Loading...
ITB-20-044-06 King of Pressure IncC O N T RA C T N O . 20-044-06 MIAMI BEACH City of Miami Beach, 1755 Meridian Avenue, 3'd Floor, Miami Beach, Florida 33139, www.miamibeachfl.gov PROCUREMENT DEPARTMENT Tel: 305-673-7490, Fax: 786-394-4235 SE N T V IA E -M A IL TO: keyi n@k in g o fpr essure.com M ar ch 18 , 2 0 2 0 K e v in R a m dia l K in g o f P re ssu re , In c. 18 6 6 N W 13 9" A ven u e P e m b ro ke P in e s F L , 33 0 2 8 P h : 9 5 4 -6 5 8 -4 2 3 2 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 D e a r M r. R a m dia l: O n Fe b ruary 6 , 20 2 0 , Kin g of P ressu re , In c., (th e "C on tr a ct or ") sub m itted to the C ity of M iam i B e a c h , F lo rid a (th e "Ci ty") a req u e st to be preq u a lifie d fo r future pro je cts in respo nse to the a b o v e -re fe re n c e d 1T B . T he 1T B stip u la te s, pu rsua n t to Section 02 0 0 , Sub-S ection 16, Binding C o n tra ct, th a t the ap p ro val of the C ity M an a g er's recom m e nda tio n by the M a yor and City C o m m is sion sh all co nstitute a bin d in g C o n tract be tw ee n the C ity and the aw arde d bidder. A cco rd in g ly, th is le tt e r sha ll se rve as off icial no tice fro m the C ity that the M a yor and C om m ission, at its M ar ch 18, 20 2 0 m e e tin g, ap p ro ved the C ity M ana ge r's recom m endatio n, pursua nt to the 1T B , to pre q u a lify the C o ntracto r to be eligib le to pro vide pressure w ashing se rv ices to the City. It is im p o rt a n t to no te the w o rk m u st be aw a rde d in accorda nce w ith the 1T B . Furt her, no services m a y be pe rf o rm ed un til such tim e as the C ity has issue d a P urchase O rder. If yo u ha v e a n y qu e stio n s reg a rd in g this le tte r of notificatio n of aw ard, you m ay co ntact V alerie V e le z, C o n tra ct A na ly st, Pro cure m ent D ep a rt m ent, at V ale rieV e le z@ m ia m ibe achfl.g ov or at 3 0 5 .6 7 3 . 7 4 9 0 . O therw ise, all othe r qu e stio n s sh o u ld be add ressed to the C o ntract M a nager fo r th is co n tra ct, A d rian M orale s D ire cto r Pro pe rt y M ana gem e nt D e pa rt m ent at A d ria n M o ra le s@ m iam ib e a chfl.g o v or (3 0 5 ) 67 3 -7 0 00 ext. 29 32 . A D /M E /A G We are committed to providing excellent public service and safe ty to all who live, work, and play in our vibrant, tropical, historic community A TT A C H M E N T A R E S O L U T IO N C O M M IS S IO N IT E M S A N D C O M M IS S IO N M E M O R A N D U M R e s ol u ti on s - C 7 S MIAMI BEACH 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 PROVI DE 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. 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 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"), Endirt 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-consumino efforts would be reauired to aualifv contractors each time a need was identified. In order to continue to m ax im ize com petition by continuing to add contractors, I recom m end that the period fo r subm itting applications be ext ended to be consistent w ith the term of the contra ct. New applicants that m eet the 1T B requirem ents w ill be added to the pool. Contra ctors that do not perform well will be rem oved from the pool. Therefore, I recom m end that the M ayor and City Com m ission of the C ity of M iam i Beach, Florida, appro ve the Resolution, accepting the recom m endation of the City M anager, pursuant to Invitation to Bid (1T B) 2020-044-AY, to establish a pool of pressure w ashing serv ices to expedite the selection of contractors fo r future pressure w ashing projects, and the initial pool of qualified contractors, as set forth in Exhibit "A ," further, authorizing the City M anager to keep the I TB open for the purp ose of prequalifying additional pressure washing contractors, and delegating to the C ity M anager the authority to add suppliers to the pool; and further providing that any purchase in excess of $100,000 shall be subject to the prior approval of the C ity C om m ission. Applicable Area Citywide Is this a "Residents Right to Know" item , pursuant to City Code Section 2-14? No Does this item utilize G.O. Bond Funds? No Legislative Tracking Property Management Procurement 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. Overspray Solutions, LLC Roof Painting by Hartzell SFM Services, Inc. The Pressure Cleaning Man One General Contractors LLC and VPR Construction Corporation RESO LUTI ON NO . A RESO LUTION OF THE MAYOR AND CI TY COMMI SSI O N OF TH E CITY OF MIA MI BEACH, FLORI DA, ACCE PTING TH E RECOMMENDATI O N OF TH E CI T Y M A N A G E R , P U RSUAN T TO INVI TATI O N TO BI D (ITB ) 2020-044-AY, TO E S T A B LI S H A P O OL OF C O N TR A C T O R S T O PR O VI DE PR ESSUR E W A S HI N G S E R VI C E S, T O E X P E DI T E TH E S EL E C TI ON OF C O N TR A C T OR S F O R F U T U R E P RE S S U R E W A SH I N G P R O J E C T S, AN D TO SELECT TH E INITIAL POOL OF QUALIFIED CONTRACTORS, AS SET FORTH IN EXHIBIT "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 [TB") 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 ("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"); and WHEREAS, 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; 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 W H E R E A S , 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 exìsting delegated procurement authority under the City Code, and service orders exceeding $100,000 will be submitted to the City Commission for its consideration; and WHEREAS, to maximize competition among the prequalifíed 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 (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 suppliers to the pool, provided such vendors meet the requirements of the 1TB; and further providing that any purchase in excess of $100,000 shall be subject to the prior approval of the City Commission. PASSED AND ADOPTED this day of 2020. ATTEST: RAFAEL E. GRANADO, CITY CLERK DAN GELBER, MAYOR A P P RO V E D A S TO FORM & LANGUAGE & FOR EXECUTION RB.h ; e t° • • cy Atori»y // ate ? ATTACHMENT B SOLICITATION AND ADDENDUMS M IAM IBEAC PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3d Floor Miami Beach, Florida 33139 www.miamibeachfl.gov ¢ 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, Ihe 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 udastot mmiamibeachfl. 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 ""7"PO"a Bidd ers' questionnaire with the reasons) or not submitting a proposal sake. ) .2gp2re r1curement Director + ADDENDUM NO. 1 INVITATION TO BID NO 2020-044-AY PREQUALIFICATION POOL FOR PRESSURE WASHING SERVICES M IA M IBE PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 36 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. [TB DUE DATE AN D TIME. The deadline for the receipt of bids is exten ded until 3:00 p.m., on Thursday, February 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 Contact:. }Telephone: }Email. Ni "udasto 1305673-7480 ext 26095 }Arv'udasto@miamibeach.go Proposers are reminded to acknowledge receipt of this addendum as part of your ITB submission. Potential proposers that have elected not to submit a response to the 1TB are requested to complete and return the "Notice to P ·tive Bidders" questionnaire with the reason(s) for not submitting a proposal. /. ADDENDUM NO. 1 IN VI TA TI ON TO BID N O. 2020-044A¥ PR E O UA LI FIC A TIO N P O O L FO R P R E S S U R E W A S H IN G SE R V IC E S INVITATION TO BID (1TB) PREQUALIFICATION POOL FOR PRESSURE WASHING SERVICES 202 0 0 4 4A Y 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@miamibeachfl.gov [www.miamibeachfl.gov MIAMI BEACH TABLE OF CONTENTS SECTIONS: 0100 GENERAL INFORMATION & SCOPE OF WORK APPENDICES: APPENDIX A APPENDIX B DEFINITIONS: PREQUALIFICATION APPLICATION SPECIAL CONDITIONS Bidder means any firm or individual submitting an application in response to this 1TB. The term bidder may be used interchangeably with applicant and proposer. Vendor means any firm or individual that has been pre-qualified to supply goods or services to the City. S E C T IO N 010 0: G E N E R A L INF OR M A TI ON & S C OP E O F W O R K 1. P U 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 BídSync (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 BídSync 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 Work wt be awtded mn oocod.are with the roadmap ptoedures estab/sh0d n the II8 1 Bidder sorts on ap#.at0n to be pqualed in response to thus fT 4 0nan as needed buses, Caty wll request $SO¥/s an4 costs from firs p«equal.fed à Applicatian is evaluated foe compline with #18 té quiternents. 3 Mf Apoptcabon 1s #pr0e4, fan is added to the ist of firms prequaf6ed auth2ed fort 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 serv ice possible during com pletion of th e p ro je c t (s ). P r o je c t-s p e ci fi c d e liv e r a b le s a n d e x p e c ta t io n s s h a ll b e d e fi n e d o n a p ro je c t-b y -p r o je c t 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 '.ª1· ... • .... I i h 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, 34 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 bol Subi 1ddi l h it id company, eow. ulimit a itional names on a separate sleet 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: Telephone: 3. Is the bidder currently barred by a governmental agency, from bidding as a prime or subcontractor? L ]Y s L JNO 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? t 1rs L Jo I If yes, why? 5. Is an affiliate of the bidder plequaTed by the c 1 ity of Ïiami Beach for any work? YES NO If yes, state the name of the affiliate? 6. Is the bidder a parent, subsirry, 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, raget 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? vs 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? Jes 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? t Is [ 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? I 7rs Jo I 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? I Js I 1o I 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 mreprerentation to any public agency or entity? [tes 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? L Jes Jo 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 Îgent, 1 an employee of the City of Miami Beach? ts Jo If ·tat tith d hz f hi yes, s a e name, 1 e an stare o owners Ip 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 L 1o 111 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 Jrs t 7o 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 elployets? I Its 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 Sp0uses 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 L Io 111 yes, which brands BIDDER AFF IDAVIT 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 th e 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 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. The C ity reserves the right to request the rem oval of the C ontractor's em ployee's from perf orm ing m aintenance on the C it y 's g r o u n d s w h e r e th e e m p lo y e e 's p e rf o r m a n c e o r a c tio n s a re obviously detrim ental to the pro gram . C o n t r a c to r 's p e r s o n n e l m u s t 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). 1 O. 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 CH M EN T C CO N SU LTA N TS RESPO N SE - PRO PO SA L 2/12/2020 Detail by FEI/EIN Number D)¡V4S104 8# CORPORATION DO enar Lmgnt of Statg I D iyi sion of C orpor ations I Sggrçh [gcords / [glail By Document Number I Detail by FEI/EIN Number Florida Profit Corporation KING OF PRESSURE, INC. Filing Information D o c u m e n t N u m b e r F E I/E IN N u m b e r D a te F ile d S ta te S ta tu s L a s t E v e n t E v e n t D a te F ile d E v e n t E ff e c tiv e D a te Principal_Address 4153 SW 47 AVENUE 124 DAVIE, FL 33314 P98000021132 65-0816825 03/05/1998 FL ACTIVE CANCEL ADM DISS/REV 11/13/2006 NONE Changed: 02/16/2012 Mailing Address 4153 SW 47 AVENUE 124 DAVIE, FL 33314 Changed: 02/16/2012 Registered Agent Name & Address KEVIN, RAMDIAL 4153 SW 47 AVENUE 124 DAVIE, FL 33314 Name Changed: 03/31/2011 Address Changed: 02/16/2012 Officer/Director Detail N a m e & A d d re s s Title PRES search .sunbi z.org/Inqui ry/corp ora tion search /Search Re sultD et ail?inq uiryt yp e=F eiN um b er &di rection Typ e=Init ial &search Nam eOr d er=650816825P9 800... 1/2 2/12/2020 RAMDIAL, KEVIN 4153 SW 47 Avenue# 124 D a vie , F L 33 3 14 Detail by FEI/EIN Number Annual Reports R e p o rt Y e a r 2 0 18 20 19 2 0 2 0 F ile d D a te 0 1/16 /2 0 18 0 3 /0 4 /2 0 19 02 /12 /2 0 2 0 Document Images 92/12/2029-- A]I UAL REpoRr View ima ge in PD F form at ------------- 93/04/2019-- NI U[ REPORT View ima ge in PDF format 01/16/2918-- AANJA[ RE POR T View ima ge in PDF format ------------~ 04/Q4/2017--_ANNUAL_REPORT View image in PD F form at hhhhhhhhhohohe 02/102O16 -- ANNLIAL_REPORI View ima ge in PDF format --------------' 11/13/2015-- AN NUAL RE PORI View ima ge in PD F form al ------------~ 02/09/201A4--_ANILJA[ REPORT View ima ge in PDF format . 03/242013-- AAINUAL REP QR ] View ima ge in PD F format 02/16/2012 -- ANNUAL REP ORT 03/31/2011- ANNUAL REPORT 02/18/20IO- ANNUAL_REPORT ohe 02/0/2009 -- AN NUAL REP9Rr View image in PDF format ------------~ 02/27/2008.-- ANN UAL_REP'OR I View ima ge in PDF format ------------- 95/92/2907_ AN A[JAL REP ORT View image in PDF format --------------- View ima ge in PD F format View image in PDF format View image in PDF format 11/13/2096-- RE_INS1IE_AAEAI View image in PDF format ht 5 /g4/2005_-- [ANNUAL _REPORT View image in PDF form at View image in PDF form at 01/05/2004 -- AN NUAL REPORT 01/99/2903_--_AAN JAL REPORT View image in PDF format hhheehhhooehheheehhoeheehehehe~ 02/2ZI2OO2 -- ANN UAL REP?ORI View image in PF format e 01/088/200 1-- AN NUAL_REP OR T View ima ge in PDF format ------------- 04/96/2QQ0_._ AN AJAL REPORT View image in PDF format # 03/02/_1999-- ALI UAL REPORT View image in PDF format 93/95/ 1998-- Domestic Profit View image in PDF format search .sunbiz.org/I nq uiry/corporationsearch/Search Resul!Detail?inquirytype=F eiN umber&d i rection Type= lnitial&searchN ameOrder=650816825P9800... 2/2 City of Miami Beach Bid 2020-044-AY Solicitation 2020-044-AY PREQUALIFICATION POOL FOR PRESSURE WASH ING SERVICES Bid Designation: Public t £ À City of Miami Beach 1/9/2020 2:57 PM p. 1 City of Miami Beach Bld 2020-044-AY Bid 2020-044-AY PREQUALIFICATION POOL FOR PRESSURE WASHING SERVICES Bid Number 2020 -044 -AY Bid Title PREQUALIFICATION POOL FOR PRESSURE WASHING SERVICES Bid Start Date Jan 8, 2020 4:04:10 PM EST Bid End Date Feb 6, 2020 3.00.00 PM EST Bid Contact ARJU YUDASTO 305 -673 -7490 ARJUYUDASTO@MIAMIBEACHFL.GOV Addendum # 1 New Documents Previous End Date 2020 -044 -AY addendum no 1.pdf Jan 29, 2020 3:00:00 PM EST New End Date Feb 6, 2020 3:00.00 PM EST Description 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 prequalifìed. 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 Bid Sync (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 Bid Sync 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). 1/9/2020 2:57 PM p. 2 City of Miami Beach Bid 2020-044-AY MIAM/BEACH INVI TATION TO BID I/TB} PREQUALIFICATION POOL FOR PRESSURE WASHING SERVICES 2020044-A¥ ISSUANCE DATE: JANUARY 8, 2020 APPLICATIONS DUE: JANUARY 29, 2020 @3:00 PI ISSUED BY: A12 A ] /»lf ARJU YUDASTO, PROCUREMENT CONTRACTING OFFICER I PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3 Floor, Miami Beach, FL 33139 305.673.7000 26695 \ arjuyudasto@miamibeachfl.gov [ www.miamibeachfl.gov 1/9/2020 2.57 PM p.3 City of Miami Beach Bid 2020-044-AY MIAMI BEACH TABLE OF CONTENTS SECTIONS: 0100 GENERAL INFORMATION & SCOPE OF WORK APPENDICES: APPENDIX A APPENDIX B DEFINITIONS: PREQUALIFICATION APPLICATION SPECIAL CONDITIONS Bidder means any firm or individual submitting an application in response to this 1TB. The term bidder may be used interchangeably with applicant and proposer. Vendor means any firm or individual that has been pre-qualified to supply goods or services to the City. 1/9/2020 2:57 PM p. 4 C ity o f M ia m i B e a c h Bi d 2 0 2 0 -0 4 4 -A Y 1. PURP OSE. 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 specìfied 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 BídSync (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 BídSync is solely responsible for registering immediately with BídSync 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. 2. OVERVIEW OF PREQUALIFICATION PRO CESS. The figure below is a general overview of the process that the City will utilize to award work pursuant to the prequalification process. % W«kw# b: wl$ 4 cdanse watt ihe 1adra peaczhr es es!!st120$ r re tit} 1 {uher sur!s ar a3ph%8! t be 4 0 an as reed tass. City # us9st 3/s art 0sts trom fens peequalfsd } Aplctiws i volute 4 fs zinli9te %h 418 tr@qr·n. 3 1pphaton ts pr1 Im rs :htet lo tt hs1 a! fins pqua%e4 aullo4d for Eut±t e wtk 1/9/2020 2:57 PM p.5 City of Miami Beach Bid 2020-044-AY 3., PROCUREMENT CONTACT. Any questions or clarifications concerning this solicitation shall be submitted to the Procurement Contact noted below. The Bid title/number shall be referenced on all correspondence. 4. APPROVAL OF PREQUALIFIED STATUS. Following the review of applications, the responsive, responsible bidder(s) meeting all terms and conditions of the 1TB will be recommended for 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. o 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. AD DITI ON AL 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 firm s. 6. A W AR DIN G 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 1/9/2 020 2.57 PM p. 6 City of Miami Beach Bid 2020-044-AY 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 A N D CONDITIONS. The City's Standard Terms and Conditions for Service Con tracts (available at http s://www.miamibeachfl.gov/city- hall/procurem ent/standard-terms-and- con dition s/) are referenced and incorporated herein. 10. INSURANCE REQUIREMENT. Insurance requirements will be released as part of an addendum. 11. BI ND ING A G R EEM EN T. 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 (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. First, Second, Third, Fourth 1/9/2020 2:57 PM p. 7 City of Miami Beach Bid 2020-044-AY APPENDIX A Prequalification Application 2020-044-AY Pressure Washing Services PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 1/9/2020 2:57 PM p.8 City of Miami Beach Bid 2020-044-AY ars a.I eEETrn IIRE Section 1, SUBMITTAL INSTRUCTIONS. The Prequalìfication 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 (31 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, DE AD LI N E FOR S UB M I T T AL _ 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] 1/9/2020 2.57 PM p. 9 C ity o f M ia m i B e a c h Bid 2 0 2 0 -0 4 4 -A Y Part A -- Gen eral Bidder Information. FIRM NAME: King of Pressure, Inc. NO. OF YEARS IN BUSINESS: 22 years I NO. OF YEARS IN BUSINESS 1o "pegos LOCALLY: 22 vea rs OTHER NAME(S) BIDDER HAS OPERATED UNDER IN THE LAST 10 YEARS: N/A FIRM PRIMARY ADDRESS (HEADQUARTERS): 1866 NW 139"AVE CITY: Pembroke Pines STATE:FL I ZIP CODE: 33028 TELEPHONE NO.: 954-587-1515 TOLL FREE NO.: FAX NO.: FIRM LOCAL ADDRESS: 4153 SW 47Ave CITY: Davie STATE:FL I ZIP CODE: 33314 PRIMARY ACCOUNT REPRESENTATIVE FOR THIS ENGAGEMENT: Kevin Ramdial ACCOUNT REP TELEPHONE NO.: 954-658-4232 ACCOUNT REP TOLL FREE NO.: ACCOUNT REP EMAIL: kevin@kingofpressure.com FEDERAL TAX IDENTIFICATION NO.: 65-0816825 BIDDER IS: X CORPORATION / PARTNERSHIP / SOLE PROPRIETORSHIP / OTHER (If other, specify: ) 1/9/2020 2.57 PM p. 10 City of Miami Beach Bid 2020-044-AY Part B - Operational & Management Information. 1. Provide the names of each owner ( stockholder, sole proprietor, and partner), director, or officer of the bl Subr " 1dditi tl it ht stif id company, e/ow. ulimit a Iona names on a separate Sleet t requirer, Owner Ownership percentage Directorship/Office type Kevin Ramdial 100% ÖU(en 2. Provide three (3) clients for which the bidder has provided the referenced services in the last five (5) years. Project Description of Work City of Pembroke Pines City of Weston itywide Pressure Cleaning itywide Pressure Cleaning City of Parkland itywide Pressure Cleaning Project Reference ae · bi! Mordente' net prordeie èpp1$.0 esone. 954)240-0867 ae: RShaó+i Hon ea ahoer@son(1.01] e»se.'44, 125- 2Co vane: inthoo4 Scebo a os boê wu#ylr@land.or] eeoone: '6 15 - 3. ls the bidder currently barred by a governmental agency, from bidding as a prime or subcontractor? L JYEs LK Jo If yes, state debarment period and the reason(s) for debarment? 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? Js YJo I If yes, why? s. ts an amate otthe tater requate@ Dy e G(0Ml@mi Peach tor any won? YES NO I If yes, state the name of the affiliate? 1/9/2020 2:57 PM p. 11 City of Miami Beach Bid 2020-044-AY 6. Is the bidder a parent, subsir ary , r holding co,panyl for another company? YE S X NO If the answer is "yes," identify the company and type of relationship(s), below: C om pany Type of affiliation (parent or subsidiary) Period of affiliation 7. Is an ow ner, dire ctor, officer, r age¡t of the bidder affi liated w ith another company? tes [X]o If the answer is "yes," provide the following information for each individual and the affiliated company. Indivi dual's nam e Affil iat ed comp an y's nam e P er iod of Type of affiliation (e.g. affiliation offi cer, director, ow ner or em p l oyee) 8. Is the bidder currently the debtor in a bankruptcy case or fil e for bankruptcy during the last five (5) years? ls (KJo 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 ow ner, director, offi cer, or agent fo r the bidder, or has any business organization in w hich any such person w as an ow ner, director, offi cer, or agent filed fo r or been discharged in bankruptcy w ithin the past five (5) years? t 1res LX 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. 10. H as any ow ner, director, officer, or agent of the bidder ow ned or m anaged a com pany under any other nam e in the last five (5)years? J vrs (Y Jo I If yes, explain. 1/9/2020 2.57 PM p. 12 City of Miami Beach Bld 2020-044-AY 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? _Jvrs 9Jo 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? L Jes 57Jo I 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 mi¡re¡re¡entation to any public agency or entity? [ ]ves No 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? Jres [JNo I ff 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, 1 an employee of the City of Miami Beach? ves [X]No f h' If yes, state name, title and share o own ersliip Name Title Share (%) of Ownership 1/9/2020 2:.57 PM p. 13 City of M iam i Beach Bid 2020-044-AY 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 )ves Io I If yes, pro vide deta ils. 17. Equal B enefit s fo r Em ployees with S pouses and Em ployees with Dom estic Part ners. 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? Js B. Does your company provide or offer access to any benefits to employees with {same or opposite sex) domestic partners* or to domestic partners o~~ 1 es? L []vs o ff oll 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 4 I I A Sick Leave f\ I I\. Family Medical Leave I \ I I \ Bereavement Leave I 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? Js I If yes, which brands. BIDDER AFFIDAVIT The undersigned agrees that s/h e: 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 1/9/2020 2.57 PM p. 14 City of Miami Beach Bid 2020-044-AY the com pany. Further, any prequalified contractor, including its principal(s), director(s), and any affiliate, who is a party to any m isrepresentation to obtain business or contracts w ith the C ity of Miami Beach shall be decl ared delinquent and have its certificate suspended or revoked and will be subject to debarment and any other penalti es prescribed by law . The undersigned affi rm s that the bidder agr e es: 1) to com plete and unconditional acceptance of the term s and conditions of this docum ent, inclusive of attachm ents, exhibits an d app en dic es-; 2) that it has not colluded, nor wi ll collude, w ith any other bidder; 3) that all info rm ation contained herein is part of the public dom ain as defined by the S tate of Florida Sunshine and P ublic R ecords Law s; 4) that all responses, data and inform ation contained in the bid are true and accurate. N am e: }) Kv»k] Signature: Ti tle (m ust be fir ipal of the,pidder)y €8 i'! • D ate: [TH E R EM A IN D ER O F T H IS P A G E IS L EFT IN TEN T IO N A L L Y B LA N K ] 1/9/2020 2:57 PM p. 15 City of Miam i Beach Bid 2020-044-Y APPENDIX B ~ I ! Spe ci al Con ditions ITB 2020 044-AY Pressure Washing Services PROCUREMENT DEPARTMENT 1755 M eridian Avenue, 3rd Floor M iam i Beach, Florida 33139 1/9/2020 2.57 PM p. 16 Ci ty of Miami Beach Bid 2020-044-AY SPECIAL CO NDITI O NS. 1. LICENSE/CERTIFICATION. Prospective bidder shall hold the adequate license or certification to pull all perm its necessary to successfully com plete the w ork. 2. ME TH OD OF PAYM ENT. The C ity shall pro vide periodic paym ents fo r serv ices rendered by the C ontra ctor. In orde r fo r the C ity to pro vide paym ent, the C ontra ctor shall subm it a fully docum ented invoice w ithin thirty (30) calendar days after the serv ice has been rendered. It shall be understood that such invoices shall not be subm itted fo r paym ent until such tim e as the service has been completed and a C ity re presentative has reviewed and approved the service. 3. GUARA NTEE AGAINST DEFECTS. The Contractor shall, in addition to all other guarantees, be responsible fo r 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 equipmen t, 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 w orkday and disposed of in an appro priate m anner. U pon final com pletion, the C ontractor shall thoro ughly clean up all areas, as m utually agreed w ith the C ity, w here w ork w as perf orm ed. 6. PERMIT CO STS. T he C ity w ill only reim burse the C ontractor fo r the cost of the permits. Proof of cost is required. The City will only reimburse for initial review and one resubmission. Costs associated w ith additional re-subm issions w ill not be reim bursed. C ontra ctor shall not incl ude perm it fees on C ost P ro posal Form (Ap pen dix E ). P ermi t costs w ill be charged to the C ity separately from the unit cost. All licenses required by m unicipality, govern m ental agency, or political subdivision shall be obtained by and paid fo r by the C o ntract or. D am ages, penalties and/or fines im posed on the C ity or the C ontractor fo r failure to obtain required licenses or perm its shall be born e by the C ontractor. 7. BACKGROUND CHECKS/CO NTRA CTOR'S PERSONNEL. T he C ontractor shall conduct a full crim inal backgro und check at its ow n expense on each of its em ployees engaged in pro viding serv ices under this 1TB or any resulting Agreem ent prior to the com m encem ent of said serv ices. N o C o ntractor em ployee shall be eligible to perform serv ices, pursuant to this 1T B or resulting Agreem ent if he or she : (1) has been convicted of or w as placed in a pre-trial diversion pro gram fo r any crim e involving dishonesty or breach of trust; em bezzlem ent; drug trafficking; fo rgery ; burglary; robbery; theft; perjury ; possession of stolen pro pert y; identity theft; fr aud; m oney laundering; shoplifti ng; larceny; falsification of docum en ts and/or (2) has been convicted of any sex, w eapons, or violent crim e including but not lim ited to hom icide ; attem pted hom ici de; ra pe; child m olestation; extortion; terro rism or terrorist threats; kidnapping; assault; battery ; and illegal w eapon possession, sale or use. The C ontra ctor shall defend, indem nify and hold the C ity, its offi cers, em ployees, and agents harm less from and against any and all liabilit y, loss, expense (incl uding reasonable attorn ey's fees) or cl aim s for injury or dam ages arising out of its failure to com ply w ith this requirem ent. 1/9/2020 2.57 PM p. 17 City of Miami Beach Bid 2020-044-AY Contractor shall employ personnel competent to perform the work specified herein. The City reserves the right to request the removal of the Contractor's employee's from performing maintenance on the City's grounds where the employee's performance or actions are obviously detrimental to the program. Contractor's personnel must wear photo identification at all times. 8. UNIFORMS. All personnel furnished to the City of Miami Beach must be uniformed. Each employee supplied by the Contractor will wear a uniform bearing the Contractor's name. Uniforms must be provided at the Contractor's expense and may not be charged to the employee or deducted from the employees' paycheck, therefore reducing the hourly pay rate to less than the living wage rate required by this solicitation. 9. MOBILIZATION AND DEMOBILIZATION. It will be the 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 BLANKJ 1/9/2020 2:57 PM p. 18 C ity of M iam i Beach MIAMIBEA Bid 2020-044-AY PROCUREME NT DEPARTMENT 1755 Meridian Avenue, 3@ Floor Miami Beach, Florida 33139 www.miamibe achfl.gov ADDENDUM NO. 1 INVITATION TO BID NO. 2020-044-A4Y PREQUALIFICATION POOL FOR PRESSURE WASHING SERVICES January 8, 2020 This Addendum to the above-referenced ITB is issued in response to questions from prospective proposers, or other clarifications and revisions issued by the City. The [TB is amended in the following particulars only {deletions are shown by strikethrough and additions are underlined) I. {TB DUE DATE AND TIME, The deadline for the receipt of bids is exten ded until 3:00 p.m., on Thursday, February 6, 2020. City of Miami Beach Procurement Department 1755 Meridian Aven ue, 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 Cily Clerk's Office at RafaelGran ado@miamibeachl.gov Contact Arju Yudasto ¡ Telephone: ] 305-673-7490 e1. 26695 ' . . .-· .. •··- .. , ¡Emai l. [ [ArjuYudasto@m iamiteachtl.gov ) Proposers are reminded to acknowledge receipt of this addendum as part of your ITB submission. Potential proposers that have elected not to submit a response to the [TB are requested to complete and return the "Notice to ie¡tive. Bìdd. ers" questionnaire with the reason(s) for noi submitting a propo sal. ge l/ A Demas 1/ o ~u~ ent Director <4".-.c-,•<>=<,;<;"'~-'<;,1<#;Af"'1::C,,,i'!;Í-'Äô0ÊÑÔÜMN"'ò"T""- .. ~'.,..,._;o_,,,...........,.,."'""'~-W<'><'>•·~·•w:>1"%>1111l'IU:;,,,r.~~-·1~x<''''',P~•--w~•~,,.,..,..v~~~!~.-1<--~>'~l<-_,,,..~,i,.,"'<:',.<-•··m'.\",+'v;:-OC·~=,m,ir,»>'"'~-"''~"-~''~ I INVITATION TO BID NO. 2020-044-AY PRE QUALIFICATION POOL F OR PRESSURE WASHING SERVICES 1/9/2020 2:57 PM • 19 City of Miami Beach Bid 2020-044-AY Question and Answers for Bid #2020 -044-AY - PR EQUALIFICATION POOL FOR PRESSURE WASHING SERVICES Thore are no questions associated with this bid. 1/9/2020 2:57 PM p.20 M IA M IB E A C PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3+ Floor Miami Beach, Florida 33139 ww w .miamibe ach fl.gov ADDENDUM NO. 2 INVITATION TO BID NO. 2020-044-A4Y PREQUALIFICATION POOL FOR PRESSURE WASHING SERVICES January 28, 2020 This Addendum to the above-referenced TTB is issued in response to questions from pr o spe ctive proposers, or other clarifications and revisions issued by the City, The ITB is amended in the following particulars only (deletions are shown by strikethrough and additions are underlined). I. CLARIFICATION. 1. PURPOSE. The City of M iami Beach is seeking applications from pressure washing contractors wh o wish to participate in a pre-qualification pool that wi ll be used to solicit various pre ssure 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 th e annual budget for these services_to be $900,000._ The Sanitation Department will be_in_need of seryices (but_not limited _to) parking garage stairwells,_Lincoln road, and bus sto ps In_addition ,_th e_Pr op erty Management Department will_al so need services for 9 city garages._ These would be routine services with costs_estimated on an annual basis Any questions regarding th is Addendum should be submitte d in writing to the Procurem ent Management Department to the attention of the individual named below , with a copy to the City Clerk's Office at Rafael/Granado@miamibeachtl.gov / Contact [Telephon e: }Email:. ] l Ara Yudasto 1305-673-7490 et. 28695 \Au!udasto@miamibeach.gov Proposers are remi nd ed to ackn owl e dge receipt of this addendum as part of your ITB submission. Potential proposers that have elected not to submit a response to the [TB are requeste d to complete and return the "Notice to "Pc "o Bidders' question n aire with the reason(s) or not subm i tting a proposal sake. ) T Alex Denis "pri€rement Director I e..9o te9pop e8oeeoop % %op o$pote te op e o $ptee te 99e0h o eei@toppete e op po pp o 9 99 0e ADDENDUM NO. 1 INVITATION TO I0 NO., 2020.044-AY %REO!JALFICATION POOL FOR PRESSURE WASHING SER VICES