 $600.00 Roof Cleaning at Regatta Park _ 1 $600.00 $600.00 $600.00 $600.00 Roof Cleaning at Riverside Park 1 $500.00 $500.00 $500.00 $500.00 Roof Cleaning at Robert King High Park, Recreation Buildin 1 $600.00 $600.00 $600.00 $600.00 Roof Cleaning at Roberto Clemente Park, Recreation Building 1 $700.00 $700.00 $700.00 $700.00 Roof Cleaning at Sandra de Lucca Developmental Center, Recreation Building 1 $700.00 $700.00 $700.00 $700.00 Roof Cleaning at Shenandoah Park, Recreation Building 1 $600.00 $600.00 $600.00 $600.00 Roof Cleaning at Shenandoah Park, Community Center 1 $700.00 $700.00 $700.00 $700.00 Roof Cleaning at Simpson Park, Recreation Building 1 $600.00 $600.00 $600.00 $600.00 Roof Cleaning at Southside Park, Recreation Building 1 $700.00 $700.00 $700.00 $700.00 Roof Cleaning at West End Park, Community Center 1 $700.00 $700.00 $700.00 $700.00 Roof Cleaning at Williams Park, Recreation Building 1 $600.00 $600.00 $600.00 $600.00 Roof Cleaning at Grapeland Water Park, Recreation Buildir 1 $600.00 $600.00 $600.00 $600.00 Roof Cleaning at Miami Bayside Marina, Marina Office 1 $700.00 $700.00 $700.00 $700.00 Roof Cleaning at Old Fire Station #13, Office and Clinic 1 $700,00 $700.00 $700.00 $700.00 Roof Cleaning at Dade County Youth Hall, Offices 1 $800.00 $800.00 $800.00 $800.00 Roof Cleaning at Beckham Hall Annex, Community Facility 1 $700.00 $700.00 $700.00 $700.00 Roof Cleaning at Bettwerway, Community Facility 1 $700.00 $700.00 $700.00 $700.00 Roof Cleaning at Allapattah Mini Park 1 $600.00 $600.00 $600.00 $600.00 Roof Cleaning at Jefferson Reeves Health Center, Office Building 1 $700.00 $700.00 $700.00 $700.00 Roof Cleaning at lames L. Knight Convention Center 1 $800.00 $800.00 $800.00 $800.00 Roof Cleaning at Miami Yacht Club, Marina Building 1 $800.00 $800.00 $800.00 $800.00 Roof Cleaning at South Parking Lot, P3, Marlins Stadium 1 $700.00 $700.00 $700.00 $700,00 Roof Cleaning at South Parking Lot, P4, Marlins Stadium 1 $700.00 $700.00 $700.00 $700.00 Roof Cleaning at North Parking Lot, P2, Marlins Stadium 1 $700.00 $700.00 $700.00 $700.00 Roof Cleaning at North Parking Lot, P1, Marinls Stadium 1 $700.00 $700.00 $700.00 $700.00 Roof Cleaning at Tower Theater 1 $600.00 $600.00 $600.00 $600.00 Roof Cleaning at Coconut Grove Sailing Club, Marina Buildi 1 $700.00 $700.00 $700.00 $700.00 Roof Cleaning at Bijans Historic Structure 1 $700.00 $700.00 $700.00 $700.00 Roof Cleaning at World Trade Center Parking Garage 1 $700.00 $700.00 $700.00 $700.00 Roof Cleaning at Marine Stadium Marina 1 $8,000.00 $8,000.00 $8,000.00 $8,000.00 Roof Cleaning at Bayside Seafood Restaurant 1 $6,000.00 $6,000.00 $6,000.00 $6,000.00 Roof Cleaning at Southfork Restaurant 1 $5,000.00 $5,000.00 $5,000.00 $5,000.00 IFB No. 774382 Cit -wide Roof Cleaning Services at Various City of Miami Buildings Survey The following survey was sent to vendors identified by the user department, as well as registered and enrolled vendors. The above referenced solicitation was advertised on April 19, 2018. The due date was May 15, 2018. The solicitation had a three (3) year minimum requirement to insure that they can provide the goods as well as insurance requirements. Due to lack of participation, Procurement reached out to the identified firms to determine whether barriers existed in their decision not to compete. For example: 1. Is there a reason why your firm did not respond to the solicitation? 2. Were there any barriers that kept you from submitting a response? 3. If the City of Miami decided to re -solicit these services will you be responding? 4. My firm did not have enough time to ask the City questions necessary to complete the IFB. 5. My firm was unable to meet the timeline for proposal due date. Following are the responses as received from firms: Firm Response 1 Al Property Services Group, Inc. geo@alpropertyservices.net Not able to log into system, but never reported it or called in for help. Yosvany Madruga 2 Aaron Construction Group, Inc. infoaaronconstructiongroup.com 05/21/2018-no response Diego Estepa 3 Advanced Recreational Concepts acooke(carcflorida.com 05/21/2018-no response Paul Bickham 4 Advanced Roofing, Inc. debbieqadvancedroofinq.com Heavy work load. Debbie Giuliani 5 All Construction & Developers allconstrudevelopc hotmail.com 05/21/2018-no response Mauricio Corredor 6 Coramarca Corp chacon.sandraat coramarcacorp.com 05/21/2018-no response Sandra Chacon 7 deja vu Building Solutions, LLC delavubldq c(r gmail.com 05/21/2018-no response Annette Castellanos-Guanche 8 Del Sol Roofing Enterprises, Inc. dsr@delsolroofing.com 05/21/2018-no response Daniel Del Sol 9 Florida Roofing, Inc. willviaf(Wvahoo.com 05/21/2018-no response Wilfredo Valdes 10 GC Works, Inc bid[ gcworksfl.com 05/21/2018-no response Lissette Martinez 11 Pontifex Construction Group, Inc. IrodriquezPpontifexgroup.com 05/21/2018-no response Luis Rodriguez 12 Seico Construction Corporation victorseicoconstruction.com 05/21/2018-no response 13 Stone Group Enterprises Inc. karenazari(cr3yahoo.com 05/21/2018-no response Karen Azari 14 Tech Contractors, LLC tchnIgyco cr bellsouth.net Did not see the solicitation. Alberto Perdomo 15 Tecta America South Florida, Inc. jrodriqueztectaamerica.com 05/21/2018-no response Fide! Martinez 16 Tomas Luis Building Contractor Inc. mannyluisec©gmail.com Plenty of work at the moment. They have not been successful bidder for City of Miami projects. Manuel Luis 17 A&J Roofing Corporation mqueir@bellsouth.net 05/21/2018-no response Miguel Guerrero 51,04.1.4org r r, 1 Department of Stata / Du•.ision of Dnrperatiors / Search Records / ➢plait By Document Number / Detail by Entity Name Florida Profit Corporation INCLAN PAINTING AND WATERPROOFING, CORP. Filing Information Document Number P95000036237 FEI/EtN Number 65-0580105 Date Filed 05/04/1995 State FL Status ACTIVE Last Event AMENDMENT Event Date Filed 02/09/2012 Event Effective Date NONE Principal Address 12252 SW 128TH STREET MIAMI, FL 33186 Changed: 06/27/2001 Mailing Address 12252 SW 128TH STREET MIAMI, FL 33186 Changed: 06/27/2001 Registered Agent Name & Address VEGA, DANIEL R 2555 PONCE DE LEON BLVD STE 220 CORAL GABLES, FL 33134 Name Changed: 11/16/2017 Address Changed: 11/16/2017 Officer/Director Detail Name & Address Title PD INCLAN, LUIS 12252 SW 128TH STREET MIAMI, FL 33186-5419 Annual Reports Report Year Filed Date 2016 04/28/2016 2017 05/11/2017 2018 01/30/2018 Document Images 02I2212018 - Reg. Agent Change 01; 30/2018 — ANNUAL REPORT 05/11,2017 -- ANNUAL REPORT 04/28/2016 — ANNUAL REPORT 03/11 2015 — ANNUAL REPORT 03/2612014 -- ANNUAL REPORT 09/27,2013 — ANNUAL REPORT 04/27/2012 — ANNUAL REPQRT 02/09/2012 — Amendment 12/01/2011 — Amendment 02/11.2011 —ANNUAL REPORT 11/16/2010 — REINSTATEMENT 05/05/2009 — ANNUAL REPORT 08/05/2008 — ANNUAL REPORT 06/21/2007 — ANNUAL REPORT 02.'03/2006 -- ANNUAL REPORT 03/11, 2005 — ANNUAL REPORT 11130/2004 — ANNUAL REPORT Dar 12/2004 -- ANNUAL REPORT 04/10/2003 — ANNUAL REPORT 10/03/2002 — Name Change 01/25/2002 — ANNUAL REPORT 06/27/2001 — ANNUAL REPORT 04/26/2000 — ANNUAL REPORT 05/10/1999 — ANNUAL REPORT 05/26/1998 — ANNUAL REPORT 05/01/1997 -- ANNUAL REPORT 05/01/1996 — ANNUAL REPORT 05/04/1995 — DOCUMENTS PRIOR TO 1997 View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF forrnat View image in PDF format View image in PDF format View image in PDF formal View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in POE format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF formal View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format /./ INCLAN PAIA177N6 cc WATERPROOFING CORPORATION COMME2CIAL 6 TQIAL - Im • . ,d6141.1' - r 4 - • _ OR t - . NAL .4 1,„t_,, tlint:e,....2414 V kr T re,st r• \APC)12...L.5-5, 1225 .5\VA-128'".5TR-LLT killAM1. L. 55186,d 'I -a 11-41 oFfIcE:(786)2/937/7428 • FA)\,(786)49,',3,w3430352 fit _ WEBSITE: WWW.INCLANPAINTING.NET EMAIL: INFOeINCLANPAINTING.NET it:7;11,r ffT. LAuPE_R_PAIZEi\VE.3T P C1A E5E.A. C TOLL FREE: 1-877-946-2526 1E9 olftE IncIan Painting and Waterproofing, Corp. DBA IncIan Construction Inclan Painting and Waterproofing, Corp. D/B/A IncIan Construction appreciates the opportunity to introduce to you our company services. IncIan Painting and Waterproofing, Corp. has specialized in painting, waterproofing, concrete restoration, stucco, and general repairs to interior and exterior surfaces. Including but not limited to preparation and coating of walls, floors, ceiling(s), windows and doors. My company is fully licensed and insured. The company was founded in 1981 in Elizabeth, New Jersey under the name of Inclan Color. In 1995 the company was established in South Florida and is where Inclan Painting and Waterproofing, Corp started. Throughout the years, all of our work has been performed by our experience and certified staff making sure that our clients are satisfied with our quality results. Inclan Painting and Waterproofing, Corp. D.B.A Inclan Construction 11252 S.W 128 Street Miami, FL 33186 0: (786)293-7428 INFO@INCLAN PAINTING.NET WWW.INCLANPAINTING.NET Mr. Luis Inclan Owner & President F: (786)293-7430 1(877)946-2526 IncIan Painting and Waterproofing, Corp. DBA IncIan Construction Licenses and Insurances 4-, Workers Compensation General Liability 4- Umbrella Coverage 4- Performance/ Labor/ Material Bond Capable Certificates 4- Community Small Business Enterprise (CSBE) Miami Dade County 4- Minority Business Enterprise Miami Dade Public Schools Minority Business Enterprise Broward County Public Schools *L Sections 3 Certified Business 4.- OSHA Certified Staff (OSHA 30, OSHA 10, Fall protection, Scaffold, Confined Space) 4- Certified by Lead -Safe United State Environmental Protection Agency 4- Business Certificate of Competency 4- Industrial Waste Occupational Safety and Health Administration 11252 S.W 128 Street Miami, FL 33186 0: (786)293-7428 INFO@INCLAN PAINTING.NET WWW.INCLANPAINTING NET F: (786)293-7430 1(877)946-2526 Inclan Painting and Waterproofing, Corp, DBA IncIan Construction Places we provide Services 4- Low/Mid/ High rise buildings 1- New Construction *- Condominiums 4- Apartment Complexes 4- Warehouses 4- Office Building I- Shopping Centers Church(s) or Religious Facilities 4- Schools and Campuses Medical Facilities 4- Industrial Facilities 4- Residential 4, Commercial 4- Government Facilities 4- Parking Garages and Lots Stadiums 4- Parks and Recreations 11252 S.W 128 Street Miami, FL 33186 0: (786)293-7428 INFO@INCLAN PAINTING.NET WWWJNCLANPAINT[NG.NET F: (786)293-7430 1(877)946-2526 IncIan Painting and Waterproofing, Corp. DBA IncIan Construction Our Services 4- Pressure Cleaning & Chemical Wash 4- Painting and protective coatings 4- Exterior & Interior Services 4- General Waterproofing 4- Tex -Cote - - Quartz Floor Installations 4- Stucco & Stucco Repair 4- Concrete Restoration 4- Epoxy Floor Coating 4- Metal Coating(s) Cementitious Installations Suppliers: Benjamin Moore•/A& PoIrduard DOW CORNING .. National ' Waterproo Fng �- Supply i SHERWIN WILLIAMS: NEOGARD 11252 5.W 128 Street Miami, FL 33186 4- Electrostatic Painting 4. Waterproofing Caulking ■.. Seal Coating & Striping Wall Coatings 4- Texture Finishes 4- Wood Staining 4- Wall coverings 4- Sandblasting & Water blasting 4- Expansion Joint 4- Parking Repairs & Coating NW, CHEMPROBE ■W a.M, ,vr,.. rirnc 0: (786)293-7428 INFO@INCLAN PAINTING.NET WWW.INCLANPAINTING.NET COAST TAL ;cOrxucrJOr vnvu C. F: (786)293-7430 1(877)946-2526 Inclan Painting and Waterproofing, Corp. DBA IncIan Construction Local Business Tax Receipt and License CTQB Is. Canstruchon Trades qualifying Board BUSINESS CERTIFICATE OF COMPETENCY 03BSO0456 INCLAN PAINTING & WATERPROOFING CORP D.8.A.: INCLA 1=t7IS 1 Is certified under the provisions of Chapter 10 of Miami -Dade County 002883 Local Business Tax Receipt Miami -Dade County, State of Florida -THIS IS NOT A BILL - DO NOT PAY 3781409 BUSINESS NAME/LOCATION INCLAN PAINTING & WATERPROOFING CORP 12252SW128ST MIAMI FL 33186 - OWNER INCLAN PAINTING & WATERPROOFING Worker(s) 3 RECEIPT NO. RENEWAL 3947638 EXPIRES SEPTEMBER 30, 2018 Must be displayed at place of business Pursuant to County Code Chapter 8A - Art. 9 & 10 SEC. TYPE OF BUSINESS 196 SPECIALTY BUILDING CONTRACTOR 03E150456 PAYMENT RECEIVED BY TAX COLLECTOR $75.00 09/27/2017 CREDITCARO-17-063872 This Local Business Tax Receipt only confirms payment of the Local Business Tax_ The Receipt is not a license, permit, or a certification of the holder's qualifications, to do business. Holder must comply with any govemmenlel Of nongovernmental regulatory laws and requirements which apply no the business. The RECEIPT NO. above must be displayed on all commercial vehicles - Miami -Dade Code Sec EVE, For more information, visit www.miamidede twllpttiPErclor 11252 5.W 128 Street Miami, FL 33186 INFO@INCLAN PAINTING.NET 0: (786)293-7428 WWW.INCLANPAINTING.NET F: (786)293-7430 1(877)946-2526 Inclan Painting and Waterproofing, Corp Serving Florida since 1995 C.B.P, M.I.A & MDCPS ID's MDCPS: JESSICA LUNSFORD ACT Jessica Lunsford Act is the informal name given to a 2005 Florida law. as well as laws in several other states. designed to protect potential victims and reduce a sexual offender's ability to re -offend. Requires specific notations on the driver's licenses of sexual predators, and established standards and procedures related to the background screening of individuals who provide contracted non -instructional services to Florida public schools or districts. M.I.A 03 17 or or Ar A 3 LUIS INCLAN ABREU IkCL*d PAINTING,'6NATER PROOFING 1227564 C.B.P a... 03 17 CONTRACTOR,' Air !/!/ JOSE P4NO INC LAN PAINT INGIWATERPRf SG I, 1241244 411,11a 44. l MIAMI INTLRNATIONAL AIRPORT - FBI BACKGROUND CHECK - FINGER PRINTS - SIDA * C ON TRAa.'TQR 'WA 03 17 CONTRACTOR ,• #. 4 LUIS ARTEAGA INC LAN PAiNTINGI WATERPROOFING 1729870 CON TRACTOR Genei.1r1, R.l611e1 •I, 11..1, 1124,!o. 03 COWTRACTG Air AT- !!� ` 1 LEANDRO ARROYO INCLAN PAINTI(r[GIWATERPRC "•.G 1242509 U.S Customs & Border Protection are the largest federal law enforcement agency of the United States Department of Homeland Security charged with regulating and facilitating international trade, collecting import duties, and enforcing U.S. regulations, including trade, customs, and immigration. As per some M.I.A project request for this type of clearance to work in restricted areas. A federal back ground check is conducted to all employees that will be on the job site. 12252 SW 128 Street Miami, FL 33126 Office: (786)293-7428 Fax: (786)293-7430 INFO u INCLANPAINTING.NET Www.Inclanpainting.net A• Inclan Painting and Waterproofing, Corp. DBA Inclan Construction OSHA Certified Luis Inclan hits successfully completed the Co fined Space Permit Safety Compliance Tratntttg 29 CFR 1910.146 & 1926 Subpart .l.1 Date: 6i10r1015 Expires: 61] V201' Trainer's Signature Risk Control ( onsultants Luis Inclan ibis successfully completed the Suspended Scaffold Safety Cnmplianee Training OSHA 29 CFR 1926.451 fall Inclan Painting & Waterproofing. Corp Date:1/07/2010 Trainer's Signature Risk Control C nsultants Luis Inclan Is authorized to opernte powered inuustrial equipment at OSHA. 29 CFR 1910.178 Inclan Painting & Waterproofing, Corp Date: 12/11/2014 Trainer's .signature Le Risk Control .onsultants Luis Encino has successfully completed the Fall Protection Training OSHA Subpart %1 Inclan Painting & Waterproofing, Corp. Date; 1/07/2010 J� Trainer's Signature �1 IP 40 5�..� •-war Risk Control onsultants 11252 S.W 128 Street Miami, FL 33186 0: (786)293-7428 ENFO@INCLAN PAiNTING.NET WWW.INCLANPAINTING NET F: (786)293-7430 1(877)946-2526 . /i IncIan Painting and Waterproofing, Corp. DBA IncIan Construction Jose '1",(1 Adult Fiat AgrCPctiAEC Amernar Red Cross • • • 03/05,2C'6 • 2 Years r GSV5f49 Reinaldo Zalanrar Adult First Aid/CPR, ED American Red Cross •-• •- • 03105,20.6 . 2 r',aars • •-• GSV51-.1) Yuctrt Fonseca Adult FIrst AldiCPRAED Amencar Red Cross • 0105/2015. ' 2 Years GSV51-413 First Aid and CPR Certified 4rreel,a. Own1 DOR '54i • 'IS Y1: 11252 S.W 128 Street Miami, FL 33186 1NFO@INCLAN PAINTING.NET American Red Cross Altrix:P Hernandez Adult First AKOCPRJAED American Red Cross 73'e. 3105,2016 2 Yaars GSV5FC = Fitebeda Ferreira Adult First AidICPRAED menear Red Cross - • • •-•' 03/05.• 20 6 . ii• • •• • 2 Years c GS 1451-43, 0: (786)293-7428 WWW.INCLANPAINTING.NET F: (786)293-7430 1(877)946-2526 L Inclan Painting and Waterproofing, Corp Serving Florida since 1995 Company Attorney Mr. Daniel R. Vega, Esq. TAYLOR ESFINO VELA TOURON Daniel R. Vega, Esq. Board Certified in Construction Law Toyfor Espino Vega & Touran. P.A. 2555 Ponce De Leon Blvd., Suite 220 Coral Gabtes, Fonda 33134 Telephone: J305; 443-2C43 Facsimile: 44 <. 43 Professional Recognition: 4- Board Certified in Construction Law by The Florida Bar (2006) 4- AV Rated by Martindale -Hubbell (2005) Education: Fiorida State University College of Law (J.D., cum laude, 1998). Notes 84. Comment Editor, Florida State University Law Review 4- Florida International University (B.S., Criminal Justice, 1994) Admitted to Practice: 4- Fiorida, 1998 4- United States District Courts, Southern, Middle and Northern Districts of Florida 4- United States Eleventh Circuit Court of Appeals 4- United States Court of Federal Claims Practice Areas: 4- Dan's areas of practice include construction and commercial litigation matters primarily in the state courts. 4- Dan is an expert on Florida's construction lien law, Chapter 713, Part I, Florida Statutes and Sections 255.05 and 337.18, Florida Statutes 12252 SW 128 Street Miami, FL 33126 Office: (786)293-7428 Fax: (786)293-7430 INFOA INCLANPAINTING.NET Ww w.Inclanpainting.net Jill Incian Painting and Waterproofing, Corp Serving Florida since 1995 RECOGNITIONS BOOST YOU; PRODU Top 15 New Tools for Painter> t.r 4�t trs�- . YAW: fttakES t[7sulitikid in € IYcprapebRvem et. e •1rfi1" ffaccis Exelotria.(:tavt}rStain glodJ ing Paint and Pinker in One SUdr/LE PAEP Pro painters guide to masking What I've Learned Luis Incian The best demsron we trade to ;Tow our COmp/ury sas b 'al+e a eap N war r ier.prg .eJenmer;:al a^d ;Curer^anent gtrtk. aP,CE1 ts ae id ArnS5 ! eatme{, tlannagme Ater t lames to 'natlponer and iirciirq. Cne t f+y arggrr °terlrg xrrts ras ^a%Ang Tee 'Zut.4r''Jtlitt X7 '.7t! Cer:'t ed Sri SPWrir 3te/V_rts n Marti +dare Los Wean Madan Ppintirry Mid AntteeprxlfinJ mdantweatinq net M1tinr1. Reticle ake goals, hit thethen raise the bar. The sky's the limit". Cilui'r1. ne:l.Jine wan Otean' S ieveicament mtr'tx'ty wed :er'sficd what! hsir2\.i !1•rer r W. else. e, ifCatlors 1J1.75 JS :e ]+d ,x' The best business advice L evw got was .o wPar to,. let 3 ,..&. 1'J.e J Arne!}*'.. u1U k iklw What advice do you have !or young people entering the painting business' .et sluc3ted nral f „ v.Irt in lnd 1r:n t r!e 3113eO tj ',Inc 111d. I. Nu ^,a.? due 1r'e r17 immteto `o 7r!E:i;ehe sUl'.essor 1 Y 5n rdustr 1 !flat ewll tverael ,cu u•_rar 7t^er Tar afar ana t s that MQ"e-st 5EdrC a1L'1 1r1I1 OCf1. IrmE ICC J. An gn.-,5 •r. e.p'i :an MO t The noel rewarding par of runrung nY alvn business ..td ,ng inn :i tct!ur.',t-e b 1•e bark. 1 are i 'dr it'arm ird t Nas tpltri alone :hat ilion.ed re b Bkc the 'eats n :t11'1n4 •h's 'ndeavrA litiln ]ih�s ,d re to ardwe the 11dr'jshos it d 'tlallen€Ps E( 71C n .te. KW' ant^ Jlei3d'ecd ne 7tx the y7r�1silcr.e,s Aitrame i Aare so grictot st' iMP'1 51e55P_d .51111 n ltnry 1 En' �n•.•le(,ed b tav! Tie pegrlre,,,nlr,M 11 tip Tty otrimirlr?. 'ny .hm;::, J. d amity in +nL( I iB Ins.54,.• trd aearg 5narlciady irate 3d1...wh tt 53 Jo et) Pw, ;lead our ovipi'te i1{er,' w wtrt t i kumn eh the Summer?) 7i PPG ROW - EG+ti[vr K trwyt7Ctant. fY8ntio iflare jtxrrMsr sUCtitii may? Erma• us at 38 PP,: a 3JA,F.1 Y • 12252 SW 128 Street Miami, FL 33126 Office: (786)293-7428 Fax: (786)293-7430 INFO?? INCLANPAINTItiG.NET Www.Incianpainting.net ri L X X x X A X X L 1 IS I.\'CL.4.\' 14667 SW 160 ST. Miami. FL 33177 Phone: (305) 992-8712 Cell / (786) 293-7428 Office info,rr` InclanPaIntinq.net / www InclanPaintinq net PROFILE Diligently directs and coordinates complete overview of the organization in accordance with company goals to obtain optimum efficiency: strategizes economy dynamics of operationsand maximizes profits by performing the following duties personally or subordinate supervision. PROFESSIONAL EXPERIENCE LVCL -1 \ PAINTING & 16:-1 TERPROOFI.vG CORP. (1995-2016) - O [t .\ ER & PRESIDEN T Fi ".V-CTIO.VS: Directs and coordinates promotion of services performed to develop new marketing. Steadily increases share of market in industry; and diligently maintain competitiveness. • Analyzes division or department budget request to identify areas in which reductions can be made. and allocates operating budget. • Facilitates monthly meeting with controller and management to evaluate job cost and project billable hours. • Maintains directives to Site supervisors and office manager outlining adherence to policy and procedures for on -site -workers. and continual updates implementation of such. >I.VDEPE.N-DENTCO.VTR-ICTOR (1981 -1995) - PROJECT MANAGER Quality Jobs: • FIL `- Go/den Panther Arena. Panther Hall Sky ECS & SA building, •• Jackson Memorial Hospital • Miami Dade County Public Schools Miami International Airport • Miami Dade Parks & Recreation American Signature Exterior and Interior Painting Marriott Hotel Waterproofing • Hialeah Housing Authority: Several Projects • City of Hialeah Hialeah Courthouse Painting & Waterproofing. • SR92-f Toll Plaza. • Pine Grove Condominium • .5050 Condominium • The Loft Il ▪ is/a Del Mar Condominiums • Green Diamond Condominiums Our organization provides ongoing charitable work for different non-profit organizations as a service to the community. * * Certifications: OSHA & OSHA 30 - SAFETY. LADDER. CONFINED SPACE. ,-RIAL LIFT, BOO\t SCISSOR u=r. SCAFFOLDING .AND SWING STAGE SET LP AND LSE. CONTRACTOR SCHOOL -CERTIFICATE OF COMPLETION 16-141 HOURS CERTIFICATE OF CO]IPLE I I ON- COURSE D102-001 FIRST AIDICPR CERTIFICATION Professional References: Provided Upon Request Arturo 8otello 786-337-0637 4508 SW 136 Place, Miami, FL art^otalloenot'nall.com Professional Profile Professional Experience with Paint;ng Vraterproofing, Epoxy Paint Coating. Stucco. • Operation of Boom Lift • Operation of Scissors Lit • Spray Painting Skills • Electrostatic Paint Appl cation Professional Experience os ing & L'J3terpracf!rg i�rl,a�� iCorp a p m, FL 2 yCPresent Supervisor Re.scorsibi'it ?s Or'enitirg. tra nin ass'gning. scheduling_ counssIing ard pl'nI g employees: ccr'!mnlcatir'y e. a io s, plannlr.g rr.orit riingg. appraising, and re.r',e-rr,ng jcc cor.tributtcns err:r::; g policies and procedures. Responsible for the �r„gres and productivity of ti"e company employees. Respans ble to report enpiayee s hogs. Re.sponsi'cle to a.ss:si t Pre -Bid Mee`.irgs. Education H gh School West Mist?-, Ca;l1fornta References References are available upon request. Employee List: Active & Documented Team Member's 1. Arturo Botello 2. Aaron Farinas 3. Juan Bosa 4. Marcos Arteaga 5. Davis Vasquez 6. Jose A Pino 7. Giovanni Rojas 8. Christopher Norman 9. Juan Antonio Padilla 10. Emmanuel Coen 11. Luis Lobo 12. Damian Calzada 13. Luis Luna 14. Luis Arteaga 15. Selvin Zuleta 16. Joel Lara 17.Juan Carlos Hernandez 18. Marcos Haber 19. Rafael Gonzalez 20. Vladimir Noezile 21. Rogelio Gutierrez 22. Brandon Pop 23.Juan Sanchez 24. Khaffany Laguerre 25. Monica Nazario 26. Lucero Perez 27.Antonio Turner 28. Vsatseslav Skromul 29. Angel lnclan 30. Lewis Moore 31. German Gonzalez 32. Dexter jones 33.Adam Korzen 34.Joel Lara 35. Jose Arias 36. Ross Correia 37. Leandro Arroyo 38. John Day 39. Kenneth Valle 40. Wayne Hogg 41. Ramon Rojas 42. Shawn Teeter 43. Elvin Matos 44. Tirso Matos 45. Miguel A Narvaez 46. Erick Pratt 47. Kenya Williams 48.Jose Ortega 49. Lazaro Madrigal 50. Dyrone Grissom 51. David Ryland 52. Darryl Gordon 53.Yosnier Martinez 54.Juan Fernandez 55. Luis Martinez 56. Enrique Herrera 57. Edward Williams 58. King Kenneth 59. Kenneth King Jr. Temporary/On-Call Team Member's 62.Jorge Requejo 63. Rodolfo Montero 64. Alexis Deropez 65. Miguel Ortega 66. Laquan Brown 67.Juan Carlos Abreu 68. Sayfi Herrera 69. David Lopez Lazo 70. Milton Mendez 71. Mauricio Rico 72.Jose Escorcia 73. Henry Avila 74. Wilber Rivas 75. Francisco Robletto 76.Jorge detrinidad 77.Juaquin Mirabar 78.Jacinto 5otofongo 79. Kevin Knight 80. Denis Mendes Inclan Painting and Waterproofing, Corp Serving Florida since 1995 IncIan Painting and Waterproofing Corp. Readily Available Equipment • 3-Boom Lifts • 2-Bucket Trucks • 5-Honda Pressure Cleaners • 5-Sprayers • Scaffolding • Various Ladders 12252 SW 128 Street Miami, FL 33126 Office: (786)293-7428 Fax: (786)293-7430 INFO'a INCLANPAINTING.NET Www.Inclanpaintiag.net 311ttd-t. it 'tatr Eiiuinuuiieitfal 1rutertiuit Aqruri; In rrietifilt1t��t Incian Painting & Waterproofing Corporation has fulfilled the requirements of the Toxic Substances Control Act (TSCA) Section 402, and has received certification to conduct lead -based paint renovation, repair, and painting activities pursuant to 40 CFR Part 745.89 Jtt tltr Juriicfitnt All EPA Administered States, Tribes, and Territories This certification is valid from the date of issuance and expires August 15, 2021 NAT-115284-2 Certification # May 20, 2016 Issued On Michelle Price, Chief Lead, Heavy Metals, and Inorganics Branch 2018041913393727 OFFICIAL DOCUMENT MIAMI-DADE COUNTY Regulatory and Economic Resources Ens,irrnmental Resources Management 701 N44 1st Court • 7th Floor Miami, Florida 331 36-3912 T .305-372-6600 F 305-372-6893 Permit No: IW5-017600-2010/2019 (REG)-MWSO Permit Issued To: INCLAN PA=N ING & WATERPROOFING CORP. Facility Location: 12252 SW 129 ST MIAMI, FL 33185- Contact Name/Address: Attn: Luis Inclan INCLAN PAINTING & WATERPROOFING CORP. 12252 SW 128 ST MIAMI, FL 33186- INDUSTRIAL WASTE 5 ANNUAL OPERATING PERMIT DESCRIPTION OF FACILITY/EQuiPmE.NT miamidade.gov This document, issued under the provisions of Chapter 24, Miami -Dade County (Dade County Environmental Froce_tion Ordinance}, shall be valid from May 01, 2018 through April 30, 2013. The above named per--- 1s hereby authorized to operate the pollution control facility at the above 1:7catisn which consists of the followina, Fac-__tiaa that handle hazardous materials and do not generate any waste. Served by sanitary sewer. This facility is sub'e__ to conditions listed below and in the following pages (if any} of this permit. SPECIFIC COND=-TONS 1 Facility stall ha'r < e ability to Cis= fain and collect ar.'i spill and properly dispose of contaminated +rave_=aid. 2.=Cis=n_-il 3ci113 T113: be reported to this department within 24 hours at (305)3/2-5955. 2. Records ofincoming and outgoing hazardous materials shall be maintained in an orderly manner and be made available to this department's representatives upon_ request. Records shall be kept for a period of three years. 3. A11 above ground tanks and storage areas for hazardous materials and hazardous waste_ (if allowed; must have secondary =__.:ainmer_t. Desi;5n .And constructicn must have departmental approval. 4. If at any time polluti_ n control facilities or procedures are found to be performing inadequately, :Ie m,.1,t provide immediate improvements to the operating tecanigues and/or additional e;uipr..=i t=. - ti operate is COMpiLanCe with .applicable regulations. Additionally, any --f:_a:.. _ranges in facility operations, processes or inventory cf materials must be reported t7 t_s ot_ity i:. writing within 10 days. GENERAL CONDITIONS 5. The applicant, by aczettance of :his document, agrees to operate and ma_-. the subject operation so as to comply with the requirements of Chapter 24 of the Coda af Miami -Dade County. 6. If for any reason, the applicant does not comply with or will be unable to comply with any condition or limitation specified on this document the applicant shall immediately notify and arovide the department with the following information: (a; a description of and cause of non-compliance; and (b) the period of non-compliance including exact dates and times; or, if not corrected, the anticipated time the non-compliance is expected to continue, and steps taken to re3.s:e, eliminate, and prevent recurrence of the non-compliance. The applicant shall be responsible for any and all damages w ich may result and may be subject to er.forzenent action by Lee N. Hefty, Assistant Director Depart.ment of Regulatory and Economic Resources, En*rironmental Resources Management Page 1 of 2 Inclan Painting and Waterproofing, Corp Serving Florida since 1995 System for Award Management (S.A.M.) https://www.sam.gov NCIAN PAINTING AND WATERPROOFING, CORP. DUNS: 883462012 CAGE Code: 466N: Statum Active Expiration Date: o7/17/261.8 Purpose of Relation_ AR Awards 19159 SW t2$TH Sr IgLeal UNITED STATES Entity Over-ie« Entity Registration Summary Name: ECCLAIC a J TLY G A.\4 AIERPROOF D:G. CORP. Business Type: Business or Organization Last Updated By LEIS LtiCLAN Registration Status: c Activation Date: o� i_ .,c.i- Espiration Date: c- 2,318 Exclusion Summary Active Exclusion Records? NO 12252 SW 128 Street Miami, FL 33126 Office: (786)293- 7 428 Fax: (786)293-7430 INFO INCL-LNPAINTING.tiET Www.Inclanpainting.net r '20/2017 B2Gnnw MIAM1-DADE COUNTY PUBLIC SCHOOLS Minority/Women Business Enterprise (MWBE) Certificate THIS CERTIFIES THAT IncIan Painting & Waterproofing Corp. DBA IncIan Construction IS OWNED AND CONTROLLED BY A(N) HISPANIC AMERICAN PURSUANT TO MIAMI-DADE COUNTY PUBLIC SCHOOL BOARD POLICY 6320.02 ql\ISNPUQ, (gcla4 June 20, 2017 June 20, 2020 6504673 Issue Date Expiration Date Vendor No. Office of Economic Opportunity 1450 NE 2nd Avenue, Suite 428 Miami, Florida 33132 https:/kniarnidad schools.diversltycnmpllance.com/FrontPa NanclorMnin.asp7XIQ='148I 1n 6 20/2017 B?Gnow MIAM1-DADE COUNTY PUBLIC SCHOOLS Micro Business Enterprise (MBE) Certificate THIS CERTIFIES THAT IncIan Painting & Waterproofing Corp. DBA IncIan Construction OWNED AND CONTROLLED FIRM, PURSUANT TO PURSUANT TO MIAMI-DADE COUNTY PUBLIC SCHOOL BOARD POLICY 6320.02 June 20, 2017 June 20, 2020 6504673 Issue Date Expiration Date Vendor No. iKlid,tira, (4424 Office of Economic Opportunity 1450 NE 2nd Avenue, Suite 428 Miami, Florida 33132 tos:!lmiamAadeschool s.diversit}rccm fl i anne.com/FrontPacgeNenrlorM ai H asp?XID=19R6 MIAMI-DADE coIINM, mmamidade.gov February 6, 2018 Luis Inclan INCLAN PAINTING AND WATERPROOFING, CORP. D/B/A INCLAN CONSTRUCTION 12252 SW 128th St Miami, FL 33186 Approval Date: September 30, 2017 - Small Business Enterprise - Goods & Services (SBE - G&S) Expiration Date: September 30, 2020 Dear Luis Inclan, Internal Services Department Small Business Development 111 NV/ 1 Street, 19th Floor Miami, Florida 33128 miamidade.gov T 305-375-3111 F 305-375-3160 Miami -Dade County Small Business Development (SBD), a division of the Internal Services Department (1SD) has completed the review of your application and attachments submitted for certification. Your firm is officially certified as a Miami -Dade County Small Business Enterprise - Goods & Services (SBE - G&S). The Small Business Enterprise (SBE) programs are governed by sections 2-8.1.1.1.1; 2-8.1.1.1.2; 2-10.4.01; 10-33.02 of Miami -Dade County's Codes. This (Small Business Enterprise - Goods & Servtes (SBE - G&S)) certification is valid for three years provided that you submit a "Continuing Eligibility Affidavit' on or before your anniversary date, September 30, 2018. The affidavit must indicate any changes or no changes it your firm pertinent to your certification eligibility. The submittal of a "Continuing Eligibility Affidavit" annually with specific supporting documents on or before your Anniversary Date is required to maintain the three-year certification. You will be notified of this responsibility in advance of the Anniversary Date. Failure to comply with the said responsibilities may result in immediate action to decertify the firm. If at any time there is a material change in the firm including, but not limited to, ownership, officers, director, scope of work being performed, daily operations, affiliation(s) with other businesses or the physical location of the firm, you must notify this office in writing within (30) days. Notification should include supporting documentation. You will receive timely instructions from this office as to how you should proceed, if necessary. This letter will be the only approval notification issued for the duration of your firm's three years' certification. If the firm attains graduation or becomes ineligible during the three-year certification period, you will be properly notified following an administrative process that your firm's certification has been removed pursuant to the code. Your firm's name and tier level will be listed in the directory for ail SBE certified firms, which can be accessed through Miami -Dade County's SBD website: http:/lwww.rniamidade.gov/smallbusiness,'certification-lists.asc. The categories as listed below affords you the opportunity to bid and participate on contracts with Small Business Enterprise measures. It is strongly recommended that you register your firm as a vendor with Miami -Dade County. To register, you may visit: htto:I/www.miamidade.gov±procurement,'vendor-registraticn.aso. Thank you for your interest in doing business with Miami -Dade County. If you have any questions or concerns, you may contact our office at 305-375-3111 or via email at sbdcert(amiamidade.gov. Sincerely, Claudious Thompson, Section Chief Small Business Development CATEGORIES: IYcur 5rrr may bid Jr paricrate or. contracts orly under alese categones) NIGP 910: BUILDING MAINTENANCE, INSTALLATION AND REPAIR SERVICES NIGP 91000: BUILDING MAINTENANCE. INSTALLATION AND REPAIR SERVICES NIGP9"05l: PAINING, MAIN"ENANCE AND REPAIR SERVICES (INCLUDING CAULKING) NIGP 9'078:WEAI HERIZATION,'NEATHER AND WATERPROOFING MAINTENANCE AND REPAIR SERVICES NIGP 96166. SIGN MAKING AND PAINTING SERVICES NIGP 96231: ELECTROSTATIC PAINTING NIGP 96255: METAL COATING SERVICES; THERMAL SPRAY AND H,V,O,F, (HIGH VELOCITY OXY-FUEL) NIGP 96861: PAVEMENT MARKING SERVICES (INCLUDING REMOVAL OF MARKINGS) NIGP 96894: WATERPROOFING SYSTEMS AND REPAIR MIAMI-DADE mtamidade.gov December 27, 2017 Luis Inclan INCLAN PAINTING AND WATERPROOFING, CORP. D/B/A INCLAN CONSTRUCTION 12252 SW 128th St Miami, FL 33186 Dear Luis Inclan, Internal Services Department Small Business Development 111 NWT street, 191:11 Far Miami, Florida 33126 miam+dade.gcv T 305-375-3111 F 305-375-3160 Approval Date: September 30, 2017 Expiration Date: September 30, 2020 Miami -Dade County Small Business Development (SBD), a division of the Internal Services Department (ISD) has completed the review of your application and attachments submitted for certification. Your firm is officially certified as a Miami -Dade County Small Business Enterprise - Construction (SBE - Cons) in accordance with section 10-33.02 of the code of Miami -Dade County. This (SSE/CONS) certification is valid for three years provided that you submit a "Continuing Eligibility Affidavit" on or before your anniversary date, September 30, 2018. The affidavit must indicate any changes or no changes in your firm pertinent to your certification eligibility. The submittal of a "Continuing Eligibility Affidavit" annually with specific supporting documents on or before your Anniversary Date is required to maintain the three-year certification. You will be notified of this responsibility in advance of the Anniversary Date. Failure to comply with the said responsibilities may result in immediate action to decertify the firm, If at any time there is a material change in the firm including, but not limited to, ownership, officers, director, scope of work being performed, daily operations, affiliations) with other businesses or the physical location of the firm, you must notify this office in writing within (30) days. Notification should include supporting documentation. You will receive timely instructions from this office as to how you should proceed, if necessary. This letter will be the only approval notification issued for the duration of your firm's three years' certification. If the firm attains graduation or becomes ineligible during the three-year certification period. you will be properly notified following an administrative process that your firm's certification has been removed pursuant to the code. Your company is certified in the categories as listed below affording you the opportunity to bid and participate on contracts with Small Business Enterprise measures. Please note that the categories fisted are very general and are used only to assist our customers in searching the directory for certified firms to meet contract goals. You can find the firm's up-to-date certification profile as well as all other certified firms on the Miami -Dade County Internal Services Department, Small Business Development Certified Firms' Directory at the website http://www,miamidade,gov?smallbusiness/cer'.ification-programs. asp. It is strongly recommended that you register your firm as a vendor with Miami -Dade County_ To register, you may visit: http.//www.miamidade.00v!grocurernent,'vendor-reoistration.aso. Thank you for your interest in doing business with Miami -Dade County. If you have any questions or concerns, you may contact our office at 305-375-3111 or sbdcert.r'%mia midade.00v. Sincerely, Claudious Thompson, Section Chief Small Business Development CATEGORIES: (Your firm may bid or participate cn contracts only under these categories) NAICS 238320: PAiMTING AVO WALL COVERING CONTRACTORS NAXCS 2383910: OTHER BUILDING FINISHING CONTRACTORS MIAMI-c 1DE miamidade.goy December 27, 2017 Internal Services Department Small Business Development 111 NW 1 Street, 19th Floor Miami, Florida 33128 miamidade.gov T 305-375-3111 F. 305-375-3160 Luis Inctan INCLAN PAINTING AND WATERPROOFING, CORP, D/B/A INCLAN CONSTRUCTION 12252 SW 128th St Miami, FL 33186 Anniversary Date: September 30, 2018 Approval Date: September 30, 2017 - Disadvantaged Business Enterprise (DBE) Dear Luis Inctan, Miami -Dade County Small Business Development (SBD), a division of the Internal Services Department (ISD), is pleased to notify you that your firm is certified under the Florida Unified Certification Program (UCP). Your firm meets the eligibility requirements for certification as a Disadvantaged Business Enterprise (OBE) in accordance with 49 CFR Part 26. DBE certification is continuous with no expiration date; however, firms are required to attest that there are no changes via the No Change Declaration form on or before the firm's anniversary date to remain certified. You will be notified of your annual responsibilities in advance of the Anniversary Date listed above. You must submit the annual No Change Declaration form no tater than the Anniversary Date to maintain your eligibility. Your firm will be listed in the UCP DBE Directory which can be accessed through the Florida Department of Transportation's website: htto://www3b.dot.state.fl.us /EqualOpportunityOfficeBusinessDirectory1. DBE certification is NOT a guarantee of work, but it enables the firm to compete for and perform contract work on all USDOT Federal Aid (FAA, FTA and FHWA) projects in Florida as a DBE contractor, sub -contractor, consultant, sub -consultant or material supplier. If at any time there is a material change in your firm, you must advise this office by sworn affidavit and supporting documentation within thirty (30) days. Changes include, but are not limited to ownership, officers, directors, management, key personnel, scope of work performed, daily operations, on -going business relationships with other firms, individuals or the physical location of your firm. After our review, you will receive instructions as to how you should proceed, if necessary. Failure to comply will result in action to remove your firm's DBE certification. It is strongly recommended that you register your firm as a vendor with Miami -Dade County. To register, you may visit: htto://wv w.miamidade.covtorocurementivendor-recis`ration,aso. Thank you for your interest in doing business with Miami -Dade County. If you have any questions or concerns, you may contact our office at 305-375-3111 or sbdcert(ad}miamidade.gov. Sincerely, Claudious Thompson, Section Chief Small Business Development NA:CS & Industry Title. (YoLr firm is eligible to compete for and per`crri work on art USCOT Federal Aid projects throughout Florda and may eam CBE or ACDBE credit for work performed in the following areas.) NAICS 238320: PAINTING AND WAv_L COVERING CONTRACTORS NA1CS 238390- OTHER BUILDING FINISHING CONTRACTORS MIA M1-D DE coUNFT miamidade.gov December 27, 2017 Luis Inclan INCLAN PAINTING AND WATERPROOFING, CORP. D/B/A INCLAN CONSTRUCTION 12252 SW 128th St Miami, FL 33186 Dear Luis Inclan, Internal Services Department Small Business Development 111 NW 1 Street, 19th Floor Miami, Florda 3312a miamidade.gcv T 305-375-3111 F 305-375-3160 Approval Date: September 30, 2017 - Local Developing Business (LDB) Miami -Dade County Small Business Development (SBD), a Anniversary Date: September 30, 2018 division of the Internal Services Department (ISD) has completed the review of your application and attachments submitted for certification. Your firm is officially certified as a Miami -Dade County Local Developing Business (LDB) in accordance with section of the code of Miami -Dade County. LDB certification is continuous with no expiration date; however, firms are required to attest that there are no changes via the No Change Declaration form on or before the f rm's anniversary date to remain certified. You will be notified of your annual responsibilities in advance of the Anniversary Date listed above. You must submit the annual No Change Declaration form no later than the Anniversary Date to maintain your eligibility. You will be notified of this responsibility in advance of the Anniversary Date. Failure to comply with the said responsibilities may result in immediate action to decertify the firm. If at any time there is a material change in the firm including, but not limited to, ownership, officers, director, scope of work being performed, daily operations, affifiation(s) with other businesses or the physical location of the firm, you must notify this office in writing within (30) days. Notification should include supporting documentation. You will receive timely instructions from this office as to how you should proceed, if necessary. Your company is certified in the categories as listed below affording you the opportunity to bid and participate on contracts with Small Business Enterprise measures. Please note that the categories listed are very general and are used only to assist our customers in searching the directory far certified firms to meet contract goals. You can find the firm's up-to-date certification profile as well as all other certified firms an the Miami -Dade County Internal Services Department, Small Business Development Certified Firms' Directory at the website httpirwww.miamidade.govlsmallbusiness/certification-orograms.aso. It is strongly recommended that you register your firm as a vendor with Miami -Dade County. To register, you may visit: htto:ffwww.miamidade.govrprocurement,'vendor-registratian.aso. Thank you for your interest in doing business with Miami -Dade County. If you have any questions or concerns, you may contact our office at 305-375-3111 or sbdcert©miamid ade.gov. Sincerely, Claudious Thompson, Section Chief Small Business Development CATEGORIES: (Your firm may bid or participate on contracts only under these categories) NAICS 238320: PAINTING AND WALL COVERING CONTRACTORS NAICS 238390: OTHER BUILDING FINISHING CONTRACTORS www.aitersurety.com = July 26, 2017 RE: INCLAN PAINTING & WATERPROOFING, CORP. 12252 S.W. 128°h Street Miami, FL 33186 To Whom It May Concern: This is to advise you that our office provides Bid, Performance, and Payment Bonds for Inclan Painting & Waterproofing. Corp. Their surety is The Service Insurance Company, Inc. which carries an A.M. Best Rating of A- IV and is listed in the Department of the Treasury's Federal Register. Based upon normal and standard underwriting criteria at the time of the request, we anticipate providing Performance and Payment Bonds for single size jobs in the $500,000 range and S500,000 in the aggregate. These amounts should not be construed as a limit but rather a guide to handle their day-to-day needs. We obviously reserve the right to review all contractual documents, bond forms, and obtain satisfactory evidence of funding prior to final commitment to issue any bonds. Inclan Painting & Waterproofing. Corp. is an excellent contractor and we hold them in high regard. Obviously, we feel extremely confident in our contractor and encourage you to offer them an opportunity to execute any upcoming project. This letter is not an assumption of liability, nor is it a bid or performance & payment bond. It is issued only as a bonding reference requested by our respected client. If you should have any questions, please do not hesitate to give me a call. Sincerely, Jonathan Bursevich Resident Agent 5979 N.W. 151st Street • Suite 202 • Miami Lakes, Florida 33014 Phone: 305.517.3803 • Fax: 305.328-4838 ■■ ■ ■■ ■ INCLAN PAINTING & WATERPROOFING, CORP. 1 DBA INCLAN CONSTRUCTION SERVING FLORIDA SINCE 1995 YOUR PROPOSAL WWW.INCLANPAINTING.NET ♦ E 12252 SW 128T11 Street Miami, Fl. 33186-5419 • Phone: (786) 293-7428 Fax: (786) 293-7430-MAIL: INFO@INCLANPAINTING.NET ■ ■■ ■a Certification Statement Please quote on this form, it' applicable. net prices for the item(s) listed. Return signed original and retain a copy for your tiles. Prices should include all costs, including transportation to destination. The City reserves the right to accept or reject all or any part of this submission. Prices should be tirm for a minimum of 180 days following the time set for closing of the submissions. In the event of errors in extension of totals, the unit prices shall govern in determining the quoted prices. We (1) certify that we have read your solicitation. completed the necessary documents, and propose to furnish and deliver, F.O.S. DESTINATION, the items or services specified herein. The undersigned hereby certifies that neither the contractual party nor any of its principal owners or personnel hae,e been convicted of any of the violations, or debarred or suspended as set in section 18-107 or Ordinance No. 12271. All exceptions to this submission have been documented in the section below (refer to paragraph and section). EXCEPTIONS: We (1) certify that any and all information contained in this submission is true: and we (1) further certify that this submission is made without prior understanding, agreement, or connection with any corporation. firm, or person submitting a submission for the same materials, supplies. equipment, or service, and is in all respects fair and without collusion or fraud. We (I) a;ree to abide by all terms and conditions of this solicitation and certify that I am authorized to sign this submission for the submitter. Please print the following and sign your name: PROPOSER NAME: - -J7t �i t T?:;:-r f r++ /tyt'/2 I'T U 1 ADDRESS' /7 is' S` , rfl .r F; .'J1r6 PHONE: 71 293 �7 y FAX: J1‘► J' 9 z- EMAIL: t RC turie(.4., CEL,L(fJpiio SIGNED BY: -- Vim. )i` TITLE: c? S��� �— DATE: ). r; s ' `r FAILURE TO COMPLETE, SIGN, AND RETURN THIS FORM SH:kLL DISOL_ALIEN THIS RESPONSE. Page 2 of 57 Certifications Legal Name of Firm: art(-- .LTA N t h is 1 5 l (((� f Y:.�{` 14 0-C e —rift, i `� ? . I W V roc""l f 4-1 Entity TyAe: Partnership, Sole Proprietorship, Corporation. etc. C� UceJ fc=—�j mr-� Year Established: Office Location: City of Miami, Miami -Dade County, or Other Business Tax Receipt'Occupational License Number: Business Tax ReceiptOccupational License Issuing Agency: -r— Business Tax Receipt'Occupational License Expiration Date: 0 br ., �..^ J Will Subcontractors) be used? (Yes o If subcontractors) will be utilized, provide their name, address and the the portion of the work they will be responsible for under this contract (a copy of their license(s) must be submitted with your bid response): Please list and acknowledge all addendum/addenda received. List the addendum,"addenda number and date of receipt (i.e. Addendum No. 1, 7;1/07). It no addendum addenda v, as,'4vere issued, please insert N/A. 10 /A f•S Of`e__ If Bidder has a Local Office, as defined under Chapter 14 Articlle I11, Section l 8-73 of the City Code, has Bidder Filled out, notarized, and included with its bid response the "City of Miami Local Office Certification" form? YES OR NO? (The City of Miami Local Office Certification form is located in the Oracle Sourcing system ("iSupplier"), under the Header Notes and Attachments Section of this solicitation) 1 p Reference No. I: Name of Company Agency for which bidder is currently providing the services "goods Paee 3 of 57 as described in this solicitation, or has provided such services/goods in the past: Reference No. I : Address, City, State. and Zip for above reference companylagency listed: 7 S e -k- G.e.c_C Reference No. I: Name of Contact Person and Telephone `umber for above reference no. 1 Reference No. 1: Date of Contract or Sale for above reference no. 1 i, t,' 6crtfret c+5 i'';* + CI Rim ee e ij7/if Reference No. 2: Name of Company'Agency for which bidder is currently providing the services, goods as described in this solicitation, or has provided such services/goods in the past: Reference No. 2: Address, City. State, and Zip for above reference company/agency listed: ? i a 5 L�=�� 26 <; 5 ����_ Os0.m P. r U.' J s Reference No. 2: Name of Contact Person and Telephone Number for above reference no. 2 0 ;& (�5 L' = i4, r 9 C =SC4.) I er Reference No. 2: Date of Contract or Sale for above reference no. 2 Reference No. 3: Name of Company Agency for which bidder is currently providing the services,'eoods as described in this solicitation, or has provided such services/goods in the past: 1 %5 rif'r:-Irl"1`�� i�44 Ll �, \'C �•�Ar�i,^r1 Reference No. 3: Address, City. State, and Zip for above reference company/agency listed: 3 e ✓ tic='r "l !{'.�4 "t (� I l.r L� J 1LL� t, I1 i i P'i_ �j ,i'✓ fi I ?.i I k{5 Reference No. 3: Name of Contact Person and Telephone Number for above reference no. 3 Reference No. 3: Date of Contract or Sale for above reference no. 3 Page 4 of 57 Linz: 1 Description: Roof Cleaning at African Square Park, Community Center, Pursuant to Section 3.1, Scope of Work/Specifications Herein. Category: 96221-00 Unit of Measure: Dollar Unit Price: S '70D -D Line: 2 Number of Units: 1 Total: S 7 C : CU Description: Roof Cleaning at Alice Wainwright Park, Restrooms, Pursuant to Section 3.1, Scope of Work/Specifications Herein. Category: 96221-00 Unit of Measure: Dollar Unit Price: 5 5 0C' - '} Line: 3 Number of Units: 1 Total: 5 57)0. C.:) Description: Roof Cleaning at Antonio %laceo Park, Community Center, Pursuant to Section 3.1, Scope of Work/Specifications Herein. Category: 96221-00 Unit of Measure: Dollar Unit Price: $ 6OO . c-0 Line: 4 Number of Units: 1 Total: $ ( ("--) Description: Roof Cleaning at Armbrister Park, Recreation Building, Pursuant to Section 3.1, Scope of Work/Specifications Herein. Category: 96221-00 Unit of Measure: Dollar Unit Price: S<%'�'� Number of Units: 1 Total: 5 �� .C3 Page5of57 Line: 5 Description: Roof Cleaning at Athalie Range Park, Recreation Building, Pursuant to Section 3.1, Scope of \V orllSpecifications Herein. Category: 96221-00 Unit of Measure: Dollar Unit Price: S 7C V ' '7 Line: 6 Number of .'nits: 1 Total: $ '70°, L57) Description: Roof Cleaning at Belafonte Tacolcy Center, Recreation Building, Pursuant to Section 3.1, Scope of Work/Specifications Herein. Category: 96221-00 Unit of Measure: Dollar Unit Price: S ( CO CO Line: 7 Number of Units: 1 Total: 5 ("CC'. Description: Roof Cleaning at Billy Rolle Mini Park, Restrooms, Pursuant to Section 3.1, Scope of Work/Specifications Herein. Category: 96221-00 Unit of Measure: Dollar Unit Price: $ 4:5) Line: 8 Number of Units: 1 Total: 5•'�r-) Description: Roof Cleaning at Black Police Museum, Recreation Building, Pursuant to Section 3.1, Scope of Work/Specifications Herein. Category: 96221-00 Unit of Measure: Dollar Unit Price: S %, U !_ Number of Units: 1 Total: S 70°'C'ti Page 6 of 57 Line: 9 Description: Roof Cleaning at Bryan Park, Recreation Building, Pursuant to Section 3.1, Scope of Work/Specifications Herein. Category: 96221-00 Unit of Measure: Dollar Unit Price: S &OD.' Line: 10 Number of Units: 1 Total: S c Description: Roof Cleaning at Buena Vista Park, Recreation Building, Pursuant to Section 3.1, Scope of Work/Specifications Herein. Category: 96221-00 Unit of Measure: Dollar Unit Price: S ()Cc Line: 11 Number of Units: 1 Total: SG�� Description: Roof Cleaning at Carlos Arboles a Campground, Recreation Building, Pursuant to Section 3.1, Scope of Work/Specifications Herein. Category: 96221-00 Unit of Measure: Dollar Unit Price: S Lv " Line: 12 Number of Units: 1 Total: S 700.0-0 Description: Roof Cleaning at City Cemetarti_ Building, Pursuant to Section 3.1, Scope of Work/Specifications Herein. Category: 96221-00 Unit of Measure: Dollar Unit Price: S `7�? D'( 0 Number of Units: 1 Total: S1, C Ol C Pave 7 of57 Line: 13 Description: Roof Cleaning at Coral Gate Park, Recreation Building, Pursuant to Section 3.1, Scope of Work/Specifications Herein. Category: 96221-00 Unit of Measure: Dollar Unit Price: S CU cD Line: 14 Number of Units: 1 Total: $ bal.; Description: Roof Cleaning at Coral Way Community Center, Pursuant to Section 3.1, Scope of Work/Specitications Herein. Category: 96221-00 Unit of Measure: Dollar Unit Price: $ `70c Line: 15 Number of Units: 1 Total: $ 7 C)O- Description: Roof Cleaning at Curtis Park, Recreation Building, Pursuant to Section 3.1, Scope of Work/Specifications Herein. Category: 96221-00 Unit of Measure: Dollar Unit Price: $ (.,OD, C'`-`: Line: 16 Number of Units: 1 Total: $ CP CZ Description: Roof Cleaning at David T. Kennedy Park, Recreation Building, Pursuant to Section 3.1, Scope of Work/Specifications Herein. Category: 96221-00 Unit of Measure: Dollar Unit Price: S I' 3 C-0 Number of Units: 1 Total: S is 0 0 L Page 8 of 57 Line: 17 Description: Roof Cleaning at Domino Park, Recreation Building, Pursuant to Section 3.1, Scope of Work/Specifications Herein. Category: 96221-00 Unit of tileasure: Dollar Unit Price: S 7L7J'u 7-0 Line: IS Number of Units: 1 Total: $ ��� C Description: Roof Cleaning at Dorsey Park, Recreation Building, Pursuant to Section 3.1, Scope of Work/Specitications Herein. Category: 96221-00 Unit of Measure: Dollar Unit Price: S Line: 19 Number of Units: 1 Total: S ;7t, Description: Roof Cleaning at Douglas Park, New Building, Pursuant to Section 3.1, Scope of Work/Specifications Herein. Category: 96221-00 Unit of Measure: Dollar Unit Price: S Lint: 20 Number of Units: 1 Total: $ V Ot' t' Description: Roof Cleaning at Eaton Day Care Center, Pursuant to Section 3.1, Scope of Work/Specifications Herein. Category: 96221-00 Unit of Measure: Dollar Patge9ofi7 Unit Price: S Line: 21 Number of Units: 1 Total: S Description: Roof Cleaning at Elizabeth Virrick Park, Recreation Building, Pursuant to Section 3.1, Scope of Work/Specifications Herein. Category: 96221-00 Unit of Measure: Dollar Unit Price: 5 ?Op •C1.3 Line: 22 Number of Units: 1 Total: $? .e."'D Description: Roof Cleaning at Fern Isle Park, Recreation Building, Pursuant to Section 3.1, Scope of Work/Specifications Herein. Category: 96221-00 Unit of Measure: Dollar Unit Price: S &CO c'v Line: 23 Number of Units: 1 Total: $ Description: Roof Cleaning at Fort Dallas Park, Recreation Building, Pursuant to Section 3.1, Scope of Work/Specifications Herein. Category: 96221-00 Unit of Measure: Dollar Unit Price: S "0� "4.7N3 Line: 24 Number of Units: 1 Total: $ 70E)- cYil Description: Roof Cleaning at Gibson Park, Gym and Recreation Building, Pursuant to Section 3.1, Scope of Work/Specifications Herein. Category: 96221-00 Unit of 1,leasure: Dollar Page 10 of 57 Unit Price: S Number of Units: 1 Total: S ' C Line: 25 Description: Roof CIcaning at Grapeland Park, Recreation Building, Pursuant to Section 3.1, Scope of Work/Specifications Herein. Category: 96221-00 Unit of Measure: Dollar Unit Price: S 70,l) Line: 26 Number of Units: 1 Total: Sc'- Description: Roof Cleaning at Hadley Park, Community Center, Pursuant to Section 3.1, Scope of Work/Specifications Herein. Category: 96221-00 Unit of Measure: Dollar Unit Price: S Number of Units: 1 Total: S Line: 27 Description: Roof Cleaning at Henderson Park, Recreation Building,, Pursuant to Section 3.1, Scope of II:ark/Specitications Herein. Category: 96221-00 Unit of Measure: Dollar L'nit Price: S "DO,C° Line: 28 Number of Units: 1 Total: S ?6-8-c' Description: Roof Cleaning at Jackson House, Recreation Building. Pursuant to Section 3.1,. Scope of Work/Specifications Herein. Category: 962 21-00 Page 11 of 57 Unit of Measure: Dollar Unit Price: S / DI),L7.0 Linc: 29 Number of Units: 1 Total: S 7Cx.)• Description: Roof CIeaning at Jose Marti Park Cym, Pursuant to Section 3.1, Scope of Work/Specifcations Herein. Category: 96221-00 Unit of Measure: Dollar Unit Price: S Line: 30 Number of Units: 1 Total: $ .'GCS -cam Description: Roof Cleaning at Jose Marti Park, Recreation Building, Pursuant to Section 3.1, Scope of worhlSpecifications Herein. Category: 9622 I -00 Unit of Measure: Dollar Unit Price: S f,U‘)° t� Line: 31 Number of Units: 1 Total: $ Cr 0-13 ' c Description: Roof Cleaning at Juan Pablo Duarte Park, Recreation Building, Pursuant to Section 3.1, Scope of Work/Specifications Herein. Category: 96221-00 Unit of Measure: Dollar Unit Price: S Line: 32 Number of Units: 1 Total: $�'� Description: Roof Cleaning at kinloch Park, Recreation Building. Pursuant to Section 3.1, Scope of Work/Specifications Herein. Page 12 of 57 Category: 96221-00 Unit of Measure: Dollar Unit Price: S 70'J' Line: 33 Number of Units: 1 Total: $ ?0-D - CiJ Description: Roof Cleaning at kirk Munroe Tennis Center, Recreation Building, Pursuant to Section 3.1, Scope of Work/Specifications Herein. Category: 96221-00 Unit of Measure: Dollar Unit Price: S c7e'4'e-C1 Line: 34 Number of Units: 1 Total: $ ‘7Dc.• <.'7 Description: Roof Cleaning at Legion Park, Community Center, Pursuant to Section 3.1, Scope of Work/Specifications Herein. Category: 96221-00 Unit of Measure: Dollar Unit Price: S?UU • Line: 35 Number of Units: 1 Total: S 20 Description: Roof Cleaning at Lemon City Day Care Center, Pursuant to Section 3.1, Scope of Work/Specifications Herein. Category: 96221-00 Unit of Measure: Dollar Unit Price: S' Line: 36 Number of Units: 1 Total: S Description: Roof Cleaning at Lemon City Park, Community Center, Pursuant to Section 3.1, Scope of Work/Specifications Herein. Page 13 of 57 Category: 96221-00 Unit of Measure: Dollar ,1 Unit Price: S ^ry I1' Line: 37 Number of Units: 1 Total: S 6,00 •L Description: Roof Cleaning at Little Haiti Cultural Center, Recreation Building, Pursuant to Section 3.1, Scope of Work/Specifications Herein. Category: 96221-00 Unit of Measure: Dollar Unit Price: S Line: 38 Number of Units: 1 Total: $ 'O' 'c- Description: Roof Cleaning at Little Haiti Soccer Park, Recreation Building, Pursuant to Section 3.1, Scope of Work/Specifications Herein. Category: 96221-00 Unit of Measure: Dollar Unit Price: S (,� �� .471) Number of Units; 1 Line: 39 Total: S tc. CMG Description: Roof Cleaning at Lummus Paris, Recreation Building, Pursuant to Section 3.1, Scope of Work/Specifications Herein. Category: 96221-00 Unit of Measure: Dollar Unit Price: S 501)`(.73-3 Line: 40 Number of Units: 1 Total: $ Description: Roof Cleaning at Margaret Pace Park, Recreation Building, Pursuant to Section 3.1, Scope of Work/Specifications Herein. Page 14 of57 Category: 96221-00 Unit of Measure: Dollar Unit Price: S `• c Line: 41 Number of Units: 1 Total: $ S' c?v Description: Roof Cleaning at Melreese Golf Course, Recreation Building. Pursuant to Section 3.1, Scope of Work/Specifications Herein. Category: 96221-00 Unit of Measure: Dollar Unit Price: S 660 c Line: 42 Number of Units: 1 Total: S 60 Cr13 Description: Roof Cleaning at Miami Rowing Center, Recreation Building, Pursuant to Section 3.1, Scope of Work/Specifications Herein. Category: 96221-00 Unit of Measure: Dollar Unit Price: S L? Line: 43 Number of Units: 1 Total: $ BOO.« Description: Roof Cleaning at Moore Park, Community Center, Pursuant to Section 3.1, Scope of Work/Specifications Herein. Category: 96221-00 Unit of Measure: Dollar Unit Price: S 7 Line: 44 Number of Units: 1 Total: $ 7 Uv Description: Roof Cleaning at Moore Park Tennis Center. Recreation Building, Pursuant to Pay 15 of 57 Section 3.1, Scope of Work/Specifications Herein. Category: 9622E-00 Unit of Measure: Dollar Unit Price: $.70.& . Line: 45 Number of Units: I Total: $ 7e cro Description: Roof Cleaning at NIorningside Park, Recreation Building, Pursuant to Section 3.1, Scope of Work/Specifications Herein. Category: 96221-00 Unit of Measure: Dollar Unit Price: $ 6:'G1 " Line: 46 Number of Units: 1 Total: $ 6.0 C73 Description: Roof Cleaning at MIRC Building, Pursuant to Section 3.1, Scope of Work/Specifications Herein. Category: 96221-00 Unit of Measure: Dollar Unit Price: $ rrTt :U Line: 47 Number of Units: 1 Total: S 6 Description: Roof Cleaning at PBA, Recreation Building, Pursuant to Section 3.1, Scope of Work/Specifications Herein. Category: 9622E-00 Unit of pleasure: Dollar Unit Price: S 174)'C'D Line: 48 Number of Units: 1 Total: S 7 O ' Page 16 of 57 Description: Roof Cleaning at Peacock Park, Recreation Building, Pursuant to Section 3.1, Scope of Work/Specifications Herein. Category: 96721-00 Unit of Measure: Dollar Unit Price: 5 1;00•ice Line: 49 Number of Units: 1 Total: $‘Of„.�-t` Description: Roof CIeaning at Reeves Park. Recreation Building, Pursuant to Section 3.1, Scope of Work/Specifications Herein. Category: 96221-00 Unit of Measure: Dollar Unit Price: 5 'OD, Line: 50 Number of Units: 1 Total: $ G1) •4:1-5 Description: Roof Cleaning at Regatta Park, Pursuant to Section 3.1, Scope of Work/Specifications Herein. Category: 96221-00 Unit of Measure: Dollar Unit Price: 5 600::•t-"° Line: 51 Number of Units: 1 Total: $ (J00'(71:.i Description: Roof Cleaning at Riverside Park, Pursuant to Section 3.1, Scope of Work/Specifications Herein. Category: 96221-00 Unit of Measure: Dollar Unit Price: $ cpc\4:0 Line: 52 Number of Units: 1 Total: $ S b0 c?U Pape 17 of 57 Description: Roof Cleaning at Robert King High Park, Recreation Building, Pursuant to Section 3.1, Scope of Work/Specifications Herein. Category: 96221-00 Unit of Measure: Dollar Unit Price: S VAC • t- Line: 53 Number of Units: 1 Total: S & C v ` C1) Description: Roof Cleaning at Roberto Clemente Park, Recreation Building, Pursuant to Section 3.1, Scope of Work/Specifications Herein. Category: 96721-00 Unit of Measure: Dollar Unit Price: 5 ) G • Line: 54 Number of Units: 1 Total: $ 7° 0' Description: Roof Cleaning at Sandra De Lucca Developmental Center, Recreation Building, Pursuant to Section 3.1, Scope of Work/Specifications Herein. Category: 96221-00 Unit of Measure: Dollar Unit Price: S • Line: 55 Number of Units: 1 Total: $ ,(31). C'7 Description: Roof Cleaning at Shenandoah Park, Recreation Building, Pursuant to Section 3.1, Scope of Work/Specifications Elerein. Category: 96221-00 Unit of Measure: Dollar Unit Price: S &.CAD• Number of Units: 1 Total: 5 Page 18 of 57 Line: 56 Description: Roof Cleaning at Shenandoah Park, Community. Center, Pursuant to Section 3.1, Scope of Work/Specifications Herein. Category: 96221-00 Unit of Measure: Dollar Unit Price: S 7 C D'i.'° Line: 57 Number of Units: 1 Total: S`7OD' Description: Roof Cleaning at Simpson Park, Recreation Building, Pursuant to Section 3.1, Scope of Work/Specifications Herein. Category: 96221-00 Unit of Measure: Dollar Unit Price: S 0 '-'` Line: 58 Number of Units: 1 Total: S COO'c' Description: Roof Cleaning at Southside Park, Recreation Building, Pursuant to Section 3.1, Scope of Work/Specifications Herein. Category: 96221-00 Unit of Measure: Dollar Unit Price: S 4`'°" Line: 59 Number of Units: 1 Total: $70D C' O Description: Roof Cleaning at West End Park, Community Center, Pursuant to Section 3.1, Scope of Work/Specifieations Herein. Category: 96221-00 Unit of Measure: Dollar Unit Price: S 7GJv .a'° Number of Units: 1 Total: S ) OD `m Page 19 of 57 Line: 60 Description: Roof Cleaning at Williams Park, Recreation Building. Pursuant to Section 3.1, Scope of Work/Specifications Herein. Category: 96221-00 Unit of Measure: Dollar Unit Price: SO0O' Line: 61 Number of Units: 1 Total: $ 1,b0-c Description: Roof Cleaning at Grapeland Water Park, Recreation Building, Pursuant to Section 3.1, Scope of Work/Specifications Herein. Category: 96221-00 Unit of Measure: Dollar Unit Price: S &QC -(7'3 Line: 62 Number of Units: 1 Total: S £. CYO - e-'4) Description: Roof Cleaning at Miami Bayside Marina, Marina Office, Pursuant to Section 3.1, Scope of 'Work/Specifications Herein. Category: 96221-00 Unit of Measure: Dollar Unit Price: S ] la • cb Line: 63 Number of Units: 1 Total: J' Description: Roof Cleaning at Old Fire Station #13, Office and Clinic. Pursuant to Section 3.1, Scope of Work/Specifications Herein. Category: 96221-00 Unit of Measure: Dollar Unit Price: S 7 0 t;` 4 Number of Units: 1 Total: $ Pate 20 of 57 Line: 64 Description: Roof Cleaning at Dade County Youth Hall. Offices, Pursuant to Section 3.1, Scope of Work:Specil cations Herein. Category: 96221-00 Unit or rleasure: Dollar Unit Price: $ ' 09 Line: 65 Number of Units: 1 Total: $ Yv17'‘j-0 Description: Roof Cleaning at Beckham Hall Annex, Community Facility, Pursuant to Section 3.1, Scope of Work/Specifications Herein. Category: 96221-00 Unit of Measure: Dollar Unit Price: S 20 C: • Line: 66 Number of Units: 1 Total: $70O (7° Description: Roof Cleaning at Betterway, Community Facility, Pursuant to Section 3.1. Scope of Work/Specifications Herein. Category: 96221-00 Unit of Measure: Dollar Unit Price: S -7 C. `C."- Line: 67 Number of Units: 1 Total: $ C ' L Description: Roof Cleaning at Mlapattah Mini Park. Pursuant to Section 3.1, Scope of Work/Specifications Herein. Category: 96221-00 Unit of Measure: Dollar Unit Price: SL-0c,'.t'v Number of Units: 1 Total: S 6,00 4"`z7 Page21 of57 Line: 68 Description: Roof Cleaning at Jefferson Reeves Health Center, Office Building, Pursuant to Section 3.1, Scope of Work/Specifications llerein. Category: 96221-00 Unit of Measure: Dollar Unit Price: 5 1i n' grr-) Line: 69 Number of Units: 1 Total: S 74)°. 4:1° Description: Roof Cleaning at James L. Knight Convention Center, Pursuant to Section 3.1, Scope of Work/Specifications Herein. Category: 96221-00 Unit of Measure: Dollar Unit Price: S') c:? ' c1-1 Line: 70 Number of Units: 1 Total: S t%'v. (3 t ) Description: Roof Cleaning at Miami Yacht Club, Marina Building, Pursuant to Section 3.1. Scope of Work/Specifications Herein. Category: 96221-00 Unit of Measure: Dollar Unit Price: 5 'OO C Line: 71 Number of Units: 1 Total: S D O Ca _ 4'1) Description: Roof Cleaning at South Parking Lot, P3, Marlins Staduim, Pursuant to Section 3.1, Scope of Work/Specifications Herein. Category: 96221-00 Unit of Measure: Dollar Unit Price: S 70 C Number of Units: 1 Total: S 7 D D. C-.1] Page 22 of 57 Line: 72 Description: Roof Cleaning at South Parking Lot, P4, Marlins Stadium, Pursuant to Section 3.1, Scope of Work/Specifications Herein. Category: 96221-00 Unit of Measure: Dollar Unit Price: $ 7 pp•z-v Line: 73 Number of Units: 1 Total: $ Description: Roof Cleaning at North Parking Lot, P2, Marlins Stadium, Pursuant to Section 3.1, Scope of Work/Specifications Herein. Category: 96221-00 Unit of Measure: Dollar Unit Price: $ `v •" Line: 74 Number of Units: 1 Total: S "7C • t ` Description: Roof Cleaning at North Parking Lot, PI, Marlins Stadium, Pursuant to Section 3.1, Scope of Work/Specifications Herein. Category: 96221-00 Unit of Measure: Dollar Unit Price: S -70 i7 ' Line: 75 Number of Units: 1 Total: S '� c.� �: , "-> Description: Roof Cleaning at Tower Theater, Pursuant to Section 3.1, Scope of Work/Specifications Herein. Category: 96221-00 Unit of Measure: Dollar Page 23 of 57 Unit Price: S C-1 Line: 76 Number of Units: 1 Total: S CD Description: Roof Cleaning at Coconut Grove Sailing Club, Marina Building, Pursuant to Section 3.1, Scope of Work/Specifications Herein. Category: 96221-00 Unit of Measure: Dollar Unit Price: $'-.7. Line: 77 Number of Units: 1 Total: $7cQ• Description: Roof Cleaning at Bijans Historic Structure, Pursuant to Section 3.1, Scope of Work/Specifications Herein. Category: 96221-00 Unit of Measure: Dollar Unit Price: S 7, 't7• is-0 Line: 78 Number of Units: 1 Total: S 7°°- Description: Roof Cleaning at World Trade Center Parking Garage, Pursuant to Section 3.1. Scope of WorklSpecifications Herein. Category: 96221-00 Unit of Measure: Dollar Unit Price: S ®• L'-. Line: 79 Number of Units: 1 Total: $ ? CO .0-0 Description: Roof Cleaning at Marine Stadium Marina, Pursuant to Section 3.1, Scope of N1v'orkiSpecifications Herein. Category: 96221-00 Unit of Measure: Dollar Page 24 of 57 Unit Price: $ 8 COO. GD Line: 86 Number of Units: 1 Total: $19, Cam. CFO Description: Roof Cleaning at Buystde Seafood Restaurant, Pursuant to Section 3.1, Scope of WorICSpecitications Herein. Category: 96221-00 Unit of Measure: Dollar Unit Price: $. i©©0,D6 Line: 81 Number of Units: 1 Total: $ li' 600.00 Description: Roof Cleaning at Souttifork Restaurant, Pursuant to Section 3.1, Scope of Work/Specifications Herein. Category: 96221-00 Unit of Measure: Dollar Unit Price: S J.1770. CO Number of Units: 1 Total: $ 1500" 4 c) Page 25 oF57 Titv 4iiimni ANNIE PEREZ, CPPO EMILIC T. GONZALEZ Procurement Director Cty Manager May 21, 2018 Mr. Luis lnclan lnclan Painting and Waterproofing Corp. 12252 SW 128 Street Miami, Florida 33186 SENT VIA EMAIL: infofarnclanoaintino.net RE: Request for Additional Information- Invitation for Bid (IFS) 774332 Citywide Roof Cleaning Services at Various City of Miami Buildings Dear Mr. lnclan: The City of MMliam's Procurement Department (Procurement) is currently reviewing the bid submitted by lnclan Panting and Waterproofing Corp. (lnclan) in response to 1FB 774382, Citywide Roof Cleaning Services at Various City of Miami Buildings. At this time, in order to continue our due diligence, you must submit the following missing items: 1) Page 24, Line it9M 79: Roof Cleaning at Marine Stadium Marina, Pursuant to Section 3.1, Scope of WorkiSpecifications Herein, Unit Price: $ C/C0.79r Number of Units: 1 Total: $ U (lCi() - 2) Page 25, Line ftan- 80: Roof Cleaning at Bayside Seafood Restaurant, Pursuant to Section 3.1, Scope of Work/Specifications Herein. Unit Price: $ Number of Units: 1 Total: $ (, 0u),14 3) Page 25, Lire fter- 81: Roof Cleaning at Southfork Restaurant, Pursuant to Section 3.1, Scope of Work/Specifications Herein. Unit Price: $ Number of Units: 1 Total: $ The requested information must be received: Attention: Teresa Soto at tsoto,5miamigov.com, by ro Pater than 12:00 p.m., Monday, May 21, 2018. Should you have any questions regarding this notification, please contact Teresa at 305-416-1919, or by the email address provided above. Thank you for your cooperation. Sincerely, Annie Perez, CPPO Chief Procurement Officer ■■ • 41 INCLAN PAINTING & WATERPROOFING, CORP. DBA INCLAN CONSTRUCTION SERVING FLORIDA SINCE 1995 OUR REFERENCES WWW.INCLANPAINTING.NET • E 12252 SW 128111 Street Miami, Fl. 33186-5419 • Phone: (786) 293-7428 Fax: (786) 293-7430-MAIL: INFO@INCLANPAINTING.NET ■ ■■ ■■ Inclan Painting and Waterproofing, Corp. Serving Florida since 1995 5 Completed Major Projects Project 1. a. Project Name: Refurbishment ot'Dolphin and Flamingo Garage b. Owner: Miami International Airport c. Architect: EAC Consulting, Inc. d. General Contractor: MCM Munilla Construction Management e. GC Contact Name & Phone Number: Project Manager - Johnny Peterson PH: 305-541-0000 Ext 246 f. Final Contract Amount: $429,576.67 g. Percentage completed (your scope): l00% h. Percentage of Subcontracted work: not applicable i. Scheduled Completion Date: December 2016 j. Type of Work: Maintenance Including Painting and Waterproofing. protective coatings. Project 2. a. Project Name: Santa Clara Elementary Renovation b. Owner: MDCPS c. Architect: Ferguson. GlasGorv, Schuster, Soto. Inc. d. General Contractor: JCI International, Inc. e. GC Contact Name & Phone Number: Michael Oliveira DL (786) 252-2940 f. Contract Amount: $ l 29,245.00 g. Percentage completed (your scope): 90% h. Percentage of Subcontracted work: not applicable i. Scheduled Completion Date: January 2017 Project 3. a. Project Name: Jack D. Gordon Renovations b. Owner: MDCPS c_ Architect: Javier E. Cordova, AIA. LEED AP d. General Contractor: J.R.T. Construction. Co. 12252 SW 128 Street Miami, FL 33126 Office: (786)293-7428 Fax: (786)293-7430 INFOu INCLANPAINTING.NET \Vww.Inc[anpainting.net • IncIan Painting and Waterproofing, Corp. Serving Florida since 1995 e. GC Contact Name & Phone Number: Carlos R. Tarafa CeII: 305-975-6744 f. Contract Amount: $203,435.00 g. Scheduled Completion Date: March 2017 Project 4. h. Project Name: Coral Gables Parking Garages #2 & #6 i. Owner: City of Coral Gables j. Architect: unavailable k. General Contractor: FL. Construction & Engineering, Inc. 1. GC Contact Name & Phone Number: Owner Mr. I -[amid (305) 883-7601 m. Contract Amount: $275.000,00 n. Date of completed: May, 2016 o. Type of Work: Painting and Waterproofing. maintenance and rehabilitation of public Garages. Project 5. p. Project Name: MDAD 7040 Work Order based Pilot Program for Emergency Priority Maintenance q. Owner: Miami Dade Aviation Department r. Architect: unavailable s. General Contractor: Direct with MDAD t. GC Contact Name & Phone Number: Project Manager -Ralph Cutie Cell: (786) 516-3880 u. Contract Amount: $200,000.00 v. Date of completed: June 21, 2016 (Original Completion date Dec. 2015/ Revised Jan. 2016) Project 6. a. Project Name: Maya Angelou School Renovations b. Owner: MDCPS c. Architect: Ferguson, GlasGovv, Schuster, Soto, Inc. d. General Contractor: JCl International, Inc. e. GC Contact Name & Phone Number: Michael Oliveira DL (786) 252-2940 f. Contract Amount: $1 14,000.00 g. Percentage of Subcontracted work: not applicable 4 12252 SW 128 Street Miami, FL 33126 Office: (786)293-7428 Fax: (786)293-7430 INFO a IN CLANPAINTING.NET Www.Inclanpaintincenet Inclan Painting and Waterproofing, Corp. Serving Florida since 1995 h. Scheduled Completion Date: February 2017 Project 7. i. Project Name: Multiple Parks North ofTamiami Trail j. Owner: MDC Parks and Recreations k. Architect: NIA 1. Contact Name & Phone Number: Dean Gaffney (305)596-4460 Ext. 282 m. Contract Amount: $50.000.00 n. Scheduled Completion Date: August, 2014 Project 8 . o. Project Name: Crandon Park Tennis Stadium p. Owner: MDC Parks and Recreations q. Architect: N/A r. Contact Name & Phone Number: Dean Gaffney (305)596-4460 Ext. 282 s. Contract Amount: $105,000.00 t. Scheduled Completion Date: March, 2016 Project 9: Please disregard Project Name: TRAFFIC DIRECTIONAL PAINT IN PARKING LOTS a. Owner: Miami Dade College - Kendall Campus b. Architect: Not applicable — On site evaluation c. General Contractor: J.R.T. Construction, Co. d. GC Contact Name & Phone Number: Robert Tarafa Sr. Tel: 305-557-991 1 e. Contract Amount: $ 22,350.00 f. Scheduled Completion Date: December, 2016 12252 SW 128 Street Miami, FL 33126 Office: (786)293-7428 Fax: (786)293-7430 INFOa INCLANPAINTING.NET Www.Inclanpainting.net Incian Painting and Waterproofing, Corp. Serving Florida since 1995 Project 10. u. Project Name: Various Fire Stations — Throughout Miami -Dade v. Owner: MDFRD w. Architect: N/A x. Contact Name & Phone Number: Mr. Alberto Aleman (786)331-4516 y. Contract Amount: $79,500.00 z. Scheduled Completion Date: July, 2016 Project 11. A. Project Name: Florida International University — Interior Renovations For Turner B. Owner: FIU C. Architect: Alle<guez Architecture. Inc. D. Contact Name & Phone Number: Ms. Shivangi Desai. (305)479-1101 E. Contract Amount: $20.350.00 F. Scheduled Completion Date: October, 2016 12252 SW 128 Street Miami. FL 33126 Office: (786)293-7428 Fax: (786)293-7.130 INFO a INCLANPAINTING.NET LL"w•w.Incianpainting.net 1 ■ J ■. Inclan Painting and Waterproofing, Corp. Serving Florida since L995 7 Credit references Reference 1. a. Company Name: Sherwin Williams b. Address: Sherwin-Williams #2105 10593 BIRD RD MIAMI, FL 33165 3747 USA c. Telephone Number: 786-412-3904 d. Contact Name: Sergio Gil Reference 2. a. Company Name: The Paint Spot b. Address: 9831 NW 58 Street c. Telephone Number: 305-470-2262 d. Contact Name: Juan Carlos Enriquez Reference 3. a. Company Name: Lanco Paints Et Coating Miami b. Address: 2234 NW 82 AVE., Miami, FL 33122 c. Telephone Number: Celt: (305) 389 7572 Tel: (305) 717 6747 d. Contact Name: Al Palau Reference 4. a. Company Name: Coastal Construction Products b. Address: 10501 NW 7111 Ave.. Miami, FL 33150 c. Telephone Number: Office:305.757.2121 d. Contact Name: Christian W. Rivas 12252 SW 128 Street Miami, FL 33126 Office: (786)293-7428 Fax: (786)293-7430 INFOq INCLANPAINTING.NET Www.Inclanpainti ng.net Reference 5. Inclan Painting and Waterproofing, Corp. Serving Florida since 1995 a. Company Name: Chase Bank — Credit Line b. Address: 12610 SW 120 Street, Miami, Fl. 33186 c. Telephone Number: (305) 2351279 d. Contact Name: Brach Manager or Mr. Jose Rivas Reference 6. a. Company Name: Miami Tool Rental b. Address: 7044 SW 8 Street c. Telephone Number: 305-269-7799 d. Contact Name: Jorge Diaz Reference 7. a. Company Name: SALCO Rental & Export LLC b. Address: 1070 East 52' St., Hialeah. FL 33013 c. Telephone Number: 305-685-9613 d. Contact Name: Susan Martinez End of Section 12252 SW 128 Street Miami, FL 33126 Office: (786)293-7428 Fax: (786)293-7430 INFO INCLANPAINTING.NET NVww.lnclanpaintina.net IncIan Painting and Waterproofing, Corp. Serving Florida since 1995 MDFRD VARIOUS FIRE STATIONS MIAM1-DADE COUNTY Contract Total: S79,500.00 Contact: Mr. Alberto M. Aleman Acting Building Manager Miami -Dade Fire Rescue Dept. 9300 NW 41 St. Doral, FI. 33178 786-331-4516 Office 305-986-8671 Cell 786-331-4521 Fax +aWN aaleman(7o miamidade.gov Station #17 Station #58: Complete Exterior Painting We have conducted Services for Miami -Dade County and Miami Dade Fire Rescue Department for many years now. We have provided services to over 30 stations in the past year alone. 12252 SW 128 Street Miami, FL 33126 Office: (786)293-7428 Fax: (786)293-7430 INFO u. IN CLANPAINTING.NET «-w-w-.Inclanpainting.net Before c. 07/05/2016 IncIan Painting and Waterproofing, Corp Serving Florida since 1995 Crandon Park Tennis Stadium 7300 Crandon Blvd. Key Biscayne, FL 33149 sue.'= — swk \,`gam!' AEI 1.4 elyltrei _ Tza jeer ' :s• •# i Services Provided: - Exterior Fainting and Floor Systems 4- Interior Painting Including restrooms 84 seating Areas i- Floor Coatings throughout Contact: Dean Gaffney Construction & Renovation Supervisor) Miami -Dade County Parks, Recreation and Open Spaces Construction 8, Maintenance Division Ph: 305-596-4460 ext: 282 DeanG( miamidade.Gov WNW miamidade.clovipar'ks 12252 SW 128 Street Miami, FL 33126 Office: (786) 293-7428 Fax: (786)293-7430 ItiFO4 INCLANPAINTItiG.NET Www.Inclanpainting.net .r` Inclan Painting and Waterproofing, Corp Serving Florida since 1995 Sobel's Residence 17939 Lake Estates Dr., Boca Raton, FI. 33496 yam, r �•^• „r+r-W^r�r-.-�+-",, - 'f ro .aq - ,,- -•.-. v�+k-+''�"'9,�„�,,a�-yam Services Provided: Roof Pressure Cleaning Contact: Oscar Sugranes Osugranes@sobedco.com 12252 SW 128 Street Miami, FL 33126 Office: (786)293-7428 Fax: (786)293-7430 INFO? INCLANPAINTING.NET Www.Inclangainting.net Cart ! 0f 4lirmi ANNIE PEREZ, CPPO Procurement 0$rector Mr. Luis Inclan Inclan Painting and Waterproofing, Corp. 12252 SW 128 Street Miami, FL 33186 Emilio T. Gonzalez City Manreer May 22, 2018 SENT VIA EMAIL info@inclanpainting.net RE: Best and Final Offer (BAFO)- Invitation for Bid (IFB) 774382, Citywide Roof Cleaning Services at Various City of Miami Buildings Dear Mr. Inclan: The City of Miami is in receipt of your bid response to Invitation for Bid (IFB) No. 774382, Citywide Roof Cleaning Services at Various City of Miami Buildings, The IFB closed on Tuesday, May 15, 2018 and Inclan Painting and Waterproofing. Carp„is the apparent responsive and responsible bidder. Pursuant to Section 18-85 of the City of Miami Code, the City has the authority to negotiate for betterprciro or re- bid, whichever is in the best interest of the City. The City hereby requests tt'at you careft.11y analyze your bid once for any cost savings you can in turn extend to the City; and provide what is considered your firm's 'best and final offer' as it pertains to your cost to provide Citywide roof cleaning services at various City of Miami Buildings. This offer should be faxed or emailed to the attention of Ms. Teresa Soto, (305) 400-5024, or at tscto@miamigov.com, by no later than 12:00 P.M., on Thursday, May 24, 2018. Please indicate your Firrn's best and Final offer in the spaces provided in the last column of this table: Best and Final Offer Line Description Qty Price Ext Price Price Ext Price Roof Cleaning at African Square Park, Community Center 1 $700.00 $700.00 7p,0,0) )00•CO Roof Cleaning at Alice Wainwright Park, Restrocms 1 $500.00 $500.00 6-00 .00 Co 0, so Roof Cleaning at Antonio Macao Park, Community Center 1 $600,00 $600.00 604.0a 4oO.00 Roof Cleaning at Armbrister Park, Recreation Building 1 $600.00 $600.00 4-40. oa 4 00. 0 0 Roof Cleaning atAthalie Range, Recreation Building 1 $700.00 $700.00 760.0o Tod. 0a Roof Cleaning at Belafonte Taccicy Canter, Recreation Building 1 $600.00 $600.00 G CO. 00 G oD' c o Roof Cleaning at Billy Rolle Mini Park, Restrooms 1 $500.00 $500.00 G-00.4:14) s-oo.o0 Roof Cleaning at Black Police Museum, Recreation Building 1 $700.00 $700.00 7ooioe 7 o •00 Roof Cleaning at Bryan Park, Recreation Building 1 $600.00 $600.00 rs6P.00 600.00 Roof Cleaning at Buena Vista Park, Recreation Building 1 $600.00 $600.00 b•00 660. Roof Cleaning at Cartos Arboleya Campground. Recreation Building 1 $700.00 $700.00 70thc10 7ao,00 Roof Cleaning at. City Cemetery Building 1 $700.00 $700.00 700.00 7aa.a o Roof Cleaning at Coral Gate Park, Recreation Building 1 $600.00 S600.00 4,60'00 ‘OO'O4 Roof Cleaning at Coral Way Community Center 1 $700.00 $700.00 70.00 )00, 00 Roof Cleaning at Curtis Park, Recreation Building $600.00 $600 00 4,00,00 4.0Ao° Roof -leaning at David T. Kennedy Park, Recreation Building 1 I $600.00 $600.00 (.DD'o© Gad • 0 0 Roof Cleaning at Domino Park, Recreation Building 1 I $700.00 $700 00 ?D0 as 700, ao Roof Cleaning at Dorsey Park, Recreation Building 1 $700.00 $700.00 ?ca.00 700. 00 Roof Cleaning at Douglas Park, New Building 1 $600.00 $600.00 600•0a 600.641 Roof Cleaning at Eaton Day Care 1 $600.00 $600.00 "4.00 t:aa • a 0 Roof Cleaning at Elizabeth Virrick Park, Recreation Building _ 1 $700 00 $700.00 700.00 ?cats. oa Roof Cleaning at Fern Isle Park, Recreation Building 1 $600 00 $600.00 40.00 • as Roof Cleaning at Fort Dallas Park. Recreation Building 1 $700.00 I $700.00 700.00 7 00.0 0 Roof Cleaning at Gibson Park, Gym and Recreation Building 1 $800.00 $800.00 D0 Q.00. 00 Roof Cleaning at Grapeland Park. Recreation Building 1 $700.00 1 $700,00 702.00 7d0.00 Roof Cleaning at Hadley Park, Community Center 1 $600.00 1 S600.00 ls00,00 400.06 Roof Cleaning at Henderson Park, Recreation Building 1 $700,00 i $700,00 ?D0•0.0 700. 00 Roof Cleaning at Jackson House, Recreation Building _ 1 $700.00 $700.00 704.065 7op,D0 Roof Cleaning at Jose Marti Gym 1 $700.00 $700,00 70 •0o 700.0o Roof Cleaning at Jose Marti Park, Recreation Building 1 $600.00 $600.00 ' (a 00,00 60o• 00 Roof Cleaning al Juan Pablo Duarte Park, Recreation Building 1 $500.00 $500,00 .00.o° r00'0e Roof Cleaning at Kinloch Park, Recreation Building 1 $700.00 $700.00 70.Op' 7p0' Da Roof Cleaning at Kirk Munroe Tennis Center, Recreation Building 1 $700.00 $700.00 704,00 70),00 Roof Cleaning at Legion Park. Community Center 1 $700.00 $700.00 700.00 7oa. Do Roof Cleaning at Lemon City Day Care Center 1 $600.00 3600.00 I G00.0a 4,00. p0 Roof Cleaning at Lerron City Park, Community Center 1 $600.00 $600.00 4.40.00 6,00•oc Roof Cleaning at Little Haiti Cultural Center, Recreation Building 1 $700.00 $700.00 '700.40 7oo.00 Roof Cleaning at Litle Haiti Soccer Park, Recreation Building 1 S600.00 5800.0o 1 400.00 Goa' 06 Roof Cleaning at Lummus Park, Recreation Bullding 1 $700.00 $700.00 7.0•00 700, Do Roof Cleaning at Margaret Pace Park, Recreation Building , 1 $500.00 $500.00 5-0,40o cob, D 0 Roof Cleaning at Melreese Golf Course, Recreation Building 1 $600.00 $600 00 C440.0o 406.00 Roof Cleaning at Miami Rowing Center, Recreation Building 1 $600,00 $600.00 .COGGO 1000•0o Roof Cleaning at Moore Park, Community Center 1 $700.00 $700.00 ) 0.oa 700.00 Roof Cleaning at Moore Park Tennis Center, Recreation Building 1 $700.00 $700.00 7po. oo 700• o, Roof Cleaning at Morningside Park, Recreation Building I 1 $600.00 $600.00 i s°•tJO led0.o`o Roof Cleaning at MRC Building V 1 $800.00 $800.30 l0),d0 V 04, 00 Roof Cleaning at PBA, Recreation Building 1 $700.00 $700.00 700,co 700. oo Roof Cleaning at Peacock Park, Recreation Building 1 $600.30 $600.00 &,ea0o freO, DO Roof Cleaning at Reeves Park, Recreation Building 1 $600.00 $600.00 6Dc.co &co.0o Roof Cleaning at Regatta Park 1 $600.00 $600.00 (oQd Roof Cleaning at Riverside Park 1 I $500.00 S500,00 00.04' S A. bo Roof_Cleaning at Robert King High Park, Recreation Building 1 E $600.00 $600.00 L00.00 b00.00 Roof Cleaning at Roberto Clemente Park, Recreation Building 1 $700.00 $700.00 700.00 700.0o Roof Cleaning at Sandra de Lucca Developmental Center, Recreation Building 1 $700.00 $700.00 700.00 ?OD. o o Roof Cleaning at Shenandoah Park, Recreation Building 1 $600 00 $600.00 600.0o 4,04, 00 Roof Cleaning at Shenandoah Park, Community Center 1 $700.00 $700.00 76o.00 760.0o Roof Cleaning at &meson Park, Recreation Building 1 $600.00 $600.00 6CV•06 60o. 00 Roof Cleaning at Southside Park, Recreation. Building 1 $700.00 $700.00 7d4,00 760. co Roof Cleaning at West End Park, Community Center 1 $700.00 $700.00 Roof Cleaning at Williams Park, Recreation Building1 $600.00 $600.00.°. bOQ .". Roof Cleaning at Grapelard Water Park. Recreation Building 1 $600.00 $600 :=0 ( D. (1,(A 'c • Roof Clearing at Miami Bayside Manna, Marina Office 1 $700.00 $700.00 Roof Clearing at Old Fire Station # 13, Office and Clinic 1 I $700.00 $700.CC ," I 1-O0.6' Roof Cleaning at Dade County Youth Hall, Offices 1 $800.00 $800.00 0.4. I 100 Roof Cleaning at Beckham Hai! Annex, Community Facility 1 / $700,00 $700.00 7, D 915 0 •w I, Roof Cleaning at BettwerNay. Community Facility 1 I $700.00 $700.00 �'DD,' Roof Cleaning at Ailapattah Mini Park 1 I $600.00 $600.00 _____.(1..1 6,60, (BOO, °° Roof Cleaning at Jefferson Reeves Health Center, Office Building 1 $700.00 $700.00 9'CO+ 9'ap r Roof Cleaning at James L. Knight Convention Center 1 $800 00 $ace.00 tcf " Roof Cleaning at Miami Yacht Club. Manna Building 1 3aC0.00 $aoo.0a QOb," soo,' Roof Cleaning at South Parking Lot, P3, Marlins Stadium I 1 $700,00 $700.00 io a '� Roof Cleaning at South Parking Lot, P4, Marlins Stadium 1 $700.00 $700.00'�,W Roof Cleaning at North Parking Lot, P2. Marlins Stadium 1 S700 00 I $700.00 - 7Vd R.;of Cleaning at North Parking Lot, P1, Marinis Stadium 1 $700.00 I $700.00 Db,m Roof Cleaning at Tower Theater 1 $600.00 , $600.00 K M j is 00. 6' Roof Cleaning at Coconut Grove Sailing Club, Marina Building 1 $700.00 $700.00 })p� '° 1150, Roof Cleaning at Bijans Historic Structure I 1 $700.00 $700.00 1-DO' Ohre 1 Roof Cleaning at World Trade Center Parking Garage 1 $700.00 $700.00 tIc /-OU• I Roof Cawing at Marine Stadium Marina 1 S' 000 00 ' $8 000 00 FAT; C,ow. Roof Cleaning at Bayside Seafood Resta,rant 1 S .000 00 $6.000 00 (DOtj,413 (cil3W a° i Roof Cleaning at Southfcrk Restaurant 1 1 I $5.000,00 $5.000 CO 5f .da f Please sign and date below to certify your response above: H . Lu, Ito Print Name Tre, 1 Dt tr'i- Title AP:ts Signature Date Sincerely, Annie Perez, CPPO Director of Procurement Tit anti ANNIE PEREZ, CPPO Procurement Dire[ -or Mr. Luis Inclar incian Painting and Waterproofing, Corp. 12252 S'N 128 Street Miami, FL 33188 E .in T. Gonzaiez CI? Manager May 29, 2018 SENT VIA EMAIL info©inctanpainting.net RE: Best and Final Offer (BAFO)— Invitation for B,d (FB) 774382, Citywide Roof Cleaning Services at Various City of Miami Buildings Dear Mr. Inc:an: The City of Miami is in receipt of ycur Best and Final Offer (BAFO) letter dated May 24, 2018, for Invitation for Bid (IFB) No. 774382, Citywide Roof Cleaning 5er/ices at Various City of Miami Buirdirgs. Pursuar.t to Section 13-85 of the City of Miami Code, the City has the authority to negotiate for better pricing or re -bid, whichever is in the best interest of the City. In your BAFO letter you increased the amounts for the following: Lire Item 069: Roof Clearing at James L. Knight Convention Center, from $800 to $8,000 and Line [tem 075: Roof Cleaning at Tower Theater, from $800 to $1,600 When providing your best and final offer, prices shall be the same or lower than the original quote submitted. This offer should be faxed or emailed to the attention of Ms. Teresa Soto, (305) 400-5024, or at tsotoemiamigov.com, by no later than 12:00 P.M., on Thursday, May 31, 2013. Best and Final Offer Lire Description Q Price • Ext Price Price Ext Price Roof Cleaning at James L. Knight Convention Center 1 $800.00 $800.00 Tea d79 ked•er0 Roof Cleaning at Tower Tneater 1 $a00.00 1 $800.00 p, Jp ( li•ez Please sign and date below to certify your response above: ),Vl5Lc-LAe\ Pri ame Title Sin eT ly, �7•� ele^i- 1.:f -rir.V" nnie Perez, CPPO Director of Procurement AP:ts City of Miami Procurement Department Miami Riverside Center 444 SW 2" Avenue, 61" Floor Miami, Florida 3313G Web Site Address: w:''v mien'kov cem;orocur9nert Number: Title: Issue Date/Time: Closing Date/Time: Pre-Bid/Pre-Proposal Conference: Pre-Bid/Pre-Proposal Date/Time: Pre-Bid/Pre-Proposal Location: Deadline for Request for Clarification: Contracting Officer: Hard Copy Submittal Location: Contracting Officer E-Mail Address: Contracting Officer Facsimile: 774382 IFB for City-111de Roof Cleaning Services at Various City of Miami Buildings 19-APR-2018 15-\IAY-2018 ( 13:00:00 Voluntary Friday, April 27, 2018 at 10:00 AM MRC Building, 444 SW 2 Ave, 6th Floor South Conference Room, Miami, FL 33130 Friday, \Iay 4, 2018 at 4:00 PM Soto, Teresa Cite of Miami - City Clerk 3500 Pan American Drive Miami FL 33133 US TSoto a miamigov.com (305)400-5024 Page I of 57 Certification Statement Please quote on this form. if applicable. net prices for the item(s) listed. Return signed original and retain a copy for your files. Prices should include all cost;, including transportation to destination. The City reserves the right to accept or reject all or any part of this submission. Prices should be finn for a minimum of 180 days following the time set for closing of the submissions. In the event of errors in extension of totals, the unit prices shall govern in determining the quoted prices. We (1) certify that we have read your solicitation, completed the necessary documents, and propose to furnish and deliver, F.O.B. DESTINATION, the items or services specified herein. The undersigned hereby certifies that neither the contractual party nor any of its principal owners or personnel have been convicted of any of the violations, or debarred or suspended as set in section 18-107 or Ordinance No. 12271. All exceptions to this submission have been documented in the section below (refer to paragraph and section). EXCEPTIONS: We (I) certify that any and all infotnnation contained in this submission is true: and we (I) further certify that this submission is made without prior understanding. agreement, or connection with any corporation. fimi. or person submitting a submission for the same materials, supplies, equipment, or service, and is in all respects fair and without collusion or fraud. We (1) agree to abide by all terms and conditions of this solicitation and certify that 1 am authorized to sign this submission for the submitter. Please print the following and sign your name: PROPOSER NAME• ADDRESS. PHONE: _ _ FAX: EMAIL• CELL(Optional)• SIGNED BY• TITLE• DATE- F:MU RE TO COMPLETE, SIGN, AND RFTUR\ THIS FORM SHALL DISO[ ALIFITHIS RESPONSE, Page 2 of 57 Certifications Lc"zaI Name of Firm: Entity Type: Partnership, Sole Proprietorship, Corporation, etc. Year Established: Office Location: City of Miami. Miami -Dade County, or Other Business Tax Receipt Occupational License Number: Business Tax Receipt, Occupational License Issuing Agency: Business Tax Receipt.'Occupational License Expiration Date: Will Subcontractor(s) be used? (Yes or No) Ifsubcontractor(s) will be utilized, provide their name, address and the the portion of the work they will be responsible for under this contract (a copy of their license(s) must be submitted with your bid response): Please list and acknowledge all addendum/addenda received. List the addendum/addenda number and date of receipt (i.e. Addendum No. 1, 7/1/07). If no addendum addenda was/were issued, please insert N/A. If Bidder has a Local Office, as defined under Chapter 18/Articlle III, Section 18-73 of the City Code, has Bidder filled out, notarized_ and included with its bid response the "City of Miami Local Office Certification" form? YES OR NO? (The City of Miami Local Office Certification form is located in the Oracle Sourcing system ("iSupplier""), under the Header/Notes and Attachments Section of this solicitation) Reference No. 1: Name of Company/Agency for which bidder is currently prop iding the services/goods Page 3 of 57 as described in this solicitation, or has provided such services/goods in the past: Reference No. I: Address. City, State. and Zip for above reference company'agency listed: Reference No. 1: Name of Contact Person and Telephone Number for above reference no. 1 Reference No. 1: Date of Contract or Sale for above reference no. 1 Reference No. 2: Name of Company'Agency for which bidder is cunrcntly providing the services/goods as described in this solicitation. or has provided such services/goods in the past: Reference No. 2: Address, City, State, and Zip for above reference company/agency listed: Reference No. 2: Name of Contact Person and Telephone Number for above reference no. 2 Reference No. 2: Date of Contract or Sale for above reference no. 2 Reference No. 3: Name of Company/Agency for which bidder is currently providing the services/goods as described in this solicitation, or has provided such servicesl4goods in the past: Reference No. 3: Address, City, State, and Zip for above reference company/agency listed: Reference No. 3; Name of Contact Person and Telephone Number for above reference no. 3 Reference No. 3: Date of Contract or Sale for above reference no. 3 Page 4 of 57 Line: 1 Description: Roof Cleaning at African Square Park, Community Center, Pursuant to Section 3.1, Scope of Work/Specifications Herein. Catceorv: 9622 1 -00 Unit of Mcasure: Dollar Unit Price: S Line: 2 Number of Units: 1 Total: $ Description: Roof Cleaning at Alice Wainwright Park, Restrooms, Pursuant to Section 3.1, Scope of Work/Specifications Herein. Category: 96221-00 Unit of Measure: Dollar Unit Price: $ Line: 3 Number of Units: 1 Total: $ Description: Roof Cleaning at Antonio llacco Park, Community Center, Pursuant to Section 3.1, Scope of Work/Specifications Herein. Category: 96221-00 Unit of Measure: Dollar Unit Price: $ Line: 4 Number of Units: 1 Total: g Description: Roof Cleaning at Armbrister Park, Recreation Building, Pursuant to Section 3.1, Scope of Work/Specifications Herein. Category: 96221-00 Unit of Measure: Dollar Unit Price: $ Number of Units: 1 Total: $ Page 5 of 57 Line: 5 Description: Roof Cleaning at Athalie Range Park, Recreation Building, Pursuant to Section 3.1. Scope of Work/Specifications Herein. Category: 96221-00 Unit of Measure: Dollar Unit Price: S Line: 6 Number of Units: 1 Total: S Description: Roof Cleaning at Belafonte Tacole:% Center. Recreation Rrrilding. Pursuant to Section 3.1, Scope of NI'ork/Specifications Herein. Category: 96221-00 Unit of Nfeasurc: Dollar Unit Price: S Line: 7 Number of Units: 1 Total: S Description: Roof Cleaning at Billy Rolle Mini Park, Restrooms, Pursuant to Section 3.1, Scope of Work/Specifications Herein. Category: 96221-00 Unit of Measure: Dollar Unit Price: $ Line: 8 Number of Units: I Total: $ Description: Roof Cleaning at Black Police Museum, Recreation Building, Pursuant to Section 3.1, Scope of 11, ork/Specifications Herein. Category: 96221-00 Unit of Measure: Dollar Unit Price: $ Number of Units: 1 Total: S Page 6 of 57 Line: 9 Description: Roof Cleaning at Bryan Park, Recreation Building, Pursuant to Section 3.1, Scope of Work/Specifications Herein. Category: 96221-00 Unit of Measure: Dollar Unit Price: S Line: 10 Number of Units: 1 Total: S Description: Roof Cleaning at Buena Vista Park, Recreation Building, Pursuant to Section 3.1, Scope of 1Vork/Specilications Herein. Category: 96221-00 Unit of Measure: Dollar Unit Price: S Line: 11 Number of Units: 1 Total: S Description: Roof Cleaning at Carlos Arboleya Campground, Recreation Building, Pursuant to Section 3.1, Scope of Work/Specifications Herein. Category: 96221-00 Unit of Measure: Dollar Unit Price: S Line: 12 Number of Units: 1 Total: S Description: Roof Cleaning at City Cemetary Building. Pursuant to Section 3.1, Scope of 1Vork/Spccifications Herein. Category: 96221-00 Unit of `Leasure: Dollar Unit Price: S Number of Units: 1 Total: S Page 7 of 57 Line: 13 Description: Roof Cleaning at Coral Gate Park, Recreation Building, Pursuant to Section 3.1, Scope of 11'ork/Spccifrcations Herein. Category: 96221-00 Unit of Measure: Dollar Unit Price: S Line: 14 Number of Units: 1 Total: $ Description: Roof Cleaning at Coral 11 a3. Community Center, Pursuant to Section 3.1, Scope of Work/Specifications Herein. Category: 96221-00 Unit of Measure: Dollar Unit Price: $ Line: 15 Number of Units: 1 Total: $ Description: Roof Cleaning at Curtis Park, Recreation Building, Pursuant to Section 3.1, Scope of Work/Specifications Herein. Category: 96221-00 Unit of Measure: Dollar Unit Price: $ Line: 16 Number of Units: 1 Total: $ Description: Roof Cleaning at David T. Kennedy Park, Recreation Building, Pursuant to Section 3.1, Scope of Work/Specifications Herein. Category: 96221-00 Unit of Measure: Dollar Unit Price: S Number of Units: 1 Total: $ Page 8 of 57 Line: 17 Description: Roof Cleaning at Domino Park, Recreation Building, Pursuant to Section 3.1, Scope of Work/Specifications Herein. Category: 96221-00 Unit of Measure: Dollar Unit Price: S Line: 18 NumbcrofUnits: 1 Total: $ Description: Roof Cleaning at Dorsett Park, Recreation Building, Pursuant to Section 3.1, Scope of Work/Specifications Herein. Category: 96221-00 Unit of Measure: Dollar Unit Price: S Line: 19 Number of Units: 1 Total: S Description: Roof Cleaning at Douglas Park, Nev Building, Pursuant to Section 3.1, Scope of Work/Specifications Herein. Category: 96221-00 Unit of Measure: Dollar Unit Price: Line: 20 Number of Units: 1 Total: $ Description: Roof Cleaning at Eaton Day Care Center, Pursuant to Section 3.1, Scope of `11 orklSpecifications Herein. Category: 96221-00 Unit of Measure: Dollar Page 9 of 57 Unit Price: S Line: 21 Number of Units: 1 Total: S Description: Roof Cleaning at Elizabeth Virrick Park, Recreation Building, Pursuant to Section 3.1, Scope of Work/Specifications Herein. Category: 96221-00 Unit of Measure: Dollar Unit Price: S Line: 22 Number of Units: 1 Total: -S Description: Roof Cleaning at Fern Isle Park, Recreation Building, Pursuant to Section 3.1, Scope of Work/Specifications Herein. Category: 96221-00 Unit of Measure: Dollar Unit Price: S Line: 23 Number of Units: 1 Total: $ Description: Roof Cleaning at Fort Dallas Park. Recreation Building, Pursuant to Section 3.1, Scope of Work/Specifications Herein. Category: 96221-00 Unit of Measure: Dollar Unit Price: S Line: 24 Number of Units: 1 Ti tal: S Description: Roof Cleaning at Gibson Park, Gym and Recreation I3uihlin„ I'i„,u:int t�, ticction 3.1, Scope of Work/Specifications Herein. Category: 96221-00 Unit of Measure: Dollar Paec 10 of 57 Unit Price: S Line: 25 Number of Units: 1 Total: $ Description: Roof Cleaning at Grapcland Park, Recreation Building, Pursuant to Section 3.1, Scope of 11'ork/Specifications Herein. Category: 96221-00 UnitofMeasure: Dollar Unit Price: S Line: 26 Number of Units: 1 Total: S Description: Roof Cleaning at Hadley Park, Community Center, Pursuant to Section 3.1, Scope of Work/Specifications Herein. Category:: 96221-00 Unit of Measure: Dollar Unit Price: $ Line: 27 Number of Units: 1 Total: S Description: Roof Cleaning at Henderson Park, Recreation Building, Pursuant to Section 3.1, Scope of Work/Specifications Herein. Category: 96221-00 Unit of Measure: Dollar Unit Price: $ Line: 28 Number of Units: 1 Total: $ Description: Roof Cleaning at Jackson House, Recreation Building, Pursuant to Section 3.1, Scope of VS orkiSpccifications Herein. Category: 96221-00 Palle 11 of 57 Unit of Measure: Dollar Unit Price: S Line: 29 Number of Units:: l Total: S Description: Roof Cleaning at Jose Marti Park Gym, Pursuant to Section 3.1, Scope of Work/Specifications Herein. Category: 96221-00 Unit of Measure: Dollar Unit Price: $ Line: 30 Number of Units: 1 Total: $ Description: Roof Cleaning at Jose Marti Park, Recreation Building, Pursuant to Section 3.1, Scope of Work/Specifications Herein. Category: 96221-00 Unit of Measure: Dollar Unit Price: $ Line: 31 Number of Units: 1 Total: $ Description: Roof Cleaning at Juan Pablo Duarte Park, Recreation Building, Pursuant to Section 3.1, Scope of Work/Specifications Herein. Category: 96221-00 Unit of Measure: Dollar Unit Price: $ Line: 32 Number of Units: 1 Total: $ Description: Roof Cleaning at Kinloch Park, Recreation Building, Pursuant to Section 3.1, Scope of Work/Specifications Herein. Page 12 of 57 Category.: 96221-00 Unit of :Measure: Dollar Unit Price: S Line: 33 Number of Units: 1 Total: $ Description: Roof Cleaning at Kirk Munroe Tennis Center, Recreation Building, Pursuant to Section 3.1, Scope of Work/Specifications Herein. Category: 96221-00 Unit of Measure: Dollar Unit Price: S Line: 34 Number of Units: 1 Total: S Description: Roof Cleaning at Legion Park, ComnnunitCenter, Pursuant to Section 3.1, Scope of Work/Specifications Herein. Category: 96221-00 Unit of Measure: Dollar Unit Price: S Line: 35 Number of Units: 1 Total: S Description: Roof Cleaning at Lemon Cite Day Care Center, Pursuant to Section 3.1, Scope of Work/Specifications Herein. Category: 96221-00 Unit of Measure: Dollar Unit Price: $ Line: 36 Number of Units: 1 Total: S Description: Roof Cleaning at Lemon City Park, Comrnunity Center, Pursuant to Section 3.1, Scope of Work/Specifications Herein. Page 13 of 57 Category: 96221-00 Unit of Measure: Dollar Unit Price: S Line: 37 Number of Units: 1 Total: S Description: Roof Cleaning at Little Haiti Cultural Center, Recreation Building, Pursuant to Section 3.1, Scope of Work/Specifications Herein. Category: 96221-00 Unit of Measure: Dollar Unit Price: S Line: 38 Number of Units; 1 Total: $ Description: Roof Cleaning at Little Haiti Soccer Park, Recreation Building, Pursuant to Section 3.1, Scope of Work/Specifications Herein. Category: 96221-00 Unit of Measure: Dollar Unit Price: $ Line: 39 Number of Units: 1 Total: $ Description: Roof Cleaning at Lummus Park, Recreation Building, Pursuant to Section 3.1, Scope of Work/Specifications Herein. Category: 96221-00 Unit of Measure: Dollar Unit Price: $ Line: 40 Number of Units: 1 Total: S Description: Roof Cleaning at Margaret Pace Park, Recreation Building, Pursuant to Section 3.1, Scope of Work/Specifications Herein. Page 14 of 57 Category: 96221-00 Unit of pleasure: Dollar Unit Price: $ Line: 41 Number of Units: 1 Total: S Description: Roof Cleaning at \lclrcese Golf Course, Recreation Building, Pursuant to Section 3.1, Scope of Work/Specifications Herein. Category: 96221-00 Unit of Measure: Dollar Unit Price: S Line: 42 Number of Units: 1 Total: $ Description: Roof Cleaning at Miami Roving Center, Recreation Building, Pursuant to Section 3.1, Scope of Work/Specifications Herein. Category: 96221-00 Unit of Measure: Dollar Unit Price: S Line: 43 Number of Units: 1 Total: $ Description: Roof Cleaning at Moore Park, Community Center, Pursuant to Section 3.I, Scope of 1VorkISpccifications Herein. Category: 96221-00 Unit of ivlcasure: Dollar Unit Price: $ Line: 44 Number of Units: I Total: $ Description: Roof Cleaning at Moore Park Tennis Center, Recreation Building, Pursuant to Page 15 of 57 Section 3.1, Scope of IA ork/Spccifications Herein. Category: 96221-00 Unit of Measure: Dollar Unit Price: S Line: 45 Number of Units: 1 Total: $ Description: Roof Cleaning at Morningside Park, Recreation Building, Pursuant to Section 3.1, Scope of Work/Specifications Herein. Category: 96221-00 Unit of Measure: Dollar Unit Price: S Line: 46 Number of Units: 1 Total: S Description: Roof Cleaning at MRC Building, Pursuant to Section 3.1, Scope of Work/Specifications Herein. Category: 96221-00 Unit of Measure: Dollar Unit Price: S Line: 47 Number of Units: 1 Total: $ Description: Roof Cleaning at PBA, Recreation Building, Pursuant to Section 3.1, Scope of Work/Specifications Herein. Category: 96221-00 Unit of Measure: Dollar Unit Price: S Line: 48 Number of Units: 1 Total: S Page l 6 of 57 Description: Roof Cleaning at Peacock Park, Recreation Building, Pursuant to Section 3.1, Scope of Work/Specifications Herein. Category: 96221-00 Unit of Measure: Dollar Unit Price: S Line: 49 Number of Units: 1 Total: $ Description: Roof Cleaning at Reeves Park, Recreation Building, Pursuant to Section 3.1, Scope of Work/Specifications Herein. Category: 96221-00 Unit of Measure: Dollar Unit Price: S Line: 50 Number of Units: 1 Total: S Description: Roof Cleaning at Regatta Park, Pursuant to Section 3.1, Scope of Work/Specifications Herein. Cateeory: 96221-00 Unit of Measure: Dollar Unit Price: S Line: 51 Number of Units: l Total: S Description: Roof Cleaning at Riverside Park, Pursuant to Section 3.1, Scope of Work/Specifications Herein. Category: 96221-00 Unit of Measure: Dollar Unit Price: $ Line: 52 Number of Units: 1 Total: $ Page 17 of 57 Description: Roof Cleaning at Robert king High Paris, Recreation Building, Pursuant to Section 3.1, Scope of Work/Specifications Herein. Category: 96221-00 Unit of Measure: Dollar Unit Price: $ Line: 53 Number of Units: I Total: $ Description: Roof Cleaning at Roberto Clemente Park, Recreation Building, Pursuant to Section 3.1, Scope of Work/Specifications Herein. Category: 96221-00 Unit of Measure: Dollar Unit Price: S Line: 54 Number of Units: I Total: $ Description: Roof Cleaning at Sandra De Lucca Dcti'elopmcntat Center, Recreation Building. Pursuant to Section 3.1, Scope of liVork/Specifications Herein. Category: 96221-00 Unit of Measure: Dollar Unit Price: S Line: 55 Number of Units: 1 Total: S Description: Roof Cleaning at Shenandoah Park, Recreation Building, Pursuant to Section 3.1, Scope of Work/Specifications Herein. Category: 96221-00 Unit of.Icasure: Dollar Unit Price: S Number of Units: 1 Total: S Page 18 of 57 Line: 56 Description: Roof Cleaning at Shenandoah Park, Community Center, Pursuant to Section 3.1, Scope of Work/Specifications Herein. Category: 96221-00 Unit of wlcasure: Dollar Unit Price: S Line: 57 Number of Units: 1 Total: S Description: Roof Cleaning at Simpson Park. Recreation Building, Pursuant to Section 3.1, Scope of Work/Specifications Herein. Category: 96221-00 Unit of Measure: Dollar Unit Price: $ Line: 58 Number of Units: 1 Total: S Description: Roof Cleaning at Southside Park, Recreation Building, Pursuant to Section 3.1, Scope of 1Vork/Specifications Herein. Category: 96221-00 Unit of Measure: Dollar Unit Price: $ Line: 59 Number of Units: 1 Total: S Description: Roof Cleaning at West End Park, Community Center, Pursuant to Section 3.1, Scope of Work/Specifications Herein.. Category: 96221-00 Unit of Measure: Dollar Unit Price: $ Number of Units: I Total: S Page 19 of 57 Line: 60 Description: Roof Cleaning at Williams Park, Recreation Building, Pursuant to Section 3.1, Scope of Work/Specifications Herein. Category: 96221-00 Unit of Measure: Dollar Unit Price: S Line: 61 Number of Units: 1 Total: S Description: Roof Cleaning at Grapeland Water Park, Recreation Building, Pursuant to Section 3.1, Scope of Work/Specifications Herein. Category: 96221-00 Unit of Measure: Dollar Unit Price: $ Line: 62 Number of Units: 1 Total: $ Description: Roof Cleaning at Miami Batiside N1arina, Marina Office, Pursuant to Section 3.1, Scope of Work/Specifications Herein. Category: 96221-00 Unit of Measure: Dollar Unit Price: $ Line: 63 Number of Units: 1 Total: S Description: Roof Cleaning at Old Fire Station #13, Office and Clinic, Pursuant to Section 3.1, Scope of 1 1 'ark/Specifications Herein. Category: 96221-00 Unit of Measure: Dollar Unit Price: $ Number of Units: 1 Total: S Page 20 of 57 Line: 64 Description: Roof Cleaning at Dade County Youth Hall, Offices, Pursuant to Section 3.1, Scope of Work/Specifications Herein. Category: 96?21-00 Unit of Measure: Dollar Unit Price: S Line: 65 Number of Units: 1 Total: S Description: Roof Cleaning at Beckham Hall Annex, Community Facility, Pursuant to Section 3.1, Scope of Work/Specifications Herein. Category: 96221-00 Unit of Measure: Dollar Unit Price: S Line;: 66 Number of Units: 1 Total: $ Description: Roof Cleaning at Betterway, Community Facility, Pursuant to Section 3.1, Scope of Work/Specifications Herein. Category: 96221-00 Unit of Measure: Dollar Unit Price: $ Line: 67 Number of Units: 1 Total: $ Description: Roof Cleaning at Mllapattah Mini Park, Pursuant to Section 3.1, Scope of Work/Specifications Herein. Category: 96221-00 Unit of Measure: Dollar Unit Price: $ Number of Units: 1 Total: S Pate 11 or57 Line: 68 Description: Roof Cleaning at Jefferson Reeves Health Center, Office Building, Pursuant to Section 3.1, Scope of WorkiSpccifications Herein. Category: 96221-00 Unit of Measure: Dollar Unit Price: S Line: 69 Number of Units: 1 Total: $ Description: Roof Cleaning at James L. Knight Convention Center, Pursuant to Section 3.1, Scope of Work/Specifications Herein. Catet4ory: 96221-00 Unit of Measure: Dollar Unit Price: $ Line: 70 Number of Units: 1 Total: $ Description: Roof Cleaning at Miami Yacht Club, Marina Building, Pursuant to Section 3.1, Scope of Work/Specifications Herein. Category: 96221-00 Unit of Measure: Dollar Unit Price: $ Line: 71 Number of Units: 1 Total: $ Description: Roof Cleaning at South Parking Lot, P3, Marlins Staduim, Pursuant to Section 3.1, Scope of Work/Specifications Herein. Category: 96221-00 Unit of Measure: Dollar Unit Price: $ Number of Units: 1 Total: $ Page 22 of 57 Line: 72 Description: Roof Cleaning at South Parking Lot, P4, 3tarlins Stadium, Pursuant to Section 3.1, Scope of 11'ork/Specifications Herein. Category: 96221-00 Unit of Measure: Dollar Unit Price: S Line: 73 Number of Units: 1 Total: S Description: Roof Cleaning at North Parking Lot, P2, Marlins Stadium, Pursuant to Section 3.1, Scope of Work/Specifications Herein. Category: 96221-00 Unit of Measure: Dollar Unit Price: S Line: 74 Number of Units: 1 Total: S Description: Roof Cleaning at North Parking Lot, Pl, Marlins Stadium, Pursuant to Section 3.1, Scope of Work/Specifications Herein. Category: 96221-00 Unit of Measure: Dollar Unit Price: S Line: 75 Number of Units: 1 Total: $ Description: Roof Cleaning at To►‘cr Theater, Pursuant to Section 3.1, Scope of Work/Specifications Herein. Category: 9622 1 -00 Unit of Mea urc: Dollar Page 23 of 57 Unit Price: S Line: 76 Number of Units: 1 Total: S Description: Roof Cleaning at Coconut Grove Sailing Club, Marina Building, Pursuant to Section 3.1, Scope of Work/Specifications Herein. Category: 96221-00 Unit of Measure: Dollar Unit Price: $ Line: 77 Number of Units: 1 Total: $ Description: Roof Cleaning at Bijans Historic Structure, Pursuant to Section 3.1, Scope of Work/Specifications Herein. Category: 96221-00 Unit of Measure: Dollar Unit Price: $ Line: 78 Number of Units: 1 Total: $ Description: Roof Cleaning at World Trade Center Parking Garage, Pursuant to Section 3.1, Scope of Work/Specifications Herein, Category: 96221-00 Unit of Measure: Dollar Unit Price: $ Line: 79 Number of Units: 1 Total: $ Description: Roof Cleaning at Marine Stadium Marina, Pursuant to Section 3.1, Scope of Work/Specifications Herein. Category: 96221-00 Unit of Measure: Dollar Page 24 of 57 Unit Price: S Line: 80 Number of Units: 1 Total: S Description: Roof Cleaning at Basside Seafood Restaurant, Pursuant to Section 3.1, Scope of Work/Specifications Herein. Category: 96221-00 Unit of Measure: Dollar Unit Price: S N'urnber of Units: 1 Total: S Line: 81 Description: Roof Cleaning at Southfork Restaurant, Pursuant to Section 3.1, Scope of Work/Specifications Herein. Category: 96221-00 Unit ot`Measure: Dollar Unit Price: S Number of Units: 1 Total: S Page 25 of 57 774382 Table of Contents Terms and Conditions '7 1, General Conditions �7 1.1. GENERAL TERMS AND CONDITIONS '7 2. Special Conditions 47 2.1. PURPOSE 47 2.2. GENERAL REQUIREMENTS 47 2.3. TERM OF CONTRACT 47 2.4. PRE -BID MEETING AND SITE INSPECTIONS 47 2.5. DEADLINE FOR RECEIPT OF REQUEST FOR ADDITIONAL INFORMATION CLARIFICATION 48 2.6. METHOD OF AWARD 48 2.7. BIDDER'S MINIMUM QUALIFICATION REQUIREMENTS 48 2.8. TIE BIDS 48 2.9. INSURANCE REQUIREMENTS 49 2.10. C1TY OF MIAMI LIVING WAGE ORDINANCE 51 2.11. BACKGROUND CHECK 51 2.12. LICENSES AND PERMITS 52 2.13. PROJECT MANAGER 51 2.14. SUPERVISORY MEETINGS./CONTACTS 52 2.15. EQUITABLE ADJUSTMENT 52 2. 16. NON -APPROPRIATION OF FUNDS 52 2.17. FAILURE TO PERFORM 53 2.18. CITY OCCUPANCY 53 2.19. SAFETY PRECAUTIONS 53 2.20. USE OF PREMISES 53 2.21. DAMAGES TO PUBLIC/PRIVATE PROPERTY 53 2.22. SAFETY MEASURE 54 2.23. PUBLIC SAFETY 54 2.24. QUALITY OF WORK 54 2.25. DOCUMENTATION 54 2.26. DELAYS 54 2.27. LIQUIDATED DAMAGES IN CASE OF DELAY OR LOSS OF USE �5 2.28. FINAL CLEAN-UP 55 2.29. ACCEPTANCE OF WORK 55 2.30. ADDITIONS'DELETIONS OF FACILITIES/ITEMS/PRODUCTSISERVICES 55 2.31. PRIMARY CLIENT (FIRST PRIORITY) 55 2.32. TERMINATION 56 2.33. ADDITIONAL TERMS AND CONDITIONS 56 3. Specifications 57 3.1. SPECIFICATIONS SCOPE OF WORK 57 Page 26 of 57 774382 Terms and Conditions 1. General Conditions 1.1. GENERAL TERMS AND CONDITIONS Intent: The General Terms and Conditions described herein apply to the acquisition of goods'equipment services with an estimated aggregate cost of S25,000.00 or more. Definition: A formal solicitation is defined as issuance of an Invitation for Bids. Request for Proposals, Request for Qualifications, or Request for Letters of Interest pursuant to the City of Miami Procurement Code and./or Florida Law, as amended. Formal Solicitation and Solicitation shall be defined in the same manner herein. 1.1. ACCEPTANCE OF GOODS OR EQUIPMENT - Any goods) or equipment delivered under this formal solicitation. if applicable, shall remain the property of the seller until a physical inspection and actual usage of the good is made, and thereafter is accepted as satisfactory to the City. It must comply with the terms herein and be fully in accordance with specifications and of the highest quality. In the event the goods. equipment supplied to the City are found to be defective or does not conform to specifications, the City reserves the right to cancel the order upon written notice to the Contractor and return the product to the Contractor at the Contractor's expense. 1.2. ACCEPTANCE OF OFFER - The signed or electronic submission of your solicitation response shall be considered an offer on the part of the bidderproposer; such offer shall be deemed accepted upon issuance by the City ofa purchase order. 1.3. ACCEPTANCE/REJECTION — The City reserves the right to accept or reject any or all responses or parts of after opening. closing date and request re -issuance on the goods.'services described in the formal solicitation. In the event of such rejection. the Director of Purchasing shall notify all affected bidders:proposers and make available a written explanation for the rejection. The City also reserves the right to reject the response of any bidder/proposer who has previously failed to properly perform under the terms and conditions ofa contract, to deliver on time contracts ofa similar nature, and who is not in a position to perform the requirements defined in this formal solicitation. The City further reserves the right to waive any irregularities or minor informalities or technicalities in any or all responses and may, at its discretion, re -issue this formal solicitation, 1.4. ADDENDA — It is the bidder's!proposer's responsibility to ensure receipt of all Addenda. Addenda are available at the City's website at: http:!iwww.ci.miami.fl.us'procurement 1.5. ALTERNATE RESPONSES WILL NOT BE CONSIDERED. 1.6. ASSIGNMENT - Contractor agrees not to subcontract. assign, transfer, convey, sublet, or otherwise dispose of the resulting Contract, or any or all of its right. title or interest herein, without City of Miami's prior written consent. 1.7. ATTORNEY''S FEES - In connection with any litigation, mediation and arbitration arising out of this Contract, each party shall bear their own attorney's fees through and including appellate litigation and any post -judgment proceedings. 1.8. AUDIT RIGHTS AND RECORDS RETENTION - The Successful Bidder Proposer agrees to provide access at all reasonable times to the City, or to any of its duly authorized representatives, to any books, documents, papers, and records of Contractor which are directly pertinent to this formal solicitation, for the purpose of audit, examination, excerpts, and transcriptions. The Successful Bidder Proposer shall maintain and retain any and all of Page 27 of 57 774382 the books, documents. papers and records pertinent to the Contract for three (3) years after the City makes final payment and all other pending matters are closed. Contractor's failure to or refusal to comply with this condition shall result in the immediate cancellation of this contract by the City. 1.9. AVAILABILITY OF CONTRACT STATE -\VIDE - Any Governmental, not -for -profit or quasi -governmental entity in the State of Florida, may avail itself of this contract and purchase any and all goods::services, specified herein from the successful bidder(s),proposer(s) at the contract price(s) established herein, when permissible by federal, state, and local laws, piles, and regulations. Each Governmental. not -for -profit or quasi -governmental entity which uses this formal solicitation and resulting bid contract or agreement will establish its own contract'agreement, place its own orders, issue its own purchase orders, be invoiced there from and make its own payments, determine shipping terms and issue its own exemption certificates as required by the successful bidder(s);'proposer(s). 1.10. AWARD OF CONTRACT: A. The Formal Solicitation, Bidder's'Proposer's response, any addenda issued, and the purchase order shall constitute the entire contract, unless modified in accordance with any ensuing contract, agreement, amendment or addenda. B. The award of a contract where there are Tie Bids will be decided by the Director of Purchasing or designee in the instance that Tie Bids can't be determined by applying Florida Statute 287.087, Preference to Businesses with Drug -Free Workplace Programs, C. The award of this contract may be preconditioned on the subsequent submission of other documents as specified in the Special Conditions or Technical Specifications. Bidder'Proposer shall be in default of its contractual obligation if such documents are not submitted in a timely manner and in the forum required by the City. Where Bidder`Proposer is in default of these contractual requirements, the City, through action taken by the Purchasing Department, will void its acceptance of the Bidder's Proposer's Response and may accept the Response from the next lowest responsive, responsible Bidder or Proposal most advantageous to the City or re -solicit the City's requirements. The City. at its sole discretion, may seek monetary restitution from Bidder"Proposer and its bid proposal bond or guaranty, if applicable, as a result of damages or increased costs sustained as a result of the Bidder's/Proposer's default. D. The term of the contract shall be specified in one of three documents which shall be issued to the successful Bidder'Proposer. These documents may either be a purchase order, notice of award and, or contract award sheet. E. The City reserves the right to automatically extend this contract for up to one hundred twenty (120) calendar days beyond the stated contract term in order to provide City departments with continual service and supplies while a new contract is being solicited, evaluated, and or awarded. Lithe right is exercised, the City shall notify the BidderProposer. in writing, of its intent to extend the contract at the same price, terms and conditions for a specific number of days. Additional extensions over the first one hundred twenty (120) day extension may occur, if, the City and the Successful BidderProposer are in mutual agreement of such extensions. F. Where the contract involves a single shipment of goods to the City, the contract term shall conclude upon completion of the expressed or implied warranty periods. G. The City reserves the right to award the contract on a split -order, lump sum or individual -item basis, or such combination' as shall best serve the interests of the City unless otherwise specified. H. A Contract'Agreement may be awarded to the Bidder 'Proposer by the City Commission based upon the minimum qualification requirements reflected herein. As a result of a RFP, RFQ, or RFLI. the City reserves the right to execute or not execute. as applicable, an Agreement with the Proposer, whichever is determined to be in the Page 28 of 57 774382 Cirr's best interests. Such agreement will be furnished by the City. will contain certain terms as are in the City's best interests. and will be subject to approval as to legal form by the City Attorney. I.1 I. BID BOND/ BID SECURITY - A cashier's or certified check, or a Bid Bond signed by a recognized surety company that is licensed to do business in the State of Florida. payable to the City of NIiarni. for the amount bid is required front all bidders proposers. if so indicated under the Special Conditions. This check or bond guarantees that a bidder proposer will accept the order or contract, agreement, as bid, proposed, if it is awarded to bidder proposer. Bidder Proposer shall forfeit bid deposit to the City should City award contract agreement to Bidder Proposer and Bidder Proposer fails to accept the award. The City reserves the right to reject any and all surety tendered to the City. Bid deposits are returned to unsuccessful bidders proposers within ten (I01 days after the award and successful bidder's proposers acceptance ofaward. If sixty- (60) days have passed after the date ofthe formal solicitation closing, date, and no contract has been awarded. all bid deposits will be returned on demand. 1.12. RESPONSE FORM (HARDCOPI' FORMAT) - All forms should be completed. signed and submitted accordingly. 1.13. BID SECURITY FORFEITED LIQUIDATED DAMAGES - Failure to execute an Agreement and or file an acceptable Performance Bond. when required, as provided herein, shall be just cause for the annulment oldie award and the forfeiture of the Bid Security to the City, which forfeiture shall be considered. not as a penalty. but in mitigation of damages sustained. Award may then be made to the next lowest responsitie. responsible Bidder or Proposal most advantageous to the City or all responses may be rejected. 1.14. BRAND NAMES - If and wherever in the specifications brand names, makes, models. names of any manufacturers. trade names. or bidder proposer catalog numbers are specified. it is for the purpose of establishing the type. ftumction. minimum standard of design. efficiency, grade or quality of goods only. When the City does not wish to rule out other competitors' brands or makes, the phrase "OR EQUAL" is added. When bidding'proposing an approved equal. Bidders, Proposers will submit. with their response, complete sets of necessary- data (factory information sheets. specifications. brochures, etc.) in order for the City to evaluate and determine the equality of the item(s) bid proposed. The City shall be the sole judge of equality and its decision shall be final. unless otherwise specified. evidence in the form of samples may be requested if the proposed brand is other than specified by the City. Such samples are to be furnished after formal solicitation opening. closing only upon request of the City. If samples should be requested. such samples must be received by the City no later than seven (7) calendar days after a formal request is made. 1.15. CANCELLATION - The City reserves the right to cancel all formal solicitations before its opening'closing. In the event of bid proposal cancellation. the Director of Purchasing shall notify all prospective bidders. proposers and make available a written explanation for the cancellation. 1.16. CAPITAL EXPENDITURES - Contractor understands that any capital expenditures that the firm makes, or prepares to make. in order to deliver perform the goods, services required by the City. is a business risk which the contractor must assume. The City will not be obligated to reimburse amortized or unamortized capital expenditures. or to maintain the approved status of any contractor. I f contractor has been unable to recoup its capital expenditures during the time it is rendering such ggoods'seryices, it shall not have any claim upon the City. 1.17. CITY NOT LIABLE FOR DELAYS - It is further expressly agreed that in no event shall the City be liable for. or responsible to. the Bidder Proposer 'Consultant. any sub -contractor sub -consultant, or to any other person for, or on account of, any stoppages or delay in the work herein provided for by injunction or other legal or equitable proceedings or on account of any delay for any cause over which the City has no control. 1.18. COLLUSION —Bidder Proposer, by submitting a response. certifies that its response is made without previous understanding, agreement or connection either with any person, firm or corporation submitting a response Page 29 of 57 774382 for the same items'services or with the City of Miami's Purchasing Department or initiating department. The Bidder Proposer certifies that its response is fair, without control, collusion, fraud or other illegal action. Bidder:'Proposer certifies that it is in compliance with the Conflict of Interest and Code of Ethics Laws. The City will investigate all potential situations where collusion may have occurred and the City reserves the right to reject any and all bids;responses where collusion may have occurred. 1.19. COMPLIANCE WITH FEDERAL, STATE AND LOCAL LAWS - Contractor understands that contracts between private entities and local governments are subject to certain laws and regulations, including laws pertaining to public records, conflict of interest. records keeping. etc. City and Contractor agree to comply with and observe all applicable laws, codes and ordinances as that may in any way affect the goods or equipment offered, including but not limited to: A. Executive Order 112-16. which prohibits discrimination against any employee, applicant, or client because of race, creed, color, national origin, sex, or age with regard to, but not limited to. the following: employment practices, rate of pay or other compensation methods, and training selection. B. Occupational, Safety and 1-lealth Act (OSHA), as applicable to this Formal Solicitation. C. The State of Florida Statutes, Section 287.133(3)(A) on Public Entity Crimes. D. Environment Protection Agency (EPA), as applicable to this Formal Solicitation. E. Uniform Commercial Code (Florida Statutes, Chapter 672). F. Americans with Disabilities Act of 1990, as amended. G. National Institute of Occupational Safety Ilazards (NIOSI-I), as applicable to this Formal Solicitation, H. National Forest Products Association (NEPA), as applicable to this Formal Solicitation. 1. City Procurement Ordinance City Code Section l8, Article III. J. Conflict of Interest, City Code Section 2-61 1;61. K. Cone of Silence, City Code Section 18-74. L. The Florida Statutes Sections 218.73 and 218.74 on Prompt Payment. Lack of knowledge by the bidder/proposer will in no way be a cause for relief from responsibility. Non-compliance with all local, state, and federal directives, orders, and laws may be considered grounds for termination of contract(s). Copies of the City Ordinances maybe obtained from the City Clerk's Office. 1.20. CONE OF SILENCE - Pursuant to Section 18-74 of the City of Miami Code, a "Cone of Silence" is imposed upon each RFP, RFQ, RFLI, or IFB after advertisement and terminates at the time the City Manager issues a written recommendation to the Miami City Commission. The Cone of Silence shall be applicable only to Contracts for the provision of goods and services and public works or improvements for amounts greater than S200,000. The Cone of Silence prohibits any communication regarding RFPs, RFQs, RFLI or IFBs (bids) between, among others: Potential vendors, service providers, bidders, lobbyists or consultants and the City's professional staff including, but not limited to, the City Manager and the City Manager's staff; the. Mayor, City Commissioners, or their respective staffs and any member of the respective selection/evaluation committee. The provision does not apply to, among other communications: Page 30 of 57 774382 oral communications with the City purchasing staff. provided the communication is limited strictly to matters of process or procedure already contained in the formal solicitation document: the provisions of the Cone of Silence do not apply to oral communications at duly noticed site visits, inspections, pre -proposal or pre -bid conferences, oral presentations before selection, evaluation committees, contract negotiations during any duly noticed public meeting, or public presentations made to the Miami City Commission during a duly noticed public meeting: or communications in writing or by email at anv time with anv City employee. official or member of the City Commission unless specifically- prohibited by the applicable RFP, RFQ. RFL1 or IFB (bid) documents (See Section 2.2. of the Special Conditions): or communications in connection with the collection of industry comments or the performance of market research regarding a particular RFP, RFQ, RFL[ OR IFB by City Purchasing staff. Proposers or bidders must file a copy of any written communications with the Office of the City Clerk. Nvhich shall be made available to any person upon request, The City shall respond in writing and file a copy with the Office of the City Clerk, which shall be made available to any person upon request. Written communications may be in the form of e-mail. with a copy to the Office of the City Clerk. In addition to anv other penalties provided by law, violation of the Cone of Silence by any proposer or bidder shall render any award voidable. A violation by a particular Bidder, Proposer, Offeror, Respondent, lobbyist or consultant shall subject same to potential penalties pursuant to the City Code. Any person having personal knowledge of a violation of these provisions shall report such violation to the State Attorney and or may file a complaint with the Ethics Commission. Proposers or bidders should reference Section 18-74 of the City of Miami Code for further clarification. This language is only a summary of the key provisions of the Cone of Silence. Please review City of Mlianti Code Section 18-74 for a complete and thorough description of the Cone of Silence. You may contact the City Clerk at 305-250-53f 1). to obtain a copy of same. 1.21. CONFIDENTIALITY - As a political subdivision. the City of Miami is subject to the Florida Sunshine Act and Public Records Law. If this Contract Agreement contains a confidentiality provision, it shall have no application when disclosure is required by Florida law or upon court order. I.22. CONFLICT OF INTEREST — Bidders Proposers. by responding to this Formal Solicitation. certify that to the best of their knowledge or belief. no elected appointed official or employee of the City of Miami is financially Interested. directly or indirectly, in the purchase of goods:services specified in this Formal Solicitation. Any such interests on the part of the Bidder Proposer or its employees must be disclosed in writing to the City. Further, you must disclose the name of any City employee who owns, directly or indirectly, an interest of five percent (5"0 or more of the total assets of capital stock in your firm. A. Bidder Proposer further agrees not to use or attempt to use any knowledge, property or resource which may be within his her its trust. or perform his her its duties, to secure a special privilege, benefit. or exemption for himself herself itself, or others. Bidder Proposer may not disclose or use information not available to members of the general public and gained by reason of his her its position, except for information relating exclusively to goverumentaI practices, for his her its personal gain or benefit or for the personal gain or benefit of any other person or business entity, B. Bidder Proposer hereby acknowledges that he/she it has not contracted or transacted any business with the City or any person or agency acting for the City, and has not appeared in representation of any third party before any board, commission or agency of the City within the past two years. BidderProposer further warrants that he she it is not related. specifically the spouse, son. daughter, parent. brother or sister, to: (i) any member of the commission: {ii) the mayor: {iii) any city employee; or (iv) any member of any board or agency of the City. C. A violation of this section may subject the BidderProposer to immediate termination of any professional services agreement with the City, imposition of the maximum fine and or any penalties al lowed by law. Page 31 of 57 774382 Additionally, violations may be considered by and subject to action by the Miami -Dade County Commission on Ethics. 1.23. COPYRIGHT OR PATENT RIGHTS — Bidders,Proposers warrant that there has been no violation of copyright or patent rights in manufacturing. producing. or selling the goods shipped or ordered and. or services provided as a result of this formal solicitation. and bidders. proposers agree to hold the City harmless from any and all liability, loss, or expense occasioned by any such violation.. 1,24. COST INCURRED BY BIDDERIPROPOSER - All expenses involved with the preparation and submission of Responses to the City, or any work performed in connection therewith shall be borne by the Bidder( s)iProposer( s). 1.25. DEBARMENT AND SUSPENSIONS (Sec 18-I07) (a) Authority and requirement to debar and suspend. After reasonable notice to an actual or prospective Contractual Party, and after reasonable opportunity for such party to be heard.. the City Manager, after consultation with the Chief Procurement Officer and the city attorney, shall have the authority to debar a Contractual Party, for the causes listed below, from consideration for award of city Contracts. The debarment shall be for a period of not fewer than three years. The City Manager shall also have the authority to suspend a Contractual Party from consideration for award of city Contracts if there is probable cause for debarment, pending the debarment determination. The authority to debar and suspend contractors shall be exercised in accordance with regulations which shall be issued by the Chief Procurement Officer after approval by the City Manager, the city attorney, and the City Commission. (b) Causes for debarment or suspension. Causes for debarment or suspension include the following: (1) Conviction for commission of a criminal offense incident to obtaining or attempting to obtain a public or private Contract or subcontract, or incident to the perfomiance of such Contract or subcontract. (2) Conviction under state or federal statutes of embezzlement, theft, forgery, bribery, falsification or destniction of records, receiving stolen property, or any other offense indicating a lack of business integrity or business honesty. (3) Conviction under state or federal antitnist statutes arising out of the submission of Bids or Proposals. (4) Violation of Contract provisions, which is regarded by the Chief Procurement Officer to be indicative of nonresponsibi[ity. Such violation may include failure without good cause to perform in accordance with the terms and conditions of a Contract or to perform within the time limits provided in a Contract. provided that failure to perform caused by acts beyond the control of a party shall not be considered a basis for debarment or suspension. (5) Debarment or suspension of the Contractual Party by any federal, state or other governmental entity. (6) False certification pursuant to paragraph (c) below. (7) Found in violation of a zoning ordinance or any other city ordinance or regulation and for which the violation remains noncompliant. (8) Found in violation of a zoning ordinance or any other city ordinance or regulation and for which a civil penalty or fine is due and owing to the city. (9) Any other cause judged by the City Manager to be so serious and compelling as to affect the Page 32 of 57 774382 responsibility of the Contractual Party performing city Contracts. (c) Certification, All Contracts for goods and services, sales. and leases by the city shall contain a certification that neither the Contractual Party nor any of its principal owners or personnel have been convicted of any of the violations set forth above or debarred or suspended as set forth in paragraph (b)(5 ). (d) Debarment and suspension decisions. Subject to the provisions of paragraph (a), the City Manager shall render a written decision stating the reasons for the debarment or suspension. A copy of the decision shall be provided promptly to the Contractual Party, along with a notice of said party's right to seek judicial relief. 1.26. DEBARRED/SUSPENDED VENDORS —An entity or affiliate who has been placed on the State of Florida debarred or suspended vendor list may not submit a response on a contract to provide goods or services to a public entity, may not submit a response on a contract with a public entity for the construction or repair of a public building or public work. may not submit response on leases of real property to a public entity, may not award or perform work as a contractor, supplier. subcontractor, or consultant under contract with any public entity, and may not transact business with any public entity. 1.27. DEF.&ULT/FAILURE TO PERFORM - The City shall be the sole judge of nonperformance, which shall include any failure on the part of the successful BidderProposer to accept the award, to furnish required documents, and. or to fulfill any portion of this contract within the time stipulated. Upon default by the successful Bidder'Proposer to meet any terms of this agreement, the City will notify the Bidder Proposer of the default and will provide the contractor three (3) days (weekends and holidays excluded) to remedy the default. Failure on the contractor's part to correct the default within the required three {31 days shall result in the Contract being terminated and upon the City notifying in writing the contractor of its intentions and the effective date of the termination. The following shall constitute default: A. Failure to perform the work or deliver the goods services required under the Contract and or within the time required or failing to use the subcontractors. entities and personnel as identified and set forth, and to the degree specified in the Contract. B. Failure to begin the work under this Contract within the time specified. C. Failure to perform the work with sufficient workers and equipment or with sufficient materials to ensure timely completion. D. Neglecting or refusing to remove materials or perform new work where prior work has been rejected as nonconforming with the terms of the Contract. E. Becoming insolvent, being declared banknipt, or committing any act of bankruptcy or insolvency, or making an assignment for the benefit of creditors, if the insolvency, bankruptcy, or assignment renders the successful BidderProposer incapable of performing the work in accordance with and as required by the Contract. F. Failure to comply with any of the terms of the Contract in any material respect. All costs and charges incurred by the City as a result of a default or a default incurred beyond the time limits stated, together with the cost of completing the work, shall be deducted from any monies due or which may become due on this Contract. 1.28. DETERMINATION OF RESPONSIVENESS - Each Response will be reviewed to determine if it is responsive to the submission requirements outlined in the Formal Solicitation. A "responsive" response is one which follows the requirements of the formal solicitation, includes all documentation. is submitted in the format outlined in the formal solicitation, is of timely submission, and has appropriate signatures as required on each document. Failure Page 33 of 57 7743822 to comply with these requirements may deem a Response non -responsive. 1.29. DISCOUNTS OFFERED DURING TERM OF CONTRACT - Discount Prices offered in the response shall be fixed after the award by the Commission, unless otherwise specified in the Special Terms and Conditions. Price discounts off the original prices quoted in the response will be accepted from successful Bidders) Proposer(s) during the term of the contract. Such discounts shall remain in effect for a minimum of 120 days from approval by the City Commission Any discounts offered by a manufacturer to Bidder -Proposer will be passed on to the City. 1.30. DISCREPANCIES, ERRORS, AND ON1ISSIONS - Any discrepancies. errors. or ambiguities in the Formal Solicitation or addenda (ifany) should be reported in writing to the Citv's Purchasing Department. Should it be found necessary-. a written addendum will be incorporated in the Formal Solicitation and ‘1, ill become part of the purchase agreement (contract documents). The City will not be responsible for any oral instructions, clarifications. or other communications. A. Order of Precedence — Any inconsistency in this formal solicitation shall be resolved by giving precedence to the following documents, the first of such list being the governing documents. I) Addenda (as applicable) 2) Specifications 3) Special Conditions 4) General Terms and Conditions 1.31. EMERGENCY / DISASTER PERFORI1ANCE - In the event ofa hurricane or other emergency or disaster situation. the successful vendor shall provide the City wvith the commodities services defined within the scope of this formal solicitation at the price contained within vendor's response. Further. successful vendor shall deliver perform for the city on a priority basis during such times of emergency. 1.32. ENTIRE I3ID CONTRACT OR AGREEMENT - The Bid Contract or Agreement consists of this City of Miami Formal Solicitation and specifically this General Conditions Section. Contractor's Response and any written agreement entered into by the City of \liami and Contractor in cases involving Rills. RFQs. and RFLIs. and represents the entire understanding and agreenmen€ between the parties with respect to the subject matter hereof and supersedes all other negotiations. understanding and representations. if any. made by and between the parties. To the extent that the agreement conflicts with. modifies. alters or changes any of the terms and conditions contained in the Formal Solicitation and. or Response. the Formal Solicitation and then the Response shall control. This Contract may be modified only by a written agreement signed by the City of tliami and Contractor. 1.33. ESTIMATED QUANTITIES —Estimated quantities or estimated dollars are provided for your guidance only. No guarantee is expressed or implied as to quantities that will be purchased during the contract period. The City is not obligated to place an order for any Riven amount subsequent to the award of this contract. Said estimates may be used by the City for purposes of -determining, the low bidder or most advantageous proposer meeting specifications. The City reserves the right to acquire additional quantities at the prices bid proposed or at lower prices in this Formal Solicitation. 1.34. EVALU:1TION OF RESPONSES A.Rejection of Responses The City may reject a Response for any of the following reasons: 1) Bidder Proposer fails to acknowledge receipt of addenda: 2) Bidder Proposer mistates or conceals any material fact in the Response Page 34 of 57 774382 3) Response does not conform to the requirements of the Formal Solicitation: 4) Response requires a conditional award that conflicts with the method of award: 5) Response does not include required samples. certificates. licenses as required: and. 6) Response was not executed by the Bidder's Proposer(s) authorized agent. The foregoing. is not an all inclusive list of reasons for which a Response may be rejected. The City may reject and re -advertise tier all or any part of the Formal Solicitation whenever it is deemed in the best interest attic City. B. Elimination From Consideration I) ?. contract shall not be awarded to any person or time which is in arrears to the City upon any debt or contract. or which is a defaulter as surety or otherwise upon any obligation to the City. 2) A contract may not be awarded to any person or firm which has failed to perform under the terms and conditions ofany previous contract with the City or deliver on time contracts ofa similar nature, 3) A contract may not be awarded to any person or firm which has been debarred by the City in accordance with the City's Debarment and Suspension Ordinance. C. Determination of Responsibility i) Responses will only be considered from entities who are regularly engaged in the business of providing the goods equipment. sere ices required by the Formal Solicitation. Bidder Proposer must be able to demonstrate a satisfactory record of performance and integrity; and. have sufficient financial, material. equipment. facility. personnel resources. and expertise to meet all contractual requirements. The terms "equipment and orgganization- as used herein shall be construed to mean a fully equipped and well established entity in line with the best industry practices in the industry' as determined by the City. 2) The City may consider any evidence available regarding the financial, technical and other qualifications and abilities ofa Bidder Proposer. including past performance (experience) with the City or any other governmental entity in making the award. 3) The City may require the Bidders) Proposers) to show proof that they have been designated as an authorized representative ofa manufacturer or supplier which is the actual source of supply, if required by the Formal Solicitation. 1.35. EXCEPTIONS TO GENERAL AND,'OR SPECIAL CONDITIONS OR SPECIFICATIONS - Exceptions to the specifications shall be listed an the Response and shall reference the section. Any exceptions to the General or Special Conditions shall be cause for the bid ( IFB) to be considered non -responsive. It also may be cause fora RFP. RFQ. or RFLI to be considered non -responsive: and, if exceptions are taken to the tents and conditions oldie resulting agreement it may lead to terminating negotiations. 1.36, F.O.B. DESTINATION - finless otherwise specified in the Formal Solicitation. all prices quoted proposed by the bidder proposer must be F.O.B. DESTINATION. inside delivery, with all delivery costs and charges included in the bid. proposal price. unless otherwise specified in this Formal Solicitation. Failure to do so may be cause for rejection of bid. proposal. 1.37. FIRM PRICES - The bidder proposer warrants that prices, terms,. and conditions quoted in its response will be firm throughout the duration oldie contract unless otherwise specified in the Formal Solicitation. Such prices will remain firm for the period of performance or resulting purchase orders or contracts. which are to be performed or supplied over a period of time. 1.38. FLORID.\ ;1I1NI\Il"31 WAGE - The Constitution of the State of Florida. Article X. Section 24, states that Page 35 of 57 774382 employers shall pay employee wages no less than the minimum wage for all hours worked in Florida. Accordingly. it is the contractor's and its' subcontractors) responsibility to understand and comply with this Florida constitutional minimum tiva fizz requirement and paw its employees the current established hourly minimum wage rate. which is subject to change or adjusted by the rate of inflation using, the consumer price index for urban wage earners and clerical workers. CPI -Wiz or a successor index as calculated by the United States Department of Labor. Each adjusted minimum swage rate calculated shall be determined and published by the Agency Workforce Innovation on September 3Oth of each year and take effect on the following January 1st. At the time of responding. it is bidder proposer and his her subcontractor(s). if applicable. full responsibility to determine whether any: of its employees may be impacted by this Florida Law at any given point in time during the term of the contract. If impacted. bidder proposer must furnish employee name(s). job title(s). job description(s). and current pay rate(s). Failure to submit this information at the time of submitting a response constitute successful bidder's. proposer's acknowledgement and understanding that the Florida Minimum Wage Law will not impact its prices throu_{hout the term of contract and waiver of any contractual price increase request(s). The Citv reserves the right to request and successful bidder proposer must provide for anv and all information to make a Nvag*e and contractual price increase(s) determination. 1.39. GOVERNING LAW AND VENUE -The validity and effect of this Contract shall he governed by the laws of the State of Florida. The parties agree that anv action. mediation or arbitration arising out of this Contract shall take place in Miami -Dade County, Florida. 1.40. HEADINGS AND TERMS - The headings to the various paragraphs of this Contract have been inserted for convenient reference only and shall not in anv manner be construed as modifying. amending or affecting in any way f. the expressed terms and provisions hereof. 1.41. HEALTH INSURANCE PORTABILITY AND ACCOUNTABILITY ACT (HIPPA) - Any person or entity that performs or assists the City of M ianni with a function or activity involving the use or disclosure of "individually identifiable health information {I1111) and or Protected Ilealth Information (P111) shall comply +with the Health Insurance Portability and Accountability Act (I IIPAA) of 1996 and the City of Miami Privacy Standards. I-IIPAA mandates for privacy. security and electronic transfer standards. Ivhich include but are not limited to: A. Use of information only for performing services required by the contract or as required by law: B. Use of appropriate safeguards to prevent non -permitted disclosures: C. Reporting to the City of Miami of any non -permitted use or disclosure; D. Assurances that any agents and subcontractors agree to the sanne restrictions and conditions that apply to the Bidder Proposer and reasonable assurances that IIHI PHII will be held confidential: E. y.lakint Protected (Iealth Information (Pill) available to the customer; F. Making. Pill available to the customer for review and amendment; and incorporating any amendments requested by the customer: G. Making P111 mailable to the City of Miami for an accounting of disclosures: and H. NlakinMg internal practices, books and records related to Pill available to the City of Nliami for compliance audits. PIII shall maintain its protected status regardless of the form and method of transmission (paper records, and or electronic transfer of data). The Bidder- Proposer must give its customers written notice of its privacy information practices including specifically. a description of the types of uses and disclosures that would be made with protected health information. 1.42 INDEMNIFICATION - Contractor shall indemnify . hold harmless and defend the City, its officials. officers, Page 36 of 57 77438_2 agents. directors, and employees. from liabilities, damages. losses, and costs. including. but not limited to reasonable attorney's fees. to the extent caused by the negligence. recklessness or intentional wrongful misconduct of Contractor and persons employed or utilized by Contractor in the performance of this Contract and will indemnify, hold harmless and defend the City, its officials, officers, ageius. directors and employees against, any civil actions, statutory or similar claims. injuries or damages arising or resulting from the permitted work. cn en if it is alleged that the City. its officials and or employees were negligent. These indemnifications shall sure i+ c the term of this Contract. In the event that any action or proceeding is brought against City by reason of any such claim or demand. Contractor shall. upon written notice from City. resist and defend such action or proceeding by counsel satisfactory to City. The Contractor expressly understands and agrees that any insurance protection required by this Contract or otherwise provided by Contractor shall in no way limit the responsibility to indemnify. keep and save harmless and defend the City or its officers_ employees. agent; and instrumentalities as herein provided. The indemnification provided above shall obligate Contractor to defend at its own expense to and through appellate. supplemental or bankruptcy proceeding_. or to provide for such defense. at City's option. any and all claims of liability and all suits and actions of every name and description which may be brought against City whether performed by Contractor, or persons employed or utilized by Contractor. This indemnity will survive the cancellation or expiration of the Contract. This indemnity will be interpreted under the laws of the State of Florida. including without limitation and 'which conforms to the limitations of 725.06 and. or *725.08. Fla. Statues, as amended from time to time as applicable. Contractor shall require all Sub -Contractor agreements to include a provision that they will indemnify the City. The Contractor agrees and recognizes that the City shall not be held liable or responsible for any claims which may result from any actions or omissions of the Contractor in which the City participated either through review or concurrence of the Contractor's actions. In reviewing. approving or rejecting any submissions by the Contractor or other acts of the Contractor. the City in no way assumes or shares any responsibility or liability of the Contractor or Sub -Contractor. under this Agreement. 1.43. FORM.ATiON AND DESCRIPTIVE LITERATURE —Bidders. Proposer must furnish all information requested in the spaces provided in the Formal Solicitation, Further, as may be specified elsewhere. each Bidder Proposer must submit for evaluation. cuts. sketches. descriptive literature. technical specifications. and Material Safety Data Sheets (MSDSlas required. covering the products offered. Reference to literature submitted with a previous response or on file with the Buyer will not satisfy this provision. 1.44. INSPECTIONS - The City- may. at reasonable tinges during the term hereof. inspect Contractor's facilities and perform such tests. as the City deems reasonably necessary. to determine whether the goods and or services required to be pro\ ided by the Contractor under this Contract conforii to the terms and conditions of the Formal Solicitation. Contractor shall make a‘nilable to the City all reasonable facilities and assistance to facilitate the performance of tests or inspections by City representatives. All tests and inspections shall be subject to, and made in accordance with, the provisions oldie City of yliami Ordinanee No, l227l (Section 18-79). as same may be amended or supplemented from time to time, 1.45. INSPECTION OF RESPONSE - Responses received by the City pursuant to a Formal Solicitation will not be made available until such time as the City provides notice of a decision or intended decision or within all days after bid closing, whichever is earlier. Bid Proposal results will be tabulated and may be furnished upon request via fax or e-mail to the Sr. Procurement Specialist issuing the Solicitation. Tabulations also are available on the City's ‘Veb Site following recommendation for award. 1.46. INSURANCE - Within ten (10) days after receipt of Notice of Award, the successful Contractor. shall furnish Evidence of Insurance to the Purchasing Department. if applicable. Submitted evidence of coverage shall demonstrate strict compliance to all requirements listed on the Special Conditions entitled "Insurance Page 37 of57 774382 Requirements'. The City shall be listed as an 'Additional Insured." Issuance of a Purchase Order is contingent upon the receipt of proper insurance documents. If the insurance certificate is received within the specified time frame but not in the manner prescribed in this Solicitation the Contractor shall be verbally notified of such deficiency and shall have an additional five (5) calendar days to submit a corrected certificate to the City. If the Contractor fails to submit the required insurance documents in the manner prescribed in this Solicitation within fifteen (15) calendar days after receipt Notice of Award. the contractor shall be in default of the contractual reruns and conditions and shall not be awarded the contract. Under such circumstances. the Bidder Proposer may be prohibited from submitting future responses to the City. lnt'omtation regarding an. insurance requirements shall be directed to the Risk Administrator, Department of Risk Management. at 444 SW 2nd Avenue. 9th Floor. Miami. Florida 33130, 305-416-1604. The Bidder Proposer shall be responsible for assuring that the insurance certificates required in conjunction with this Section remain in effect for the duration of the contractual period: including any and all option terms that may be granted to the Bidder Proposer. 1.47. INVOICES - Invoices shall contain purchase order number and details of goods and or services delivered (i.e. quantity. unit price. extended price. etc): and in compliance with Chapter 218 of the Florida Statutes (Prompt Payment Act). 1.48. LOCAL PREFERENCE A. City Code Section 18-85. states. "when a responsive. responsible non -local bidder submits the lowest bid price. and the bid submitted by one or more responsive. responsible local bidders who maintain a local office. as defined in Section 18-73, is within fifteen percent (15' of the price submitted by the non -local bidder. then that non -local bidder and each of the aforementioned responsive, responsible local bidders shall have the opportunity to submit a best and final hid equal to or low er than the amount of the low bid previously submitted by the non -local bidder. Contract award shall be made to the lowest responsive. responsible bidder submitting the Lowest best and final bid. In the case of a tie in the best and final bid between a local bidder and a non -local bidder, contract award shall be made to the local bidder." B. City Code Section 18-86, states. '"the RFP. RFLI or RFQ, as applicable. may, in the exercise of the reasonable professional discretion of the City Manager. director of the using agency, and the Chief Procurement Officer, include a five {5°„9 percent evaluation criterion in favor of proposers who maintain a local office. as defined in Section 18-73. In such cases. this five (5° 0) percent evaluation criterion in favor of proposers who maintain a local office will be specifically defined in the RFP. RFLI or RFQ, as applicable: otherwise, it will not apply. 1.49. MANUFACTURER'S CERTIFICATION -The City reserves the right to request from bidders proposers a separate Manufacturer's Certification of all statements made in the bid proposal. Failure to provide such certification may result in the rejection of bid proposal or termination of contract agreement. for which the bidder proposer must bear full liability. 1.50. MODIFICATIONS OR CHANGES IN PURCHASE ORDERS AND CONTRACTS - No contract or understanding to modify this Formal Solicitation and resultant purchase orders or contracts, if applicable, shall be binding upon the City unless made in writing. by the Director of Purchasing of the City of Miami. Florida through the issuance of a change order, addendum. amendment. or supplement to the contract. purchase order or award sheet as appropriate. 1.51. NO PARTNERSHIP OR JOINT VENTURE - Nothing contained in this Contract will be deemed or construed to create a partnership or joint venture between the City of Miami and Contractor. or to create any other similar relationship between the parties. Page33of57 77-1 S2 1.52. NONCONFORMANCE TO CONTRACT CONDITIONS - Items may be tested for compliance with specifications under the direction of the Florida Department of Agriculture and Consumer Services or by other appropriate testing Laboratories as determined by the City. The data derived from any test for compliance with specifications is public record and open to examination thereto in accordance with Chapter 119, Florida Statutes. Items delivered not conforming to specifications may be rejected and returned at Bidder's Proposers expense. These non-colzforming items not delivered as per delivery date in the response and. or Purchase Order may result in bidder proposer being found in default in which event any and all re -procurement costs may be chanced against the d.ethulted contractor.:\nv violation of these stipulations may also result in the supplier's name being removed from the City of Miami's Supplier's list. 1.53. NONDISCRIMINATION —Bidder Proposer agrees that it shall not discriminate as to race. sex, color, age. religion. national origin, marital status, or disability in connection with its performance under this formal solicitation. Furthermore, Bidder Proposer agrees that no otherwise qualified individual shall solely by reason of his her race. sex. color. age. religion. national origin. marital status or disability be excluded from the participation in. be denied benefits of. or be subjected to. discrimination under any program or activity. In connection with the conduct of its business. including. performance of services and employment of personnel. Bidder Proposer shall not discriminate against any person on the basis of race, color, religion. disability. age. sex. marital status or national origin. All persons having appropriate qualifications shall be afforded equal opportunity for employment_ 1.54. NON-EXCLUSIVE CONTRACT/ PIGGYBACK PROVISION - At such times as may serve its best interest. the City of Miami reserves the right to advertise for, receive, and award additional contracts for these herein goods and or services. and to make use of other competitively bid (governmental) contract;. agreements, or other similar sources for the purchase of these goods and or services as may be available. It is hereby agreed and understood that this formal solicitation does not constitute the exclusive rights of the successful bidder(s) proposerls) to receive all orders that may be generated by the City in conjunction with this Formal Solicitation. In addition. any and all commodities. equipment, and services required by the City in conjunction with construction projects are solicited under a distinctly different solicitation process and shall not be purchased under the terms. conditions and awards rendered under this solicitation, unless such purchases are determined to be in the best interest of the City. 1.55. OCCUPATIONAL LICENSE - Any person. firm. corporation or joint venture. with a business location in the City of .11ianu and is submitting a Response under this Formal Solicitation shall meet the City's Occupational License Tax requirements in accordance with Chapter 31.1. Article I of the City of Miami Charter. Others with a location outside the City of Miami shall meet their local Occupational License Tax requirements. A copy of the license must be submitted with the response: however, the City may at its sole option and in its best interest allow the Bidder Proposer to supply the license to the City during the evaluation period, but prior to award. 1.56. ONE PROPOSAL - Only one (1) Response from an individual, firm, partnership. corporation or joint venture will be considered in response to this Formal Solicitation. 1.57. OWNERSHIP OF DOCUMENTS - It is understood by and between the parties that any documents, records, tiles, or any other matter whatsoever which is given by the City to the successful Bidder Proposer pursuant to this formal solicitation shall at all times remain the property of the City and shall not be used by the Bidder'Proposer for any other purposes whatsoever without the written consent of the City. 1.58. PARTIAL INVALIDITY - If any provision of this Contract or the application thereof to any person or Page 39 of 57 774382 circumstance shall to any extent be held in% alid, then the remainder of this Contract or the application of such provision to persons or circumstances other than those as to which it is held invalid shall not be affected thereby. and each provision of this Contract shall be valid and enforced to the fullest extent permitted by law. 1.59. PERFORMANCEIPAY\IENT BOND —A Contractor may be required to furnish a Performance Payment Bond as part ofthe requirements of this Contract, in an amount equal to one hundred percent 1 l00"0) of the contract price. 1.60. PREPARATION OF RESPONSES (HARDCOPI' FORIIAT)—Bidders Proposers are expected to examine the specifications, required delivery. drawings, and all special and general conditions. All bid. proposed amounts, if required. shall be either typewritten or entered into the space provided with ink. Failure to do so will be at the Bidder's;Proposer's risk. A. Each Bidder Proposer shall furnish the information required in the Formal Solicitation. The Bidder Proposer shall sign the Response and print in ink or type the name of the Bidder Proposer, address. and telephone number on the face page and on each continuation sheet thereof on which he she makes an entry, as required. B. irso required. the unit price for each unit offered shall be shown. and such price shall include packaging. handling and shipping_ and F.O.B. Miami delivery inside City premises unless otherwise specified. Bidder Proposer shall include in the response all taxes, insurance, social security, workmen's compensation. and any other benefits normially paid by the Bidder Proposer to its employees, If applicable, a unit price shall be entered in the "Unit Price" column for each item. Based upon estimated quantity. an extended price shall be entered in the "Extended Price" column for each item offered. In case of a discrepancy between the unit price and extended price, the unit price will be presumed correct. C. The Bidder Proposer must state a definite time. if required. in calendar days for delivery of goods and, or services. D. The Bidder Proposer should retain a copy of all response documents for future reference. E. All responses. as described, must be fully completed and typed or printed in ink and must be signed in ink with the firn's name and by an officer or employee having authority to bind the company or firm by his, her signature. Bids. Proposals haying any erasures or corrections must be initialed in ink by person signing the response or the response may be rejected. F. Responses are to remain valid for at least 180 days. Upon award of a contract, the content of the Successful Bidder's Proposer's response may be included as part of the contract. at the City's discretion. G. The City of Miami's Response Forms shall be used when Bidder Proposer is submitting its response in hardcopy format. Use ofanv other forms will result in the rejection ofthe response. IF SUBMITTING IIARDCOPY FORMAT, TIIF ORIGINAL AND TI IREE (3) COPIES OF THESE SETS OF FORMS, UNLESS OTI IERWISE SPECIFIED, AND ANY REQUIRED ATTACHMENTS MUST BE RETURNED TO TIIE CITY OR YOUR RESPONSE MAY BE DEEMED NON -RESPONSIVE. 1.61. PRICE ADJUST?IENTS — Any price decrease effectuated during the contract period either by reason of market change or on the part of the contractor to other customers shall be passed on to the City of Miami. 1,62. PRODUCT SUBSTITUTES - In the event a particular awarded and approved manufacturer's product becomes unavailable during the term of the Contract, the Contractor awarded that item may arrange with the City's authorized representatives) to supply a substitute product at the awarded price or lower, provided that a sample is approved in advance of delivery and that the new product meets or exceeds all quality requirements. Pate 40 of 57 774382 1.63. CONFLICT OF INTEREST, AND UNETHICAL BUSINESS PRACTICE PROHIBITIONS - Contractor represents and warrants to the City that it has not employed or retained any person or company employed by the City to solicit or secure this Contract and that it has not offered to pay, paid, or agreed to pay any person any fee, commission, percentage, brokerage fee, or gift of any kind contingent upon or in connection with, the award of this Contract. 1.64. PROMPT PAYMENT —Bidders Proposers may offer a cash discount for prompt payment: however, discounts shall not be considered in determining the lowest net cost for response evaluation purposes. Bidders. Proposers are required to provide their prompt payment terms in the space provided on the Formal Solicitation. If no prompt payment discount is being offered, the Bidder'Proposer must enter zero (0) for the percentage discount to indicate no discount. If the Bidder Proposer fails to enter a percentage. it is understood and agreed that the terms shall be 290 20 days, effective after receipt of invoice or final acceptance by the City, whichever is later. When the City is entitled to a cash discount, the period of computation will commence on the date of delivery. or receipt of a correctly completed invoice, whichever is later. If an adjustment in payment is necessary due to damage, the cash discount period shall commence on the date final approval for payment is authorized. If a discount is part of the contract, but the invoice does not reflect the existence of a cash discount, the City is entitled to a cash discount with the period commencing on the date it is determined by the City that a cash discount applies. Price discounts off the original prices quoted on the Price Sheet will be accepted from successful bidders/proposers during the tenet of the contract. 1.65. PROPERTY - Property owned by the City of Miami is the responsibility of the City of Miami. Such property furnished to a Contractor for repair, modification, study, etc., shall remain the property of the City of Nliami. Damages to such property occurring while in the possession of the Contractor shall be the responsibility of the Contractor. Damages occurring to such property while in route to the City of Miami shall be the responsibility of the Contractor. In the event that such property is destroyed or declared a total loss, the Contractor shall be responsible for replacement value of the property at the current market value, Iess depreciation of the property, if any. 1.66. PROVISIONS BINDING - Except as otherwise expressly provided in the resulting Contract, all covenants, conditions and provisions of the resulting Contract shall be binding upon and shall inure to the benefit of the parties hereto and their respective heirs, legal representatives, successors and assigns. 1.67. PUBLIC ENTITY CRIMES -.A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a response on a contract to provide any goods or services to a public entity, may not submit a response on a contract with a public entity for the constntction or repair of a public building or public work, may not submit responses on leases of real property to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017, for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list. 1.68. PUBLIC RECORDS - Contractor understands that the public shall have access, at all reasonable times, to all documents and information pertaining to City contracts, subject to the provisions of Chapter 119, Florida Statutes, and City of Miami Code, Section 18, Article III, and agrees to allow access by the City and the public to all documents subject to disclosure under applicable law. Contractor shall additionally comply with the provisions of Section 119.0701, Florida Statutes, entitled "Contracts; public records". Contractor's failure or refusal to comply with the provision of this section shall result in the immediate cancellation of this Contract by the City. Page 41 of 57 774382 1.69. QUALITY OF GOODS, NPATERIALS, SUPPLIES, PRODUCTS, AND EQUIPMENT - All materials used in the mamtfa:turing or construction of supplies. materials. or equipment covered by this solicitation shall be ne.v. The items bid proposed must be of the latest make or model. of the best quality. and of the highest grade of workmanship, unless as otherwise specified in this Solicitation. 1.70. QU_aLITY OF W ORNISERVICES - The work: services performed must be of the highest quality and workmanship, Materials furnished to complete the service shall be new and of the highest quality except as otherwise specified in this Solicitation. 1.71. REMEDIES PRIOR TO AWARD (Sec. 18-106) - If prior to Contract award it is determined that a formal solicitation or proposed award is in violation of law. then the solicitation or proposed award shall be cancelled by the City Commission. the City. \tanager or the Chief Procurement Officer. as may be applicable. or revised to comply with the law. 1.72. RESOLUTION OF CONTRACT DISPUTES (Sec. I8-105) (a) Authority to resolve Contract disputes. The City Manager, alter obtaining the approval or the city attorney. shall hate the authority to resolve controversies between the Contractual Party- and the city which arise under. or by virtue of, a Contract between them: provided that, in cases involving an amount greater than S25,O00. the City Commission must approve the City Manager's decision. Such authority extends. without limitation. to controversies based upon breach of Contract, mistake, misrepresentation or lack of complete performance, and shall be invoked by a Contractual Party by submission of a protest to the City Manager. (b) Contract dispute decisions. If a dispute is not resolved by mutual consent. the City Manager shall promptly render a written report statin4g the reasons for the action taken by the City Commission or the City Manager which shall be final and conclusive. A copy of the decision shall be immediately provided to the protesting party. along with a notice or such party's right to seek judicial relief. provided that the protesting, party shall not be entitled to such judicial relief without first having, followed the procedure set forth in this section. 1.73. RESOLUTION OF PROTESTED SOLICITATIONS AND AWARDS (Sec. 18-104) (a) Right to protest. The following procedures shalt be used for resolution of protested solicitations and awards except for purchases of goods, supplies. equipment. and services, the estimated cost ot'which does not exceed S 25.00Q. Protests thereon shall be governed by the Administrative Policies and Procedures of Purchasing. 1.Protcst of Solicitation. i. Any prospective proposer who perceives itself aggrieved in connection with the solicitation of a Contract may protest to the Chief Procurement Officer. A written notice of intent to file a protest shall be tiled with the Chief Procurement Officer within three days after the Request for Proposals. Request for Qualifications or Request for Letters or Interest is published in a newspaper of general circulation. A notice of intent to file a protest is considered tiled when received by the Chief Procurement Officer; or ii. Any prospective bidder who intends to contest the Solicitation Specifications or a solicitation may protest to the Chief Procurement Officer. A written notice of intent to file a protest shall be filed with the Chief Procurement Officer within three days after the solicitation is published in a newspaper of general circulation. A notice of intent to file a protest is considered filed when received by the Chief Procurement Officer. 2. Protest of Award. i. A written notice of intent to file a protest shall be filed with the Chief Procurement Officer within two days after Page 42 of 57 77-t3S'_ receipt by the proposer of the notice of the City Manager's recommendation for award of Contract. which will be posted on the City of Miami Purchasing Departnnent website. in the Supplier Corner. Current Solicitations and Notice of Recommendation of Award Section. The notice of the City Manager's recommendation can be found by selecting the details of the solicitation and is listed as Recommendation of Award Posting Date and Recommendation of Award To tields. If -various- is indicated in the Recommendation of Award To field. the Bidder Proposer must contact the buyer for that solicitation to obtain the suppliers name. It shall be the responsibility of the Bidder Proposer to check this section of the wvebsite daily after responses are submitted to receive the notice; or ii. Any actual Responsive and Responsible Bidder whose Bid is lower than that of the recommended bidder may protest to the Chief Procurement Officer. A written notice of intent to tile a protest shall be tiled with the Chief Procurement Officer within two days after receipt by the bidder of the notice of the city`s determination of non responsiveness or non responsibility. The receipt by bidder of such notice shall be confirmed by the city by facsimile or electronic mail or U.S. mail. return receipt requested. A notice of intent to tile a protest is considered filed when received by the Chief Procurement Officer. iii. A written protest based on any of the foregoing must be submitted to the Chief Procurement Officer within five t 3) days after the date the notice of protest was tiled. A written protest is considered filed when received by the Chief Procurement Officer. The written protest may not challenge the relative weight of the evaluation criteria or the formula for assigning points in making an award determination. The written protest shall state with particularity the specific facts and law upon which the protest ofthe solicitation or the award is based. and shall include all pertinent documents and evidence and shall be accompanied by the required Filing Fee as prow ided in subsection (f). This shall form the basis for review of the written protest and no facts, grounds. documentation or evidence not contained in the protester's submission to the Chief Procurement Officer at the time of tiling the protest shall be permitted in the consideration of the written protest. No tilde will be added to the above limits for service by mail. In computing any period of time prescribed or allowed by this section. the day oldie act. event or default from which the designated period of time begins to run shall not be included. The last day oldie period so computed shall be included unless it is a Saturday. Sunday or legal holiday in which event the period shall run until the end of the next day which is neither a Saturday. Sunday or legal holiday. Intermediate Saturdays. Sundays and legal holidays shall be excluded in the computation of the time for filing. (b) Authority to resolve protests. The Chief Procurement Officer shall have the authority, subject to the approval of the City Manager and the city attorney. to settle and resolve any written protest. The Chief Procurement Officer shall obtain the requisite approvals and communicate said decision to the protesting party and shall submit said decision to the City Commission within 30 days after he she receiv es the protest. In cases involving more than S25,000, the decision of the Chief Procurement 011icer shall be submitted for approval or disapproval thereof to the City Commission after a favorable recommendation by the city attorney and the City Manager. (c) Compliance with filing requirements. Failure of a party to timely tile either the notice of intent to tile a protest or the written protest. together with the required Filing Fee as provided in subsection I f), with the Chief Procurement Officer within the time provided in subsection (a), above, shall constitute a forfeiture of such party's right to file a protest pursuant to this section. The protesting party shall not be entitled to seek judicial relief without first having followed the procedure set forth in this section (d) Stay of Procurements during protests. Upon receipt of a written protest filed pursuant to the requirements of this section. the city- shall not proceed further with the solicitation or with the award of the Contract until the protest is resolved by the Chief Procurement Officer or the City Commission as provided in subsection (b) above. unless the Page 43 of 57 774 382 City ylanayger makes a written determination that the solicitation process or the Contract award must be continued without delay in order to avoid an immediate and serious danger to the public health. safety or welfare. (e) Costs. All costs accruing from a protest shall be assumed by the protestor. Fee. The written protest must be accompanied by a tiling fee in the fort of a money order or cashier's check payable to the city in an amount equal to one percent of the amount of the Bid or proposed Contract. or S5000.00, whichever is less. which filing fee shall guarantee the payment of all costs which may be adjudged against the protestor in any administrative or court proceeding. if a protest is upheld by the Chief Procurement Officer and or the City Commission. as applicable. the filing fee shall be refunded to the protestor less any costs assessed under subsection (el above. Irthe protest is denied. the filing Fee shall be forfeited to the city in lieu of payment of costs for the administrative proceedings as prescribed by subsection (e) above. 1.74. S.A:IPLES - Samples of items. when required, must be submitted within the time specified at no expense to the City. !flux destroyed by testing. bidder(s) proposers) will be notified to remove samples. at their expense. within 30 days after notification. Failure to remove the samples will result in the samples becoming the property of the City. 1.75. SELLING, TRANSFERRING OR ASSIGNING RESPONSIBILITIES - Contractor shall not sell. assign. transfer or subcontract at any time during the term of the Contract, or any part of its operations. or assign any portion of the performance required by this contract. except under and by virtue ofwritten permission granted by the City through the proper officials. which may be withheld or conditioned. in the City's sole discretion. 1,76. SERVICE AND WARRANTY —When specified, the bidder proposer shall define all warranty. service and replacements that will be provided. Bidders Proposer must explain on the Response to what extent warranty and service facilities are available. A copy of the manufacturer's warranty. if applicable. should be submitted with your response. 1.77. SILENCE OF SPECIFICATIONS - The apparent silence of these specification; and any supplemental specification as to any detail or the omission from it of detailed description concerning any point shall be regarded as meaning that only the best commercial practices are to prevail and that only materials or first quality and correct type. size and design are to be used. All workmanship and services is to be first quality. All interpretations of these specifications shall be made upon the basis of this statement. Ifvour firm has a current contract with the State of Florida, Department of General Services. to supply the items on this solicitation. the bidder proposer shall quote not more than the contract price; failure to comply with this request will result in disqualification of bid proposal. 1.78. SUBMISSION AND RECEIPT OF RESPONSES - Responses shall be submitted electronically via the Oracle System or responses may be submitted in hardcopy format to the City- Clerk. City Ilan, 3.00 Pan American Drive. Miami. Florida 33133-5504, at or before, the specified closing date and time as designated in the IFB. RFP, RFQ. or RFLI. NO EXCEPTIONS. Bidders, Proposers are welcome to attend the solicitation closing; however, no award will be made at that time. A. Hardcopy responses shall be enclosed in a sealed envelope. box package. The face oldie envelope, box or package must show the hour and date specified for receipt of responses, the solicitation number and title, and the name and return address of the Bidder Proposer. Hardcopy responses not submitted on the requisite Response Forms may be rejected. Hardcopy responses received at any other location than the specified shall be deemed non -responsive. Page 44of57 774382 Directions to City Hall: FROM TIME NORTH: I-95 SOUTH UNTIL IT TURNS INTO LS I. US I SOLTII TO 27TH AVE., TURN LEFT, PROCEED SOLTI-I TO SO. BAYSIIORE DR. (3RD TRAFFIC LIGHT), TURN LEFT, 1 BLOCK TURN RIGI-IT ON PAN AMERICAN DR. CITY HALL IS AT THE END OF PAN AMERICAN DR. PARKING IS ON RIGHT. FROM TIIE SOLTf1: USI NORTH TO 27TH AVENUE, TURN RIGHT, PROCEED SOUTH TO SO. BAYSILORE DR. (3RD TRAFFIC LIGHT). TURN LEFT, l BLOCK TURN RIGHT ON PAN AMERICAN DR. CITY HALL IS AT THE END OF PAN AMERICAN DR. PARKING IS ON RIGI IT. B. Facsimile responses will not be considered. C. Failure to follow these procedures is cause for rejection of bidiproposal. D. The responsibility for obtaining and submitting a response on or before the close date is solely and strictly the responsibility of Bidder•Proposer. The City of Miami is not responsible for delays caused by the United States mail delivery or caused by any other occurrence. Responses received after the solicitation closing date and time will be returned unopened, and will not be considered for award. F. Late responses will be rejected. F. Ali responses are subject to the conditions specified herein. Those which do not comply with these conditions are subject to rejection. G. Moditication of responses already submitted will be considered only if received at the City before the time and date set for closing of solicitation responses. All modifications must be submitted via the Oracle System or in writing. Once a solicitation closes (closed date and or time expires), the City will not consider any subsequent submission which alters the responses. H. If hardcopy responses are submitted at the same time for different solicitations, each response must be placed in a separate envelope, box, or package and each envelope, box or package must contain the information previously stated in 1.82.A. 1.79. TAXES - The City of Miami is exempt from any taxes imposed by the State and. or Federal Government. Exemption certificates will be provided upon request. Notwithstanding, Bidders:Proposers should be aware of the fact that all materials and supplies which are purchased by the Bidder'Proposer for the completion of the contract is subject to the Florida State Sales Tax in accordance with Section 212.08, Florida Statutes, as amended and all amendments thereto and shall be paid solely by the Bidder Proposer, 1.80. TERMINATION —The City Manager on behalf of the City of Miami reserves the right to terminate this contract by written notice to the contractor effective the date specified in the notice should any of the following apply: A. The contractor is determined by the City to be in breach of any of the terms and -conditions of the contract. B. The City has determined that such termination will be in the best interest of the City to terminate the contract for its own convenience; C. Funds are not available to cover the cost of the goods and/or services. The City's obligation is contingent upon the availability of appropriate funds. 1.81. TERMS OF PAYMENT - Payment will be made by the City after the goods and, or services awarded to a Bidder Proposer have been received, inspected, and found to comply with award specifications, free of damage or Page 45 of 57 774382 defect. and properly invoiced. No advance payments of any kind will be made by the City of Miami. Payment shall be made after delivery. within 45 days of receipt of an invoice and authorized inspection and acceptance of the goods. services and pursuant to Section 218.74, Florida Statutes and other applicable law. 1.82. TIMELY DELIVERY - Time will be of the essence for any orders placed as a result of this solicitation. The City reserves the right to cancel such orders. or any part thereof. without obligation. if delk ery is not made within the tinse(s) specified on their Response. Deliveries are to be made during. regular City business hours unless otherwise specified in the Special Conditions. 1.83. TITLE - Title to the goods or equipment shall not pass to the City until after the City has accepted the goods equipment or used the goods. whichever comes first. 1.84.TRADE SECRETS EXECUTION TO PUBLIC RECORDS DISCLOSURE- All Responses submitted to the City are subject to public disclosure pursuant to Chapter 119. Florida Statutes, An exception may be made for "trade secrets.'. If the Response contains information that constitutes a "trade secret", all material that qualities for exemption from Chapter 119 must be submitted in a separate envelope. clearly identified as "TRADE SECRETS EXCEPTION." with your tirm's name and the Solicitation number and title marked on the outside. Please be aware that the designation of an item as a trade secret by you may be challenged in coun by any person. By your designation of material in your Response as a "trade secret" you agree to indemnify and hold harmless the City° for any award to a plaintiff for damages. costs or attorney's fees and for costs and attorney's fees incurred by the City by reason of any legal action challenging your claim. 1.85. UNAUTHORIZED WORK OR DELIVERY OF GOODS- Neither the qualified Bidderls). Proposerls) nor any of his her employees shalt perform any work or deli%er any° goods unless a change order or purchase order is issued and received by the Contractor. The qualified Bidden s) Proposerfs) shall not be paid for any work performed or goods delivered outside the scope of the contract or any work performed by an employee not otherwise previously authorized. 1.86. USE OF NAME - The City- is not engaged in research for advertising. sales promotion. or other publicity purposes. No advertising, sales promotion or other publicity materials containing information obtained from this Solicitation are to be mentioned. or imply the name of the City, without prior express written permission of the City Manager or the City Commission.. 1.87. VARIATIONS OF SPECIFICATIONS - For purposes of solicitation evaluation. bidders proposers must indicate any variances from the solicitation specifications and or conditions. no matter how slight. If variations are not stated on their Response. it will be assumed that the product fully complies with the City's specifications. Page 46 of 57 774382 2. Special Conditions 2.1. PURPOSE The purpose of this Solicitation is to establish a contract, for Citywide Roof Cleaning at Various C'iMiami Buildings, as specified herein, from a source(s). fully compliant with the terms, conditions and stipulations or the solicitation. 2.2. GENERAL REQUIREMENTS The Successful Bidders) agrees that the Successful Bidders) shall at all times employ, maintain and assign to the performance of the work a sufficient number of competent and qualified professionals and other personnel to meet the requirements of the work to be performed. The Successful Bidder(s) agrees to adjust starting levels or to replace any staff personnel if so ordered by the City. should the City stake a determination in it sole discretion. that said staffing is inappropriate or that any individual is not performing in a manner consistent with the requirements for such position. The Successful Bidder(s) warrants and represents that its staff personnel has the necessary skills, training. background, knowledge. experience. and licenses as necessary to perform the work. in a competent and professional manner. The Successful Bidders) shall at all times cooperate with the City and coordinate its respective work efforts to most effectively progress the performance of the work. The City and other agencies authorized by the City, shall have free access at all times to the work site. 2.3. TERM OF CONTRACT The Contract shall commence upon the date of notice of award and shall be effective for three (3) years with the option to renew for two (2) additional one ( I ) year periods, subject to the availability of funds for succeeding fiscal years. Continuation of the contract beyond the initial period is a City prerogative: not a right of the Bidder. This prerogative will be exercised only when such continuation is clearly in the best interest of the City. 2.4. PRE -Bel) MEETING AND SITE INSPECTIONS A Voluntary pre -bid conference will be held on Friday, April 27, 2018 at 10:00 AM at MRC Building. 444 SW 2 Ave, 6th Floor South Conference Room, Miami, FL 33130. Attendees shall meet in the lobby of the referenced address. The purpose of the pre -bid conference is to allow potential bidders an opportunity to present questions to staff and obtain clarification of the requirements of the bid documents. It is the bidder's responsibility, prior to submitting a bid, to visit all sites and acquaint himself herself thoroughly, regarding any and all conditions and. or requirements that may in any manner affect the work to be performed. The bidder is also required to examine carefully the specifications and be thoroughly informed regarding any and all conditions and requirements that may in any manner affect the work to be performed tender the contract. No allowances will be made because of lack of knowledge of these conditions. Bidders may schedule site visits with the Project Manager. Vladimir Jeannot. vjeannot.'u miami<gov,com. Page 47 of 57 774382 2.5. DEADLINE FOR RECEIPT OF REQUEST FOR ADDITIONAL INFORMATION/CLARIFICATION Any questions or clarifications concerning this solicitation shall be submitted by email or facsimile to the Procurement Department, Attn: Teresa Soto; fax: (30a) 400-5024 or email: tsotota miamigov.com, and a copy filed with the Office of the City Clerk. pursuant to Section 1.34. Cone of Silence. The solicitation title and number shall be referenced on all correspondence. All questions must be received no later than Friday, May 4. 2018 at 4:00 PM, All responses to questions will be sent to all prospective bidders/proposers in the form of an addendum. NO QUESTIONS WILL BE RECEIVED VERBALLY OR AFTER SAID DEADLINE. 2.6. METHOD OF AWARD Award of the contract will be made to the lowest responsive and responsible bidder(s) on a primary, secondary, and tertiary basis, \vho bids on all items and whose bid offers the lowest price when all items are added in the aggregate. In the event the primary Successful Bidder is unable to accept a project(s) due to capacity, time constraints, or other reasons acceptable to the City. the City will offer the project to the secondary Successful Bidder, and so on. The City reserves the right to accept or reject any or all bids or part of bids, waive informalities and re -bid these services specified herein. 2.7. BIDDER'S \IINI\1CM QUALIFICATION REQUIREMENTS Bids will only be considered from firms that are regularly engaged in the business of providing goods and. or services described herein. The Bidder shall satisfy each of the following requirements: The Bidder shall: I. Have three (3) years experience in roof cleaning: 2. I lave insurance satisfactory and acceptable to the Department of Risk Management of the City of Miami; 3. I -fold current licenses and permits required by the City of Miami, Miarni-Dade County, and the State of Florida (if applicable), necessary and required to perform proposed work: 4. Have adequate and sufficient work force to meet the specified job -MANDATORY: 5. All necessary equipment required for the execution of the work, and such equipment shall be in compliance with bid specifications, and all applicable federal, state, and local riles and regulations; and 6. Employ workforce personnel with a minimum of three (3) years of roof cleaning experience. 2.8. TIE BIDS Whenever rwo or more Bids which are equal with respect to price, quality and service are received by the City for the procurement of commodities or contractual services, a Bid received from a business that certifies that is has implemented a drug -free workplace program shall be given preference in the award process. Established procedures for processing tie Bids will be followed if none of the tied vendors have a drug -free workplace program. In order to have a drug -free workplace program. a business shall: ( I ) Publish a statement notifying. employees that the unlawful manufacrture, distribution, dispensing, possession, or ttse ofa controlled substance is prohibited in the workplace and specifying the action that will be taken against employees for violations of such prohibition. Page 48 of 57 774382 (2) Inform employees about the dangers of drug abuse in the workplace. the business' policy of maintaining a drug -free workplace. any available drug counseling_, rehabilitation, and employee assistance programs. and the penalties that may be imposed upon employees for drug abuse violations. (3) Give each employee engaged in providing the commodities or contractual services that are under Bid a copy of the statement specified in subsection (1). (4) In the statement specified in subsection (1), notify the employees that, as a condition of working on the commodities or contractual services that are under Bid, the employee will abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or nolo contendere to, any violation of Chapter 893 or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later than five (5) days after such conviction. (5) Impose a sanction on. or require the satisfactory participation in a drug abuse assistance or rehabilitation program, if such is available in the employee's community, by any employee who is so convicted. (6) Make a good faith effort to continue to maintain a drug -free workplace through implementation of this section. 2.9. INSURANCE REQUIREMENTS 1NDEMINIFCATION Successful Bidder shall indemnify, hold and save harmless, and defend (at its own cost and expense). the City. its officers, agents, directors, and or employees, from all liabilities. damages, losses, judgements, and costs, including, but not limited to, reasonable attorney's fees. to the extent caused by the negligence, recklessness, negligent act or omission, or intentional wrongful misconduct of Successful Bidder and persons employed or utilized by Successful Bidder in the performance of this Contract. Successful Bidder shall further, hold the City, its officials and employees. indemnify, save and hold harmless for, and defend (at its own cost), the City its officials andor employees against any civil actions, statutory or similar claims, injuries or damages arising or resulting from the permitted Work, even if it is alleged that the City, its officials, and. or employees were negligent. In the event that any action or proceeding is brought against the City by reason of any such claim or demand, the Successful Bidder shall, upon written notice from the City, resist and defend such action or proceeding by counsel satisfactory to the City. The Successful Bidder expressly understands and agrees that any insurance protection required by this Contract or otherwise provided by the Successful Bidder shall in no way limit the responsibility to indemnify. keep and save harmless and defend the City or its officers, employees, agents and instrumentalities as herein provided. The indemnification provided above shall obligate the Successful Bidder to defend, at its own expense, to and through trial, administrative, appellate, supplemental or bankruptcy proceeding. or to provide for such defense, at the City's option, any and all claims of liability and all suits and actions of every name and description which may be brought against the City, whether performed by the Successful Bidder, or persons employed or utilized by Successful Bidder. These duties will survive the cancellation or expiration of the Contract. This Section will be interpreted under the laws of the State of Florida, includingwithout limitation and interpretation, which conforms to the limitations of Sections 725.06 and. or 725.08, Florida Statutes, as applicable and as amended. Successful Bidder shall require all sub -contractor agreements to include a provision that each sub -contractor will indemnify the City in substantially the same language as this Section. The Successful Bidder agrees and recognizes that the City shall not be held liable or responsible for any claims which may result from any actions or omissions of the Successful Bidder in which the City participated either through review or concurrence of the Successful Bidder's actions. In reviewing, approving or rejecting any submissions by the Successful Bidder or other acts of the Successful Bidder, the City, in no way, assumes or shares any responsibility or liability of the Successful Bidder or Page 49 of 57 774382 sub -contractor under this Contract. Ten dollars (S 10) of the payments made by the City constitute separate, distinct, and independent consideration for the granting of this Indemnification, the receipt and sufficiency of which is voluntarily and knowingly acknowledged by the Successful Bidder. Please see attached Insurance Addendum for insurance definitions. requirements, and conditions. The Successful Bidder(s) shall furnish to City of Miami. c o Procurement Department, 444 SW 2nd Avenue, 6th Floor, Miami, Florida 33130, Certificate(s) of Insurance which indicate that insurance coverage has been obtained which meets the requirements as outlined below: (1) Worker's Compensation A. Limits of Liability - Statutory - State of Florida Waiver of Subrogation Employer's Liability A. Limits of Liability S 100,000 for bodily injury caused by an accident. each accident: S 100,000 for bodily injury caused by disease, each employee S500,000 for bodily injury caused by disease. policy limit (2) Commercial General Liability (Primary and Non -Contributory): A. Limits of Liability Bodily Injury and Property Damage Liability - Each Occurrence: Sl .000.000 General Aggregate Limit: S2,000,000 Personal and Adv. Injury. Products and Completed Operations and Fire Damage: S1.000.000. B. Endorsements Required: City or Miami included as an Additional insured. Contingent and Contractual Liablity Primary Insurance Clause Endorsement Premises .and Operations Liability (3) BusinessAutamobile Liability A. Limits of Liability Bodily injury and property damage liability combined single limits. Any Auto, including hired, borrowed or owned, or non -owned autos used in connection with the work - S 1,000.000 B. Endorsements Required: City of Miami included as an Additional Insured BINDERS ARE UNACCEPTABLE. The above policies shall provide the City of Miami with written notice of cancellation or material change from the insurer in accordance to policy provisions. The insurance coverage required shall include those classifications, as listed in standard liability insurance manuals, which most nearly reflect the operations of the Successful Bidder(s). Page 50 of 57 774382 All insurance policies required above shall be issued by companies authorized to do business under the laws of the State of Florida, with the following qualifications: The Company must be rated no less than "A" as to management, and no less than "Class V" as to financial strength, by the latest edition of Best's Insurance Guide, published by A.M. Best Company, Oldwick, New Jersey, or its equivalent. Al] policies and, or certificates of insurance are subject to review and verification by Risk Management prior to insurance approval. Certificates will indicate no modification or change in insurance shall be made without thirty (30) days written advance notice to the certificate holder. NOTE: CITY BID NUMBER AND OR TITLE OF BID MIST APPEAR ON EACH CERTIFICATE, Compliance with the foregoing requirements shall not relieve the Successful Bidder(s) of his liability and obligation under this section or under any other section of this Agreement. --If insurance certificates are scheduled to expire during the contractual period, the Successful Bidder shall be responsible for submitting new or renewed insurance certificates to the City at a minimum of ten (10) calendar days in advance of such expiration. --In the event that expired certificates are not replaced with new or renewed certificates which cover the contractual period. the City shall: (-) Suspend the contract until such time as the new or renewed certificates are received by the City in the manner prescribed in the Invitation for Bid. (5) The City inay, at its sole discretion, terminate this contract for cause and seek re -procurement damages from the Successful Bidder's) in conjunction with the General and Special Terms and Conditions of the Bid. The Successfirl Bidder's) shall be responsible for assuring that the insurance certificates required in conjunction with this Section remain in force for the duration of the contractual period; including any and all option terms that may be granted to the Successful Bidder(s). 2.10. CITY OF MIAMII LIVING WAGE ORDINANCE The City of Miami adopted a Living Wage Ordinance for City Service Contracts with a total contract value exceeding S 100.000 annually, and that have been competitively solicited and awarded on, or after January 1, 2017 by the City. "Service Contract' means a contract to provide services to the City, excluding, however, professional services as defined by the "Consultants Competitive Negotiation Act" set forth in F.S. § 287.055, and Section 18-87 of the City Code, and or the other exclusions provided by Section 18-557 of the City Code, Section 18-557 is attached as Attachment A. Please see provisions in Attachment A. If a solicitation requires services, effective on January 1, 2017, contractors must pay to all its employees, who provide services, a living wage of no less than S15.00 per hour without health benefits: or a wage of no less than S 13.19 an hour, with health benefits. This language is only a summary of the key provisions of the City of `Iiami Living Wage Ordinance. Please review Attachment A, attached hereto, fora complete and thorough description of the City of Miami Living Wage Ordinance. 2.11. BACKGROUND CHECK: Paged of 57 774382 Successful Bidder(s) shall be required to comply with the background screening specifications as listed in the Jessica Lansford Act, Florida Statute > 1012.32. The law requires that before the Successful Bidder(s) are permitted access on grounds when children are present, or if they will have direct contact with children, or have access to or control of school funds, they must have completed Level TWO (21 screening requirements. Prior to commencement of the project. Successful Bidder(s) shall provide Level Two (2) background screening results for all employees completing the work on park grounds. 2.12. LICENSES AND PERMITS Services performed for the City will require licenses and permits in the same manner as private air conditioning maintenance projects within the City. The Successful Bidder(s) shall secure. at his: -het' expense, all licenses and permits and shall fully comply with all applicable laws, regulations and codes as required by the State of Florida, county, or local agency. The SuccesstuI Bidders) must fully comply with all federal and state laws, county and municipal ordinances. and regulations in any manner affecting the performance of the work. Any fines or penalties to the Successful Bidders) shall be paid at the Successful Bidder(s)' expense. 2.13. PROJECT MANAGER Upon award. the Successful Bidder(s) shall report and work directly with Vladimir Jeannot, who shall be designated as the Project Manager. 2.14. SUPERVISORY MEETINGS/CONTACTS The Successful Bidders) shall provide an executive -level manager representative to meet with the City's Project Manager and or his. her representative, at the discretion of the City, for the purpose of reviewing contract compliance and performance. The Successful Bidder(s) shall supply the name and telephone numbers, home and office, of at least two (2) company individuals with the authority to make management decisions and who can be reached at any time. 2.15. EQUITABLE ADJUSTMENT The Procurement Department may, in its sole discretion, make an equitable adjustment in the contract terms and, or pricing if pricing or availability of supply is affected by extreme or unforeseen volatility in the marketplace, that is, by circumstances that satisfy all the following criteria: (1) the volatility is due to circumstances beyond the Successful Bidder(s) control, (2) the volatility affects the marketplace or industry, not just the particular contract source of supply, {3) the effect on pricing or availability of supply is substantial, and (4) the volatility so affects the Successful Bidder(s) that continued performance of the contract would result in a substantial loss. Successful Bidder(s) might have to supply documentation to justify -any requested percentage increase in cost to the City of Miami. 2.16, NON -APPROPRIATION OF FUNDS Page 52 of 57 774382 In the event no funds or insufficient funds are appropriated and budgeted or are otherwise unavailable in any fiscal period for payments due under this contract, then the City, upon written notice to Successful Bidder(s) or his assignee of such occurrence. shall have the unqualified right to terminate the contract without any penalty or expense to the City. No guarantee. warranty or representation is made that any particular or any project(s) will be awarded to any firm(s). 2.17. FAILURE TO PERFORM Should it not be possible to reach the Successful Bidder(s) or supervisor and.'or should remedial action not be taken within forty eight (48) hours of any failure to perform according to specifications, the City reserves the right to declare Successful Bidders) in default of the contract or make appropriate reductions in the contract payment. 2.18. CITY OCCUPANCY The City may occupy all or any portions of the facility during the entire period or work. The Successful Bidders) shall cooperate fully with the Project Manager during the work to minimize conflicts and to facilitate City operations and the operations of any other contractors. 2.19. SAFETY PRECAUTIONS The Successful Bidders) must adhere to the applicable environmental protection guidelines for the entire duration of the work. If hazardous waste materials are used. detected or generated at any time, the Project Manager must be immediately notified of each and every occurrence. Successful Bidder(s) shall comply with all codes, ordinances, rules, orders and other legal requirements of public authorities (including OSTIA, EPA, DERM, Miami -Dade County PDR South Florida Building Code) which bear on the performance of the work. The Successful Bidders) shall take the responsibility to ensure that all work is provided with the adequate safeguards. that are necessary for the protection of their employees, as well as the pubic and City employees. If an emergency condition should develop during work. the Successful Bidder(s) must immediately notify the Project Manager of each and every occurrence. The Successful Bidder(s) should also recommend any appropriate courses of action to the Project Manager. 2.20. USE OF PREMISES The Successful Bidder(s) shall confine his.'her equipment, apparatus, the storage of materials, and the operation of his her workmen to the limits indicated by law, ordinances, permits, or direction of the Project Manager, and shall not unreasonably encumber the premises with his. her materials. The Successful Bidder(s) shall take all measures necessary to protect their own materials. 2.21. DAMAGES TO PUBLIC/PRIVATE PROPERTY The Successful Bidder(s) shall carry out the work with such care and methods as not to result in damage to public or private property adjacent to the work. Should any public or private property be damaged or destroyed, the Successful Bidder(s), at his her expense, shall repair or make restoration as is practical and acceptable to the City and. or owners of destroyed or damaged property promptly within a reasonable length of time, (Not to exceed one Page 53 of 57 774382 month from date damage was done). 2.22. SAFETY MEASURE Successful Bidder(s) shall take all necessary precautions for the safety of employees. and shall erect and properly maintain at all times all necessary safeguards for the protection or the employees and the public. Danger signs warning aygainst hazards created by his her operation and work in progress must be posted. All employees of Successful Bidderlsl shall be expected to wear safety glasses or goggles. appropriate clothing. and hearing protection when and wherever applicable. The Successful Bidder(s) shall use only equipment that is fully operational and in safe operating order. Successful Bidder(s) shall be especially careful when servicing property when pedestrians and or vehicles are in close proximity - work shall cease until it is safe to proceed. 2..23. PUBLIC SAFETY - The Successful Biddertsl shall conduct his her work so as to interfere as little as possible with private business or public travel. l le•She shall, at his her own expense. whenever necessary or required. maintain barricades. maintain lights, and take such other precautions as may be necessary to protect life and property. and he she shall be liable for all damages occasioned in any way by his actions or neglect or that of his agents or employees. The Successful Bidden sl shall meet the following noise abatement performance standards for all construction equipment: Between the hours of 7:00 A.\I. and 6:00 P,M. noise levels shall not exceed 80 dBA at the nearest residential or commercial property line. Operation of equipment should be avoided between the hours of 6:00 P.I. and 7:00 A.M.. but if required, the noise level shall not exceed 65 dBA. 2.24. QUALITY OF WORK All work shall be performed using superior maintenance standards and techniques. The frequencies established for repetitive maintenance tasks are minimum frequencies, which must be increased if deemed necessary and requested by the City. 2.25. DOCUMENTATION The Successful Bidder(s) shall leave with the City's facility liaison a copy of the service order and'or other applicable documentation of the visit. This documentation shall reflect, in detail. the work performed and recommendations. if any. In the case of unscheduled visits. the documentation of the same shall be left wtih the City's facility liaison or his her representative. should the liaison not be available. 2.26. DELAYS Page 54of57 774382 The Successful Bidder(s) shall notify the City of any actual or potential delays. 2.27. LIQUIDATED DAMAGES IN CASE OF DELAY OR LOSS OF USE The Successful Bidders) is obligated and guarantees to meet the stipulated completion date(s) set forth in any work order. In the event of a dealy in Substantial Completion beyond the date set forth by the Project Manager, as such time may be extended by the City- as provided in this Contract. the City shall be paid for damages for such delay, or loss of use. In as much as the amount of such damages and the loss to the City will be extremely- difficult to ascertain. it is hereby expressly agreed that such damages will be liquidated and paid as follows: The Successful Bidder(s I shall pay to the City liquidated damages in the amount of S100.00 for each and every day of unexcused delay, except Sundays and Holidays. which is hereby agreed upon not as a penalty but as liquidated damages. The City shall have the right to deduct such liquidated damage assessments from any monies due or which may thereafter become due to the Successful Bidder(s) under this Contract: and in case the amount which may become due hereunder shall be less than the amount of liquidated damages due to the City, the Successful Bidder(s) shall pay the difference upon demand by the City. Should the Successful Bidders) not pay the differences to the City. the City- may also deny the Successful Bidders) any figure work under this Contract or any other Contract until the difference is paid to the City. 2.28. FINAL CLEAN-UP Upon completion of the work and beti}re acceptance and final payment is made. the Successful Bidder(s) shall clean, remove, and properly dispose of from the premises, all surplus and discarded materials. rubbish. and temporary stnictures. and shall restore in an acceptable manner all property. both public and private. which has been damaged during the performance of the work, and shall leave the work in a neat and presentable condition. 2.29. ACCEPTANCE OF WORK Should any work not meet the expectations of the City and, or the departmental liaison, the Successful Bidder(s) shall be required to cotTect the fault or faults at his.'her expense in both time and material. 2.30. ADDITIONS/DELETIONS OF FACILITIES/ITEMS/PRODUCTS/SERVICES Although this Solicitation identifies specific facilities. items products. to be serviced. it is hereby agreed and understood that any facilities. item products. services may be added deleted to -from this contract at the option oldie City. When an addition to the contract is required. the Successful Bidder(s) under this contract shall be invited to submit price quotes for these new services'items/products. If these quotes are comparable with market prices offered for similar services,'items,products, they shall be added to the contract whichever is in the best interest of the City and an addendum and a separate purchase order shall be issued by the City. 2.31. PRIMARY CLIENT (FIRST PRIORITY) The Successful Bidders} agree upon award of this contract that the City of Miami shall be its primary client and shall be serviced first during a schedule conflict arising between this contract and any other contract Successful Page 55 of57 774382 Bidder(s) may have with any other cities and. or counties to perform similar services as a result orally catastrophic events such as tornadoes, hurricanes. severe storms or any other public emergency impacting various areas during or approximately the same time. 2.32. TERMINATION A. FOR DEFAULT If Successful Bidders) defaults in its performance under this Contract and does not cure the default within thirty (3{)1 days after written notice of default, the City NIanager may terminate this Contract. in whole or in part. upon written notice without penalty to the City of Miami. In such event the Successful Bidders) shall be liable for damages including, the excess cost orprocttring similar supplies or services: provided that if. (1) it is determined for any reason that the Successful Bidder(s) was not in default or (2) the Successful Bidder(s)' failure to perform is without his or his subcontractor's control, fault or nee*ligence. the termination will be deemed to be a termination for the convenience of the City of Miami. B. FOR CONVENIENCE The City \lanaaer may terminate this Contract, in whole or in part, upon thirty- (30) days prior written notice when it is in the best interests of the City of Miami. Hillis Contract is for supplies, products. equipment, or software. and so terminated for the convenience by the City of Miami the Successful Bidders) will be compensated in accordance with an aureed upon adjustment of cost. To the extent that this Contract is for services and so terminated, the City of Miami shall be liable only for payment in accordance with the payment provisions of the Contract for those services rendered prior to termination. 2.33. ADDITIONAL TERMS AND CONDITIONS No additional terns and conditions included as part of your solicitation response shall be evaluated or considered. and any and all such additional terms and conditions shall have no force or effect and are inapplicable to this solicitation. If'submitted either purposely, through intent or design. or inadvertently. appearing separately in transmittal letters. specifications. literature. price lists or warranties. it is understood and agreed that the General Conditions and Special Conditions in this solicitation are the only conditions applicable to this solicitation and that the bidder's authorized signature affixed to the bidder's acknowledgement form attests to this. 'fa Professional Services Agreement (PSA) or other Agreement is provided by the City and is expressly included as part of this solicitation. no additional terms or conditions which materially or substantially vary. modify or alter the terms or conditions of the PSA or Agreement. in the sole opinion and reasonable discretion of the City will be considered. Any and all such additional terms and conditions shall have no force or effect and are inapplicable to this PSA or Agreement. Page 56 of 57 774382 3. Specifications 3.1. SPECIFICATIONS/SCOPE OF WORK Successful Bidder(s) shall provide all labor, parts, materials and equipment. necessary for Citywide roof cleaning, at various City of Miami Buildings. Please refer to Attachment B and C, City of Miami Properties and City of Miami Parks for the list of facilities to be serviced. Below are the specifications for the Citywide roof cleaning.. However, if any damages are detected during the initial roof examination, Successful Bidder(s) shall bring it to the attention of the Project Manager or Designee. If Successful Bidder(s) is given authority to make repairs. all repairs shall be done by a licensed roofing contractor. Successful Bidder(s) shall: 1. Protect work site with barricades or orange fencing: '. Constnict and remove any temporary access to site if necessary; 3. Remove any debris. such as leaves, small branches, dirt, rocks, etc., that has accumulated on the roof and dispose off site: 4. Examine all metal tlashings and valleys for rust and damage caused by wind or traffic on the roof; 5. Examine the areas that abut the roof. Damaged masonry, poorly mounted counterflashing, loose caulking, bad mortar joints and any loose stone or tile coping can appear to be a membrane leak, repair these items if found to be defective: 6. Examine the edges of the roof , materials lifted by wind shall be corrected by licensed roofing contractor: 7. Examine roof top equipment such as air conditioners, evaporative coolers, antennas, etc. and make certain they do not move excessively or cause roof problems by leaking materials onto the roof, S. Trim all existing tree branches hanging over existing roofs. This shall he done under the supervision of a Certified Arborist hired by Successful Bidder; 9. Clean gutters, down spouts, drains and the surrounding areas: 10. Dispose of all debris offsite; and 11. Leave site in "ready" for use conditions. Notes: 1. Additional work outside the scope of work shall be reported to the Project Manager prior to commencement. No work shall be completed without the written approval of the Project Manager or Designee: 2. If any repair work is to be done, the Successful Bidder shall submit a detailed scope of work for the repair and shall wait for a purchase order to be issued before commencing the repair; and 3. Inspect the roof twice a year: Spring,, before hurricane season (April. May) and Fall (October'November); ***,Vote: LICENSES A.VD PER.4IITS: Services pelf brined Jim the Cite will require licenses and permits in the same manner as private construction projects within the Cirr. The Successful Bidder(s) shall secure, at his. her expense, all llce17se5 and permits and shall Ally comply with all applicable laws, regulations and codes as required by the State ofFlorida, county, or local ordinances. The Successful Biddert..$) arras! faelh' comply with all federal and state laws, county and municipal ordinances. and regulations in any manner affecting the prosecution of the work. Anv fines or penalties to the Succe.ssfaal Bidder(s) shall be paid at the Successful Bidder(s)' expense. Page 57 of 57 ATTACHMENT A CITY OF MIAMI LIVING WAGE ORDINANCE ARTICLE X. - LIVING WAGE REQUIREMENTS FOR SERVICE CONTRACTS AND CITY EMPLOYEESIII Footnotes: --- (9) -- Kota— C _ a 12 '_a-t_ ."a: [ _ _.: . _ 3. ail b3 e _::I', October' 1. Editor's note— P . t 3:_ _ _ C'_'. I`i . 12737. C _. Na. 1252'' 7 2. au'cted Decemr,e: 9. 2017.4. a—3 X. U„ 5 ,s 'Ph'-1,0h pe :3 3di ,o vie ec_ _ 10 de re.op`naT.. o ::a.:rnnr a, j..,.,, . j a. -r •-ived f"_ 12C62. § 3 a :ctad May 10 2001. Sec. 18-556. - Definitions. City means the government of the City of Miami or any authorized agents, any board, agency, commission, department, or other entity thereof, or any successor thereto. Contract means any contract to provide services to the city in which the total value of the contract exceeds $100,000.00 per year. Contractor means any "for profit" individual, business entity, corporation, partnership, limited liability company, joint venture, or similar business entity which meets the following criteria: (1) The contractor is paid in whole or part from one or more of the city's general funds, capital project funds, special revenue funds, or any other funds, including, but not limited to, grants, donations, and the like, whether by competitive bid process, requests for proposals, or some other form of competitive solicitation, negotiation, or agreement, or any other decision to enter into a contract; and (2) The contractor is engaged in the business of or part of a contract to provide services for the benefit of the city. This section shall apply to employees of the contractor who spend the majority of their time on covered City of Miami service contracts. If the contract is for both goods and services it shall only apply to the services portion of such contract. This section shall not apply to contracts which are primarily for the sale or leasing of goods. Goods are defined in section 18-73 of the City Code. Covered employee means anyone employed by the city working more than 35 hours per week or any service contractor employee, working full or part-time, with or without benefits, that is involved in providing services under the service contractor's contract with the city. Covered employer means the city and any and all service contractors and subcontractors of a service contractor. Living wage means a wage that is as defined in section 18-557 of this Code. The living wage may be adjusted once annually by an amount equivalent to the cost of living adjustment for Miami -Dade County as published by the United States Department of Labor, Bureau of Labor Statistics. Language so stating will be included in all request for proposals, or other competitive solicitation documents, issued by the city for the procurement of services (unless the living wage provisions are excluded as provided in section 18-557 herein). New service contracts means those having contracts competitively solicited and awarded on or after January 1, 2017. Page 1 Service contract means a contract to provide services to the city excluding. however, professional services as defined by the "Consultants Competitive Negotiation Act" set forth in F.S. § 287.055, and section 18-87 of the City Code and/or the other exclusions provided by section 18-557 of the City Code. (Ord. No. 12787, § 2, 4-6-06; Ord. No. 13648, § 2, 11-17-16) Sec. 18-557. - Living wage. (a) Living wage paid. (1) New service contractors. All new service contracts shall pay to all its employees who provide covered services a living wage of no less than $15.00 per hour without health benefits; or a wage of no less than $13.19 an hour with health benefits as defined in this section unless otherwise excluded pursuant to this article. (2) Existing service contracts. Service contracts awarded and effective or competitively solicited prior to January 1, 2017, shall not be subject to the payment of the living wage set forth in this section and shall continue to be governed by the terms and conditions of the respective solicitation and resulting contractual documents, when applicable. The living wage provisions shall apply to all contracts covered by this section unless specifically excluded by one or more subsections below: a. The living wage provision is disallowed by a federal or state law or regulation, grant requirements, or by a contract the city is accessing by 'piggybacking", and which contract does not include a living wage provision; b. Funding sources for the contract disallow the living wage provision or provide contradictory funding requirements, or are contained in a contract awarded or solicited prior to the effective date of January 1: 2017, and which contract includes renewals or extensions; c. Professional service contracts awarded under the "Consultants Competitive Negotiation Act", F.S. § 287.055, for the professional services within the scope of the practice of architecture, professional engineering, landscape architecture, registered surveying, and/or mapping; d. The living wage provision is waived by the city commission by resolution, prior to issuance of the competitive solicitation document, upon written recommendation of the city manager or authorized designee, when the city commission finds it is in the best interest(s) of the city to approve such waiver, in which case the living wage provision shall not apply in the competitive solicitation document; or e. All responsible wage construction contracts covered by section 18-120 of this Code. (4) City employees. For covered employees of the city, the city will begin to pay the living wage on a phase - in basis over a nine-year period beginning with the 2006-2007 city budget year to be implemented in the 2014-2015 fiscal year. The city manager, in his sole discretion, without further city commission approval, shall have the option to consider whether it is in the city's best interest to complete the phase -in payment of living wage to city employees on a four-year period. Thereafter, the living wage to be paid by the city shall be subject to negotiations within the collective bargaining structure. (b) Health benefits; eligibility period. For a covered employer to comply with this article by choosing to pay the lower wage scale available when a covered employer also provides a standard health benefit plan, such health benefit plan shall consist of a payment of at least $1.81 per hour toward the provision of health benefits for covered employees and their dependents and shall be approved by the city. If the health benefit plan of the covered employer requires an initial period of employment for a new employee to be eligible for health benefits (the "eligibility period"), a covered employer may qualify to pay the $13.19 per hour wage scale for a term not to exceed the new employee's eligibility period, provided the new employee will be paid health benefits upon completion of the eligibility period, which period shall not exceed 90 days. (c) Certification required before payment. Any and all service contracts subject to this article shall be void, and no funds may be released. unless prior to entering any such contract with the city, the service contractor certifies to the city that it will pay each of its covered employees no less than the living wage. A copy of this Page 2 (3) certificate must be made available to the public upon request. The certificate, at a minimum. must include the following: (1) The name. address. and phone number of the employer. a contact person. and the specific project for which the service contract is sought; (2) The amount of the service contract and the city department the contract will serve. (3) A brief description of the project or service provided; (4) A statement of the wage levels for a!I covered employees: and (5) A commitment to pay at covered employees the living wage. (d) Observation of other laws. Every covered employee shall be paid without subsequent deduction or rebate on any account (except as such payroll deductions as are directed or permitted by law or by a collective bargaining agreement). The service contractor shall pay covered employees wage rates in accordance with federal and all other applicable laws such as overtime and similar wage laws. (e) Posting. A copy of the living wage rate shall be kept posted by the service contractor subject to this article, at the site of the work in a prominent place where it can easily be seen and read by the covered employees and shall be supplied to such employees within a reasonable time after a request to do so. Additionally. service contractors subject to this article, shall furnish a copy of the requirements of this article to any entity submitting a bid for a subcontract on any service contract subject to this article. Posting requirements will not be required where the service contractor subject to this article, prints the following statements on the front of the covered employee's first paycheck and every six months thereafter. "You are required by the City of Miami Living Wage Ordinance to be paid a living wage. If you do not believe you are being paid at the living wage rate. contact your employer, an attorney, or the City of Miami." All notices will be printed in English, Spanish and Creole. (f) Collective bargaining. Nothing in this article shall be read to require or authorize any service contractor subject to this article, to reduce wages set by a collective bargaining agreement or as required under any prevailing wage law. (Ord. No. 12787, § 2, 4-6-06; Ord. No. 13110. § 2. 10-22-09; Ord. No. 13405, § 2, 9-26-13; Ord. No. 13648, § 2, 11-17-16) Sec. 18-558. - Implementation. (a) Maintenance of payroll records. Each service contractor to which living wage requirements apply, as described in this article. shall maintain payroll record for all covered employees and basic records relating thereto and shall preserve them for a period of three years from the date of termination or expiration of the service contract. The records shall contain: (1) The name and address of each covered employee; (2) The job title and classification; (3) The number of hours worked each day; (4) The gross wages earned and deductions made; (5) Annual wages paid; (6) A copy of the social security returns and evidence of payment thereof; (7) A record of fringe benefit payments including contributions to approved plans; and (8) Any other data or information the city shall require from time to time. (b) Reporting payroll. Every six months, the service contractor to which living wage requirements apply, as described in this article, shall file with the city's procurement director a fisting of all covered employees together with a certification of compliance with this article. Upon request from the city, the service contractor shall produce for inspection and copying its payroll records for any or all of its covered employees for any Page 3 period covered by the service contract. The city may examine payroll records as needed to ensure compliance. (Ord. No. 12787. § 2, 4-6-06; Ord. No. 13110, § 2. 10-22-09) Sec. 18-559. - Compliance and enforcement. (a) Service contractor to cooperate. The service contractor shall permit city employees, agents. or representatives to observe work being performed at, in or on the project or matter for which the service contractor has a contract. The city representatives may examine the books and records of the service contractor relating to the employment and payroll of covered employees and may survey covered employees to determine if the service contractor is in compliance with the provisions of this article. (b) Complaint procedures and sanctions. An employee who believes that he'she is a covered employee of a service contractor and that the service contractor is or was not complying with the requirements of this article has a right to file a complaint with the procurement director of the city. Such complaints may be made at any time and shall be investigated within a reasonable period of time by the city. Written and oral statements by any such employee shall be treated as confidential and shall not be disclosed without the written consent of the employee to the extent allowed by the Florida Statutes. Private right of action against service contractor. Any covered employee or former covered employee of a service contractor may. instead of utilizing the city administrative procedure set forth in this article. but not in addition to such procedure. bring an action by filing suit against the service contractor in any court of competent jurisdiction to enforce the provisions of this article and may be awarded back pay, benefits. attorney's fees. and costs. The applicable statute of limitations for such a claim will be two years as provided in F.S. § 95.11(4)(c) as may be amended from time to time for an action for payment of wages. The court may also impose sanctions on the service contractor, including those persons or entities aiding or abetting the service contractor, to include wage restitution to the affected covered employee and damages payable to the covered employee in the sum of up to $500.00 for each week the service contractor is found to have violated this article. (d) Sanctions against service contractors. For violations of this article, the city shall sanction a service contractor by requiring the service contractor to pay wage restitution at its expense for each affected employee. The city may also sanction the service contractor in at least one of the following additional ways: (1) The city may impose damages in the sum of $500.00 for each week for each covered employee found to have not been paid in accordance with this article; (2) The city may suspend or terminate payment under the service contract or terminate the contract with the service contractor; and The city may declare the service contractor ineligible for future service contracts for three years or until all penalties and restitution have been paid in full, whichever is longer. In addition. any employer shall be ineligible for a service contract where principal officers of such employer were principal officers of a service contractor who has been declared ineligible under this article. (4) If the contract has been awarded under the city procurement ordinance. the city may debar or suspend the contractor as provided therein. (e) Public record of sanctions. All such sanctions recommended or imposed shall be a matter of public record. (f) Sanctions for aiding and abetting. The sanctions contained in this article shall also apply to any party or parties aiding and abetting in any violation of this article. (g) Retaliation and discrimination barred. A service contractor shall not discharge, reduce the compensation, or otherwise discriminate against any covered employee for making a complaint to the city, or otherwise asserting his or her rights under this article, participating in any of its proceedings or using any civil remedies to enforce his or her rights under this article. Allegations of retaliation or discrimination, if found true in a city administrative proceeding or by a court of competent jurisdiction. shall result in an order of restitution and reinstatement of a discharged covered employee with back pay to the date of the violation or such other relief as deemed appropriate. (c) (3) Page 4 (h) Remedies herein non-exclusive. No remedy set forth in this article is intended to be exclusive or a prerequisite for asserting a claim for relief to enforce the rights under this article or in a court of law. This article shall not be construed to limit an employee's right to bring a common law cause of action for wrongful termination. (Ord. No. 12787, § 2, 4-6-06; Ord. No. 13648, § 2, 11-17-16) Sec. 18-560. - Employers receiving direct tax abatement or subsidy. The city reserves the right to impose the living wage requirements of this article on or after January 1; 2017 on any employer as a condition of that employer receiving a direct tax abatement or subsidy from the city. (Ord. No. 13648, § 2, 11-17-16) Secs. 18-561 18-599. - Reserved. Page 5 ATTACHMENT City of Mimi Properties UPI)AT11) CITY OF MIAMI PROPERTY MANAGEMENT DATABASE 1110/2018 1't)11.I0 NUMlflilt PROPERTY A1)UltliSS COMMON NAME. # 111.I)GS. 131.I)G. SQ. 11. 1.I(.131:1. FUNCTION 0l-0l I)-11111I-0520 401 111SCAYN1 I;I.VI) !MIAMI RAY'HII)1' NIARINA I 4,5ki, 0J 11 MAl1INA Ill-1114-M2-111 0 6161 NW 9 AVIi ISFLAFON I1 'I•AC't11,CY ('FN'F1 R AND PARK1 12,SK 1970 PAR 01-3124-015-0710 48511 NE 2 AVI 01.1111R:SIA110N#13N/K/A CCINCFP I.HOUSE 1 1, ,,21) 1,61 i.111CIi.SANI) CLINIC 111-3126-lily-00411 850 NW 21 51 1)A1)I C(1LIN`l Y YOLI111 1 IA 1. AKA M1 la) ANNEX AKA MIAMI TAU AGENCY AKA S L7\1)IIJN1 'WA RFIIOLlSE I ., ,,;n 1956 01 1 4c I ., 01-1I26-056-0020 2715 NW 10 AVE li1'C"K11AM lIA1.1-ANNEX 1 1.3,51 1948 C-t)MMUNl1Y FACT I.LI'Y 01-1126-056-0040 800 NW 28 S1• - 810 NW 28 S1 - 820 NW 28 S'1 ISF_CI1:RW AV r 28,647 1948 CC)NINrUN r1 Y FACILITY 01-3114-II00-0310 1901 NW 24 AVE CUl l'15 PARK SLUR IS CO 'I.I;h/PC)O1. 9 11,519 19-19 RECKEAIION O1-:1135-UC14-0130 1500 NW lb AVEV,I,;\i'Arl'AI AI i YVYNiL4"()C1111)r V. CORP./ALI.APAInAll MINI PARK 1 5,177 1992 PARK 01-3116-08I-0020 1009 NW 5 AVE 111'P4KSON Rl i{VF.S1II:AI I11 CIR tiU13 27,698 1997 OITICG 01-3117-022.0020 400 SF 2 AVE JANII S L. KNIGI I I. C:I7NVFN I ION (TN IFR 0 296,8I6 1981 CONVENT ION CENTER 111-3211-000-1N111 1001MACARTI1U1:C_SWY MIANNYACIIFCLUB 2 7,713 1947 NIARINA I11-Ilil?-0116 111a0 15612NW L51'Itl1`f ` )UCIISIRUC'IURi:111'ARKING In MA1 I INS STADIUM 395,10I1 2 01_ PARKING Lt)`f 111' lit lSC)UTI1 01-41i12_',_ 111 1402NW-1SIRl:El• TRUC'TUREI I, PARKING P1 MARLINS S'IAPI LTM a 1 202,100 2012 PARKINGFC)1 111-1 Ii12.11L11 .01110 1.4117 MAP 5'1'1;111iI' ' Nl:\N1.1N5 ti 1 Al ltJN1 Ni 1R 111 `,I G1"t "1111 I1 PARKING (i") i 27-1,4{III 20I12 PARKING I.CYI 111-4la7-nxa-1711111 15(12NW7SIRIi;C ?.I 1 l 1 I;i'-.',1 AI 1IUN1 NONA l 11 R1.!<'II I:I1)I':\hK1NC;(I'91 ' 1 1L111,;1Nn 24112 t'ARKING 511UC IUli1 lll-4 IILU1,l-11JU1 130s, LAN, sL,1 It11A19:111I.1'EEI: 1 10.8'1 IJ21 1111 \II -I: I11-4121-{.11f-111112 2t1LF11SRAYS/ I0lil.ISR. CCX VINLII'GI:C7\'1 ;,\II.1NC;C'LUII 1 7,711-1 IL151 MARINA ;I I-� l i - 22-i7_ 001111 (,114I'4SFII I1 1111�\NS i 1 ;,1° c 11711 Iil�1(1NIC SI IiUCI IIRIi 111-11 V7-1122-11010 I1111!AT 2-.I1:11.1 \VC7121.1) 1'1- \F ! t 1 P'1IHR1'ARIKIN1, 1 t,ll1,l'l NH t'ARKINGGAKAG1' 111-1 l7IIIIIO iftlsll 4: 111 lilCR1•N19;4t' l 1{ C'S11'Y KAII'11 NII:P.1:c 11 \!, \1:1'•:I I AI/RIM/NI\11lM/Nl'F1NI1 `- I h11111"sl MAKINA 1 8,791, 1L1511 S'I•Al111.1N1 ill - 217-IMNI-61111/ 36111 RIC.KI',NIIACKlfli CS%VY I1,11:1'1 UNIV 1\101V1NG CI N-1l'Ii (I U1KNII K1.Y MIAMI I:uwVINC; (L1.It4) 1 0,821 I`IS1 II ti'I ALIRAN 11 30-1217-111M4-111 i 1 t•AU-01-.1217-01111-111111 NO AI)1)1i1 4, :1IAIIN 'd AI MUNI NIAI(1NA & I, \1'`:1111 '-',1 1 (1C111 Ki'` 1-Ai1 .\N'1% IN(' b 1 2,817 1900 NL'11aNA/RFS'fAUR ANT 111-121R-010-11UI11 1bil5 RICK I:NIiACKFR C`SLVY 1-1A1.,1'll NIUNROF NI.\NINE Sl:\iAIM + 2 L1I,000 0SIADILIN1 111-121M•111111-I111et1 43111 lilC:K1=N11ACKFR ( WY V1UfIII:0Mla'SEALIKAN1' r I 17,S63 1L11S 1i1SFAURANF ATTACHMENT a —City of Miami Parks IMCnRP 111r.811 City of Miami Parks Recreation Roof Repair Program No. Park Name Address District Building Building Type 1 AFRICAN SQUARE PARK 1466 NW 62 ST / MIAMI, FL. 33142 5 Yes Community Center 2 ALICE WAINWRIGHT PARK 2845 BRICKELL AVE / MIAMI, 14. 33133 2 Yes Restrooms 3 ANTONIO MACEO PARK 5151 NW 7 ST / MIAMI, FL. 33126 1 Yes Community Center 4 ARMBRISTER PARK 4000 GRAND AVE / MIAMI, FL. 33133 2 Yes 1 Recreation Building 5 Al HALIE RANGE PARK 525 NW 62 5T / MIAMI, FL. 33150 5 Yes Recreation Building 6 BELAFONTE TACOLCY CENTER 6161 NW 9 AVE / MIAMI, FL. 33127 5 Yes Recreation 7 BILLY ROLLE MINI PARK 3400 GRAND AVE / MIAMI, FL. 33133 2 Yes Restrooms 8 BLACK POLICE MUSEUM 480 NW 11 ST / MIAMI, FL. 33136 5 Yes Recreation 9 BRYAN PARK 2240 SW 12 ST / MIAMI, FL. 33145 4 Yes Recreation Building 10 BUENA VISTA PARK 232 NW 53 ST / MIAMI, FL. 33127 5 Yes Recreation 11 CARLOS ARBOLEY A CAMPGROUND 7025 WEST FLAGLER ST / MIAMI, FI. 33144 4 Yes Recreation Building 12 CITY CEMETERY 1901 N. MIAMI AVE / MIAMI, FL. 33132 2 Yes Building 13 CORAL GATE PARK 1415 SW 32 AVE / MIAMI, FL. 33145 4 Yes Recreation 14 CORAL WAY COMMUNITY CENTER 1300 SW 12 AVE / MIAMI, FL. 33129 3 Yes Community Center 15 CURTIS PARK 1901 NW 24 AVE / MIAMI, FL. 33125 1 Yes Recreation 16 DAVID T. KENNEDY PARK 2200 5. BAYSFIORE DRIVE / MIAMI, FL. 33133 2 Yes Recreation Building 17 DOMINO PARK 1444 SW 8 ST / MIAMI, FL. 33135 3 Yes Recreation Building 18 DORSEY PARK 1701 NW 1 AVE / MIAMI, FL. 33136 2 Yes Recreation 19 _ DOUGLAS PARK 2755 SW 37 AVE / MIAMI, FL. 33133 2 Yes New 20 EATON DAY CARE 490 NE 61 ST / MIANI, FL. 33137 5 Yes Day Care Center 21 ELIZABETH VIRRICK PARK 3255 PLAZA ST/ MIAMI, FL. 33133 2 Yes Recreation 22 FERN ISLE PARK 2201 NW 11 ST / MIAMI, FL. 33125 1 Yes Recreation 23 FORT DALLAS PARK _ 60 SE 4 ST / MIAMI, FL. 33131 2 Yes Recreation 24 GIBSON PARK 401 NW 12 ST / MIAMI, FL. 33136 5 Yes Gym & Recreation 25 GRAPELAND PARK 1550 NW 37 AVE,MIAMI, FL. 33125 1 Yes Recreation 26 GRAPELAND WATER PARK 1550 NW 37 AVE, MIAMI, FL. 33125 1 Yes Recreation 27 HADLEY PARK 1300 NW 50 ST / MIAMI, FL. 33142 5 Yes Community Center ROOF REPAIRS City of Miami Parks Recreation Roof Repair Program Nu. Park Name Address _ _ District Building Building Type 28 HENDERSON PARK 971 NW 2 ST / MIAMI, FL. 33178 3 Yes Recreation 29 JACKSON HOUSE 190 SE 12 IERRACE / MIAME,, FL. 33131 2 Yes Recreation 30 IOSE MARTI GYM 434 SW 3 AVE / MIAMI, FL. 33130 3 Yes Gym 31 JOSE MARTI PARK 351 SW 4 ST / MIAMI, FL. 33130 3 Yes Recreation Building 32 JUAN PABLO DUARTE PARK 2800 NW 17 5T / MIAMI, FL. 33142 1 Yes Recreation 33 KINLOCH PARK 455 NW 47 AVF / MIAMI, FL. 33126 1 Yes Recreation 34 KIRK MUNROE TENNIS CENTER 3120 OAK AVE / MIAMI, FL. 33133 2 Yes Recreation 35 LEGION PARK 6447 NE 7 AVE / MIAMI, FL. 33138 5 Yes Community Building 36 LEMON CITY DAY CARE 27 NE 58 ST/ MIAMI, EL. 33137 5 Yes Day Care Center 37 LEMON CITY PARK 27 NF 58 ST/ MIAMI, FL. 33137 5 Yes Community Building 38 LITTLE HAITi CULTURAL 212 NE 59 TERRACE / MIAMI, FL. 33137 5 Yes Recreation 39 LITTLE HA1TI SOCCER 6301 NE 2 AVE / MIAMI, FL. 33138 5 Yes Recreation 40 I UMMUS PARK 404 NW 3 5I / MIAMI, FL. 33128 5 Yes Recreation 41 MARGARFT PACE PARK 1775 N. BAYSHORE DR. / MIAMI, FL. 33132 2 Yes Recreation 42 MELREESE GOLF COURSE 1802 NW 37 AVE / MIAMI, FI.. 33125 1 Yes Recreation 43 MIAMI ROWING CENTER 3601 RICKFNBACKER CSWY / MIAMI, FL. 33149 2 Yes Recreation 44 MOORE PARK 765 NW 36 ST / MIAMI, FL. 33127 5 Yes Community Center 45 MOORE PARK TENNIS CENTER 765 NW 36 ST / MIAMI, FL. 33127 5 Yes Recreation Building 46 MORNINGSIDE PARK 750 NE 55 TERRACE / MIAMI, FL. 33137 2 Yes Recreation _ 47 MRC BUILDING 444 SW 2 AVE / MIAMI, FL. 33130 5 Yes Public 48 P13A 2300 NW 14 ST / MIAMI, FL. 33125 Yes Recreation 49 PEACOCK PARK 2820 McFARLANE ROAD / MIAMI, FL. 33133 2 Yes Recreation 50 REEVES PARK 528 NW 10 ST / MIAMI, FL. 33136 5 Yes Recreation 51 REGALIA PARK 3349 PAN AMERICAN DR. / MIAMI, FL 33133 2 Yes Nat Parks 52 RIVERSIDE PARK 342 SW 7 AVE / MIAMI, EL. 33130 3 Yes 53 ROBERT KING HIGH 7025 WEST FLAGLER ST / MIAMI, FL. 33144 4 Yes Recreation 54 ROBERTO CLEMENIE PARK 101 NW 34 ST / MIAMI, FL. 33127 5 Yes Recreation ROOF REPAIRS City of Miami Parks Recreation Roof Repair Program No. Park Name Add Dist I it t Building Building Type 55 SANDRA De LUCCA DEVELOPMENTAL CENTER4560 NW 4 I ERRACE / MIAMI, FL 1 Yes Recreation 56 SHENANDOAH PARK 1800 SW 21 AVE / MIAMI. FL. 33145 4 Yes Recreation and Community Center 57 SIMPSON PARK 55 SW 17 ROAD / MIAMI, FL. 33129 1 Yes Recreation 58 SOUIHSIDE PARK 140 SW 11 ST / MIAMI, EL. 33130 3 _Yes Recreation 59 WEST END PARK 250 SW 60 AVE / MIAMI, Fl. 33144 4 Yes Community Center 60 WILLIAMS PARK 171/ NW 5 AVE / MIAMI, FL. 33136 5 Yes Recreation ROOF REPAIRS INSURANCE ADDENDUM INSURANCE DEFINITIONS, REQUIREMENTS AND CONDITIONS The VENDOR/CONTRACTOR / CONSULTANT (AS APPLICABLE) agrees to provide and maintain throughout the life of this contract and at Vendor/Contractor/ Consultant's expense insurance coverage outlined herewith as applicable insuring all operations related to the contract and any extensions thereof. Workers Compensation and Employers Liability Statutory requirements per Chapter 440, Florida Statutes, as amended, are applicable, and this coverage is subject to the Laws of the State of Florida. This coverage protects against lawsuits stemming from workplace accidents. It provides for medical care to injured employees, along with compensation for lost income. Commercial General Liability It protects against accidents and injuries that occur on company property or the property of a customer. It compensates an injured person or owner of property for injuries and property damages, and the cost of defending lawsuits, including legal settlements or investigations. This policy also covers claims resulting from products exposures, libel, slander, copyright infringement, and other personal and advertisement injuries. Commercial Automobile Liability It protects against liability, no fault, medical payments, uninsured and underinsured motorists claims, collision and other than collision physical damage. In addition, this policy affords coverage on autos that are hired or borrowed or non -owned for use in the business. The non -owned can be autos owned by employees or members of their households. Non -Owned Auto exposures can be endorsed or added under the Commercial General Liability Policy. Professional/Errors and Omissions Liability Used by many professionals such as engineers, lawyers, accountants, stock brokers, financial advisers, insurance agents, court reports, dentists, nurses and teachers. It protects against the financial effects of liability lawsuits filed by clients. It basically protects professionals who cause harm to a client due to incompetence, errors , or negligence. Umbrella Liability It protects against liability and losses after primary insurance benefits have been exhausted. This supplemental coverage kicks in only after the underlined liability policies have paid their maximum benefits. Environmental Liability It protects against the financial costs of claims of injury or damage due to pollution, and other costs of cleaning up pollutants. These policies are designed to cover both property and liability risks. Directors and Officers Liability This coverage protects against claims from stockholders, employees and clients that are also aimed individually at directors and officers. These claims typically stem from errors in judgement, breaches of duty and wrongful acts in connection with company business. Cyber Liability It protects against costs of the theft, destruction or unauthorized use of electronic data through computer viruses or network intrusions. It also adds protection to a business against such costs if a business fails to safeguard another party's electronic data. Companies sharing data outside their internal network benefit from this coverage Commercial Property It protects against claims or damages to the insured's buildings, business personal property and personal property of others. It can also provide for loss of business income coverage or extra expenses incurred because of physical loss by a covered peril to the insured's property. Commercial Crime It protects against loss of money, securities and other property because of a variety of criminal acts such as employee theft or embezzlement, burglary, robbery, forgery, computer fraud, kidnapping and extortion. Crime insurance also covers money and securities against damage or destruction by almost any cause of loss, not just crime. Builders Risk It protects against damage to or destruction of buildings or other structures during their construction. Any party with a financial interest in a construction, remodeling, or repair project benefits from this coverage. Surety Bonds Surety bonds are three party contracts. The principal, the party that undertakes the obligation, pays for the issuance of a bond by a surety company. The bond provides capital to guarantee the obligation will be performed. The obligee is the party that receives the benefit of the bond If the obligation is improperly performed. If payment and performance bonds are required such bonds must be substantially in the form prescribed by Florida Statutes 255.05, as amended, and will be subject to the approval of the City of Miami Director of the Department of Risk Management. Valuable Papers It pays for the cost to reconstruct damaged or destroyed valuable papers and records. Typically is defined to include almost all forms of printed documents or records with the exception of money or securities, and data and media which is usually excluded. Additional Requirements The Vendor/Contractor must furnish the City of Miami, Department of Procurement, and Risk Management located at 444 S.W. 2' Avenue Miami, Florida 33130, original Certificates of insurance to be in force on the date of this Contract, and Renewal Certificates of insurance thereafter. All policies indicated on the certificate must be in compliance with all Contract requirements. The failure of the City to obtain the applicable or corresponding certificates from Contractor is not a waiver by the City of any requirements for the Vendor/Contractor. The Vendor/Contractor must furnish Certificates insurance listing the City of Miami as an additional insured. A!I insurance certificates must be signed, dated and reference the City contract number. The insurance must provide for sixty (30) days prior written notice to be given to the City in the event coverage is substantially changed, canceled, or non -renewed. Any deductibles or self -insured retentions on referenced insurance coverages must be borne by Vendor/Contractor. The Vendor/Contractor further agrees to have insurers waive their rights of subrogation against the City of Miami, its employees, elected officials, agents, or representatives, The coverages and limits furnished by Vendor/Contractor in no way limit the Vendor/Contractor's liabilities and responsibilities specified within the Contract or law. Any insurance or self-insurance programs maintained by the City of Miami shall not contribute with insurance provided by the Vendor/Contractor under the Contract. The required insurance to be carried is not limited by any limitations expressed in the indemnification language in this Contract or any limitation placed on the indemnity in this Contract given as a matter of law. If the Vendor/Contractor is a joint venture or limited liability company, the insurance policies must name the joint venture or Limited Liability Company and each of its separate constituent entities as named insureds. The Vendor/Contractor must require all subcontractors to provide the insurance required herein. All subcontractors are subject to the same insurance requirements of the Vendor/Contractor unless otherwise specified in this Contract. if the Vendor/Contractor or subcontractor desire additional coverages, the party desiring the additional coverages is responsible for the acquisition and cost. Notwithstanding any provision in the Contract to the contrary, the City of Miami Risk Management Department maintains and reserves the right to modify, delete, alter or change these requirements. Note: The duty to carry and maintain insurance during the life of the contract will survive the cancellation or expiration, as applicable, under the Contract.