ITB-20-044-04 Green Earth Powerwashing LLCC O N T RA C T N O . 20-044-04
MIAMI BEACH
City of Miami Beach, 1755 Meridian Avenue, Jd Floor, Miami Beach, Florida 33139, www.miamibeachfl.gov
PROCUREMENT DEPARTMENT
Tel: 305-673-7490, Fax: 786-394-4235
SE NT VIA E-M A IL TO: kgb @ gre ene arthpo w erw ash .com
M arch 18, 2020
Kenne th Bol sch
G reen Earth Pow erw ashing, LLC .
4455 S aturn Avenue
W est Palm Beach, FL 33406
P h: 561-573-9092
RE: NOTICE OF AWARD OF CONTRACT PURSUANT TO INVITATION TO BID (1TB) NO.
2020-044-AY PRE-QUALIFICATION POOL FOR PURCHASE OF PRESSURE
WASHING SERVICES
Dear Mr. Beisch:
O n February 6, 2020, G reen Earth Pow erw ashing, LLC., (the "Contractor") subm itted to the City
of Miam i Beach, Florida (the "C ity") a request to be prequalified fo r future pro jects in response to
the above-referenced 1TB . The 1TB stipulates, pursuant to Section 0200, Sub-Section 16, Binding
C ontract, that the approval of the C ity Manager's recom m endation by the Mayor and City
C om m ission shall constitute a binding C ontract betw een the City and the aw arded bidder.
Accordingly, this letter shall serve as official notice from the City that the Mayor and Commission,
at its March 18, 2020 m eeting, approved the City Manager's recom m endation, pursuant to the
1TB, to prequalify the Contractor to be eligible to pro vide pressure w ashing services to the City.
It is im port ant to note the w ork m ust be aw arded in accordance w ith the 1TB. Further, no services
may be perform ed until such tim e as the City has issued a Purchase O rder.
If you have any questions regarding this letter of notification of aw ard, you may contact Valerie
V elez, C ontract Analyst, Procurem ent Departm ent, at ValerieVelez@ m iamibeachfl.gov or at
305.673.7490. O therw ise, all other questions should be addressed to the Contract Manager for
this contract, Adrian Morales Director Property Managem ent Departm ent at
AdrianM orales@ m iam ibeachfl.gov or (305) 673-7000 ext. 2932.
IS
D irector P ro curem ent D epartm ent
AD/M E/AG
WVe are committed to providing excellent public service and safety to all who live, work, and play in our vibran t, tropical, historic community.
A TT A C H M E N T A
RESO LU T IO N CO M M ISSIO N IT EM S A N D C O M M ISSIO N
M E M O R A N D U M
R e s ol u ti o n s - C 7 S
MIAMI BEA C H
COMMISSION MEMORANDUM
TO:
FROM:
DATE:
Honorable Mayor and Members of the City Commission
Jimmy L. Morales, City Manager
March 18, 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 (1TB)
2020-044-AY, TO ESTABLISH A POOL OF CONTRACTORS TO PROVIDE PRESSURE WASHING SERVICES,
TO EXPEDITE THE SELECTION OF CONTRACTORS FOR FUTURE PRESSURE WASHING PROJECTS,
AND TO SELECT THE INITIAL POOL OF QUALIFIED CONTRACTORS, AS SET FORTH IN EXHIBIT "A";
FURTHER, AUTHORIZING THE CITY MANAGER TO KEEP THE 1TB OPEN FOR THE PURPOSE OF
PREQUALIFYING ADDITIONAL PRESSURE WASHING CONTRACTORS, AND DELEGATING TO THE CITY
MANAGER THE AUTHORITY TO ADD QUALIFIED CONTRACTORS TO THE POOL, PROVIDED SUCH
VENDORS MEET THE REQUIREMENTS OF THE 1TB; AND FURTHER PROVIDING THAT ANY SERVICE
ORDER IN EXCESS OF $100,000 FOR ANY PROJECT SHALL BE SUBJECT TO THE PRIOR APPROVAL OF
THE CITY COMMISSION.
RE COM MEND ATION
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 1TB 2020-044-AY, to establish a pool of pressure washing services to
expedite the selection of contractors for future pressure washing projects, and the initial pool of qualified contractors, further,
authorizing the City Manager to keep the 1TB open for the purpose of prequalifying additional pressure washing contractors, and
delegating to the City Manager the authority to add contractors to the pool.
BACKGROUND/HISTORY
On January 8, 2020, the City issued an Invitation to Bid 2020-044-AY (the "ITB"). The purpose of the 1TB is to establish a contract,
by means of sealed applications, with qualified contractors for the establishment of a prequalified pool of pressure washing
contractors. The pre-qualified pool established shall effectively create a source of viable suppliers from which the City may issue
Invitation to Quotes (ITQs) for the purchase and delivery of various pressure washing services on an "as needed" basis, during the
term of the contract.
ANALYSIS
The 1TB was issued on January 8, 2020, with bid opening date of February 6, 2020. The Procurement Department issued bid
notices to 2,107 companies utilizing www.bidsync.com website. 62 prospective bidders accessed the advertised solicitation. The
notices resulted in the receipt of 16 responses from: Dream Clean, Inc. ("Dream Clean"), Endi rt LLC ("Endirt"), USA Sweeping dba
Facilities Pro Sweep (''USA Sweeping"), Green Earth Powerwashing LLC ("Green Earth"), HRT Construction Group, LLC ("HRT"),
Jet Set Company ("Jet Set"), King of Pressure, Inc. ("King of Pressure"), Overspray Solutions, LLC ("Overspray Solutions"), PMC
Group Services LLC ("PMC"), Pressure Cleaning Service Enterprise, Inc. ("Pressure Cleaning Service Enterprise"), Roof Painting
by Hartzell ("Hartzell"), Scrubbers Technology International, LLC ("Scrubbers"), SFM Services, Inc. ("SFM"), The Pressure Cleaning
Man ("Pressure Cleaning Man"), One General Contractors LLC ("One General"), and VPR Construction Corporation ("VPR").
The 1TB stated that following the review of applications, the responsive and responsible bidder(s) meeting all terms and conditions of
the 1TB will be recommended for award. In its due diligence, the Procurement Department found that Dream Clean, Endirt, USA
Sweeping, Green Earth, HRT, King of Pressure, Overspray Solutions, Hartzell, SFM, Pressure Cleaning Man, One General, and
VPR met the requirements of the 1TB. However, Jet Set, PMC, Pressure Cleaning Service Enterprise, and Scrubbers cannot be
pre-qualified at this time and will be considered in a future award after required information requested has been provided. Accordingly,
all bidders as listed in Exhibit A have been deemed responsive, responsible bidders meeting all terms and conditions of the 1TB and
are recommended for award.
FINANCIAL INFORMATION
The cost associated with the purchase of pressure washing services is subject to the funds availability approved through the City's
budgeting process.
CONCLUSION
I concur with staff that it is in the best interest of the City to have a pool of prequalified pressure washing contractors from which
proposals can be sought to quickly deploy a contractor to address an identified pressure washing services need of the City.
Otherwise. redundant and time-consumina efforts would be reauired to aualifv contractors each time a need was identified. In order to
co n tin u e to m ax im iz e c o m p e titio n by co n tin u in g to a d d co n tra c tor s , I re c o m m e n d tha t th e p e rio d fo r sub m itt ing ap p licatio ns be
e xt e n d e d to b e c o n s is te n t w ith the te rm o f th e co n tra ct. N e w a p p lic a nts th a t m e e t the 1T B re q u ire m e nts w ill be add e d to the poo l.
C o n tra c to rs th a t do no t p e rf o nn w e ll w ill b e re m o ve d fro m th e po o l.
T h e re fo re , I re c o m m e n d tha t th e M a yo r an d C ity C o m m is s io n o f the C ity o f M ia m i B e a c h , F lo rid a , a p p ro ve the R e so lutio n, accepting
th e re c o m m e n d a tio n o f the C ity M a n a g e r, p u rsu a nt to In v itatio n to B id (1T B ) 2 0 2 0 -0 4 4 -AY, to e sta b lish a po o l of pressure w ashing
s e rv ic e s to e x p e d ite th e se le c tio n o f co n tra cto rs fo r fu tu re p re s s u re w as h in g p ro je c ts, a n d th e in itia l po o l of qu a lified co ntractors, as
s e t fo rt h in E x h ib it "A ," fu rt h e r, a utho riz in g th e C ity M a n a g e r to ke e p the 1T B o p e n fo r th e p u rp o se o f p req u a lifyin g add itio nal pressure
w a s h in g c o n tra c tor s , an d d e le g a tin g to th e C ity M a n a g e r th e a u th o rity to ad d su p p lie rs to th e po o l; and furt he r pro vid ing that any
p u rc h a s e in e x c e s s o f $1 0 0 ,0 0 0 s h a ll b e su b je c t to th e p rio r a p p ro va l o f the C ity C o m m is sio n .
Applicable Are a
Citywide
Is this a "Residents Right
to Know" item , pursuant to
City Code Section 2-14?
No
Legislative Tracking
Property Management Procurement
Does this item utilize G.O.
Bond Funds?
No
ATTACHMENTS:
Description
Exhibit A
D Resolution
EXHIBIT A
Dream Clean, Inc.
Endirt LLC
USA Sweeping dba Facilities Pro Sweep
Green Earth Powerwashing LLC
HRT Construction Group, LLC
King of Pressure, Inc.
Overs pray Solutions, LLC
Roof Painting by Hartzell
SFM Services, Inc.
The Pressure Cleaning Man
One General Contractors LLC
and VPR Construction Corporation
R ES O LU TI O N N O .
A R ES O LU TI O N O F TH E M AY OR AN D CI TY C OM MI S SI O N OF TH E C ITY OF
MI AM I BEA CH , FLOR I D A, A C C EP TI N G TH E R EC O MM EN D A TI ON OF TH E
CIT Y M AN A G E R, PU R S U AN T TO IN VI TA TI O N TO BI D (IT B) 2020-044-A ¥Y, TO
ESTA B LI S H A PO O L O F C O N T RA C TO R S TO PR O V ID E PR ES S U R E
W A S H IN G SE R V IC ES , TO EX PED IT E TH E SELEC TIO N O F C O N T RA C T O R S
FO R FU TU R E PR ESS U R E W A S H IN G PR O JEC T S, A N D TO SE L EC T TH E
IN ITIA L PO O L O F Q U A LI FIED C O N T RA C T O R S, A S SET FO R TH IN EX H IB IT
"A"; FURTHER, AUTHORIZING THE CITY MANAGER TO KEEP THE ITB
OPEN FOR THE PURPOSE OF PREQUALIFYING ADDITIONAL PRESSURE
WASHING CONTRACTORS, AND DELEGATING TO THE CITY MANAGER
THE AUTHORITY TO ADD QUALIFIED CONTRACTORS TO THE POOL,
PROVIDED SUCH VENDORS MEET THE REQUIREMENTS OF THE ITB; AND
FURTHER PROVIDING THAT ANY SERVICE ORDER IN EXCESS OF
$100,000 FOR ANY PROJECT SHALL BE SUBJECT TO THE PRIOR
APPROVAL OF THE CITY COMMISSION.
WHEREAS, the City of Miami Beach's previous agreement for pressure washing
services, pursuant to 1TB 2014-191-SW, expired on October 21, 2019; and
WHEREAS, on January 8, 2020, the City issued an Invitation to Bid 2020-044-AY (the
"ITB") to establish a successor contract, by means of sealed applications, with qualified
contractors for the establishment of a prequalified pool of pressure washing contractors; and
WHEREAS, on February 6, 2020, bids were received from Dream Clean, Inc. ("Dream
Clean"), Endirt LLC ("Endir"), USA Sweeping dba Facilities Pro Sweep ("USA Sweeping"),
Green Earth Powerwashing LLC ("Green Earth"), HRT Construction Group, LLC ("HRT), Jet
Set Company ("Jet Set"), King of Pressure, Inc. ("King of Pressure"), Overspray Solutions, LLC
("Overspray Solutions"), PMC Group Services LLC ("PMC"), Pressure Cleaning Service
Enterprise, Inc. ("Pressure Cleaning Service Enterprise"), Roof Painting by Hartzell ("Hartzell"),
Scrubbers Technology International, LLC ("Scrubbers"), SFM Services, Inc. ("SFM"), The
Pressure Cleaning Man ("Pressure Cleaning Man"), One General Contractors LLC ("One
General"), and VPR Construction Corporation ("VPR"); and
WHEREAS, the 1TB stated that following the review of applications, the responsive and
responsible bidder(s) meeting all terms and conditions of the 1TB will be recommended for
award; and
WHEREAS, in its due diligence, the Procurement Department found that Dream Clean,
Endirt, USA Sweeping, Green Earth, HRT, King of Pressure, Overspray Solutions, Hartzell,
SFM, Pressure Cleaning Man, One General, and VPR met the requirements of the 1TB; and
WHEREAS, the Procurement Department found Jet Set, PMC, Pressure Cleaning
Service Enterprise, and Scrubbers unresponsive; and
WHEREAS, all bidders as listed in Exhibit A attached to this Resolution have been
deemed responsive, responsible bidders meeting all terms and conditions of the ITB; and
WHEREAS, when a need arises, the City will seek proposals from all prequalified
contractors; and
WHEREAS, for service orders up to $100,000, the approval of the City Manager or
designee will be required in accordance with the City Manager's existing delegated procurement
authority under the City Code, and service orders exceeding $100,000 will be submitted to the
City Commission for its consideration; and
W HEREAS, to maximize competition among the prequalified contractors, the
Administration is recommending that the 1TB remain open, to permit the City Manager to
prequalify additional contractors as part of the pool, provided that such contractors meet all of
the requirements of the 1TB.
NOW, THEREFORE, BE IT DULY RESOLVED BY THE MAYOR AND CITY
COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, that the Mayor and City
Commission hereby accept the recommendation of the City Manager, pursuant to Invitation to
Bid (ITB) 2020-044-AY, to establish a pool of contractors to provide pressure washing services
to expedite the sele ction of contractors for future pressure washing projects, and to select the
initial pool of qualified contractors, as set forth in Exhibit "A"; further, authorizing the City
Manager to keep the 1T B open for the purpose of prequalifying additional pressure washing
contractors, and delegating to the City Manager the authority to add suppliers to the pool,
provided such vendors meet the requirements of the 1TB; and further providing that any
purchase ìn excess of $100,000 shall be subject to the prior approval of the City Commission.
P A S S E D A N D ADO P T E D this day of 2020.
ATTEST:
RA F A EL E . G RAN AD O, CI T Y CLERK D A N G EL B E R, M A Y O R
AP P R O VE D A S TO
FO R M & LAN G U A GE
& FOR EXEC UTION , 3,±»'s!
Cw or»v lf ae
7
ATTACHMENT B
SOLICITATION
AND ADDENDUMS
M IAM IB EA C PROCUREMENT DEPARTMENT
1755 Meridian Avenue, 34 Floor
Miami Beach, Florida 33139
www.miamibeachfl.gov
e
ADDENDUM NO. 2
INVITATION TO BID NO. 2020-044-AY
PREQUALIFICATION POOL FOR PRESSURE WASHING SERVICES
January 28, 2020
This Addendum to the above-referenced 1TB is issued in response to questions from prospective proposers, or other
clarifications and revisions issued by the City. The 1TB is amended in the following particulars only (deletions are
shown by strikethrough and additions are underlined).
I. CLARIFICATION.
1. PURPOSE. The City of Miami Beach is seeking applications from pressure washing contractors who wish
to participate in a pre-qualification pool that will be used to solicit various pressure washing services on an
"as needed" basis as specified herein. Interested contractors may submit an application indicating its intent
to become prequalified. All contractors which meet or exceed the criteria established in this solicitation shall
be placed on a pre-qualification list that may be accessed by various City departments to obtain price
quotations for various pressure washing services.
The City of Miami Beach estimates the annual budget for these services to be $900,000. The Sanitation
Department will be in need of services (but not limited to} parking garage stairwells, Lincoln road, and bus
stops. In addition, the Property Management Department will also need services for 9 city garages. These
would be routine services with costs estimated on an annual basis.
Any questions regarding this Addendum should be submitted in writing to the Procurement Management
Department to the attention of the individual named below, with a copy to the City Clerk's Office at
RafaelGranado@miamibeachfl.gov
Contact:
Ariu Yudasto
Telephone:
305-673-7490 ext. 26695
Email:
AriuY udastor amiamibeachfl. ov
Proposers are reminded to acknowledge receipt of this addendum as part of your 1TB submission. Potential
proposers that have elected not to submit a response to the 1TB are requested to complete and return the "Notice to "Poi"e Bidders' questionnaire with the reason(s) for not submitting a proposal.
sk ) tri:. "Prpcurement Director
4 ADDENDUM NO. 1
iNVITA TION TO BIO NO. 2020.044-AY
PRE QUALIFICATION POOL FOR PRESSURE WASHING SERVICES
M IA M IB E A H PROCUREMENT DEPARTMENT
1755 Meridian Avenue, 3¢ Floor
Miami Beach, Florida 33139
www.miamibeachfl.gov
ADDENDUM NO. 1
INVITATION TO BID NO. 2020-044-AY
PREQUALIFICATION POOL FOR PRESSURE WASHING SERVICES
January 8, 2020
This Addendum to the above-referenced 1TB is issued in response to questions from prospective proposers, or other
clarifications and revisions issued by the City. The 1TB is amended in the following particulars only (deletions are
shown by strikethrough and additions are underlined).
I. 1TB DUE DATE AND TIME. The deadline for the receipt of bids is extended until 3:00 p.m., on
Thursday, Febru ary 6, 2020.
City of Miami Beach
Procurement Department
1755 Meridian Avenue, 3rd Floor
Miami Beach, Florida 33139
Late proposals will not be accepted. Proposers are cautioned to plan sufficient time to allow for
traffic or other delays for which the Proposer is solely responsible.
Any questions regarding this Addendum should be submitted in writing to the Procurement Management
Department to the attention of the individual named below, with a copy to the City Clerk's Office at
RafaelGranado@miamibeachfl.gov
Con tact:. ¡Telephone: {Email. N 'udasto 1306673-7490 ext 26085 }Aiu!udasto@miamibeach1.gov
Proposers are reminded to acknowledge receipt of this addendum as part of your 1TB submission. Potential
proposers that have elected not to submit a response to the VTB are requested to complete and return the "Notice to
P s e live Bidders" questionnaire with the reason(s) for not submitting a proposal.
IN.
1 ADDENDUM NO. 1
IN VI T A TION TO BID NO. 2020.044AY
PREOUALIFICATION POOL. FOR PRESSURE WASHING SERVICES
MI AM I BEA CH
INVITATION TO BID (1TB)
PREQUALIFICATION POOL FOR PRESSURE WASHING SERVICES
2020044-4¥
ISSUANCE DATE: JANUARY 8, 2020
APPLICATIONS DUE: JANUARY 29, 2020@ 3:00 PM
ISSUED BY:
ARJU YUDASTO, PROCUREMENT CONTRACTING OFFICER I
PROCUREMENT DEPARTMENT
1755 Meridian Avenue, 3" Floor, Miami Beach, FL 33139
305.673.7000 26695] arjuyudasto@miamibeachf.gov [www.miamibeachfl.gov
T A B L E O F C O N T E N T S
S E C T IO N S :
0100 GENERAL INFORMATION & SCOPE OF WORK
APPENDICES:
APPENDIX A
APPENDIX B
DEFINITIONS:
PREQUALIFICATION APPLICATION
SPECIAL CONDITIONS
Bidder means any firm or individual submitting an application in response to this 1TB. The term bidder
may be used interchangeably with applicant and proposer.
Vendor means any firm or individual that has been pre-qualified to supply goods or services to the City.
S E C T IO N 010 0: G E N E R A L IN FO R M A T IO N & S C O P E O F W O R K
1. PU R P O S E . The City of Miami Beach is seeking applications from pressure washing contractors who
wish to participate in a pre-qualification pool that will be used to solicit various pressure washing
services on an "as needed" basis as specified herein. Interested contractors may submit an application
indicating its intent to become prequalified. All contractors which meet or exceed the criteria
established in this solicitation shall be placed on a pre-qualification list that may be accessed by
various City departments to obtain price quotations for various pressure washing services.
The City utilizes BidSync (www.bidsync.com) for automatic notification of solicitation opportunities and
document fulfillment. Any prospective bidder who has received this 1TB by any means other than
through BidSync is solely responsible for registering immediately with BidSync to assure it receives any
addendum issued to this 1TB. Additionally, prior to submittal of the bid, bidder shall verify that it has
received and complied with all addenda issued. Failure to receive an addendum, or comply with an
addendum requirement, may result in disqualification of bid submitted.
To be considered for the pool of pre-qualified contractors, interested parties must submit a
complete Bidder Pre-Qualification Application Appendix A .
2. OVERVIEW OF PREQUALIFICATION PROCESS. The figure below is a general overview of the
process that the City will utilize to award work pursuant to the prequalification process.
6 Wok wt be
awtded n oocod ance
wth the roadmap
proced ures estab/shed
n the 118
1 Bidder sorts on
#pl.a0on to be
prequalfed min
respons e to thes IT
4 On an as needed
buses, ty wfl request
SQ'$ an4 costs trom
tams peequalfed
2. Applicatian is evaluated
ft corplione with #18
requite rnets.
3 A Appcab0on 1s
approve4, hrm is added
to the ist of frms
prequalf6ed authi2ed
lot future work,
3. PR O C U R E M E N T C O N T A C T . Any questions or clarifications concerning this solicitation shall be
submitted to the Procurement Contact noted below. The Bid title/number shall be referenced on all
correspondence.
4. APPROVAL OF PREQUALIFIED STATUS. Following the review of applications, the responsive,
responsible bidder(s) meeting all terms and conditions of the 1TB will be recommended for award, as
deemed in the best interest of the City, to the City Manager for his consideration. After considering the
staff recommendation for award, the City Manager shall exercise his due diligence and recommend to
the Mayor and City Commission the bid that the City Manager deems to be in the best interest of the
City. The City Commission shall consider the City Manager's recommendation(s) and, may approve or
reject the City Manager's recommendation(s). The City Commission may also reject all bids
received. In addition to the criteria established in the application, pursuant to Section 2-369 of the City
Code, the City may consider the following:
• The ability, capacity and skill of the bidder to perform the Contract.
• Whether the bidder can perform the Contract within the time specified, without delay or
interference.
• The character, integrity, reputation, judgment, experience and efficiency of the bidder.
• The quality of performance of previous contracts.
• The previous and existing compliance by the bidder with laws and ordinances relating
to the Contract.
PREQUALIFIED STATUS IS VALID FOR THREE (3) YEARS FROM DATE OF THE NOTICE OF
PREQUALIFICATION ISSUED BY THE CITY, OR AS OTHERWISE APPROVED BY THE CITY
MANAGER.
4.1 RENEWAL TERMS. The City Manager, at his sole discretion, may approve up to two (2),
one (1) year renewal terms, providing that the required certification is still valid.
5. ADDITIONAL PREQUALIFIED FIRMS TO BE ADDED TO POOL. At any time, the City, through the
approval of the City Manager, may accept applications and add additional firms to the list of
prequalified firms.
6. AWARDING WORK. When the need for services arises all prequalified contractors that are in good
standing may be invited to submit statements of work (SOW) and costs based on an Invitation to Quote
(ITQ) issued by the City. Each SOW prepared by the contractor shall include a clear description of the
work to be performed (with specific and timed deliverables) and the related costs by deliverable. The
City will select the prequalified contractor that offers the best combination of services and cost, solely at
the discretion of the City.
7. SERVICE DELIVERY EXPECTATIONS. The City places an emphasis on excellent customer service
delivery and expects the prequalified bidder to provide the best possible customer service to any and
all awarded projects throughout the term of the contract. The prequalified bidder's project manager is
responsible for monitoring the customer service provided to City by prequalified bidder's staff, sales
and support teams, and employing, as necessary, corrective measures, to ensure that the prequalified
bidder w ill pro vide and m aintain the highest quality of custom er service possible during com pletion of
th e pro ject(s). Pro ject-speci fic deliverables and expectations shall be defined on a project-by-pro ject
b a s is , a s s p e ci fi e d in e a c h IT Q .
8. VOLUME OF WORK TO BE RECEIVED BY BIDDER. No promise of work is given, or should be
understood, as a result of a pre-qualification. The City reserves the right to purchase any goods
and/or services awarded from any resulting agreement, or another governmental contract, or on an as-
needed basis through the City's spot market purchase provisions.
9. STANDARD TERMS AND CONDITIONS. The City's Standard Terms and Conditions for Service
Contracts (available at https://www.miamibeachfl.gov/city- hall/procuremenUstandard-terms-and-
conditions/) are referenced and incorporated herein.
10. INSURANCE REQUIREMENT. Insurance requirements will be released as part of an addendum.
11. BINDING AGREEMENT. By virtue of submitting an application for the City's consideration, the
bidder agrees that the application shall be considered an offer on the part of the bidder, which offer
shall be deemed accepted upon approval of bidder's prequalification status by City Manager or City
Commission. Further, bidder agrees that, upon approval of the bidder's application by the City Manager
or City Commission, a binding Agreement shall be established between the City and the approved
contractor. The Agreement shall be comprised of the following documents, and in the following order:
First,
Second,
Third,
Fourth
the Purchase Order issued by the City; then,
the signed Contractor Service Order; then,
the Invitation to Quote (ITQ) awarded to the vendor; then,
the 1TB, including all documents released in connection with the 1TB, including
all appendixes, whether included herein or released under separate cover.
In case of default on the part of the Successful Bidder, after said award, the City may take such action
as it deems appropriate, including legal action, for damages or specific performance.
APPENDIX A
i
Prequalification
Application
2020-044-A Y
Pressure Washing Services
PROCUREMENT DEPARTMENT
1755 Meridian Avenue, 3rd Floor
Miami Beach, Florida 33139
MI A MI
Section 1, SUBMITTAL INSTRUCTIONS. The Prequalification Application will not be considered
until it has been submitted completed and executed by a principal of the bidder. Incomplete
applications cannot be processed. If requested information is not applicable, please indicate "N/A" or
"None. " If answers to questions are lengthier than the spaces that are provided in the application,
the answers may be provided on additional pages, which must be attached to the application. All
requested documents must also be attached to the application. Failure to attach all requested
documents will delay review and approval of the application.
Submit one (1) signed original and one (1) electronic copy (e.g., flash drive, CD-ROM) of the
applications to:
City of Miami Beach
Procurement Department
1755 Meridian Avenue, 3d Floor
Miami Beach, Florida 33139
The City reserves the right to request clarifications or additional information as deemed necessary to
evaluate a bidder's qualifications. When clarifications or additional information is requested by the
City, bidder will have three (3) business days to provide, in full, all the requested information. Failure
to provide the information within the prescribed time will delay the review process and may result in
denial of prequalification.
Section 2, DEADLINE FOR SUBMITTAL. There is no deadline for the submittal of applications.
However, the initial review of applications shall take place 21 days after issuance of this 1TB.
Applications submitted after this date will be reviewed periodically on an on-going basis. The City will
endeavor to complete the review of each application within 60 days of receipt.
[THE REMAINDER OF THIS PAGE IS LEFT INTENTIONALLY BLANK]
P art A - G en eral B id der Info rm atio n.
FIRM NAME:
NO. OF YEARS IN BUSINESS: I NO. OF YEARS IN BUSINESS I NO. OF EMPLOYEES:
LOCALLY:
OTHER NAME(S) BIDDER HAS OPERATED UNDER IN THE LAST 10 YEARS:
FIRM PRIMARY ADDRESS (HEADQUARTERS):
CITY:
STATE: I ZIP CODE:
TELEPHONE NO.:
TOLL FREE NO.:
FAX NO.:
FIRM LOCAL ADDRESS:
CITY:
STATE: I ZIP CODE:
PRIMARY ACCOUNT REPRESENTATIVE FOR THIS ENGAGEMENT:
ACCOUNT REP TELEPHONE NO.:
ACCOUNT REP TOLL FREE NO.:
ACCOUNT REP EMAIL:
FEDERAL TAX IDENTIFICATION NO.:
BIDDER IS:
CORPORATION I PARTNERSHIP / SOLE PROPRIETORSHIP / OTHER (If other, specify: )
I
Part B - Operational & Management Information.
1. Provide the names of each owner (stockholder, sole proprietor, and partner), director, or officer of the
bl Subr it ddi" l h if "id company, eow. u mr a itional names on a separate sheet it require..
Owner Ownership percentage Directorship/Office type
2. Provide three (3) clients for which the bidder has provided the referenced services in the last five (5)
years.
Project Description of Work Project Reference
Name:
Email:
Telephone:
Name:
Email:
Telephone:
Name:
Email:
Teleohone:
3. Is the bidder currently barred by a governmental agency, from bidding as a prime or subcontractor?
L_J YES L_J 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?
Jes o
I If yes, why?
5. ls a atiate of the bidder equal/fed y he Cly of Nami Beach tor any work?
YES NO
If yes, state the name of the affiliate?
6. Is the bidder a parent, subsitry, r holding co,panyl 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, rager of the bidder affiliated with another company?
vs Jo
If the answer is "yes," provide the following information for each individual and the affiliated company.
Individual's name Affiliated company's name Period of Type of affiliation (e.g.
affiliation officer, director, owner or
employee)
8. Is the bidder currently the debtor in a bankruptcy case or file for bankruptcy during the last five (5) years? t is L Jo
If yes, explain and attach, as applicable, the relevant case and court documents, including (but not
limited to): the original petition, including the case number and the date that the petition was filed; a
copy of the bankruptcy court's discharge order, and any other document that ended the case, if no
discharge order was issued.
9. Has any owner, director, officer, or agent for the bidder, or has any business organization in which any
such person was an owner, director, officer, or agent filed for or been discharged in bankruptcy within the
past five (5) years? L ]rs L Jo
If yes, explain and attach a copy of the discharge order, order confirming plan and if a Corporate
Chapter 7 case, a copy of the notice of commencement.
1 O. Has any owner, director, officer, or agent of the bidder owned or managed a company under any other
name in the last five (5) years? L ]res Jo
I If yes, explain,
11. Has the bidder been assessed or paid any fines on any contract during the past five (5) years, whether the
project was publicly or privately owned? L )rs Jo
111 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? Jes Io
111 yes, explain.
13. Has the bidder or any of its owners, officers, or partners ever been convicted ( criminal) or found liable
(civil) for making either a false claim or material mirprerntation to any public agency or entity?
ts No
111 yes, explain.
14. Has the bidder or any of its owners, officers, or partners ever been convicted of any a federal or
state crime?
L Jes 1o
111 yes, explain.
15. Is any officer, director, employee or agent, or immediate family member (spouse, parent, sibling, and child) of
any officer, director, employee or Îgent,
1
an employee of the City of Miami Beach?
vs o
If l d h f hi yes, state name, title an si4are o" owners tp
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?
L Js I Jo
I If yes, provide details.
17. Equal Benefits for Employees with Spouses and Employees with Domestic Partners. Purchases
hereunder are subject to the requirements of Equal Benefits for Domestic Partners Ordinance 2005-3494 that
requires bidders with more than 51 employees and City volume greater than $100,000 to provide "Equal
Benefits" to their employees with domestic partners, as they provide to employees with spouses. The Ordinance
applies to all employees of a bidder who works within the City limits of the City of Miami Beach, Florida; and the
Contractor's employees located in the United States, but outside of the City of Miami Beach limits, who are
directly performing work on the contract within the City of Miami Beach.
A. Does your company provide or offer access to any benefits to employees with spouses or to spouses of
employees? L Jre t 1o
B. Does your company provide or offer access to any benefits to employees with (same or opposite sex)
domestic partners' or to domestic partners of employees? I Is o
C. Please check all benefits that apply to your answers above and list in the "other" section any additional benefits not
already specified. Note: some benefits are provided to employees because they have a spouse or domestic
partner, such as bereavement leave; other benefits are provided directly to the spouse or domestic partner, such
as medical insurance.
BENEFIT Company Provides Company Provides Company does not
for Employees with for Employees with Provide Benefit
Spouses Domestic Partners
Health
Sick Leave
Family Medical Leave
Bereavement Leave
18. Moratorium on Travel to and the Purchase of Goods or Services from North Carolina and Mississippi. Pursuant
to Resolution 2016-29375, the City of Miami Beach, Florida prohibits the purchase of goods or services sourced in North
Carolina and Mississippi. Are any of the products for which the bidder is seeking to be prequalified sourced in North
Carolina or Mississippi? L Jes I Io
I If yes, which bra nds.
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]
APPENDIX B
i I I '
'
.
Special Conditions
1TB 2020-044-A Y
Pressure Washing Services
PROCUREMENT DEPARTMENT
1755 Meridian Avenue, 3rd Floor
Miami Beach, Florida 33139
SPECIAL CONDITIONS.
1. LICENSE/CERTIFICATION. Prospective bidder shall hold the adequate license or certification to
pull all permits necessary to successfully complete the work.
2. METHOD OF PAYMENT. The City shall provide periodic payments for services rendered by the
Contractor. In order for the City to provide payment, the Contractor shall submit a fully documented
invoice within thirty (30) calendar days after the service has been rendered. It shall be understood that
such invoices shall not be submitted for payment until such time as the service has been completed
and a City representative has reviewed and approved the service.
3. GUARANTEE AGAINST DEFECTS. The Contractor shall, in addition to all other guarantees, be
responsible for faulty labor and defective material within a period of one (1) year after the date of
acceptance of labor and material by the City. Under this guarantee, the Contractor agrees to make
good without delay, at its own expense, any failure of any part of the work after the City notifies the
Contractor of such deficiencies in writing. Any such repair work shall receive a similar guarantee for a
similar period of time. Payment in full for the work does not constitute a waiver of guarantee.
4. USE OF PREMISES. The Contractor shall confine his/her equipment, apparatus, the storage of
materials, and the operation of his/her workmen to the limits indicated by law, ordinances, permits, or
direction of the authorized City representative, and shall not unreasonably encumber the premises with
his/her materials.
5. CLEAN-UP. All unusable materials and debris shall be removed from the site at the end of each
workday and disposed of in an appropriate manner. Upon final completion, the Contractor shall
thoroughly clean up all areas, as mutually agreed with the City, where work was performed.
6. PERMIT COSTS. The City will only reimburse the Contractor for the cost of the permits. Proof of
cost is required. The City will only reimburse for initial review and one resubmission. Costs associated
with additional re-submissions will not be reimbursed. Contractor shall not include permit fees on Cost
Proposal Form (Appendix E). Permit costs will be charged to the City separately from the unit cost. All
licenses required by municipality, governmental agency, or political subdivision shall be obtained by
and paid for by the Contractor. Damages, penalties and/or fines imposed on the City or the Contractor
for failure to obtain required licenses or permits shall be borne by the Contractor.
7. BACKGROUND CHECKS/CONTRACTOR'S PERSONNEL. The Contractor shall conduct a full
criminal background check at its own expense on each of its employees engaged in providing services
under this 1TB or any resulting Agreement prior to the commencement of said services. No Contractor
employee shall be eligible to perform services, pursuant to this 1TB or resulting Agreement if he or she:
(1) has been convicted of or was placed in a pre-trial diversion program for any crime involving
dishonesty or breach of trust; embezzlement; drug trafficking; forgery; burglary; robbery; theft; perjury;
possession of stolen property; identity theft; fraud; money laundering; shoplifting; larceny; falsification
of documents and/or (2) has been convicted of any sex, weapons, or violent crime including but not
limited to homicide; attempted homicide; rape; child molestation; extortion; terrorism or terrorist threats;
kidnapping; assault; battery; and illegal weapon possession, sale or use. The Contractor shall defend,
indemnify and hold the City, its officers, employees, and agents harmless from and against any and all
liability, loss, expense (including reasonable attorney's fees) or claims for injury or damages arising out
of its failure to comply with this requirement.
C ontra ctor shall em ploy personnel com petent to perf orm the w ork speci fied herein. T he C ity re serves
the right to request the rem oval of the C ontra ctor's em ployee's from perform ing m aintenance on the
C ity's gro unds w here the em ployee's perf orm ance or actions are obviously detrim ental to the pro gra m .
C ontractor's personnel m ust w ear photo identification at all tim es.
8. UNIFORMS. All personnel furnished to the City of Miami Beach must be uniformed. Each employee
supplied by the Contractor will wear a uniform bearing the Contractor's name. Uniforms must be
provided at the Contractor's expense and may not be charged to the employee or deducted from the
employees' paycheck, therefore reducing the hourly pay rate to less than the living wage rate required
by this solicitation.
9. MOBILIZATION AND DEMOBILIZATION. It will be the responsibility of the Contractor to cover all
costs associated with mobilization and demobilization. Contractor shall include costs for mobilization
and demobilization in the unit cost on the Cost Proposal Form (Appendix E).
10. FIELD MEASUREMENTS. Unless specifically instructed otherwise by the City, in writing, the
Contractor shall be responsible for the location and layout of all work and shall be responsible for all
field measurements that may be required for execution of the work. In the case of dimensions, field
dimensions, etc. it shall be the Contractor's responsibility to field measure, obtain and verify same.
11. LIVING WAGE. The living wage requirement, pursuant to Section 2-408 of the City of Miami
Beach Code, is only applicable to routine maintenance services.
[THE REMAINDER OF THIS PAGE IS LEFT INTENTIONALLY BLANK]
A TT A C H M E N T C
C O N S U LT A N T S R E S P O N S E - P R O P O S A L
Detail by FEI/EIN Num ber Page 1 of2
Florida Departmen t 9[ S1ate DIVISION OI CORPORATIONS
Department of Stale / Division of Corporations / Search Records / Detail By Document Number I
Detail by FEI/EIN Number
Florida Limited Liability Company
GREEN EARTH POWERWASHING LLC
Filing Information
Document Number
FEI/EIN Number
Date Filed
State
Status
Last Event
Event Date Filed
Principal Address
L10000020439
90-0540258
02/23/2010
FL
ACTIVE
REINSTATEMENT
09/26/2011
4455 SATU RN AVENUE
West Palm Beach, FL 33406-4026
Changed: 03/28/2018
M a ilin g A d d res s
4455 SATU RN AVENUE
West Palm Beach, FL 33406-4026
Changed: 03/28/2018
R e g is te red A g e n t N a m e & A d d res s
Bolsch, Kenneth G
4455 SATU RN AVENUE
West Palm Beach, FL 33406-4026
Name Cha nged: 01/12/2017
Address Changed: 02/12/2019
A u th o rized P e rso n(s) D eta il
Name & Address
Title President
BOLSCH, KENNETH G
9239 Savannah Estates Dr.
Lake Worth, FL 33467
A n n u a l R e p o rt s
http://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=FeiNu... 3/23/2020
Detail by FEI/EIN Num ber Page 2 of 2
Report Year
2018
2019
2020
Filed Date
02/08/2018
02/12/2019
01/15/2020
Document Images
01/15/2020-- ANN UAL REPORT I ,
02/12/2019 -- ANNUAL REPORT I
E;
Q.~./08/2018 --ANNU_AL REF'ORT j View image in PDF format ,
01/12/2017 -- ANNUAL REPORT I ;
01/22/2016 --ANNUAL REPORJ: I
{-,
02/23/20 15-- ANNUAL REPORT [
E;
04/25/2014 -- ANNUAL REPORT I ~========~
03/29/2013 -- ANNUAL REPORT I
E-,
04/10/2012 -- ANNUAL REPORT I
}
09/26/2011-- REINSTATEMENT I
E
02/23/20·10 .. -- . .Florida..Limited .. L.iabil_itvL..l __ v_ie_w_i,_n_ag_e_i_n_P_D_lº_fo_r_rn_a_t _ _,
View image in PDF format
View image in PDF formal
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
http://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=FeiNu... 3/23/2020
MIAMIBEA CH
INVITATION TO BID (1TB)
PREQUALIFICATION POOL FOR PRESSURE WASHING SERVICES
2020044A4Y
ISSUANCE DATE: JANUARY 8, 2020
APPLICATIONS DUE: JANUARY 29, 2020 @ 3:00 PM
ISSUED BY:
AR.JU YUDASTO, PROCUREMENT CONTRACTING OFFICER I
PROCUREMENT DEPARTMENT
1755 Meridian Avenue, 3 Floor, Miami Beach, FL 33139
305.673.7000 26695 \ arjuyudasto@miamibeachf!gov [www.miamibeachfl.gov
MI AM[BEA CH
TABLE OF CONTENTS
SECTIONS:
0100 GENERAL INFORMATION & SCOPE OF WORK
APPENDICES:
APPENDIX A
APPENDIX B
DEFINITIONS:
PREQUALIFICATION APPLICATION
SPECIAL CONDITIONS
Bidder means any firm or individual submitting an application in response to this 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.
A P PEN D IX A
Preq lification
ppl ic a ti on
2020-044-AY
Pressure Washing Services
PR OC UREMENT DEP ARTMENT
1755 Meridian Aven ue, 3rd Floor
Miami Beach , Florida 33139
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 "NIA" or
"None. " If answers to questions are lengthier than the spaces that are provided in the application,
the answers may be provided on additional pages, which must be attached to the application. All
requested documents must also be attached to the application. Failure to attach all requested
documents will delay review and approval of the application.
Submit one (1) signed original and one (1) electronic copy (e.g., flash drive, CD-ROM ) of the
applications to:
City of Miami Beach
Procurement Department
1755 Meridian Avenue, 3d Floor
Miami Beach, Florida 33139
The City reserves the right to request clarifications or additional information as deemed necessary to
evaluate a bidder's qualifications. When clarifications or additional information is requested by the
City, bidder will have three(3) business days to provide, in full, all the requested information. Failure
to provide the information within the prescribed time will delay the review process and may result in
denial of prequalification.
Section 2, DEADLINE FOR SUBMITTAL. There is no deadline for the submittal of applications.
However, the initial review of applications shall take place 21 days after issuance of this TTB.
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.
sog -Ah /8sia G e exI
NO. OF YEARS AN BUSINESS.y [ No. or YEAS N USINE9S,9 [o or vos¿
OCNLY. 59,3 "e4roge99999y wrm, ysro 4%5.- „- d.eéò p.Aft s2Asad étco t 9 "!J%7spy9990)] .. I $5 '4 '2t él e
"h / l. De4e a es
STAIE. /ili4 [ 7c0 3340
TEPHONNO,/- • $o to 3 3 -
TOLL FREE NO.: 77- s 437% -
FAX NO. ·- .ar
FIRM LOCAL ADDRESS E- ~ u
CITY > /
STATE / [ 7 coo
PRIMARY ACCOUNT REPRE SEN TA TE FOR THIS ENGAGEMENT, ·,j a/st C NN •
ACCOUNT REP TELEP HON E NO. 3 1 - 3 75 7671 ..
ACCOUNT REP TOL L FREE N O
o
ACCON r RP M N g5@ a.a eea 4,a poe. J AL.c >) " Ga cg. el ' r0A rt. _o
FEDERAL TAX IENTF«CATION NO-a os4o4 3 e DO -
BIDER IS
% CORPORATION I ·········~ PARTNERSHIP I SOLE PROP RIET ORSH IP I . OTHER {It o!her specify - ., >» )
6 . Is the bidder a parent, subsi,iary, r holding colpkn .. yl for another company?
YES NO
If the answer is "yes," identify the company and type of relationship(s), below:
Comp any Type of affiliation (parent or subsidiary) Period of affiliation
. .,,,,--
/
/
7. Is an owner, director, officer, [ ager of the bidder affiliated with another company?
YEs [3]No
If the answer is "yes," provide the following information for each individual and the affiliated company.
Individual's nam e Affiliated compan y' s name Period of Type of affiliation (e.g.
.~
[-- affiliation officer, director, own er or
employee)
/
/
e
8. Is the bidder currently the deb tor in a bankruptcy case or file for bankruptcy during the last five (5) years?
I ls [XJo
lf yes, explain and attach, as applicable, the relevant case and court documents, includin g (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 own er, direct or, officer, or agen t for the bidder, or has any busine ss organization in which any
such person was an own er, director, officer, or agent filed for or been disch arged in bankruptcy within the
past five (5) year s? I ]rs XJo
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 own ed or man aged a company under any other
name in the last five (5) year s?
Je [KJo
I If yes, explain.
11. Has the bidder been assessed or paid any fines on any contract during the past five (5) years, whether the
project was publicly or privately owned? I Jes [K]No
I n 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?
Je Jo
I
lf yes, explain. {
-fe/ too
Sa d.est0G
y» els A
13. Has the bidder or any of its own ers, officers, or partners ever been convicted (criminal) or found liable
(civil) for making either a false claim or material mrepre¡ntatìon to any public agency or entity?
I]Ytes V o
I If yes, explain.
14. Has the bidder or any of its owners, officers, or partners ever been convicted of any a federal or
state crime? ( Je LR Io
I If yes, explain.
15. Is any officer, director, employee or agent, or immediate family member (spouse, parent, sibling, and child) of
any officer, director, employee or ¡gent, ¡8n employee of the City of Miami Beach?
E s [J o
If "l id h f hi yes, state name, title an stare or own ers 4p
Nl ame aa. 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? Ls Klo
I If yes, provide details. ,J)
17. Equal Benefits for Emp loyees wi th Spouses and Em pl oyees with Dome stic 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 "Eq ual
Benefits" to th eir employees with domestic partners, as they provide to employees wi th spouses. The Ordinance
applies to all employees of a bidder who works within the Ci ty 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
«0 h t 1e o
B. Does your company provide or offer access to any benefits to employees with (same or opposite sex)
domestic partners or to domestic partners of e¡7Rloye¡°s?
o/A [ ]Yts 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 m edical insurance.
BEN EFI T Company Provides Company Provides Company does not
for Employees with for Employees with Provide Benefit
Spouses Domestic Partners
Health )j /A X
Sick Leave A x/A GO
Family Medical Leave s'[/A ifa J
Bereavement Leave ö/4 !/ 0 ' É
18. M ora torium on Tra vel to and the Purch ase of Goods or Servi ces fr om North Carol ina an d Mi ssissi ppi . 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 th e bidder is seeking to be prequalified sourced in North
Carolina or Mi ssissippi? Je DXI o
I
If yes, wh ich 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
prequalifioation 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 com pan y . 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.
Signature:
[THE RE MAINDER OF THIS PAGE IS LEFT INTE NTI ON ALLY BLAN K]
A P P EN D IX B
Special Conditions
1TB 2020-044-A Y
Pressure Washing Services
PR O C U R EM EN T D EPA RTM ENT
1755 Meridian Avenue, 3rd Floor
Miami Beach, Florida 33139
SPE CI AL C ON D I TI ON S.
1. LI CE N SE /CE R TI FI C A TI O N. Prospective bidder shall hold the adequate license or certification to
pull all permits necessary to successfully complete the work.
2. METH O D O F PA YM E N T. 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. G U A RAN TEE A G AI N ST DE F EC TS. The Contractor shall, in addition to all other guarantees, be
responsible for faulty labor and defective material within a period of one (1) year after the date of
acceptance of labor and material by the City. Under this guarantee, the Contractor agrees to make
good without delay, at its own expense, any failure of any part of the work after the City notifies the
Contractor of such deficiencies in writing. Any such repair work shall receive a similar guarantee for a
similar period of time. Payment in full for the work does not constitute a waiver of guarantee.
4. USE OF PR EMISE S. The Contractor shall confine his/her equipment, apparatus, the storage of
materials, and the operation of his/her workmen to the limits indicated by law, ordinances, permits, or
direction of the authorized City representative, and shall not unreasonably encumber the premises with
his/her materials.
5. CL E AN -UP . AII unusable materials and debris shall be removed from the site at the end of each
workday and disposed of in an appropriate manner. Upon final completion, the Contractor shall
thoroughly clean up all are as, as mutually agreed with the City, where work was performed.
6. PERMI T COSTS. The City will only reimburse the Contractor for the cost of the permits. Proof of
cost is required. The City will only reimburse for initial review and one resubmission. Costs associated
with additional re-submissions will not be reimbursed. Contractor shall not include permit fees on Cost
Proposal Form (Appendix E). Permit costs will be charged to the City separately from the unit cost. AI
licenses required by municipality, governmental agency, or political subdivision shall be obtained by
and paid for by the Contractor. Damages, penalties and/or fines imposed on the City or the Contractor
for failure to obtain required licenses or permits shall be borne by the Contractor.
7. BACK GR O UN D CH E CK SI C ON TR A C TOR 'S PER SON NE L. The Contractor shall conduct a full
criminal background check at its own expense on each of its employees engaged in providing services
under this 1TB or any resulting Agreement prior to the commencement of said services. No Contractor
employee shall be eligible to perform services, pursuant to this [TB or resulting Agreement if he or she:
(1) has been convicted of or was placed in a pre-trial diversion program for any crime involving
dishonesty or breach of trust; embezzlement; drug trafficking; forgery; burglary; robbery; theft; perjury;
possession of stolen property; identity theft; fraud; money laundering; shoplifting; larceny; falsification
of documents and/or (2) has been convicted of any sex, weapons, or violent crime including but not
limited to homicide; attempted homicide; rape; child molestation; extortion; terrorism or terrorist threats;
kidnapping; assault; battery, and illegal weapon possession, sale or use. The Contractor shall defend,
indemnify and hold the City, its officers, employees, and agents harmless from and against any and all
liability, loss, expense (including reasonable attorney's fees) or claims for injury or damages arising out
of its failure to comply with this requirement.
Contractor shall employ personnel competent to perform the work specified herein. The City reserves
the right to request the removal of the Contractor's employee's from performing maintenance on the
City's groun ds where the employee's performance or actions are obviously detrimental to the program.
Contractor's personnel must wear photo identification at all time s.
8. UNIFORMS. All person nel furnished to the City of Miami Beach must be uniformed. Each employee
sup plied by the Contractor will wear a uniform bearing the Contractor's name. Uniforms must be
provided at the Contractor's expense and may not be charged to the employee or deducted from the
employees' paycheck, therefore reducing the hourly pay rate to less than the living wage rate required
by this solicitation.
9. MOB IL IZATION AND DE MOBILIZA TION. It will be the responsibility of the Contractor to cover all
costs associated with mobilization and demobilization. Contractor shall include costs for mobilization
and dem obilization in the unit cost on the Cost Proposal Form (Appen dix E).
10. FIELD MEASUREMENTS. Unless specifically instructed otherwise by the City, in writing, the
Contractor shall be responsible for the location and layout of all work and shall be responsible for all
field measurem ents that may be required for execution of the work. In the case of dimen sions, field
dimensions, etc. it shall be the Contractor's respon sibility to field measure, obtain and verify same.
11. LIVING WAGE. The living wage requirem ent, pursuant to Section 2-408 of the City of Miami
Beach Code, is only applicable to routine maintenan ce services.
[THE REMAINDER OF THIS PAGE IS LEFT INTENTIONALLY BLANK]
3.PRO CURE M EN T CON TACT_ Any question s or clarifications concerning this solicitation shall be
submitted to the Procuremen t Contact noted below. Th e Bid title/number shall be referenced on all
corresponden ce.
4, APPROVAL OF PR EQJAL IFIED STATUS, Following the review of applications, the responsive,
responsible bidder(s) meeting all terms and con dition s of the ITB will be recomm ended for award, as
deemed in the best interest of the City, to the City Man ager for his consideration. After considering the
staff recomm endation for award, the City Manager shall exercise his due diligence and recomm end to
the Mayor and City Commission the bid that the City Manager deems to be in the best interest of the
City. Th e City Commission shall con sider the City Man ager's recommendation(s) and, may approve or
reject the City Manager's recommendation (s). Th e 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 con sider 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
interfer ence.
• 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 ordinan ces relating
to the Contract.
4.1 RE NEW AL TERMS. The City Man ager, at his sole discretion, may approve up to two (2),
one (1) year renewal terms, providing that the required certification is still valid.
5. ADDITI ON AL PR E QUAL IFIED FIRM S TQ BE_ADDED TO POOL _ At any time, the City, through the
approval of the City Man ager, may accept applications an d add additional firms to the list of
pre qualified firm s.
6._AAARDING WORK. Wh en the need for services arises all prequalified contractors that are in good
stan ding may be invited to submit statements of work (SOW) and costs based on an Invitation to Quote
(lTQ) issued by the City. Each SOW prep ared by the contractor shall include a clear description of the
work to be performed (with specific an d 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.S ERVICE DELIVERY EXPECTATION S, 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. Th e 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
1. P U RP O SE. Th e City of Miami Beach is seeking applications from pressure washing contractors who
wish to participate in a pre-qualification pool that will be used to solicit various pressure washing
services on an "as needed" basis as specified herein. Interested contractors may submit an application
indicating its intent to become prequalified. All contractors which meet or exceed the criteria
established in this solicitation shall be placed on a pre-qualification list that may be accessed by
various City dep artments to obtain price quotation s for various pressure washing services.
The City utilizes BidSync (ww w._bidsyn c.com) for automatic notification of solicitation opportunities and
document fulfillment. Any prospective bidder who has received this TB by any means other than
through BidSyn c is solely responsible for registering immediately with Bid,Syn c to assure it receives any
adden dum issued to this TTB . Additionally, prior to submittal of the bid, bidder sh all verify that it has
received and comp lied with all addenda issued. Failure to receive an addendum, or comply with an
adden dum requirem ent, may result in disqualification of bid submitt ed.
2, Q yE R UAEA O F PREQUALIF1CATION PR O C ESS._ The figure below is a general overview of the
process that the City will utilize to award work pursuant to the prequalification process.
rk wt be
0waded 1 a001$80±
1 pd±er s9ts.an
ap#,at oo to be
pequfd n
response to ttus iB
m tie 11
4 0n 9n s ne$9}
bass, Cty wall request
$8is a d costs tom
fems ptequal@fed
• pp#i cat ían is #ea!steß
tat rpsnce wth #T8
qui @re st.
3 #pp8cat0 1$
o:mv4 hm ss add ed
lo the 44 of firms
pe.qué&sed authvsred
for fatare wok
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://yw.miamibeachfl.gov/city- hall/procurement/standard-terms-_and-
conditions/) are referenced and incorporated herein.
10. INSURANCE REQUIREMENT. Insurance requirements will be released as part of an addendum.
11, BINDI NG AGREEMENT. By virtue of submitting an application for the City's consideration, the
bidder agrees that the application shall be considered an offer on the part of the bidder, which offer
shall be deemed accepted upon approval of bidder's prequalification status by City Manager or City
Commission. Further, bidder agrees that, upon approval of the bidder's application by the City Manager
or City Commission, a binding Agreement shall be established between the City and the approved
contractor. The Agreement shall be comprised of the following documents, and in the following order:
the Purchase Order issued by the City; then,
the signed Contractor Service Order; then,
the Invitation to Quote (ITO) awarded to the vendor; then,
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.
First,
Second,
Third,
Fourth
I
I
I
I
I
Part B -- Operational & Management Information.
1. Provide the names of each owner (stockholder, sole proprietor, and partner), director, or officer of the
bol ddi' company, elow. Submit a ition al names on a sep arate sh eet if required.
. Owner Ownership percentage Directorship/Office typ e
Kaela lsel 4oC3 kesaut
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
lame:ka@± ?cc#
at cert4 al pals«e4.co
P o¡Ó. teleonon . S .33·7544
ta öeact li vil«cr dl«ay', Nome.PA«i 'el3y [
cad s, sw le£,eio Eat peels eta cp4 l«Ala.cc«
) 4des letenon. s.(-127-Tor£
3. Is the bidder currently barred b~ernrnental ªf eKy,
1
from bidding as a prime or subcontractor?
L JYEs NO
lf yes, state debarment period and the reason(s) for debarment?
9/
4. Has the bidder or any of its own ers , 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? Jrs TIo
I If yes, why?
s. ts a atiate of the bidder ppegualfet by We Cy gf Miami each tor any wok?
YES k NO
lf yes, state the name of the affiliate?
9/