HomeMy Public PortalAbout2020 Pressure Cleaning Services with Bel Air Maintenance IncPRESSURE CLEANING SERVICES AGRBEMENT
BETWEEN
THE VILLAGE OF KEY BISCAYNE
AND
BEL AIR MAINTENANCE, INC.
THIS AGREEMENT (this "Agreement") is made effective as of the day of
2020 (the "Effective Date"), by and between the VILLA GE OFKEY BISCAYNE, FLORID A, a Florida municipal corporation, (the ,,Village',), and BEL AIRMAINTENANCE, INC., A Florida for-profit corporation (hereinafter, the 'Contractor").
Collecti vely, the Village and the Contractor are referred to as ,,parties.,'
WHEREAS, the Village desires certain pressure cleaning services on an as-needed basis;
WHEREAS, the City of Weston issued Request for Proposals No. 20ll-05 on October 3,
20l l (the "RFP") for pressure cleaning services (the "services") and competitively awarded a
contract to Contractor pursuant to the RFP, which contract is attached hereto as Exhibit ,,A" (the
'oWeston Contract"); and
WHEREAS' the Parties wish to incorporate the terms and conditions of the Weston
Contract in this Agreement, except as otherwise modified or amended herein; and
WHEREAS, Section 2-86 of the Village Code of Ordinances (the "Code") provides thatthe Village Manager is authorized to enter into bids or contracts entered into by another
governmental authority, provided that the governmental authority has gone t'hrough a
competitive bidding procedure leading to the award of the bid or contract in question which, in
the opinion of the Village Manager after consulting with the Village Attorney, is substantially
similar to the competitive bidding procedure outlined in the villag. cod"; und
WHEREAS, pursuant to Section 2-86 of the Village Code, the Village desires to engage
the Contractor to perform the Services and provide the deliverables as specifrid below.
NOW, THEREFORE, in consideration of the mutualcovenants and conditions contained
herein, the Village and the Contractor agree as follows: I
1. Incorpq&ttion of Contract. The terms and conditions of the Weston Contract (Exhibit A
hereto) is incorporated as though fully set forth herein. Except as otherwise specifically set
forth or modified herein, all terms in the Weston Contract are hereby ratified and affirmed and
shall remain unmodified and in full force and effect in accordance with its terms.
1 Coding: S+rit<e+n+eugh-w€rds are deletions to the existing words. Underlined words are additions to the existing words.
Lft4
and
Contract No. 2021-02 Page 1 of4
Z. Conflicts. In the event of any conflict or ambiguity between the terms and provisions of this
l-11"nt and the terms and provisions of the Weston Contract, the terms and provisions of
this Agreement shall control.
3. Defined Terms. All initial capitalized terms used in this Agreement shall have the same
.*rt"g "r r.t f"rth in the Weston Contract unless otherwise provided in this Agreement. All
references to the City of Weston shall be replaced with the Village of Key Biscayne where
applicable.
4. Counterparts. This Agreement may be executed in several counterparts, each of which shall
b" d""*.d * original and such counterparts shall constitute one and the same instrument.
5. Amendins Section 3.2 of Weston Contract. Section 3.2 of the Weston Contract is hereby
amended to add the following language after the last clause:
,,Contractor's invoices must contain the following information for prompt payment:
o Name and address of the Consultant;
o Purchase Order number;
o Contract number;
o Date of invoice;
o Invoice number (Invoice numbers cannot be repeated. Repeated invoice
numbers will be rejected);
o Name and type of Services;
o Timeframe covered by the invoice; and
o Total value of invoice.
Failure to include the above information will result in the delay of payment or
rejection of the invoice. All invoices must be submitted electronically to
payables@kevb iscayne.fl '
gov."
6. Amendins Section 7.15 of Weston Contract. Section 7.15 ofthe Weston Contract is hereby
amended as follows:
,,If there is a conflict or inconsistency between any term, statement, requirement,
or provision of any exhibit attached hereto, any document or events referred to
heriin, or any document incorporated into this Agreement by reference and a term,
statement, requirem ent, or provision of this Agreement, @
the conflict shall be resolved in the followine prioritv
order:
o Articles I through 10 of this Agreement between Contractor and the Villa9e of
Key Biscayne
o Articles 1 through 7 of the Weston Contract
o Exhibits attached to the Weston Contract."
Contract No. 2021-02 Page2 of 4
7.Section7.l6oftheWestonContractishereby
amended as follows:
"Venue of any action to enforce this Agreement shall be in B+e+r*aC Miami-DadeCounty, Florida."
8.Section 7.24 of theWeston Contract is herebyamended to add the following tunguug*
!oti." Pu".uunt to s..tion r19.070r(2xu). Fro.idu stutut.r. IF THECONTRACTOR HAS QUNSTTOII.S NNGARDING THEAPPLICATION OF CHAPTER 119, FLORIDA STATUTES, To THECONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDSRELATING TO THIS AGREEEMENT, CONTACT THEcusroDrAN oF PUBLIC RECoRDS: Joceiyn B. Koch, 88 westMclntyre street, Key Biscayne, FL 33149, Te[phone: 305-365-5506,Email: i koch@kevbiscavne.fl.sov
9' Nqtices/Arft4oriz.ed Renre$entatives. Any notices required by this Agreement shall be inwriting and shall be deemed to have been properly given if transmitted by hand-delivery, byregistered or certified mail with postage prepaii ."iuir receipt requested, or by a private postalservice, addressed to the parties (or their successors) at the addiesses listed on the signaturepage of this Agreement or such other. address as tlre party may have designated by propernotice' This provision shall replace and supercede Section i.l ottt
"Weston Contract.
[Remainder of page intentionaily reft brank. signature page fo[ows.l
Contract No. 2021-02 Page 3 of4
lN WITNESS WHnRIOF, the parlies hereto have caused this Agreement to be executed the day and year as first
stated above.
VILLAGD OF KEY BISCAYND CONTRACTOR
'AM*flv:
Andtca Agha
Village Manager
Altest
Jocelyn Koch
Village Clerk
Approved as to form and legal sufficiency
,'\tt--t)-
By
Name:Lawrence
resident
Maintenance lnc.
la.y''r," 4/r.a*' ,t?*/t---
By:
Weiss Serota l-lelfman
Village Attorney
Cole & Bierman, P.L
Addresses for Noticcl
Village of Key BiscaYne
Attn: Village Manager
88 West Mclntyre Street
Key Biscayne, FL 33 149
305-365-55 I 4 (telePhone)
305-365-8936 (facsimitc)
aaghn@keybiscaYne.fl .gov (email)
With a copy to:
Weiss Serota Helfman Cole & Biertnan, P.L
Attn: Chad Friedman, Esq.
Village of Key BiscaYne AttorneY
2525 Poncc de Leon Boulevard, Suite 700
Coral Gables, FL 33134
cfriedman@wsh-law.com (ernail)
Atldrcsses for Notice:
P.O. Box 266284
Weston FL 33326
954-749-2429
954-925-4648
tarim air-bam.com
With a copy to
facsimile)
email)
belai1131
facsimite)
Lcom
Contract No.202l-02 Page 4 ol'4
EXHIBIT "A'
[Copy of Weston Contract Follows]
Contract No. 2021-02 Exhibit A
Exhibit A
CITY OF WESTON
PRESSURE GLEANING SERVIGES
BEL AIR MAINTENANCE, INC.
Cify of Weston Request for Proposals
No.201l-05
October,20ll
Exhibit A
clTY oF wEsToN, FLORIDA
RFP NO. 2011-05
PRESSURE CLEANI NG SERVICES
CHAPTER 1: AGREEMENT
CHAPTER 2: REQUEST FOR PROPOSAL (EXHIBIT "A")
CHAPTER 3: CONTRACTOR'S PROPOSAT (EXHIBIT "8")
CHAPTER 4: RATES AND FEE SCHEDUTE
CHAPTER 5: CERTIFICATE(S) OF INSURANCE
Exhibit A
CHAPTER 1 - ACREEMENT
RFP No. 2011-005 Request for Proposals for
Pressure Cleani ng Services
Published Septernber 26 and October 3,2O11
Exhibit A
AGREEMENT
BETWEEN THE
CITY OF WESION
AND
BEL AIR cE, tNc.
FOR
PRESSURE CTEANING SERVICES
RFP NO.2011.0s
This Agreement, is nrade and entered into
between the City of Weston, a Florida mun
lng, (''CONTRACTOR") for Pressure Cleaning Services ("Agreement',)
Agreement to "City Manager" shall be meant to include his designee,
2012 by and
and Bel ir Mainlenance
References in this
WITNESSETH:
WHEREAS, the CITY, solicited proposals frorn contractors to perform Pressure Cleaning Services;
and
wHEREAS, Proposals were evaluated and ranked by a selection Committee; and
WHEREAS, the City Commission has selected the CONTRACTOR upon the recommendation of the
Selection Committee to perform Pressure Cleaning Services; and
WHEREAS, on cember 5 201 1 the CITY enacted Resolution No.2011-1.27 , which ratified
the ranking of Proposals for Pressure cleaning services and authorized the appropriate City officials
to execute an agreement witl'r the nunrber two ranked contractor Bel Ai r Maintenance, lnc. ; and
WHEREAS, CITY and CONTRACTOR desire to enter into an Agreement whereby tlre duties and
obligations each to the other are set forth.
IN CONSIDERATION OF THE MUTUAL COVENANTS AND CONDITIONS HEREIN EXPRESSED
AND THE FAITHFUL PERFORMANCE OF ALL SUCH COVENANTS AND CONDITIONS, THE
PARTIES ACREE AS FOLLOWS:
Exhibit A
SECTION 1. SCOPE OF SERVICES
t.l The CONTRACTOR must meet tlre requirements and perform the services identified
in the Request for Proposals for Pressure Cleaning Services dated
2a11-, ("RFP"), attached hereto and made a part hereof, as Exhibit
CONf nnCfOR'S Proposal, attached hereto and made a part hereof, as
CONTRACTOR agrees and acknowledges that CONTRACTOR is prohibited from
exempting provisions of the RFP or in this Agreement in any of CONTRACTOR'S
services pursuant to this Agreement.
October 25
"A" and the
Exhibit "8".
1.2
SECTION 2. TERM
2.1
2.2
sEcIoN 3
3.1
3.2
J.J
The term of this Agreement shall begirr on the date ri is fully executed by both
parties and shall extend untilMarch 31,2015'
After the initial term, the Contract may be extended for two (2) additional tlrree (3)
year periods by mutual agreement of the parties. The parties ltereto may extend this
Agreement by mutual consent, in writing, prior to the expiration of the current
teim. This provision in no way limits either party's right to terminate this
Agreement at any time during the initial term or any extension thereof, pursuant to
Section 4 of this Agreernent.
COMPENSATION
The amount of compensation payable by the CITY to CONTRACTOR shall be based
upon the prices as set forth in Exhibit "C", attached hereto and made a part hereof,
which amount shalt be accepted by CONTRACTOR as full compensation for all
such work perforrned under this Agreement. lt is acknowledged and agreed by
CONTRACTOR that these amounts are the maximum payable and constitute a
limitation upon CITY'5 obligation to compensate CONTRACTOR for its services
related to this Agreement. This maximum amount, however, does not constitute a
limitation of any sort, upon CONTRACTOR'S obligation to perform all items of
work required by or which can be reasonably inferred from the Scope of Services.
CONTRACTOR may submit an invoice for compensation, developed and agreed
upon by the City Manager and CONTRACTOR, no rnore often than orr a monthly
basis, but only after the services for which the invoices are submitted have been
completed. lnvoices shalI designate the nature of the services performed and shall
also show a sumnlary of fees with accrual of the total and credits for porlions paid
previously, and shall allocate the billing costs to the appropriate fund or
combination of funds. Each statement shall show the proportion of the guaranteed
nraximum payment that has been expended through previous billings.
Notwithstanding any provision of this Agreement to the contrary, City Manager,
may withhold, in whole or in part, payment to the extent necessary to protect itself
from loss on account of rnadequate or defective work which has rtot been remedied
or resolved in a manner satisfactory to City Manager. The amount withheld shall
not be subject to payment of interest by CITY.
RFP201 1-05 Pressure Cleaning Services Page 2 of 12
3.4
3.5
3,6
3,7
SECTION 4. TERMINATION
4.1
4.2
4.3
4.4
Exhibit A
Payment shall be made to CONTRACTOR in accordance with tlre Local
Covernment Prompt Payment Act as stipulated in Part Vll of Chapter 218, FL
Statutes, by check, Electronic Funds Transfer (EFT), E-Pay or P-Card as determined
by the CITY in its sole discretion.
CONTRACTOR agrees to keep such records and accounts as may be necessary in
order to record complete and correct entries as to personnel hours charged for
which CONTRACTOR receives reimbursement for a period of at least three (3) years
after contpletion of the work provided for in this Agreement. Such books and
records shall be available at all reasonable times for examination and audit by CITY.
lf it should become necessary for CITY to request CONTRACTOR to render any
additional services to eitlrer supplement the services described in the RFP or to
perform additional work, suclr additional work shall be performed only if setforth in
an addendum to this Agreement. Any such additional work agreed to by both
parties shall be by mutual agreement of both parties and rregotiated as to price.
On April 1,2013 and on April i of each subsequent year, all fees described in the
Agreement and Exlrjbit hereto slrall be increased by an amount equal to the
Consumer Price lndex ("CPl") increase, as measured by the nearest geographical
index, unless both parties mutually agree in writing to an alternative arrangement.
This Agreement may be terminated by the City Manager upon 24 hours notice as
the City Manager deems appropriate.
This Agreement may be terminated for cause by the CONTRACTOR if the CITY is in
breach and has not corrected the breach within sixty (60) days after written notice
from the CONTRACTOR identifying the breaclr.
Notice of termination shall be provided in accordance with the "NOTICES" section
of tlris Agreement except that notice of termination by City Manager which City
Manager deems necessary to protect the public health, safety or welfare may be
verbal notice which shall be promptly confirmed in writing in accordance with the
"NOTICES" section of this Agreenrent.
ln the event this Agreement is terminated for corrvenience, CONTRAC'|OR shall be
paid for any services performed to the date the Agreement is terminatedl however,
upon beirrg notified of CITY'S election to terminate, CONTRACTOR shall refrain
from performing further services or incurring additional expenses under the terms of
this Agreement. CONTRACTOR acknowledges and agrees that Ten Dollars
($10.00) of the compensation to be paid by CITY, the adequacy of wlrich is hereby
acknowledged by CONTRACTOR, is given as specific consideration to
CONTRACTOR for CITY'S right to terminate this Agreement for convenience.
ln the event this Agreement is terminated, any compensation payable by CITY shalt
be withheld until all docurnents are provided to CttV pursuantto SectionT.l of this
Agreement. ln no event shall the CITY be liable to CONTRACTOR for any
RFP201 1 -05 Pressure Cleaning Services Page 3 of 'l 2
Exh
additional compensation, other
incidental damages.
ibit A
than provided herein, or for any consequential or
SECTION 5. INDEMNIFICATION
5.1 CONTRACTOR shall indemnify, hold harmless and, at CITY's option, pay for an
attorney selected by the CITY, to defend the C[TY, Weiss Serota Helfman Pastoriza
Cole & Bonislce, P.L.; Calvin, Ciordano & Associates; and Municipal Technologies,
LLC, and any of its officers, agents, servants and employees from and against any
and all liability, suits, actions, damages, costs, losses and expenses, including
attorneys'fees, demands and claims for personal injury, bodily injury, sickness,
diseases or death or damage or destruction of tangible property, arising out of any
errors, omiSSiOns, misconduct or negligent acts, errors Or omissions of
CONTRACTOR, its officials, agents, employees or subcontractors in the
pedormance of the services of CONTRACTOR under this Agreenrent, whether
direct or indirect and from and against any orders, judgments, or decrees whrch nray
be entered tlrereon and from and against all costs, darnages of every kind and
nature, attorneys' fees, experrses and liabilities incurred in and aboutthe defense of
any suclr claim and investigation thereof.
CONTRACTOR shall indemnify, hold harmless and, at CITY's option, pay for an
attorney selected by the CITY, to defend the CITY, Weiss Serota Helfman Pastoriza
Cole & Boniske, P.L.; Calvin, Ciordano & Associates; and Municipal Technologies,
LLC, and any of its officers, agents, servants and employees from and against any
and all liability, suits, actions, damages, costs, losses and expenses, including
attorneys'fees, demands and claims sought by third parties related to any alleged
breach of any non-cotnpetition of similar provisions.
CONTRACTOR shall indemnify C[TY, Weiss Serota Helfman Pastoriza Cole &
Boniske, P.L.; Calvin, Ciordano & Associates; and Municipal Technologies, LLC,
and any of its officers, agents, servants and employees, for all loss, damage, expense
or liability including, without limitation, court costs and attorneys'fees that may
result by reason of any infringement or claim of infringement by CONTRACTOR of
any patent, trademark, copyright, trade secret or other proprietary right relating to
seruices furnished pursuant to this Contract. CONTRACTOR will defend and/or
settle at its own expense any action brought against the CITY arry of its officers,
agents, servants and employees, to the extent that it is based on a clairn that
products or services furnished to CITY by CONTRACTOR pursuant to this Contract,
or if any portion of tlre services or goods related to the performance of the serutce
become unusable as a result of any such infringement or claim.
CONTRACTOR ackrrowledges that specific consideration has been paid or will be
paid under this Agreement for this hold harmless and indemnification provision,
and fu(her agrees with the foregoing provisions of indemnity and with the
collateral obligation of insuring said indemnity.
The provisions of this section shall survive the expiration or earlier termination of
this Agreement. To tlre extent considered necessary by the City Manager and the
City Attorney, any sums due CONTRACTOR under this Agreement may be retained
by CITY until all of CITY's claims for indemnification pursuant to this Agreement
have been settled or otherwise resolved; and any amount withheld shall not be
subject to payment of interest by CITY.
5.2
5.3
5.4
5.5
RFP201 l-05 Pressure Cleaning Services Pa6e 4 of t2
Exhibit A
SECTION 6. INSURANCE
ln order to insure the indemnification obligation contained above, CONTRACTOR slrall, as a
minimum, provide, pay for, and maintain irr force at all times during the term of this Agreement,
the insurance coverages as set forth in the RFP.
SECTIONT. MISCELTANEOUS
7.1 ownership of Documents. unless otherwise provided by law, any and all reports,
surveys, and other data and documents provided or created in connection witlr this
Agreement are and shall remain the property of CITY. ln tlre event of termirration of
this Agreement, any reports, photographs/ surveys and other data and documents
prepared by CONTRACTOR, whether finished or unfinished, shalI become the
property of CITY and shall be delivered by CONTRACTOR ro the City Manager
within seven (7) days of ternrination of this Agreement by either party, Any
compensation due to CONTRACTOR shall be witlrheld until all documents are
received as provided herein,
./ .,Audit and lnspection Rights and Retention of Records. CITY shall have the right to
audit the books, records and accounts of CONTRACTOR that are related to this
Agreement. CONTRACTOR shall keep such books, records, and accounts as may
be necessary in order to record complete and correct entries related to this
Agreement.
CONTRACTOR shall preserve and make available, at reasonable times for
examinatiorr and audit by CITY, all financial records, supporting documents,
statistical records, and any other docurnents pertinent to this Agreement for the
required retention period of the Florida Public Records Act (Chapter 119, Florida
Statutes), if applicable, or, if the Florida Public Records Act is not applicable, for a
minimum period of three (3) years after termination of tlris Agreement, unless
CONTRACTOR is notified in writing by CITY of the need to extend the retention
period, Such retention of such records and documents shall be at CONTRACTOR'S
expense. lf any aLrdit has been initiated and audit findings have not been resolved
at the end of the retention period or three (3) years, whichever is longer, the books,
records, and accounts shall be retained until resolution of the audit findings. lf the
Florida Public Records Act is determined by CITY to be appticable ro
CONTRACTOR'S records, CONTRACTOR shall comply with all requlrements
thereof; however, no confidentiality or non-disclosure requirernent of either federal
or state law shall be violated by CONTRACTOR. Any incornplete or incorrect entry
in such books, records, and accounts shall be a basis for CITY'S disallowance and
recovery of any payrnent upon suclr entry,
ln additlon, CONTRACTOR shall respond to the reasonable inquiries of successor
CONTRACTORS and allow successor CONTRACTORS to receive working papers
relating to matters of continuing sigrrificance.
ln addition, coNTRACToR shall provide a complete copy of all worl<ing papers to
the CITY, prior to final payment by the CITY, in accordance with the RFP for
CONTRACTOR services.
RFP201 l-05 Pressure Clearring Services Page 5 ol 12
policy of Non DiscriminatrFfnEE$tRACToR shatl not discriminate against any
person in its operations, activities or delivery of services under this Agreement.
CONTRACTOR shall affirmatively comply with all applicable provisions of federal,
state and local equal employment laws and shall not engage in or commit any
discriminatory practice against any person based on race, age, religion, color,
gender, sexual orientation, national origin, nrarital status, physical or mental
disability, political affitiation or any other factor wlrich cannot be lawfully used as a
basis for service delivery.
Public Entity Crime Act. CONTRACTOR represents that the execution of this
agreement will not violate the Public Entity Crime Act (Section 287.133, Florida
Statutes), whlch essentially provides tlrat a person or affiliate who is a contractor,
consultant or other provider and who has been placed on the convicted vendor list
followirrg a conviction for a Public Entity Crime may not submit a bid on a contract
to provide any goods or services to CITY, may not submit a bid on a contract with
CITY for the construction or repair of a public building or public work, may not
submit bids on leases of real property to CITY, may not be awarded or perform work
as a contractor, supplier, subcontractor, or consultant under a contract with CITY,
and may not transact any business with CITY in excess of the threshold amount
provided in Sectiorr 287.017, Florida Statutes, for category two purchases for a
period of thirty six (36) montlrs from the date of being placed on the convicted
vendor list. Violation of this section shall result in termination of this Agreement and
recovery of all monies paid hereto, and may result in debarment from CITY'S
competitive procurement activities. ln additron to the foregoing, CONTRACTOR
further represents tlrat there has been no determination, based on an audit, that rt
corrrmitted an act defined by Section 287.133, Florida Statutes, as a "public entity
critle" and that it has not been formally charged with committing an act defined as
a ,'public entity crime" regardless of the amount of money involved or whether
CONTRACTOR has been placed on tlre convicted vendor list. By submitting a
response to this RFP, Proposer certifies that it is qualified under Section 287.133,
Florida Statutes, to provide the services set forth in this RFP.
tndependent Contractor, CONTRACTOR is an independent contractor r-rnder this
Agreement. Services provided by CONTRACTOR pursuant to this Agreement shall
bd subject to the supervision of CONTRACTOR. ln providing such services, neither
CONTRACTOR nor its agents shall act as officers, employees or agents of the C[TY.
Personnel policies, tax responsibilities, social security and health insurance,
employee benefits, purchasing policies and other similar administrative procedures
applicable to services rendered under this Agreement shall be those of
CONTRACTOR. This Agreement shall not constitute or make the parties a
partnership or joint venture.
Third Party Beneficiaries. Neither CONTRACTOR nor CITY intends to directly or
substantially benefit a third party by this Agreement. Therefore, the parties agree
that there are no third party beneficiaries to this Agreement and that no third party
shall be entitled to assert a clairn against either of them. Based uporr this Agreement
the parties expressly acknowledge that it is not their intent to create any rights or
obligations rn any third person or entity under this Agreement'
Notices. Whenevereither party desires to give notice to the other, such notice nrust
be in writing, sent by certified United States Mail postage prepaid return receipt
7.4
7.3
7.5
7.6
7.7
RFP201 1-05 Pressure Cleaning Services Page6of12
requested or by hand aEiill?rlt 1",,n a requesr for a wrmen receipr of
acknowledgment of delivery, addressed to the party for whom it is intended at the
place last specified. The place for giving notice shall remain the same as set forth
herein until changed in writing in the manner provided in this section. For the
present, the parties designate the following:
CITY:John R. Flint, City Manager
Weston City Hall
17200 Royal Palm Boulevard
Weston, Florida 33326
With a copy to:
Jamie Alan Cole, Esq.
City Attorney
Weiss Serota Helfman Pastoriza
Cole & Boniske, P.L.
200 East Broward Boulevard, Suite 1900
For-t Lauderdale, Florida 33301
RFP20l l-05 Pressure Cleaning Services PaEeT of 12
Exhibit A
CONTRACTOR Bel Air Maintenance - lnc.
2648 Criffin Road
Dania Beach, FL 33312-5935
Assignment and Performance. Neither this Agreement nor any interest herein shall
be assigned, transferred, or encumbered by CONTRACTOR, except with the prior
approval oftheCityManager,whichshall beinhissoleandabsolutediscretion. ln
addition, CONTRACTOR shall not subcontract any portion of the worl< required by
this Agreement, except with the prior approval of the City Manager, whlch shall be
in his sole and absolute discretion. A list of all such subcontractors shall be
included in the Proposal. lf additional subcontractors are to be used during tlre term
of this Agreement, other than those submitted in the Proposal, a list of such
subcontractors shall be provided to the City Manager, subject to his approval'
CONTRACTOR represents that all persons delivering the services required by this
Agreement have the knowledge and skills, either by training, experience, education,
or a combination thereof, to adequately and competently perform the duties,
obligations, and services set forth in the RFP and to provide and perform such
services to CITY'S satisfaction for the agreed compensation. CONTRACTOR shall
perform its duties, obligations and services under this Agreement in a skillful arrd
respectable manner.
Confticts. Neither CONTRACTOR nor its employees shall have or hold any
continuing or frequently recurring employment or contractual relationship that is
substantially antagonistic or incompatible with CONTRACTOR'S loyal and
conscientious exercise of judgment related to its performance under this Agreement.
CONTRACTOR agrees that none of its officers or employees shall, during the term
of this Agreement, serve as an expert witness against CITY in any legal or
administrative proceeding in which he or she is not a party, unless compelled by
court process. Furtlrer, CONTRACTOR agrees that such persons shall not give
sworn testimony or issue a report or writing, as an explession of his or lrer expert
opinion, which is adverse or prejudicial to the interests of CITY in connection with
any such pending or threatened legal or administrative proceeding. The limitations
of this section shall not preclude CONTRACTOR or any other persons from
representing themselves in any action or in any administrative or legal proceeding.
ln the everit CONTRACTOR is pernritted to utilize subcontractors to perfornl any
seryices required by this Agreement, CONTRACTOR agrees to prohibit such
subcontractors, by written contract, from having any conflicts within the meaning of
this section.
Contingency Fee. CONTRACTOR warrants that it has not employed or retained
any company or person, other than a bona fide employee working solely for
CONTRACTOR, to solicit or secure this Agreenrent and that it has not paid or
agreed to pay any person, company, corporation, individual or firm, other tlran a
7.8
7.9
7.10
RFP201 l-05 Pressure Cleaning Seruices Page B of 12
bona fide employee *"rkiff1t3'J,f tor coNTRACTOR, any fee, commission,
percentage, gift, or other consideration contingent upon or resulting from the award
or malcing of this Agreement. For a breach or violation of this provision, CITY shall
have the riglrt to terminate this Agreement without liability and, at its discretion, to
deduct from the Agreement price or otherwise recover the full amount of such fee,
comm issio n, percentage, gift or consideration.
7.11 Materiality and Waiver of Breach. CITY and CONTRACTOR agree that each
requirement, duty, and obligation set forth herein is substantial and important to the
formation of this Agreement and, therefore, is a material term hereof. CITY'S failure
to enforce any provision of this Agreement shall not be deemed a waiver of such
provision or modification of this Agreement. A waiver of any breach of a provrsion
of this Agreement shall not be deemed a waiver of any subsequent breach and shall
not be construed to be a modification of the terms of this Agreement.
7.12 Compliance with Laws, CONTRACTOR shall comply with all federal, state, and
local laws, codes, ordinances, rules, and regulations in performing its duties,
responsibilities, and obligations pursuant to this Agreement.
7.73 Severance. ln the event a portion of this Agreement is found by a court of
competent jurisdiction to be invalid, tlre remaining provtsions shall continue to be
effective unless CITY or CONTRACTOR elects to terminate this Agreement. An
election to terminate this Agreement based upon this provision shall be made within
seven (7) days after the finding by the court becomes final,
7,'|4 Joint Preparation. The parties acknowledge that they have sought and received
whatever competent advice and counsel as was necessary for them to form a full
and complete understanding of all rights and obligations herein and that the
preparation of this Agreement has been their joint effort. The language agreed to
expresses their mutual intent and the resulting document shall not, solely as a matter
of judicial construction, be construed more severely against one of the parties than
the other.
7.15 Priority of Provisions. lf there is a conflict or inconsistency between any term,
statement, requirerrent, or provision of any exhibit attached hereto, any document
or events referred to herein, or any document incorporated into this Agreement by
reference and a term, statement, requirement, or provision of this Agreement, the
term, statement, requirement, or provision contained in Articles 1 through 7 of this
Agreement shall prevail and be given effect.
7.16 Applicable Law and Venue; Attorneys Fees and Costs. This Agreement shall be
interpreted and construed in accordance with and governed by the laws of the State
of Florida. The parties submit to the jurisdiction of any Florida state or federal couit
in any action or proceeding arising out of, or relating to, this Agreement. Venue of
any action to enforce this Agreement shall be in Broward County, Florida. The
parties expressly walve all rights to trial by jury for any disputes arising from or in
any way connected with this Agreement. The parties understand and agree that this
waiver ls a material contract term. This agreement is not subject to arbitration. lf any
party is required to enforce the terms of this Agreement by court proceedings or
otherwise, whether or not formal legal action is required, each party shall pay its
own attorney's fees and costs.
RFP201 1-05 Pressure Cleaning Services Page9of12
Exhibit A
7."17 Amendments. No modification, amendment or alteration in tlre terms or conditions
contained herein shatl be effective unless contained in a written document prepared
with the same or similar formality as this Agreement.
7.18 Prior Agreements. Tlris Agreement and its attachments constitute the entire
agreement between CONTRACTOR and CITY, and this document incorporates and
includes all prior negotiations, correspondence, conversations/ agreements, and
understandirrgs applicable to the matters contained herein and the parties agree that
there are no commitments, agreements or understandings concerning the subject
matter of this Agreement that are not contained in this document. Accordingly, the
parties agree that no deviation from the terms hereof shalI be predicated upon any
prior representations or agreements, whetlrer oral or written. lt is further agreed that
no modification, amendment or alteration in the terms or conditions contained here
shalt be effective unless setforth in writing in accordance with Section 7.17 above.
7.19
7.20
7.21
7,22
7,23
7.24
7,25
7.26
Drug-Free Workplace. CONTRACTOR shall maintain a drug-free workplace.
lncorporation by Reference, The truth and accuracy of eaclr "Whereas" clause set
forth above is acknowledged by the parties. The attached Exhibits are incorporated
hereto and made a part of this Agreement.
Multiple Originals. This Agreement may be fully execr-rted in two (2) copies by all
parties each of which, bearing original signatures, slrall have tlre force and effect of
an original document.
Headings. Headings are for convenience of reference only and shall not be
considered in any interpretation of this Agreement,
Binding Authority. Each person signing this Agreement on behalf of either party
individually warrants that he or she has full legal power to execute this Agreement
on behalf of the party for whom he or she is signing, and to bind and obligate such
party with respect to all provisions contained in this Agreement.
Public Records. CONTRACTOR understands that the public shall have access, at
all reasonable times, to all documents and information pertaining to CITY contracts,
subject to the provisions of Chapter 119, Florida Statutes, and agrees to allow access
by the CITY and the public to all documents subject to disclosures under applicable
law. CONTRACTOR'S failure or refusal to comply with the provisions of this
section shall result in the immediate cancellation of this Agreement by the CITY.
Survival of Provisions. Any terms or conditiorrs of this Agreement that require acts
beyond the date of its termination shall survive the termination of this Agreement,
shall remain in full force and effect unless and until tlre terms of conditions are
completed, and shall be fully enforceable by either party.
Truth-in-Negotiation Certificate. Signature of this Agreement by CONTRACTOR
shall act as the execution of a truth-in-negotiation certificate stating that wage rates
and other factual unit costs supporting the compensation of this Agreenrent are
accurate, complete, and current at the time of contracting.
RFP20'I 1-05 Pressure Cleaning Services Page 10 of 12
respective dates under each signature: City of Weston through its City Commission, signjpg-ly and
tto^ugt' its ,Mayor, authorized to execute same by Commission action on the 5v Uay of
DJ*WJ*-r , 2Q1l; and Bel Air Manilrtenance, lnc. authorized to execute same,@\dc,v*+,
Exhibit A
ACREEMENT BETWEEN THE CITY OF WESTON,AND BEt AIR MAINTENANCT, INC.
FOR PRESSURE CLEANING SERVICES
lN WITNESS WHEREOF, the parties hereto have made and executed this Agreement on the
CITY OF WESTON, through its City Commission
ATTEST:
Eric yor
Q;r,;;"-GBF t34ay ot
Patricia A. Bates, CMC, City Clerk
Approved as to form legality
for the use rel
ly'
by the
City of
Joh R. FIi City Manager
By
l3 *(-
day
TRACTOR,
(clTY sEAr)
12
fgaftW
2012
n
By,
Jamie Al ey
r8%,A/n Lt 012
+rv-WITNESSES:
rint Narne
By'\l', .u, Qwg', Jo"r*
TITLE
Print Name
q"Ldayof
L-o,ffioe,@-
Jnxj.,2012
\r.,U i? ) *k*(
Print Name
RFP20l 1-05 Pressure Cleaning Services
(CORPORATE SEAL)
Page 12 of 12
Exhibit A
CHAPTER 2 - REQUEST FOR PROPOSALS
RFP No. 2011-005 Request for Proposals for
Pressure Cleani ng Services
Published Septernber 26 and October 3,2011
Exhibit A
CITY OF WESTON
PRESSURE CLEANING SERVICES
City of Weston Request for Proposals
No.2011-05
October,20lL
Exhibit A
ctw oF wESToN, FLORTDA
RFP NO, 2011-05
PRESSURE CLEAN ING SERVICES
SECTION 1: REQUEST FOR PROPOSALS NOTICE
SECTION 2: BACKGROUND INFORMATION
SECTION 3: GENERAL CONDITIONS
SECTION 4: PROPOSAL PROCESS
SECTION 5: FORMS
SECTION 6: AGREEMENT
RFP201 1.05 Pressure Cleaning Services Page 2 of 61
Exhibit A
sEcTroN 1 - REQUEST FOR pROpOSArs NOTTCE
The City of Weston issued the following Request for proposals (RFp) Notice pertaining to
Pressure Clear-ring Services for the CITY. The RFP Notice was advertised in the Sun-Sentinel on
Monday, September 26, 2011 and again on Monday, October 3, 201 1.
lTHls sPAcE TNTENTTONAIY LEFT BrANK]
RFP20'l l-05 Pressure Cleaning Services Page 3 of 6l
Exhibit A
NOTICE TO PROPOSERS
NOTICE lS HERFBY CIVEN that the City of Weston, Florida will be accepting sealed proposals for
REQUEST FOR PROPOSATS
PRESSU RE CLEANI NG SERVICES
RFP NO.2011-0s
The CITY is requesting proposals from qualified and experienced firms to provide Pressure
Cleaning Services at various murricipal facilities. Sealed proposals will be received by the City
Clerk until 11r00 a.m., local time, Tuesday, October 25,2A11, at tlre Ciiy of Weston, City Hall,
located at 172OO Royal Palm Boulevard, Weston, Florida. The official clock at the City Hall
reception desk shall govern. Proposals received after this time will be returned unopened.
RFP DOCUMENTS
lnterested parties may purclrase a Request for Proposals for Pressure Cleaning Services ("RFP") at
the Weston Community Center, 20200 Saddle Club Road, Weston, Florida 33327, B:00 a.m. -
5:00 p.m., Monday through Friday, upon payment of a $50.00 non-refundable fee, for each RFP.
Payment must be made by clreck, Visa, Master Card or American Express. No cash payments will
be accepted. The RFP may also be examined at the Weston Community Center at the referenced
address. Proposals shall be subrnitted on the form(s) provided.
EXPERIENCE
Proposers must lrave a mininrunr of five years experience in Broward, Miami-Dade or Palnr Beach
counties in providing pressure cleaning services for facilities of similar size and scope as the CITY' s
facilities,.
MANDATORY PRE-PROPOSAI CO NFERENCE
A mandatory pre-proposal conference will be held on Wednesday, October 12,2011, at 9:00 a.m.,
local time, at the Weston Community Center, located at 2O2A0 Saddle Club Road, Weston, Florida
33327. All Proposers planning to submit a Proposal are required to attend this meeting. Proposers
shall allow sufficient time to ensure arrival prior to the indicated time. Failure of a Proposer to be
present for the entire nrandatory pre-proposal meeting, beginning at the time stated above and
concluding at tlre dismissal of the mandatory pre-proposal meeting by the CITY, shall render a
Proposer to be deemed non-responsive and the Proposal shall not be considered for award.
Decisions of tlre CITY shall be fjnal, The official clock at the location of the Pre-Proposal
Conference shall govern.
PROPOSAL DOCUMENTS
Each Proposal shall be submitted in a separate plain sealed parcel, box or other secure packaging,
marlced as the "Proposal". The outside of the sealed package must clearly indicate the submitting
RFP No.2011-05, "Pressure Cleaning Services", Proposer's name, address and the name and
telephone number of the Proposer's specific contact person. The Proposal shall contain six (6)
complete copies and one (1) unbound original, and is required to be submitted to the CITY by the
date and time indicated above. Each copy shall contain all required information in order to be
considered responsive.
Once a Proposal has been submitted to the CITY at or prior to Tuesday, October 25,2011, 11:00
a.m., local time, it shall not be returned to the Proposer for any reason. The withdrawal,
RFP20l 1 -05 Pressure Cleaning Services Page 4 of 6l
Exhibit A
modification or correction of a Proposal after it has been opened by the CITY shall constitute a
breach by the Proposer.
All proposal prices shall be guaranteed firm for a minimum of ninety (90) catenclar days after the
submission of the proposal. No Proposer may withdraw its Proposal within ninety (9b) calendar
days after the Proposal opening date.
Proposal security in the form of a Proposal Bond acceptable to the ClTy or Cashier,s Check madepayable to the "City of Weston" in the amount of ten thousand dollars ($10,000.00), will be
required.
The Sealed Proposals will be publicly openecl at the City of Weston, City Hall, located at I72AORoyal Palm Boulevard, Weston, Florida, at 11:00 a.m., iocal time, Tuesiay, October 25,2a11.
The official clock at the City Hall reception desk shall govern. Award of the Froposal will be made
at a City Commission meeting.
Any questions concerning this Notice to Proposers shall be submitted in writing to feffreySkidmore, Assistant City Manager/C.O.O., fax no. (9S4) 389-5480.
All Proposers are advised that the CITY has not authorized the use of the City seal by individLrals or
entities responding to CITY Request for Proposal, and that any such use by unauthorized persons or
entities constitutes a second degree misdemeanor pursuant to Section 165.043, Florida Statutes,
All Proposers are advised that the CITY will not suppty or sell materials to proposers in connectionwitlr submission or preparation of Proposals, or any other matter, including but not limited to
envelopes, labels or tape.
The City Commission of the City of Weston reserves the right to reject any and all proposals, to
waive any informality in a Proposal and to make awards in the best interests of the ClTy.
Patricia A. Bates, CMC
City Clerk
City of Weston
Published on: September 26,2011 and October 3,2011
RFP20i l-05 Pressure Cleaning Services Page 5 of 61
Exhibit A
SECTION 2 - BACKGROUND INFORMATION
2.1 General
The CITY is requesting Sealed Proposals from qualified and experienced contractors, (hereinafter
referred to as "CONTRACTOR') to furnish all labor, materials, supplies and equipment to provide
pressure cleaning services at various facilities as further described in the scope of work. Upon the
City Comrnission's ratification of the Selection Committee's rankings, the CITY will enter into an
Agreement, in the form attached to this RFP (the "Agreement"),
The CONTRACTOR shall comply with all federal, state and local laws, rules, practices and
regulations.
No guarantee is expressed or implied as to the quantity of services, if any, to be procured under this
Request for Proposal by the CITY.
The CITY reserves the right to conduct rnvestigations as it deems necessary, to determine the ability
of the selected contractor(s) who shall perform the work or services. lnformation the CITY deems
necessary in order to make a determination shall be provided by the CONTRACTOR uporr request.
2.2 Scope Of Work
The scope of work shall include, but not be limited to, pressure cleaning of sidewalks, curbs and
gutters, buildings, monument signs and roofs as directed by CITY. A pre-spray algaecide treatment
shall be applied prior to pressure cleaning if needed. Pressure cleaning shall be done using a lrigh
volume pressure cleaner (minimum 3500 psi @ 8 gpm). Access to water for work performed under
this contract shall be provided to CONTRACTOR by CITY.
2.3 Supervision and Responsibility of Contractor
The CONTRACTOR shall at all times enforce strict discipline and good order among
CONTRACTOR'S employees/independent conrractors, and shall not employ on the work
site an unfit person or anyone not skilled in the work assigned to lrim. Subcontractors,
employees or independent contractors of the CONTRACTOR whose work is unsatisfactory
to the CITY or who are considered by the CITY'S representative as careless, incompetent,
unskilled or disorderly or who use threatening or abusive language to any person shall be
dismissed from worl< upon notice from the CITY and shall not be employed to perform the
work thereafter. No liquor, alcoholic beverages or drugs shall be allowed on the site of the
work. The CONTRACTOR shall operate a drug free workplace.
A. Supervisor - The CONTRACTOR shall maintain a Supervisor for this project, and such
supervisor shall be available by cellular telephone at all times. The Supervisor shall be
able to manage all facets of the pressure cleaning seruices forthe CONTRACTOR. The
Supervisor must have excellent communication skills and be capable of directing all
regular maintenance and additional pressure cieaning services and coordinating these
with the designated CITY representative. The Supervisor shall corrstantly use his
experience and trainrng to prevent, detect and control adverse conditions by physically
i nspecting tlre faci I ities.
B. Employee/lndependent Contractor Performance - The CONTRACTOR shall employ (or
contract with) personnel competent to perform tlre work specified herein. The CITY
RFP201 1-05 Pressure Cleaning Services Page 6 of 61
Exhibit A
reserves the right to request the removal of a CONTRACTOR'S employee/independent
contractor from perfornring maintenance on the CITY'S facilities where suclr
employee's/independent contractor's performance or actions are obviously detrimental
to the program.
C. Uniforms - CONTRACTOR shall provide all enrployees with color coordinated
unlforms tlrat shall meet tlre CITY'S public image requiremenis and be maintained by
CONTRACTOR so that all personnel are neat, clean and professional in appearance at
all times. Non-uniform clothirrg will not be permitted, including for new employees.
Safety vests must be wonr at all times.
D. Vehicles - CONTRACTOR shall keep all vehicles in good repair, free from leakrng
fluids, properly registered, of unifornr color and shall bear tlre company name on eaclr
side in not less than 1 /2" lelters.
E. Maintenance of Traffic - CONTRACTOR shall be responsible for proper maintenance
of traffic (M.O.T.) at all times. Cones and proper signage must be used to stage vehicles
and equipment and to protect works on or near roadways.
F. Equipment Safety - CONTRACTOR shall keep all equipment in an efficient and safe
operating condition while performing work under the contract. Equipment shall have
proper safety devices maintained at all times while in use. lf equipment does not
contain proper safety devices and/or is being operated in an unsafe manlter, the CITY
may direct the CONTRACTOR to remove suclr equipment arrd/or the operator until the
deficiency is corrected to the satisfaction of the CITY. The CONTRACTOR shall be
responsible and iiable for injury to persons and property caused by the operation of the
equipment.
G. Schedule of Work - At the beginning of each month, the CONTRACTOR shall furnish
to the CITY, for its approval. a schedule of work to be completed during the upcoming
month, The CITY reseryes the right to direct the CONTRACTOR to rearrange the
schedule to meet the needs of the CITY.
H. Chemicals - The CONTRACTOR shall furnish to the CITY the name of the chemical,
manufacturer's label and Manr"rfacturer's Safety Data Sheet (MSDS) for all products used.
l. Discovery and Notification - lf the CONTRACTOR discovers damages, vandalism or
tlreft, the CONTRACTOR shall immediately notify the CITY of same, and shall file a
police report of the occurrence.
2.4 Contractor Licensins an d Minimum Oualifications
All proposers must provide the necessary documentation to demonstrate that they meet the
following minimum qualifications.
A. Service and lncorporation - CONTRACTOR shall have been in continuous seruice and
licensed to do business in the Stare of Florida for a mininrum of five (5)years.
RFP201 1-05 Pressure Cleaning Services Page 7 of 61
Exhibit A
B. Licenses - CONTRACTOR must be fully licensed with all required State and/or Local
government licenses and permits.
2,5 lnsurance
A. Requirements:
Before performing any work, CONTRACTOR shall procure and nraintain, during the life
of the Agreement, unless otlrerwrse specified, irrsurance listed below. Simultaneous
with tlre delivery of an executed Proposal to the CITY when required, CONTRACTOR
shall furnish to CITY proof of insurance wlrich meets the requirements set forth lrerein.
The policies of insurance shall be primary and written on forms acceptable to the CITY
and placed with insurance carriers licensed by the lnsurance Department in the State of
Florida and meet a minimum finarrcial AM Best Company ratrng of rro less than "A-
Excellent: FSC Vll," ln the event that the insurance carfier's rating shall drop, the
insurance carrier shall immediately notify the CITY. The CITY must approve any
changes to these specifications.
The City of Weston; Weiss Serota Helfman Pastoriza Cole & Boniske, P.L.; Calvin,
Ciordano & Associates; and Municipal Technologies, LLC shall be named as additional
insured, as their interests may appear on all policies except Workers' Compensation. As
respects Ceneral Liability coverage, the Completed Operations Coverage and the
Additional lnsured status of the CITY; Weiss Serota Helfman Pastoriza Cole & Boniske,
P.L,; Calvin, Ciordano & Associates; and Municipal Technologies, LLC shall be
maintained for this Project for not less than five (5) years following completion and
acceptance by the CITY or no more restrictive than lnsurance Services Office (lSO) form
CC 20 37 (07 04). Waiver of subrogation in favor of the City of Weston is requiied on
all policies except Workers' Compensation.
CONTRACTOR shall provide Statutory Workers' Compensation, and Employer's
Liability insurance with limits of not less than $1,000,000 per employee per accident,
$1,000,000 disease aggregate and $1,000,000 per enrployee per disease for all
personnel on the worksite. lf applicable, coverage for the Jones Act and US
Longshoremen and Harborworkers Exposures must also be included. (Elective
exemptions will NOT satisfy this requirement. Certificates evidencing an employee
leasing company as employer will not be accepted). ln the event the CONTRACTOR
has "leased" employees, the CONTRACTOR must provide a Workers' Conrpensation
policy for all personnel on the worksite. All documentation must be provided for
review and approval by the CITY.
The CONTRACTOR is responsible for the Workers' Compensation of any and all
subcontractors, including leased employees, used by the CONTRACTOR. Evidence of
workers' compensation insurance coverage for all subcontractors, including leased
employees, must be submitted prior to any work being per{ormed.
RFP201 l-05 Pressure Clean ing Services Page I of 61
Exhibit A
B. Commercial General Liabilitv:
lncluding but not linrited to bodily injury, property damage, contractuaI liability,
products and completed operations (without linritation), wateriraft or aircraft liability if
those vehicles will be utilized, and personal injLrry liability with limits of not less than
$2,000,000 each occurrence, covering all work performed urrder this Agreement.
C. Business Automobile Liabil itv:
CONTRACTOR shall provide and maintain Business Automobile Liability at a limit of
liability not less tlian $1,000,000 each occurrence covering all work performed under
this Agreement.
Coverage shall include liability for Owned, Non-Owned & Hired automobiles. ln the
event CONTRACTOR owns automobiles, CONTRACTOR agrees to maintain coverage
for Hired & Non-Owned Auto Liability, which may be satisfied by way of endorsement
to the Commercial Ceneral Liability policy or separate Business Auto Liability policy. lf
private passenger automobiles are used in the business, they must be commercially
insured.
tf the CONTRACTOR is shipping a product via common carrier, the CONTRACTOR
shall be responsible for any loss or damage sustainecl in delivery/transiVloading and
un load ing.
D. Umbrella Liability:
Umbrella polices are acceptable to provide the total required liability timits
E. Pol form:
All policies required by this Agreement, with the exception of Workers' Compensation,
or utrless specific approval is given by the CITY, are to be written on an occurrence
basis, shall name tlte City of Weston; Weiss Serota Helfrnan Pastoriza Cole & Boniske,
P.L.; Calvin, Ciordano & Associates; and Municipal Technologies. LLC as Additional
lnsured during the Agreement and for a minimum of five (5) yeirs following the end of
the Agreement (include wording on Certificate). lnsurer(s), with the exception of
Workers'Compensation, shall agree to waive all rights of subrogation against the City of
Weston.
lnsurance requirements itemized ir-r this contract and reqr-rired of tlre
CONTRACTOR shall be provided orr behalf of all sub-contractors to cover their
operations per{ormed under this Agreenrent. Tlre CONTRACTOR shall be held
responsible for any modifications, deviations, or omissions jn these insurance
requirements as they apply to sub-contractors.
F
RFP20l 1-05 Pressure Cleaning Services Page 9 ol 6l
Exhibit A
C. Eaclr insurance policy required by this Agreement shall
1. Apply separately to each insured against whom claim is made and suit is
brought, except with respect to limits of tlre insurer's liability
2, Not be suspended, voided or canceled by either party except after thirty (30)
calendar days prior written notice by certified mail, return receipt requested, has
been given to the CITY, except the cancellation notice period for non-payment
of premiums forWorkers'Compensation notice shall be 10 days.
The City of Weston shall retain the right to review, at any time, coverage, fornr, and
amount of insurance.
The procuring of required policies of insurance shall not be construed to lirrrit
CONTRACTOR's tiability nor to f ulfill the indemnification provisions and
requirements of this Agreement.
The CONTRACTOR shall be solely responsible for payment of all premiurns for
insurance contributing to the satisfaction of this Agreement and shall be solely
responsible for the payment of all deductibles and retentions to which such policies
are subject.
Certificates of lnsurance evidencing Occurrence Form Coverage and conditions to
this Agreement are to be furnislred to City of Weston, 17200 Royal Palm Boulevard,
Weston, FL 33326, prior to commencernent of work AND a minimum of thirV (30)
calendar days prior to expiration of the insurance contract, when applicable. All
insurance certificates shall be received by the CITY before the CONTRACTOR will
be allowed to commence or continue work. All insurance carriers must have tlreir
corresponding AM Best carrier lD listed on the Certificate of lnsurance (COl).
M.Notices of Accidents (occurrences) and Notices of Claims associated with work
being performed under this Agreement, shall be provided to the CONTRACTOR's/
Sub/Consultant's insurance company and Risk Management as soon as practicable
after notice to the insured,
The insurance required for this Agreement shall be written for not less than limits of
liability specified in the Contract Documents or required by law, whichever
coverage is greater. The CONTRACTOR shall furnish inforrnation concerning
reduction of coverage with reasonable promptness in accordance with the
CONTRACTOR's information and tlelief.
O, Coverages Required Minimum Limits
Workers' Compensation
Ernployers' Liability
Statutory Limits - State of Florida
$ 1, 000,000 accident/d isease
$1,000,000 policy limit, disease
$1,000,000 each employee, disease
1.
l
K.
L.
N
2
RFP20l l-05 Pressure Cleaning Services Page 10 of 61
Exhibit A
Automobile Liability
Combined single limit
Ceneral aggregate
Products and completed
operations aggregate
Personal and advertising injury
Each occurrence
Project specific aggregate
3 $1,000,000
a
a
a
a
a
4. Ceneral Liability For proiects under
$1,000,000.
For proiects $ 1,000,000
or over
$5,000,000
$5,000,000
$2,000,000
$2,000,000
$5,000,000
$2,000,000
$2,000,000
$2,000,000
$2,000,000
$ 1,000,000
CONTRACTOR shall be responsible for all deductible amounts
rrHrs sPAcE TNTENTTONALLV LEFT BLANKI
RFP20'l l-05 Pressure Cleaning Services Pagellof6l
Exhibit A
2.6 Security
A. Proposal Security: Simultaneous with the delivery of an executed Proposal to the CITY,
the CONTRACTOR shall furnish to tlre CITY a Proposal Security in the amount of ten
thousand dollars ($i0,000.00) as security for the faithful execution of a contract with
the CITY in the event of such award by the City Commission.
B. Proposal Security may be in the form of a cashier's check payable to the CITY of
Weston and drawn on a bank, autlrorized to do business in the State of Florida, or a
Proposal Bond issued by a surety meeting the qualifications stated herein. The Proposal
Security (cashier's clreck or proposal bond) shall be attached to Form 11 provided in
Section 5. Proposal Security shall be returned subsequent to award of tlre contract by
the City Commission and execution by tlre successful CONTRACTOR and the
appropriate City officials.
C. Failure by the successful CONTRACTOR to execute a Contract, to furnish Perforrnance
and Payment Bonds when required, and to furnish Certifrcates of lnsurance in the
minimurn amounts specified in the Proposal, slrall be just cause for the rescission of the
award and the retention of the Proposal Security by the CITY. Such retention sliall be
considered not as a penalty, but as liquidation for damages sustained. Award rnay then
be rnade to the next ranked CONTRACTOR, or all proposals may be rejected.
D. Qualifications of Surety: Surety companies issuing Proposal Bonds slrallfulfitl each of
the following provisions, and the CONTRACTOR sliall provide evidence to document
such fulfillment:
1 . The surety company is licensed to do br-rsiness in the State of Florida.
2. The surety company holds a currently valid certificate of authority authorizing it to
write surety bonds in tlre State of Florida.
3. The surety company has twice the minimum surplus and capital required by the
Florida lnsurance Code at the time the Request for Proposals is issued,
4. Tlre surety company is othewise in compliance with the provisions of the Florida
lnsurance Code.
5, The surety company holds a currently valid certificate of authority issued by the
United States Department of the Treasury under 31 U.S.C. S 9304-9308,
6, Each bond shall contain all provisions required by S 255.05, Florida Statutes, as
may be amended from time to time.
7. Each bond shall be issued b), a Florida resident agent
RFP201 1-05 Pressure Cleaning Services Pagel2of6l
Exhibit A
B. Qualifications: As to conrpanies being rated acceptable:
A Proposal Bond must be executed by a Surety Company of recognized standing,
authorized to do business irr the State of Florida and having been in business with a
record of successful continuous operation for at least (5) years.
ln addition to the above minimum qualifications, the Surety Company must meet
the following additional qualifications.
The surety Company shall meet a minimum financial AM Best Company rating of
no less than "A- Excellent: FSC Vll" and shall have at least tlre following mjnimunr
Policyholders ratings: A- Class vll or higher. tn the event that the Surety
Company's rating shall drop, the surety Conrpany shall immediately notify the
Owner.
All surety Comparrles are subject to review and approval by the clTy and may be
rejected without cause. All bonds signed by an Agency must be accompanied by a
certificate of authority to act.
lTHrs spAc[ tNTENTtoNATLY rEFT BrANK]
((_
RFP201 1-05 Pressure Cleaning Services Page l3 of6?
$
Exhibit A
2.7 Pricing
The CONTRACTOR offers the following for providing all labor, materials, supplies, equipment, etc.
to perform pressure cleaning services in accordance with the scope of work.
$_per square foot (with pre-spray algaecide treatment)
r square foot (without pre-spray algaecide treatment)
FHIS SPACE TNTENTIONALLY LEFT BLANKI
RFP20l l-05 Pressure Cleaning Services Page t4 ol 5'l
Exhibit A
SECTION 3 - GENERAL CONDITIONS
3.1 RF P Documents
Tlrese RFP docr-rrnents constitute the complete set of Proposal specifications and forms. All forms
and documents must be execr-rted, sealed and submitted as provided in Section 4 of this RFp.
Proposals not submifted on the prescribed Proposal forms shall be rejected. By submitting a
Proposal, the CONTRACTOR agrees to be subject to all terms ancl conditions specified herein. No
exception to the terms and conditions shall be allowed. Submittal of a response to this RFp
constitutes a binding offer by the CONTRACTOR.
3,2 Taxes
The coNTRACToR shall not be entitled to tlre Clry's tax exempt benefits
3.3 Additional Terms and Conditions
No additional terms and conditions submitted by the CONTRACTOR with the RFp proposal shall
be evaluated or considered. Any and all sucli additional terms and corrditions slrall have no force
and effect and are inapplicable to this RFp.
3.4 lnterpretations and ln qulrtes
All CONTRACTORS shall carefully examine the RFP documents. Any arnbiguities or
inconsistetrcies shall be brought to the attention of the CITY or its agent in writing piior to the
Proposal deadline.
Any questions concertring the intent, meaning and interpretation of the RFP documents shalt be
requested in writrng, and received by the CITY no later than 5:00 PM, local time, on Friclay,
October '14,2011. Written inqiriries shall be addressed to:
Jeffrey Skidmore
Ass istant C ity M an agerlCh ief O pe rati n g Officer
Fax No. (954) 389-5430
Submissiorr of a Proposal wili serve as prima facie eviclence that the CONTRACTOR has examined
the Agreement and is fully aware of atl conditions affecting the provision of services. No persorr is
authorized to give oral interpretations of, or make oral changes to, the RFP documents. Therefore,
oral statements will not be binding ancl should not be relied upon. Any interpretation of, or
changes to, the RFP documents will be rnacle in the form of a written adclenclum to the RFp
document and wjll be furnished by the CITY to all CONTRACTORS who anend the mandarory pre-
proposal meeting. Only those interpretations of, or changes to, the RFP clocument that are nrade in
writing and furnished to the CONTRACTORS by the ctry may be relied upon.
RFP2OI l-05 I'ressure Cleaning Services Page15of61
Exhibit A
3.5 Verbal eements
No verbal agreement or conversation witlr any officer, agent, or employee of the CITY, either
before or after execution of the Agreement, slrall affect or modify any of the terms or obligations
contained in tlre Agreement. Any such verbal agreement or conversation shall be corrsidered as
unofficial information and in no way binding upon the CITY or the CONTRACTOR.
3.6 No Contingency Fees
CONTRACTOR warrants that it has not employed or retained any cor"npany or person, other than a
bona fide employee working solely for the CONTRACTOR, to solicit or secure this Agreernent, and
that it has not paid or agreed to pay any person, company, corporation, individual or firm, other
than a bona fide employee working solely for the CONTRACTOR, any fee. commission,
percentage, gift or other consideration contingent upon or resuJting from the award or rnaking of
this Agreernent.
3.7 lndependence
On the Form 8 provided in Section 5 of tlris RFP, the CONTRACTOR shall list, and describe any
relationships - professional, financial or otherwise - that it may lrave with the CITY, its elected or
appointed officials, its employees or agents or any of its agencies or component units for the past
five (5) years, together with a statement explaining why such relationships do not constitute a
conflict of interest relative to performing the services sought in this RFP. Additionally, the
CONTRACTOR shall give the CITY written notice of any other relationships - professional,
financial or otherwise - that it enters into with the CITY, rts elected or appointed o{ficials, its
employees or agents or any of its agencies or component units during tlre period of the Agreernent.
3.8 DisqualificationofContractors
More than one Proposal from an individua[, firm, partnership, corporation or association under the
sarne or different names will not be considered. Reasonable grounds for believing that a
CONTRACTOR is involved in more than one Proposal forthe same work will be cause for rejection
of alI Proposals in which suclr Proposers are believed to be involved.
3.9 Assignment;Non-transferabilityof Proposal
Proposals shall not be assigned or transferred. A CONTRACTOR who is, or may be, purchased by
or merged with any other corporate entity during any stage of the Proposal process, through to and
including awarding of and execution of an Agreement, is subject to having its Proposal disqLralified
as a result of such transaction. The City Manager shall determine whether a Proposal is to be
disqualified in such instances.
lf, at any time during the Proposal process, filirrgs, notices or like documents are submitted to any
regulatory agency concerning tlre potential acquisition of CONTRACTOR, or the sale of a
controlling interest in the CONTRACTOR, or any similar transaction, CONTRACTOR shall
immediately disclose such infornration to CITY. Failure to do so may result in the Proposal being
disqualified, at the CITY'S sole discretion.
RFP201 1-05 Pressure Cleaning Services Page l5of61
Exhibit A
3.10 Compliance With Applicable Laws
CONTRACToRS are required to comply with all provisions of federal, state, county and local laws,
ordinances, rules and regulations that are applicable to the services being offered in this RFp. Lacl<of knowledge of the CoNTRAcToR shail in no way be a cause for reJief from responsibility, or
constitute a cognizable defense against the legal effects thereof.
3.11 Famil with Laws and Ordinances
The submission of a Proposal on the services requested herein shall be considered as a
representation that the CONTRACTOR is fanriliar with atl federal, state and local laws, ordinances,
rules and regulations which affect those engaged or employed in the provision of suclr services, or
equipment used in the provision of suclr services, or which in any way affects the conduct of theprovision of such services; and no plea of misunderstanding will be considered on account of
ignorance thereof. lf the CONTRACTOR discovers any provisions in the RFp documents that are
contrary to or inconsistent with any law, ordinance, or regulation, he shalt report it to the ClTy in
writing without delay.
3.12 ACvertising
ln submitting a Proposal, CONTRACTOR agrees not to use the results therefrom as a part of any
Advertising or CONTRACTOR sponsored publicity wlthor.rt the express written approval of the City
Manager or designee.
3.13 Execute Asreenrent
The terms, conditions and provisions in this RFP shall be included apd incorporated in the final
Agreement between the CITY and the successful CONTRACTOR. The order of precedence will be
the Agreement, the RFP Documents, the CONTRACTOR's response and general law. Any and all
legal action necessary to interpret or enforce the Agreement will be gloverrred by the laws of
Florida. The venue shall be Broward County, Florida.
3.14 Facilities
The City Manager or designee reserves the right to inspect each CONTRACToR's facilities at any
reasonable tirne, during normal working hours, without prior notice to determine that the proposer
has a bona fide place of business, and is a responsible proposer.
3.15 Withdrawal or Revision of Prooosa I Prior to and After One nln s
A CONTRACTOR shall not withdraw, modify or correct a Proposai after it has been deposited with
the CITY. The withdrawal, modification or correction of a Proposal after it has been deposited witlr
the CITY shall constitute a breach by the CONTRACTOR. No CONTRACTOR may withclraw its
Proposal within ninety (90) calerrdar days after the proposal opening date.
RFP201 l'05 Pressure Cleaning Services Page 17 of61
Exhibit A
3.16 CITY'S Exclusive Rights
The CITY reserves the exclusive rights to:
1. Waive any def iciency or irregularity in the selection process;
2. Accept or reject any or all qualifications statements in part or in whole;
3, Request additional information as appropriate; and,
4. Reject any or all submittals if found by the City Conrmission not to be in tlre best
interest of the CITY.
ln the eveniof a sole proposal, CITY reserves the right to rejectthe sole proposal.
By submitting a Proposal for the services, all CONTRACTORS acknowledge and agree that no
enforceable Agreement arises until the CITY signs the ACREEMENT, that no action shall lie to
require the CITY to sign suclr Agreement at any time, and ihat each Proposer waives all claims to
damages, lost profits, costs, expenses, reasonable attorneys fees, etc., as a result of the CITY not
signing such Agreement.
3.17 Addenda
The CITY reserves the right to issue addenda. Each CONTRACTOR shall acknowledge receipt of
such addenda orr the Form 8 provided in Section 5 of this RFP. ln the event any CONTRACTOR
fails to acknowledge receipt of such addenda, his/her Proposal shall nevertheless be construed as
tlrouglr the addenda had been received and acknowledged and the submission of his/her Proposal
shall constitute acknowledgment of receipt of all addenda, wlrether or not received by him/her. lt
is the responsibility of each prospective CONTRACTOR to verify that he/she has received all
addenda issued before depositing the Proposal with the CITY.
3.18 Review of the RFP Documents
By the submission of a Proposal to do the work, the Proposer certifies that a careful review of the
RFP documents has taken place and that the Proposer is fully informed and understands the
requirements of the RFP documents and the quality and quantity of service to be performed.
3.19 AdiustmentiChanges/Deviations
No adjustments, changes or deviations to the RFP will be accepted unless tlre conditions or
specifications of the RFP expressly so provide.
3.20 Public Records
Upon alard recommendation or ten (10) days after Proposal opening, whichever is earlier, any
material submitted in response to this RFP will become a "public record" arrd shall be subject to
public disclosure consistent witlr Chapter 119, Florida Statutes (Public Record Law). Proposers
must claim the applicable exemptions to disclosure provided by law in their response to the RFP by
RFPz01 1-05 Pressure Cleaning Services Page 18 of 61
Exhibit A
identifying materials to be protected, and must state the reasons why such exclusion from public
disciosure is necessary and legal, The CITY reserves the right to make all final determirration(s) of
the applicability of the Florida Public Records Law.
3,21 Subcontracting
No subcontracting, including employee leasing, shall be permitted, except with the prior approvalof the City Manager, which shall be in his soie and absolute discretion. A list of all such
subcontractors shall be included in the Proposal, lf adclitiorral subcontractors are to be used during
the term of this Agreement, otherthan those submitted in the Proposal, a listof subcontractors shall
be provided to the City Manager, subject to his approval.
3.22 Public Entities Crime
ApersonoraffiliateasdefinedinSectiorr 287.'l33,FloridaStatutes,whoorwhichhasbeenplaced
on the convicted vendor list maintained by the Florida Department of Management Services
foilowing a convictton for a public entity crime, rnay not submit a bid on an Agreementto provicle
any goods or services to the CITY and may not transact business with the CITY in an amount set
forth in Section 287.017, Florida Statutes, for Category Two for a period of thirty-six (36) months
from the date of being placed on the convicted vendor list.
By submittinB a response to this RFP, Proposer certifies that it is qualified under Section 2g7.133,
Florida Statutes, to provide the services set forth in this Agreement for €r*s{edial€eryiees-pressure
Cleaning Services.
3.23 Non-CollusionAffidavit
The Proposer shall include the Non-Collr-rsion Affidavit as set forth in the Form 6 provided irr
Section 5 of this RFP and as described in Sectiorr 4 of the RFP. proposer's failure to include the
affidavit shall result in disqualification.
fr-Hrs spAcE tNTENT|ONALLY LEFT BLANKI
RFP20 l l-05 Pressure Cleaning Services Page 19 of61
Exhibit A
SECTION 4 _ PROPOSAL PROCESS
4.'l Mand.ato"ryPre-propg.salMeeting
A mandatory p.'e-proposal meeting will be held on Wednesday, October '12, 201'1, at 9:00 AM,
local time, at the Weston Community Center, 2020A Saddle Club Road, Weston, Florida 33327.
All CONTRACTORS planning to sr"rbmit a proposal are required to attend tlris nreeting.
CONTRACTORS should allow sufficient tinre to insure arrival prior to the indicated time.
Proposals from those who have failed to attend will not be opened. CONTRACTORS arriving past
the indicated time will not be eligible to submii a proposal. The official clock at the location of the
Pre-Proposal Conference shal I govern.
Failure of a CONTRACTOR to be present for the entire mandatory pre-proposal meeting, beginning
at the time stated above and concluding at the dismissal of the mandatory pre-proposa[ meeting by
the CITY, slrall render a CONTRACTOR to be deemed non-responsive and the Proposal slrall not
be considered for award. Decisions of the CITY shall be final.
At the pre-proposal nteeting, representatives of the CITY will be available to answer questions and
explain the intent of this RFP. Questions about, or requested modifications to, the RFP docunrents
which have been submitted in writing and received by the CITY at least five (5) business days prior
to the pre-proposal meeting will be addressed. To the extent possible, the CiTY will also consider
other questions or concerns that may be raised at that time. After the pre-proposal meeting, the
CITY may prepare written documentation to answer questions which were addressed at the pre-
proposal meeting which relate to interpretation of, or changes to, the RFP documents which the
CITY deems appropriate for clarification.
4.2 Preparation of P roposals
No Proposer slrall take exception to the specifications herein. Proposals taking exception to the
specifications may be rejected as non-responsive,
A. Number of Proposals
5ix (6) complete copies of the Proposal, and one (1) unbound original Proposal, are
required to be submitted to the CITY by the date and time indicated above. Each copy
should contain all mandatory and optional information submitted by tlre Proposer.
Additional copies may be requested by the CITY at its discretion.
B. Proposal Packaging
Eaclr Proposal shall be submifted in a separate plain sealed parcel, box or other secure
packaging, marked as the "Proposal", in accordance with Section 4.5. The outside of the
sealed package slrall clearly indicate the submitting RFP No. 2011-05 " Pressure Cleaning
Services" Proposer's name, address and tlre narne and telephone nunrber of the Proposer's
specific contact person. The Proposal shall contain six (6) conrplete copies and one (1)
unbound original, and is required to be submitted to the CITY by the date and time
indicated in Section 4.3. Each copy shall contain all required information in order to be
considered responsive.
RFP20I l-05 Pressure Cleaning Services Page 20 of 61
Exhibit A
C. Signatures
All required signatures shall be manual, in blue ink of an authorizecl representative who has
the legal authority to bind the Proposer in contractual obligations. The Proposal shall be
typed or legibly printed in ink. Use of erasable ink is not permitted. All blank spaces shall
be filled in and noted, in ink or Vped, with amounts extendecl and totaled as appropriate.
All corrections made by Proposer to any part of the Proposal clocument shall be initiated irrink. Failure to manually sign the appropriate Proposal forms will disqualify the Proposer
and the Pr"oposal will not be corrsidered.
Proposals by corporations shall be executed in tlre corporate nanre by the President or Vice-
President (or other corporate officer if accompanied by evidence of authority to sign) and
the corporate seal shall be affixed and attested by the Corporate Secretary or an Assistant
Secretary. The corporate address and state of incorporation shall be shown below tlre
signature,
Proposals by partnerships slrall be executed in tlre partnership nanre and signecl by a
padner. His/her title shall appear under hislher signaiure and tlie official address of the
partnership shall be shown below tlre signature.
D. Proposal Format
TheProposal shall betypewrittenonbothsides of gnxll inchwhitepaper. pagesshall
be secured by staple, cerlox binding or similar closures. Proposals shall be organized in
chapters as described herein. Chapters slrall be separated by a tab indicating the chapter
nunrber.
All pages are to be consecutively numbered. lf a form is provided and there is insufficient
space for a response on a fornr, the response may be continued on a blank page
inrmediately following the form. The additional pages are to be numbered the same as the
form with the addition of the letter "a" "b" "c" etc. lf a form is provided ancl additional
forms are needed, the form may be copied. Tlre copied pages are to be numberecl the same
as the form with the addition of the letter "a' '|,b,, ,,c" etc.
Responses slrall be complete and unequivocal, ln instances where a response is not
required, or is notapplicable or material to the Proposal, a response such as "no response is
required" or "not applicable" is acceptable.
Proposal Format
Chapter 1 Letter of lntent
Statement of Organization (Form 1)
Personnel (Form 2)
Equipment (Form 3)
Experience/Refe rences (Form 4)
Chapter 2
Chapter 3
Pricing (Form 5)
Financial Stability & Statements
Litigation History
RFP20l l-05 Pressure Cleaning Services Page 2'l of 61
Exhibit A
lnsurance Req u i remerrt
Criminal Convictions
Non-Collusion Certification (Form 6)
Chapter 4 Drug-free Workplace (Form 7)
Addenda (Fornr B)
lndependence Affidavit (Form 9)
Certification to Accuracy of Proposal (Form 10)
Chapter 5 Proposal Security (Form 11)
4,3 Submittal, Receipt and Opening of Proposals
All Proposals slrall be submitted on or before 11:00 AM, local tinre, on Tuesday, October 25,201'l
to:
Office of the City Clerk
City of Weston
17200 Royal Palm Boulevard
Weston, Florida 33326
All CONTRACTORS are reminded that it is the sole responsibility of the CONTRACTOR to ensure
that their Proposal is time stamped in tlre OFFTCE OF THE CITY CLERK prior to 11:00 AM, local
time, on Tuesday, October 25,20^11. Failure of a CONTRACTOR to submit their Proposai and
ensure tlrat their Proposal is time starnped prior to the time stated above shall render a
CONTRACTOR to be deemed non-responsive and the Proposal shall not be considered for award.
Proposals subnritted and time stamped on or before 11:00 AM, local time, on Tuesday, October
25t2011 shall be opened publicly in accordance with Section 4.5. The official clock at the City
Hall reception desk shall govern.
4.4 Selection Comrnittee
Proposals sLrbmilted will be evaluated by a three (3) member Selection Committee ("Selection
Committee") consisting of the Assistant City Manager/Chief Operating Officer, the Director of
Public Works and the Director of Landscaping who will review submissions and provide a
recommendation to the City Commission.
4.5 Sealed Proposal
The Sealed Proposals will be publicly opened at 17200 Royal Palm Boulevard, Weston, Florida
33326, at 11:00 AM, local time, Tuesday, October 25,2011. The Selection Committee shall
exarnine the documentation submitted in the Proposals at a time thereafter to determine the
responsiveness and resporrsibility of each CONTRACTOR. CONTRACTORS shall provide the
following information in the Proposal:
RFP201 1-05 Pressure Cleaning Services Page 22 ot 61
Exhibit A
A. Letter of lntent
The Letter of tntent is to be signed by an officer of the company authorized to bind the
submitter to its provisions. The Letter of lntent is to contaan a statement indicating theperiod during wlrich the Proposal will rernain valid. A period of not less than ninety (90)
calendar days is required,
B. Contractor/s Statement of O rganization
coNTRACTORS shalI complete Form 1 provided rn section 5 of this RFp.
CONTRACTORS are permitted to supply additional information tlrat will assist the ClTy in
u nderstandr n g tlre CO NTRACTOR's organ ization.
C. Personnel
CONTRACTORS shall carefully provide, in the fornrat requested, all of the jnforrrratiorr
requested in Form 2 provided in Section 5 of this RFP, All prirrcipals of the CONTRACTOR
and key personnel performing services pursuant to this RFP shall provide a detailed resurne
indicating that individual's area of expertise and experierrce.
D. Equipment
CONTRACTORS shall provide a cotnprehensive list of all equipment currently owned or
leased by CONTRACTOR to be used on the project utilizing Form 3 provided in Section 5
of this RFP.
E. Experiengs
A summary of CONTRACTOR's experience in Broward, Miami-Dade or Palm Beach
counties providing pressure cleaning services for facilities of similar size and scope as the
CITY's facilities, shall be provided using Form 4 proviclecl in Section 5 of this RFp,
CONTRACTOR shall not utilize as references, any CITY ernployee, contractor, or official.
CONTRACTOR's use of such references may result in disquatification, at the discretion of
the CITY.
F. Pricing
CONTRACTORS shail provide the pricing information requested on Form 5 in Section 5 of
this RFP.
C. Financial Stabilitv and Statements
CONTRACTORS shall demonstrate financial stability. CONTRACTORS shall provide a
statement of the CONTRACTOR's f[nancial stability, including information as to current or
prior bankruptcy proceedings. Proposals shall includu ".opy of the most recent audited
annual financial statements. ln the event the CONTRACTOR does not have audited
financial statements, the CONTRACTOR may substitute non-audited financial statements
and complete federal tax returns for the last two years. Financial statements provided shall
RFP201 1-05 Pressure Cleaning Services Page 23 of 6t
Exhibit A
include, at a minimum, a Balance Sheet, an lncome Statement and a Statement of Cash
Flows.
H, Litisatiorr Histo ry
CONTRACTORS shall provide a summary of arry litigation or arbitration that the
CONTRACTOR, its parent company or its subsidiaries have been engaged in or are
currently engaged in, during the past five (5) years agajnst or involving (1)any public entity
for any amount (2) any private entity foran amount greater than $100,000. The summary
shall state the nature of the litigation or arbitration, a brief description of the case, tlre
outcome or projected outcome, and the monetary amounts involved. The CITY may
disqualify any CONTRACTOR it determines to be excessively litigious.
L lnsurance Requirement
CONTRACTOR shall provide proof in tlre form of a certificate of insurance complyirrg with
the requirements specified in this RFP.
f. Criminal Convictions
CONTRACTORS shall provide a summary of any criminal convictions of the company,
owners, offrcers and anybody performlng work under this Agreernent, related to tlre services
being bid. The CITY may disqualify a CONTRACTOR on the basis of past crinrinal
convictions when those convictions relate to dishonesty, antitrust violatiorrs, or unfair
conrpetition.
K. Contractor's Non-Collusion Certification
CONTRACTOR shall complete and execute the Non-Collusion Affidavit of CONTRACTOR
(Form 6 provided in Section 5 of this RFP).
I. Drug-Free Workplace
CONTRACTOR shall certify that it has implernented a drug-free workplace program in
accordance with Section 287.087, Florida Staturtes. ln order to receive consideration, a
signed certi{ication of compliance (Form 7 provided in Section 5 of tlris RFP), slrall be
subrnitted with the RFP response.
M. Addenda
CONTRACTOR shall complete and sign the Acknowledgnrent of Addenda (Form B
provided in Section 5 of this RFP) and include it in the Proposal in order to have tlre
Proposal considered. ln the event any CONTRACTOR fails to acknowledge receipt of such
addenda, his/her Proposal shall nevertheless be construed as though the addenda had been
received and acknowledged and the submissiorr of his/her Proposal slrall constitute
acknowledgment of receipt of all addenda, whether or not received by him/her.
RFP201 1-05 Presstrre Cleaning Services Page 24 of 61
Exhibit A
N. lndenenden ce Aftidavit
CONTRACTOR shall list and describe its relationships with the CITY in accordance with
Section 3.7 of the RFP (Form 9 provided in Section 5 of this RFp).
O. Certification to Accuracv of Proposal
P. Proposal Securi ty
4.6 Qualification Evaluation
CONTRACTOR slrall certify and attest, by executing Form 1O provided in Section 5 of tlris
RFP, tlrat all Forms, Affidavits and docurrents related thereto that it has enclosed in the
Proposal in support of its Proposal are true and accurate. Failure by the CONTRACTOR to
attest to the trr-rth and accuracy of such Folms, Affidavits anc{ documents shall result in the
Proposal being deemed non-resporrsive and such Proposal witl not be consiclered.
CONTRACTOR shall attach Proposal Security in the amount of ten thousand dollars($10,000.00) to Form 11 that is provided in Sectiorr 5 of this RFP. Proposal Security may be
in the form of a cashier's clreck or proposalbond as clescribecl in section 2.6.
The Selection Committee shall examine tlre documentation submitted in the proposal to deterrninethe responsiveness of each CONTRACTOR. Failure to provide the required informatiorr willdisqualify any such Proposal as non-responsive and such Proposal wili not be considered. TheSelection Corntnittee will disqLralify any CONTRACTORS that make exaggerated or false
statements.
The evaluation of Proposals and the determination of conforrnity and acceptability shall be tlre soleresponsibility of tlre Selection Committee. Suclr determination shall be based on information
furnished by the CONTRACTOR, as well as other information reasonably available to the ClTy.
The Selection Committee may make suclr investigations as it deems necessary to determine theability of the GoNTRACTOR to perform the services and the coNTRACToR shall furnish tlre CtTyall sr-rcl'r information and date for this purpose as the CITY may request before and during theProposal period. The Selection Committee reserves the righi to mal<e additional inqulries,
interview some or all CoNTRACTORS, make site visits, obtain credit reports, or any other action it
deems necessary to fairly evaluate all CONTRACTORS. The Selection Committee may at its sole
discretion reject a CONTRACTOR or quaiify a CONTRACTOR.
4,7 Evaluation
Each member of the Setectron Committee will evaluate and rank eaclr proposal in each of the
categories listed below. The full Selection Committee wilt then convene to review and discuss
these evaluations and rank the contractors as a group, A sample of tlre ranking form used by the
Selection Committee is included in Chapter 5 (Form 12) af this RFp. proposali will be evaluated
and ranked based on the following:
A' The CONTRACTOR's qualificatiorts, including financial abiliry to perform the services
described in the Agreement
RFP201 1-05 Pressure Cleaning Services Page 25 of 6l
Exhibit A
B, The CONTRACTOR's experience in Broward, Miami-Dade or Palm Beaclr counties in
providing pressure cleaning services for facilities of similar size and scope as the City's
facilities.
C. Qualifications of CONTRACTOR's key employees
D. The type, qualiry and quantity of equipnrent currently owned or leased by CONTRACTOR
to be utilized in the performance of the services described in the Agreement
E. The cost to CITY
ln the eventof a tie, CITY shall break the tie by drawing lots at a publicly noticed meeting.
Depending on the number of Proposals submitted, the Selection Cornmittee may slrort-list the
contractors, down to three (3), and then interview and rank those top three (3) contractors.
The Proposal ranked one (1) will be recommended by the Selection Comtnittee to the City
Commission for award of the Agreement.
The City Commission will consider the selection of a contractor based upon the recommendation
of the Selection Committee.
4.8 Protest Procedures
A. Standing - Parties that are not actual proposers, including, but not limited to, subcontractors,
material and labor suppliers, nranufacturers and their representatives, slrall not have standing to
protest or appeal any determination made pursuant to this Section.
B. Procedure
1. Protest of Failure to qualify - Upon notification by the City that a proposer is
deemed non-responsive andlor non-responsible, the proposer who is deenred non-
responsive and/or non-responsible may file a protestwith the City Clerk by close of
business on the third Business Day after notification (excluding the day of
notification) or any right to protest is forfeited. (City Hall hours arc as follows:
Monday-Thursday from B:00 am to 5:30 pm and Friday from B:00 am to 3:00 pm.)
2. Protest of Award of Agreement. After a Notice of lntent to Award an Agreement is
posted, any proposer wlro is aggrieved in connection with the pending award of the
agreement or any element of the process leading to the award of the agreement may
file a protestwith the City Clerk by close of business on the third Business Day after
posting (excluding the day of posting) or any right to protest is forfeited, A Notice of
lnterrt to Reject all Proposals is subject to the protest procedure.
3. Content and filing - The protest shall be in writing, shall identify the name and
nanre and address of the protester, and shall irrclude a factual summary of, and the
basis for, the protest, Filing shall be considered complete when the protest and the
Protest Bond are received by the City Clerk. The official clock at the City Hall
reception desk shall Eovern.
RFP20l 1-05 Pressure Cleaning Services Page 26 of 61
Exhibit A
C. Protest Bond - Arry proposer filing a protest shall simultaneously provrde a protest Bond
to the City in the amount of ten thousand dollars ($10,000). if the protest is decicled in the
protester's favor, the entire Protest Bond shall be returned to the protester. lf the protest is
ttot decided in the protester's favor, the Protest Bond shatl be forfeited to tlre City. The
Protest Bond shall be in the form of a cashier,s check.
D. Protest Committee - The Protest Committee shall review all protests. The City Manager
shall appoint the members of the Protest Committee. No member of the City Comnrission
shall serve on the Protest Committee. The City Attorney or designee shall serve as counsel
to the Committee. Tlre meeting of the Protest Committee shall be opened to the public and
all of the actual proposers shall be notified of the date, tinre and place of the meeting. lf the
Protest Committee determines that the protest has merit, the City Manager shall direct that
all appropriate steps be taken. lf the Protest Committee clenies the protest, the protester
may appeal to the City Commission. All of the actual proposers shall be notified of the
determination by the Protest Committee. The Protest Committee shall terminate upon the
award of the contract, or such other time as determined by the City Commission.
E. Stay of award of Agreement or RFP Process- ln the event of a timely protest, the City
ManagershallstaytheawardoftheAgreementorthe RFPprocessunlesstheCityManager
deterrrines that the award of the Agreement without delay or the continuation of the RFp
process is necessary to protect any substantial interest of the City. The continuation of the
RFP process or award under these circumstances shall not preempt or otherwise affect the
protest.
F'Appeals to City Commission - Any actual proposer who is aggrieved by a determination
of the Protest Committee may appeal the determination to the City Commission by filing an
appeal with the City Clerk by close of busrness on the third Business Day after the protester
has been notified (excluding the day of notification) of tlre determination by the protest
Committee. The appeal shall be in writing and shall include a factual summary of, and the
basis for, the appeal. Filing of an appeal shall be considered complete when the appeal is
received by the City Clerk.
G.Failure to file protest - Any actual proposer that does not formally protest or appeal in
accordance with this Section shail not lrave standing to protest the City Commission's
award.
4.9 Estimated Schedule
The CITY anticipates that RFP activities will take place at the dates and times listed below
However, these times and dates are subject to change at the discretion of the ClTy.
Request for Proposals Legal Advertisement
Mandatory Pre-Proposal Meeting
Last Date for Submittal of Written Questions
Prior to Proposal Due Date
Proposals Due
Selection Committee Ranking
CIty Commission Ratify Ranking
and Award of Agreement
Sept. 26 & October 3,2O11
Oct.12, 2011 @ 9:00 a.m.
Oct. 14,2O11 @ 5:00 p.m.
Oct. 25, 2O11 @ 1 1 :00 a.m
TBA
RFP201 1-05 Pressure Cleaning Services
TBA
Page 27 o( 6t
Exhibit A
SECTTON s -QUAL|FTCATION FORMS
The forms located in this section of the RFP shall be included in the Sealed Proposal. Forms not
completed in full may result in disqualification.
lTHts sPAcE TNTENT|ONATIY LEFT BLANK]
RFP20l l-05 Pressure Cleaning Services Page 28 of 6l
Exhibit A
FORM 1
CONTRACTOR'S STATEMENT OF ORGAN I ZATION
1. Full Narne of Contractor:
Principal Business Address, Plrone and Fax Numbers:
2. Principal Contact Person(s):
3. Form of Contractor (Corporation, Partnership, Joint Venture, Other):
4 Provide names of partners or officers as appropriate and indicate if the individual has the
authority to sign in name of Contractor. Provide proof of the ability of the individuals so
named to legally bind the Contractor.
Name Address Title
lf a corporation, in what state incorporated
RFP20l l-05 Pressure Cleaning Services Page 29 of 61
Exhibit A
Date lncorporated:
Month
lf a Joint Venture or Partnership, date of Agreement:
Day Year
5
6
Name and address of all partners (state whether general or limited partrrership):
lf otlrer than a corporation or partnership, describe organization and name of principals
lndicate the number of years the Proposer has had successful experience in Broward, Miami-
Dade or Palm Beach counties in providing pressure cleaning services for facilities of similar
size and scope as the CITY's facilities: Years:
List all contractors participating in this project (including subcontractors, etc.)
Name Address Title
7. Outline specific areas of responsibility for each contractor listed in Question 6
1
2
3
4
1.
2.
3.
4.
RFP201 1-05 Pressure Cleaning Services Page 30 of 61
I
Exhibit A
B. County or Municipal Business Tax Receipt No.
(Attach Copy)
Social Security or Federal lD No.
List states and categories in which your organization is legally qualified to do business.
lndicate registratiorr or license numbers, if applicable. List states in which partnership or
trade name is filed.
10.Have you ever failed to complete any work awarded to you? yes No
lf so, note when, wlrere and why.
11 Within the last five years, has any officer or partner of your organization ever been an
officer or partner of another organization that failed to complete a contract?
Yes No
---
lf yes, attach a separate sheet of explanatton
12' Within the last five years, have you ever had a performance, payment or bid boncl called?
Yes No lf yes, attaclr a separate sheet of explanation
RFP20l i-05 Pressure Cleaning Services Page 31 of6l
13
14.
Exhibit A
Have you, any officer or partner o{ your organization, or the organization been involved in
any litigation or arbitration against the CITY?
Yes No lf yes, attach a separate sheet of explanation.
Within the last five years, have you, any officer or partner of your organization, or the
organization been involved in any litigation or arbitration against any other governmental
entity in Florida?
Yes No
--
lf yes, attach a separate sheet of explanation,
15. Bank Reference:
Name
Title
Date
lTHrs spAcE TNTENTTONALLY LEFT BLANKI
Signature
RFP20l l-05 Pressure Cleaning Services Page 32 of 6l
Exhibit A
FORM 2
PERSONNEL
For all principals of the CONTRACTOR and key personnel providing services sought in the RFp,
provide a detailed resume indicating that individual's areas of expertise and experience. Resumes
must be provided in tl're following format, however, addltional information may be provided at the
option of the CONTRACTOR.
A.Name and Title
B Years Experience with:
This Contractor:
With Other Similar Contractors:
C Education:
Degree(s)
YearApecialization
D Professional References: (List a min jmum of 3)
Other Relevant Experience and Qualifications
List specifically the number of crew that will be assigned to provide services,
if awarded the Agreement, and identify their respective tasks.
Attach applicable licenses for each individual performing service pursuant to
this Agreemerrt.
E
F
c
RFP201 l-05 Pressure Cleaning Services Page 33 of 61
Exhibit A
FORM 3
EQUTPMENT LtST
lrr the space below, list the type and quantity of all equipment that will be utiIized to complete this
Project:
RFP201 i-05 Pressure Cleaning Services Page 34 of 6l
Exhibit A
FORM 4
REFERENCES
The CONTRACTOR shall furnish references for providing, in Broward, Miami-Dade or palm Beac6
counties,pressure cleaning services for facilities of similar size and scope as the CITY's facilities.
Use additional sheets if necessary.
1 Name of Entity:
-.*
Address:
Phone Number:
Principal Contact Person(s)
Description of Service and Price:
2
Year Contract lnitiated
Date of completion or if not completed yet, anticipatecl date of completion
and percentage of project completed
lf completed, percentage of the cost of the workforces:.--..-performed with your own
Phone Number;
Principal Contact Person(s)
Name of Entity: _
Address:
Description of Service and Price:
Year Contract ln itiated
Date of Completion or if not completed yet, anticipated date of completion
and percentage of project completed
RFP20l 1-05 Pressure Cleaning Services Page 35 of 6?
3
Exhibit A
lf completed, percentage of the cost of the worl< performed with your own
forces:
Phone Number:
Pri ncipal Contact Person(s)
Name of Entitu:
Address:
Description of Service and Price
4
Year Contract lnitiated:
Date of Completion or if not completed yet, anticipated date of completion:
and percentage of project completed
lf completed,
forces:
percentage of the cost of the work performed with your own
Narne of Entity
Address:
Phone Number:
Pri ncipal Contact Person(s) :
Description of Service and Price:
Year Contract I nitiated
Date of Completion or if not completed yet, anticipated date of completion:
lf completed,
forces:
and percentage of project completed
percentage af the cost of tlre work performed with your own
RFP201 l-05 Pressure Cleaning Services Page 36 of 6l
Exhibit A
FORM 5
PRICING
The CONTRACTOR offers the following for providing all labor, materials, equipment, etc. toperform pressure cleaning services in accordance with ttie scope of work.
square foot (with pre-spray algaecide treatment)
r square foot (without pr+spray algaecide treatment)
$
$
rrHrs spAcE tNTENT|ONALLY rEFT BTANKI
RFP201 1-05 P/essure Cleaning Seruices Page 3z of 51
2
Exhibit A
FORM 6
NON-COLTUSION AFFIDAVIT
The undersigned individual, being duly sworn, deposes and says that:
1. He/She is of the CONTRACTOR
that has submitted the attached Proposal;
He/Slre is fully informed respecting tlre preparation and contents of the attached Proposal
and of all pertinent circumstances respecting suclr Proposal;
Such Proposal is genuine and rs not a collusive or sham Proposal;
Neither said CoNTRACTOR nor any of its officers, partners, owners, agents,
representatives, employees, or parties in interest, including this affiant, lras in any way
colluded, connived, or agreed, directly or indirectly, with any other CONTRACTOR, firm or
person to submit a collusive or sham proposal in connection with the Agreement for which
the attached Proposal has been submitted or to refrain from proposing in connection with
such Agreement, or has in any manner, directly or indirectly, sought by agreement of
collusion or communication of conference with any other CONTRACTOR, firm, or person
to fix the price or prices in the attached RFP, or of any other CONTRACTOR, or to fix any
overhead, profit or cost element of the Proposal or the response of any other
CONTRACTOR, or to secure through any collusion, connivance. or unlawful agreement
any advantage against the City of Weston, Florida, or any person interested in the proposed
Agreement; and
(THIS SPACE INTENTIONALTY TEFT BTANK)
3
4
RFP20t I -05 Pressure Cleaning 5ervices Page 38 of 6 l
Exhibit A
FORM 5
NO N.COTLUSION AFFI DAVIT
Continued
5 The response to the attached RFP is fair and proper and is not tainted by arry collusion,conspiracy, connivance, or unlawful agreement on the part of the propoier or any of itsagents, representatives, owners, employees, or parties in interest, including this affiani.
Signature (Blue ink only)
(CORPORATE SEAL)
Print Name
Title
Date
STATE OF FLORIDA
COUNTY OF BROWARD
The foregoing instrument was acknowledged before me this _ day of
for
201 1, by
as
Personally known to me OR
has produced ldentification _, type of identification produced
My Comnrission Expires
NOTARY PUBLIC
RFP2OI I-05 Pressure Cleaning Services Page 39 of 61
Exhibit A
FORM 7
DRUG-FREE WORKPLACE
The undersigned vendor (firrn) in accordance with Chapter 287.A87, Florida Statutes, hereby
certifies that does
(Name of Company)
Publish a statement notifying enrployees that the unlawful manufacturing, distribution,
dispensing, possession, or use of a controlled substance is prohibited in the workplace and
specifying the actions that will be talcen against employees for violations of such
proh ibition.
lnforrn employees about the dangers of drug abuse in the work place, tlre business's policy
of maintaining a drug-free workplace, any available drug counseling, rehabilitation, and
employee assistance programs, and the penalties that may be imposed upon employees for
drug abuse violations.
Cive each employee engaged in providing the contractual services that are Lrnder bid a
copy of the statement specified in subsection (1).
4. ln the statement specified irr subsection (l), notify the employee tlrat, as a condition of
working on the contractual services that are under bid, the employee will abide by the
terms of the statement and will notify the employer of any conviction of, or plea of guilty or
nolo contendere to, any violation of Chapter 893 or of any controlled substance law of the
United States or any state, for a violation occurring irr tlre workplace no later than five (5)
days after such conviction.
5. lmpose a sanction on, or require the satisfactory participation in a drug abuse assistance or
rehabilitation program if such is available in the employee's community, by any employee
who is so convicted.
lTHls spAcE TNTENTTONAILY LEFT BLANKI
2
3
RFP201 1-05 Pressure Cleaning Services Page 40 of 6l
Exhibit A
FORM 7
DRUG.FREE WORKPLACE
(CONTINUED)
6, Make a good faith effort to continue to maintain a drug-free worl<place through
implementation of this section.
As the person autlrorized to sign the statement, I certify that this contractor cornplies fully with the
above requirements.
Signature (Blue ink only)
(CORPORATE SEAL)
Print Name
Title
Date
STATE OF FLORIDA
COUNTY OF BROWARD )
The foregoing instrument was aclcnowledged before me this .- day of , 2011, by
foras
Personally known to me OR
has produced ldentification _--_, type of identification produced
My Commission Expires:
NOTARY PUBLIC
RFP201 1-05 Pressu.e Cleaning Services Page41 of6t
Exhibit A
FORM B
ACKNOWTEDGMENT OF ADDEN DA
The CONTRACTOR hereby acknowledges the receipt of the following addenda issued by the ClTy
and incorporated into and made part of this RFP. ln the everrt the CONTRACTOR fails to include
any such addenda in the table below, submission of this form slrall constitute acknowledgment of
receipt of all addenda, whether or not received by him/her.
[rHrs sPAcE tNTENT|ONALLY LEFT BLANK]
ADDENDUM
NUMBER
DATE
RECEIVED
PRINT NAME TITLE SICNATURE
(BLUE INK ONLY)
RFP201 1-05 Pressure Cleaning Seruices PaEe 42 ol 61
Exhibit A
FORM 9
INDEPENDENCE AFFI DAVIT
The undersigned individuar, being duiy sworn, deposes and says that:
1. He/She is
the
CONTRACTOR that has submitted the attached proposal;
2' a' Below is a list and description of any relationships, professional, financial orotherwise that CONTRACTOR tay haue with the ctry, lts elected or appointed officials, itsemployees or agents or any of its agencies or component units for the past five (5) years.
b' Additionally, the CONTRACTOR agrees and undersrands that proposer shal givethe clrY written notice of any other relatiJnships professional, financial or otherwise thatcoNTRACTOR enters into with the CITY, its elected or appointed officials, its employeesor agents or any of its agencies or component units during t'he period of this igreement.
(lf paragraph 2(a) above does not apply, please indicate by stating, ,,not applicable,,in the spacebelow.)
lTHts spAcE INTENTtONAtty LEFT BLANKI
of
RFP20l l-05 Pressure Cleaning Services
Page 43 ol 61
3
Exhibit A
FORM 9
I NDEPENDENCE ATFI DAVIT
(CONTINUED)
I have attached an additional page to this form explaining why such relationships do not
constitute a conflict of interest relative to performing the services sought ir"r the RFP'
Signature (Blue ink onlY)
(CORPORATE SEAL)
Print Name
Title
Date
STATE OF FLORIDA
COUNTY OF BROWARD
The foregoing instrument was acknowledged before me this
-
day of 201 1, by
as for
Personally known to me
-
OR
has produced ldentification
-,
type of identification produced
My Commission Expires:
NOTARY PUBLIC
RFP201 1-05 Pressure Cleaning Services Page 44 of 6 I
2
3
4
Exhibit A
cERn FtcAlo N r#:fri-t^cy oF pRoposAr
CONTRACTOR, by executing this Form, hereby certifies and attests that all Fornrs, Affidavits anddocuments related thereto that it has enciosed inthe eropoial in support of its proposal are true andacc.urate' Failure by the CONTRACToR to attest to the truth and accuracy oirr.tr ionns, Affidavitsand documents shall result in the Proposal being deemed non-r"rponrive and such proposal willnot be considered.
The undersigned individual, being dury sworn, deposes and says trrat:
1. He/She is of theCONTRACTOR that has sub mitted the attached proposal;
He/She is fully informed respecting the preparation and contents of the attactred proposal andof all Forms, Affidavits and documents submittecl in support of such proposal;
All Forms, Affidavits ancl documents submitted in support of this proposal and included in thisProposal are true and accurate;
No information that should have been included in such Forms, Affidavits and documents hasbeen omitted; and
lTHts spAcE tNTENT|ONAtLy IEFT BtANKI
RFP201 1-05 Pressure Cleaning Seruices Page 45 of 61
Exhibit A
FORM 10
CERTIFICATION TO ACCURACY OF PROPOSAL
(CONTINUED)
5. No information that is included in such Forrns, Affidavits or documents is false or misleading,
Signature (Blue ink only)
(CORPORATE SEAL)
Print Name
Title
Date
STATE OF FLORIDA
COUNTY OF BROWARD
Theforegoinginstrumentwasacknowledgedbeforemetlris-duyof-,2011,
by foras
Personally lcnown to me OR
has produced ldentification , type of identification produced
My Commission Expires
NOTARY PUBLIC
RFP20l l-05 Pressure Cleaning Services Page 46 of 61
Exhibit A
roRM 11
PROPOSAT SECURITY
All proposals shall be accompanied by a Proposal Security in the form of a bond issued by the
Surety authorized to transact business in the State of Florida, having a resident agent in tlre State of
Florida, in full accordance with the qualifications set forth in Section 2.6 of the RFP, or in the
alternative, a cashier's check drawn on a bank authorized to do business in Florida, payable to the
City of Weston. The amount of the proposal security shall be ten thousand dollars ($10,000.00).
ATTACH CASHIER'S CHECK OR PROPOSAL BOND HERE
RFPz01 l-05 Pressure Cleaning Services Page47 of 61
Exhibit A
"A"
FORM 12
THE CITY OF WESTON
PRESSURE CLEANING SERVICES - RfP No. 2011-05
SETECTION COMMITTEE RANKING
SAMPTE
'8"ilcrl
Signature
uDtr
coNTRAqTOR
Evaluation Criteria
1. Contractor's
Qualifications
2, Contractor's
Experience
3, Qualifications of
Key Ernployees
4. Equipment
5. Cost to the City
TOTAT
FINAT RANKING
Selection Committee Member Date
RFP201 t-05 Pressure Cleaning Services Page 48 of 61
Exhibit A
SECTION 6 - AGREEMENT
The agreement located in this Sectiorr of the RFP for Pressure Cleaning Services is the form of the
agreement that will be utilized with the successful CONTRACTOR. Tlre CITY reserves the right to
award or not to award the Agreement in the best interests of the CITY.
lTHrs sPAcE TNTENTTONAL[y |-EFT BLANK]
RFP20l 1-05 Pressure Cleaning Services Page 49 of 61
Exhibit A
ACREEMENT
BETWEEN THE
CITY OF WESTON
AND
FOR
PRESSURE CTEANI NG SERVICES
RFP NO. 2011-05
This Agreement, is made and entered into the day of 201 1 by and
between the City of Weston, a Florida municipal corporation ("CITY"), and
("CONTRACTOR") for Pressure Cleaning Services
("Agreement"). References in this Agreement to "City Manager" shall be meant to include his
designee.
WITNESSETH
WHEREAS, the CITY, solicited proposals from contractors to perform Pressure Cleaning Services;
and
WHEREAS, Proposals were evaluated and ranked by a Selection Committee; and
WHEREAS, the City Commission has selected the CONTRACTOR r-rpon the recommendation of the
Selection Comnrittee to perform Pressure Cleaning Services; and
WHEREAS, on _, the CITY enacted Resolution No. _, which
ratifiecltherank@eaningServicesandauthorizedtheappropriatecity
officials to execute an agreement with the number one ranked contractor
and
WHEREAS, CITY and CONTRACTOR clesire to enter into an Agreement whereby the duties and
obligations each to the other are set forth.
IN CONSIDERATION OF THE MUTUAL COVENANTS AND CONDITIONS HEREIN EXPRESSED
AND THE FAITHFUL PERFORMANCE OF ALL SUCH COVENANTS AND CONDITIONS, THE
PARTIES ACREE AS FOLLOWS:
RFP20l l-05 Pressure Cleaning Services Page 50 of 61
Exhibit A
("RFP"), attached hereto and made a part hereof, asExhibit "A" and the CONT RACTOR 'S Proposal, attached hereto and made a pafthereof, as Exhibit',8',
SECTION3. COMPENSATION
3.1
3.2
SECTION 1. SCOPE OF SERVICES
l'1 The CONTRACTOR must meet the requirements and perfornr the services iderrtifiedin the Request for Proposals for Pressure Cleaning Services dated
1.2
sEcTroN 2.
2.1
", 't
CoNTRACTOR agrees and acknowledges that CONTRACTOR is prolribited fromexempting provisions of the RFp or in this Agreement in any of coNTRACToR,s
services pursuant to this Agreement.
TERM
The term of this Agreement shall begin on the date it is fully executed by bot6parties and shall extend until March 31,2O15.
After the initial term, the Contract may be extended for two (2) additional three (3)
year periods by mutual agreement of the parties. The parties lrereto may extend thisAgreement by mutual consent, in writing, prior to the expiration of the currentterm. This provision in no way rimits either party,s right to terminate thisAgreement at any time during the initial term or any extension thereof, pursuant toSectiorr 4 of this Agreement.
The amount of compensation payable by the clTY to coNTRACToR shall be basedupon the prices as set iorth in Exhibit "C", attached hereto and made a part f-,"ruoiwhich amount shalt be accepted by CONTRACTOR as full compensation for allsuch work performed. under this Agreement. lt is acknowledgei ana
"grued bfCONTRACTOR that these amounts are the maximum payable and con*stitute alimitation upon CITY'S obligation to compensate CoNTRACTOR for its servicesrelated to this Agreement. This maximum amount, however, does not constitute alimitation of any sort, upon coNTRAcroR,s obligation to perform all items ofworl< required by or whiclr can be reasonably inferreJ from the scope of Services,
coNTRAcroR may submit an invoice for cornpensation, developed and agreed
.uoon !v the city Manager and GoNTRACTOR, no more often than on , *o"ntntfbasis,.but only after the services for which the invoices are submitted have beencompleted. lnvoices shall designate the nature of tlre services performed and shallalso show a summary of fees with accrual of the total and .r.dit, for portions f"iJpreviously, and shall allocate the birting costs to the appropriate fund orcombination of funds' Each statement shall-show the proportion of the guaranteed
maximum payment that has been expended through previous billings.
RFP20l l-05 Pressure Cleaning Services Page 51 of 61
Exhibit A
Notwithstanding any provision of this Agreement to the contrary, City Manager,
may withhold, in whole or in part, payment to the extent necessaq/ to protect itself
from loss on account of inadequate or defective worl< which has rrot been remedied
or resolved in a manner satisfactory to City Manager, Tlre amount withheld shall
not be subject to payment of interest by CITY,
Payment shall be made to CONTRACTOR in accordance with the Local
Government Prompt Payment Act as stipulated in Part Vll of Chapter 218, FL
Statutes, by check, Electronic Funds Transfer (EFT), E-Pay or P-Card as determined
by the CITY in its sole discretion.
CONTRACTOR agrees to keep suclr records and accounts as may be necessary in
order to record complete and correct entries as to personnel hours charged for
whiclr CONTRACTOR receives reimbursement for a period of at least three (3) years
after completion of the work provided for in this Agreement, Such books and
records shall be available at all reasonable times for examination and audit by CITY.
lf it should becotne necessary for CITY to request CONTRACTOR to render any
additional selvices to either supplement the services described in the RFP or to
perform aclditional work, such additional work shall be perforrned only if set forth in
an addendr.rm to this Agreement. Any such additional work agreed to by both
parties shall be by mutual agreement of both parties and negotiated as to price.
On April 1, 2013 and on April 1 of each subsequent year, all fees described in the
Agreement and Exhibit hereto shall be increased by an amount equal to the
C6nsumer Price lndex ("CPl') increase, as measured by the nearest geographical
index, unless both parties mutually agree in writing to an alternative arrangement.
SECTION 4. TERMINATION
4,1
4.2
4.3
3.3
3,4
3.5
3.6
3.7
This Agreer"nent may be terminated by the City Manager upon 24 hours notice as
tlre City Manager deems appropriate.
This Agreement may be ternrinated for cause by the CONTRACTOR if the CITY is in
breach and has not corrected the breach within sixty (60) days after written notice
frorn the CONTRACTOR identifying the breach.
Notice of termination shall be provided in accordance witlr the "NOTICES" section
of this Agreement except that notice of termination by City Manager which City
Manager deenrs necessary to protect the public lrealth, safety or welfare may be
verbal notice whiclr shall be promptly confirmed in writing in accordance with tlre
"NOTICES" section of this Agreement.
ln tlre event this Agreement is termirrated for convenience, CONTRACTOR shall be
paid for any services performed to the date the Agreement is terminated; however,
upon being rrotified of CITY'5 election to terminate, CONTRACTOR shall refrain
from performing further services or incurring additional expenses under the terms of
RFP20l l-05 Pressure Cleaning Services Page 52 of 61
Exhibit A
this Agreement. coNTRACToR acknowledges and agrees that Terr Dollars
($10.00) of the compensation to be paid by clrY, the adequacy of which is hereby
acknowledged by coNTRACToR, is given as specific consideration to
coNTRACToR for clrY's right to terminate this Agreement for convenience.
4,4 ln the event this Agreement is terminated, arry compensation payable by CITY shall
be withheld until all documents are provided to CttV pursuantto SectionT.t of tlris
Agreement. ln no eveni shall the clrY be liable to CoNTRACTOR for arry
additional compensation, other tlrarr provided herein, or for any cot'lsequential or
incidental damages.
SECTION 5. I NDEMNIFICATION
CONTRACTOR shall indemnify, hold harmless and, at CITY's option, pay for an
attorney selected by the CITY, to defend the CITY, Weiss Serota Helfman Pastoriza
Cole & Boniske, P.L.; Calvin, Ciordano & Associates; and Municipal Technologies,
LLC, and any of its officers, agents, servants and employees from and against any
and all liability, suits, actions, damages, costs, losses and expenses, including
attorneys'fees, demands and claims for personal injury, bodily injury, sickness,
diseases or death or damage or destruction of tangible property, arising out of any
errors/ omissions, misconduct or negligent acts, errors or omissions of
CONTRACTOR, its officials, agents, employees or subcontractors in the
performance of the services of CoNTRACTOR under this Agreement, whether
direct or indirect and from and against any orders, judgmenis, or decrees which may
be entered thereon and from and against all costs, damages of every kind and
nature, attorneys'fees, expenses and liabilities incurred in and about the defense of
any suclr claim and investigation thereof,
CONTRACTOR shall indemnify, hold harmless and, at CITY's option, pay for an
attorney selected by the CITY, to defend the CITY, Weiss Serota Hetfman Pastoriza
Cole & Boniske, P.L.; Calvin, Ciordano & Associates; and Municipal Technologies,
LLC, and any of its officers/ agents, servants and employees from and against any
and all liability, suits, actions, damages, costs, losses and expenses, including
attorneys'fees, demands and claims sought by third parties related to any alleged
breach of any non-cornpetition of similar provisions.
s.3 CONTRACTOR shall indemnify CITY, Weiss Serota Helfman Pastoriza Cole &
Boniske, P.L.; Calvin, Ciordano & Associates; and Municipal Technologies, LLC,
and any of its officers, agents, servants and ernployees, for all loss, damage, expense
or liability including, without limitation, court costs and attorneys'fees that may
result by reason of any infringement or clainr of infringement by CONTRACfOR of
any patent, trademark, copyright, trade secret or other proprietary right relating to
services furnished pursuant to this Contract. CONTRACTOR will defend and/or
settle at its own expense any action brought against the CITY any of its officers,
agents, servants and employees, to the extent that it is based on a claim that
products or services furnished to CITY by CONTRACTOR pursuant to this Contract,
or if any portion of the services or goods related to the performance of the service
become unusable as a result of arry such infringement or claim.
5.1
5.2
RFP201 1 -05 Pressure Cleaning Services Page 53 of 61
Exhibit A
5.4 CONTRACTOR acl<nowledges that specific consideration has been paid or will be
paid under this Agreement for this hold harmtess and indemnification provision,
and further agrees with tlre foregoing provisions of indemnity and with tlre
collateral obligation of insuring said indernrrity.
5.5 The provisions of this section shall survive the expiration or earlier termination of
this Agreement. To the extent considered necessary by the City Manager and the
City Attorney, any sums due CONTRACTOR under this Agreement nray be retairred
by CITY until all of CITY's claims for indemnification pursuant to this Agreement
have been settled or otherwise resolved; and any amount withheld shall not be
subject to payment of interest by CITY.
SECTION 5. INSURANCE
ln order to insure the indemnification obligation contained above, CONTRACTOR slrall, as a
minimum, provide, pay for, and rnaintain in force at all times during the term of this Agreement,
the insurance coverages as set fortlr in the RFP.
SECTION 7. MISCEI-LANEOUS
7.1 Ownership of Documents. Unless otherwise provided by law, any and all reports,
surveys, and other data and documents provided or created in connection witlr this
Agreement are and shall remain tlre property of CITY. ln tlre event of termination of
this Agreenrent, any reports, plrotographs, surveys and other data and documents
prepared by CONTRACTOR, whether finished or unfinished, shall becorne the
property of CITY and shall be delivered by CONTRACTOR to the City Manager
wjthin seven (7) days of termination of this Agreement by either party. Any
compensation due to CONTRACTOR shall be withheld until all documents are
received as provided herein,
7.2 Audit and Inspection Rights and Retention of Records. CITY shall have the right to
audit the books, records and accounts of CONTRACTOR that are related to this
Agreement. CONTRACTOR shall keep such books, records, and accounts as may
be necessary in order to record complete and correct entries related to tlris
Agreement.
CONTRACTOR shall preserue and make available, at reasonable times for
examination and audit by CITY, all financiai records, supporting documents,
statistical records, and any other documents pertinent to this Agreement for the
required retention period of tlre Florida Public Records Act (Chapter 119, Florida
Statutes), if applicable, or, if the Florida Public Records Act is not applicable, for a
minimum period of three (3) years after termination of this Agreement, unless
CONTRACTOR is notified in writing by CITY of the need to extend the retention
period. Such retention of such records and documents shall be at CONTRACTOR'S
expense. lf any audit has been initiated and audit findings lrave not been resolved
at the end of the retention period or three (3) years, whichever is longer, tlre books,
records, and accounts slrall be retained until resolution of the audit firrdings, lf the
Florida Public Records Act is determined by CITY to be applicable to
CONTRAC"IOR'S records, CONTRACTOR shall comply with all requirements
RFP20 1 1 -05 Pressure Cleaning Services Page 54 of 61
7.3
Exhibit A
thereof; however, no confiderrtialiry or non-disclosure requirement of either federal
or state law shall be violated by CONTRACTOR. Any incomplete or incorrect entry
in such bool<s, records, and accounts shall be a basis for CITY'S disallowance and
recovery of any payment upon such entry.
ln addition, CONTRACTOR shall respond to the reasonabte inqLriries of successor
CONTRACToRS and allow successor CoNTRACTORS to receive working papers
relating to matters of continuing significance.
ln addition, coNTRAcroR slrall provide a complete copy of all working papers to
the ClrY, prior to final payment by the clrY, in accordance witlr the RFP for
CONTRACTOR services.
Policy of Non Discrimination. CONTRACTOR slrall not discriminate against any
person in its operations, activities or delivery of services under this Agreement.
CONTRACTOR shall affirmatively comply with all applicable provisions of federal,
state and local equal employment laws and shall not engage in or commit any
discriminatory practice against any person based on race, age, religion, color,
gender, sexual orientation, national origin, marital status, physical or mental
disability, political affiliation or any other factor which cannot be lawfully used as a
basis for service delivery.
Public Entity Crime Act, CONTRACTOR represents that the execution of this
agreenrent will not violate the Public Errtity Crime Act (Section 287.133, Florida
Statutes), which essentially provides that a person or affiliate who is a contractor.
consultant or other provider and who has been placed on the convicted vendor list
following a conviction for a Public Entity Crime may not submit a bid on a contract
to provide any goods or seryices to CITY, may not submit a bid on a contract with
CITY for tlre construction or repair of a public building or public work, may not
subnrit bids on leases of real property to CITY, may not be awarded or perform work
as a contractor, supplier, subcontractor, or consultant under a coniract with CITY,
and may not transact any business with CITY in excess of the threshold amount
provided in Section 287.017, Florida Statutes, for category two purchases for a
period of thirty six (35) months from the date of being placed on the convicted
vendor list. Violation of this section shall result in termination of this Agreement and
recovery of all rnonies paid hereto, and may result in debarment from ClrY's
competitive procurement activities. ln addition to the foregoing, coNTRACTOR
further represents that there has been no determination, based on an audit, that it
cornmitted an act defined by Section 287.133, Floricla Statutes, as a "public entity
crime" and that it has not been formally charged with committing an act defined as
a "public entity crime" regardless of the amount of money involved or whether
CONTRACTOR has been placed on the convicted vendor list. By submitting a
response to this RFP, Proposer certifies that it is qualified under Section 287.133,
Florida Statutes, to provide the services set forth in this RFP.
lndependent Contractor. CONTRACTOR is an irrdependent contractor under this
Agreement. Services provided by CONTRACTOR pursuant to this Agreement shall
be subject to the supervision of CONTRACTOR, ln providing such services, neither
7.4
7.5
RFP20l l-05 Pressure Cleaning Services Page 55 of 6 l
7.6
Exhibit A
CONTRACTOR nor its agents shall act as officers, employees or agents of the CITY.
Personnel policies, tax responsibilities, social security and health insurance,
employee benefits, purchasing policies and other similar administrative procedures
applicable to services rendered under this Agreement shall be those of
coNTRAcToR. This Agreement shall not constitute or make the parlies a
partnership or joint venture.
Third Party Beneficiaries. Neither CONTRACTOR nor CITY intends to directly or
substantially benefit a third party by this Agreement. Therefore, the parties agree
tlrat there are no third party beneficiaries to this Agreernent and that no third party
shall be entitled to assert a claim against either of them. Based upon tlris Agreement
the parties expressly acknowledge that it is not their intent to create any rights or
obligations in any tlrird person or entity under tlris Agreement.
Notices. Whenever either party desires to give notice to the other, such notice must
be in writing, sent by certified United States Mail postage prepaid return recelpt
requested or by harrd delivery with a request for a written receipt of
acknowledgment of delivery, addressed to the party for whom it is intended at the
place last specified. The place for giving notice shall remain the same as set forth
herein until changed in writing in the manner provided in this section. For the
present, the parties designate the following:
ClTY:John R. Flint, City Manager
Weston City Hall
17200 Royal Palm Boulevard
Weston, Florida 33326
With a copy to:
Jamie Alan Cole, Esq.
City Attorney
Weiss Serota Helfman Pastoriza
Cole & Boniske, P.L.
200 East Broward Boulevard, Suite '1900
Fort Lauderdale, Florida 33301
RFP201 1-05 Pressure Cleaning Services Page 56 of 61
7.8
7.9
Exhibit A
CONTRACTOR
Assignment and Performance, Neither this Agreement nor any interest herein shall
be assigned, transferred, or encumbered by CONTRACTOR, except witlr the prior
approval of the City Manager, which slrall be in lris sole and absolute discretion. ln
addition, CONTRACTOR shall not subcontract any portion of the work requirecl by
tlris Agreement, except with the prior approval of the city Manager, which shall bein his sole and absolute discretion. A list of all such subcontractors shall be
included in tlre Proposal. lf additional subcontractors are to be used cluring tlre term
of this Agreenrent, other than those submitted in the Proposal, a lisi of sucfi
subcontractors shall be provided to the City Manager, subject to his approval.
CONTRACTOR represents tlrat all persons delivering the services required by this
Agreement have the knowledge and skills, either by training, experience, education,
or a combination thereof, to adequately and competently perform the duties,
obligations, and seryices set forth in the RFP and to provide and perform suclr
services to CITY'S satlsfaction for the agreed compensation. CONTRACTOR shall
perfornr its duties, obligations and services uncler this Agreement in a skjllful and
respectable manner.
Conflicts. Neither coNTRACToR nor its employees shall have or lrold any
continuing or frequently recurring employment or contractual relationship that is
substantially antagonistic or incompatible with coNTRACTOR,s loyal and
conscientious exercise of judgment related to its performance under this Agreernent.
CONTRACTOR agrees that norre of its officers or employees shall, during the termof this Agreement, serve as an expert witness against clry in any fegaf or
administrative proceeding in which he or she is not a party, unless conrpelled by
colrrt process. Further, CONTRACTOR agrees that such persons shall not give
sworn testimony or jssue a report or writing, as an expressiorr of his or her expert
opinion, which is adverse or prejudicial to the interests of CITY in connection witl-r
any such pending or threatened legal or administrative proceeding. The limitations
of this section shall not preclude CONTRACTOR or any otlier persons fronr
representing themselves in any action or in any adnrinistrative or legai proceeding.
ln the event CONTRACTOR is permitted to utilize subcontractors to perforrn any
sewices required by this Agreement, CONTRACTOR agrees to prohibit such
subcontractors, by written contract, from having any conflicts within the meaning of
this section.
RFP20l 1-05 Pressure Cleaning Services Page 57 of 6l
Exhibit A
7.10 Contingency Fee. CONTRACTOR warrants that it lras not enrployed or retained
any company or person, other than a bona fide employee working solely for
CONTRACTOR, to solicit or secure this Agreement and tlrat it has not paid or
agreed to pay any person, company, corporation, individual or firm, other than a
bona fide employee workirrg solely for CONTRACTOR, any fee, commission,
percentage, gift, or other consideration contingent upon or resulting from the award
or making of this Agreement. Fora breach orviolation of this provision, CITY shall
have the right to terminate this Agreement without liability and, at its discretion, to
deduct from the Agreement price or otherwise recover the full amount of such fee,
commission, percentage, gift or consideration.
7.11 Materiality and Waiver of Breach. CITY and CONTRACTOR agree that each
requirement, duty, and obligation set fortlr herein is substantiaI and importarri to the
formation of this Agreement and, therefore, is a material term hereof. CITY'S failure
to errforce any provisiorr of this Agreement shall not be deerned a waiver of such
provision or modification of this Agreement. A waiver of any breaclr of a provision
of this Agreement shall not be deerned a waiver of any subsequent breach and shall
not be construed to be a modification of the terms of this Agreement.
7.12 Compliance with Laws. CONTRACTOR shall comply with all federal, state, and
local laws, codes, ordinances, rules, and regulations in perfornring its duties,
responsibilities, and obligatiorrs pursuant to this Agreernent.
7.13 Severance. ln the event a portion of this Agreement is found by a court of
competent jurisdiction to be invalid, the remaining provisions slrall continue to be
effective unless CITY or CONTRACTOR elects to terminate this Agreement. An
election to terminate this Agreement based upon this provision shall be made within
seven (7) days after the finding by the court becomes final.
7."J4 foint Preparation. The parties acknowledge that tlrey have sought and received
whatever competent advice and counsel as was necessary for them to fornr a full
and complete understanding of all rights and obligations hereirr and that the
preparatlon of this Agreement has been their joint effort. The language agreed to
expresses fheir mutual intent and the resulting document shall not, solely as a nratter
of judicial construction, be construed more severely against one of the parties than
the other.
7.15 Priority of Provisions. lf there is a conflict or inconsistency between any term,
statement, requirement, or provision of any exhibit attached hereto, any document
or events referred to hereirr, or any document incorporated into this Agreement by
reference atrd a term, statement, requirement, or provision of this Agreement, the
term, statement, requirement, or provision contained in Articles 1 through 7 of this
Agreement shall prevail and be given effect.
7,16 Applicable Law and Venue; Attorneys Fees and Costs. This Agreement shall be
interpreted and construed in accordance with and governed by the laws of the State
of Florida. The parties submit to the .lurisdiction of any Florida state or federal court
in any action or proceeding arisirrg out of, or relating to, this Agreement. Venue of
any action to enforce this Agreement shall be in Broward County, Florida. The
RFP2OI l-05 Pressure Cleaning Services Page 58 of 61
Exhibit A
parties expressly waive all rights to trial by jury for any disputes arisirrg from or in
any way connected with this Agreement. The parties understand and agree thatthis
waiver is a material contract term. This agreement is not subject to arbitration. lf any
party is required to enforce the terms of tlris Agreement by court proceedirrgs or
otherwise, whether or not formal legal action is required, each party shall pay its
own attorney's fees arrd costs.
7.17 Amendrnents. No nrodification, amendment or alteration in the terms or conditions
contained herein shall be effective unless contained in a written document prepared
with the same or similar formality as tlris Agreement.
7.18 Prior Agreements. This Agreement and its affachments constitute the entire
agreement between CONTRACTOR and CITY, and this document incorporates and
includes all prior negotiations/ correspondence, conversations/ agreerrents, ancl
understandings applicable to tlre matters contained lrerein and tlre parties agree that
there are no commitments, agreements or understandings concerning the subject
matter of this Agreement tltat are not contained in this document. Accordingly, the
parties agree that no deviation from tJre terms hereof shall be predicated upon any
prior represerrtations or agreements, whether oral or written. lt is further agreed that
no modification, amendment or alteration in the terms or conditions contained here
shall be effective unless setforth in writing in accordance with Section 7.17 above.
7'19 Drug-Free Workplace. CONTRACTOR shall maintain a drug-free workplace.
7.20 lncorporation by Reference. The truth and accuracy of each "Whereas" clause set
forth above is aclcnowledged by the parties. The attached fxhibits are incorporated
hereto and made a part of this Agreement.
7.21 Multiple originats. This Agreement may be fully executed in two (2) copies by all
partles each of which, bearing original signatures, shall have the force and effect of
an original document.
7.22 Headings. Headings are for corrvenience of reference only and shall not be
considered in any interpretation of this Agreement.
7.23 Binding Authority. Each person signing this Agreement on behalf of elther party
individually warrants that he or she has full legal power to execute this Agreement
on behalf of the party for whom he or she is signing, and to bind and obligate such
party witlr respect to all provisions contained in this Agreement.
7.24 Public Records. CONTRACTOR understands that the public shall have access, at
alI reasonable times, to all documents and information pertaining to CITY contracts,
subject to the provisions of Chapter 119, Florida Statutes, and agrees to allow access
by the CITY and the public to all documents subject to disclosures under applicable
law. CONTRACTOR'S failure or refusal to comply with the provisions of this
section shall result in the immediate cancellation of this Agreement by the ClW.
RFP20l 1-05 Pressure Cleaning Services Page 59 of 61
7.25
7.26
7.27
7.28
Exhibit A
Survival of Provisions. Any terms or conditions of this Agreement that require acts
beyond the date of its termination shall survive the termination of this Agreement,
shall remain in full force and effect unless and until the terms of conditions are
completed, and shall be fully enforceable by either party.
Truth-in-Negotiation Certificate. Srgnature of rhis Agreement by CoNTRACTOR
shall act as the execution of a truth-in-negotiation certificate stating that wage rates
and other factual unit costs supporting the cornpensation of this Agreement are
accurate, complete, and current at the time of contracting.
Non-Appropriation of Funds. ln the event no funds or insufficient funds are
appropriated and budgeted or are otherwise unavailable in any fiscal year for
payments due under this Agreement, then the City, upon written notice to
Contractor of such occurrence, shall have the unqualified right to terminate this
Agreement without any penalty or expense to the City.
Default, ln the event of a default by the CONTRACTOR, rhe coNTRACToR shall
be liable for all damages resulting from the default. The CITY may take advantage
of each and every remedy specifically existing at law or in equity. Each and every
remedy shall be in addition to every other remedy specifically given or otherwise
existing and may be exercised from time to time as often and in such order as may
be deemed expedient by the CITY. The exercise or the beginning of the exercise of
one remedy shali not be deemed to be a waiver of the riglrt to exercise any other
remedy. The CITY's rights and remedies as set forth in this Agreement are not
exclusive and are in addition to any other rights and remedies available to the CITY
in law or in equity.
ITHIS SPACE INTENTIONALLY LEFT BLANKI
RFP20l l-05 Pressure Cleaning Services Page 60 of 61
Exhibit A
AGREEMENT BETWEEN THE CtTy OF WESTON, AND
PRESSURE CLEANING SERVICES.
Approved as to form and tegality
for the use of and reliance by the
City of Weston only:
By'
Jamie Alan Cole, City Attorney
FOR
lN WITNESS WHEREOF, the parfies hereto have made and executed this Agreement on the
tespective dates undereach signature: City of Weston through its City Commlssion, signing by and
through its Mayor, authorized to execute same by Commission action on the day of
201 1; and authorized to execute
same, through its
CITY OF WESTON, through its City Commission
ATTEST:Byt
Eric M, Hersh, Mayor
day of 201 1
Patricia A. Bates, CMC, City Clerk
Byr
John R. Flint, City Manager
day of 241 1
(CITY SEAL)
day of
WITNESSES:
201'I
CONTRACTOR,
By
TITLE
Print Name Print Name
day of 2411
Print Name
RFP201 1-05 Pressure Cleaning Services
(CORPORATE SEAI)
Page 61 of 6'l
Exhibit A
CHAPTER 3 - CONTRACTOR'S PROPOSAL
RFP No. 2011-005 Request for Proposals for
Pressure Clearri ng Services
Published Septettrber 26 and October 3,2o11
CHAPTER 1
Exhibit A
CONTENTS
Letter of Intent
Statement of Organization: Form X
2011 Corporation Annual Report
State of Florida Certification
Broward County Business Tax Receipt
City of Dania Beach Business Tax Recelpt
Persorinel: Form 2
Equipmenfi Form 3
Experience/References: Form 4
Pricing: Form 5
Financial Stability: Accountant's Letter
Financial Statements/Tax Returns:
2010 Financial Statement
2O1O Federal Tax Return
2009 Financlal Statement
2009 Federal Tax Return
Litigation History: Bel Air Statement
Insurance: BelAir Certificates of lnsurance
Crlmlnal Convictions: Bel Air Statement
Non-Collusion Certification: Form 5
Drug-free Workplace: Form 7
Addenda: FormS
lndependence Affldavlf Form 9
Certification to Accurary of Proposal: Form 10
CFIAPTER 2
T
t
o
!
d
E
I
I
r
!
t
a
2c
3c
t
2-
2d
2e
2f
2E
3-
4
6
7
CHAPTER 3
5-5a
8- 13
L4-2L
22-27
28-35
36
37 -?7a
38
39 - 39a
40-AOa
4t
42-42a
4?-43a
44
!
I
!
I
CHAPTER 4
3
I
I
I
CHAPTER 5
a Proposal Security: Form 11
FORM 12 - ELECTION COMMITTEE RANKING 45
Exhibit A
CHAPTER 1
r Letter of lntent
r Staternent of Organization: Form 1
r zALt Corporation Annual Report
. State of Florida Certification
r Broward County Business Tax Receipt
I City of Dania Beach Business Tax Receipt
r Personnel: Form 2
' Equipment: Form 3
r Experience/References: Form 4
L
2d
2e
2t
2g
2-Zc
5-5a
3-3c
4
P.O. Box 266284
lVeston, FL 33326-6284
Phone: 954-749-2429
Fax: 954-925-4648
October 25,-201r
City of Weston
17200 Royal Palm Eoulevard
lVeston, FL 33326
R-E; RFP No. 2011-05 - Pressure Cteaning Services
To Whom if lVlay Concern:
We respectfully submit, for your consi<leration, our proposal herewith. Strirl proposal shall
remain valid nntil JarnuarT ZSr20lZ.
Documentation provided herervith shall conlirm that rve meet all qualifications set forth.
Furfher, we acknowledge and agree to abitle try all conditions an<l terms as set forth.ryithin
referenced RFP.
We have been providing various services to the lVeston for thc past l0 years antl look I'orrvard
to continue selvicing your needs in the future.
Thank you for your consideration.
Sincerely,
BEI, AIR MAINTENANCE, INC.
^,9/n, C3-.
.I:rson Laryrence, Vice President
JI,Nd
BEL AIR
"KEEPING YOUR CTY CTE.AN AND GREEN"
t
Exhibit A
FORM 1
CONTRACTOR'S STATEMENT OF ORGANIZATION
L.Full Name of Contractor:
Bel Air Maintenance, lnc.
Principal Business Address, Phone and Fax Numbers:
2648 Griffin Road
Dania Beach, FL 33312-5935
Phoner 954-749-2429 Fax: 954-925-4tr8
2. Principal Contact Person(s):
Jason Lawrence
Chad Lawrence
3. Form of Contractor (Corporation, Partnership, Joint Venture, Other)
Corporation
4.Provide names of partners or officers as appropriate and indicate if the individual has the
authority to sign in name of Contractor. Provide proof of the ability of the individuals so
named to legally bind the Contractor.
Page 2d -z0tlCorporate Annual Report (denotes corporate officers/titlesl
Page 2e - State of Florida (certification of service and incorporation|
Narne Address Title
Jason tawrence 1298 SW 3(hh Avenue,Fort tauderdale, FL 33312 Vice President (authorizedl
Chad Lawrence 1314 SE lst Street,Fort Lauderdale, FL 33301 President (authorized)
lf a corporation, in what state incorporated :Florida
RFP2011'05 Pressure Cleaning Services (Page 29 of 61)
-2-
8.
9.
10
Exhibit A
County or Municipal Business Tax Receipt No.
#125-22147 - Page 2f {County: Cleaningfianitoriat)
#12-0000594A1259 - Page 2g (City: CommericalJanitorial)
{Attach Copy)
SocialSecurity or Federal lD No
Fed lD No.65-1037476
List states and categories in which your organization is legally qualified to do business
lndicate registration or license numbers, if applicable. List states in which partnership or
trade name is filed.
Florida - Document # P00000084879 2d
IReeistratiol/lig.glHg number not, 3pp!!cable)
Have you ever failed to complete any work awarded to you?
lf so, note when, where and why.
Yes NoX
no response is required
11.Within the last five years, has any officer or partner of your organization ever been an
officer or partner of another organization that failed to complete a contract?
Yes_NoX lf yes, attach a separate sheet of explanation.
12. Within the last five years, have you ever had a performance, payment or bid bond called?
Yes_NoX lf yes, attach a separate sheet of explanation.
RFP2011-05 Pressure Cleaning Services (page 31 of 61)
-2b-
Current Principal Place of Business:
264S GRIFFIN ROAD
Fbi{r-lniioHRDALE, FL 333125s35 us
2011 FOR PR OFIT CORPORATION AN NUAL REPORT
DOCU MENT# P00000084879
Entity Name: BELAIR MAINTENANCE' INC'
FILED
Aor 23. 2011
Secr'etaryof State
New Principal Place of Busi[ess:
2648 GRIFFIN ROAD
DCruuteencn; FL 33312 us
New Mailing Address:
P.O.BOX266284
WESTON, FL 33326 US
FEt Numb.r Nol Appllcablc ( I Certiflca{o ol Status Dosircd t )
Name and Address of New Registered Agent:
LAWRENCE, JASONAVP
2648 GRIFFIN ROAD
DANIA BEACH, FL 33312 US
Current Malling Address:
P.O. BOX 266284
WESTON, FL 333266284 US
FEI ttumbon 65-{037476 FEI Numbcr Applied For ( )
Nama and Address of Current Registered Agent:
LAWRENCE, JASON A
826 NW 1OTH AVE
onNtA gEAcFl, FL 330042346 us
The above named entity submiF lhis statement for the purpose of changing its registered office or registered agent, or both,
in the State of Florida.
SIGNATURE: JASON LAWRENCE o4t23ln11
OFFICERS AND DIRECTORS:
litle:
Name:
Address:
Citlsl-zP;
Tllle:
Name:
Address:
City-St-Zip:
P
LAWRENCE, CFNO E P
2648 GRIFFIN ROAD
DANIA BEACH, FL 33312US
VP
TAWRENCE, JASONAVP
M48 GRIFFIN ROAD
DAI.IIA BEACH, FL 33312 US
t hereby certify that the information indicated o-n this report or supplementgl-leport is true and accurate and that mv electronic
sionature sha, have rhe same regat effect as ir maoe iriddioatiri inal 1gn1an.5rii6i iiioiiector orine corporation br the receiver
oitrustee empowsred to execute this repoft
"r,r"Cuir6eil
CnipGl6oT, Fiorida Statutes; and that my name appears above' or
on an attachment with all other like empowereo'
04t23t2011
srG
ectronic nature Officer or
2d-
VP
DateNATURE: JASON I-AWRENCE
BROWARD GOUNTY LOGAL BUSINESS TAX RECEIPT
t 15 S. Andrews Ave., Rm..A-100. Ft. Lauderdate, FL 33301-i89S - 954-831-4000' vALtD OCTOBER 1,2OL! THROUGH SEPTEMBER 30,2012
DBA:
Business Name:BEL AIR MAINTENANCE INC
Owner Neme: c{AD LAWRENCE
Business Location: 2648 GRIFFIN RD
FT IIAUDERDALE
Business PhonE: 954 -7 49 -2429
THIS BECOMES A TAX RECEIPT
WHEN VALIDATED
Mailing Address:
CHAD LAWRENCE
Po Box 266284
wEsToN, FL 33326
ReceiPt #=l!!-zz1a.t
Business fyne: liffirNG/irANrroRrAr''
Business Opened:03 / ot / zooL
State/Cou nty/Cert/Reg :
ExemPtion g66t'NoNExEMPT
This tax is levied for the privilege of doing business witrin Broward County and is
non+ogulatory in nature, You rnust meet all County and/or Municipality planning
and zoning reguiremonts. This BusinEss Tax Receipt must bE transfened when
the business is sold. business name has changed or you have moved the
buginess location. This receipt does not indicate that the business is legal or that
it is in compliance with State or local laws anct regulations.
(.TANI
Roorng Seats Employees Machlnes Prot€sslonals
THIS RECEIPT MUST BE POSTED CONSPICUOUSLY IN YOUR PLACE OF BUSINESS
5
Recelpe #138-10-00007995
PaLdA9/29/2olt 33.00
2011 - 20L2
For Vendlng Srrsinotr Only
Number of l[achlnes:Vendlng Type:
Tax Amount Transfer Fee NSF Fee Penalty Prior Yoars Couedlon Cost Tolal Paid
33 .00 0.00 0. 00 0 .00 0. 00 0 ,00 33.O0
2t
Exhibit A
FORM 2
PERSONNEL
For all principals of the CONTRACIOR and key personnel providing services sought in the RFP
provide a detailed resume indicating that individual's areas of expertise and experience. Resumes
must be provided in the following format, however, additional information may be provided at the
option of the coNTRAcToR.
Name and Title: Jason lawrence, Vice President
Years Experience with:
This Contractor: Eleven (11) years: 2000 to present
With Other Similar Contractors: Ten (10) yeani: 1990 - 2000 - Bel Air Cleaning
Education: South Broward High School
Broward CommunltY College
Degree(s) No
Year/Specialization notapplicable
Professional References: (List a minimum of 3)
Atlantis Management Services: Troy Modlin, Propefi Manager (9541 605'5484
Castle Managiment Group: Rey Nunez, Property Manager {954} 990-3633
Runway Growerc, lnc.: Rusty Hayes, President (954) 584'0269
Other Relevant Experience and Qualifications
Twenty one (211years pressure cleaning experience in Weston
MOT Safety Training Certification (See Page 3a)
List specifically the number of crew that will be assigned to provide services,
if awarded the Agreement, and identifo their respective tasks.
Five: (11 supervisor/traffic safety monitor, (31 pressure cleaning techs,
and (1) pressure cleaning/chlorine prespray tech
Attach applicable licenses for each individual performing services pursuant
to this Agreement.
not applicable
A.
B
c.
D.
b.
E.
F
RFP2011-OS Pressure Cleaning Services (Page 33 of 61)
-3-
Exhibit A
FORM 2
PERSONNET
For all principals of the coNTRAcroR and key personnel providing services sought in the RFpprovide a detailed resume'indicating that individual's areas of expertise and experience. Resumes
must be provided in the following format, however, additional information may be provided at theoption of the CONTRACTOR.
Name and Title: Chad Lawrence, president
Years Experience with:
This Contractor: Eleven (11! years: 2fi)0 to present
with other similar contractors: Ten {10) yearc: 1990 - 2000 - Bel Air cleaning
Education: South Broward High School
Broward Community,College
Degree(s) No
Year/Specialization notappllcabte
D.Professional References: (List a minimum of 3)
Atlantis Management services: Troy Modlln, property Manager (9541 605-54g4
castle Management Group: Rey Nunez, propefi'Manager (954) 990-3633
Runway Growerc, lnc:: Rusty Hayes, president (9541594-0269
Other Relevant Experience and eualifications
Twenty one (21) years pressure cleanlng experience in Weston
List specifically the number of crew that will be assigned to provide services,
if awarded the Agreement, and identify their respective tasks.
Five: {1) supervlsor/trafflc safety monltor, (3} pressure cleaning techs,
and (11 pressure cleaning/chlorine prespray tech
G.Attach applicable licenses for each individual performing services pursuant
to this Agreement.
not applicable
A
B
c.
E
F.
RFP2011-05 Pressure Cleaning Services (page 33 of 51)
3b
Exhibit A
FORM 3
EQUTPMENT LIST
ln the space below, list the type and quantity of all equipment that will be utilized to complete this Project:
RESSURE WASHER SKID UNITST 3500 PSI @ 8 GPM 24 HP HONDA/GEN PUMP WMI N 5OO GAL WATER TANKs (HVE) P
4 (FOUR) CHE MICAL PUMPS: SUREFLOW tzv 45 PSI @ 3.5 GPM
MARKING INDUSTRIAL PRESSURE HOSE 45OO PSI2,200 FEET NON
ER GUNS: 5000 PSICAPACITY6 (SrX)TRIGG
SPEED SURFACE CLEANERS : WHISPER PRO PIATINUM SERIES 19 CIASSIC5 (SrX) HIGH
lTRAILER MOU NTED ADVANCE WARNING ARROW PANEL
1 ADVANCE WARNING ARROW PANEL
100 CHANNELIZED DEVICES (CONES,BARRICADES,ETC.)
17 WARNING SIGNS
WORK ZONE SIGN SUPPORTS10
12 CLASS 2 HIGH-VISIBILITY SAFETY APPAREL
5 SAFETY FLAGS
4
RFP2011-05 Pressure Cleaning Services (Page 34 of 61)
Exhibit A
FORM 4
REFERENCES
The coNTRAcToR shall furnish references for providing, in Broward, Miami-Dade or palm Beach
counties, pressure cleaning services for facilities of similar size and scope as the clry,s facilities.
Use additional sheets if necessary.
Name of Entity:
Address:
Citv of Weston
t72OO Royal palm Boulevard
L.
Weston, FL 33326
Phone Number: 954-385,2000
Principal Contact Person(s): Note: per RFp E. - unable to provide
Description of Service and price: pressure ctean sidewalks,curbs, gufters,monumgnts,
city park facilities, etc. Current rate effective since 101O7: $ .08 psl5q 1.
Year Contract ln itiated:
Date of Completion or
n/a and percentage
lf cornpleted, percentage
forces: not
not icable - service provided as needed since 2002
if not completed yet, anticipated date of
of project completed not applicable
of the cost of the work performed with your own
12270 SW 3rd Street, Suite 200
completion:
2.Name of Entity:
Address:
Castle Ma
Plantation, F[ 33325-2811
Phone Number: 954-tgZ-6O00 Ext g9g
Principal Contact person(s): Rev Nunez
Description of service and price: pressure clean sidewalks , curbing, monu ments,
and buildings. Price varies per (Average annualsales amount - $138,616.)
Year Contract lnitiated not applicable - seruice provided as needed since 2005
Date of completion or if not compreted yet, anticipated date
n/! and percentage of project compreted not appricabre
of completlon
RFP2011.05 Pressure Cleaning Servlces (page 35 of 61)
-5-
Exhibit A
CHAPTER 2
r Fricing: Form 5
r Financial Stability: Accountant's l-etter
I Flnancial Statements/Tax Returns:
zOtA Fi nanci a I Statement
2010 Federal Tax Return
2009 Financial Statement
2009 Federal Tax Return
6
7
8-13
L4-2L
22-27
28-35
Exhibit A
FORM 5
PRICING
(revised lO/L7hI)
The coNTRACToR offers the following for providing all labor, materials, equipment, etcperform pressure cleaning services in accordance with the scope of work.
0.08 per square foot (with pre-spray algaecide treatment)
0.o7 per square foot (without pre-spray algaecide treatment)
80.00 minimum charge for areas less than 1,000 square feet
ITHrS SPACE TNTENTTONAIrY IEFT BIANKI
to
s
s
s
RFP2011-0S Pressure Cleaning Services (page 37 of 6X)
-6-
Exhibit A5naTax t492 East Brorvard BIvd
Ft Lauderdale, FL 33301
Phone: (954) 749-2701
wrvrv.SnappyTax.comlYe :llillie'fct 'finrc..1 Strop
06/24n011
To Whom It May Concern:
We have been the accountants for Bel Air Maintenance for the past ? years.
We have reviewed the following financial reports for Bel Air Maintenance, Inc. as of December 31,
2010. These reports are the responsibility of the organization's management. Our responsibility is to
express an opinion on these reports based on ow review.
We conducted this review and created this report in accordance with generally accepted accounting
practices. These practices require that we plan and perform the review to obtain reasonable assurance
about whether the financial statements are free of material misstatement. A review includes
examining, on a test basis, evidence supporting the amounts and disclosures in the financial
stat€ments. A review includes assessing the accounting principles used and significant estimates
made by management, as well as evaluating the overall financial statement position, We believe that
our review provides a reasonable basis for our opinion.
In our opinion, the financial statements refened to above present fairly, in all material respects, the
financial position of Bel Air Maintenance, Inc. as of December 3 l, 20 l0 in conformity with generally
accepted accounting principles.
Sincerely,
Benjamin Burke
Senior Tax Practitioner & Adviser
IRS PTIN# P00413627
IRS EFIN# POO4I3627
tRS CAF# 650600713R
-7-
Exhibit A
Bel Air Maintenance, Inc.
Balance Sheet
As of December 31, 2010
Dec 10ASSETS
Current Assets
Checking/Savings
Suntrust #SS2O (S1)
DcAcct #7233 (SZ)
OperaUng Account
Petty Cash Acct
Total Checking/Savings
Accounts Receivable
,A/R (A/R)
Total Accounts Receivable
Other Current Assets
Security/Related Deposits
Misc/Other Deposits (Utilities)
Otflce Rent & Security Deposit (Last Months Rent)
Weston Commercial C-enter
Total Security/Related Deposits
DEPOSTTS (DEPOSTT)
Iotal Other Current Assets
Total CurrentAssets
Fixed Assets
Fixed Assets (MASTER AccouNT)
Less Accum Depreciaflon
loqRujer SVstem (Downtown Computer Services)
Equip & Machinery (Job Related)
#30L - 2002 SUCO TL - p/W (vIN 1 5900 10 262T3 03s74)#302 - 1999 ASPTTL_525GWT_CHLR (VrN NOVrN OZO-Oe'6orssl
#303 . 2007 SUCO TL_P/W-CHLR (vrN 1 s9o0 L2 2s713 0374)
#304 - 2008 pSI TL-Arrow Board (VIN 11003104)
#30s - 2008 Water Dog (VIN L TXFJ LO 2XB1O 81090)
Total Equtp & Machinery (Job Retated)
Vehlcles
#L0t - r99Z Ford F150 Whi pk (VrN Z FTDF 07 W9VCA 1481)
#103 - 1993 Ford F4s0 TK Whr (VrN 2 FDLF 47 MgpCA 21049)
43,3L3.&
6,535.74
4,807.22
200.00
54,856.60
50,404.89
60,404.88
260.00
2,060,00
1,223.00
3,543.00
1,785.00
5,328.00
120,589.48
-131,789.00
4,048.99
7,834.00
7,350.00
9,875.00
6,580.00
12,051,00
43,690.00
2,500.00
4,500.00
-8-
Exhibit A
Bel Air Maintenance, Inc.
Profit & Loss
January through December 2010
lan - Dec 10
Ordinary Incorne/ExPense
Income
Other Income
General Sales (Undefined)
Sales
lanitorial Service
MonthlY Cleaning
Total Janitorial Service
Malntenance Senrice
Inigation Seruice
Grounds Maintenance
Jan i tori a I - M a i ntenan ce
F/C - Lawn & Pool Maintenance
Maintenance & RePairs
Total Malntenance Serulce
Painting/Sealing Related
Pressure Cleaning
Watering Seryice
Other Seruices
Emergency & Water Damage Related
Fl oor/CarPet Treatment
Supplies
Misc Other Services
Total Other Services
Residential Services
Customer Discounts
Sales'Other
Totalsales
Totallncome
Cost of Goods Sold
Misc Labor
Supplies & Material
Other Subcontractors
Total COGS
Gross Profit
Expense
Medical- Dental
Professional Fees
00
00
25
0
137,143.50
137,143.50
10,213.91
32,400.16
150.00
13,030.00
715.00
56,509.07
32,000.00
404,560.06
93,732.7L
2.805.00
6,021.89
9,055.06
1,450.00
19,332.95
24,83o.oo
-10,843.90
0.00
757,364.39
757,389.39
1,675.00
54,081.57
3,960.00
59,776.57
697,672,82
1,133.00
1,000.00
10
Exhibit A
,"- { 120S U.S. lncome Tax Return for an S Corporation
> Do not lile thls form unl€s$ tho corporailon has filed or is
Doparlmont ot tho Trcaaury
lnldfrat R6a6nuo Swko
attaching Form 2553 to eloct to be an S corporatlon.
For calendar 2010
B
nmb3r (sos i,studbas,
ass€tg
information.
OMB No. 154$0130
2@10
2553 if not already filed
nb
PTIN
C cherifsci.
attEdrsd T
G ls lhe corporation electing 10 be an S corporation beginning with this tax year?Yes No lf
I Enter the number of who
Cauiion.lrads orbuslness inqme and
Unaer panaltbJif
:nd conphto.
Sign
of
Paid
Preparer
Use Only
For Paperwork Reductlon Act Nollce, see sepErats instructions.
(HTA}
o
o(t
tr
H Check if: (f )
(4)
Final relum
Amended relurn
(2) f Name change (3)
(5) n S aecfion termination
[-l Address change
or revocatlon
of thB tax
on lines la 21" See the
thal I hew examlned ttdt r€tum, LrJudhg ffipsnyl.tg sciedulor and stsiemanF, and to rie b6stpEpaFr (ohtr than tapay6r) iB b#6d on all intomatbn of rhich propaFr hee sny knwledgo,
Firm's EIN
PhonE no.
o
a
.o
oJ
oc
o
0,o
ID
o
(,
th
q
d,
(!
A
E
dt
Xr!t-
Mry lhe lRg dlso3s thi3 rubh
(s€o
th6 prepaM shocdl bdfl
trutuciltro)? EVu, INo
1a
2
3
4,
5
6
Cost of goods sold (Schedule A, tine g)
Gross profit. Sublract line 2 Fom line 1c
N€lgain (foss)from Form479l, part ll. line 1Z (altach Fom 47gT)
Other income (loss) (see rhslruclbns-altacfi statement)
DGmss recepls or salos b Legs lelums and albwances
1
16
{9
7
I
I
t0
l1
12
13
14
,15
16
17
l8
19
20
Compensation of offi cers
Salanles and wages (less employm€nt cr€dits)
Repairs and maintenanca
8ad debts
Rents
Taxes and lic€nses
lnterest
Dopreciation not claimed on Schedule
Depletion (Do not deduct oil and gas
Advertising
Pension, profit-shadng, etc., plans
Employee benefil programs
Form 4562)Aor
"_' ':-
_
Total doducuons. Add lines z
Other deduction s (atlach
22a Excess net pasgive income or
b Tax from $chedule D
c Add lin6s 22a andz2b (see
23a 2010 estlmated tax payments
u
25
26
b Taxdeposited Form 7004
onc Credit for
d Add lines 23a
lhan the tot6l of lin€s 22c and 24, enter amount owed
is larger than the total of lines 22c and 24, enter amount
>[]
rf
(sea instructlons)
Form 4136)
tf line
Check if Form 2220 is attached
IaxesJ
credited to 201
pteparols nam6
cnec* n it
Fim'3
Slsts
3trest, and room no. It a P.o.seo inglructions.TYPE
OR
PRINT City or
-t4-
ZIP cod6
rorm 1 120$ 1zoro1
Shareholders' Pro Rata Sharo ltems (continued)
t1
12a
128
12cl2l
12d
11 Section 179 deducllon (attach Form 4562)
12a Conlrlbutions. ,
b lnvoslment interest expense
c Seclion 59(eX2) expenditures (1) Type )(2) Amount )
d Otherd€ductions
13e
Ith
13c
t3d
lee
't3f
13q
f3a Low{ncomE housing credit (section 42(lX5)) .
b Low-incomo housing credit (other) .
c Qualified rehabilitation expendituree (rental real e$tiatel (attach
d Other r€ntal real estate cr€ditrs (see mstructrbns) . .Type )
o Oth€r rental credits (see r;?slructions) . . Type )
f Alcohol and cellulosic biofuel fuels credit (attach Forn 6478)
Other credits
Form 3468)
{4b
,tln
1tu
,tdD
'l/ta
l4h
{{l
.l4t
t4k
.t4l
ltlm
Gross inmme sourced at shareholder level
Foreign gross income sourcod at corporale lavel
Passiva category
Gen€ral category
Other (atlach stdte fi an t)
Deductions atlocated and apportioned at shareholder leval
lntete6t expense
Other
Deducllons allocated and appodioned al
Passiv6 calegory
General category
Other faflsch sldtemenl)
Accrued
statem€nt)
Ievel to foreign source income
s
h
Reduclion in taxes available
Other tax
11a
b
c
d
e
f
i
j
k
Namo of counlry or U,S. Possession D
Gross income horn all sourceg
Othdr infoftnation
Toial for€lgn taxes (check one);
'l5a -'1.189
't5b
l5c
lad
,t 5e
15f
income
l5a Post-l9SEdepreciation
c Eleplelion (other than
b Adjusted gain or
tl Oil, gas, and geothermal
f OtherAMT
e Oil, gas,
16a
l6b
16c 2.395
.t 6d
16e
16a
b
c
d
e
statement if requlred) (saa instructions)
from shareholders .of
l7^
17b
,t7a
l7a lnvestmentincome
b lnvestm€ntexpenses
c Oividend dislributions paid ftom accumulaled eamings and profits
slatemenl)d Other items and amounts
t8 22,604
l8 lncome/loss reconciliotion. Combina the amounls on lines 1 through 10 in tho far right
column. From the result, subtract ihe sum of lhe amounts on lines '11 through 12d and 141
Exhibit A
3Form 1120S (2010) Bel Air
otal amount
rom 1120S (zoto)
oc
.9
o:l€
rDo
a
€o
(J
o
,9
.J
ruo
IE
q
ctr'6
ot,.
o
tso
xo.6>t-E.6Ec5!E
=';{=
ott=oEai
Hfi
.1,
o
o
-16-
Form
D€palbncnt ol lh€ Trsasury
lnte6al R6wnue Sewlca
on retum
Bel Air
Election To
Note: /f havo ,blod
I Maximum amount (see instructions)
Exhibit A
Depreciation and Amortization
(lncluding lnformation on Listed property)
Certaln Propefi Under
Paft V befo'e Part l.
4562 ' OMB No.154$0172
2MA
Attactlmenl
67
numbsl
2 Total cost of section 179 proparty placed in service (see instructions).3 Threshold cost of section 179 property before reduction in limitation (see instruc,tions)4 Reduction in limitation. Subtract line 3 from line 2- lf zero or less, enter _G
5 Dollar limitation for tax year Sublract line 4 ftom line 1. lf zero or less, enter-0-. lf manied filing ' ,. ,
7I
I
t0
1',
12
ol
0
0
instructions)
14
15
l6
depreciation allowance qualified property than in service
during the lax year (see instructions)
Property subject to section 168(0(1) election .
Olher
17 MACRS s for assets placed in service in
18 lf you are elecling to group any assets placed in
general asset accounts, check here
B.the
(a) Classification ot property
h Residential
c.
2Oa
21 Listed property. Enter amount from
Total. Add amounts from line 12, lines 14 lhrough '17, lines 19 and 20 in column (g), and line 21
Enter here and on the appropriate lines of your retum. Partnerships and S corporations - see
For assets shown above and placed in service during the current year, enter the portion
For Papenvork Reduction
e
(gl oeEedatbn deduclion
22
23
Business or activity to whictr relales
EEtril
lb) Cost (business use onlvli,{c, Eleclsd cost
?
7
{0
17
t3
14
v
15
17
th6 tax year into one or more
bEfore 2010
1u1 qldnnanu
.Yfatplar.4d)
../' in servicef
\ (-c,l Basis tor doprecl€ilon
(bDoipe s/i rwestnont us a
, only-se6 instuctions)
(dl Recovery
p6riod {e} Conventon {f} Method
a 3-year property
25 vrs-s/L
27.5 vrs.MM S/L
27-Svrs,MM s/L
real
M
40 vrs.MM
Summarv
1
23
iTITI
{HTA}
Act Notice, s€o separate tnstrucdohs.
-18-
Form 4562 (2010)
rlt rfiloi,nlmE, tE 0*10J74
ItnaE6{n
Exhibit A
Form 4582 Statement. t'120S
.)3bPlr€d
ln gdd6 Asul
Codo
B!.UT
9(
C6ltr
oth6r
sac us
DedEiloar
ctl(n spoctl
Albt{qa
sdEgtr
VrlE
RFyray
A6!b,
Fltqrtfy
Pr'lod
tilllrxl gs
6!oar
arn
PrtaAcq$L
o.pta,
l?e E6.h
20t0
0oFie
t €sl9dal ol
Frtpclry AcofrNo.
4,o
7.It
It.3
9.?
4,4
4.5(
3.31
ze
2.,4
7.€t
13.31
14.d|
tg.:tt
3A
r.rto
at0!
t,7iIl
80s
o
{0t
0
3.6r
1.S00
1.0?5
3,0n
g0gt
sla
6,3s
9.1&t
7.59
3.760
4.m
2.84e
a50o
1E,gl8
0,000,il.6t0
'r,60
$.&t
HY
HY
HY
fiY
HY
HY
HY
ltY
HY
HV
HY
r{Y
lrY
?!ODB;)
2OODB
2!003
2008
5
?
T'l
7
teosl
9Er5 -..s2N
28.5er
6.000
12919
!r.975
o,4--
o
o
0
0
0
0
0
0
0\-0
0
8,0{l(,
0
0
0
0
0
0
0
0
0
o
o
0
0
0
o
0
3,?00
0
0
0
0
o
o
0
0
0
0
0
0
0
1,834
12,05t
9,sts
8580
456
4.qt0
a50o
28598
10.000
17,0,t9
1qr75
?1.5S
al
r00.00tt
t00.00*
Fr0Fl0
I
r0t
r@
304
Jrid
:B
!.12
r0t
It0
It3:6
'00
an
cc.trFrba ryrtrn
2lX!2slffiTL
ilEff200t
20dt
Wdaooe
8ffiTL
l r.r.44+r&|IV
',wnodldrtry gr8,10dt
FOROFlSorrvHrrE 0ftA004
A!0{ rcRDF:EOWHIIE aI1IZ0'J?
?0olturdTrudt
6fi!2018
7t11t2fp,6
lztgim@
12nEr2A8
F6
Fto
Fl0
i00.0c4
ro.00r
r0,00tg 20008
2,500
2l,590
2OODF
2m08
?0004
2(n08
?m08
20008
2qxtl
froa€
{.500
4.000
vd 100.00t&v3 100.0{}i4v€ r00.001ev€ 100.00t6v-7 rm.o{!!l\47 1m.00llv-7 10.q,ratJ.t 100,0016.
'tgst
toet
200rt
2odt
''xlt
10fl0120@
T$NID.I
ElatafrD
19 8llgz(nl
Clnrygtqado
cho/te9Va
dHtSh,utdo
Told Erbd Fp hit > 5091bldn6 u..
Subrod Llsted Pmporly ?:r.6t6 ts.8&t 87.{l
AmuC doprodslbn qnd uriodfrafid
sp6dsl sldrenca 6Eip(s!|'prorqty cine lrt) - drmrrt ysar 888otB
Sprdal dbrlar€- Unld p.opon, {Una 25}-c!m{tyorf cr.rt!
Sedion 179 dcdnrilon dsinsd (lndudd p.lory€|' dbalorrsd)
Sscfofl 178 dod&don crnhd ftflyard fo hfise yssr
SoCio.r l7g.la4,rc{on (lllr. t2} rrpoaH on Sdlodile K
Lffs smorlb8uofl Indud.d ln lobl annual dlolldauorl and Bflrrlizadon (lha 44)
2t,Gro
o
0
o
0
0
0
Fonn 45lEl , Llno 2l 2r,@0
-20 -
Exhibit A
Bel Air Maintenance, Inc.
Balance Sheet
As of December 31, 2009
31, 09ASSETS
Current Assets
Checking/Savings
Suntrust #5526 (S1)
DCAcct #7233 (52)
Operating Account
Petty Cash Acci
Total Checking/Savings
Accounts Receivable
A/R (,4/R)
Total Accounts Receivable
Other Cunent Assets
Security/Related Deposits
Misc/Other Deposits (Utilities)
Office Rent & Security Deposit
Weston Commercial Center
Total Security/Related Deposits
Total Other Current Assets
Total Current Assets
Fixed Assets
Fixed Assets (MASTER ACCOUNT)
Less Accum Depreciation
-CoTpujelsystem
(Downtown Computer Services)
Equip & Machlnery (Job Retared)
#301 - 2002 suco TL _ p/w vrN 1 s900 L0 262T3 A3s74#302 - 1999 ASPTTL-525GWT-CHLR VIN NOVIN-02-006 60169
#303 - 2007 suco TL-p/W_CHLR VIN 1 5900 1225713 03744
#304 - 200e pSI TL-Arrow Board VIN 11003104
#305 - 2008 Water Dog VIN 1 TXFJ t0 2X810 g1690
Total Equip & Machinery (Job Retated)
Vehicles
#101 - L997 Ford F150 Whi pk VIN 2 FTDF 07 W9VCA 14814
#103 ' 1993 Ford F450 TK whi vIN 2 FDLF 47 MgpcA 21049
LL,7U.77
6,t26.46
4,807.22
200.00
22,9L8.45
61,331.85
61.331-85
334.00
2,060.00
1,173.00
3,567.00
3,567.00
87$t7.30
-110,759.00
4,049.89
7,934.00
7,350.00
9,875.00
5,580.00
12,051.00
43,690.00
2,500.00
4,500.00
-22-
Ord inary Income/Expense
Income
General Sales (Undefl ned)
Sales
Janitorial Seruice
Monthly Cleaning
Total Janitorlal Seruice
Maintenance Seruice
Irrigation Serulce
Grounds Maintenance
lan itorial-Mai ntenance
F/C - Lawn & Pool Maintenance
Maintenance & RePairs
Maintenance Service - Other
Total Maintenance Seruice
Painting/Sealing Related
Pressure Cleaning
Watering Senrice
Other Services
EmergencY & Water Damage Related
Floor/CarPet Treatment
SuPPlies
Total Other Services
Residential Senrices
Customer Discounts
Sales - Other
TotalSales
Total Income
Cost of Goods Sold
Misc Labor
Supplies & Material
Other Subcontractors
Total COGS
Gross Profit
Expense
Misc Expenses
Medical - Dental
Professional Fees
Accounting
Professional Fees - Other
Exhibit A
Bel Air Maintenance, Inc.
Profit & Loss
January through December 2009
Jan - Dec 09
0.00
158,652.63
158,652.63
18,092.72
38,103.00
4,2O3.45
17,085.00
3,450.99
432.50
81,367.56
55,532.00
447,779.47
103,585.25
355.00
1,975.00
11,165.18
13,495.18
L7,283.75
-3,900.79
0.00
874,795.L5
874,795.L5
620.00
65,Lt7.28
8,110.00
73,847.28
800,947.87
0.00
1,109.56
1,750.00
1.810.00
Total Professional Fees
-24-
3,550.00
Exhibit A
Bel Air Maintenance/ Inc.
Profit & Loss
January through December ZOO9
AUto
Liabitiry
Workers Comp
Total Insurance
1099 Subs
Subs/Other (1099 N/A)
BAM
1099 Subs. - Other
Total 1099 Subs
Salaries & Wages
Field
Janitorial
Office - Clerical
Special projects
Salaries&Wages_Other
Total Salaries & Wages
Travel & Lodging
Total Expense
Net Ordinary Income
Net Income
Monthly Rental pymts
107R - 2006 ChevStvrdol500
108R - 2006 ChevExpVn
Total Monthty Rentat pymts
Tags & Registration
Tolls & parking
Auto & Equipment Exp - Other
TotalAuto & Equipment Exp
Bad Debt Expense
Bank/Related
ATM Fees
Monthly Fees
Other Bank Fees
Vendor Fees
Total Bank/Retated
,D_"Il-"_"lqilonExpense(DepreciationExpense)lnsurance
Jan - Dec 09
7,822.44
5,748,24
72,97o.69
1,896,94
633.45
85.45
111,073.52
145.00
829.35
1,745,4O
264.20
768.00
3,606.95
44,715.O0
77,520.44
1,491.48
5,065.16
24,O77,O9
30,831.45
186,445.53
22,925.49
24O,202.47
29,950.00
L,726.96
3t,257.39
4,483.47
215,229.19
282,046.A7
t,763.4O
818,813.49
-L7,865.62
-1?.ffi
-26-
box, sg€and room or
3331 2-5935Ft I auderdele
llame
no,a
Statoot
FI
UBs
rRs
label.
pdnt or
type.
-- 1 120S
Exhibit A
U.S. lncome Tax Return for an S Corporation
attaching Form 2553 to 6lect to bo an S corporatlon'
Yeg No lf
OMB No. 154il130
2009Dopa,ihsnl of the Treasury nstructlons.
For 2009
A s oledon efloctivo daut
B Busims activity codo
numb€t fs9 ,hstucrioE,
C Chsckilsch.
anachrd
Firm's narn6 (ot
yours if s€tf.employod)'
addres6, 6nd zlP cods
For Privacy Acl and Papenivork Reduciion Act Notice' see sepamte instructions.
incorporated
ass6ts (s€a
o
Eoo
o
a
o
o
e
a
'0,
o
G ls ihe corporation electing to b€ an S corporation beginning with this tax year?
H Check if (1)Final relum {2)Name chango (3; I nadress change
(41
!!Am€nd€d rotum (5)
nl S election iermination or revocation
I Enter lhe number of shareholdere who wete shareholders of the lax
Cauhon. lncluda trada or business iname and on lines la 21. See the
6
o,tr
(tg
lt
(l
xct
Under P€naltios thal I haw oxamired lhis mtum, incbdlf,g aeompanyhg schsdulss and slslmflt!, and to th€ b€st of
Sign
Here
and mmplele. D*l€lElion ot FrcpaEr (othor than ta)Qayd) i6 b$ed on a[ inlomatls ol which prcpatet has any knflledg€'
Preparer's
signElura
more infomallon.
2553 if not alteady filed
Prepa.6Cs sSN or PTIN
Paid
Preparer's
Use Only
la
2
3
4
J
Cost of goods sold (Schedul€ A' line 8)
Gross proflt. Sublract iine 2 from line 1c
Net gain (loss) from Form 4797, Part ll, lins 17 (aftach Forn 4797)
Other income (loss) (sea,'hsfruclions--affach slalema nt)
b Less relurns and allowanoesGross receipts or saleg
I
77
5
4
7
I
I
10
11
12
13
14
t5
t6
17
18
19
20
Compensalion of officers
Salariss and wages (less employment credils)
Repairs and mainlenanca
Bad debts
Rents
Taxes and licenses
lnlerest
Fom 4562)on ScheduleclaimednotOepreciation
deductnot andoil gaE{Do0epletion
Advertising
etc.::r;7plans !::_'-'protit'sharing,Pension,
benefit programsEmployoe
lotal deductions. Add lines 7
Other deduclions (aftach
22a
b
c
23a
b
c
d
24
25
26
smaller lhan the total of lines 22c and 24, €nter amount owed
tn
taxes)
overpayment credited to
is larger than the total of lin€s 22c and 24,enter amounl
Tax deposited Form 7004
fsee rnslructions]
Fom 4136)
owed. lf lina
lf line
Cheok if Form 2220 is atlached
ofExcess net Passive
Tax Fom Schedule D
Add lin6s 22a and 22b
2009 estimated lax PaYments
onCredit for
Add lines
X
tho Feparsr shown beltr
Yet [*.
IRS dirns tt's retum
(sd€ inslrudb8)?
Oals Ched( if self-
employed
(HTA)
-28-
rorm 1120S (zoog)
11 Section 179 deducrion /atfactr
12a Conlributions.
b lnvestment int€rest €xpenss .
(2) Amount D
Fom 4562)
c S€ction59(e)(2)expenditures (i)Type )
b
c
d
I
t
13a Low-income housing credit (secilon 420)(O))
Lowlncome credithousing (olher)
Qualified rehabilitation expenditures {rental real estale)Form(aftacrt 3468)
rsnlalOther real estate credits fse€irctruclions)Type
Other Iental c.€dits (sea instructions)Type
andAlcohol biofuelc€llulosic fuels ctedit Form(attach 647e)
1{t
1
Accrued
slatement)
b
c
d
€
s
k
14a Name of counlry or U,S. possession D
.n Reduction in iaxes available
Othar informalion
t Total foreign texes (check ono): ;
income
15a Poshl986 depreciation
c Deptetion (olher than oil
b Adjusted gain or
d Oil, gae, and geohermal
e Oil, gas, and
1
16a
b
c
d
{7a lnvestment income
b lnvestment expenseg
c Divid€nd distributions paid from accumulaled eamings and profits
t8 reconlncome/loss clliatlon.Combine the amounts lineson I ln10 thelhrough far righiFromcolumn.thesubtract sum of lhe amounts lines 2d 14t -1
Exhibit A
AirForm 11205
.D
o
(,attoo
o
EoLo
v,c
.9
o(!
g,
(U
.9
d,
otL
tt'CL€oo9dt= o
tEo<f oll'ohoFE6o!,
xo-|!>F'!t -6Ec:lbE
='F{E=
tt,
Eo
=
c..9
drdEE
-g
rorm 1120S eoos)
-30-
Form
Name(s) shown on retum
tf
1 Maximum amount. See the instruciions
4 Reduction in limitation. Subtract line 3
5 Dollar limitation for tax yeer. Subtract
Exhibit A
Depreciation and Amortizatio n
(lncluding lnformation on Listed Property)
Under
v
for a higher limit certain businesses
4562
or line instructions)
OMB No. 1545-0172
Attachment
(s)
Depreciation deduction
470
5
o€parurunt of thc Tr€6qY
lntEmal Rflenue S€aka
number
2 Total cost of section 179 property placed in servicE (soe instructions)'
3 Threshold cost of seclion-170 properly before reduction in limitation (see instructions)
from line 2. lf zero or l€ss, enter -0- "-,i-*:*rai
line4ftomline 1. lfzero orless, enter-0-. lfmaniedtiling'-'''
of
0property. Enter amount from
8 Total elected cost of section 179 property: Add amounls in column (c), lines 6
9 Tentative deduc'tion. Enter the smaller of ltne 5 or line 8
10 Carryover of disallowed deduclion from line 13 of your 2008 Form 4562. . ..
11 Business income limitalion. Enter the smaller of busineqs income (not less than
12 Section 179 expense deduction. Add lines 9 and 1 0, but do not enter $an
nol use til
14 Special allowance for qualified (other than tn servrce
during the iax year (sea instructions) .
'l 5 Property subject to seclion 168(f)(1) election
A
17 MACRS for assets placed in service in
18 lf you are electing to group any assets placed in service
asset accounls, check here
(a) Classificalion of Property
h Residential
2l Listed property. Enter line 28
22 Total, Add amounts from line 12, lines 14 through 17, lines '19 and 20 in column (g), and line 21
Enter here and on the aPProPriate lines of your retum. Partnerships and S corporations - see
23 For assets shown above and placed in service during the current year, enter the portion
For Paporwork Reduction Act Notico' see
c
b
Business or aclivity to which lhis form relates
Ed
,|
2 36.!
3
4
5
lcl Elecled 6ostlbl Cost (business usa orllf') --- ,1
-/ 'l
..1 7 I
I
12
10
11
v.
n
14
{5
the tax yeer into one or more ;
before
(0
Melhod
(d) Recovery
period
(e)
Convention
(c) Basis for
depreciaiion
and(b)
2OODB
s/L
s/L
40
23
EEtr.II
(HlA)
separato insbuctions.
-32-
Form 4s62 (2009)
Exhibit A
Form 4562 Statement - I 1205 1U31t2009
Nd.
6/r8/2008
7111AO08
12/1An008
12nAn008
il18n00st
F-5
F.10
F-10
F.l0
F-r0
r00,00%
t00,00%
100.00o/t
r00.00%
t00.000,t
4,049
7,AU,l2,05t
9,875
6,580
4,049
7,8U
12,051
2,436
4,4Tt
6,241
5,1 14
0
't.2s6
1,9r9
2,95 1
2,418
470
9,726
6,396
9,192
7,532
3,760
0
0
0
0
0
0
0
0
0
0
3.290
0
0
0
0
0
Dscriplion of
Proporty
A3S€l
Cods
8!s- USg
Yo
Dato Pla€d
h soflico
Cost or
Othsr
Basl3
sec, 173
Deducdon
Sptrlal
Allowan6
Salvag€
Valut
Recovery
96si!
t(€cov€ry
Ptriod
M6u06 GONY
Codo
Prlor A@n
0cgrtr,,
2009
06prqc,
?009
A€um,
Ooorm
I @mputor syslom301 2002 SuntroTL
$*ln##2008 Wal6roog303 ?007 Suno€o Tl-
304 2008Arry8ostd-&
Listed ProFertlt
I 997 ch€vy
1997 FORD Fts0 WH
2004 FORD F250 WH
2004 Fo.d Ttuct
2005 CheW Silwrado
2008 Chevy Exp Van
2006 Chovy Slvarado
7
7
200Dd\,HY
, .?oqqB HY\.
.:.2'2O0DF HY
\ 20oDB HY,', :poa HY
\\:;2OOOB HY
Lllted
103
112
10r
il0
113
106
108
107
6t18t2007
8l4tzi$
6t4noD7
'10/t9/2009
1nBn007
s/t8/200e
8fi9/2008
1 00-0070
r00.00%
t00.000/{
100.00%
100,00%
100.00%
100.m%
4,s00
4,000
2,5N
26,5S8
10,000
17,849
19,975
.;.r'
26,598
5,000
17,849
11.975
21,590
4,500
2,080
?,50q
13,831
0
8,460
0
11,160
0
768
0
5,107
1,000
3,050
3,060
5,100
4,500
2,848
2,500
18,938
6,000
t 1,510
't1,000
16.260
proporty qrlth mon than 50% bullnoss Ge (Llnr 25 rnd 26,1993FordF450 9aUZ0D2 v4 i00.00%
5
5
5
5
5
5
,'-t>io.1 ol\0Jt"'.3.,r,
0
0
0
0
0
0
v{
V€
V€
v-7
v-7
v-7
v.7
0
0
0
0
o
2OOOB HY
zOOOE HY
2OODB HY
2OOOB HY
2OOOB HY
2OOOB HY
2OOOB HY
0
0
Tolal llsted prop with t 50% buiinsgs uso
Subtotal Ltstsd Prop€rty
Annual dopr€ciallon and
Special allowanc€ oxcept
Sp6cial allowsnc6 - listod
Section 179 deduc'tion claimed
0 42.531 r8.085 73.616
14) - cuEont year asset8
25) - cunsnt yesr assets
priot y6ar disallowsd)
28,425
3,290
13,000
Section 179 dedudllon canied lblward to fulu€ yoa.
Soction.179 deduction (Lin6 12) roporl€d on Schodule K
Lessamollizationinqlqd€dintotal annual d,gDreqiatlonqLd-amortizaliqn(Line44) ._ ... .. _. O
Form 4562, Llno 22 44J1s
-34-
Exhibit A
CHAPTER 3
r Litigation History: Bel Air Statement
r Bel Air Certificates of lnsurance
r Criminal Convictions: Bel Air Statement
r Non-Collusion Certification: Form 6
36
37 -37a
38
39 - 39a
Exhibit A
LITIGATION HISTORY. NONE
Response to RFp page 24, H,
36
OA1E IMM/DD/YYYYI
10/05111
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORflANON ONLY AND CONFERS NO RIGHTS UPOII THE CERTIFICATE HOLDER THIS
CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AM END, EXTEND OR ALTER THE COVERAGE AFFOROED BY THE FOLICIES
BELOW. THIS CERNFICATE OF INSURA].ICE DOES NOT CONSTIIUTE A CONTRACT BETWEEN THE ISSUIT{G INSURER(SI, AUTHORIZED
REPRESEI{TATIVE OR PROOUCER,AND THE CERTIFICATE HOLOER.
IIIiPORTANT: lf the holdsr ls an pollcy(lec!murt bB rrcN ts lb
the toms and condltlons of tho pollcy, cortrln poll6l€3 may lsgulro an €ndocrotnenL A stat€mont on this certlflcate do€r not ionf€r tlghtB to lhe
ln lleu ol
964.731.5566 Willlam
Agqncyon 9s4.731{566 {/t38
P.O. Box
333190 r1 BELAI.IF.
rNsuRED Bet Air Malntenance, lnc.on
2848 Griflln Road!E
Ft Lauderdale' FL 33312
ll,tsuRERA,Praetorian lnsulance Gompany 77257
INSURER 9 :
rNsltnER c :
lNqllRFR n '
ITJSI,IRER E :
IiTSTJRER F :
,ACORD"*/
Exhibit A
CERTIFICATE OF LIABILITY INSURANCE
OP ID: D3
@ 198E-2009 ACORD GORPORATION, All righB reserved.
N
fie ACORD name and logo are reglsterod marks of AGORD
-37 -
TH|S lS TO CEnrtrv rHAT THE PoLlctES oF lNsuRANcE LlsrED BELow HAVE
NOTWTHSTANDTNG ANY REQUIREMENT, TERM OR CONDITION OF
BEEN ISSUEO TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INOICATED.ANY CONTRACT OR OTHER OOCUMENT VVITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
tsRn TYFE OF INSURANCE
luut r-0ilTs
GENERALUAAUTY
6ENERAL LIABIUTY
CTAIMS.MAOE OCCUR
Ui,tIT NPPUES PER:
EACH ocCUFRENCE s
s
5M EO EXP {Ane ore oeM)
PERSOML & ADVINJURY $
GENERAL AGGREGATE s
PRODUCTS. COMP/OP AGG I
$
A
A
A
AUYOCOBII.E UABILITY
ANY AUTO
ALL OWNEO AUTOS
SCHEDULED AUTOS
HIRED AUTOS
NON4WIIEDAUTOS
x
X
x
x
PrcFL0002095 10101t11 10r0412
COMBINED SINGLE LIMIT
(Ea acddent)s 1,000.00(
EOOILY INJURY (Psr posn)s
BOOILY INJURY (P6t ujd€n0 s
PROPERTY DAMAGE
(Perlcddni)s
I
I
UMAREU.A UAB
EXCESS LIAB
OCCUR
CLAIMSMAOE
EACH OCCURRENCE s
AGGREGATE s
OEOIJCTIBLE
RFTFNTION I
s
g
WORKERS COMPEilSAION
ANO EIIPLOYERS' UABIUTY
AI.T( PROPRIE OR/PARTNER/E(ECUTIVE
OFFICER-IMEM BER EXCLUOED?
(llrndato{y ln tlH)
lfva3. d€s4ribo (Btdor
nFRnPlPfldN oF OPERATIONS b€ld
Y' IJn t{,A
I Wg STATU-UI H.lFtr
E.L EACH ACCIOENT s
E.L OISEASE - EA EMPLOYEI 3
F I NISFASE . POLTCY UMIT 3
an
to l]ntrfl
days
WESTON2
Clty of Westonotr
17200 Royal Palm BoulevardlE
Weeton, FL 33326
I
SHOULD ANY OF IHE ABOVE DESCRIBED POUCIES BE CANCELLED BEFORE
THE EXPIRATION DATE TH€REOF, HOTICE WLL 8E OEUVERED IN
ACCORDAI{CE WTI{ THE POUCY PROVISIONS.
AUTI{ORIZED REPRESEIITAITVE
4//=-:=:
AcoRD 2s (200s,09)
Response to RFp page24,!.
Exhibit A
CRIMINAL CONVICTIONS . NONE
-38-
2
Exhibit A
FORM 6
NON:COLIUSIOfII AFFI DAVIT
The undersigned individual, being duly sworn, deposes and says that:
t. He/She is of Vice President of Bel Air Maintenance, lnc. the CONTRACIOR
that has submitted the attached Proposal;
He/She is fully informed respecting the preparation and contents of the attached Proposal
and of all pertinent circurnstances respecting such Proposal;
Such Proposal is genuine and is not a cbllusive or sham Proposal;
Neither said CONTRACTOR nor any of its officers, partners, owners, agents,
representatives, emptoyees, or parties in interest, including this affiant, has in any way
colluded, connived, or agreed, directly or indirectly, with any other CONTRACTOR, firm or
person to submit a collusive or sham proposal in connection with the Agreement for which
the. attached Proposal has been submitted or to refrain from proposing in connection with
stich Agreement, or has in any manner, directly or indirectly, sought by agreement of
bollrrsion or communication of conference with any other CONTRACTOR, firm, or person
to fix the price or prices in the attached RFP, or of any other CONTRACTOR, or to fix any
overhead, profit or cost element of the Proposal or the response of any other
CONTRACTOR, or to secure through any collusion, connivance, or unlawful agreement
any advantage against the City of Weston, Florida, or any person interested in the proposed
Agreement and
ITH|S SPACE TNTENT|ONATLY rEFr BIANKI
3.
4.
RFP2011-05 Pressure Cleaninc Servlces {Page 38 of 61)
-39-
Exhibit A
CHAPTER 4
t Drug-free l/Vorkplace: Form Z 40 - 40a
: Addenda: Form 8 4t
I lndependence Affidavit: Form g 42- 42a
I certification to Accuracy of proposal: Form 10 4l - 43ia
t.
2.
3.
Exhibit A
FORM 7
DRUG.FREE WORKPLACE
The undersigned vendor (firm) in accordance with Chapter 287.087, Florida Statutes, hereby
certifies that does:Bel Air Maintena lnn dnec:
(Name of Company)
Publish a statement notifying employees that the unlawful manufacturing, distribution
dispensing, possession, or use of a controlled substance is prohibited in the workplace and
specifying the actions that will be taken against employees for violations of such
prohibition.
lnform employees about the dangers of drug abuse in the work place, the business's poliry
of maintaining a drug-free workplace, any available drug counseling, rehabilitation, and
employee assistance programs, and the penalties that may be imposed upon employees for
drug abuse violations.
Give each employee engaged in providing the contractual services that are under bid
copy of the statement specified in subsection (1).
4 ln the statement specified in subsection (1), notify the employee that, as a condition of
working on the conractual services that are under bid, the employee will abide by the
terms of the statement and will notifu the employer of any conviction of, or plea of guilty of
nolo contendere to, any violation of Chapter 893 or of any controlled substance law of the
United States or any state, for a violation occurring in the workplace no later than five (5)
days after such conviction.
lmpose a sanction onr or require the satisfactory participation in a drug abuse assistance or
rehabilitation program if such is available in the employee's community, by any employee
who is so convicted.
5.
RFP2011-05 Pressure Cleaning Services (Page a0 of 61)
-40-
Exhibit A
FORM 8
.ACKNOWLEDGMENT OF ADDENDA
The CONTRACTOR hereby acknowledges the receipt of the following addenda issued by the ClTv
and incorporated into and made part of this RFP. ln the event the CoNTRAcToR fails to include
any such addenda in the table below, submission of this form shall constitute acknowledgment of
receipt of all addenda, whether or not received by him/her.
ITHtS SPACE INTENT|ONA|ty LEFT BIANKI
ADDENDUM
NUMBER
DATE
RECEIVED
PRINT NAME TITLE SlGNATURE
+ (BLUE tNK ONLY)
t LOltTla0Lt Jason Lawrence V.Pres.(+,to cv$av ^s4rU,-"\J U
RFP20l1-05 Pressure Cleaning Seruices (Page 42 of 51)
- 47-
2.
Exhibit A
FORM 9
1N DEPENDENCE AFFIDAVIT
The undersigned individual, being duty sworn, deposes and says that:
1. He/She is Vice President of Bel Air Maintenance, lnc., the
CONTRACTOR that has submitted the attached Proposal;
a. Below is a list and description of any relationships, professional, financial or
otherwise that CONTRACTOR may have with the ClW, its elected or appointed officials, its
employees or agents or any of its agencies or component units for the past five (5) years.
b. Additionally, the CONTRACIOR agrees and understands that Proposer shall give
the CITY written notice of any other relationships professional, financial or otherwise that
CONTRACTOR enters into with the CITY, its elected or appointed officials, its employees
or agents or any of its agencies or component units during the period of this Agreement.
(lf paragraph 2(a) above does not apply, please indicate by stating, "not applicable" in the space
below.)
[THtS SPACE TNTENTTONALLY LEFT BLqNKI
RESPONSE to 2. a. above:
Since 2001 we have provided various services to the City of Weston; including, but not limlted to,
pressure cleaning janitorial, and painting. As a result, and to that extent only, business relationships
exist with various City officials and employees for which no confllct of interest could be construed.
RFP2011-0S Pressure Cleaning Services (Page 43 of 61)
42
Exhibit A
FORM 10
CERTIFICATION TO ACCURACY OF PROPOSAL
CONTRACTOR, by executing this Form, hereby certifies and attests that all Forms, Affidavits and
documents related thereto that it has enclosed in the Proposal in support of its proposal are true and
accurate. Failure by the CONTRACTOR to attest to the truth and accuracy of such Forms, Affidavits
and documents shall result in the Proposal being deemed non-responsive and such proposal will
not be considered.
The undersigned individual, being duly sworn, deposes and says that:
t. He/She is Vice President of Bel Air Maintenance, lnc.
CONTRACTOR that has submitted the attached proposal;
He/She is fully informed respecting the preparation and contents of the attached proposal and
of all Forms, Affidavits and documents submitted in support of such proposal;
All Forms, Affidavits and documents submitted in support of this proposal and included in this
Proposal are true and accurate;
4.No information that should have been included in such Forms, Affidavits and documents has
been omitted; and
lTHts spAcE tNTENT|ONALTY LEFT BTANKI
the
2.
3.
RFP2011-05 Pressure Cleaning Services (page 45 of 61)
-43-
Exhibit A
CHAPTER 5
r Proposal Security: Form 11 44
! FORM L2 - ETECTION COMMITTEE RANKING 45
Exhibit A
FORM 11
PROPOSAL SECURITY
All proposals shall be accompanied by a Proposal Security in the form of a bond issued by the
Surety authorized to transact business in the State of Florida, having a resident agent in the State of
Florida, in full accordance with the qualifications set forth in Section 2.6 of the RFP, or in the
alternative, a cashier's check drawn on. a bank authorized to do business in Florida, payable to the
City of Weston. The amount of the proposal security shall be ten thousand dollars (510,000.00).
Ml/% Surrr'Trtusr Offlaial Ghecil<
64-79/01 |
0734994945
Purchaser
PAY
**BE], AIR I,IAITiTENANCE*
::':,:','.i-;':: :=j i j-l ,l-; ; l,r"i :i' i
'i''!1
''; -r," .11' ;:;
*clr:t oi' '.tEsTotgx
w@e)
by Posilw.Poy
Dale
-l
Oct'.2q,?ALL
SunTrust
/\uihorlzed Sianaturs
103687,6076780
lnitials (l.ype)Cerrter
$, *'xlo,ooo.oo**'
Al!
T
To the
Order
of L
Payable at SunTrust Bank
J
r.o?lLqqtqLsil. r:oE I loo?qor: ?0 tqo !5El5lBrr'
RFP2011-OS Pressure Cleanlng Services (Page a7 of 61)
-4-
coNrRAcf,pg
Evaluatlon $,fiteria
1. Contractor's
Qualifications
2. Contractor's
Experience
3. Qualifications of
Key Employees
4. Cost to the CitY
TOTAL
FINALRANKINC
Selection Committee Member
Exhibit A
FORM 12
THE CIW OF WESTON
PRESSURE CLEANIITIG SERVICES. RFP No.2011.05
SEtECf ION COMMITTEE RANKING
SAMPTE
ItAll uBu "cl
Signature
rrDtr BrIE
Date
RFP201l-05 Pressure Cleanin8 SeNices {Page 4g of 61)
-45 -
Exhibit A
CHAPTER 4 - RATE AND FEE SCHEDUIE
RFP No. 2011-005 Request for proposals for
Pressu re Clean ing Services
Published September 26 and October 3,2011
$
$
s
Exhibit A
FORM 5
PRICING
(revised LO/L7ILL\
The CONTRACTOR offers the following for providing all labor, materials, equipment etc. to
perform pressure cleaning services in accordance with the scope of work.
0.08 per square foot (with pre'spray algaecide treatment)
0.07 per square foot (without pre-spray algaecide treatment)
minimum charge for areas less than 1,000 square feet
ITH|S SPACE lhlrENTlONAtLY IEFT BLANKI
RFP2011{5 Pressure Cleaning Services (Page 37 of 6X}
-b-
Exhibit A
CHAPTER 5 - CERTIFICATE(S) OF INSURANCE
RFP No. 201 1-005 Request for Proposals for
Pressure Cleani ng Services
Published Septerrrber 26 and October 3, 2O11
DATE (MM,lDD'YYYY)
10/05/1 1
THIS CERTIFIGATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER, THIS
CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES
BELOW. THIS CERTIFICATE OF INSUMNCE DOES NOT CONSTITUTE A CONTR.ACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED
REP RESENTATIVE OR PRODUCE AND THE CERTIFICATE HOLDER.
IMPORTANT:the cenificate ts an ADDITIONAL IN SURED,the must be endorsed.s su bject to
the terms a nd conditions of th e policy sertain policies may requrre an endorsement.A statement on this ce rtiflcate does not co nfer rights to the
in lieu of such
PRODUCER
W.F Roemer lnsurance AgencY
William F. Dowd
P.O. Box 190S69
Fort Lauderdale, FL 33319
William F. Dowd lll
954-731 -5566
954-731.8438
William Dowd
llJS\E",",,. ssa -z 3 1 -s56 6 954-73{ -8438
BELAI.l
INSURER(S) AFFORDING COVERAGE NAIC f
INSURED Bel Air Maintenance, lnc.
2648 Griffin Road
Ft Lauderdale, FL 33312
rrusunen I : Praetorian lnsurance Company 37257
INSURER B
INSTIRFR C :
INSTIRER D :
INSIIRFR F :
IUqIIRFR F.
Exhibit A
ACORD' cERTtFtcATE oF LIABILITY INSURANcE
NUMBER:REVISION N
CANC
@ 1988-2009 A,CORD CORPORATION' All rights reserved.
OP lDl D3
THI c IS TO CERTI FY THAT TH E POLtCt ES o F INSURANCE LISTED BELOW HAVE EEN ISSUED TO TH INSURED NAMED ABOVE FOR THE P OLICY PERIOD
INDICATEO NOTWTHSTANDING ANY REOUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WTH RESPECT TO WHICH THIS
CERTIF rcATE MA BE ISSU EO o R MAY PERTAIN THE INSURANCE AFFO RDEO BY THE POL ICIES DESC RI BE HEREIN IS SUSJECT TO ALL THE TE o MS,
CLAI MS.EXCLUSIO NS AND coN tTloNs OF SU CH POLI c ES LIMI TS SHOWN MAY HAVE BEEN RE DUCED BY PAID
TYPE OF INSURANCE NSF
PULI9I CAts LIMITS
GENERAL LIAEILITY
GENERAL LIABILITY
CLAIMS.I/1ADE occuR
GEN'L AGGREGATE LIMIT APPLIES PER:
LOC
EACH OCCURRENCE 5
s
MED EXP lAnY one oerson)
sPERSONAL & ADV INJURY
GENERAL AGGREGATE
sPRODUCTS. COMP/OP AGG
$
A
A
A
AUTOMOBILE UAEILITY
ANY AUTO
ALL O\r\NEO AUTOS
SCHEDULEDAUTOS
HIRED AUTOS
NONO!\'NED AUTOS
X
X
x
X
PrcFL0002095 10104111 10104112
COMBINED SINGLE LIMTT
(Ea trcidst)$I,000,00c
BODILY INJURY (Per pe6on)s
BODILY INJURY (Per accjdent)
PROPERTY DAMAGE
(Per acddent)s
s
$
UMBRELLA LIAB
EXC€SS LIAB
OCCUR
CI.AIMS.MADE
EACH OCCURRENCE s
AGGREGATE
DEDUC'TIBLE
RF1FNTION S
$
WORKERS COMPENSATION
ANDEMPLOYERS'LIABILITY Y' N
ANY PROPRIETOR/PARTNER./EXECUTIVE T'-"1
OFFICER/MEMBER EXCLUDED? I I
{Mandatory lD NH}
It ves. describe undea
nEScRIPTIoN OF OPERATIONS below
N/A
I V\C SrAt U-tutn-IFP
E L EACHACCIOENT !
E-1. DISEASE . EA EMPLOYET s
E.L. OISEASE . POLOY LIMIT s
.Schedule,
lf more space l5 requlred)
no
to
cance app 10 ce
WESTON2
City of Weston
17200 Royal Palm Boulevard
weston, FL 33326
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
THE EXPIRATION DATE THEREOF, NOTICE WILL EE DELIVERED IN
ACCORDANCE WITH THE POLICY PROVISIONS.
AUTHORIZEO REPRESENIATIVE
///.7::+r,
AcoRD 25 (2009/09)The ACORD name and logo are registered marks of ACORD
Exhibit A
CERTIFICATE OF LIABILITY IN$URANCE
GWl 000448-1 1 I
E.L. DISEASE. POLICV
EL
WORKERS COMP GWC301000448-11 1
1.000,om
otQ1t201 06r28t20'l Er DTSEASE POL|CY. 1.0Ctt.000.
EL DISEASE E-ACH EMPLOYEEl,SO OCO.
oF oPERAT|oNS / LOCAIONg / VEHTCLE$ (A{rrch ACORD Ron6tt! 6chodutr, ifntotu SptCc 15 rEqulnd)
THE clrY OF WESTON; WEIS$ SEROTA HELFMAN PASTORIZA COLE & BONISKE, p,L;
CALVIN, GIORDANO & ASSOCIATES, AND MUNICIPAL TECHNOLOGIES,.LLC ARE
ADDITIONAL INSURED WITH RESPEcT Io GENERAL LIABILITY As REaUIRED BYWRITTEN
CONTRAGT SUBJECT TO POLICY TERMS AND CONDITIONS.
30 DAYS NOTICE OF CANCELATION APPLIES EXCEPT 10 DAYS NOTICE APPLIES FOR ttOru pnYUerut
c LLATION
CITY OFWESTON
17200 ROYAL PALM BOULEVARD
wEsToN; FL 33326
@
oATE (HMTDDIYYYY)
10n4t2011
ISSUED AS THISCONFERS
ALTERcDORT]FICATE NOTES LAFFIRMATIVE ORY AtUNEGATIVELY EXTENDEND,OR THE AFFOCOVERAGE RDED BY POLTCtESTHE BELOW
THIS CERTIFICATE OF CONTRACTINSURANCEDOESGONgTITUTENOTA BETWEEN THE ISSUING AUTHORIZEDrNsuRER(S),
ORREPRESENTATIVE AND THE ICATECERTIF DER,HOL
A statemont on this certificale does not confer rig
to
to
TION ISpolicy, certain
an musttf
theterm$ and conditlons of
D, the
may iequie an
_ryflq
rMK R]SK IVIANACEMENT INC DBA
KALLITIAN INSU RANCE AGENCY
PO BOX 266736
WESTON FL 33326
BEL AIR MAINTENANCE INC
Po BOX 266284
WESTON, FLORIDA 33326
PRODIJCER
.INSUREO
x
AFFORDING
Al\,lERlCAN TNSURANCE
GUARANTEE tNSURANqE_INSUR
INSIJRER O:
& AOV
PODILY ll,lJURY (Fer persool
BODITY INJURY 6trldenl)
GEIIERAL UABILI'Y
L8A1324270D
!ttittt lppLres peRr
Ll[r,rs
I
09/03/20
CLAIM$6,IAOE
LOC
INOrcATED- NOTWITHSTANDING ANY REQUIREMENT, TERM OR, CONDITION OF WHICH THIE
CERTIFICATE IV!qY BE ISSUED OR MAY PERTAIN. TIIG, INSURANC€, AFFORDED THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES, LIMITS SHOWN SHOWN
$
OCCUR
BILlaY
D-EDUCTIBTE
5OO. PER CLAIM
AN D EMPLOYER,S' UAAIL.rIY
.A
OCGUR
GXCESS
B n
AUTOIIOBILE LIABILIIY
uAa
ANY
SCHG,OULED
AUTOS
NOII.OWNED
AtITOS
ANY AUTO
ALL OWNEO
AI'TOS
IlIREO AUTOg
AGGREGATE
I 000NA
E.L^ DISEASE. EA
10t01t201
B
BEFORECANCETLEDBE
LL BE DELIVEREO N
ACORD 25 {2010/05}The ACORD nam€ and logo are reglstEred marks of ACORF
All roserued.
Exhibit A
Daniel J. Stcrmcr
,1!orur
Thomas M, Kallnran
Conuussiurcr
Margnrcl Brorvn
Cunrll.issiout'r
Byron L. Jaffe
Connisskner
Mary Molina-Macfic
Ctnnmissiuwr
Donald P, Dcckcr
CnS, ltunuger/CEO
March 20,2020
Jason Lawrence, Vice President
Bel Air Maintenance, lnc.
2648 Griffin Road
Dania Beach, FL 33312
Subject: RFP No. 2011-05 for Pressure Cleaning Services
Dear Mr. Lawrence,
Pursuant to section 3.7 of the above referenced Agreement, on April I of each
year, all hourly rates and fees described in the Agreement shall be
increased by an amount equal to the Consumer price lndex ("Cpl")
increase, as measured by the nearest geographical index.
The adjustment shall be based on the annual change in the February
2020 consumer Price lndex-All Urban consumers, Not seasonally
Adjusted, All ltems, Miami-Fort Lauderdale -west palm Beach Area, t9g2-g4
= 100, series lD: cUURS3sBsAo, cuu553sBsAo. The cpl for the month of
February 2020 is ',.40%. Enclosed is an updated Fee schedule with
pricing reflecting this increase. The prices are effective April 1, 2020.
Please do not hesitate to call me at 954-385-2600, should you have
any questions.
Sincerely,
CITY OF WESTON
Manager
Enclosures
T h c N a t i o n's Prc n i e r l+l u n i c, i p a I C o r p o ra il o ns\l
17200 Royal Palm Boulcvard I Wcston, Florida 13326 I Phonc:954-3115-2000 I Fax:954-3115-2010 I rvrvrv,wcsronfl.org
Contract Price Schedule
Contract:
Vendors:
Contract
Bid N0. 2O11-O5 Pressure Cleaning
Bel Air Maintenance, Kings of Pressure, Martin & Sons
Expiration: March 31, 2022
CPI lncrease: 1.24%
CPI Effective
Date: April l, 2019
Bel Air Maintenance
April 2020-March
2021 (CPr 1.40%)
$ 0.0949
$ 0.0831
$ 94.9194
April 201$March 202(
(cPl 1.24%)
$ 0.0936
$ 0.0819
$ 93.6089
April 2018-March
2019 (CPl 3.157o)
$ o.o92s
$ 0.0809
$ 92.4624
April 2017-March
2018 (CPt 3.95%)
$ 0.0896
$ 0.0784
$ 89.6388
April 2016-March
2017 (CPl 1.58Yo)
$ 0.0862
$ 0.0755
$ 86.2326
April 201S-March
2016(CPl .42o/o)
$ o.o849
$ 0.0743
$ 84.8913
April 201+2015
(cPr 3.7%)
$ o.o84s
$ 0.0740
$ 84.s362
April 2013-2014
(cPr 1.e%)
$ 0.081s
$ 0.0713
$ 81.5200
Original
$0.0800
$0.0700
I 80.0000
Unit
EA
EA
EA
Description of ltem
square pre-spray
Per square pre-spray algaecide
Minimum charge for areas less than 1,000
so uare feet
Item No.
1
2
3
Pressure
April 2020-March
2O2r (CPl 1.4090)
$ 0.0949
$ 0.0949
$ 177.9740
April 2019-March 2020
(cPr 1.24%)
$ 0.0936
$ 0.0936
$ 175.5167
April 2018-Match
2019 (CPl 3.1sYo)
$ o.o92s
$ 0.092s
$ 173.3670
April 2017-March
2018 (CPr 3.9s?o)
$ 0.0896
$ 0.0896
$ 168.0727
April 2OlaMarch
2017 (CPr 1.58%)
$ 0.0862
$ 0.0862
$ 161.6861
April 2015-March
2016(cPl .42%t
$ 0.0849
$ 0.0849
$ 159.1712
April 201+2015
(cPr 3.7%)
$ 0.0845
$ 0.084s
$ 158.s0ss
April 2013-2o14
(cPr 1.9%)
$ 0.081s
$ 0.0815
$ 152.8s00
Original
$0.0800
$ 0.o8oo
$ 1 50.0000
Unit
EA
EA
EA
Description of ltem
square pre-spray
sq uare pre-spray
Minimum charge for areas less than 1,000
Item No.
2
3
April zo2GMarch
2021 (cPl 1.4O%)
$ 0.0949
$ 0.0949
$ 83.0s45
April 201g-March 2020
(cPr 1.24%)
$o.0936
$ 0.0936
$ 81.9078
April 2018-March
2019 (CPl 3.15%)
$ 0.092s
$ 0.092s
$ 80.9046
April 2017-March
2018 (CPl 3.9s9o)
$ 0.0896
$ 0.0896
$ 78.4339
April 2olGMarch
2017 (cPl 1.s89")
$ 0.0862
$ 0.0862
$ 7s.4s3s
April 201s-March
2016(CPl .42"/")
$ 0.0849
$ 0.0849
$ 74.2799
April 2014-2015
(cPl3.7%'
$ 0.0845
$ 0.0845
$ 73.9692
April 2013-2014
(cPt 1.9./")
$ 0.0815
$ 0.08 1s
$ 71.3300
Original
0.0Eo0$
$0.0800
$ 70.0000
Unit
EA
EA
EA
Description of ltem
Per square foot(with pre-spray algaecide
treatment)
Per square foot(without pre-spray algaecide
Minimum charge for areas less than 1,000
Item No.
1
2