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