Loading...
ITB-20-044-08 Roof Painting by HartzellCO NT RA CT NO . 20-044-08 MIAMI BEACH City of Miami Beach, 1755 Meridian Avenue, Jrd Floor, Miami Beach, Florida 33139, www.miamibeachfl.gov PROCUREMENT DEPARTMENT Tel: 305-673-7490, Fax: 786-394-4235 SENT VIA E-MAIL TO: mgoodwin@myhartzell.com March 18, 2020 Mike Goodwin Roof Painting By Hartzell 2301 NW 33% C ourt Pompano Beach, FL 33069 Ph : 954-658-0515 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. Goodwin: On February 6, 2020, Roof Painting by Hartzell (the "Contractor") submitted to the City of Miami Beach, Florida (the "City") a request to be prequalified for future projects in response to the above-referenced 1TB. The 1TB stipulates, pursuant to Section 0200, Sub-Section 16, Binding Contract, that the approval of the City Manager's recommendation by the Mayor and City Commission shall constitute a binding Contract between the City and the awarded bidder. Accordingly, this letter shall serve as official notice from the City that the Mayor and Commission, at its March 18, 2020 meeting, approved the City Manager's recommendation, pursuant to the 1TB, to prequalify the Contractor to be eligible to provide pressure washing services to the City. It is important to note the work must be awarded in accordance with the 1TB. Further, no services may be performed until such time as the City has issued a Purchase Order. If you have any questions regarding this letter of notification of award, you may contact Valerie Velez, Contract Analyst, Procurement Department, at ValerieVelez@miamibeachfl.gov or at 305.673. 7 490. Otherwise, all other questions should be addressed to the Contract Manager for this contract, Adrian Morales Director Property Management Department at AdrianMorales@miamibeachfl.goy or (305) 673-7000 ext. 2932. Sincerely, ?Kl/C I IS Director Procurement Department AD/ME/AG WVe are committed to providing excellent public service and safety to all who live, work, and play in our vibrant, tropical, historic community. RESOLUTION NO. A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, ACCEPTING THE RECOMMENDATION OF THE CITY MANAGER, PURSUANT TO INVITATION TO BID (ITB) 2020-044-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 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 ITB 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 ("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 ITB; 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 WHEREAS, to maximize competition among the prequalified contractors, the Administration is recommending that the ITB 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 ITB. 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 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 ITB 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 ITB; 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 APPROVED AS TO FORM & LANGUAGE & FOR EX CUTION 3 - - City Attorney Date Re solutions - C7 S COMMISSION MEMORANDUM TO:Honorable Mayor and Members of the City C ommission FR O M:J immy L. Morales, City Manager DAT E:March 18, 2020 SUB J E C T:A R E S OL UT I ON O F T HE MAYO R A ND C I T Y C OMMI S S I O N OF T HE C I T Y O F MI A MI B EA C H, F L OR I D A, A C CE P T I NG T HE R E C O MME ND AT I ON O F T HE C I T Y MA NA GE R, P URS UA NT TO I NVI TAT I O N TO B I D (I T B) 2020-044-AY, TO E S TA BL I S H A P OOL O F CO NT RA C TOR S TO P RO VI D E P R ES S URE WA S HI NG S E RVI C E S, TO E X P E DI T E THE S E L E C T I ON OF CO NTR A CTOR S F O R F UT UR E P R E SS UR E WA S HI NG P R OJ E C T S, A ND TO S E L E CT T HE I NI T I A L P OO L O F QUA L I F I E D C O NT R A CTO RS , A S SE T F O RT H I N EX HI B I T "A"; F URT HE R, A UT HOR I Z I NG T HE C I TY MA NA GE R TO K EE P T HE I T B O P EN FO R T HE P UR P OS E O F P R EQ UAL I F YI NG A D D I T I O NAL P RE S S UR E WA S HI NG CO NT RA C TOR S, A ND D E L E GAT I NG TO T HE C I T Y MANA GE R T HE A UTHO RI T Y TO A D D QUA L I F I E D C ONT R A C TOR S TO T HE PO OL , P RO VI D E D SUC H V E ND O RS ME E T T HE R E QUI R E ME NT S OF T HE I T B; AND F URT HE R P R OV I DI NG T HAT ANY S E RVI C E O RD E R I N EX C ES S O F $100,000 F O R A NY PR O J E CT SHA L L BE S UB J E CT TO T HE P R I OR A P P RO VA L O F T HE CI T Y CO MMI S S I ON. RE C OM M E ND AT ION 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 I T B 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 I T B open for the purpose of prequalifying additional pressure washing contractors, and delegating to the C ity Manager the authority to add contractors to the pool. BACKGROUND/HI STORY On J anuary 8, 2020, the City issued an I nvitation to B id 2020-044-AY (the “I T B”). The purpose of the I T B 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 I nvitation to Quotes (I T Qs) for the purchase and delivery of various pressure washing services on an “as needed” basis, during the term of the contract. ANALY SIS The I T B 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, I nc. (“Dream Clean”), E ndirt L L C (“Endirt”), US A Sweeping dba Facilities Pro Sweep (“USA Sweeping”), Green Earth Powerwashing L L C (“Green Earth”), HRT Construction Group, L L C (“HRT ”), Jet S et Company (“Jet Set”), King of Pressure, I nc. (“King of Pressure”), Overspray Solutions, L L C (“Overspray Solutions”), P MC Group Services L L C (“P MC ”), P ressure Cleaning S ervice Enterprise, I nc. (“Pressure Cleaning Service Enterprise”), Roof P ainting by Hartzell (“Hartzell”), Scrubbers Technology I nternational, L L C (“S crubbers”), S F M Services, I nc. (“S F M”), The Pressure C leaning Man (“Pressure Cleaning Man”), One General Contractors L L C (“One General”), and V P R Construction Corporation (“V PR”). The I T B stated that following the review of applications, the responsive and responsible bidder(s) meeting all terms and conditions of the I T B will be recommended for award. I n its due diligence, the Procurement Department found that Dream Clean, Endirt, US A Sweeping, Green Earth, HRT, King of Pressure, Overspray Solutions, Hartzell, SF M, Pressure Cleaning Man, One General, and VP R met the requirements of the I T B. However, J et Set, P MC, Pressure Cleaning Service Enterprise, and S crubbers 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 I T B and are recommended for award. FI NANCI AL INFORMATION The cost associated with the purchase of pressure washing services is subject to the funds availability approved through the City’s budgeting process. CONCL USION I concur with staf f 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-consuming efforts would be required to qualify contractors each time a need was identified. I n order to Otherwise, redundant and time-consuming efforts would be required to qualify contractors each time a need was identified. I n order to continue to maximize competition by continuing to add contractors, I recommend that the period for submitting applications be extended to be consistent with the term of the contract. New applicants that meet the I T B requirements will be added to the pool. Contractors that do not perform well will be removed from the pool. Therefore, I recommend that the Mayor and City Commission of the City of Miami Beach, Florida, approve the Resolution, accepting the recommendation of the City Manager, pursuant to I nvitation to Bid (I T B) 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, as set forth in Exhibit “A,” further, authorizing the City Manager to keep the I T 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; and further providing that any purchase in excess of $100,000 shall be subject to the prior approval of the City Commission. Applicable Area Citywide Is this a "Residents Right to Know" ite m, pursuant to City Code Section 2-14? Does this ite m utilize G.O. Bond Funds? No No Legislative Tracking Property Management/Procurement ATTACHME NTS: Description Exhibit A 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 MIAMI BEACH 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. 1TB DUE DATE AND TIME. The deadline for the receipt of bids is extended 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: Ariu Yudasto Telephone: 305-673-7 490 ext. 26695 Email: AriuY udastor miamibeachfl. 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 P s e tive Bidders" questionnaire with the reason(s) for not submitting a proposal. E 1 ADDENDUM NO. 1 INVITATION TO BID NO. 2020-044-AY PREQUALIFICATION POOL FOR PRESSURE WASHING SERVICES ISSUANCE DATE: JANUARY 8, 2020 APPLICATIONS DUE: JANUARY 29, 2020 @ 3:00 PM ISSUED BY: arjuyudasto@miamibeachfl.gov TABLE OF CONTENTS SECTIONS: 0100 GENERAL INFORMATION & SCOPE OF WORK APPENDICES: APPENDIX A PREQUALIFICATION APPLICATION APPENDIX B SPECIAL CONDITIONS DEFINITIONS: Bidder means any firm or individual submitting an application in response to this ITB. The term bidder may be used interchangeably with applicant and proposer. Vendor means any firm or individual that has been pre-qualified to supply goods or services to the City. SECTION 0100: GENERAL INFORMATION & SCOPE OF WORK 1. PURPOSE. The City of Miami Beach is seeking applications from 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 ITB by any means other than through BidSync is solely responsible for registering immediately with BidSync to assure it receives any addendum issued to this ITB. Additionally, prior to submittal of the bid, bidder shall verify that it has received and complied with all addenda issued. Failure to receive an addendum, or comply with an addendum requirement, may result in disqualification of bid submitted. To be considered for the pool of pre-qualified contractors, interested parties must submit a complete Bidder Pre-Qualification Application (Appendix A). 2. OVERVIEW OF PREQUALIFICATION PROCESS. The figure below is a general overview of the process that the City will utilize to award work pursuant to the prequalification process. 3. PROCUREMENT CONTACT. Any questions or clarifications concerning this solicitation shall be submitted to the Procurement Contact noted below. The Bid title/number shall be referenced on all correspondence. Procurement Contact: Telephone: Email: Arju Yudasto 305-673-7490 x26695 arjuyudasto@miamibeachfl.gov The City Clerk is to be copied on all communications via e-mail at: RafaelGranado@miamibeachfl.gov; or via facsimile: 786-394-4188. 4. APPROVAL OF PREQUALIFIED STATUS. Following the review of applications, the responsive, responsible bidder(s) meeting all terms and conditions of the ITB will be recommended for award, as deemed in the best interest of the City, to the City Manager for his co nsideration. 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 recommendatio n(s) and, may approve or reject the City Manager’s recommendation(s). The City Commission may also reject all bids received. In addition to the criteria established in the application, pursuant to Section 2-369 of the City Code, the City may consider the following: • The ability, capacity and skill of the bidder to perform the Contract. • Whether the bidder can perform the Contract within the time specified, without delay or interference. • The character, integrity, reputation, judgment, experience and efficiency of the bidder. • The quality of performance of previous contracts. • The previous and existing compliance by the bidder with laws and ordinances relating to the Contract. PREQUALIFIED STATUS IS VALID FOR THREE (3) YEARS FROM DATE OF THE NOTICE OF PREQUALIFICATION ISSUED BY THE CITY, OR AS OTHERWISE APPROVED BY THE CITY MANAGER. 4.1 RENEWAL TERMS. The City Manager, at his sole discretion, may approve up to two (2), one (1) year renewal terms, providing that the required certification is still valid. 5. ADDITIONAL PREQUALIFIED FIRMS TO BE ADDED TO POOL. At any time, the City, through the approval of the City Manager, may accept applications and add additional firms to the list of prequalified firms. 6. AWARDING WORK. When the need for services arises all prequalified contractors that are in good standing may be invited to submit statements of work (SOW) and costs based on an Invitation to Quote (ITQ) issued by the City. Each SOW prepared by the contractor shall include a clear description of the work to be performed (with specific and timed deliverables) and the related costs by deliverable. The City will select the prequalified contractor that offers the best combination of services and cost, solely at the discretion of the City. 7. SERVICE DELIVERY EXPECTATIONS. The City places an emphasis on excellent customer service delivery and expects the prequalified bidder to provide the best possible customer service to any and all awarded projects throughout the term of the contract. The prequalified bidder’s project manager is responsible for monitoring the customer service provided to City by prequalified bidder’s staff, sales and support teams, and employing, as necessary, corrective measures, to ensure that the prequalified bidder will provide and maintain the highest quality of customer service possible during completion of the project(s). Project-specific deliverables and expectations shall be defined on a project-by-project basis, as specified in each ITQ. 8. VOLUME OF WORK TO BE RECEIVED BY BIDDER. No promise of work is given, or should be understood, as a result of a pre-qualification. The City reserves the right to purchase any goods and/or services awarded from any resulting agreement, or another governmental contract, or on an as- needed basis through the City’s spot market purchase provisions. 9. STANDARD TERMS AND CONDITIONS. The City’s Standard Terms and Conditions for Service Contracts (available at https://www.miamibeachfl.gov/city- hall/procurement/standard-terms-and- conditions/) are referenced and incorporated herein. 10. INSURANCE REQUIREMENT. 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, the Purchase Order issued by the City; then, Second, the signed Contractor Service Order; then, Third, the Invitation to Quote (ITQ) awarded to the vendor; then, Fourth the ITB, including all documents released in connection with the ITB, including all appendixes, whether included herein or released under separate cover. In case of default on the part of the Successful Bidder, after said award, the City may take such action as it deems appropriate, including legal action, for damages or specific performance. APPENDIX A ________________________________________________________________________ Prequalification Application ________________________________________________________________________ 2020-044-AY Pressure Washing Services PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 Prequalification Application Instructions Section 1, SUBMITTAL INSTRUCTIONS. The Prequalification Application will not be considered until it has been submitted completed and executed by a principal of the bidder. Incomplete applications cannot be processed. If requested information is not applicable, please indicate ''N/A'' or ''None. '' If answers to questions are lengthier than the spaces that are provided in the application, the answers may be provided on additional pages, which must be attached to the application. All requested documents must also be attached to the application. Failure to attach all requested documents will delay review and approval of the application. Submit one (1) signed original and one (1) electronic copy (e.g., flash drive, CD-ROM) of the applications to: City of Miami Beach Procurement Department 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 The City reserves the right to request clarifications or additional informati on as deemed necessary to evaluate a bidder’s qualifications. When clarifications or additional information is requested by the City, bidder will have three (3) business days to provide, in full, all the requested information. Failure to provide the information within the prescribed time will delay the review process and may result in denial of prequalification. Section 2, DEADLINE FOR SUBMITTAL. There is no deadline for the submittal of applications. However, the initial review of applications shall take place 21 days after issuance of this ITB. Applications submitted after this date will be reviewed periodically on an on-going basis. The City will endeavor to complete the review of each application within 60 days of receipt. [THE REMAINDER OF THIS PAGE IS LEFT INTENTIONALLY BLANK] Part A – General Bidder Information. FIRM NAME: NO. OF YEARS IN BUSINESS: NO. OF YEARS IN BUSINESS LOCALLY: NO. OF EMPLOYEES: OTHER NAME(S) BIDDER HAS OPERATED UNDER IN THE LAST 10 YEARS: FIRM PRIMARY ADDRESS (HEADQUARTERS): CITY: STATE: ZIP CODE: TELEPHONE NO.: TOLL FREE NO.: FAX NO.: FIRM LOCAL ADDRESS: CITY: STATE: ZIP CODE: PRIMARY ACCOUNT REPRESENTATIVE FOR THIS ENGAGEMENT: ACCOUNT REP TELEPHONE NO.: ACCOUNT REP TOLL FREE NO.: ACCOUNT REP EMAIL: FEDERAL TAX IDENTIFICATION NO.: BIDDER IS: _____CORPORATION / _____PARTNERSHIP / _____SOLE PROPRIETORSHIP / _____OTHER (If other, specify:________________________) Part B – Operational & Management Information. 1. Provide the names of each owner (stockholder, sole proprietor, and partner), director, or officer of the company, below. Submit additional names on a separate sheet if required. Owner Ownership percentage Directorship/Office type 2. Provide three (3) clients for which the bidder has provided the referenced services in the last five (5) years. Project Description of Work Project Reference Name: Email: Telephone: Name: Email: Telephone: Name: Email: Telephone: 3. Is the bidder currently barred by a governmental agency, from bidding as a prime or subcontractor? YES NO If yes, state debarment period and the reason(s) for debarment? 4. Has the bidder or any of its owners, directors, officers, or agents been convicted of a crime or had a claim that was filed in a court and mediated or arbitrated during the last five (5) years? 11. YES NO If yes, why? 5. Is an affiliate of the bidder prequalified by the City of Miami Beach for any work? YES NO If yes, state the name of the affiliate? 6. Is the bidder a parent, subsidiary, or holding company for another company? YES NO If the answer is "yes," identify the company and type of relationship(s), below: Company Type of affiliation (parent or subsidiary) Period of affiliation 7. Is an owner, director, officer, or agent of the bidder affiliated with another company? 12. YES NO If the answer is "yes," provide the following information for each individual and the affiliated company. Individual´s name Affiliated company´s name Period of affiliation Type of affiliation (e.g. officer, director, owner or employee) 8. Is the bidder currently the debtor in a bankruptcy case or file for bankruptcy during the last five (5) years? 11. YES NO If yes, explain and attach, as applicable, the relevant case and court documents, including (but not limited to): the original petition, including the case number and the date that the petition was filed; a copy of the bankruptcy court's discharge order, and any other document that ended the case, if no discharge order was issued. 9. Has any owner, director, officer, or agent for the bidder, or has any business organization in which any such person was an owner, director, officer, or agent filed for or been discharged in bankruptcy within the past five (5) years? 11. YES NO If yes, explain and attach a copy of the discharge order, order confirming plan and if a Corporate Chapter 7 case, a copy of the notice of commencement. 10. Has any owner, director, officer, or agent of the bidder owned or managed a company under any other name in the last five (5) years? 11. YES NO If yes, explain. 11. Has the bidder been assessed or paid any fines on any contract during the past five (5) years, whether the project was publicly or privately owned? 11. YES NO If yes, explain. 12. Are there currently any liens, suits, or judgments of record pending against any owner, director, officer, or agent for the company that is related to the business activities of a business organization? 11. YES NO If yes, explain. 13. Has the bidder or any of its owners, officers, or partners ever been convicted (criminal) or found liable (civil) for making either a false claim or material misrepresentation to any public agency or entity? 11. YES NO If yes, explain. 14. Has the bidder or any of its owners, officers, or partners ever been convicted of any a federal or state crime? 12. YES NO If yes, explain. 15. Is any officer, director, employee or agent, or immediate family member (spouse, parent, sibling, and child) of any officer, director, employee or agent, an employee of the City of Miami Beach? YES NO If yes, state name, title and share of ownership Name Title Share (%) of Ownership 16. Has the bidder, or any officer, director, employee or agent, contributed to the campaign either directly or indirectly, of a candidate who has been elected to the office of Mayor or City Commissioner for the City of Miami Beach? YES NO If yes, provide details. 17. Equal Benefits for Employees with Spouses and Employees with Domestic Partners. Purchases hereunder are subject to the requirements of Equal Benefits for Domestic Partners Ordinance 2005-3494 that requires bidders with more than 51 employees and City volume greater than $100,000 to provide “Equal Benefits” to their employees with domestic partners, as they provide to employees with spouses. The Ordinance applies to all employees of a bidder who works within the City limits of the City of Miami Beach, Florida; and the Contractor’s employees located in the United States, but outside of the City of Miami Beach limits, who are directly performing work on the contract within the City of Miami Beach. A. Does your company provide or offer access to any benefits to employees with spouses or to spouses of employees? YES NO B. Does your company provide or offer access to any benefits to employees with (same or opposite sex) domestic partners* or to domestic partners of employees? YES NO C. Please check all benefits that apply to your answers above and list in the “other” section any additional benefits not already specified. Note: some benefits are provided to employees because they have a spouse or domestic partner, such as bereavement leave; other benefits are provided directly to the spouse or domestic partner, such as medical insurance. BENEFIT Company Provides for Employees with Spouses Company Provides for Employees with Domestic Partners Company does not Provide Benefit Health Sick Leave Family Medical Leave Bereavement Leave 18. Moratorium on Travel to and the Purchase of Goods or Services from North Carolina and Mississippi. Pursuant to Resolution 2016-29375, the City of Miami Beach, Florida prohibits the purchase of goods or services sourced in North Carolina and Mississippi. Are any of the products for which the bidder is seeking to be prequalified sourced in North Carolina or Mississippi? YES NO If yes, which brands. BIDDER AFFIDAVIT The undersigned agrees that s/he: 1) is a principal of the bidder duly authorized to execute the foregoing Contractor Prequalification Certification Application, and that the contents of said document(s) are complete, true, and correct to the best of his/her knowledge and belief; 2) s/ certifies that the application and supporting documents include all of the material information necessary to validate the status of the company for prequalification purposes; 3) s/ shall notify the Procurement Department within fifteen (15) days and provide a notarized statement whenever a change occurs in the ownership, management , or financial c ondition of the company . Further, any preq ualifie d contractor , including its principal(s), director(s), and any affiliate, who is a party to any misrepresentation to obtain business or contracts with the City of Miami Beach shall be declared delinquent and have its certificate suspended or revoked and will be subject to debarment and any other penalties prescribed by law. The undersigned affirms that the bidder agrees: 1) to complete and unconditional acceptance of the terms and conditions of this document, inclusive of attachments, exhibits and appendices ; 2) that it has not colluded, nor will collude, with any other bidder; 3) that all information contained herein is part of the public domain as defined by the State of Florida Sunshine and Public Records Laws; 4) that all responses, data and information contained in the bid are true and accurate. Name: Title (must be a principal of the bidder): Signature: Date: [THE REMAINDER OF THIS PAGE IS LEFT INTENTIONALLY BLANK] APPENDIX B ________________________________________________________________________ Special Conditions ________________________________________________________________________ ITB 2020-044-AY 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 providin g services under this ITB or any resulting Agreement prior to the commencement of said services. No Contractor employee shall be eligible to perform services, pursuant to this ITB or resulting Agreement if he or she: (1) has been convicted of or was placed in a pre-trial diversion program for any crime involving dishonesty or breach of trust; embezzlement; drug trafficking; forgery; burglary; robbery; theft; perjury; possession of stolen property; identity theft; fraud; money laundering; shoplifting; larceny; falsification of documents and/or (2) has been convicted of any sex, weapons, or violent crime including but not limited to homicide; attempted homicide; rape; child molestation; extortion; terrorism or terrorist threats; kidnapping; assault; battery; and illegal weapon possession, sale or use. The Contractor 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 performi ng 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 BLANK] 2/13/2020 Detail by FEI/EIN Number search.sunbiz.org/Inquiry/corporationsearch/SearchResultDetail?inquirytype=FeiNumber&directionType=Initial&searchNameOrder=591144111305048…1/3 Department of State / Division of Corporations / Search Records / Detail By Document Number / Document Number FEI/EIN Number Date Filed State Status Last Event Event Date Filed Event Effective Date Detail by FEI/EIN Number Florida Profit Corporation ROOF PAINTING BY HARTZELL, INC. Filing Information 305048 59-1144111 05/11/1966 FL ACTIVE AMENDMENT 05/24/2001 NONE Principal Address 2301 NW 33 COURT SUITE 112 POMPANO BEACH, FL 33069 Changed: 01/15/2009 Mailing Address 2301 NW 33 COURT SUITE 112 POMPANO BEACH, FL 33069 Changed: 01/15/2009 Registered Agent Name & Address HOLMAN, EDWARD F.,JR. 2301 NW 33 CT SUITE 112 POMPANO BEACH, FL 33069 Name Changed: 04/19/1988 Address Changed: 02/06/2006 Officer/Director Detail Name & Address Title P HOLMAN EDWARD F D 2/13/2020 Detail by FEI/EIN Number search.sunbiz.org/Inquiry/corporationsearch/SearchResultDetail?inquirytype=FeiNumber&directionType=Initial&searchNameOrder=591144111305048…2/3 HOLMAN, EDWARD F 2301 NW 33 CT., STE. 112 POMPANO BEACH, FL 33069 Title ST HOLMAN, TONI L 2301 NW 33 CT., STE. 112 POMPANO BEACH, FL 33061 Annual Reports Report Year Filed Date 2017 03/06/2017 2018 01/18/2018 2019 02/07/2019 Document Images 02/07/2019 -- ANNUAL REPORT View image in PDF format 01/18/2018 -- ANNUAL REPORT View image in PDF format 03/06/2017 -- ANNUAL REPORT View image in PDF format 02/09/2016 -- ANNUAL REPORT View image in PDF format 04/22/2015 -- ANNUAL REPORT View image in PDF format 03/19/2014 -- ANNUAL REPORT View image in PDF format 04/19/2013 -- ANNUAL REPORT View image in PDF format 04/05/2012 -- ANNUAL REPORT View image in PDF format 04/18/2011 -- ANNUAL REPORT View image in PDF format 02/15/2010 -- ANNUAL REPORT View image in PDF format 01/15/2009 -- ANNUAL REPORT View image in PDF format 03/07/2008 -- ANNUAL REPORT View image in PDF format 03/05/2007 -- ANNUAL REPORT View image in PDF format 02/06/2006 -- ANNUAL REPORT View image in PDF format 01/20/2005 -- ANNUAL REPORT View image in PDF format 01/12/2004 -- ANNUAL REPORT View image in PDF format 01/27/2003 -- ANNUAL REPORT View image in PDF format 02/25/2002 -- ANNUAL REPORT View image in PDF format 05/24/2001 -- Amendment View image in PDF format 03/22/2001 -- ANNUAL REPORT View image in PDF format 03/15/2000 -- ANNUAL REPORT View image in PDF format 02/27/1999 -- ANNUAL REPORT View image in PDF format 05/08/1998 -- ANNUAL REPORT View image in PDF format 02/10/1997 -- ANNUAL REPORT View image in PDF format 02/27/1996 -- ANNUAL REPORT View image in PDF format 06/14/1995 -- ANNUAL REPORT View image in PDF format 05/11/1966 -- RECORDS PRIOR TO 1995 View image in PDF format 05/11/1966 -- Images prior to 1996 View image in PDF format 2/13/2020 Detail by FEI/EIN Number search.sunbiz.org/Inquiry/corporationsearch/SearchResultDetail?inquirytype=FeiNumber&directionType=Initial&searchNameOrder=591144111305048…3/3 Florida Department of State, Division of Corporations 1 A /A/BEACH \H VI E IN V ITA TIO N TO B ID (1TB ) PREQUALIFICATION POOL FOR PRESSURE WASHING SERVICES 2020044-AY ISSUANCE DATE: JANUARY 8, 2020 APPLICATIONS DUE: JANUARY 29, 2020 @ 3:00 PM ISSUED BY: 0 $ IB A RJU Y U D A STO , PRO CU REM EN T CO N TRA CTIN G O FFICER I PROCUREMENT DEPARTMENT 17 55 Meridian Avenue, 3d Floor, Miami Beach, FL 33 13 9 305.673 .7 000 x2669S I arjuyudasto@miamibeachfl.gov I www.miamibeachfl.gov MW1 A MA /BE A 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 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 0 1 0 0 : G E N E RA L IN F O R M A T IO N & S C O P E O F W O R K 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 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 com lete Bidder Pre-Qualification A lication A endix 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. Wuk wit be awaded in accor dance with the roadmap procedures estatiisbed n the 1iB Bdder submits an apcab to be pt8qua.fed n response lo tts I1{3 4 Ch an as neede d tasus ty wll reques t $Q's and costs trom fems ptequalfed 2 Applation rs evaluated tot ompliare with +T req uirement NA 3 tt l\p~1ca!J()rt IS / / approved. firm us added lo the ls! of hrms prequaifed authored \ lor tuture work _\ 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. • 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 maintain the highest quality of custom er serv ice possible during com pletion of th e pro ject(s). Proje ct -sp ecific delivera bles and expectations shall be defined on a pro ject-by-pro ject basis, as specified in each ITQ . 8. VOLUME OF WORK TO BE RECEIVED BY BIDDER. No promise of work is given, or should be understood, as a result of a pre-qualification. The City reserves the right to purchase any goods and/or services awarded from any resulting agreement, or another governmental contract, or on an as- needed basis through the City's spot market purchase provisions. 9. STANDARD TERMS AND CONDITIONS. The City's Standard Terms and Conditions for Service Contracts (available at https://www.miamibeachfl.gov/city- hall/procurement/standard-terms-and- conditions/) are referenced and incorporated herein. 10. INSURANCE REQUIREMENT. 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 -- .. - - - --------------·· - Prequalification Application . 2020-044-A Y Pressure Washing Services PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 Pre ualification A lication Instructions Section 1, SUBMITTAL INSTRUCTIONS. The Prequalification Application will not be considered until it has been submitted completed and executed by a principal of the bidder. Incomplete applications cannot be processed. If requested information is not applicable, please indicate "N/A" or "None. " If answers to questions are lengthier than the spaces that are provided in the application, the answers may be provided on additional pages, which must be attached to the application. All requested documents must also be attached to the application. Failure to attach all requested documents will delay review and approval of the application. Submit one (1) signed original and one (1) electronic copy (e.g., flash drive, CD-ROM) of the applications to: City of Miami Beach Procurement Department 1755 Meridian Avenue, 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 davs 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] Part A - G eneral Bidder Info rm ation. FIRM NAME 0eof • l• , l\alali NO. OF YEARS IN BUSINESS 70 \ ' 1e. s93/ss [25rs LOCALLY OTHER NAME(S) BIDDER HAS OPERATED UNDER IN THE LAST 10 YEARS none FIRM PRIMARY ADDRESS (HEADQUARTERS)2_ L 22,c M» 3% a CITY: a «o e. ~ STATE: i [P"3006 TELEPHONE NO. 4/ 5? os7 TOLL FREE NO. FAX NO. 914-957-770 FIRM LOCAL ADDRES° gcw - CITY: STATE: I ZIP CODE PRIMARY ACCOUNT REPRESENTATNE FOR THIS ENGAGEMENT /,le Go d à ut ACCOUNT REP TELEPHONE NO.: 45/-5o5x ACCOUNT REP TOLL FREE NO.: - ACCOUNT REP EMAIL: rhçoo dan ka.A·/.(G._ V2 FEDERAL TAX IDENTIFICATION NO. r ,- )y4yt)1 "zz CORPORATION / PARTNERSHIP / SOLE PROPRIETORSHIP / OTHER (If other, specify. ) Part B - Operational & Management Information. 1. Provide the names of each owner (stockholder, sole proprietor, and partner), director, or officer of the b I S b . dd I company, 1elow. u mit a itiona names on a separate sheet if required. Owner : Ownership percentage Directorship/Office type oc.wd kh»on I roo I I I I 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: wé he, c.l4 m.+, al 2c Email: - ,lm;a pn r O t TTelephone: É Cao Name: c5 c Email. Telephone. Name. Le Ce Ra.da ¢ mail: lreleohone: 3. Is the bidder currently barred b:t....ª--9--º,vernmental are?Hom bidding as a prime or subcontractor? L_J YES NO If yes, state debarment period and the reason(s) for debarment? 4. Has the bidder or any of its owners, directors, officers, or agents been convicted of a crime or had a claim that was filed in a court and mediated or arbitrated during the last five (5) years? [ Jrs no I If yes, why? 5. Is an affiliate of the bidder ~d by the C~~mi Beach for any work? YE S LLTN O I If yes, state the name of the affi liate? 6. Is the bidder a parent, subsirry, r holding company for an oth er company? YES LINO 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 affili at with another company? YES NO If the answer is "yes," provide the following information for each individual and the affiliated company. Individual's name Affiliated company's name Period of 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? L Jrs I-o 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·vs If yes, explain and attach a copy of the discharge order, order confirming plan and if a Corporate Chapter 7 case, a copy of the notice of commencement. 10. Has any owner, director, officer, or agent of the bidder owned or managed a company under any other name in the last five (5) years? [ 7ves [T o 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? (vs 1+ 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? _7vs [R 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 misrepresentation to any public agency or entity? I ives [ ho 111 yes, explain. state crime? 14. Has the bidder or any of its owners, officers, or partners ever been convicted of any a federal or 1 e I 7vs 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 Miami Beach? Ys L-]No It tat titl id h, f hi yes, s a e name, 1 e an sl are 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 vs 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? t e L Jo B. Does your company provide or offer access to any benefits to employees with (same or opposite sex) domestic partners* or to domestic ers of elployys? YES NO C. Please check all benefits that apply to your answers above and list in the "other" section any additional benefits not already specified. Note: some benefits are provided to employees because they have a spouse or domestic partner, such as bereavement leave; other benefits are provided directly to the spouse or domestic partner, such as medical insurance. BENEFIT Company Provides Company Provides Company does not for Employees with for Employees with Provide Benefit Spouses Domestic Partners Health " V Sick Leave ✓" Family Medical Leave ✓L- Bereavement Leave e .--" 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 s tu-o I If yes, which brands. BIDDER AFFIDAVIT The undersigned agrees that s/he: 1) is a principal of the bidder duly authorized to execute the foregoing Contractor Prequalification Certification Application, and that the contents of said document(s) are complete, true, and correct to the best of his/her knowledge and belief; 2) s/ certifies that the application and supporting documents include all of the material information necessary to validate the status of the company for prequalification purposes; 3) s/ shall notify the Procurement Department within fifteen (15) days and provide a notarized statement whenever a change occurs in the ownership, management, or financial condition of th e c o m p a n y . F u rt h e r , a n y p r e q u a lif ie d c o n t r a c to r , in c lu d in g its pr inci pal (s ), di re ct or (s ), an d a n y a ff ilia te , w h o is a p a rt y to a n y m is r e p r e s e n ta tio n to o b ta in b u s in e s s o r c o n tra c ts w ith th e C ity o f M ia m i B e a c h s h a ll b e d e c la r e d d e li n q u e n t a n d h a v e its c e rt ifi c a te s u s p e n d e d o r re v o k e d a n d w ill b e s u b je c t to d e b a rm e n t a n d a n y o th e r p e n a lti e s p r e s c r ib e d b y la w . T h e u n d e r s ig n e d a ff ir m s th a t th e b id d e r a g r e e s : 1 ) to c o m p le te a n d u n c o n d itio n a l a c c e p ta n c e o f th e te rm s a n d c o n d it io n s o f th is d o c u m e n t , in c lu s iv e o f a tt a c h m e n ts , e x h ib its an d ap p en di c e s ; 2 ) th a t it h a s n o t c o ll u d e d , n o r w ill c o ll u d e , w ith a n y o th e r b id d e r ; 3 ) th a t a ll in fo rm a tio n c o n ta in e d h e re in is p a rt o f th e p u b lic d o m a in a s d e fi n e d b y th e S ta te o f F lo r id a S u n s h in e a n d P u b lic R e c o rd s L a w s ; 4 ) th a t a ll re s p o n s e s , d a ta a n d in fo rm a tio n c o n ta in e d in th e b id a r e tr u e a n d a c c u r a te . T itle (m p rin c ip a l o f th e b id d e r): D a te : t' [THE REMAINDER OF THIS PAGE IS LEFT INTENTIONALLY BLANK] APPENDIX B S pecial 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 o n tra c to r s h a ll e m p lo y p e rs o n n e l c o m p e te n t to p e rf o rm th e w o rk sp e c ifi e d h e re in . T h e C ity re se rv e s th e rig h t to re q u e s t th e re m o v a l o f th e C o n tra c to r's e m p lo y e e 's fr o m p e rf o rm in g m a in te n a n c e o n th e C ity 's g ro u n d s w h e re th e e m p lo y e e 's p e rfo rm a n c e o r a c tio n s a re o b v io u s ly d e trim e n ta l to th e p ro g ra m . C o n tra c to r's p e rs o n n e l m u s t w e a r p h o to id e n tifi c a tio n a t a ll tim e s . 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]