ITB-20-044-11 One General Contractors LLCCO NT RA CT NO . 20-044-11
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 V IA E-M A IL TO : alan@ trianguloconstruction.com
M arch 18, 2020
Alan Ahm ad M ourad
O ne G eneral C ontractors, LLC.
2060 NE 155 Street
North Miam i Beach, FL
Ph: 305-934-1966
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. Mourad:
O n February 6, 2020, O ne G eneral Contractors, LLC., (the "Contractor") submitted to the City
of Miam i Beach, Florida (th e "Ci ty") a request to be prequalified for future pro jects in response to
the above-referenced 1TB . The 1TB stipulates, pursuant to Section 0200, Sub-Section 16, Bindi ng
C ontract, that the approval of the City Manager's recomm endation by the Mayor and City
C om m ission 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 pro vide pressure washing services to the City.
It is im portant to note the work m ust be aw arded in accordance with the 1TB. Further, no services
may be perform ed until such tim e as the City has issued a Purchase O rder.
If you have any questions regarding this letter of notification of aw ard, you may contact Valerie
V elez, C ontract Analyst, Procurem ent Departm ent, at ValerieVelez@ miamibeachfl.gov or at
305.673. 7 490. O therw ise, all other questions should be addressed to the Contract Manager for
this contract, Adrian Morales Director Pro perty Managem ent Department at
Adrian M oral e s@m i am i be ach fl.goy or (305) 673-7000 ext. 2932.
P rocurem ent Departm ent
AD/ME/AG
We are committed to providing excellent public service and salety to all who live, work, and play in our vibrant, tropical, historic community.
ATT ACHM ENT A
RESOLUTION COM M ISSION ITEMS AND COM M ISSION
MEM ORANDUM
Resolutions - C7 S
M IAMI 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 PROVIDE PRESSURE WASHING SERVICES,
TO EXPEDITE THE SELECTION OF CONTRACTORS FOR FUTURE PRESSURE WASHING PROJECTS,
AND TO SELECT THE INITIAL POOL OF QUALIFIED CONTRACTORS, AS SET FORTH IN EXHIBIT "A";
FURTHER, AUTHORIZING THE CITY MANAGER TO KEEP THE 1TB OPEN FOR THE PURPOSE OF
PREQUALIFYING ADDITIONAL PRESSURE WASHING CONTRACTORS, AND DELEGATING TO THE CITY
MANAGER THE AUTHORITY TO ADD QUALIFIED CONTRACTORS TO THE POOL, PROVIDED SUCH
VENDORS MEET THE REQUIREMENTS OF THE 1TB; AND FURTHER PROVIDING THAT ANY SERVICE
ORDER IN EXCESS OF $100,000 FOR ANY PROJECT SHALL BE SUBJECT TO THE PRIOR APPROVAL OF
THE CITY COMMISSION.
RECOMMENDATION
The Administration recommends that the Mayor and City Commission of the City of Miami Beach, Florida approve the City Manager's
recommendation pertaining to bids received, pursuant to ITB 2020-044-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 I TB 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 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 1TB 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 Invitation to Bid (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, as
set forth in Exhibit "A," furth er, 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; and further providing that any
purchase in excess of $100,000 shall be subject to the prior approval of the City Commission.
Applicable Area
Cityw ide
Is this a "Residents Right
to Know" item. pursuant to
City Code Section 2-142
No
Legislative Tracking
Property Manageme nt Procureme nt
Does this item utilize G.O.
Bond Funds?
No
ATTACHMENTS:
Description
Exhibit A
D Resolution
EXHIBIT A
Dream Clean, Inc.
Endirt LLC
USA Sweeping dba Facilities Pro Sweep
Green Earth Powerwashing LLC
HRT Construction Group, LLC
King of Pressure, Inc.
Overspray Solutions, LLC
Roof Painting by Hartzell
SFM Services, Inc.
The Pressure Cleaning Man
One General Contractors LLC
and VPR Construction Corporation
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-A¥Y, 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 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.
WHEREAS, the City of Miami Beach's previous agreement for pressure washing
services, pursuant to 1TB 2014-191-SW, expired on October 21, 2019; and
WHEREAS, on January 8, 2020, the City issued an Invitation to Bid 2020-044-AY (the
"ITB") to establish a successor contract, by means of sealed applications, with qualified
contractors for the establishment of a prequalified pool of pressure washing contractors; and
WHEREAS, on February 6, 2020, bids were received from Dream Clean, Inc. ("Dream
Clean"), Endirt LLC ("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 1TB stated that following the review of applications, the responsive and
responsible bidder(s) meeting all terms and conditions of the 1TB will be recommended for
award; and
WHEREAS, in its due diligence, the Procurement Department found that Dream Clean,
Endirt, USA Sweeping, Green Earth, HRT, King of Pressure, Overspray Solutions, Hartzell,
SFM, Pressure Cleaning Man, One General, and VPR met the requirements of the 1TB; and
WHEREAS, the Procurement Department found Jet Set, PMC, Pressure Cleaning
Service Enterprise, and Scrubbers unresponsive; and
WHEREAS, all bidders as listed in Exhibit A attached to this Resolution have been
deemed responsive, responsible bidders meeting all terms and conditions of the ITB; and
WHEREAS, when a need arises, the City will seek proposals from all prequalified
contractors; and
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 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 1TB remain open, to permit the City Manager to
prequalify additional contractors as part of the pool, provided that such contractors meet all of
the requirements of the 1TB.
NOW, THEREFORE, BE IT DULY RESOLVED BY THE MAYOR AND CITY
COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, that the Mayor and City
Commission hereby accept the recommendation of the City Manager, pursuant to Invitation to
Bid (ITB) 2020-044-AY, to establish a pool of contractors to provide pressure washing services
to expedite the 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
APPROVED AS TO
FORM & LANGUAGE
& FOR EXi-CUTION (] RD.H > 3Li • city Attorey // Date
% I
ATTACHMENT B
SOLICITATION
AND ADDENDUMS
M IA M IBEA C PROCUREMENT DEPARTMENT
1755 Meridian Avenue, 36 Floor
Miami Beach, Florida 33139
www.miamibe achfl.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 udastor 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 "Tc"e Bidders' questionnaire with the reason(s) for not submitting a proposal
skien )
I
Aléx Denis
• procurement Director I
1 ADDENDUM NO. 1
INVITATION TO 8I NO. 2020.044-AY
PREQUALIFICATION POOL FOR PRESSURE WASHING SERVICES
M IAM I B E A C H PROCUREMENT DEPARTMENT
1755 Meridian Avenue, 3¢ Floor
Miami Beach, Florida 33139
www.miamibeachfl.gov
ADDENDUM NO. 1
INVITATION TO BID NO. 2020-044-AY
PREQUALIFICATION POOL FOR PRESSURE WASHING SERVICES
January 8, 2020
This Addendum to the above-referenced 1TB is issued in response to questions from prospective proposers, or other
clarifications and revisions issued by the City. The 1TB is amended in the following particulars only (deletions are
shown by strikethrough and additions are underlined).
I. 1TB DUE DATE AND TIME. The deadline for the receipt of bids is extended until 3:00 p.m., on
Thursday, 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
i Telephone:
/ 305-673-7490 ext. 26695
! Email:
, Arju Yudasto@miamibeachfl.gov
Proposers are reminded to acknowledge receipt of this addendum as part of your 1TB submission. Potential
proposers that have elected not to submit a response to the ITB are requested to complete and return the "Notice to
P s e tive Bidders" questionnaire with the reason(s} for not submitting a proposal.
fN De
1 ADDENDUM NO. 1
INVITATION TO BID NO. 2020.044A4Y
PRE OUALIFICATION POOL FOR PRESSURE WASHING SERVICES
INVITATION TO BID (1TB)
PREQUALIFICATION POOL FOR PRESSURE WASHING SERVICES
2020044-A¥
ISSUANCE DATE: JANUARY 8, 2020
APPLICATIONS DUE: JANUARY 29, 2020 @ 3:00 PM
ISSUED BY:
ARJU YUDASTO, PR O CUREM ENT 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.
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 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.
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.
ok w be
arded n encord ane
wth the roadmap
ptcoe dues est ab/sh0d
n the 118
1 Bd.der sorts on
9pk.at0on to be
pqualf0ed in
response lo thus IT
4 0nan as needed
buss, Caty wt request
$SOY/s an4 costs from
firms p«equal.fed
2. Appl istian is evalu ated
ft complisne with #18
té-quinerent.
3 tAppcabon is
approved, rm is added
to the ist of hums
prequfed authsized
lo future wo k
3 . P R O C U R E M E N T C O N T A C T . Any questions or clarifications concerning this solicitation shall be
submitted to the Procurement Contact noted below. The Bid title/number shall be referenced on all
correspondence.
4. APPROVAL OF PREQUALIFIED STATUS. Following the review of applications, the responsive,
responsible bidder(s) meeting all terms and conditions of the 1TB will be recommended for award, as
deemed in the best interest of the City, to the City Manager for his consideration. After considering the
staff recommendation for award, the City Manager shall exercise his due diligence and recommend to
the Mayor and City Commission the bid that the City Manager deems to be in the best interest of the
City. The City Commission shall consider the City Manager's recommendation(s) and, may approve or
reject the City Manager's recommendation(s). The City Commission may also reject all bids
received. In addition to the criteria established in the application, pursuant to Section 2-369 of the City
Code, the City may consider the following:
• The ability, capacity and skill of the bidder to perform the Contract.
• Whether the bidder can perform the Contract within the time specified, without delay or
interference.
• The character, integrity, reputation, judgment, experience and efficiency of the bidder.
• The quality of performance of previous contracts.
• The previous and existing compliance by the bidder with laws and ordinances relating
to the Contract.
PREQUALIFIED STATUS IS VALID FOR THREE (3) YEARS FROM DATE OF THE NOTICE OF
PREQUALIFICATION ISSUED BY THE CITY, OR AS OTHERWISE APPROVED BY THE CITY
MANAGER.
4.1 RENEWAL TERMS. The City Manager, at his sole discretion, may approve up to two (2),
one (1) year renewal terms, providing that the required certification is still valid.
5. ADDITIONAL PREQUALIFIED FIRMS TO BE ADDED TO POOL. At any time, the City, through the
approval of the City Manager, may accept applications and add additional firms to the list of
prequalified firms.
6. AWARDING WORK. When the need for services arises all prequalified contractors that are in good
standing may be invited to submit statements of work (SOW) and costs based on an Invitation to Quote
(ITQ) issued by the City. Each SOW prepared by the contractor shall include a clear description of the
work to be performed (with specific and timed deliverables) and the related costs by deliverable. The
City will select the prequalified contractor that offers the best combination of services and cost, solely at
the discretion of the City.
7. SERVICE DELIVERY EXPECTATIONS. The City places an emphasis on excellent customer service
delivery and expects the prequalified bidder to provide the best possible customer service to any and
all awarded projects throughout the term of the contract. The prequalified bidder's project manager is
responsible for monitoring the customer service provided to City by prequalified bidder's staff, sales
and support teams, and employing, as necessary, corrective measures, to ensure that the prequalified
bidder w ill pro vide and m aintain the highest quality of custom er service possible during com pletion of
the pro ject(s). Project-speci fic deliverables and expectations shall be defined on a pro ject-by-pro ject
b a s is , a s s p e c ifi 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
Prequalification
Application
2020-044-AY
Pressure Washing Services
PROCUREMENT DEPARTMENT
1755 Meridian Avenue, 3rd Floor
Miami Beach, Florida 33139
1/A\Ml
aaancm Lam TA
Section 1, SUBMITTAL INSTRUCTIONS. The Prequalification Application will not be considered
until it has been submitted completed and executed by a principal of the bidder. Incomplete
applications cannot be processed. If requested information is not applicable, please indicate "NIA" or
"None. " If answers to questions are lengthier than the spaces that are provided in the application,
the answers may be provided on additional pages, which must be attached to the application. All
requested documents must also be attached to the application. Failure to attach all requested
documents will delay review and approval of the application.
Submit one (1) signed original and one (1) electronic copy (e.g., flash drive, CD-ROM) of the
applications to:
City of Miami Beach
Procurement Department
1755 Meridian Avenue, 3d Floor
Miami Beach, Florida 33139
The City reserves the right to request clarifications or additional information as deemed necessary to
evaluate a bidder's qualifications. When clarifications or additional information is requested by the
City, bidder will have three (3) business days to provide, in full, all the requested information. Failure
to provide the information within the prescribed time will delay the review process and may result in
denial of prequalification.
Section 2, DEADLINE FOR SUBMITTAL. There is no deadline for the submittal of applications.
However, the initial review of applications shall take place 21 days after issuance of this 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 eneral 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 1O YEARS:
FIRM PRIMARY ADDRESS (HEADQUARTERS):
CITY:
STATE: I ZIP CODE:
TELEPHONE NO.:
TOLL FREE NO.:
FAX NO.:
FIRM LOCAL ADDRESS:
CITY:
STATE: I ZIPCODE:
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: )
I
Part B - Operational & Management Information.
1. Provide the names of each owner (stockholder, sole proprietor, and partner), director, or officer of the
bol Snbr it dditiu l te h tif id company, eow. u mr a Iuonal names on a separate sheer 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:
TTelep ho ne:
Name:
Email:
TTelep hon e:
Name:
Email:
TTel eph on e:
3. Is the bidder currently barred b;l.-ª-..9Q,vernmental ªrency,I from bidding as a prime or subcontractor?
l JYEs 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? Js Jo
I If yes, why?
5. Is an affiliate of the bidder plequalred by the Clity of ¡iami Beach for any work?
YES NO
If yes, state the name of the affiliate?
6. Is the bidder a parent, subsiriary, r holding co,panl for another company?
YES NO
If the answer is "yes," identify the company and type of relationship(s), below:
Company Type of affiliation (parent or subsidiary) Period of affiliation
7. Is an owner, director, officer, rager of the bidder affiliated with another company?
vs Jo
If the answer is "yes," provide the following information for each individual and the affiliated company.
Individual's name Affiliated company' s name Period of Type of affiliation (e.g.
affiliation officer, director, owner or
employee)
8. Is the bidder currently the debtor in a bankruptcy case or file for bankruptcy during the last five (5) years?
Jes I Jo
If yes, explain and attach, as applicable, the relevant case and court documents, including (but not
limited to): the original petition, including the case number and the date that the petition was filed; a
copy of the bankruptcy court's discharge order, and any other document that ended the case, if no
discharge order was issued.
9. Has any owner, director, officer, or agent for the bidder, or has any business organization in which any
such person was an owner, director, officer, or agent filed for or been discharged in bankruptcy within the
past five (5) years?
L Jres I 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?
I 7s Jo
I If yes, explain.
11. Has the bidder been assessed or paid any fines on any contract during the past five (5) years, whether the
project was publicly or privately owned?
L Jes L 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?
L 7rs Io
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?
L]ves 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_)rs 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?
ves L Jo
If l id h f hi yes, state name, title an si are or 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? I ]rs L Jo
I If yes, provide deta ils.
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 Jes L Io
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 erployys? L les o
C. Please check all benefits that apply to your answers above and list in the "other" section any additional benefits not
already specified. Note: some benefits are provided to employees because they have a spouse or domestic
partner, such as bereavement leave; other benefits are provided directly to the spouse or domestic partner, such
as medical insurance.
BENEFIT Company Provides Company Provides Company does not
for Employees with for Employees with Provide Benefit
Spouses Domestic Partners
Health
Sick Leave
Family Medical Leave
Bereavement Leave
18. Moratorium on Travel to and the Purchase of Goods or Services from North Carolina and Mississippi. Pursuant
to Resolution 2016-29375, the City of Miami Beach, Florida prohibits the purchase of goods or services sourced in North
Carolina and Mississippi. Are any of the products for which the bidder is seeking to be prequalified sourced in North
Carolina or Mississippi?
L Js L Jo
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
the company. Further, any prequalified contractor, including its principal(s), director(s), and any affiliate, who
is a party to any misrepresentation to obtain business or contracts with the City of Miami Beach shall be
declared delinquent and have its certificate suspended or revoked and will be subject to debarment and any
other penalties prescribed by law.
The undersigned affirms that the bidder agrees: 1) to complete and unconditional acceptance of the terms and
conditions of this document, inclusive of attachments, exhibits and appendices-; 2) that it has not colluded, nor
will collude, with any other bidder; 3) that all information contained herein is part of the public domain as defined
by the State of Florida Sunshine and Public Records Laws; 4) that all responses, data and information contained
in the bid are true and accurate.
Name: Title (must be a principal of the bidder):
Signature: Date:
[THE REMAINDER OF THIS PAGE IS LEFT INTENTIONALLY BLANK]
APPENDIX B
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 ontractor shall em ploy personnel com petent to perf orm the w ork specified 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 ity's gro unds w here the em ployee's perf orm ance or actions are obviously detrim ental to the pro gram .
C ontractor's personnel m ust w ear photo identification at all tim es.
8. UNIFORMS. All personnel furnished to the City of Miami Beach must be uniformed. Each employee
supplied by the Contractor will wear a uniform bearing the Contractor's name. Uniforms must be
provided at the Contractor's expense and may not be charged to the employee or deducted from the
employees' paycheck, therefore reducing the hourly pay rate to less than the living wage rate required
by this solicitation.
9. MOBILIZATION AND DEMOBILIZATION. It will be the responsibility of the Contractor to cover all
costs associated with mobilization and demobilization. Contractor shall include costs for mobilization
and demobilization in the unit cost on the Cost Proposal Form (Appendix E).
10. FIELD MEASUREMENTS. Unless specifically instructed otherwise by the City, in writing, the
Contractor shall be responsible for the location and layout of all work and shall be responsible for all
field measurements that may be required for execution of the work. In the case of dimensions, field
dimensions, etc. it shall be the Contractor's responsibility to field measure, obtain and verify same.
11. LIVING WAGE. The living wage requirement, pursuant to Section 2-408 of the City of Miami
Beach Code, is only applicable to routine maintenance services.
[THE REMAINDER OF THIS PAGE IS LEFT INTENTIONALLY BLANK]
A TT A C H M E N T C
C O N S U L T A N T S R E S P O N S E - P R O P O S A L
2/14/2020 Detail by Entity Name
DJ/IS104 OF CORPORATIONS
rg
un ojjlia! 'Sate of 1tor website
DOgnariment of Statg I Diyision of Corporations I Sgarch [gcords I [glai] By DocuIngnt Number I
Detail by Entity Name
Florida Limited Liability Company
ONE GENERAL CONTRACTORS LLC
Filing Information
Document Number L16000136246
FEI/EIN Number 81-3392142
Date Filed 07/20/2016
Effective Date 07/18/2016
State FL
Status ACTIVE
Last Event REINSTATEMENT
Event Date Filed 11/07/2017
Principal Address
2060 NE 155 STREET
NORTH MIAMI BEACH, FL 33162
Changed: 07/12/2018
Mailing Address
2060 NE 155 STREET
NORTH MIAMI BEACH, FL 33162
Changed: 07/12/2018
Registered Agent Name 8& Address
Mourad, Alan A
2060 NE 155 STREET
NORTH MIAMI BEACH, FL 33162
Name Changed: 11/07/2017
Address Changed: 01/09/2019
Authorized Person(s) Detail
Name & Address
Title Manager, Authorized Member
MOURAD, ALAN A
2060 NE 155 STREET
NORTH MIAMI BEACH, FL 33162
search.sunbiz.org/lnquiry/corporationsearch/SearchResultDetail?inquirytype=EntityName&directionType=lnitial&searchNameürder=ONEGENERALC... 1/2
2/14/2020 Detail by Entity Name
Title Manager, Authorized Member
Mourad, Ahmad
2060 NE 155 STREET
NORTH MIAMI BEACH, FL 33162
Annual Reports
Report Year
2017
2018
2019
Filed Date
11/07/2017
03/26/2018
01/09/2019
Document Images
01/09/2019-- ANNUAL. REP'ORI
03/26/2018_-AANUAL REPORI
11/07/2Q1I -- REINS LAIL_LEAL
View image in PDF formal
View image in PDF format
View image in PDF format
Q7r29/201g_-- [ orida Limited Liability -----------~ View image in PDF format
search.sunbiz.org/lnquiry/corporationsearch/SearchResultDetail?inquirytype=EntityName&directionType=lnitial&searchNameOrder=ONEGENERALC... 2/2
C ity o f M ia m i B e a c h Bid 2020-044-AY
Solicitation 2020-044-AY
PREQUALIFICATION POOL FOR PRESSURE WASHING
SERVICES
Bid Designation: Public
H
City of Miami Beach
l
I t
City of Miami Beach Bid 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
Addendum # 2
New Documents 1TB 2020-044-AY addendum 2.pdf
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 lo 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 BidSync is solely responsible for registering
immediately with BìdSync to assure ìt receives any addendum issued to this 1TB. Additionally, prior to submittal of the bid, bidder shall
verify that il has received and complied with all addenda issued. Failure to receive an addendum, or comply with an addendum
roquirement, 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).
1/28/2020 12:30 PM p. 2
C ity of Mi am i B e a ch Bid 2020-044-AY
MIAM /BEA CH
IN V IT A TIO N T O BID (1T B )
PRE Q U AL UFIC A TI ON PO OL FO R PRESSU RE W A SHIN G SERVIC ES
2020044A4¥
ISSUANCE DATE: JANUARY 8, 2020
APPLICATIONS DUE: JANUARY 29, 2020 @ 3:00 PM
ISSUED BY:
MI
ARJU YUDASTO, PROCUREMENT CONTRACTING OFFICER I
PROCUREMENT DEPARTMENT
17 5 5 M er idi an A ven ue , 3d Flo or , Miami Beach , FL 33 13 9
305.673.7000 x26695 ] arjuyudasto@miamibeachfl.gov [www.miamibeachfl.gov
1/28/2020 12:30 PM p. 3
!
i !
l
I ¡
i i
1
j
1 ' I
City of Miami Beach Bid 2020-044-AY
MIAM(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.
1/28/2020 12:30 PM p.4
City of Miami Beach Bid 2020-044-AY
SECTION 0100: GENERAL INFOR MATION & 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 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 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
comy lete Bidder Pre-Qualification Ar lication {Ar 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 will be
awarded in rcordance
wth the roadmap
p«ocedues eslat'shed
m the 1B
1. Bidder $0£d$.9n.
0Mc0 1o be
pequaled in
tes0n0se to tes IT
4 On an as needed
tosis, City woil request
SO/s an4 costs tram fems prequelfed
2. Alation is eva}ad
for ampliorr wit# T
requirements,
3 It/pptc0ton is ope. hrm is odd9d
to the ts! ol firms
prequated authorized
lot luture work
1/28/2020 12:30 PM p.5
j
I
City of Mia m i Beach Bid 2020-044 -Y
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.
l
l
1
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 fo r 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
1/28/2020 12:30 PM p. 6
(
I
1
l l l
I
i
j
I
I
l I
I
i #
City of Miami Beach Bid 2020-044-AY
bidder will provide and maintain the highest quality of customer service possible during completion of
the projects). Project-specific deliverables and expectations shall be defined on a project-by-project
basis, as specified in each ITQ.
8. VO LU M E O F W O R K TO B E R E C EIVED B Y B ID D ER . N o prom ise 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://wyw.miamibeachfl.gov/city-. hall/procurement/standard-terms-and-
condìtions/) 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 prequalificatìon 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 ITB, including
all appendixes, whether included herein or released under separate cover.
In case of default on the part of the Successful Bidder, after said award, the City may take such action
as it deems appropriate, including legal action, for damages or specific performance.
First,
S econd,
Third,
Fourth
1/28/2020 12:30 PM p. 7
1
I ' 4 + '
í
I
I
City of Miami Beach Bid 2020-044-AY
APPENDIX A
I
I
i I
Prequalification
Application
2020-044-A Y
P ressure W ashing Services
PROCUREMENT DEPARTMENT
1755 Meridian Avenue, 3rd Floor
Miami Beach, Florida 33139
1/28/2020 12:30 PM p.8
to999/e0ee9@reme0e9eese8e99me0808008080899~
I ¡
l
City of Miami Beach Bid 2020-044-AY
I
MIA MI BEA CH
aer ea.sm remar
Section 1, SUBMITTAL INSTRUCTIONS. The Prequalification Application will not be considered
until it has been submitted completed and executed by a principal of the bidder. Incomplete
applications cannot be processed. If requested information is not applicable, please indicate "NIA" or
"None. " If answers to questions are lengthier than the spaces that are provided in the application,
the answers may be provided on additional pages, which must be attached to the application. All
requested documents must also be attached to the application. Failure to attach all requested
documents will delay review and approval of the application.
Submit one (1) sig ned original and one (1) electronic copy (e.g., flash drive, CD-ROM) of the
ap plic ation s to :
City of Miami Beach
Procurement Department
1755 M eridian Avenue, 3 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.
[T HE R EM AI NDE R OF TH IS PA GE IS LE FT INTENTIONALLY BLAN K]
1/28/2020 12:30 PM p.9
C ity o f Miami Beach Bid 2020-044-AY
Part A- General Bidder Inform ation.
FIRM NAME:
4 NO. OF YEARS IN BUSINESS NO. OF EMPLOYEES H7aaaa aaae a a„„g, If9Ky,,,,„„,OONuY: '1 fed1» 'dvplye> I OTHER NAME(S) BIDDER HAS OPERATED UNDER IN THE LAST 10 YEARS:
NOC
FIRM PR IMAR Y ADDRESS (HEADQUARTERS): Kt :th _y4
Xd) I 15 tel,
re 4, tola 'a vw
sa t(o i da z0 c 0É 3,3162
TELEPHONE NO.: r_ _
(0 5 )
Tou FREENO- {@ J4.
xNo: J N .
FIRM LOCAL ADDRESS:,
0 6O
cm;1 (
NV + av 1
STATE: J
f 24Qa
PRIMARY ACCOUNT REPRESENTATNE FOR THIS ENGAGEMENT:
ACCOUNT REP TELEPHONE NO(go< 9[--1Q
ACCOUNT RE P TOLL FREE NO +[[A
ACCOUNT REP EMAIL: ,, j. i, ( a % t an \o @0 ns/u @/0o.0 -
FEDERAL TAX IDENTIFICATION NO.:
BIDDER IS: Lim«
coRPORATION I
mt pan 4
PARTNERSHIP / SOLE PROPRIETORSHIP / OTHER (If other, specif r.
1/28/2020 12:30 PM p. 10
C ity o f M ia m i B e a c h B id 2 0 2 0 -0 4 4 -A Y
Part B - Operational & Management Information.
1. Provide the names of each owner (stockholder, sole proprietor, and partner), director, or officer of the
bl Snubr it dditi l t sh tif d
l
I !
company, 1eow. uimt a Itional names on a separate sheel l require.
Owner Ownership percentage Directorship/Office type
{l a« r ad Hoogd 100 f de.O /On@«
2. Provide three (3) clients for which the bidder has provided the referenced services in the last five (5)
years.
Project Description of Work I Project Reference
7gt dq.iao Pe-, M. a4 /Toke«oe di4, @6.ho / To9° Oge3
Village,fl 33141 lad Peveua4. Gae@e totI@so@LopeP#. @on
,$ ..c2¢,° [ewceso tal a avis pape$9?-_{9a
hg on #u a4 do«do«i«i@+@ok@o@ Psi@diti, egei4,]Tac dal@
unails:1,8u,z1, w [3avdp?cot,oaks pecf,fa¿t,#meaJaoclo @legaeq plos el hq. .8 1'$3-351,%3 [Glasto, 1aloa„ele. ±a.(38) ae$- ce7
9lo o Hai La re$ [Joq/z« evi4 $5k , N@e Foh0 oodlho4
4,ncalànd lue Salons, IP\orbi0, ugFi ca,Ac@ha- [ne» Fah d 5FGovp.cor
&246.193,°? hrct o€i loca«g avida. (93)9s.454
3. Is the bidder currently barred b~vernmental ªrK'¡ from bidding as a prime or subcontractor?
L ]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?
7vs DX]No
I If yes, why?
s. ta amrae ore o resuale@ y e 9yg @mi eae tor ay wo?
YES " NO
I W yes, state the name of the affiliate?
1/28/2020 12:30 PM p. 11
I
t
l
l
I
I
l
I
í
j
I
1 !
City of Miami Beach Bid 2020-044-AY
6. Aste wader a arent, susay.goo 9gpy,"" aotor comvan?
YES . NO
If the answer is "yes," identify the company and type of relationship(s), below:
Company Type of affiliation (parent or subsidiary) Period of affiliation
7. Is an owner, director, officer, rager of the bidder affiliated with another company?
ves []No
If the answ er is "yes," provid e the follow ing info rm ation 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 Js [J o
If yes, explain and attach, as applicable, the relevant case and court documents, including (but not
limi ted to): the original petiti on, including the case num ber and the date that the petition w as filed; a
copy of the bankru ptcy court's discharge order, and any other document that ended the case, if no
disch arge order w as 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 3vs 71 o
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 comm encem ent.
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?
X3 ves [ o
If yes, exp lain . Au MO)} A, At Ot \[Let TUtM} L
G<t o w i con1 A< O -, Aa} NA# fe te
o tre ,
1/28/2020 12:30 PM p. 12
City of Miami Beach Bid 2020-044-AY
I
1
' ' J
1 1 I 1
¡
I i
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 7vs DX7 No 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 rs DJo
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[)l.eÌentation to any public agency or entity? [ ]ves 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? _ 7rs DX1io
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 agent,an emooyee of the City of Miami Beach?
Yes DK]o
If li dh; f hi yes, state name, title an s are o owners íP
Name Tile Share(%) of Ownership
NIA
KI
NI
1/28/2020 12:30 PM p. 13
C ity o f M ia m i B e a c h Bi d 2 0 2 0 -0 4 4 -A Y
i
1
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 Mi am i Beach?
L Jrs LKJo
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 lo any benefits to employees with spouses or to spouses of
employees?
I Jr X]o
B. Does your company provide or offer access to any benefits to employees with (same or opposite sex)
domestic partners" or to domestic partners of e1s¿ys? I ]ves No
C. Please check all benefits that apply to your answers above and list in th e "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 NI A
Sick Leave M {A
Family Medical Leave N/ f
Bereavement Leave Nl
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 DXI o ¡ If yes, which brands.
BIDDER AFFIDAVIT
The undersìgned agrees that s/he: 1) ìs a principal of the bidder duly authorized to execute the foregoing
Contractor Prequalìficatìon Certification Application, and that the contents of said documenl(s) are complete, true,
and correct to the best of his/her knowledge and belief; 2) sl 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
1/28/2020 12:30 PM p. 14
j
i
I
l
I
t
l
I
City of Miami Beach Bid 2020-044-AY
the company. Further, any pre qualified 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: ¡(
H\a
Signature:
Title (must be a principal of the bidder):
Ce(
"2o
[THE REMAINDER OF THIS PAGE IS LEFT INTENTIONALLY BLANK]
1/28/2020 12:30 PM p. 15
Ci ty of Miami Beach Bid 2020-044-AY
A PP E N DIX B
I I I
Special Conditions
1TB 2020-044-A Y
P re ssu re W a sh in g Se rvic e s
PROCUREMENT DEPARTMENT
1755 Meridian Avenue, 3rd Floor
Miami Beach, Florida 33139
1/28/2020 12:30 PM p. 16
« ¢
City of Miami Beach Bid 2020-044-AY
l ¡
1
l
l
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 paym ents for services rendered by the
Contractor. ln 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.
1/28/2020 12:30 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. M O B ILI ZA T IO N AND D EM O B ILI ZA T IO N . 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 unît 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.
[TH E R EM A IN D ER O F T H IS PA G E IS LEFT IN TEN TIO N A L L Y B LA N K ]
1/28/2020 12.30 PM p. 18
C ity o f M ia m i B e a c h
MIAM\IBE
I
1
I 1
l
H
Bid 2020-044-AY
PROCUREMENT DE P ARTM E N T
1755 M eridian A ven ue, 3 4 Floor
Miami B each , Florida 33139
www.miamibeachfl.gov
ADDENDUM NO. 1
INVITATION TO BID NO. 2020-044-AY
PRE QUALIFICATION POOL FOR PRESSURE WASHING SERVICES
January 8, 2020
This Addendum to the above-referenced ITB is issued in response to questions from prospective propo ser s, or other
clarifications and revi si on s issued by the Ci ty The ITB is am en d ed in th e followi ng par ti cular s only (deletions are
shown by strikethrough an d additions are un der lin ed).
I. ITB DUE DATE AND TIME. The deadline for the receipt of bids is extended until 3:00 p.m., on
Thur s day, Febru ary 6, 2020.
City of Mi am i Beach
Procurement Department
1755 Meridian Avenue, 3rd Floor
Miami Beach, Florida 33139
Late proposals will not be accepted. Prop osers are cautioned to plan sufficien t time to allow for
traffic or other delays for which the Proposer is solely responsible.
Any questions regar di ng thi s Addendum sho ul d be submitted in writing to the Pro curem en t Management
Department to the attention of the individual named below, with a copy to the City Clerk's Office at
RafaelGranado@miamibeachf.gov
Contact:
Ariu Yudasto
Telep h one:
305-673-7490 ext. 26695
Email:
AriuY udasto@ miamibeachfl.1oy
Proposers are reminded to acknowledge receipt of this addendum as part of your 1TB submission. Poten tial
proposers that have elected not to submit a response to the 1TB are requested to complete and return the "Notice to
Pr $eftive Bidders" questionnaire with the reason(s) for not submitting a proposal. 4.
$et9.pg.0.99998 e gg 8 .gt .pit 88 i..tee098e s tee ote toe9 ego.tote
1 ADDENDUM NO. 1
INVITATION TO BI NO. 2020.044-4Y
PREQUALIFICATION POOL FOR PRESSUR E WASHING SER VI CE S
1/28/2020 12:30 PM p. 19
#
City of Miami Beach
MIAMAIBEA
Bid 2020-044-AY
PROCUREMENT DEPARTMENT
1755 Meridian Avenue, 3¢ Floor
Miam i each, Florida 33139
ww w.mi amibe achfl.gov
i
i ¡
#
ADDENDUM NO. 2
INVITATION TO BID NO. 2020-044-A Y
PREQUALIFICATION POOL FOR PRESSURE WASHING SERVICES
Jan uary 28, 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 ITB 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 par ti cipate 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 estimat es the annual budget for these services to be $900,000. Th e Sanitation
Departm ent will be in_need of seryices (but not limited to) parking garage stairw ells, Lincoln _road, and bus
stops. ln_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
I Email:
AriuY udastot miamibeachfl.,ov
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 IT are requested to complete and return the "Notice to
Wdders' aquestornate wth the reasons) tor not suomits a proposal
#e )
px pans
"Pricsrem en t Di rector
1 ADDENDUM NO. 1
INVITATION TO BID NO. 2020-044-AY
PRE QUALIFICATION POOL FOR PRESSURE WASHING SERVICES
1/28/2020 12.30 PM p. 20
City of Miami Beach Bid 2020-044-AY
Question and Answers for Bid #2020-044-AY - PREQUALIFICATION POOL FOR
PRESSURE WASHING SERVICES
I
I
l
t
There are no questions associated with this bid.
1/28/2020 12:30 PM p.21