Loading...
HomeMy WebLinkAboutBlue Water Marine Services, Inc. RFP 15-05/06 Blae W.t"er Marble Serril!B6, me. REQUEST FOR PROPOSALS REMOVAL AND DISPOSAL OF DERELICT VESSELS RFP #: 15-05/06 BID OPENING: April 17, 2006 , Table of Contents Introduction Letter Cost Proposal Performance Evaluation Surveys BellSouth Telecommunications Miami-Dade County Seaport Dept. Biscayne National Park Monroe County Marine Resources Dept. Past Performance Information Port of Miami City of Miami Derelict Vessels Submarine Cable Replacement Salvage of SN Solitude Qualifications of Contractor Team Resumes Capt. Andrew A vins Captain Todd Seeds Capt. William Hicks Capt. Ryan Hoover Risk Assessment Plan Acknowledgement of Agenda Minimum Requirements and Qualifications Occupational Licenses Corporate Information Insurance Check List Declaration Sworn Statement Questionnaire Page 1 3 4 5 6 7 8 9 10 11 12 13 15 17 19 21 23 24 27 28 30 31 32 34 Introduction Letter Blue Water Marine Services, Inc., a South Florida business originally founded as South Dade Dockside in 1987, was created to provide marine related services and products to Dade, Broward, and Monroe County residents, businesses, and government agencies. Initial services included marine assistance towing and salvage, quickly expanding into derelict vessel removal and small tug and barge services for Biscayne National Park. As the demand for commercial assistance towing grew, the business secured a contract in 1998 to provide these services to members of the Boat Owners Association of the United States. That same year, BoatUS. awarded TowBoatUS. South Dade with their Smooth Sailing Award, in recognition oflow customer complaints, commitment to 24/7 availability and an outstanding relationship with BoatUS. This recognition propelled Blue Water Marine Services, Inc. commercial towing operation into one of the busiest BoatUS. towing operators in the nation, handling well over one thousand cases a year. In addition of upholding BoatU.S. standards, TowBoatUS. South Dade also joined C-PORT, the national trade association for the marine towing industry and was approved as ACAPT accredited. The ACAPT accreditation program requires the highest standards in the industry and is recognized throughout the marine industry, the US. Coast Guard, the boating public, the press, and major boating associations as a sign of marine assistance professionalism. A second Port of Operations was opened at Black Point Marina appropriately named TowBoatUS. Black Point. In 2002, BoatUS. awarded TowBoatUS. with the prestigious Tower of the Year Award. This award is in recognition of outstanding professionalism, commitment to the betterment of the towing industry, contributions to the growth of the TowBoatU.S. program, and for diligent service on behalf of the nation's recreational boat owners. Today, Blue Water Marine Services, Inc. owns and operates a fleet of five custom built aluminum towing vessels along with a full time staff, available twenty fours hours a day, seven days a week, three hundred sixty five days a year. With a successful commercial assistance business established, Blue Water Marine Services, Inc. began to focus on diversifying operations with the addition of shallow draft tug and barge services. This unique market required specially designed equipment including pushboats, barges, and support vessels. An inventory of specialized heavy equipment including long reach excavators, demolition excavators, and cranes has allowed Blue Water Marine Services, Inc. to competitively compete in markets such as derelict vessel removal, demolition, heavy salvage, and submarine cable installation. With an extensive resume of successful, cost effective operations completed, Blue Water Marine Services, Inc. has remained a consistent leader in these local markets. The latest addition to Blue Water Marine Services, Inc. is a commercial diving division. As with all other services offered, there have been no compromises made to the level of professionalism offered to our clients. BWMS has been accepted as a member of The Association of Diving Contractors, a world wide organization created to ensure the highest standards in commercial diving operations. A recent operation that has received national attention was the recovery of the Chalks aircraft in the Port of Miami, which tragically claimed the lives of all persons onboard. Blue Water Marine Services, Inc. was handed the responsibility of not only recovering the aircraft, but successfully locating the flight data recorder. Although a tragic and emotional operation, BWMS crews were honored and humbled to be asked to participate in the recovery operation. The diversification and Blue Water Marine Services, Inc. is a well established, diversified business, experienced not only in derelict vessel removal, but emergency salvage services. Contained within this package are examples of past projects that are similar in scope to what has been requested by the City of Miami Beach. All projects have been completed in a safe, efficient, and cost effect manner. We pride ourselves in the reputation we have developed with our past and current clients, and hope the City of Miami Beach allows us the opportunity to provide a solution to the derelict vessel and emergency salvage program. Respectfully Submitted, Todd Seeds Blue Water Marine Services, Inc. 2 COST PROPOSAL PER FOOT RATES FOR VESSELS THAT ARE NOT SUNKEN Vessels up to 10' Vessels from 11' to 20' Vessels from 21' to 30' Vessels from 31' to 40' Vessels from 41' to 60' Vessels from 61' to SO' Vessels greater than SO' PER FOOT RATES FOR VESSELS THAT ARE SUNKEN (I.e. lying at the bottom of a body of water) Vessels up to 10' Vessels from 11' to 20' Vessels from 21' to 30' Vessels from 31' to 40' Vessels from 41' to 60' Vessels from 61' to 80' Vessels greater than SO' MIIdl23. 2IIlII (Amended) CIIy d MIamI e-:h RFP No: 15-Oli1U8 ?, Rpr 14 OS OS:Olp BORTUS TOWING DEP Apr 1006 02:26p Todd Seeds 703-461-4668 305 230 3090 p.2 p_3 citr af MIa._ _....;1700 Co_ C..... DrIve. MIa.' leach. fbrido 33139, www...iantibeocllll._ Comra<:toT Name: PROCUREMENT DI\IISION Tel: 305_6737490 , fu: 305_673.7851 0\ PE~CJ:EVA.LUATIONSURVEY -.-. \L)IUe.. ~kr !Y\t\1",e Ser-tll~(~<XNc..--,--- 'lD~?> See~S 36<2) -(;(3 0-0930 t60vik~~ ge~\;"k /\erf Point of Con1act: Phone and e.1JIlIi1: Please c'uat.e die perlormance of the CODttat;lllt (10 mll8l1S you lIIe vcIy salisfied and have no questions lIbout hiring them apin, S is jf)"OU don't kDcnv lIltd I is if you..ould never hire !hem again because of vay poor performance). NO CRlT&UA. UNIT I Ability to llIIUIlI&C &he projec;t c:osl (minimia change orelm) (l-IO) 10 2 Ability to maintain prvjectscheclulc (complete on-time or early) (1-10) /0 3 Quality ofworkm.lship (1-10) /0 4 Profesm..Jism .... ability to _age (indudes n:&pODSCS and (1-10) fO I momot Davmenls t~SUllPliers'" sulx:ontrac!llls) Close out proc;ess (DO pIlItCb list IIplIl turnover, warranties, fJJA s as-bw1t, operating m...uals. t8X clear.Dce, etc., submitted (1-10) 6 Comm\lDiQdioa, expl8Mlion of riK. and doco...-..1iQn (1-10) 10 (ClCkdill;...;bw, inteI&ce comuleted on time) Ability to follow the users roles. regulatiOll5, and rcquiremen1s JO 1 (housekeeping. safely. etc;...) (1-10) 0venI.I customer satisfaction and hiring apia baed on )0 8 perf"cJnunce (comfOrt IcveI in hiring conbclor 9ia) (l-IO) Agency or CorDct Re CoDt.al:t Name: ConIact Phone aud e-mail: Date ofScrvi.ca: Dollar AmouDt for Services: PLKASE FAX THIS QUESTIONNAIRE TO MAllIA ESTEVEZ AT J05..673.7851 1IIln:II17. :zaDII CI>t"'.__ ",p Nlr. 1$-0M)6 3Jaf3J D4fllfZODi TUE 114~ PAX ~D01/OOl Apr 10 06 03:12p Todd Seeds 305 230 3090 p.3 City of Mjo...j 1I1!...I1, 1700 Co.......m.n Ccftlet Drive. Mlolfti Boooc:h. FIorido 33130. _...iomiboochH.gov PROCUREMENT ONlSION ret: 305..673.7490 . Fo", 305.673.7851 PERI'ORMA.NCE EVALUATION SURVEY Cootractol'N_ (!JLUf. ,~,~ AAAI2/~ S€1lU1Cf?S', IAJC poine ofConract: --13, U. H l(;rS Phooe and e-mail: (~as) 2~ 0 .003 c) Please evaluate 1IIe P"IfinJIJidICC of the contractor (10 means you are very Atisfied and have no questions abouthiringtham apiu, Sisifyou don't Iaxnv lIIId I is ifyOD would ncverbiredlem again becauseofvery poor perfoll1lance). NO CRITERIA UNIT 1 Ability to manage the project cost (minimi%e change orders) (l~10) /0 2 Abilit'to maiDtain projecl schedule (complete on-cime or early) (I-tO) q 3 Quality ofwortcmanship (1-10) 10 4 Profi=ssionalism aAcI ability to DIlIIIlIge (includes responses and (1-10) 10 : DIlYments to sUDDllers 8IId subcontractors) Close out process (DO puncb lisl upon tuntOYflr, warranties, S as-built. opedting manuals., tax c1earanc:e, etc, 5\lbmittod (1-10) 10 6 Comnmnicaticm, explanation CIl risk, and documentation (1-10) 10 (COII5lrudion inll!rfacc co on time) Abitit3' to foUow the users rules, resul.noas, and nlqunmems 7 (hou.seeeping. safely, etc...) 0-10) 10 0ver.alJ customer S8f:isfactioo lUId hiring again based on (1-10) 10 8 pe.fO(MfI>II~ (c:omrort level io hiriag cont.netor again) o~~r;;=M~'$L~:~e;,=l ~E~'J.~e;~ 6cq} Aget.rt:;y 01' Cordld Re&.e.:1QC. Busioass Nmne: 6~l./.. S~ ConractNamc: SmlilO $=/~ fIfU: ~ C.-.PllCllluncle-mail: (1 - V 5I:;U1O. UUs.itru. C~ Dale ofSeMccs: F~ 2~:\ 7;.) .7dQ r- OoDar Amount for Scrvil:as: PLEASE PAX 'IBIS QUESTIONNAIRE YO MAoRIA ESTEVEZ AT 3tS.673.78S1 _17.2OllG Cill'GII__ 1\~"1lG; ,_ :l3a1:13 4 041111l00~ O~:4l ~^X aO~a4(4~~a ~t^~UKI-tNijlNttH1Nij . or' .w __ ........ ,,.. 1_..... VClIVWO :1Ub 230 3090 1lI0011001 p.S City allliIIlIIItI ....... 1700 c:o....nlloll C._ 011... MlDm; ........ floltdo:l 33139. -.IIl1amIIMDchB.llO't PROCUREMENT DIVISION TtA,305.678,749O . Fall: 305.673.7'" ~a~TJOl'f~VEY --r 15 /u '- , 71~ ~"'rv)1 ..J-tr(' , -r:4d' ~,~. l1L?rj '7-10 - iJtJ}o l Please evB1um the performance of the c:onIra&:Ior (10 IIlClQJf you C'O 'tety Mlillfied Iftd have 1'10 qUlltiOClS about hirlng1hem.,.ou. 5 ill if you don"tknow llDd III lfyou Would RVel'hinl1hemapia ~r of very poor perfOllrllme). Conlr-'O. Name: J'vint ofCClIMCt: Pbooc ..do-mail: NO C1UTERIA 1JMlT I Ability 110 t1IInlI8e tbe pruja:t c;ost (mlllimlze dim", ORten) (1-10) ~ 2 Abili\v to maiftbWl prajectschldule C~ on-time or eltly) (1-10) IIJ 3 QuaHty ofwodr:matahip (1-10) 1b 4 Prvr.aia..u.m -.4 ability to m.... (Jnclucltl I'llIpOIIKI and (1-10) LO .. Ji..IIld~11 Close out procl8I (DO pullcll tilt IIp01\ turaowr, wmwia. 5 a-blW1, operlIting anuall, tax delnlDCe. IItI:, wbmitted (1-10) 10 --in> 6 CoaDIa~ Illll.plllllation of riB1l, pd documentation (I-JO) ILJ .. a lmerfUc ICO Oft time) A'biJ~ IG follow the UHrI ndea, ..-... _ teC!1Iin:m.cnm /0 ., (bousebcpfDs, Iml)', etc...) (1-10) 8 o-.u custlOlD.. Mtla&ctioD IIGd. biriag 'I_ _Id 011 (1-10) II) ~ (comfort Jewl", hiriac c:oal:nM*II' ag.) 0veraJ1 Comments: &/.1 JL~:t:;. D~P'f' f'"In;//'" , ., .. ApacyorCont.u:t~BullDessName: 411""';' 01#.1_ ~"'f $"~1t,~-+ pf1?n-f. ~g:~~~~~n7;h'frj~~~ ~~ PU.- PAX THIS QlJIS'nOJ(NAID TO MA,IIL\ J:STEVEZ AT 3OU7!.7I51 ....',._ ClIrrit....J_ R~.... '5oOMIll ala'F.l 5 4-10-2006 3,31PM FROM P.1 CiI,r - Mioni........ 1700 Con"".ion Cefttor DtM. M;aIlI; Bcoch. /'bider 33139. _....iGJnibeoc/oII.gcw PROCUltl!M~NT DIVISION Tol: 305.673.7490 . f= 305.6i'3.7851 . PElCFOltMANCE EV~UATlON SURVEY _ CootractorName.:.~\u..~ lOr1te.<, .\'(\f\R'\t\"l.e.... S€:.<<O\C~ ~LNC.. Point ofCoa1fact: \ ocl..C\. ~ . I PhQJ\ealldo-mail: 3us.-;l.~_.OO~-::> ;-'c6(?l-c\"~ 6)c::n~\\~\:::.1~-t Please evalUOltc tbe ptpf~ of tile .....Aio..... (10 _ you le very 5/lti8f'Jed and ha\ie QO ,,-\oDs abourbiJingthem agam. 5 i$ if,~cbJ't know aDd I is if you. wouJdllevu-hin: 1hem apn because ofvery po<< perfounanoe). 1'(0 CRITERIA tOOT 1 ~ to ~ tho projectc:cJSt(mUrimi2le daaoge ol'Clel:s) (1-10) 10 2 Ability to UIlJiDIain proje<< sd1edule (comp1= oa-timlt or lolIII'iy) (I-l0) 10 3 Quality of worbnanship (1-10) lo 4 Profeu-.nsm ald ability to III3II88e (moIudcs ns~ and (1-10) to t navmeolS:to SUIlOllezs and subeomnceaq) ClCl6e out proa:ss' (no pwlICb.li.t upon 1lImovec', warramies, 5 aHuilt, """wdibr, manuals, 1ax. ~, etc, submitted (1-10) 10 lJromOtlY) 6 Connn'''~ explaDafioo of risk, and documelItation (1- 10) \0 (eoastrudion ia....ta... . OIl time) Ability 1D foIlov; the *" ~ ~ and requiremcms (1-10) to 7 (houseIcapiDg, Saf"ly, ctc...) Overall customer ~ and hiring qaia based on to 3 paiW...... -~ (COI1Ifort Iovel iD hirillgCOlllnlC1Ol qain) (1-10) , \D "'--\.ea..0'".;7 \0\ ,. -'" \ ti-)~.ce"J PLEASE]lAX TIllS QU.KSTIONNAIRE TO MA,IUA ESTEVEz AT 3e5.673.78S1 _'7._ ~..._- _No:1_ ..d~ 10 12-04-1998 8,35PM FROM MARINE PROJECTS 295 4317 .,..,. lV VV vv.v-"'", .:IV'J"-'\J.J~V II." I VUY ~e dt1 of MlontI ....., 1700 ~n c_ DriYe. ~Olfli 800c~. FlDriolo 33139, _.......iboachll.gow PROCUREMENT DIVISION lel: 305.673.7~90 . fCllC 306.673.7851 PI.1LmRMANCS EVAUJAUON SURVEY ContR.C:tllr Name; B11lA Varfl!r M~ll'r"n.. t::......,....;....~ Tn.... PoiDtofC~ Phone and o-rnail: PI_ evaluate lJle ped"0I1lWICe of the CCIIlIrlIdw (10 ..-ns )'Oll an very satisfied am<i have no qua1ions IIboIll hiriag1bem again, S is ifJOU dioG'tlalow ad 1 it ityou would JICMlI' hire themapin ___ ofvr;ry poor ~>- NO CRI'IERIA UNIT 1 Abl1ity to...... the pujel:tc::ost (miJlimize c:haF orden) (1-10) I 10 I 2 Ability to "'''Ih.. project scbcdule (complete on-tiCIIe or early) (1-10) 10 3 Quality ofworkmantbip (1-10) 10 4 PRtf'enionalism and ttitit1 liD IIIUIap (udulIes responses ud (l.JO) to . lIDIl subcoatta=rs 10 CIGse out process (lID puIIllh li:!t upclIl1Untover, --.ties, 5 8lt-built, upe..m.c -I8k laX c1ear11m:e,. ell:. submitted (1-10) 10 .\ . 6 ConlIm.Ini.caIiOll., cxplllllation or risk, and cIocumemalion (1-10) 10 CIDIIIrUaIiIla IlIlufloce 011 tae\ Ability 10 fallow tbe UIet'S nalts, lqUlatioDs, aIId requirements 1 (boasekeepiug. safely, ~...) (1-10) 10 0wnI1 CIIStr:Imer satistiation and biriDa .. bBIed 00 8 pmClllD8lCe (1:OInfbrt lewl ill \Dring COJ1!qetDr .m) (1-10) 10 ~ CoIDlllCllts: RY"ellea~.. ~...n_i".-n.l., ,.nne-la'-oDft" cftlPto~"oS~"-"" P.l _.~~--~~~~~;~'-~~ ==.m:I: .=~ n ad...- l' ... uyi'. ::::::t Donar~rorSclYicell~ occa.sioDs .......i.... the 1....t. 'i'i...._ .,..A.... OVer ".50.000 PLEASE FAX TBIS QUJ:STlONNAIRB TO ~ ESTBVEZ AT HUn.'1ISl _17._ ~"_I- IIFP """ 1~ ShUS "7 Past Performance Information Removal of (3) Sunken Sailing Vessels at the Port of Miami In the aftermath of Hurricane Wilma, Blue Water marine Services, Inc. was contracted on an emergency basis for the removal of three sunken sailing vessels. These three sailing vessels had been driven by hurricane force winds into the bulkhead on the south side of Dodge Island, and as a result, sank in approximately 35-40 feet of water. To make matters worse, these vessels had sunk underneath the gantry cranes used to unload cargo onto ships. A large portion of the Port had been crippled, and Blue Water Marine Services, Inc. was requested to mobilize crews and equipment on an emergency basis to remove these vessels. Within 36 hours, all necessary equipment to conduct emergency salvage operations was on scene. Surface supplied divers, working under zero visibility conditions, rigged the vessels for removal by crane. One vessel that proved particulary challenging was the ketch Daniel, a 65' steel hull with a dry weight of over 90 tons. Through our network of cooperating associates, Blue Water Marine Services, Inc, acquired a 225 ton crane barge. Custom straps and rigging were made overnight and the vessel was re floated in two days. The second 45' vessel was rigged and refloated by crane and hauled offby barge the following day and the third was re floated with air bags and demolished by barge mounted excavator on site. Once these vessels were successfully removed, the sea bottom was inspected for further hazards to navigation, and the Port of Miami was opened to commercial commerce. The three vessels were later demolished. This operation for the Port was considered a success, with limited disruption to cargo traffic. The Miami-Dade County which administered this contract is: Seaport Engineering 1015 North America Way Suite 210 Miami, Florida 33132 The contact person for this project is: Port of Miami Juan Bergouigan Phone (305) 347-4974 This contract was conducted on October 29,2005 through November 2, 2005 R City of Miami - Derelict Vessel Removal and Disposal Services Blue Water Marine Services Inc. has been actively involved as a contractor for marine service related projects with the City of Miami. Such projects include removal of derelict vessels from the Dinner Key Anchorage along with debris removal from surrounding spoil islands. Work has consisted of removal of such derelict vessels and debris by barge mounted heavy equipment and dumpsters. Crews in workboats assisted in staging spoil island debris in centralized locations for barge removal. Once loaded, the City ramps were utilized to on and offload dumpsters. Blue Water Marine Services, Inc. pioneered this method of barge mounted dumpsters, allowing crews and equipment to handle derelict vessels and debris only once, creating a cost effective solution to removing numerous vessels at one time without the disruption of downloading operations. Depending on the type of material, our demolition excavator is capable of loading several hundred feet of derelict vessels into two thirty yard containers. These projects have been administered by a Miami-Dade County blanket purchase order for Marine Services, Equipment, and Rental. The customer contact person and phone number for reference is: Department of Public Facilities / Miamarina at Bayside Division Contact Administrator: Stephen Bogner Phone (305) 579-6970 Fax (305) 579-6957 The last two scheduled contracts took place in mid and late 2005. City officials including the Mayor personally visited Dinner Key to observe the efficiency and productivity of the operation which was deemed a success. 9 Submarine Cable Replacement on tbe Miami River After completing a six bridge contract for the State of Florida, Blue Water Marine Services, Inc. was contracted for submarine cable replacement on three County operated bridges on the Miami River. Blue Water Marine Services, Inc. handled all water borne operations. Trenches were excavated deep enough to allow a dredge to safely remove sediment from the channel without damaging the cables. Once the cable trenches were complete, Blue Water Marine Services, Inc. surface supplied divers linesd the trenches with an aggregate bed to support the cables. The cables were pulled across the channel and then covered with aggregate. Once the installations were surveyed and approved by the County, Blue Water Marine Services, Inc. assisted Florida Drawbridge, Inc. in securing the cables to each side of the bridge. The cables were then terminated and services were transferred to the new cables and tested. With all work approved, the existing cables were removed and disposed of. The Miami-Dade County Department which administered this contract was: Miami-Dade Public Works, Roads and Bridges Division III NW 1 st Street Suite 1610 Miami, Florida 33128-1970 The contact person for this contract is: PCL Civil Constructors, Inc. Carl Aiduck, Jr. Phone (954) 610-5970 The contract was conducted 5/2005 through l/2006. 10 Salvage of SN Solitude Blue Water Marine Services, Inc. recently completed the successful salvage of the SN Solitude, a 45' sailing catamaran which was driven by the Hurricane Wilma storm surge into Kennedy Park, north of Monty's Marina in Coconut Grove. The original salvage contract was awarded shortly after the Hurricane to a local salvor. After SN Solitude sat atop the rip rap for close to three months, the insurer of the vessel contacted Blue Water Marine Services, Inc. and requested an on site inspection and alternative salvage plan. Due to public safety and environmental concerns, Blue Water Marine Services, Inc. met on site with representatives of the insurer, City of Miami, and DERM to discuss the vessels situation. A salvage proposal was submitted by Blue Water Marine Services, Inc. and was approved by all parties that minimized any further damage to the vessel and surrounding environmental resources. The position in which SN Solitude sat presented a challenge. Access from land was restricted by underground utilities, preventing a large enough crane from placing her in the water. From the water, a shallow grass flat surrounded the vessel, preventing a large barge mounted crane from approaching. Through Blue Water Marine Services, Inc network of cooperating associates, a shallow draft crane barge was located and mobilized. Working during high tide, the crane barge was nosed against the rip rap, a second deck barge was secured alongside, and the tide was allowed to fall out from beneath the barges provided a secure work platform. Custom straps and rigging were manufactured to fit the configuration of the catamarans hull, and the vessel was lifted and placed on the empty deck barge. On the following high tide, all equipment was moved out to deep water. With SN Solitude on the deck, an air draft measurement was taken, confirming that travel to the shipyard in Ft, Lauderdale via the Intercoastal Waterway was not possible due to fixed bridges. The surveyor was presented with the option of stepping the mast and associated rigging or extensive patching to the hull bottom. The latter was chosen., and a fiberglass crew spent over a week repairing the bottom, and she was placed back in the water, fitted with additional de-watering pumps for the tow to Ft. Lauderdale. The BoatU.S. provider from Ft. Lauderdale was sub contracted for the tow and she was safely delivered to the shipyard the following day. The contracting person for this project is: Doug Wager & Associates Doug Wager Phone (850) 492-3315 This contract was conducted March 2006. 11 Qualifications of Contractor Team Em 10 ee William Hicks Andrew A vins Todd Seeds Daniel Cain R an Hoover Kevin Hoover He Rabade The above chart represents the current staff that is utilized by Blue Water Marine Services, Inc. for derelict vessel removal and emergency salvage services. Key employee resumes have been included. 12- CONTACT INFO Captain Andrew A vins 18424 SW 88 Court Miami, Florida, 33157 RESUME Resume ID: Resume Headline: Director, Blue Water Marine Services, Inc. OBJECTIVE: Fleet Operations of Blue Water Marine Services, Inc EXPERIENCE: 11/95 - Present Blue Water Marine Services, Inc. Homestead, FL Industry: Marine Services DIRECTOR Oversee operations of Marine Services. Operation of tug, barge, and heavy equipment. Supervise the care and maintenance of large fleet of vessels and equipment. 8/90 - 11/05 Dixie Marine, Inc. Miami, FL Industry: Marine Repair MARINE TECIDNICIAN Responsibilities included vast boat repair, boat water testing, electrical installations, electrical trouble shooting, rebuilding engines, out drives, gear cases, lower units, rigging, etc. All phases of marine mechanics. 12/88 - 8/90 Club Nautico Corporation Miami, FL Industry: Boat Rental FLEET MECHANIC Responsibilities included test running boats, boat towing, boat repair and supervising the care and maintenance of two (2) dealership boat fleets (Approximately 15 boats). 1/80-12/88 Mega Marketing Co. Miami, FL Industry: Import and Export WAREHOUSE MANAGER Managed and organized all warehouse operations, production, and facility of this import! export company. Operated heavy machinery, customer contact, Supervisory responsibilities. 13 EDUCATION: 1972- 1/80 LH.O.P. Industry: Restaurant MANAGER Perrine, Homestead, FL Worked in Family owned restaurant business starting from Dishwasher to Manager until business franchise was sold. Miami Palmetto Sr. High School, Miami - Graduated 1977 Robert Morgan Vocational Technical Institute Certificate of Marine Mechanics 1987-1989 OMC Corporation: Semi Annual Factory Service Seminars from 1991-1995 OMC Corporation Factory Service Training Center, Sunrise FL Certificate of Completion in Stem Drive System Servicing. Currently holds a 100 Ton Master of Towing License and 100 Ton Master of Near Coastal Vessels 14 CONTACT INFO Captain Todd Seeds 1721 North Goldeneye lane Homestead, Florida 33035 RESUME Resume ID: Resume Headline: Director, Blue Water Marine Services, Inc. OBJECTIVE : EXPERIENCE: Administrative and contract operations 97 - Present Blue Water Marine Services, Inc., Homestead, FL Industry: Commercial Marine Assistance DIRECTOR Oversees Fleet Manager of five (5) commercial assistance towboats. Responsibilities include working daily with Office Manager on payables and receivables, preparing bids and quotations, and payroll and insurance issues. 94-97 Biscayne National Underwater Tours, Inc., Homestead, FL Industry: Marine Tourism DIVE ISTRUCTOR Duties included supervising diving and snorkeling operations, maintenance and repair of two concession tour boats. 92-94 Snapper Creek Marina Industry: Marina DOCKMASTER ASSISTANT Miami, FL Responsible for general marina operations, including slip assignments, fueling and product sales, and facility maintenance. 15 EDUCA nON: INTERESTS Ridgewood High School, Ridgewood, NJ Graduated 1991 Ramapo College, Ramapo, New Jersey 1992-93 Divers Unlimited Graduated 1994 PADI Master Scuba Trainer Instructor Certifications for: Wreck Diving Deep Diving Night Diving Search and Recovery Diving Underwater Naturalist Underwater Photography Equipment Specialist Divers Unlimited Resort Training Specialist U.S. Divers Equipment Repair Technician Divers Alert Network Oxygen Instructor PADI Oxygen Instructor PADI First Aid Instructor Currently holds a 50 Ton Master License Fly and light tackle fishing, Scuba diving Hi CONTACT INFO Captain William Hicks 1675 South Goldeneye Lane Homestead, Florida 33035 RESUME Resume ID: Resume Headline: Director, Blue Water Marine Services, Inc. OBJECTIVE : Contract operations EXPERIENCE: 96 - Present Blue Water Marine Services, Inc., Homestead, FL Industry: Commercial Marine Assistance DIRECTOR Oversees and coordinates all bids and contracts. Salvage Master on many private and government salvages. Tow Captain and Dive Master. 94-96 Hooters Subic Bay and Subic Bay Aqua Sports, Philippines Industry: Tourism OWNER Handled day to day operations in restaurant and nightclub, ordering stock, and managing employees. Provided jet skis, parasailing, fishing and dive trips for tourists visiting Subic Bay Duty Free Zone. 87-94 South Dade Dockside Services, Inc. Homestead, FL Industry: Marine Services OWNER Provided marine towing and salvage services in Biscayne Bay and Upper Keys. Was a vender for local, state, and federal governments based out of Homestead Bayfront Park. 78-87 United States Marine Corps Held many positions, basic rifleman, sniper, marksmanship instructor, and explosives ordinance disposal tech. Specialist in defusing all types of explosives, including foreign and domestic nuclear weapons, bombs, missiles, rockets, projectiles, mines, and LE.D.s. Trained and directed over twenty teams in Solomon Islands, Korea, Philippines, and numerous South Pacific islands, filling a billet traditionally reserved for an officer. Earned all promotions meritorious. 17 EDUCATION Speaks passable Tagalag and Korean. Self motivated, effective supervisor, assertive, patient in interpersonal and professional relationships. Killian High School, Miami Florida Miami Southridge High National University, Vista California 1982 Computer Science Business Management Palomar College, San Marcos California Basic Ground School (48) Service Schools, USMC 1974-1976 1976-1977 1982 1978-1987 Currently holds a 100 Ton Master of Towing License. 1R CONTACT INFO Ryan Hoover 1261 SE 27 Street Homestead, Florida 33035 RESUME Resume ID: Resume Headline: Fleet Manager, TowBoatUS. South Dade OBJECTIVE : EXPERIENCE: Fleet Manager of TowBoatUS. South Dade and Black Point 02 - Present Blue Water Marine Services, Inc. Homestead, FL Industry: Commercial Marine Assistance FLEET MANAGER I TOW CAPTAIN Oversees fleet of five (5) commercial assistance towboats. Responsibilities include coordinating fleet repairs, submitting parts and supplies orders, and scheduling of Captains and deckhands. 2000 - 2002 Sea/lTow Miami Miami, FL Industry: Commercial Marine Assistance TOW CAPTAIN I SALVOR Operation of20 - 23' towing vessels. Duties included towing and salvage operations on the waters of North Miami.. 1998 - 2000 Capt. Dan's Marine Towing Miami, FL Industry: Commercial Marine Assistance TOW CAPTAIN I SALVOR Operation of a 25' Sea Ox towboat. Duties included towing and salvage operations on the waters of North Biscayne Bay. 1997 - 1998 Sea/lTow Key Biscayne Key Biscayne, FL Industry: Commercial Marine Assistance TOW CAPTAIN I SALVOR Operation of20 - 25' Shamrock towing vessels. Duties included towing and salvage operations on the waters of Biscayne Bay. 19 EDUCATION: INTERESTS Southridge Senior High School, Miami Graduated 1996 Miami Dade Community College 1996-1998 Currently holds a 100 Tons Master License. Fishing, Scuba diving, and snorkeling 20 REQUEST FOR PROPOSALS NO. 15.05106 ACKNOWLEDGMENT OF ADDENDA Directions: Complete Part I or Part II, whichever applies. Part I: Listed below are the dates of issue for each Addendum received in connection with this RFP:03- 05/06 Addendum No.1, Dated .1:1~~ ~~ ,,-; r 't en;{, Addendum No.2, Dated Ar/', \ 4 -\-l, 'U?.c;L, Addendum No.3, Dated Addendum No. 4, Dated AddendumNo.5,Dated Part II: No addendum was received in connection with this RFP. Verified with Procurement staff Name of staff Date (Contractor -Name) (Date) (Signature) March 17, 2006 City of M'lami Beach RFP No: 15-05106 ~ 2.3 Minimum Requirements I Qualifications I) Blue Water Marine Services, Inc. has submitted a copy of State of Florida Inc. 2) Blue Water Marine Services, Inc. has submitted a copy of its Miami-Dade Count Occupational License. 3) Blue Water Marine Services, Inc. maintains an inventory of the following equipment. * Vessels South Dade Towboat 30'x9' Silvership 94 Type: Towboat Material: Aluminum ( I) 315hp Cummins Black Point Towboat 30'x9' Silvership 00 Type: Towboat Material: Aluminum (1) 300hp John Deere Homestead Towboat 30'x9' Silvership 98 Type: Towboat Material: Aluminum (1) 250 Detroit Broad Key Towboat 25'x9' Metal Shark 06 Type: TowlResponse Material: Aluminum (2) 150hp Mercury Elliott Key Towboat 28'8'6" Silvership 01 Type: TowlResponse Material: Aluminum (2) 225hp Mercury Bonka Boat 26'x8' Baykat 90 Type: Tender Material: Aluminum (1) 100hp Yamaha Sea Ark 24'x8' Sea Ark 03 Type: Tender Material: Aluminum (1) 115hp Yamaha Sea Ark 20'x8' Sea Ark 04 Type: Tender Material: Aluminum (1) 40hp Yamaha Big Joe 25'xI2' Madison Type: Pushboat Material: Steel (1) 235hp Detroit Diablo 25'xI2' Progressive 03 Type: Pushboat Material: Steel (1) 225hp John Deere 24 Barges BWM2 55'x25'x4' Madison Type: Deck barge wi 30' spuds Material: Steel BWM3 55'x25'x4' Madison Type: Deck barge wi 30' spuds Material: Steel BWM5 45'xI6'x4' Type: Deck barge wi 30' spuds Material: Steel Heavy Equipment Komatsu 220LC3 Type: Tracked excavator wi demolition grapple and GP bucket Kobelco 220LC6 Type: Tracked excavator wI 70 long reach and GP bucket Link-Belt HSP822 Type: 22 ton rough terrain crane wi 91' main and 15' jib * Additional, specialized, or job specific equipment is available upon request. ** Most equipment may be viewed at Blue Water Marine Services web site bluewaterma rineservices.com. 25 Dive Equipment Full diesel compressor surface supply (hardhat) for (2) divers wI tandem axle trailer. Full bottled surface supply (band mask and standard reg) per towboat. Full gas compressor surface supply (band mask and standard reg) for (2) divers. Full SCUBA Assorted 75,OOOlbs. Sub Salve lift bags in stock All associated tackle Air compressors, gasoline Generators, gasoline and diesel Welding equipment, ARC, MIG, nG Cutting equipment, gas Hydraulic Power pack wi full underwater tool assortment Broco underwater torch Forklift, 3000lbs cap. 600' Containment curtain Absorbent boom, pallet in stock and on all vessels Absorbent pads, pallet in stock and on all vessels Full fabrication facilities 4) Blue Water Marine Services, Inc. has actively participated in derelict vessel removal and emergency towing and salvage for eighteen years. 5) Blue Water Marine Services, Inc. are currently contracted by BoatUS. to provide towing and salvage services and are current venders for Miami-Dade, Momoe County, and the Federal Government for derelict vessel removal. 6) Order requests may be faxed to (305) 230-3090. Email may be send to tbsouthdade@earthlink.net. 2/1 MIAMI-DADE COUNTY TAX COLLECTOR 140 W. FLAGLER ST. 14th FLOOR MIAMI, FL 33130 --.--'---'.-'-"-'-<'- ~ --"--- ---'---------- - _.-.------ 2005 OCCUPATIONAL LICENSE TAX 2006 MIAMI-DADE COUNTY. STATE OF FLORIDA EXPIRES SEPT. 30, 2006 MUST BE DISPLAYED AT PLACE OF BUSINESS PURSUANT TO COUNTY CODE CHAPTER BA - ART. 9 & 10 FIRST-CLASS U.S. POSTAGE PAID MIAMI, FL PERMIT NO. 231 5\8332-2 BUir~RL~E SERVICES INC 14100 SW 256 ST 14 33032 UNIN DADE COUNTY RENEWAL 541758-9 LICENSE NO. OWlt~EWATER MARINE SERVICES INC Se'2Trr ?ld\ln!mTRATIVE OFFICE TlfJS IS AN OCCUPAllONAL TAX ONLY. IT f'EIIIIIT lllE ~~TOar; LAWS OF lllE cmes. NOR EXEMPT THE LICENSEE FROM ANY OTHER LICENSE . OR PERUfT REoutREO BY LAW. THIS IS NOT A CERTIACAnON OF THE UCENSEE'S QlJAIJRCA- noN. PAYMENT RECEIVED MIAMI-OADE COUHTYTAX COUECTO'" 09/1512005 30010000126 0081tl:~; 00 :'.'J~ .::. SEE OTHER SIDE MIAMI-DADE COUNTY TAX COLLECTOR 140 W. FlAGLER ST. 14th FLOOR MIAMI, FL 33130 EMPLOYEES 2 DO NOT FORWARD BLUEWATER MARINE SERVICES INC COLE MURRAY PRESIDENT 14100 SW 256 ST 1~ MIAMI FL 33032 i.. ii..,H. 11.11.1 ii, II i ,i lii", i ,1,1111111\ II!! ,II. ill i ..11,1 --'-'-- -'- - - ~- - - - - - -'--~- ---~~ --- 2005 OCCUPAnONAL LICENSE TAX 2006 MIAMI-DADE COUNTY. STATE OF FLORIDA EXPIRES SEPT. 30, 2006 MUST BE DISPLAYED AT PLACE OF BUSINESS PURSUANT TO COUNTY CODE CHAPTER BA . ART. 9 & 10 FIRST-CLASS U.S. POSTAGE PAID MIAMI, FL PERMIT NO. 231 406496-0 BUi~~R~E SERVICES INC 14100 SW 256 ST 14 33032 UNIN DADE COUNTY RENEWAL 424279-8 UCENSE NO. OWWt~EWATER MARINE SERVICES INC s~~~~R!'BOAT SERVICE & REPAIR nflS IS AN OCCUM11ONAL TAX ONLY. IT DOES NOT PERMIT THE UCEHSEE 10 VIOLATE ANY EXISTlNG REGULAlOR'f OR ZONING LAWS OF THE COUNTY OR CInES. IT EXI!IIPf .- LAW. THIS IS A CER11FtCATlON OF THE UCENSEE'S QllAUFlCAo l1OH. J PAYMENT RECEJYED _COUNTY"'" COUE"""'b9/1512005 30010000125 OOt~~ ,00 :'.~'''' .(, SEE OTHER SIDE EMPLOYEE/S 5 DO NOT FORWARD BLUEWATER MARINE SERVICES INC COLE D MURRAY 14100 SW 256 ST 14 HOMESTEAD FL 33032 i'l HIl.Ii,IlIlIl,III11I.1.1 ill .I,I,Ii,"11llll' ,11,1. Ii. ,i i.1 2-7 Division of Corporations Page I of2 ~lk Is'luify Florida Profit BLUE WATER MARINE SERVICES, INC. PRINCIPAL ADDRESS 14100 SW 256TH STREET STE 14 HOMESTEAD FL 33032 Changed 01/07/2004 MAILING ADDRESS 14100 SW 256TH STREET STE 14 HOMESTEAD FL 33032 Changed 01/0712004 Document Number P94000084675 FEI Number 650535505 Date Filed 11/21/1994 State FL Status ACTIVE Effective Date NONE egIS ere .gen I Name & Address I SEEDS, TODD A 14100 SW 256 STREET STE 14 HOMESTEAD FL 33032 I Name Changed: 03/2112006 I I Address Changed: 03/21/2006 I R "t dA t Officer/Director Detail I Name & Address II Title I A V1NS, ANDY D 14100 SW 256TI1 STREET STE 14 HOMESTEAD FL 33032 I II I http://sunbiz.orglscripts/cordet.exe?al =DETFIL&nl =P94000084675&n2=NAMFWD&n3... 4/14/2006 2.'i5 Division of Corporations Page 2 of2 HOMESTEAD FL 33032 L:J D SEEDS, TODD 14100 SW 256TH STREET STE 14 HOMESTEAD FL 33032 mCKS, BILL 14100 SW 256TH STREET STE 14 Ann lR rt ua epo s I Report Year II Filed Date I I 2004 II 01107/2004 I I 2005 II 01/2012005 I I 2006 II 0312112006 I __ Previous Filing _J 1_ Re!um to List I No Events No Name History Information i ___Ne~,=!.~~.._: I>ocunaentInaages Listed below are the images available for this filing. 03/21/2006 -- ANNUAL REPORT 01120/2005 - ANN REP!UNlFORM BUS REP 01/07/2004 - ANNUAL REPORT 01/21/2003 - COR - ANN REP!UNlFORM BUS REP 03/19/2002 - COR - ANN REP!UNlFORM BUS REP 01/31/2001 - ANN REP!UNlFORM BUS REP 02/16/2000 - ANN REP!UNlFORM BUS REP 02124/1999 - ANNUAL REPORT 02/09/1998 - ANNUAL REPORT 08/21/1997 - ANNUAL REPORT 02/19/1996 1996 ANNUAL REPORT THIS IS NOT OFFICIAL RECORD; SEE DOCUMENTS IF QUESTION OR CONFLICT Corporations Inquiry Corporations Help http://sunbiz.org/scripts/cordet.exe?al =DETFIL&nl =P94000084675&n2=NAMFWD&n3... 4/1412006 2--4 INSURANCE CHECK LIST XXX 2. Workers' Compensation and Employer's Liability per the statutory limits of the state of Florida and U.S.L. & HI Jones Act per Federal Law (If required). Comprehensive General Liability (occurrence form), limits of liability $ 1.000.000.00 per occurrence for bodily injury property damage to include Premises! Operations; Products, Completed Operations and Contractual Liability. Contractual Liability and Contractual Indemnity (Hold harmless endorsement exactly as written in "insurance requirements" of specifications). XXX3.Automobile Liability - $1,000,000 each occurrence - ownedlnon-ownedlhired automobiles included. XXX 1. _ 4.Excess Liability - $ . 00 per occurrence to follow the primary coverage. XXX 5. The City must be named as and additional insured on the liability policies; and it must be stated on the certificate. 6. Other Insurance as indicated: .00 .00 .00 .00 .00 _ Builders Risk completed value _ Liquor Liability _ Fire Legal Liability _ Protection and Indemnity _ Employee Dishonesty Bond m Professional Liability $ $ $ $ $ $1.000.000 .00 xxx 7.Thirty (30) days written cancellation notice required. xxx 8.Bests guide rating B+: VI or better, latest edition. XXX 9. The certificate must state the Quote number and title VENDOR AND INSURANCE AGENT STATEMENT: We understand the Insurance Requirements of the insurance may be required within five (5) days after r 1)Lt.- W.J~./ ~1':'.1 ~l1./v\;"H \1.'^-&- Vendor March 17. 2006 City of Miami Beach RFP No: 15-05106 20 of 33 -L,C7 DECLARATION TO: City of Miami Beach City Hall 1700 Convention Center Drive Procurement Division Miami Beach, FIOri~, 33139 Submitted this r1''^ day of Ar'~ l The undersigned, as consultant, declares that the only persons interested in this proposal are named herein; that no other person has any intereSt in this responses or in the Contract to which this response pertains; that this response is made without connection or arrangement with any other person; and that this response is in every respect fair and made in good faith, without collusion or fraud. ,2006. The consultant agrees if this response is accepted, to execute an appropriate City of Miami Beach document for the purpose of establishing a formal contractual relationship between the consultant and the City of Miami Beach, Florida, for the performance of all requirements to which the response pertains. The consultant states that the response is based upon the documents identified by the following number: RFP NO.15-05/06 ~ 'I (Jv-Ylvfd SIGNATURE \-=JJ StJs PRINTED NAME \), /'~?-l.o< TITLE (IF CORPORATION) March 17. 2006 City of Miami Beach RFP No: 15-05106 23 of 33 "?l SWORN STATEMENT UNDER SECTION 287.133(3)(a), FLORIDA STATUTES. ON PUBUC ENTITY CRIMES 1. This swom statement is submitted to THIS FORM MUST BE SIGNED AND SWORN TO IN THE PRESENCE OF A NOTARY PUBLIC OR OTHER OFFICER AUTHORIZED TO ADMINISTER OATHS. C/'J~.&71 ~l&-~\ be.~ I [pnnt name of public entity] \.,,)) S~JJ. r 1>'/L~L.o/ [Print individual's name and title] For b\v~ \;JJ~/ }Jlf-"'l~ SQ../\II~I!-<;, "lV\.? By [Print name of entity submitting swom statement] , I I (\ lNhose business address is l.t{ 1.c>.D ~.>v-J 'Z.<',"" -K. .j"".l..-Ll 5\(.1"1: ~:J:~?'D3t. and (if applicable) its Federal Employer Identification Number (FEIN) is [,,<; <D~-; 5") c> S- (If the entity has no FEIN, include the Social Security Number of the individual signing this swom statement: .) 4. I understand that a "public entity crime" as defined in Paragraph 287. 133(1)(g), Florida Statutes. means a violation of any state or federal law by a person with respect to and directly related to the transaction of business with any business with any pUblic entity or with an agency or political subdivision of any other state or of the United States, including, but not limited to, any bid or contract for goods or services to be provided to any public entity or an agency or political subdivision of any other state or of the United States and invoMng antitrust, fraud, theft, bribery, collusion, racketeering, conspiracy, or material misrepresentation. 5. I understand that "convicted" or "conviction" as defined in Paragraph 287.133(1)(b), Florida statutes. means a finding of guilt or a conviction of a public entity crime, with or without an adjudication of guilt, in any federal or state trial court of record relating to charges brought by indictment or information after July 1, 1989, as a result of a jury verdict, nonjury trial, or entry of a plea of guilty or nolo contendere. 6. I understand that an "affiliate" as defined in Paragraph 287.133 (1)(a), Florida statutes. means: 1) A predecessor or successor of a person convicted of a publiC entity crime; or 2) An entity under the control of any natural person who is active in the management of the entity and who has been convicted of a public entity crime. The term "affiliate" includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in the management of an affiliate. The ownership by one person of shares constituting a controlling interest in another person, or a pooling of equipment or income among persons when not for fair market value under an arm's length agreement, shall be a prima facie case that one person controls another person. A person who knowingly enters into a joint venture with a person who has been convicted of a public entity crime in Florida during the preceding 36 months shall be considered an affiliate. March 17. 2006 City of Miami Beach RFP No: 15-05106 24 of 33 ~1- 5) I understand that a "person" as defined in Paragraph 287.133(1 )(e), Florida Statutes means any natural person or entity organized under the laws of any state or of the United States with the legal power to enter into a binding contract and which bids or applies to bid on contracts for the provision of goods or services let by a public entity, or which otherwise transacts or applies to transact business with a public entity. The term "person" includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in management of an entity. 6) Based on information and belief, the statement which I have marked below is true in relation to the entity submitting this sworn statement. [Indicate which statement applies.] ~ Neither the entity submitting this sworn statement, nor any officers, directors, executives, partners, shareholders, employees, members, or agents who are active in the management of the entity, nor any affiliate of the entity has been charged with and convicted of a public entity crime subsequent to July 1, 1989. The entity submitting this sworn statement, or one or more of its officers, directors, executives, partners, shareholders, employees, members or agents who are active in management ofthe entity, or an affiliate of the entity has been charged with and convicted of a public entity crime subsequent to July 1, 1989. The entity submitting this sworn statement, or one or more of its officers, directors, executives, partners, shareholders, employees, members, or agents who are active in the management of the entity, or an affiliate of the entity has been charged with and convicted of a public entity crime subsequent to July 1, 1989. However, there has been a subsequent proceeding before a Hearing Officer of the State of Florida, Division of Administrative Hearings and the Final Order entered by the hearing Officer determined that it was not in the public interest to place the entity submitting this sworn statement on the convicted vendor list. [Attach a copy of the final order] I UNDERSTAND THAT THE SUBMISSION OF THIS FORM TO THE CONTRACTING OFFICER FOR THE PUBLIC ENTITY IDENTIFIED IN PARAGRAPH 1 (ONE) ABOVE IS FOR THAT PUBLIC ENTITY ONLY AND, THAT THIS FORM IS VALID THROUGH DECEMBER 31 OF THE CALENDAR YEAR IN WHICH IT IS RLED. I ALSO UNDERSTAND THAT I AM REQUIRED TO INFORM THE PUBLIC ENTITY PRIOR TO ENTERING INTO A CONTRACT IN~ESS OF THE THRESHOLD AMOUNT PROVIDED IN SECTION 287.017, FLORIDA STATUTE OR CATEGORY TWO OF ANY CHANGE IN THE INFORMATION CONTAINED IN THIS FO':J]L ~ U J.. Li [Signature] Sworn to and subscribed before me this Personally known /' OR Produced identification fa.. day of , ~ ,2006 Notary Public - State of J ~ My commission expires ~ ;L., ~() 0 fi" (Type of Identification) (Printed tvJ?ed Qr stamped Commissioned name of Notary Public) ~~ X~~ ji LINDAKJ\.RCHER . '4Y~'DD2'I0476 ~. BUIilIS:'-702;1OO8 RFP No: 15-05106 25 of 33 March 17. 2006 City of Miami Beach ::.? QUESTIONNAIRE con~ultanrs :rme: , B IN ,,~. i.../ ~/l~ 'Sf /IN..-t..S .~l,^c.. , Principal Office Address:" J- \/"\ \&"'::;> <;.,.J "2..< L. -t\-.. . $\E V\. L~.oV\A<JJ~j rl0l"Je- ~>2> ~L. I Officiai'tprese~tio ~ 10. <)Q .. \ \~ I". ;0/ , Individual Partne~hip (Circle One) ce-orooration ~ If a Corooration. answer this: ~ Incorporated: II "2.l l t:\q-k I~~~~!~e: If a Foreian Corporation: Date of Registration with Florida Secretary of State: Name of Resident Agent: Address of Resident Agent: President's Name: Vice-President's Name: Treasurer's Name: Members of Board of Directors Questionnaire (continued) March 17. 2006 City of Miami Beach RFP No: 15-05106 26 of 33 'yt If a Partnership: Date of organization: General or Limited Partnership*: Name and Address of Each Partner: NAME ADDRESS * Designate general partners in a Limited Partnership I. Number of years of relevant experience In operating AlE business: \€.:> 2. Have any agreements held iJYConsultant for a project ever been canceled? Yes ( ) No (<1 If yes, give details on a separate sheet 3. Has the Consultant or any principals of the applicant organization failed to qualify as a responsible Bidder, refused to enter into a contract after an award has been made, failed to complete a contract during the past five (5) years, or been declared to be in default in any contract in the last 5 years? No&'" If yes, please explain: March 17, 2006 City of Miami Beach RFP No: 15-051ll6 27 of 33 1:;0 Questionnaire (continued) 4. Has the Consultant or any of its principals ever been declared biri!krupt or reorganized under Chapter 11 or put into receivership? Yes ( ) No (1 5. If yes, give date, court jurisdiction, action taken, and any other explanation deemed necessary on a separate sheet Person or persons interested in this bid and Qualification Fonn have ( ) have not (/ been convicted by a Federal, State, County, or Municipal Court of any violation of law, other than traffic violations. To include stockholders over ten percent (10%). (Strike out inappropriate words) Explain any convictions: 6. Lawsuits (any) pending or completed involving the corporation, partnership or individuals with more than ten percent (10%) interest: A. List all pending lawsuits: _f\L.V\.~ B. List all judgments from lawsuits in the last five (5) years: ~,^e- C. List any criminal violations and/or convictions of the Consultant and/or any of its principals: ~ 7. Conflicts of Interest. The following relationships are the only potential, actual, or perceived conflicts of interest In connection with this proposal: (If none, state same.) N$?V'-v March 17, 2006 City of Miami Beach RFP No: 15-05106 28 of 33 ~f...,. Questionnaire (continued) 8. Public Disclosure. In order to detennine whether the members of the Evaluation Committee for this Request for Proposals have any association or relationships which would constitute a conflict of interest, either actual or perceived, with any Consultant and/or individuals and entities comprising or representing such Consultant, and in an attempt to ensure full and complete disclosure regarding this contract, all Consultants are required to disclose all persons and entities who may be involved with this Proposal. This list shall include public relation finns, lawyers and lobbyists. The Procurement Division shall be notified in writing if any person or entity is added to this list after receipt of proposals. ~~,^(1 March 17, 2006 City of Miami Beach RFP No: 15-05106 29 of 33 '!Yr Questionnaire (continued) The Consultant understands that infonnation contained In this Questionnaire will be relied upon by the City In awarding the proposed Agreement and such infonnatlon Is warranted by the Consultant to be true. The undersigned Consultant agrees to furnish such additional infonnatlon, prior to acceptance of any proposal relating to the qualifications of the Consultant, as may be required by the City Manager. The Consultant further understands that the infonnation contained in this questionnaire may be confinned through a background investigation conducted by the Miami Beach Police Deparbnent By submitting this questionnaire the Consultant agrees to cooperate with this investigation, including but not necessarily limited to fingerprinting and providing infonnatlon for credit check. (CORPORATE SEAL) H WITNESS: q<,~~ ~~ Signature LINDA ~/U<CJlE.R- Print Name .March ", 2P0l> . C1ly of !.I:o""'~""i:n RFP No: 15-05106 30 of 33 ~o