ITB-20-006-10 Viking Diving Services IncCONTRACT NO. 20-006-10
We are committed to providing excellent public service and safety to all who live, work, and play in our vibrant, tropical, historic community.
City of Miami Beach, 1755 Meridian Avenue, 3rd Floor, Miami Beach, Florida 33139,
www.miamibeachfl.gov
PROCUREMENT DEPARTMENT
Tel: 305-673-7490, Fax: 786-394-4235
SENT VIA E-MAIL TO: thor@vikingdivingservices.com
November 18, 2020
Viking Diving Services, Inc.
Thor H. Harster
3420 Enterprise Rd
Fort Pierce, FL
Ph. 772-460-6719
RE: NOTICE OF AWARD OF CONTRACT PURSUANT TO INVITATION TO BID (ITB) NO.
2020-006-JC FOR POOL OF PREQUALIFIED CONTRACTORS FOR THE REMOVAL
AND DISPOSAL OF DERELICT OR ABANDONED VESSELS FROM PUBLIC
WATERS ON AN AS-NEEDED BASIS
Dear Mr. Harster:
Viking Diving Services, Inc., (the “Contractor”) submitted to the City of Miami Beach, Florida (the
“City”) a request to be prequalified for future projects in response to the above -referenced ITB.
This letter shall serve as official notice that on November 4, 2020, the City Manager approved
the Contractor to be prequalified to be eligible to provide removal and disposal services of derelict
or abandoned vessels from public waters on an as-needed basis to the City.
The ITB stipulates and this letter shall confirm that the City Manager shall constitute a binding
Contract between the City and the Contractor. It is important to note that no services may be
performed until such time as insurance has been received pursuant to the ITB and the City has
issued a Purchase Order.
If you have any questions regarding this letter of notification of award, you may contact Valerie
Velez, Contract Analyst, Procurement Department, at ValerieVelez@miamibeachfl.gov or at
305.673.7490. Otherwise, all other questions should be addressed to the Contract Manager for
this contract, Sgt. Luis Sanchez, Police Department, at luissanchez@miamibeachfl.gov or (305)
673-7776 ext. 5089.
Sincerely,
Alex Denis
Director Procurement Department
AD/ME/AG
DocuSign Envelope ID: 9D8033A0-871D-4B51-BE7E-A3CBBCD9BC8A
ATTACHMENT A
RESOLUTION & COMMISSION AWARD MEMO
JLM | RC | AD | KB | JC
PROCUREMENT DEPARTMENT
REQUEST FOR CITY MANAGER
APPROVAL
2020-006-JC
Requested Action
Piggyback Approval Award of ITQ
Contract Execution Request for Contract Term Renewal
Change Order Approval XXX Other: Approval
Request approval to add contractor(s) to the existing prequalification pool, pursuant to Invitation to Bid (ITB) 2020-
006-JC, for a prequalification pool of contractors for the removal and disposal of derelict or abandoned vessels from
public waters.
Why is requested action necessary?
On May 13, 2020, the City of Miami Beach, Florida (“City”) adopted Resolution No. 2020-31258 (attached) for the
establishment of a pool of contractors for the removal and disposal of derelict or abandoned vessels from public
waters. The Resolution delegates to the City Manager the authority to continue to consider and add derelict or
abandoned vessels removal and disposal contractors to the pool, provided such contractors meet the requirements
of the ITB.
The Procurement Department has received additional responsive and responsible applications, pursuant to the ITB,
from: 1) Adventure Environmental Inc.; 2) Biscayne Towing and Salvage, Inc.; 3) CB Marine Towing and Salvage
Inc. dba Sea Tow Miami; 4) Ebsary Foundation Company; and, 5) Viking Diving Services, Inc. The Procurement
Department has determined that these five (5) contractors are qualified and meet the requirements established in
the ITB, in order to be added to the pool of prequalified contractors for derelict or abandoned vessels removal and
disposal.
The Administration recommends that the City Manager approve the responsive and responsible contractors, listed
above, that have met the requirements of the ITB, pursuant to Resolution 2020-31258.
Previous Action(s)
N/A
Authority
Resolution 2020-31258
Fiscal Impact
N/A
Term
5/13/2020 – 5/12/2023
Attachments
Attachment A; Resolution 2020-31258
Approval
Dept. Head:
Procurement: ACM(s): City Manager:
Date:
Date:
11/2/20
Date: Date:
DocuSign Envelope ID: EB6FB29E-7131-4A05-99AB-BCA32CDC0678
11/4/2020 | 2:15 EST 11/4/2020 | 3:06 EST 11/4/2020 | 3:20 EST
Resolutions-C7 F
MIAMI BEACH
COMMISSION MEMORANDUM
TO: Honorable Mayor and Members of the City Commission
FROM: Jimmy L. Morales, City Manager
DATE: May 13, 2020
SUBJECT:A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY
OF MIAMI BEACH, FLORIDA, ACCEPTING THE RECOMMENDATION OF
THE CITY MANAGER, PURSUANT TO INVITATION TO BID (ITB) 2020-006-
JC, TO ESTABLISH A POOL OF. PREQUALIFIED CONTRACTORS FOR
THE REMOVAL AND DISPOSAL OF DERELICT OR ABANDONED
VESSELS FROM PUBLIC WATERS, ON AN "AS-NEEDED" BASIS, AND
APPROVE THE INITIAL POOL OF QUALIFIED CONTRACTORS, AS SET
FORTH IN EXHIBIT "A" TO THE COMMISSION MEMORANDUM
ACCOMPANYING THIS RESOLUTION; FURTHER, AUTHORIZING THE
CITY MANAGER TO KEEP THE ITB OPEN FOR THE PURPOSE OF
QUALIFYING ADDITIONAL CONTRACTORS, AND DELEGATING TO THE
CITY MANAGER THE AUTHORITY TO ADD or remove CONTRACTORS TO
THE POOL, PROVIDED SUCH CONTRACTORS MEET THE
REQUIREMENTS OF THE ITB; AND FURTHER PROVIDING THAT ANY
PURCHASE IN EXCESS OF $100,000 SHALL BE SUBJECT TO THE
PRIOR APPROVAL OF THE CITY COMMISSION.
RECOMMENDATION
The Administration recommends that the Mayor and City Commission of the City of Miami
Beach, Florida approve the City Manager's recommendation pertaining to bids received,
pursuant to ITB 2020-006-JC, for the prequalification of bidders for derelict vessels removal
and disposal.
BACKGROUND/HISTORY
On January 31, 2020, the City issued an Invitation to Bid 2020-006-JC (the "ITB"). The
purpose of the ITB is to establish a contract, by means of sealed applications, with qualified
contractors for the establishment of a prequalified pool of contractors for the removal and
disposal of derelict or abandoned vessels from public waters, on an as-needed basis. The pre-
qualified pool established shall effectively create a source of viable contractors from which the
City may issue Invitation to Quotes (ITQs) for 1) removal and disposal of derelict vessels as
the result of damage caused by accidents, storms, and/or owner neglect/abandonment, which
may include sunken and partially sunken vessels, and/or other debris that may impede
navigation and affect the safety of public waters; 2) removal and disposal of damaged vessels
Page 141 of 865
DocuSign Envelope ID: EB6FB29E-7131-4A05-99AB-BCA32CDC0678
by a major natural disaster event, which may include sunken and partially sunken vessels and
other debris that may impede the navigation of public waters, wherein Code of Federal
Regulations ("CFR") and FEMA Recovery Policy shall apply. This pool of prequalified
contractors is an important tool in the City's portfolio of emergency response contracts.
Because some of the most of the needs are unplanned and require a quick response, it is in the
City's best interest to have a pool of prequalified contractors for which various City departments
may seek proposals and quickly deploy a contractor to address the identified need.
When a need arises, the department will seek proposals from all prequalified contractors. For
service orders up to $100,000, the approval of the City Manager, or designee, will be required.
Services orders exceeding $100,000 will be submitted to the City Commission for its
consideration and approval. To maximize competition among contractors, the Administration is
recommending that contractors be allowed to submit prequalification applications throughout the
term of the contract. Further, at any time, the City, through the approval of the City Manager, may
accept applications and add, or remove, contractors to the list of prequalified contractors during
the term of the contract.
ANALYSIS
The ITB was issued on January 31, 2020, with bid opening date of February 28, 2020. The
Procurement Department issued bid notices to 1,443 companies utilizing www.bidsync.com
website. 28 prospective bidders accessed the advertised solicitation. The notices resulted in
the receipt of five (5) responses from: Ballard Marine Construction, Inc., Blue Water Marine
Services, Inc., DRC Emergency Services LLC, Legion Undersea Services LLC, and Upper
Cut Promotions LLC.
The ITB stated that following the review of applications, the responsive and responsible
bidder(s) meeting all terms and conditions of the ITB will be recommended for award. In its
due diligence,the Procurement Department found that all five (5) bidders met the requirements
of the ITB. Accordingly, Ballard Marine Construction, Inc., Blue Water Marine Services, Inc.,
DRC Emergency Services, LLC, Legion Undersea Services LLC, and Upper Cut Promotions
LLC have all been deemed responsive, responsible bidders meeting all terms and conditions
of the I TB and are to be prequalified for future work.
FINANCIAL INFORMATION
Grant funding will not be utilized for this project.
CONCLUSION
I concur with staff that it is in the best interest of the City to have a pool of prequalified
contractors for which quotes can be requested expeditiously for the removal and disposal of
derelict or abandoned vessels from public waters on an "as needed" basis. Otherwise,
redundant and time-consuming efforts would be required to prequalify contractors at the time of
need. This prequalified pool is an important tool in the City's emergency response portfolio of
contracts.
Further, in order to continue to maximize competition by continuing to add contractors, I
recommend that the period for submitting applications be extended to be consistent with the
term of the contract. New applicants that meet the ITB requirements will be added to the pool.
Page 142 of 865
DocuSign Envelope ID: EB6FB29E-7131-4A05-99AB-BCA32CDC0678
Contractors that do not perform well will be removed from the pool.
Therefore, I recommend that the Mayor and City Commission of the City of Miami Beach,
Florida, approve the Resolution, accepting the recommendation of the City Manager, pursuant
to Invitation to Bid (ITB) No. 2020-006-JC,to establish a pool of contractors for the removal
and disposal of derelict or abandoned vessels from public waters, on an "as-needed" basis,
and approve the initial pool of qualified contractors, as set forth in Exhibit"A" to the Commission
Memorandum; further, authorizing the City Manager to keep the ITB open for the purpose of
prequalifying additional contractors, and delegating to the City Manager the authority to add
contractors to the pool, provided such contractors meet the requirements of the ITB; and further
providing that any purchase in excess of $100,000 shall be subject to the prior approval of the
City Commission.
Applicable Area
Not Applicable
Is this a"Residents Right Does this item utilize G.O.
to Know" item. pursuant to Bond Funds?
City Code Section 2-14?
No No
Legislative Tracking
Police/Procurement
ATTACHMENTS:
Description
Attachment A
Page 143 of 865
DocuSign Envelope ID: EB6FB29E-7131-4A05-99AB-BCA32CDC0678
ATTACHMENT A
DERELICT VESSELS CONTRACTORS
QUALIFIED PER ITB
REQUIREMENTS
Ballard Marine Construction, Inc.
Blue Water Marine Services, Inc.
DRC Emergency Services LLC V
Legion Undersea Services LLC
Upper Cut Promotions LLC V
Page 144 of 865
DocuSign Envelope ID: EB6FB29E-7131-4A05-99AB-BCA32CDC0678
ATTACHMENT B
ITB SOLICITATION
TABLE OF CONTENTS
SECTIONS:
0100 GENERAL INFORMATION & SCOPE OF WORK
APPENDICES:
APPENDIX A PREQUALIFICATION APPLICATION
APPENDIX B SPECIAL CONDITIONS
APPENDIX C 2CFR APPENDIX II TO PART 200
APPENDIX D FEMA RECOVERY POLICY
DEFINITIONS:
Bidder means any firm or individual submitting an application in response to this ITB. The term bidder
may be used interchangeably with applicant and proposer.
Vendor means any firm or individual that has been pre-qualified to supply goods or services to the City.
SECTION 0100: GENERAL INFORMATION & SCOPE OF WORK
1. PURPOSE. The City of Miami Beach is seeking applications from marine salvage contractors who
wish to participate in a pre-qualification pool that will be used to solicit removal and disposal of derelict
or abandoned vessels from public waters, on an “as-needed” basis as specified herein. Services may
include but are not limited to the following: 1) removal and disposal of derelict vessels as the result of
damage caused by accidents, storms, and/or owner neglect/abandonment, which may include sunken
and partially sunken vessels, and/or other debris that may impede navigation and affect the safety of
public waters; 2) removal and disposal of damaged vessels by a major natural disaster event, which
may include sunken and partially sunken vessels and other debris that may impede the navigation of
public waters, wherein Code of Federal Regulations (“CFR”) and FEMA Recovery Policy shall apply.
Coordination shall take place, as applicable, between the United States Coast Guard, State an d local
Marine Patrol, local government agencies, marine salvage contractors, commercial divers, and certified
surveyors to ensure that navigation hazards are removed safely and efficiently. Removals initia ted by
the City of Miami Beach, and subsequently, contractor(s) pursuant to award of this ITB, must meet all
applicable FEMA, DERM, and Coast Guard rules, regulations and standards, as well as local, state,
and federal regulations. Interested contractor(s) may submit an application indicating its intent to
become prequalified. Additional information related to FEMA policies and procedures can be found
herein under Appendix D, FEMA Recovery Policy.
All contractors which meet or exceed the criteria established in this solicitation shall be placed on a pre-
qualification list that may be accessed by various City departments to obtain price quotations for the
services required by way of this ITB. The specific scope of work shall be determined in advance and in
writing between the City and the awarded vendor. The City may provide a general scope; however the
awarded vendor shall provide a written scope of work to the City as part of its proposal. Once the
scope of the project is agreed to, the City will issue a purchase order with the estimate referenced as
an attachment along with bond and any other special provisions agreed to. If special terms and
conditions other than those covered within this solicitation and awarded contract are required, they will
included in the specific scope of work, and will be attached to the purchase order; and further, the
purchase order shall take precedence over those in the base contract. CFR shall apply only to those
projects meeting the specific federal requirements, as noted herein under Appendix C, 2CFR Appendix
II to Part 200. The City will endeavor to advise the Contractor(s) of any applicable CFR requirements at
the time the specific scope of work is determined.
The City-issued purchase order shall serve as a “notice to proceed.” The period for the completion of
services will include the mobilization, planning, weather, location, removal and disposal. No additional
claims may be made for delays as a result of these items. When the tasks have been completed the
awarded vendor shall notify the City and have an authorized City representative inspect the work for
acceptance under the scope and terms in the Purchase Order. The City will issue in writing any
corrective actions that are required. Upon completion of these items, the City will issue a completion
notice and final payment will be issued.
The City utilizes BidSync (www.bidsync.com) for automatic notification of solicitation opportunities and
document fulfillment. Any prospective bidder who has received this ITB by any means other than
through BidSync is solely responsible for registering immediately with BidSync to assure it receives any
addendum issued to this ITB. Additionally, prior to submittal of the bid, bidder shall verify that it has
received and complied with all addenda issued. Failure to receive an addendum, or comply with an
addendum requirement, may result in disqualification of bid submitted.
To be considered for the pool of pre-qualified contractors, interested parties must submit a complete Bidder Pre-Qualification Application (Appendix A).
2. OVERVIEW OF PREQUALIFICATION PROCESS. The figure below is a general overview of the
process that the City will utilize to award work pursuant to the prequalification process.
3. PROCUREMENT CONTACT. Any questions or clarifications concerning this solicitation shall be
submitted to the Procurement Contact noted below. The Bid title/number shall be referenced on all
correspondence.
Procurement Contact: Telephone: Email:
Jason Crouch 305-673-7000 x26694 jasoncrouch@miamibeachfl.gov
The City Clerk is to be copied on all communications via e-mail at: RafaelGranado@miamibeachfl.gov;
or via facsimile: 786-394-4188.
4. APPROVAL OF PREQUALIFIED STATUS. Following the review of applications, the responsive,
responsible bidder(s) meeting all terms and conditions of the ITB will be recommended for award, as
deemed in the best interest of the City, to the City Manager for his consideration. After considering the
staff recommendation for award, the City Manager shall exercise his due diligence and recommend to
the Mayor and City Commission the bid that the City Manager deems to be in the best interest of the
City. The City Commission shall consider the City Manager’s recommendation(s) and, may approve or
reject the City Manager’s recommendation(s). The City Commission may also reject all bids
received. In addition to the criteria established in the application, pursuant to Section 2-369 of the City
Code, the City may consider the following:
• The ability, capacity and skill of the bidder to perform the Contract.
• Whether the bidder can perform the Contract within the time specified, without delay or
interference.
• The character, integrity, reputation, judgment, experience and efficiency of the bidder.
• The quality of performance of previous contracts.
• The previous and existing compliance by the bidder with laws and ordinances relating to the Contract.
PREQUALIFIED STATUS IS VALID FOR THREE (3) YEARS FROM DATE OF THE NOTICE OF PREQUALIFICATION ISSUED BY THE CITY, OR AS OTHERWISE APPROVED BY THE CITY
MANAGER.
4.1 RENEWAL TERMS. The City Manager, at his sole discretion, may approve up to two (2),
one (1) year renewal terms, providing that the required certification is still valid.
5. ADDITIONAL PREQUALIFIED FIRMS TO BE ADDED TO POOL. At any time, the City, through the
approval of the City Manager, may accept applications and add additional firms to the list of
prequalified firms.
6. AWARDING WORK. When the need for services arises all prequalified contractors that are in good
standing may be invited to submit statements of work (SOW) and costs based on an Invitation to Quote
(ITQ) issued by the City. Each SOW prepared by the contractor shall include a clear description of the
work to be performed (with specific and timed deliverables) and the related costs by deliverable. The
City will select the prequalified contractor that offers the best combination of services and cost, solely at
the discretion of the City.
7. SERVICE DELIVERY EXPECTATIONS. The City places an emphasis on excellent customer service
delivery and expects the prequalified bidder to provide the best possible customer service to any and
all awarded projects throughout the term of the contract. The prequalified bidder’s project manager is
responsible for monitoring the customer service provided to City by prequalified bidder’s staff, sales
and support teams, and employing, as necessary, corrective measures, to ensure that the prequalified
bidder will provide and maintain the highest quality of customer service possible during completion of
the project(s). Project-specific deliverables and expectations shall be defined on a project-by-project
basis, as specified in each ITQ.
8. VOLUME OF WORK TO BE RECEIVED BY BIDDER. No promise of work is given, or should be
understood, as a result of a pre-qualification. The City reserves the right to purchase any goods
and/or services awarded from any resulting agreement, or another governmental contract, or on an as-
needed basis through the City’s spot market purchase provisions.
9. STANDARD TERMS AND CONDITIONS. The City’s Standard Terms and Conditions for Service
Contracts (available at https://www.miamibeachfl.gov/city- hall/procurement/standard-terms-and-
conditions/) are referenced and incorporated herein.
10. INSURANCE REQUIREMENT. The vendor shall maintain the below required insurance in effect
prior to awarding the contract and for the duration of the contract. The maintenance of proper insurance
coverage is a material element of the contract and failure to maintain or renew coverage may be
treated as a material breach of the contract, which could result in withholding of payments or
termination of the contract.
A. Worker’s Compensation Insurance for all employees of the vendor as required by
Florida Statute 440, and Employer Liability Insurance for bodily injury or disease.
B. Commercial General Liability Insurance on an occurrence basis, including products
and completed operations, property damage, bodily injury and personal & advertising injury
with limits no less than $100,000 per occurrence.
C. Automobile Liability Insurance covering any automobile, if vendor has no owned
automobiles, then coverage for hired and non-owned automobiles, with limit no less than
$100,000 combined per accident for bodily injury and property damage.
Additional Insured - City of Miami Beach must be included by endorsement as an additional insured
with respect to all liability policies (except Professional Liability and Workers’ Compensation) arising out
of work or operations performed on behalf of the contractor including materials, parts, or equipment
furnished in connection with such work or operations and automobiles owned , leased, hired or
borrowed in the form of an endorsement to the contractor’s insurance.
Notice of Cancellation - Each insurance policy required above shall provide that coverage shall not be
cancelled, except with notice to the City of Miami Beach c/o EXIGIS Insurance Compliance Services.
Waiver of Subrogation – Vendor agrees to obtain any endorsement that may be necessary to affect
the waiver of subrogation on the coverages required. However, this provision applies regardless of
whether the City has received a waiver of subrogation endorsement from the insurer.
Acceptability of Insurers – Insurance must be placed with insurers with a current A.M. Best rating of
A:VII or higher. If not rated, exceptions may be made for members of the Florida Insuranc e Funds (i.e.
FWCIGA, FAJUA). Carriers may also be considered if they are licensed and authorized to do
insurance business in the State of Florida.
Verification of Coverage – Contractor shall furnish the City with original certificates and amendatory
endorsements, or copies of the applicable insurance language, effecting coverage required by this
contract. All certificates and endorsements are to be received and approved by the City before work
commences. However, failure to obtain the required documen ts prior to the work beginning shall not
waive the Contractor’s obligation to provide them. The City reserves the right to require complete,
certified copies of all required insurance policies, including endorsements, required by these
specifications, at any time.
CERTIFICATE HOLDER MUST READ:
CITY OF MIAMI BEACH
c/o EXIGIS Insurance Compliance Services
P.O. Box 4668 – ECM #35050
New York, NY 10163-4668
Kindly submit all certificates of insurance, endorsements, exemption letters to our servicing agen t,
EXIGIS, at:
Certificates-miamibeach@riskworks.com
Special Risks or Circumstances - The City of Miami Beach reserves the right to modify these
requirements, including limits, based on the nature of the risk, prior experience, insurer, coverage, or
other special circumstances.
Compliance with the foregoing requirements shall not relieve the vendor of his liability and obligation
under this section or under any other section of this agreement.
11. BINDING AGREEMENT. By virtue of submitting an application for the City’s consideration, the
bidder agrees that the application shall be considered an offer on the part of the bidder, which offer
shall be deemed accepted upon approval of bidder’s prequalification status by City Manager or City
Commission. Further, bidder agrees that, upon approval of the bidder’s application by the City Manager
or City Commission, a binding Agreement shall be established between the City and the approved
contractor. The Agreement shall be comprised of the following documents, and in the following order:
First, the Purchase Order issued by the City; then,
Second, the signed Contractor Service Order; then,
Third, the Invitation to Quote (ITQ) awarded to the vendor; then,
Fourth the ITB, including all documents released in connection with the ITB, including
all appendixes, whether included herein or released under separate cover.
In case of default on the part of the Successful Bidder, after said award, the City may take such action
as it deems appropriate, including legal action, for damages or specific performance.
[THE REMAINDER OF THIS PAGE IS LEFT INTENTIONALLY BLANK]
APPENDIX A
________________________________________________________________________
Prequalification
Application
________________________________________________________________________
2020-006-JC
Derelict Vessels Removal and Disposal
PROCUREMENT DEPARTMENT
1755 Meridian Avenue, 3rd Floor
Miami Beach, Florida 33139
Prequalification Application Instructions
Section 1, SUBMITTAL INSTRUCTIONS. The Prequalification Application will not be considered
until it has been submitted completed and executed by a principal of the bidder. Incomplete
applications cannot be processed. If requested information is not applicable, please indicate ''N/A'' or
''None. '' If answers to questions are lengthier than the spaces that are provided in the application,
the answers may be provided on additional pages, which must be attached to the application. All
requested documents must also be attached to the application. Failure to attach all requested
documents will delay review and approval of the application.
Submit one (1) signed original and one (1) electronic copy (e.g., flash drive, CD-ROM) of the
applications to:
City of Miami Beach
Procurement Department
1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139
The City reserves the right to request clarifications or additional information as deemed necessary to
evaluate a bidder’s qualifications. When clarifications or additional information is requested by the
City, bidder will have three (3) business days to provide, in full, all the requested information. Failure
to provide the information within the prescribed time will delay the review process and may result in
denial of prequalification.
Section 2, DEADLINE FOR SUBMITTAL. There is no deadline for the submittal of applications.
However, the initial review of applications shall take place 21 days after issuance of this ITB.
Applications submitted after this date will be reviewed periodically on an on-going basis. The City will
endeavor to complete the review of each application within 60 days of receipt.
[THE REMAINDER OF THIS PAGE IS LEFT INTENTIONALLY BLANK]
Part A – General Bidder Information.
FIRM NAME:
NO. OF YEARS IN BUSINESS:
NO. OF YEARS IN BUSINESS
LOCALLY:
NO. OF EMPLOYEES:
OTHER NAME(S) BIDDER HAS OPERATED UNDER IN THE LAST 10 YEARS:
FIRM PRIMARY ADDRESS (HEADQUARTERS):
CITY:
STATE:
ZIP CODE:
TELEPHONE NO.:
TOLL FREE NO.:
FAX NO.:
FIRM LOCAL ADDRESS:
CITY:
STATE:
ZIP CODE:
PRIMARY ACCOUNT REPRESENTATIVE FOR THIS ENGAGEMENT:
ACCOUNT REP TELEPHONE NO.:
ACCOUNT REP TOLL FREE NO.:
ACCOUNT REP EMAIL:
FEDERAL TAX IDENTIFICATION NO.:
BIDDER IS:
_____CORPORATION / _____PARTNERSHIP / _____SOLE PROPRIETORSHIP / _____OTHER (If other, specify:________________________)
Part B – Operational & Management Information.
1. Provide the names of each owner (stockholder, sole proprietor, and partner), director, or officer of the
company, below. Submit additional names on a separate sheet if required.
Owner Ownership percentage Directorship/Office type
2. Provide three (3) clients for which the bidder has provided the referenced services in the last five (5)
years.
Project Description of Work Project Reference
Name:
Email:
Telephone:
Name:
Email:
Telephone:
Name:
Email:
Telephone:
3. Is the bidder currently barred by a governmental agency, from bidding as a prime or subcontractor?
YES NO
If yes, state debarment period and the reason(s) for debarment?
4. Has the bidder or any of its owners, directors, officers, or agents been convicted of a crime or had a
claim that was filed in a court and mediated or arbitrated during the last five (5) years?
11. YES NO
If yes, why?
5. Is an affiliate of the bidder prequalified by the City of Miami Beach for any work?
YES NO
If yes, state the name of the affiliate?
6. Is the bidder a parent, subsidiary, or holding company for another company?
YES NO
If the answer is "yes," identify the company and type of relationship(s), below:
Company Type of affiliation (parent or subsidiary) Period of affiliation
7. Is an owner, director, officer, or agent of the bidder affiliated with another company?
12. YES NO
If the answer is "yes," provide the following information for each individual and the affiliated company.
Individual´s name Affiliated company´s name Period of
affiliation
Type of affiliation (e.g.
officer, director, owner or
employee)
8. Is the bidder currently the debtor in a bankruptcy case or file for bankruptcy during the last five (5) years?
11. YES NO
If yes, explain and attach, as applicable, the relevant case and court documents, including (but not
limited to): the original petition, including the case number and the date that the petition was filed; a copy of the bankruptcy court's discharge order, and any other document that ended the case, if no
discharge order was issued.
9. Has any owner, director, officer, or agent for the bidder, or has any business organization in which any
such person was an owner, director, officer, or agent filed for or been discharged in bankruptcy within the
past five (5) years?
11. YES NO
If yes, explain and attach a copy of the discharge order, order confirming plan and if a Corporate Chapter 7 case, a copy of the notice of commencement.
10. Has any owner, director, officer, or agent of the bidder owned or managed a company under any other
name in the last five (5) years?
11. YES NO
If yes, explain.
11. Has the bidder been assessed or paid any fines on any contract during the past five (5) years, whether the
project was publicly or privately owned?
11. YES NO
If yes, explain.
12. Are there currently any liens, suits, or judgments of record pending against any owner, director,
officer, or agent for the company that is related to the business activities of a business organization?
11. YES NO
If yes, explain.
13. Has the bidder or any of its owners, officers, or partners ever been convicted (criminal) or found liable
(civil) for making either a false claim or material misrepresentation to any public agency or entity?
11. YES NO
If yes, explain.
14. Has the bidder or any of its owners, officers, or partners ever been convicted of any a federal or
state crime?
12. YES NO
If yes, explain.
15. Is any officer, director, employee or agent, or immediate family member (spouse, parent, sibling, and child) of
any officer, director, employee or agent, an employee of the City of Miami Beach?
YES NO
If yes, state name, title and share of ownership
Name Title Share (%) of Ownership
16. Has the bidder, or any officer, director, employee or agent, contributed to the campaign either directly or
indirectly, of a candidate who has been elected to the office of Mayor or City Commissioner for the City
of Miami Beach?
YES NO
If yes, provide details.
17. Equal Benefits for Employees with Spouses and Employees with Domestic Partners. Purchases
hereunder are subject to the requirements of Equal Benefits for Domestic Partners Ordinance 2005-3494 that
requires bidders with more than 51 employees and City volume greater than $100,000 to provide “Equal
Benefits” to their employees with domestic partners, as they provide to employees with spouses. The Ordinance
applies to all employees of a bidder who works within the City limits of the City of Miami Beach, Florida; and the
Contractor’s employees located in the United States, but outside of the City of Miami Beach limits, who are
directly performing work on the contract within the City of Miami Beach.
A. Does your company provide or offer access to any benefits to employees with spouses or to spouses of
employees?
YES NO
B. Does your company provide or offer access to any benefits to employees with (same or opposite sex)
domestic partners* or to domestic partners of employees?
YES NO
C. Please check all benefits that apply to your answers above and list in the “other” section any additional benefits not
already specified. Note: some benefits are provided to employees because they have a spouse or domestic
partner, such as bereavement leave; other benefits are provided directly to the spouse or domestic partner, such
as medical insurance.
BENEFIT Company Provides
for Employees with
Spouses
Company Provides
for Employees with
Domestic Partners
Company does not
Provide Benefit
Health
Sick Leave
Family Medical Leave
Bereavement Leave
18. Moratorium on Travel to and the Purchase of Goods or Services from North Carolina and Mississippi. Pursuant
to Resolution 2016-29375, the City of Miami Beach, Florida prohibits the purchase of goods or services sourced
in North Carolina and Mississippi. Are any of the products for which the bidder is seeking to be prequalified
sourced in North Carolina or Mississippi?
YES NO
If yes, which brands.
BIDDER AFFIDAVIT
The undersigned agrees that s/he: 1) is a principal of the bidder duly authorized to execute the foregoing
Contractor Prequalification Certification Application, and that the contents of said document(s) are complete, true,
and correct to the best of his/her knowledge and belief; 2) s/ certifies that the application and supporting
documents include all of the material information necessary to validate the status of the company for
prequalification purposes; 3) s/ shall notify the Procurement Department within fifteen (15) days and provide a
notarized statement whenever a change occurs in the ownership, management , or financial c ondition of
the company. Further, any prequ alifie d contractor , including its principal(s), director(s), and any affiliate, who
is a party to any misrepresentation to obtain business or contracts with the City of Miami Beach shall be
declared delinquent and have its certificate suspended or revoked and will be subject to debarment and any
other penalties prescribed by law.
The undersigned affirms that the bidder agrees: 1) to complete and unconditional acceptance of the terms and
conditions of this document, inclusive of attachments, exhibits and appendices; 2) that it has not colluded, nor
will collude, with any other bidder; 3) that all information contained herein is part of the public domain as defined
by the State of Florida Sunshine and Public Records Laws; 4) that all responses, data and information contained
in the bid are true and accurate.
Name:
Title (must be a principal of the bidder):
Signature:
Date:
[THE REMAINDER OF THIS PAGE IS LEFT INTENTIONALLY BLANK]
APPENDIX B
________________________________________________________________________
Special Conditions
________________________________________________________________________
2020-006-JC
Derelict Vessels Removal and Disposal
PROCUREMENT DEPARTMENT
1755 Meridian Avenue, 3rd Floor
Miami Beach, Florida 33139
SPECIAL CONDITIONS.
1. LICENSE/CERTIFICATION. Prospective bidder shall maintain in current status the adequate
license or certification, to pull all permits necessary to successfully complete the work. Awarded
vendor(s) shall remain fully informed of and in compliance with all ordinances and regulations
pertaining to the lawful provision of services under the contract.
2. METHOD OF PAYMENT. The City shall provide periodic payments for services rendered by the
Contractor. In order for the City to provide payment, the Contractor shall submit a fully documented
invoice within thirty (30) calendar days after the service has been rendered. It shall be understood that
such invoices shall not be submitted for payment until such time as the service has been completed
and a City representative has reviewed and approved the service.
3. GUARANTEE AGAINST DEFECTS. The Contractor(s) shall, in addition to all other guarantees, be
responsible for faulty labor and defective material within a period of one (1) year after the date of
acceptance of labor and material by the City. Under this guarantee, the Contractor agrees to make
good without delay, at its own expense, any failure of any part of the work after the City notifies the
Contractor of such deficiencies in writing Payment in full for the work does not constitute a waiver of
guarantee.
4. CLEAN-UP. All unusable materials and debris shall be removed from the site at the end of each
workday and disposed of in an appropriate manner. Upon final completion, the Contractor(s) shall
thoroughly clean up all areas, as mutually agreed with the City, where work was performed.
5. PERMIT COSTS. The City will only reimburse the Contractor(s) for the cost of the permits. Proof of
cost is required. The City will only reimburse for initial review and one resubmission. Costs associated
with additional re-submissions will not be reimbursed. Contractor(s) shall not include permit fees on
Cost Proposal. Permit costs will be charged to the City separately from the unit cost. All licenses
required by municipality, governmental agency, or political subdivision shall be obtained by and paid for
by the Contractor(s). Damages, penalties and/or fines imposed on the City or the Contractor(s) for
failure to obtain required licenses or permits shall be borne by the Contractor(s).
6. BACKGROUND CHECKS/CONTRACTOR'S PERSONNEL. The Contractor(s) shall conduct a full
criminal background check at its own expense on each of its employees engaged in providing services
under this ITB or any resulting Agreement prior to the commencement of said services. No Contractor
employee shall be eligible to perform services, pursuant to this ITB or resulting Agreement if he or she:
(1) has been convicted of or was placed in a pre-trial diversion program for any crime involving
dishonesty or breach of trust; embezzlement; drug trafficking; forgery; burglary; robbery; theft; perjury;
possession of stolen property; identity theft; fraud; money laundering; shoplifting; larceny; falsification
of documents and/or (2) has been convicted of any sex, weapons, or violent crime including but not
limited to homicide; attempted homicide; rape; child molestation; extortion; terrorism or terrorist threats;
kidnapping; assault; battery; and illegal weapon possession, sale or use. The Contractor(s) shall
defend, indemnify and hold the City, its officers, employees, and agents harmless from and against any
and all liability, loss, expense (including reasonable attorney’s fees) or claims for injury or damages
arising out of its failure to comply with this requirement.
Contractor(s) shall employ personnel competent to perform the work specified herein. The City
reserves the right to request the removal of the Contractor’s employee’s from performing maintenance
on the City's grounds where the employee’s performance or actions are obviously detrimental to the
program. Contractor’s personnel must wear photo identification at all times.
7. LIVING WAGE. The living wage requirement, pursuant to Section 2-408 of the City of Miami Beach
Code, is only applicable to routine maintenance services.
8. SAFETY MEASURES. Awarded contractor(s) shall take all precautions for the safety of employees
on the worksite and shall erect and properly maintain all necessary safeguards for protection of
workers and the public. Awarded vendor(s) shall post warning signs against all hazards created by the
operation and work in progress. Proper precautions shall be taken pursuant to state law and standards
practices, to protect workers, general public and existing structures from injury or damage.
9. ENVIRONMENTAL PROTECTION MEASURES. Awarded Contractor(s) must ensure that any
vessels which are to be removed and disposed of at a landfill shall be removed from its present site in
such a manner as to not impact or damage the natural environment ("surrounding the vessel" will limit
to just that area). All debris from the vessel shall be removed and the site left in a reasonable clean
condition. No oil or fuel shall be permitted to be dumped or spilled into or unto the water and land. The
following items must be accomplished:
a) All oil must be removed from tanks, pipes, bilges, etc, to ensure that no pollutants enter the water
(steam cleaning is preferred).
b) All watertight doors/hatches/bottom tank covers, etc. must be removed or welded open.
c) Any items that may float free when the vessel sinks must be removed from the vessel.
d) All deck areas, bilge areas, engine spaces and cargo spaces should be br oom swept.
e) Sufficient ballast to maintain location of vessel on ocean bottom must be placed in the vessel shall
consist of clean concrete.
The city also encourages contractors to legally reuse and/or recycle the derelict vessels when feasible.
10. PROOF OF PROPER DISPOSAL AND NOTIFICATION TO MARINE PATROL.
a) The contractor must submit prior to receiving any payment: a re ceipt for each vessel, including the
date of disposal, disposal site, DV number, telephone number and title, and signature of person at
disposal site.
b) In addition to the above information, the contractor must submit a picture of the vessel
demonstrating its removal and showing its DV numbers.
c) The contractor shall notify and coordinate all work with the City’s Marine Patrol project designee.
[THE REMAINDER OF THIS PAGE IS LEFT INTENTIONALLY BLANK]
APPENDIX C
________________________________________________________________________
2CFR Appendix II to Part
200
_______________________________________________________________________
ITB 2020-006-JC
Derelict Vessels Removal and
Disposal
PROCUREMENT DEPARTMENT
1755 MERIDIAN AVE, 3RD FLOOR
MIAMI BEACH, FLORIDA 33139
APPENDIX II TO PART 200
CONTRACT PROVISIONS FOR NON-FEDERAL ENTITY CONTRACTS UNDER FEDERAL AWARDS
In addition to other provisions required by the Federal agency or non-Federal entity, all contracts
made by the non-Federal entity under the Federal award must contain provisions covering the
following, as applicable.
(A) Contracts for more than the simplified acquisition threshold currently set at $150,000, which
is the inflation adjusted amount determined by the Civilian Agency Acquisition Council and the
Defense Acquisition Regulations Council (Councils) as authorized by 41 U.S.C. 1908, must address
administrative, contractual, or legal remedies in instances where contractors violate or breach
contract terms, and provide for such sanctions and penalties as appropriate.
(B) All contracts in excess of $10,000 must address termination for cause and for conve nience
by the non-Federal entity including the manner by which it will be effected and the basis for
settlement.
(C) Equal Employment Opportunity. Except as otherwise provided under 41 CFR Part 60, all
contracts that meet the definition of “federally assis ted construction contract” in 41 CFR Part 60-1.3
must include the equal opportunity clause provided under 41 CFR 60-1.4(b), in accordance with
Executive Order 11246, “Equal Employment Opportunity” (30 FR 12319, 12935, 3 CFR Part, 1964-
1965 Comp., p. 339), as amended by Executive Order 11375, “Amending Executive Order 11246
Relating to Equal Employment Opportunity,” and implementing regulations at 41 CFR part 60, “Office
of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Lab or.”
(D) Davis-Bacon Act, as amended (40 U.S.C. 3141-3148). When required by Federal program
legislation, all prime construction contracts in excess of $2,000 awarded by non-Federal entities must
include a provision for compliance with the Davis-Bacon Act (40 U.S.C. 3141-3144, and 3146-3148)
as supplemented by Department of Labor regulations (29 CFR Part 5, “Labor Standards Provisions
Applicable to Contracts Covering Federally Financed and Assisted Construction”). In accordance with
the statute, contractors must be required to pay wages to laborers and mechanics at a rate not less
than the prevailing wages specified in a wage determination made by the Secretary of Labor. In
addition, contractors must be required to pay wages not less than once a week. The no n-Federal
entity must place a copy of the current prevailing wage determination issued by the Department of
Labor in each solicitation. The decision to award a contract or subcontract must be conditioned upon
the acceptance of the wage determination. The non-Federal entity must report all suspected or
reported violations to the Federal awarding agency. The contracts must also include a provision for
compliance with the Copeland “Anti-Kickback” Act (40 U.S.C. 3145), as supplemented by Department
of Labor regulations (29 CFR Part 3, “Contractors and Subcontractors on Public Building or Public
Work Financed in Whole or in Part by Loans or Grants from the United States”). The Act provides that
each contractor or subrecipient must be prohibited from inducing, by any means, any person
employed in the construction, completion, or repair of public work, to give up any part of the
compensation to which he or she is otherwise entitled. The non-Federal entity must report all
suspected or reported violations to the Federal awarding agency.
(E) Contract Work Hours and Safety Standards Act (40 U.S.C. 3701-3708). Where applicable,
all contracts awarded by the non-Federal entity in excess of $100,000 that involve the employment of
mechanics or laborers must include a provision for compliance with 40 U.S.C. 3702 and 3704, as
supplemented by Department of Labor regulations (29 CFR Part 5). Under 40 U.S.C. 3702 of the Act,
each contractor must be required to compute the wages of every mechanic and laborer on the basis
of a standard work week of 40 hours. Work in excess of the standard work week is permissible
provided that the worker is compensated at a rate of not less than one and a half times the basic rate
of pay for all hours worked in excess of 40 hours in the work week. The requirements of 40 U.S.C.
3704 are applicable to construction work and provide that no laborer or mechanic must be required to
work in surroundings or under working conditions which are unsanitary, hazardous or dangerous.
These requirements do not apply t o the purchases of supplies or materials or articles ordinarily
available on the open market, or contracts for transportation or transmission of intelligence.
(F) Rights to Inventions Made Under a Contract or Agreement. If the Federal award meets the
definition of “funding agreement” under 37 CFR §401.2 (a) and the recipient or subrecipient wishes to
enter into a contract with a small business firm or nonprofit organization regarding the substitution of
parties, assignment or performance of experimental, developmental, or research work under that
“funding agreement,” the recipient or subrecipient must comply with the requirements of 37 CFR Part
401, “Rights to Inventions Made by Nonprofit Organizations and Small Business Firms Under
Government Grants, Contracts and Cooperative Agreements,” and any implementing regulations
issued by the awarding agency.
(G) Clean Air Act (42 U.S.C. 7401-7671q.) and the Federal Water Pollution Control Act (33
U.S.C. 1251-1387), as amended—Contracts and subgrants of amounts in excess of $150,000 must
contain a provision that requires the non-Federal award to agree to comply with all applicable
standards, orders or regulations issued pursuant to the Clean Air Act (42 U.S.C. 7401-7671q) and the
Federal Water Pollution Control Act as amended (33 U.S.C. 1251-1387). Violations must be reported
to the Federal awarding agency and the Regional Office of the Environmental Protection Agency
(EPA).
(H) Debarment and Suspension (Executive Orders 12549 and 12689)—A contract award (see 2
CFR 180.220) must not be made to parties listed on the governmentwide exclusions in the System for
Award Management (SAM), in accordance with the OMB guidelines at 2 CFR 180 that implement
Executive Orders 12549 (3 CFR part 1986 Comp., p. 189) and 12689 (3 CFR p art 1989 Comp., p.
235), “Debarment and Suspension.” SAM Exclusions contains the names of parties debarred,
suspended, or otherwise excluded by agencies, as well as parties declared ineligible under statutory
or regulatory authority other than Executive Order 12549.
(I) Byrd Anti-Lobbying Amendment (31 U.S.C. 1352)—Contractors that apply or bid for an award
exceeding $100,000 must file the required certification. Each tier certifies to the tier above that it will
not and has not used Federal appropriated funds to pay any person or organization for influencing or
attempting to influence an officer or employee of any agency, a member of Congress, officer or
employee of Congress, or an employee of a member of Congress in connection with obtaining any
Federal contract, grant or any other award covered by 31 U.S.C. 1352. Each tier must also disclose
any lobbying with non-Federal funds that takes place in connection with obtaining any Federal award.
Such disclosures are forwarded from tier to tier up to the non-Federal award.
(J) Procurement Of Recovered Materials. A non-Federal entity that is a state agency or agency of a
political subdivision of a state and its contractors must comply with section 6002 of the Solid Waste
Disposal Act, as amended by the Resource Co nservation and Recovery Act. The requirements of
Section 6002 include procuring only items designated in guidelines of the Environmental Protection
Agency (EPA) at 40 CFR part 247 that contain the highest percentage of recovered materials
practicable, consistent with maintaining a satisfactory level of competition, where the purchase price
of the item exceeds $10,000 or the value of the quantity acquired during the preceding fiscal year
exceeded $10,000; procuring solid waste management services in a manner that maximizes energy
and resource recovery; and establishing an affirmative procurement program for procurement of
recovered materials identified in the EPA guidelines.
APPENDIX D
________________________________________________________________________
FEMA Recovery Policy
_______________________________________________________________________
ITB 2020-006-JC
Derelict Vessels Removal and
Disposal
PROCUREMENT DEPARTMENT
1755 MERIDIAN AVE, 3RD FLOOR
MIAMI BEACH, FLORIDA 33139
ATTACHMENT C
SUNBIZ & PROPOSAL RESPONSE TO ITB
11/19/2020 Detail by Entity Name
search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=EntityName&directionType=Initial&searchNameOrder=VIKINGDIVINGS…1/2
Document Number
FEI/EIN Number
Date Filed
State
Status
Department of State / Division of Corporations / Search Records / Search by Entity Name /
Detail by Entity Name
Florida Profit Corporation
VIKING DIVING SERVICES, INC.
Filing Information
P02000093941
55-0794130
08/28/2002
FL
ACTIVE
Principal Address
3420 ENTERPRISE RD.
FT. PIERCE, FL 34982
Changed: 04/26/2013
Mailing Address
P.O. BOX 9487
PORT ST LUCIE, FL 34985
Changed: 04/21/2007
Registered Agent Name & Address
HARSTER, THORE H
2899 SE Grand Dr
PORT ST LUCIE, FL 34952
Name Changed: 04/29/2005
Address Changed: 04/14/2014
Officer/Director Detail
Name & Address
Title PSD
HARSTER, THORE H
2899 SE GRAND DRIVE
PORT ST LUCIE, FL 34952
Title VPTD
D
11/19/2020 Detail by Entity Name
search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=EntityName&directionType=Initial&searchNameOrder=VIKINGDIVINGS…2/2
ALAYO, PILAR
2899 SE GRAND DRIVE
PORT ST LUCIE, FL 34952
Annual Reports
Report Year Filed Date
2018 03/26/2018
2019 04/29/2019
2020 02/28/2020
Document Images
02/28/2020 -- ANNUAL REPORT View image in PDF format
04/29/2019 -- ANNUAL REPORT View image in PDF format
03/26/2018 -- ANNUAL REPORT View image in PDF format
04/05/2017 -- ANNUAL REPORT View image in PDF format
04/11/2016 -- ANNUAL REPORT View image in PDF format
04/24/2015 -- ANNUAL REPORT View image in PDF format
04/14/2014 -- ANNUAL REPORT View image in PDF format
04/26/2013 -- ANNUAL REPORT View image in PDF format
04/10/2012 -- ANNUAL REPORT View image in PDF format
04/30/2011 -- ANNUAL REPORT View image in PDF format
11/10/2010 -- ADDRESS CHANGE View image in PDF format
01/26/2010 -- ANNUAL REPORT View image in PDF format
04/03/2009 -- ANNUAL REPORT View image in PDF format
04/30/2008 -- ANNUAL REPORT View image in PDF format
04/21/2007 -- ANNUAL REPORT View image in PDF format
04/28/2006 -- ANNUAL REPORT View image in PDF format
04/29/2005 -- ANNUAL REPORT View image in PDF format
05/07/2004 -- ANNUAL REPORT View image in PDF format
05/01/2003 -- ANNUAL REPORT View image in PDF format
08/28/2002 -- Domestic Profit View image in PDF format
Florida Department of State, Division of Corporations
Viking Diving Services, Inc
18 years 10-16
3420 Enterprise Rd
Fort Pierce
34982Florida
772-460-6710
772-607-7200
N/A
Thor H. Harster
thor@vikingdivingservices.com
55-0794130
954-439-2330
N/A
Viking Marine Industries, Inc
18 year in Florida
Thor H. Harster President
Town of Highland Beach, FL
Eric Marmer, MPA
3614 S. Ocean Blvd, Highland Beach, FL 33487
561-637-2026
emarmer@highladbeach.us
Resolve Marine Group
Troy Caras, Salvage Master
1510SE 17th Street, Ste 400. Fort Lauderdale, FL 33316
954-650-3007
tcaras@resolvemarine.com
Removal and dispossal of a derelict 40 ft twin mast centerCockpit sailboat from the Highland Beach shores, FL.
Viking crews assisted the GC in various jobs:- BP Oil Spill Emergency Response, with the recovery of all encounter debris and oils in the Orange Beach Area, AL- Hurricane Michael ER, with the fuels, oils, and hazards contain and dispossal in the Panama City Beach Area, FL- Sunken Barge with equipment, dive crew and salvage support for the salvage located in Fort Pierce Inlet, FL- Bahama Salvage- West Palm Beach USCG salvage
Army Corp of Enginners
Allan Morris, Civil Engineer
701 San Marcos Blvd. Jacksonville, FL 32207
904-232-2258
allan.d.morris@usace.army.mil
Shark & Cathalina Derelict Vessel, removal of fuels, oils, harzards as per DEP & USCG. Repair AND tow from the intercoastal waterways of Dania Beach to a specific Coral Reef location in Miami Dade County, FL
Intercoastal Marine, Inc
Alex Reyes, Project Manager
areyes@imi.com.pa / reyesa@psi.net.pa
011-507-317-6670
Assistin in few projects:-Sunken Large Barge cutt up and removal from the Port of Balboain Ancon, Panama.-Seven Derelict Franch Vessels remove from the El Diablo Areain the Panama Canal, Panama
Calle 53 Obarrio, 8th Floor, Panama, Panama
Part A – General Bidder Information.
FIRM NAME:
NO. OF YEARS IN BUSINESS:NO. OF YEARS IN BUSINESS
LOCALLY:
NO. OF EMPLOYEES:
OTHER NAME(S) BIDDER HAS OPERATED UNDER IN THE LAST 10 YEARS:
FIRM PRIMARY ADDRESS (HEADQUARTERS):
CITY:
STATE: ZIP CODE:
TELEPHONE NO.:
TOLL FREE NO.:
FAX NO.:
FIRM LOCAL ADDRESS:
CITY:
STATE: ZIP CODE:
PRIMARY ACCOUNT REPRESENTATIVE FOR THIS ENGAGEMENT:
ACCOUNT REP TELEPHONE NO.:
ACCOUNT REP TOLL FREE NO.:
ACCOUNT REP EMAIL:
FEDERAL TAX IDENTIFICATION NO.:
BIDDER IS:
_____CORPORATION / _____PARTNERSHIP / _____SOLE PROPRIETORSHIP / _____OTHER (If other, specify:________________________)
Viking Diving Services, Inc
18 year in Florida 18 years 10-16
3420 Enterprise Rd
Fort Pierce
Viking Marine Industries, Inc
Florida
772-460-6710
34982
N/A
772-607-7200
N/A
Thor H. Harster
954-439-2330 cell
N/A
thor@vikingdivingservices.com
55-0794130
Part B – Operational & Management Information.
1. Provide the names of each owner (stockholder, sole proprietor, and partner), director, or officer of the
company, below. Submit additional names on a separate sheet if required.
Owner Ownershippercentage Directorship/Office type
2. Provide three (3) clients for which the bidder has provided the referenced services in the last five (5)
years.
Project Description of Work Project Reference
Name:
Email:
Telephone:
Name:
Email:
Telephone:
Name:
Email:
Telephone:
3. Is the bidder currently barred by a governmental agency, from bidding as a prime or subcontractor?
YES NO
If yes, state debarment period and the reason(s) for debarment?
4. Has the bidder or any of its owners, directors, officers, or agents been convicted of a crime or had a
claim that was filed in a court and mediated or arbitrated during the last five (5) years?
1 YES NO
If yes, why?
5. Is an affiliate of the bidder prequalified by the City of Miami Beach for any work?
YES NO
If yes, state the name of the affiliate?
Thor H. Harster 51% President
Pilar Alayo 49% VP, Treasurer
Dockside Inn Resort & Marina
772-692-9477
Ben Baummier / Marty Kenealy
marty@brothersconstructionfl.comOld sunken Barge cutt up and removal in the Fort Pierce Inlet
45' Sailboat Re-float & removal
Maurice Petz
lindenmarine@yahoo.com
772-349-0727
Palm City Derelict Vessel
6. Is the bidder a parent, subsidiary, or holding company for another company?
YES NO
If the answer is "yes," identify the company and type of relationship(s), below:
Company Type of affiliation (parent or subsidiary) Period of affiliation
7. Is an owner, director, officer, or agent of the bidder affiliated with another company?
1 YES NO
If the answer is "yes," provide the following information for each individual and the affiliated company.
Individual´s name Affiliated company´s name Period of
affiliation
Type of affiliation (e.g.
officer, director, owner or
employee)
8. Is the bidder currently the debtor in a bankruptcy case or file for bankruptcy during the last five (5) years?
1 YES NO
If yes, explain and attach, as applicable, the relevant case and court documents, including (but not
limited to): the original petition, including the case number and the date that the petition was filed; a
copy of the bankruptcy court's discharge order, and any other document that ended the case, if no
discharge order was issued.
9. Has any owner, director, officer, or agent for the bidder, or has any business organization in which any
such person was an owner, director, officer, or agent filed for or been discharged in bankruptcy within the
past five (5) years?
1 YES NO
If yes, explain and attach a copy of the discharge order, order confirming plan and if a Corporate
Chapter 7 case, a copy of the notice of commencement.
10. Has any owner, director, officer, or agent of the bidder owned or managed a company under any other
name in the last five (5) years?
1 YES NO
If yes, explain.
Thor H. Harster Viking Marine Holdings, LLC 7 y Partner
Viking Marine Industries, Inc 17 years VP, Secretary
Pilar Alayo Viking Marine Holdings, LLC 7 Y Partner / owner
Viking Marine Industries, Inc 16 years President
11. Has the bidder been assessed or paid any fines on any contract during the past five (5) years, whether the
project was publicly or privately owned?
1 YES NO
If yes, explain.
12. Are there currently any liens, suits, or judgments of record pending against any owner, director,
officer, or agent for the company that is related to the business activities of a business organization?
1 YES NO
If yes, explain.
13. Has the bidder or any of its owners, officers, or partners ever been convicted (criminal) or found liable
(civil) for making either a false claim or material misrepresentation to any public agency or entity?
1 YES NO
If yes, explain.
14. Has the bidder or any of its owners, officers, or partners ever been convicted of any a federal or
state crime?
1 YES NO
If yes, explain.
15. Is any officer, director, employee or agent, or immediate family member (spouse, parent, sibling, and child) of
any officer, director, employee or agent, an employee of the City of Miami Beach?
YES NO
If yes, state name, title and share of ownership
Name Title Share (%) of Ownership
16. Has the bidder, or any officer, director, employee or agent, contributed to the campaign either directly or
indirectly, of a candidate who has been elected to the office of Mayor or City Commissioner for the City
of Miami Beach?
YES NO
If yes, provide details.
17. Equal Benefits for Employees with Spouses and Employees with Domestic Partners. Purchases
hereunder are subject to the requirements of Equal Benefits for Domestic Partners Ordinance 2005-3494 that
requires bidders with more than 51 employees and City volume greater than $100,000 to provide “Equal
Benefits” to their employees with domestic partners, as they provide to employees with spouses. The Ordinance
applies to all employees of a bidder who works within the City limits of the City of Miami Beach, Florida; and the
Contractor’s employees located in the United States, but outside of the City of Miami Beach limits, who are
directly performing work on the contract within the City of Miami Beach.
A. Does your company provide or offer access to any benefits to employees with spouses or to spouses of
employees?
YES NO
B. Does your company provide or offer access to any benefits to employees with (same or opposite sex)
domestic partners* or to domestic partners of employees?
YES NO
C. Please check all benefits that apply to your answers above and list in the “other” section any additional benefits not
already specified. Note: some benefits are provided to employees because they have a spouse or domestic
partner, such as bereavement leave; other benefits are provided directly to the spouse or domestic partner, such
as medical insurance.
BENEFIT Company Provides
for Employees with
Spouses
Company Provides
for Employees with
Domestic Partners
Company does not
Provide Benefit
Health
Sick Leave
Family Medical Leave
Bereavement Leave
18. Moratorium on Travel to and the Purchase of Goods or Services from North Carolina and Mississippi. Pursuant
to Resolution 2016-29375, the City of Miami Beach, Florida prohibits the purchase of goods or services sourced
in North Carolina and Mississippi. Are any of the products for which the bidder is seeking to be prequalified
sourced in North Carolina or Mississippi?
YES NO
If yes, which brands.
BIDDER AFFIDAVIT
The undersigned agrees that s/he: 1) is a principal of the bidder duly authorized to execute the foregoing
Contractor Prequalification Certification Application, and that the contents of said document(s) are complete, true,
and correct to the best of his/her knowledge and belief; 2) s/ certifies that the application and supporting
documents include all of the material information necessary to validate the status of the company for
prequalification purposes; 3) s/ shall notify the Procurement Department within fifteen (15) days and provide a
notarized statement whenever a change occurs in the ownership, management, or financial condition of
the company. Further, any prequalified contractor, including its principal(s), director(s), and any affiliate, who
is a party to any misrepresentation to obtain business or contracts with the City of Miami Beach shall be
declared delinquent and have its certificate suspended or revoked and will be subject to debarment and any
other penalties prescribed by law.
The undersigned affirms that the bidder agrees: 1) to complete and unconditional acceptance of the terms and
conditions of this document, inclusive of attachments, exhibits and appendices; 2) that it has not colluded, nor
will collude, with any other bidder; 3) that all information contained herein is part of the public domain as defined
by the State of Florida Sunshine and Public Records Laws; 4) that all responses, data and information contained
in the bid are true and accurate.
Name: Title (must be a principal of the bidder):
Signature: Date:
[THE REMAINDER OF THIS PAGE IS LEFT INTENTIONALLY BLANK]
Thor H. Harster President
10/28/2020
. . . . . . . . .
. . . . . . . . . . . . . . . . . . . . . . . . . . . .
Viking Diving Services, Inc.
Founded in 2002, Viking Diving Services, Inc is a diving contractor located in Ft Pierce, Florida and a provider of underwater services inland,
coastal and offshore. Viking offers clients safe and effective solutions to their complex problems. We mostly focus on Florida but have worked all
over the U.S, Panama, Ecuador, and Cuba. We perform work for multiple government agencies to include: SFWMD, FDOT, USACE, USCG,
FDEP, etc.
Our Founder Mr. Thor Harster is a second generation Commercial Diver Following his Father enlisting in the US Navy as a Diver, Initially trained
by the US Army he pursued a degree in Diving/Marine Technologies to further his Knowledge in the field of commercial diving.
Thru out the past 30 years Mr. Harster diving experienced continued to grow , performing Salvage projects all over the Globe and involved in
numerous construction projects both Heavy and small, In addition Mr. Harster completed his Marine specialty Contractors License (GC) to
ensure Projects were performed right the first time
Our current key staff members have over 50 years of experience combined providing quality commercial diving services and marine construction
to clients around the country and South America.
Our trained and experienced personnel have performed underwater inspection, construction, and maintenance projects on numerous dams,
pump station facilities, port authorities, large and small bridges, pipelines, water intake and outfall systems, stilling basins, mooring buoys
system maintenance, docks, water storage tanks, wastewater treatment facilities, marine ways, and commercial vessels and barges.
Viking Diving Dive crews routinely work at heavy construction Projects, major industrial, and government sites.
Viking is very familiar working at the local, State and Federal level projects offering our clients competent in water capabilities such as:
Underwater welding
Underwater burning (cutting)
Core drilling
Sheet pile inspections (visual and ultrasonic)
Cathodic protection, anode inspection & installation
Wreck and Debris removal
Underwater Video Inspection / DVD’s
Calcium and sediment removal Water Storage Tanks
Pipeline installation and inspections
Intake/outfall inspection and cleaning
Underwater dredging and jetting
Underwater concrete repairs
Environmental services and emergency response
Heavy lift salvage
Storm sewer and box culvert de-silting
Extensive underwater bridge / demolition / pile inspection / restoration
Installation of articulated concrete mattresses and gabion mattresses for erosion control
Viking Diving is an Equal Opportunity Employer and does not unlawfully discriminate on the basis of race, color, religion sex, nationality, age,
veteran status, marital status, or any other factor not related to job performance or job requirement.
In the next pages you will find some work experiences for your information.
If you would like to have more details on an specific task, please do not hesitate to contact us.
P.O. Box 9487, Port St Lucie, FL 34985 * 772-460-6710 * 772-335-8556 fax
Terminal 3, Marine Works in Cape Canaveral, FL
Sep 2019 – Feb 2020
Underwater welding of pad eyes along the seawall for installation and pumping of different sizes of articulated block mattresses, approx 134,000 sq ft
GC: Rush Marine, LLC
Owner: Port Canaveral Authority
Pipelines Removal off the shore coast of Roanoke Island in NC
Aug – Sep 2019
To assist in providing commercial dive team with equip for the expose of pipeline, getting and rigging
GC: Weeks Marine
Dock Repair after Hurricane Matthew in Cape Canaveral, FL
July 2019
Provide dive equipment as per EM-385 regulations for old concrete dock debris removal and sheet pile cutting in the Patrick Air Force Base
GC: Integrated Construction Management
Owner: Department of Defense
I-75/Turnpike Interchange Project
Jul – Sep 2019
Conducted dredging operation using hydraulic pump with hoses for the removal and disposal of all sediment and debris existing on 5 culverts
GC: The Middlesex Company
Owner: FDOT
FDOT SR80 Southern Bridge Replacement in Palm Beach County, FL
Apr – May 2019
Supply Commercial Dive Team as per OSHA for the installation of casings in the construction of the new bridge
GC: Johnson Bros. Corporation, a Southland Company
Owner: FDOT
Hurricane Michael ESF-10 Response in Panama City Beach, FL
Sep – Oct 2018
Provided personnel and resources necessary for the fuel removal, recovery and transportation of derelict vessels stranded or submerged by Hurricane Michael
GC: Global Diving & Salvage Inc
Owner: USCG Miramar Beach, FL
Derelict Vessel Removal in Martin County, FL
Jul 2018
Assisting with the personnel and lifting equipment for the removal and disposal of a 45’ sunken sail boat
GC: Linden Marine
Owner: Martin County, FL
Sunken Vessel/Barge Cut Up in Fort Pierce Inlet, FL
Apr -2018
Underwater cutting of a sunken vessel (barge approx 25’x40’) cutting done 5’ away from the Mangrove roots towards the channel and disposed
GC: Brothers Construction Inc
Owner: Dockside Inn & Resort Marina
S-50 Structure Repairs and Bank Stabilization in Fort Pierce, FL
Sep 2017 – Mar 2018
Installation and removal of numerous anchors systems to secure flooding manatee barrier
Underwater installation of approx 26,000 sq ft of PMM for erosion control at the east side of the spillway structure
Underwater installation of approx 26,000 sq ft of Rip Rap on top of the PMM
GC: Brothers Construction Inc
Owner: SFWMD
Lee County Scour Counter Measure in Fort Myers, FL
Jul – Oct 2016
Chanel air lifting approx 250 CY, Installation of approx 1762 SY of articulated block mats and approx 149 TN of bedding stone
GC: Coastal Marine Construction Inc
Owner: FDOT
Bridges Scour Countermeasure in Sarasota, FL
Jan – Apr 2016
Installation of approx 11,801 sq ft of articulated block mats for erosion control
GC: Douglas N. Higgins Inc
Owner: FDOT
Hillsboro Inlet Bridge Rehabilitation Project
Aug 2015 – Mar 2016
Installation of approx 6775 SY of gabion mats for erosion control and Large Rip Rap on top of the PMM
GC: PCL Civil Constructors, Inc
Owner: FDOT
Slip # 3, Bulkhead Rehabilitation in Riviera Beach, FL
Aug 2014 – Jan 2015
Assistance with installation of King Pile, H beams, welding of tie back system to secured new seawall, installation and removal of sheet pile wall
GC: Shoreline Foundation Inc, Proj. Manager Carlos Varela
Owner: Palm Beach Port
I-595 Express Roadway Corridor, Davie, FL
Sep 2011 – Apr 2014
Underwater Inspection of approx 9 miles of turf reinforcement matt installed on both banks of C-41A Canal
GC: Dragados USA
Owner: FDOT
Poland Street Wharf Critical Repairs of Berth 4 & 5 – New Orleans, LA
September 2012 – March 2013
Underwater debris removal, video inspection
Underwater installation of approx 135 fiberglass pile jackets
GC: South Gulf Inc
Owner; USDOT, maritime Administration
Trash Rake & Rack Replacement - Wellington, Florida
January – February 2013
Underwater installation of six new trash racks for pump station S-362
GC: Murray Logan
Owner: USACE & SFWMD
Fort Pierce Marina Rehabilitation – Fort Pierce, Florida
November 2012 – December 2013
Installation of rocks and mats for erosion control
G.C: Lucas Marine Acquision
Owner: City of Fort Pierce
Flagler Bridge Emergency Repairs - Palm Beach, Florida
June – November 2013
Underwater core drill, brakes installation and jacks
GC: Archer Western
Owner: FDOT
Matlacha Bridge Replacement – Matlacha, Florida
November – December 2013
Underwater cutting of concrete old piles and debris removal
GC: Archer Western
Owner: FDOT
Scour Countermeasure, Tampa, FL
Sep 2011 – Mar 2012
Installation of approx 6,168 SY Articulated Concrete Block, and bedding stone. Video inspection and debris removal
GC: Inland Construction and Equipment
Owner: FDOT
C44 Canal Reservoir, Intake Canal, Indiantown, FL
2012
Installation of geotextile, articulated concrete blocks and anchored reinforce. Underwater inspections
GC: Phillips & Jordan Inc
Owner: USACE
Tampa Bay Water C.W. Young Reservoir in Lithia, FL
Nov 2011
Underwater video and inspection of 7 Aeration Towers with in reservoir, repairs and adjustments. Final DVD and report submittal
Owner: Veolia Water North America – South, LLC
C41A Canal Inspection in Okeechobee, FL
Sep 2011 – Mar 2012
Underwater inspection of approx 9 miles of turf reinforcement matt installed on sites of the C41A Canal
GC: SFWMD
St Lucie Tainter Gate Replacement in Stuart, FL
Oct 2010 – Jan 2011
In water sealing of stop logs, Dive teams installed Tarps and plastic on the up river side of the stop logs to create a dry environment to pull and repair
Tainter gates. Assistance with installation of new gates, Dive teams assisted the Prime Contractor with the unbolting and crane rigging of the removal and
installation of new gates. Debris removal, Dive teams swam the upstream side of the locks removing any debris such as logs and trash from the area.
GC: Shoreline Foundation Inc
Owner: USACE
Derelict Vessels Shark & Catharina, Dania Beach, FL
Aug 2010
Removed all waste hazard fluids for the proper disposal of 2 vessels, prepare both for sinking to a location indicated by the USCG in Miami, FL
Owner: USACE Jacksonville District
Bridge of Lions in St Augustine, Florida
2010
Underwater cutting of 24” steel pipe pile at -2.0’ mud elevation and assistance with underwater debris removal
GC: Skanska USA Civil Southeast Inc
Owner: FDOT
Jewfish Creek Bridge in Key Largo, Florida
Sep 2007 – Mar 2009
Underwater burning of approx 135 steel casings at elevation -2.0’ M.L.W., Underwater debris removal and inspections
GC: Granite Construction Company
Owner: FDOT
Kissimmee River Restoration, FL
Nov 2006 to March 2007
Contracted to support Bridge Construction throughout life of contract
GC: American Bridge Company, Project Manager - Jack Cheneville
Jupiter Inlet District, Jupiter, FL
Dec 2006.
Contracted to salvage and re-float Mobro Barge (140 x 60 ft) U/W weld repair to spud weld
GC: Shoreline Foundation Inc
Sunny Point Weapons Depot; Sunny Point, NC
Mar - Apr 2006
Piling inspection of 3000 piles in support of pre analysis of design build prior to construction
GC: URS Engineering
Owner: NAVFAC
Puget Sound Naval Shipyard; Bremerton, WA
June 2005 - Feb 2006
Monitoring all Blow count recording for pier rehabilitation. Project also included rehab of O/2 line, approx 3000’; demolition of existing buildings to include disposal
of hazmat, and any re-use materials, dirt work. Compaction testing and concrete formwork in preparation of slab placement. Salvage and debris disposal.
GC: American Bridge Company
Owner: NAVFAC
Port of Miami; Miami-Dade, FL Port Operation
July 2005 - Aug 2005
To perform U/W video of seawall at 6 berth locations, also performing Salvage and debris removal at existing Berths
GC: Shoreline Foundation Inc.
Owner: Miami Dade County
Bicentennial Park; Miami, FL
Feb 2005 - Sept 2005
Performed all underwater formwork and welding in support of seawall cap pours. Other duties included installation of 72” outfall, and sheet pile burn-offs
GC: Shoreline Foundation Inc Project Manager - Fred Maxwell
Truman Navy Base; Key West, FL
2002-2005
600 LF of U/W welding to include sheet pile cut-offs and seawall tie ins. When not diving, Vikings’ personnel was involved in driving sheet pile, formwork, dirt work,
and topside welding. Salvage and debris removal
GC: American Bridge Company, Project Manager: Steve Renner
Owner: USACE
. . . . . . . . .
. . . . . . . . . . . . . . . . . . . . . . . . . . . .
Viking Diving Services, Inc
VIKING RATES FOR 2019
Diver Personnel Rates:
Non Prevailing Wages Rates:
3 Man Dive Team Rate ………………… $2,000.00 per day
3 Man Dive Team OT Rate ……………. $325.00 per OT
4 Man Dive Team Rate ……………..….. $2,710.00 per day
4 Man Dive Team OT Rate ………..…… $485.00 per OT
FL Prevailing Wages Rates:
3 Man Dive Team Rate ………………… $3,250.00 per day
3 Man Dive Team OT Rate ……………. $530.00 per OT
4 Man Dive Team Rate ……………..….. $3,850 per day
4 Man Dive Team OT Rate ………..…… $640.00 per OT
Equipment Rates:
Heavy Equipment Day Rates:
2 Transportation $100.00
4 40’x10’ floating barges with 8 pin connectors ea $430.00
4 4 Barge cleats $50.00
2 Rnd Spuds 44’ $20.00
2 Spud Pkts $20.00
1 18 Ton RT Crane $225.00
2 20’ storage container $10.00
1 28’ Work boat with A frame and lifting hydraulics $320.00
1 20’ Work boat with 15 Ton hydraulic winch $275.00
1 20’ Aluminum Pontoon Dive Boat $180.00
8 Wood Crane mats 1’x5’x20’ ea $50.00
2 15 Ton Air Tuggers $175.00
1 500 g Diesel Fuel Container with pump $15.00
1 500 g Gas Fuel Container with pump $15.00
Page 2 of 3
2 Welders 400 AMP with leads/ground cable for top-site $100.00
Dive Equipment Day Rates:
1 Dive Air compressor/volume tank/Air Filter Sys/Umbilicals 250’x2 $410.00
1 Diving Manifold $60.00
2 Communications Systems (Dive Radio) $80.00
1 whip 25’ hoses / black $40.00
2 Dive Helmet KB $80.00
2 Bail out Bottles with harnesses ea $30.00
1 Breathing Air – Emergency Bottles - 330 cu ft with regulator $30.00
1 Ladder aluminum $10.00
1 DAN O2 Unit Case $30.00
1 Underwater Video system $150.00
1 Underwater Ultrasonic Thickness Gauge $500.00
3 Lifting Bags Open bottom 6,000 – 8,000 lbs $50.00
1 Air Lifts 4”, 6” Aluminum with 1-25’ discharge hose $35.00
1 Air Lift 8” Steel with 1-25’ discharge hose $50.00
Fuel Removal Equipment Day Rates:
1 185 CFM Air Compressor w/hoses $175.00
1 2” diaphragm pump $60.00
4 2’ suction hoses 25’ ea $40.00
2 2” discharge hoses 50’ ea $25.00
8 Fuel totes 275 gallons ea $30.00
1 Oil sorbent pads heavy (100) $75.00
Miscellaneous Equipment available upon request Day Rates:
1 Burning leads 250’ with Broco torch $85.00
1 Welding leads with Broco Stinger $95.00
1 Ground cables 250’ $25.00
1 Knive Switches $25.00
1 4” u/w hydraulic pump $75.00
1 4” trash pump $75.00
4 3” Suction hose 25’ ea $60.00
Page 3 of 3
2 3” discharge hose 100’ ea $50.00
4 4” Suction hose 25’ ea $70.00
2 4” discharge hose 100’ ea $60.00
4 8” Suction hose 25’ ea $80.00
2 8” discharge hose 50’ ea $70.00
1 Oxygen bottles to refill $10.00
1 Oxygen Regulators – Heavy Duty $50.00
Terms & Conditions:
Customer shall perform routine maintenance on the equipment, including inspection and
maintenance of fuel and oil levels, grease, leaks, filters, cutting edges and cleaning in
accordance with the manufacture’s specifications.
Customer assumes all risks associated with the equipment during the agreement period,
including injury and damage to persons, property and the equipment.
Customer shall report and pay all taxes, fees and charges associated with the equipment,
with the use of the equipment, and with revenues and profits arising out of the used of the
equipment, including, but not limited to, sales taxes, property taxes, etc.
Customer shall provide Viking certificate of insurance naming Viking Marine Holdings,
LLC as additional insured and loss payee.
Customer must contact Viking to request pickup of equipment, or return equipment at
3420 Enterprise Rd, Fort Pierce, FL 34985 during business hours.
Customer is responsible for and shall only permit properly trained, authorized individuals
who are not impaired (under the influence of drugs or alcohol to use the equipment)
Misuse of the equipment or using damaged or malfunctioning equipment may result in
serious bodily injury or death.
This is an agreement, you are not buying these equipment. You are entitled to a
completed copy of this agreement when you sign it.
Mobilization
To be determined, thru pricing will be based on time and material, receipts provided
Thank you for contacting us, we are looking forward to helping out with any project.
Best regards,
Thor Harster
thor@vikingdivingservices.com
3420 Enterprise Rd, Fort Pierce, FL 34982 * Phone * 772-460-6710 fax 772-607-7200
Thor H. Harster
FL License No.: SCC131151606
Business Owner and CEO of Viking Diving Services Inc and Viking Marine Industries inc with 30+ years in the Marine
Construction / Commercial Diving industry which encompass many varied fields from heavy construction to nuclear
controls. My strengths include: the ability to oversee contracts from procurement to finalization, including knowledge
of overseas contracts, rules and regulations, and local NAVSEA / NAVFAC requirements including working and
applied knowledge of EM 385. I have the ability to motivate, teach, and direct others to accomplish any given task.
ability to work closely with a construction team in scheduling, estimating, planning, and any other engineering
concerns. The ability to handle contract negotiation, Subcontractor procurement and management, and any and all
Safety concerns, including OSHA / USACE compliance.
2002 – Present VIKING DIVING SERVICES, INC
Diving/Salvage Company involved in all underwater services. Duties include: job procurement, Federal,
County, and State contracts, Planning, Estimating, Project Logistics, Budgeting, Job Cost tracking, Contract
negotiation, implementation, Change Orders, RFI’s, Quality Controls reports and documentations, Dive
Plans, AHA’s, EHA’s, and Safety Manuals.
2004 – Present VIKING MARINE INDUSTRIES, INC
Heavy Civil & Marine Construction Company involved in all phases Inland and Marine Construction. Duties
include: job procurement, Federal, County, and State contracts, Planning, Estimating, Project Logistics,
Budgeting, Job Cost tracking, Contract negotiation, implementation, Change Orders, RFI’s, Quality Controls
reports and documentations, Dive Plans, AHA’s, EHA’s, and Safety Manuals.
Sample Projects Completed:
Aug – Mar 2018 S-50 Structure Repair and Bank Stabilization, Ft Pierce, FL Brothers Construction
Installation and removal of numerous anchors systems to secure flooding manatee barriers, underwater installation
of approx 26,000 sq ft of PMM for erosion control at the east side of the spillway structure and installation of RIP RAP
on top of the 26,000 sq ft marine mattresses
Jan – Mar 2017 Flagler Memorial Bridge, West Palm Beach, FL J.B. Fay Company / FDOT
Divers to cut and remove all micro pile installed in 2013 for bridge removal using hydraulic tools and burning
Debris removal and inspection
Aug to Oct 2016 S-13 Pump Station, Davie, FL Douglass Higgins / SFWMD
Underwater and grinding of steel H beams, underwater welding channels with stainless steel rods, video inspection
and daily job recording, assistance with the installation of trash rakes and debris removal
Aug to Dec 2016 Hurricane Bay Bridge, Ft Myers, FL Coastal Marine Construction / FDOT
Debris removal for the installation of 1760 sq yd of ACB mattresses under bridge for erosion control
Aug 2016 Portable Water Tank Clean Up City of Plantation
Clean up sediment of 1MG, 3MG storage tanks and 1 well tank
July 2016 Cruise Terminal J Inspection CH2M Hill / Miami Dade County Seaport Dept
Underwater Ultrasonic Thickness Testing of approx 1500 lf of sheet pile
Apr to Jul 2016 Lake Jackson, Sebring, FL Douglass Higgins / FDOT
Removed sediments and large rip rap with airlift and mechanical dredging operations under bridge
Jan to Mar 2016 Sarasota County, FL Douglass Higgins / FDOT
Debris removal, excavation (airlifting operations), installation of ACB mattresses for erosion control at 4 different
locations for erosion control purposes
Sep to Dec 2015 Okeechobee & Glades Counties, FL Douglass Higgins / FDOT
Debris removal, airlifting operations, installation of ACB mattresses for erosion control at 3 difference locations
Aug to Sep 2015 Manatee Gates Replacement, Ortona Locks, FL USACE Clewiston
April 2015 Manatee Gates Replacements, Port Mayaca, FL USACE Clewiston
2014 – 2015 Norris Cut Channel Project, Key Biscayne, FL Nicholson Construction / MDWSD
Divers welded four steel plates inside 1000 mm casings
Divers entered large auger cast cofferdam to remove debris and clear for concrete seal pour
Assistance with concrete pumping and assuring seal was established, 100 ft bottom of the shaft to inspect installation
of rebar dowels.
2014 – 2015 Slip # 3 Bulkhead Repairs, Port of Palm Beach Shoreline Foundation
Removal of existing seawall and installation of new seawall
June 2014 Culvert Inspection, Ft Pierce, FL St Lucie County
Underwater video inspection and reports
Jun – Oct 2013 Flagler Memorial Bridge Emergency Repairs Archer Western / FDOT
Installation of jacking system to raise bridge footing, debris removal
April 2013 Little Debbie Salvage, GITMO, Cuba Inland Construction
Divers assistance with the salvage of a 52 ft long sunken vessel, oil recovery and clean up.
Jan – Feb 2013 S-362 Pump Station, Wellington, FL Murray Logan / USACE
Divers assistance in the water installation of new trash rakes and debris removal
2012 to 2014 Ft Pierce City Marina, phase 1 Lucas Marine Acquisition
Installation of numerous gabion mattresses to form barrier islands for storm protection
Sep to Mar 2013 Scour Countermeasure Gandy Bridge, Tampa, FL Inland Construction & Equipment
Underwater debris clean up and video inspection
Underwater installation of approx 6,168 CY of Articulated Concrete Block for erosion control and 780 Tons of
bedding stone on top of it.
Jan 2011 St Lucie Lack and Dam Tainter Gate, Stuart, FL Shoreline Foundation / USACE
In water sealing of stop logs, dive team installed tarps and plastics on the up river side of the stop logs to create a dry
environment to pull and repair gates. Assistance with the installation of new gates
Aug to Sept 2010 Vessel Salvage and Deployment Dania FL USACE Jacksonville District
Vessel Refloat of 2 stranded vessels within intercoastal water ways, Moved to safe location and prepared
for and sinking to reef location offshore
July to Aug. 2010 Gulf Oil spill recovery operations, Orange Beach, AL Resolve Marine
Viking was in charge of additional crews and equipment within specific region and proper deployment of Boom .
Crews sent to assist in the recovery of oil from the waters
Feb to March 2010 Railroad Bridge Removal, Benton IL Bhate Environmental Construction / USACE
Complete removal of 635 ft of wooden pile bridge and all supporting structures to include earth work
October 2009 Underwater Inspection C&D Canal USACE Philadelphia District
Light tower inspection
Sep 2009 Foster Jay Sayers Dam, Howard PA USACE Baltimore District
Concrete core drilling on Dam outfall
June to Dec 2008 Sunken Dock removal, Guayaquil Ecuador
Complete removal of 400 lf of sunken concrete pier for DOLE Company, Working 2 crews 24 hours a day in harsh
environment
Sep to Dec 2007 Jewfish Creek Bridge Project Key Largo, FL Granite Construction Company / FDOT
Underwater burning and removal of pile steel bases.
Jul to Aug 2007 Marina Biscayne Yacht Club, Coconut Grove, FL DLS Prestressed, Inc.
Underwater repairs of 24” concrete piles
Jun to Aug 2007 Salvage 7 Wreck removal Panama Canal Intercoastal Marine Inc
Viking removed 7 old Dredging vessels left by France during the first attempt to dig the Panama Canal, vessels were
cut up and local artifacts were giving to the Panama Port authority
Mar to May 2007 Salvage Port of Balboa, Panama Intercoastal Marine Inc
Removal and disposal of sunken 170 ft Barge buried under 15ft of mud Viking Supplied 2- 12 man crews
1996 to 2002 TITAN MARITIME, ARDENT Dive Supervisor
Salvage Diver/Supervisor for International Diving Company. Performed all phases of salvage recovery and disposal
including underwater burning/welding, patch installation, cargo removal, engine room and hull penetrations,
shipboard rigging, pressurizing hulls for relocating, installation of pumps for dewatering, and installation of 3 chain for
hydraulic lift 1200 tons +. Complete wreck removal and cutups all over the world. Other duties comprised of topside
welding/cutting, supervision of all diving aspects including surd/o2, surd/air and in water decompression. Special
duties encompass complete installation of personally designed decompression chamber including certification,
complete rewrite of company Diving Safety Manual, design and implementation of h/p diving system. Office duties
consist of complete training program for company employees, liaison with national and international diver training
facilities, and implementation of diving rules and regulations as per ADC, EM-385 and HSE.
Samples of projects completed:
Salvage/Removal (DELTA CONVEYOR), Mississippi River 6000 ton lift. Largest lift ever performed in River
Salvage /Removal M/V GALAPAGOS DISCOVERY, Panama Canal
Salvage / removal M/V Coral Bulker, Portugal
Salvage /Removal M/V AN TAI, Kuala Lumpur, Malaysia
1989 to 1995 PUGET SOUND NAVAL SHIPYARD, Bremerton, WA Rigger/Diver WG 5210 / 8
Rigger/Diver assigned to shop 72 dive locker. As Diver Duties encompass all aspects of shipyard work to Performed
underwater hull inspections, installation of cofferdams, screw removals, rudder removals, water sleeve repairs,
Jetting and Airlifting. Other duties include NAVSEA certified hyperbaric welder, fully qualified nuclear worker/diver, all
aspects of shipboard rigging, carrier rigging, engine room rigging, lifting and calculating weights, selection of proper
rigging and handling gear, complete disposal of submarine cutups, reactor jacking, and installation of lead shielding,
Pile installations, Pier Repairs, Concrete work, Formwork, Dry dock maneuvers, Crane work. Also involved in Ocean
Engineering (special projects) Top Secret Clearance required.
1985 to1989 U.S.Army Diver, SGT. OOB Europe & Tacoma WA
EDUCATION
2015 Marine Specialty Contractor License SCC131151606
2011 Marine Firefighting for Land Based Firefighters
1994 Olympic College. Rigging Theory
1992 Highline Comm. College; A.A.S Diving Technology
1988 NDSTC. 2nd Class Dive School, FL
CERTIFICATIONS
Hazwhopper trained
CPR/FIRST AID Certified
Oxygen Provider Certified
Marine Firefighting Training NFPA 1005
Safety Officer Trained
300ton Crane Certification
Heavy Equipment Operator
D3.6 Welding Certification 2G/3G Pipe
Microsoft Office, Excel, Word, Project
NAVSEA Qualified Nuclear Diver
NAVSEA Certified Hyperbaric Welder