ITB-20-027-02 ACME BarricadesCONTRACT NO. 20-027-02
We are committed to providing excellent public service and safety to all who live, work, and play in our vibrant, tropical, historic community.
City of Miami Beach, 1755 Meridian Avenue, 3rd Floor, Miami Beach, Florida 33139, www.miamibeachfl.gov
PROCUREMENT DEPARTMENT
Tel: 305-673-7490, Fax: 786-394-4235
SENT VIA E-MAIL TO: tbrady@acmebrricades.com
July 10, 2020
Tom Brady
Acme Barricades
9800 Normandy Blvd
Davie, FL 33314
Phone: 954-321-8202
RE: NOTICE OF AWARD OF CONTRACT PURSUANT TO INVITATION TO BID (ITB) NO.
2020-027-DF FOR THE RENTAL OF BARRICADES AND RELATED TRAFFIC CONTROL
EQUIPMENT
Dear Mr. Brady:
On May 29, 2020 Acme Barricades (the “Contractor”), submitted to the City of Miami Beach,
Florida (the “City”) a bid in response to the above-referenced ITB. The ITB stipulates, pursuant
to Section 0200, Sub-Section 16, Binding Contract, that the approval of the City Manager’s
recommendation by the Mayor and City Commission shall constitute a binding Contract between
the City and the awarded bidder.
Accordingly, this letter shall serve as official notice from the City that the Mayor and Commission,
at its June 24, 2020 meeting, approved the City Manager’s recommendation, pursuant to the ITB
to award a contract to Acme Barricades for the rental of barricades and related traffic control
equipment. It is important to note that no services may be performed until such time as insurance
has been received pursuant to the ITB and the City has issued a Purchase Order.
If you have any questions regarding this letter of notification of award, you may contact Valerie
Velez, Contract Analyst, Procurement Department, at ValerieVelez@miamibeachfl.gov or at
305.673.7490. Otherwise, all other questions should be addressed to the Contract Manager for
this contract, Lieutenant Javier Matias, Police Department (305) 673-7000 Ext. 25015, or
javiermatias@miamibeachfl.gov
Sincerely,
Alex Denis
Director Procurement Department
AD/ME/AG
DocuSign Envelope ID: 8B80214F-D822-4482-95C6-D57438E98589
ATTACHMENT A
COMMISSION AWARD MEMO
Competitive Bid Reports - C2 B
COMMISSION MEMORANDUM
TO:Honorable Mayor and Members of the City Commission
FR O M:J immy L . Morales, City Manager
DAT E:J une 24, 2020
SUB J E C T:R EQ UES T F OR AP P R OVA L TO AWA RD A C ONT R AC T P UR S UA NT TO I NVI TAT I O N TO B I D (I T B) 2020-027-
D F F OR R E NTA L OF B A RR I CA D E S A ND R EL AT ED T R A FF I C C ONT R OL E Q UI P MENT.
RE C OM M E ND AT ION
The Administration recommends that the Mayor and City Commission of the City of Miami Beach, Florida approve the City Manager’s
recommendation pertaining to bids received, pursuant to I nvitation to Bid (I T B) 2020-027-D F, for Rental of Barricades and Related
Traffic Control Equipment.
BACKGROUND/HI STORY
Since 2017, the City has utilized I T B 2017-016-A K, Barricades and Traf fic Control Equipment Rentals, for the City events such as
Spring Break, Memorial Day, Art Basel, and various special events. I n consideration of the expiring agreement, the Administration
determined that it was in the City’s best interest to issue a new solicitation for barricades and traf fic control equipment.
I n order to establish a new contract, the Procurement Department issued I nvitation to Bid (“I TB ”) 2020-027-D F, for the rental of
barricades and related traffic control equipment. I t is the C ity’s intent to award this contract as a push button contract. Push button
contracts provide the means of quickly responding to critical needs via a competitively solicited indefinite quantity contract. W hen
items are needed, the requesting department will select the awarded vendor that has the best pricing and availability for the sum of the
items needed for the particular need identified, on a case by case basis.
ANALY SIS
I T B No. 2020-027-D F was issued on, May 15, 2020, with a bid opening date of May 29, 2020. Seven (7) addenda were issued. The
Procurement Department issued bid notices to 1,495 companies utilizing www.bidsync.com website. 20 prospective bidders
accessed the advertised solicitation. The notices resulted in the receipt of three (3) responses from: Acme Barricades, L.C., All
American Barricades, Corp., and Bob’s Barricades, I nc.
All American B arricades, Corp., Bob’s Barricades, I nc., and Acme B arricades, L .C., have been deemed responsive and responsible
bidders meeting all terms, conditions, and specifications of the I T B . The I T B stated that the City would prequalify multiple
contractors to be eligible for future work. W hen items are needed, the requesting department will select the awarded vendor that has
the best pricing and availability for the sum of the items needed for the particular need identified, on a case by case basis. Therefore,
staff recommends award to All American Barricades, Corp., Bob’s Barricades, I nc., and Acme Barricades, L .C ., for barricades and
traffic control equipment rentals, by way of a push-button contract, as it is in the best interest of the City.
Acme Barricades, L .C .
Acme Barricades was established over 20 years ago and is one of the largest barricades companies in the Florida, with expertise in
the latest technologies in traffic control services. T hrough off ices across Florida, with over 350 employees, Acme Barricades
provides highly qualified customer support, state-of-the-art-equipment and on-time services to meet customers’ expectations for the
best traffic safety services, products and equipment.
All American Barricades, Corp.
All American B arricades, Corp., established in 1998 is an F DO T and AT S S A Certified company with extensive knowledge in the field
of highway/roadway and street closures. All American Barricades, Corp., provides wide range of services; including certified F DO T
Maintenance of Traffic Plans (M.O.T ), permit processing, flagging, standard type I , I I , and vertical barricades, crowd control
barricades, reflective construction signs, reflective and non-reflective traffic cones, flashing arrow boards, and variable message
boards (V MS). All American Barricades, Corp., provides the City with barricades and traffic equipment rentals under Miami Dade
County contract since 2012.
Bob’s Barricades, Inc.
Bob’s Barricades, I nc., established in 1975, manufactures traffic control devices. I t offers traffic barricades, waterfilled barriers, target
arrows, light towers, lights, safety equipment, cones, tapes, message boards, delineators, and attenuators. The company also
provides drums, signs, flags, corrals, attenuator drums, vests, sandbags, and flagger equipment. I n addition, it offers temporary traffic
control services for contractors, utilities, state and local governments, department of transportation, and railroads in the United States.
Bob’s Barricades, I nc., provides the City with barricades and traffic equipment rentals under Miami Dade County contract since 2012.
Bob’s Barricades, I nc., provides the City with barricades and traffic equipment rentals under Miami Dade County contract since 2012.
FI NANCI AL INFORMATION
The cost associated with rental of barricades and related traffic control equipment. is subject to the funds availability approved through
the City’s budgeting process. Grant funding will not be utilized for this project.
CONCL USION
Push-button contracts is an innovative way to pre-qualify bidders, with the benefit of competitively solicited pricing, to expedite future
work. W hen items are needed, the requesting department will select the vendor that provides the best pricing, based on the pricing in
Appendix A, for the combination of items needed.
After considering staf f’s recommendation and the bids received, pursuant to I T B 2020-027-D F, I recommend that the Mayor and City
Commission of the City of Miami Beach, Florida, approve the award of a push-button contract to All American B arricades, Corp.,
Bob’s Barricades, I nc., and Acme Barricades, L .C., for the rental of barricades and traffic control equipment, as being in the best
interest of the C ity; and further authorize the City Manager and City Clerk to execute the contracts.
Applicable Area
Not Applicable
Is this a "Residents Right
to Know" ite m, pursuant to
City Code Section 2-14?
Does this ite m utilize G.O.
Bond Funds?
No No
Legislative Tracking
Police/Public Works/Procurement
ATTACHME NTS:
Description
Attachment A
AC
M
E
A
L
L
AM
E
R
I
C
A
N
B
O
B
'
S
BA
R
R
I
C
A
D
E
S
It
e
m
D
e
s
c
r
i
p
t
i
o
n
U
O
M
Un
i
t
Co
s
t
(B
)
U
n
i
t
Co
s
t
(B
)
U
n
i
t
Co
s
t
(B
)
GR
O
U
P
1.
TR
A
F
F
I
C
BA
R
R
I
C
A
D
E
S
,
BA
R
R
I
E
R
S
,
AN
D
CH
A
N
N
E
L
I
Z
I
N
G
DE
V
I
C
E
S
1
B
a
r
r
i
c
a
d
e
s
‐
Ty
p
e
II
P
e
r
Da
y
1
.
6
5
$
0.
2
0
$
3.
0
0
$
2
B
a
r
r
i
c
a
d
e
s
‐
Ty
p
e
II
I
P
e
r
Da
y
4
.
0
0
$
0.
5
0
$
5.
0
0
$
3
B
a
r
r
i
c
a
d
e
s
‐
Ty
p
e
II
(w
i
t
h
li
g
h
t
s
)
P
e
r
Da
y
1
.
8
5
$
0.
2
0
$
3.
0
0
$
4
B
a
r
r
i
c
a
d
e
s
‐
Ty
p
e
II
I
(w
i
t
h
li
g
h
t
s
)
P
e
r
Da
y
5
.
0
0
$
0.
5
0
$
5.
0
0
$
5
F
r
e
n
c
h
Ba
r
r
i
c
a
d
e
‐
6 fe
e
t
P
e
r
Da
y
7
.
0
0
$
3.
0
0
$
10
.
0
0
$
6
T
e
m
p
o
r
a
r
y
Ba
r
r
i
e
r
Wa
l
l
,
F&
I
,
Co
n
c
r
e
t
e
P
e
r
Da
y
3
0
0
.
0
0
$
25
.
0
0
$
16
3
.
0
0
$
7
T
e
m
p
o
r
a
r
y
Ba
r
r
i
e
r
Wa
l
l
,
F&
I
,
Wa
t
e
r
f
i
l
l
e
d
P
e
r
Da
y
2
0
.
0
0
$
3.
5
0
$
15
.
0
0
$
8
V
e
h
i
c
u
l
a
r
Ba
r
r
i
e
r
P
e
r
Da
y
3
0
0
.
0
0
$
3.
5
0
$
15
.
0
0
$
9
P
e
d
e
s
t
r
i
a
n
Lo
n
g
i
t
u
d
i
n
a
l
Ch
a
n
n
e
l
i
z
i
n
g
De
v
i
c
e
(L
C
D
)
Pe
r
Da
y
1
0
.
0
0
$
2.
0
0
$
5.
0
0
$
GR
O
U
P
2.
TR
A
F
F
I
C
SA
F
E
T
Y
CO
N
E
S
AN
D
DR
U
M
S
10
T
r
a
f
f
i
c
Co
n
e
s
Pe
r
Da
y
1
.
5
0
$
1.
0
0
$
3.
0
0
$
11
D
r
u
m
P
e
r
Da
y
2
.
5
0
$
1.
0
0
$
3.
0
0
$
GR
O
U
P
3.
WA
R
N
I
N
G
,
RE
G
U
L
A
T
O
R
Y
,
AN
D
AR
R
O
W
SI
G
N
S
,
VA
R
I
A
B
L
E
ME
S
S
A
G
I
N
G
BO
A
R
D
,
AN
D
LI
G
H
T
TO
W
E
R
S
12
W
a
r
n
i
n
g
an
d
Re
g
u
l
a
t
o
r
y
Si
g
n
s
(N
o
n
‐el
e
c
t
r
i
c
a
l
)
P
e
r
Da
y
4
.
0
0
$
1.
0
0
$
5.
0
0
$
13
A
r
r
o
w
Si
g
n
s
,
Ge
n
e
r
a
t
o
r
Po
w
e
r
e
d
Ty
p
e
B
P
e
r
Da
y
2
5
.
0
0
$
7.
0
0
$
25
.
0
0
$
14
V
a
r
i
a
b
l
e
Me
s
s
a
g
e
Bo
a
r
d
P
e
r
Da
y
4
0
.
0
0
$
25
.
0
0
$
50
.
0
0
$
15
N
a
r
r
o
w
,
Ve
r
t
i
c
a
l
Ma
s
t
Li
g
h
t
To
w
e
r
P
e
r
Da
y
1
7
5
.
0
0
$
10
0
.
0
0
$
20
0
.
0
0
$
GR
O
U
P
4.
SE
T
UP
FE
E
S
16
S
e
t
‐up
fe
e
fo
r
1 ‐10
0
Ty
p
e
II
/
I
I
I
Ba
r
r
i
c
a
d
e
s
E
a
c
h
5
0
0
.
0
0
$
50
0
.
0
0
$
2,
0
0
0
.
0
0
$
17
S
e
t
‐up
fe
e
fo
r
10
1
‐50
0
Ty
p
e
II
/
I
I
I
Ba
r
r
i
c
a
d
e
s
Ea
c
h
2
,
5
0
0
.
0
0
$
1,
0
0
0
.
0
0
$
5,
0
0
0
.
0
0
$
18
S
e
t
‐up
fe
e
fo
r
50
1
‐25
0
0
Ty
p
e
II
/
I
I
I
Ba
r
r
i
c
a
d
e
s
Ea
c
h
1
2
,
0
0
0
.
0
0
$
5,
0
0
0
.
0
0
$
10
,
0
0
0
.
0
0
$
19
S
e
t
‐up
fe
e
fo
r
25
0
1
+
Ty
p
e
II
/
I
I
I
Ba
r
r
i
c
a
d
e
s
Ea
c
h
2
0
,
0
0
0
.
0
0
$
7,
5
0
0
.
0
0
$
15
,
0
0
0
.
0
0
$
20
S
e
t
‐up
fe
e
fo
r
1 ‐10
0
Fr
e
n
c
h
Ba
r
r
i
c
a
d
e
s
E
a
c
h
1
,
2
0
0
.
0
0
$
50
0
.
0
0
$
3,
0
0
0
.
0
0
$
21
S
e
t
‐up
fe
e
fo
r
10
1
‐50
0
Fr
e
n
c
h
Ba
r
r
i
c
a
d
e
s
E
a
c
h
6
,
0
0
0
.
0
0
$
2,
5
0
0
.
0
0
$
7,
5
0
0
.
0
0
$
22
S
e
t
‐up
fe
e
fo
r
50
1
‐25
0
0
Fr
e
n
c
h
Ba
r
r
i
c
a
d
e
s
E
a
c
h
2
9
,
0
0
0
.
0
0
$
12
,
5
0
0
.
0
0
$
12
,
0
0
0
.
0
0
$
23
S
e
t
‐up
fe
e
fo
r
25
0
1
+
Fr
e
n
c
h
Ba
r
r
i
c
a
d
e
s
E
a
c
h
4
2
,
0
0
0
.
0
0
$
17
,
5
0
0
.
0
0
$
25
,
0
0
0
.
0
0
$
24
S
e
t
‐up
fe
e
fo
r
1 ‐10
0
tr
a
f
f
i
c
co
n
e
s
E
a
c
h
3
5
0
.
0
0
$
35
0
.
0
0
$
1,
0
0
0
.
0
0
$
25
S
e
t
‐up
fe
e
fo
r
10
1
‐50
0
tr
a
f
f
i
c
co
n
e
s
E
a
c
h
1
,
2
0
0
.
0
0
$
50
0
.
0
0
$
2,
5
0
0
.
0
0
$
26
S
e
t
‐up
fe
e
fo
r
50
1
‐25
0
0
tr
a
f
f
i
c
co
n
e
s
E
a
c
h
9
,
0
0
0
.
0
0
$
2,
5
0
0
.
0
0
$
7,
5
0
0
.
0
0
$
27
S
e
t
‐up
fe
e
fo
r
25
0
1
+
tr
a
f
f
i
c
co
n
e
s
E
a
c
h
1
3
,
0
0
0
.
0
0
$
5,
0
0
0
.
0
0
$
12
,
5
0
0
.
0
0
$
28
S
e
t
‐up
fe
e
fo
r
1 ‐10
0
dr
u
m
s
E
a
c
h
5
0
0
.
0
0
$
35
0
.
0
0
$
1,
2
5
0
.
0
0
$
29
Se
t
‐up
fe
e
fo
r
1 ‐10
0
Te
m
p
o
r
a
r
y
Ba
r
r
i
e
r
Wa
l
l
,
Ve
h
i
c
u
l
a
r
Ba
r
r
i
e
r
,
or
LC
D
Ea
c
h
5
,
0
0
0
.
0
0
$
50
0
.
0
0
$
5,
0
0
0
.
0
0
$
30
S
e
t
‐up
fe
e
fo
r
1 ‐10
0
Wa
r
n
i
n
g
/
R
e
g
u
l
a
t
o
r
y
Si
g
n
s
E
a
c
h
8
5
0
.
0
0
$
35
0
.
0
0
$
3,
5
0
0
.
0
0
$
31
S
e
t
‐up
fe
e
fo
r
1 ‐10
0
Ar
r
o
w
Si
g
n
s
,
Va
r
i
a
b
l
e
Me
s
s
a
g
e
Bo
a
r
d
s
E
a
c
h
4
5
0
.
0
0
$
50
0
.
0
0
$
15
,
0
0
0
.
0
0
$
32
S
e
t
‐up
fe
e
fo
r
1 ‐10
0
Na
r
r
o
w
,
Ve
r
t
i
c
a
l
Ma
s
t
Li
g
h
t
To
w
e
r
E
a
c
h
4
5
0
.
0
0
$
50
0
.
0
0
$
15
,
0
0
0
.
0
0
$
GR
O
U
P
5.
AD
D
I
T
I
O
N
A
L
MO
B
I
L
I
Z
A
T
I
O
N
/
S
E
T
UP
33
A
d
d
i
t
i
o
n
a
l
Mo
b
i
l
i
z
a
t
i
o
n
/
S
e
t
Up
H
R
4
5
.
0
0
$
50
0
.
0
0
$
10
0
.
0
0
$
34
S
a
n
d
b
a
g
s
Ea
c
h
5
.
0
0
$
1.
0
0
$
15
.
0
0
$
35
F
l
a
t
Em
e
r
g
e
n
c
y
Ra
t
e
(2
4
/
7
wi
t
h
i
n
2 ho
u
r
s
)
E
a
c
h
8
5
0
.
0
0
$
50
0
.
0
0
$
1,
0
0
0
.
0
0
$
IT
B
20
2
0
‐02
7
‐DF
,
RE
N
T
A
L
OF
BA
R
R
I
C
A
D
E
S
AN
D
TR
A
F
F
I
C
CO
N
T
R
O
L
EQ
U
I
P
M
E
N
T
AT
T
A
C
H
M
E
N
T
A
PU
S
H
BU
T
T
O
N
SE
R
V
I
C
E
S
AN
D
EQ
U
I
P
M
E
N
T
ATTACHMENT B
ADDENDA AND ITB SOLICITATION
PROCUREMENT DEPARTMENT
1755 Meridian Avenue, 3rd Floor
Miami Beach, Florida 33139
www.miamibeachfl.gov
ADDENDUM NO. 7
INVITATION TO BID NO. 2020-027-DF
RENTAL OF BARRICADES AND RELATED TRAFFIC CONTROL EQUIPMENT
May 13, 2020
This Addendum to the above-referenced ITB is issued in response to questions from prospective proposers, or other clarifications and
revisions issued by the City. The ITB is amended in the following particulars only (deletions are shown by strikethrough and additions are
underlined).
IMPORTANT NOTICE
The City of Miami Beach in order to comply with the Center for Disease Control (CDC) requirements, pursuant to COVID-19, will until further
notice, only accept electronic bid submittals. A replacement Invitation to Bid for Rental of Barricades and Related Traffic Control Equipment
will be posted to Bidsync.com for electronic submission only, the replacement ITB number shall remain the same, ITB No. 2020-027-DF.
Therefore, this Invitation to Bid (hard copy submittal) shall be cancelled in its entirety effective May 15, 2020 at 3:00pm and
reposted as an electronic bid submittal on May 15, 2020 at 3:00pm.
Please be reminded bidders that have obtained this solicitation in any manner other than via BidSync (www.bidsync.com) are advised that
the City utilizes BidSync (www.bidsync.com) for automatic notification of competitive solicitation opportunities and document fulfillment,
including the issuance of any addendum to this solicitation. Any bidder who has received this solicitation by any means other than through
BidSync must register immediately with BidSync to assure it receives any addendum issued to the replacement solicitation. Failure to receive
an addendum may result in disqualification of bid submitted.
I. REVISIONS.
ITB DUE DATE AND TIME. The deadline for the electronic receipt of bids is extended until 3:00 p.m., on Friday, May 29, 2020.
PUBLIC BID OPENING WILL BE VIA CONFERENCE ONLY
Dial-in Instructions:
• Dial the Telephone Number: 1-786-636-1480
• Enter the Conference ID No.: 306 031 603#
Late bids cannot be submitted, bidders are cautioned to plan sufficiently. Bidders are solely responsible for any delays.
THE DEADLINE FOR QUESTIONS HAS PASSED AND NO FURTHER QUESTIONS WILL BE CONSIDERED.
Any questions regarding this Addendum should be submitted in writing to the Procurement Department to the attention of the individual
named below, with a copy to the City Clerk’s Office at RafaelGranado@miamibeachfl.gov.
Contact:
Danny Flores
Telephone:
305-673-7000 ext. 26652
Email:
DannyFlores@miamibeachfl.gov
Proposers are reminded to acknowledge receipt of this addendum as part of your ITB submission. Potential bidders that have elected not to
submit a response to the ITB are requested to complete and return the “Notice to Prospective Bidders” questionnaire with the reason(s) for
not submitting a proposal.
Sincerely,
Alex Denis
Procurement Director
PROCUREMENT DEPARTMENT
1755 Meridian Avenue, 3rd Floor
Miami Beach, Florida 33139
www.miamibeachfl.gov
1 ADDENDUM NO. 6
INVITATION TO BID NO. 2020-027-DF
FOR RENTAL OF BARRICADES AND RELATED TRAFFIC CONTROL EQUIPMENT
ADDENDUM NO. 6
INVITATION TO BID NO. 2020-027-DF
RENTAL OF BARRICADES AND RELATED TRAFFIC CONTROL EQUIPMENT
May 4, 2020
This Addendum to the above-referenced ITB is issued in response to questions from prospective proposers, or other
clarifications and revisions issued by the City. The ITB is amended in the following particulars only (deletions are shown by
strikethrough and additions are underlined).
I. REVISIONS: ITB DUE DATE AND TIME. The deadline for the receipt of bids is extended until 3:00 p.m., on Friday, May 15, 2020.
City of Miami Beach
Procurement Department
1755 Meridian Avenue, 3rd Floor
Miami Beach, Florida 33139
Late proposals will not be accepted. Proposers are cautioned to plan sufficient time to allow for traffic or other delays
for which the Proposer is solely responsible.
THE DEADLINE FOR QUESTIONS HAS PASSED AND NO FURTHER QUESTIONS WILL BE CONSIDERED.
Any questions regarding this Addendum should be submitted in writing to the Procurement Management Department to the
attention of the individual named below, with a copy to the City Clerk’s Office at RafaelGranado@miamibeachfl.gov.
Contact:
Danny Flores
Telephone:
305-673-7000 ext. 26652
Email:
DannyFlores@miamibeachfl.gov
Proposers are reminded to acknowledge receipt of this addendum as part of your ITB submission. Potential proposers that
have elected not to submit a response to the ITB are requested to complete and return the “Notice to Prospective Bidders”
questionnaire with the reason(s) for not submitting a proposal.
Sincerely,
Alex Denis
Procurement Director
PROCUREMENT DEPARTMENT
1755 Meridian Avenue, 3rd Floor
Miami Beach, Florida 33139
www.miamibeachfl.gov
ADDENDUM NO. 5
INVITATION TO BID NO. 2020-027-DF
RENTAL OF BARRICADES AND RELATED TRAFFIC CONTROL EQUIPMENT
April 6, 2020
This Addendum to the above-referenced ITB is issued in response to questions from prospective proposers, or other
clarifications and revisions issued by the City. The ITB is amended in the following particulars only (deletions are
shown by strikethrough and additions are underlined).
I. REVISIONS: ITB DUE DATE AND TIME. The deadline for the receipt of bids is extended until 3:00
p.m., on Friday, May 8, 2020.
City of Miami Beach
Procurement Department
1755 Meridian Avenue, 3rd Floor
Miami Beach, Florida 33139
Late proposals will not be accepted. Proposers are cautioned to plan sufficient time to allow for traffic or
other delays for which the Proposer is solely responsible.
THE DEADLINE FOR QUESTIONS HAS PASSED AND NO FURTHER QUESTIONS WILL BE CONSIDERED.
Any questions regarding this Addendum should be submitted in writing to the Procurement Management
Department to the attention of the individual named below, with a copy to the City Clerk’s Office at
RafaelGranado@miamibeachfl.gov.
Contact:
Danny Flores
Telephone:
305-673-7000 ext. 26652
Email:
DannyFlores@miamibeachfl.gov
Proposers are reminded to acknowledge receipt of this addendum as part of your ITB submission. Potential
proposers that have elected not to submit a response to the ITB are requested to complete and return the “Notice to
Prospective Bidders” questionnaire with the reason(s) for not submitting a proposal.
Sincerely,
Alex Denis
Procurement Director
PROCUREMENT DEPARTMENT
1755 Meridian Avenue, 3rd Floor
Miami Beach, Florida 33139
www.miamibeachfl.gov
ADDENDUM NO. 4
INVITATION TO BID NO. 2020-027-DF
RENTAL OF BARRICADES AND RELATED TRAFFIC CONTROL EQUIPMENT
March 23, 2020
This Addendum to the above-referenced ITB is issued in response to questions from prospective proposers, or other
clarifications and revisions issued by the City. The ITB is amended in the following particulars only (deletions are
shown by strikethrough and additions are underlined).
I. REVISIONS: ITB DUE DATE AND TIME. The deadline for the receipt of bids is extended until 3:00
p.m., on Wednesday, April 8, 2020.
City of Miami Beach
Procurement Department
1755 Meridian Avenue, 3rd Floor
Miami Beach, Florida 33139
Late proposals will not be accepted. Proposers are cautioned to plan sufficient time to allow for traffic or
other delays for which the Proposer is solely responsible.
THE DEADLINE FOR QUESTIONS HAS PASSED AND NO FURTHER QUESTIONS WILL BE CONSIDERED.
Any questions regarding this Addendum should be submitted in writing to the Procurement Management
Department to the attention of the individual named below, with a copy to the City Clerk’s Office at
RafaelGranado@miamibeachfl.gov.
Contact:
Danny Flores
Telephone:
305-673-7000 ext. 26652
Email:
DannyFlores@miamibeachfl.gov
Proposers are reminded to acknowledge receipt of this addendum as part of your ITB submission. Potential
proposers that have elected not to submit a response to the ITB are requested to complete and return the “Notice to
Prospective Bidders” questionnaire with the reason(s) for not submitting a proposal.
Sincerely,
Alex Denis
Procurement Director
M IA M I BE ACH PROCUREMENT DEPARTMENT
1755 Meridian Avenue, 36 Floor
Miami Beach, Florida 33139
www.miamibeachfl.gov
ADDENDUM NO. 3
INVITATION TO BID NO. 2020-027-DF
RENTAL OF BARRICADES AND RELATED TRAFFIC CONTROL EQUIPMENT
March 13, 2020
This Addendum to the above-referenced 1TB is issued in response to questions from prospective proposers, or other
clarifications and revisions issued by the City. The 1TB is amended in the following particulars only (deletions are shown by
strikethrough and additions are underlined).
I. REVISIONS: 1TB DUE DATE AND TIME. The deadline for the receipt of bids is extended until 3:00 p.m., on
Wednesday, March 25, 2020.
City of Miami Beach
Procurement Department
1755 Meridian Avenue, 3rd Floor
Miami Beach, Florida 33139
Late proposals will not be accepted. Proposers are cautioned to plan sufficient time to allow for traffic or other delays
for which the Proposer is solely responsible.
THE DEADLINE FOR QUESTIONS HAS PASSED AND NO FURTHER QUESTIONS WILL BE CONSIDERED.
Any questions regarding this Addendum should be submitted in writing to the Procurement Management Department to the
attention of the individual named below, with a copy to the City Clerk's Office at RafaelGranado@miamibeachfl.gov.
Contact:
Dann Flores
Telephone:
305-673-7000 ext. 26652
Email:
Dann Flores miamibeachfl. ov
Proposers are reminded to acknowledge receipt of this addendum as part of your 1TB submission. Potential proposers that
have elected not to submit a response to the 1TB are requested to complete and return the "Notice to Prospective Bidders"
questionnaire with the reason(s) for not submitting a proposal.
Procu t Director
1 ADDENDUM NO. 3
INVITATION TO BID NO. 2020-027-DF
FOR RENTAL OF BARRICADES AND RELATED TRAFFIC CONTROL EQUIPMENT
MIAMI BEACH PROCUREMENT DEPARTMENT
1755 Meridian Avenue, 36 Floor
Miami Beach, Florida 33139
www.miamibeachfl.gov
ADDENDUM NO. 2
INVITATION TO BID NO. 2020-027-DF
RENTAL OF BARRICADES AND RELATED TRAFFIC CONTROL EQUIPMENT
March 11, 2020
This Addendum to the above-referenced 1TB is issued in response to questions from prospective proposers, or other
clarifications and revisions issued by the City. The 1TB is amended in the following particulars only (deletions are
shown by strikethrough and additions are underlined).
THE DEADLINE FOR QUESTIONS HAS PASSED AND NO FURTHER QUESTIONS WILL BE
CONSIDERED. ACCORDINGLY, NO FURTHER EXTENSIONS TO THE DUE DATE FOR BIDS
WILL BE ALLOWED.
I. ATTACHMENT(S):
• Attachment "A" - Sample Barricade Rental Orders
• Attachment "B" - 1TB 2017-016-AK Tabulation
II. RESPONSES TO QUESTIONS RECEIVED:
Q1: Please provide random samples of typical Miami Beach orders from the current Traffic Control-Rental
contract.
A 1: Please see Attachment "A"
Q2: Please provide detailed bid tab results for the current Traffic Control Rental Contract (2017 bid).
A2: Please see Attachment "B"
Q3: How much was spent, each year, for the life of the current of the contract?
A3: Estimated yearly budget is $190,338.00 for the services.
Q4: In the case that there is an emergency call for a lane closure, how can we ask for an Off Duty Officer and
how can we charge for that service or will it be taken care of by the city?
A4: Officer assignment for lane closures shall be coordinated by the City. The awarded
bidder(s) shall immediately notify the project manager when an officer is required.
Q5: We need to provide a performance bond for the whole amount of the contract, but if we are just going to
be selected for one or several items do we still need to provide a bond for the total project amount?
AS: A performance bond is not required for this bid/project.
1 ADDENDUM NO. 2
INVITATION TO BID No. 2020-027-DF
RENTAL OF BARRICADES AND RELATED TRAFFIC CONTROL EQUIPMENT
M IA M I BE AC H PROCUREMENT DEPARTMENT
1755 Meridi an Aven ue, 3d Floor
M iam i Beach, Florida 33139
www .m iam ibeachfl.gov
Any questions regarding this Addendum should be submitted in w riting to the Procurement Management
Department to the attention of the individual named below, with a copy to the City Clerk's Office at
Raf a e IG ranado@miamibeachfl.gov.
Contact:
Dann Flores
Telephone:
305-673-7000 ext. 26652 miamibeachfl. ov
Proposers are reminded to acknowledge receipt of this addendum as part of your 1TB submission. Potential
proposers that have elected not to submit a response to the 1TB are requested to complete and return the "Notice to
Prospective Bidders" questionnaire with the reason(s) for not submitting a proposal.
2 ADDENDUM NO. 2
INVITATION TO BID No. 2020-027-DF
RENTAL OF BARRICADES AND RELATED TRAFFIC CONTROL EQUIPMENT
A TTAC HM EN T A
S a m p le Barricade Rental Orders
(Actual orders m ay vary)
At tachmen t "A"
SAMPLE BARRICADE RENTAL QUOTES REQUEST
LIGHT TOWERS VERTICAL MAST 20
SPRING BR EAK 2019 CONSTRUCTION SIGNS 351 3/15/2019 11.00 I 3/24/2019 3:00 TRAFFIC CONES 700
BARRICADES· DEPLOYMENT IN DIFFERENT LOCATIONS 3711
--
[TRAFFIC CONES I I 3150
MEMORIAL DAY 2019
I BARRICADES. DEPLOYMENT IN DIFFERENT LOCATIONS I I I 5533 I 5/22/2019 ] 5/28/2019 04.00AM
VARIABLE MESSAGE SIGNS 47
LIGHT TOWERS VERTICAL MAST I 20
NEW YEAR' EVE 2019/20 ROAD CLOSURE BARRICADES· DEPLOYMENT IN DIFFERENT LOCATIONS I I I 36 I 12/31/2019 I 1/2/2020 [TRAFFIC CONES I I 60
/
A TTA C H M E N T B
2017-016AK Tab ul at ion
GROUP 1. TRAFFIC BARRICADES AND CROWD CONTROL BARRIERS
1 Barricades Type I each 250 $2.00 $500.00 $0.20 $50.00 $3.00 $750.00 $4.00 $1,000.00
2 Barricades Type II each 250 $2.00 $500.00 $0.20 $50.00 $3.00 $750.00 $4.00 $1,000.00
3 Barricades Type III each 150 $3.00 $450.00 $0.45 $67.50 $5.00 $750.00 $10.00 $1,500.00
4 Flasher Barricades Type I each 2000 $2.00 $4,000.00 $0.20 $400.00 $3.00 $6,000.00 $4.00 $8,000.00
5 Flasher Barricades Type II each 2000 $2.00 $4,000.00 $0.20 $400.00 $3.00 $6,000.00 $4.00 $8,000.00
6 Flasher Barricades Type III each 1000 $3.00 $3,000.00 $0.45 $450.00 $5.00 $5,000.00 $10.00 $10,000.00
7 French Barricade 6 feet each 3500 $10.00 $35,000.00 $3.50 $12,250.00 $15.00 $52,500.00 $7.00 $24,500.00
8 French Barricade 8 feet each 750 $12.00 $9,000.00 $4.66 $3,495.00 $15.00 $11,250.00 $7.00 $5,250.00
9 Set-up fee for 0-100 barricades Lot 3 $350.00 $1,050.00 $500.00 $1,500.00 $1,500.00 $4,500.00 $500.00 $1,500.00
10 Set-up fee for 101-500 barricades Lot 3 $1,000.00 $3,000.00 $2,500.00 $7,500.00 $3,000.00 $9,000.00 $2,500.00 $7,500.00
11 Set-up fee for 501-2500 barricades Lot 4 $2,000.00 $8,000.00 $12,500.00 $50,000.00 $10,000.00 $40,000.00 $12,500.00 $50,000.00
12 Set-up fee for 2501+ barricades Lot 4 $3,000.00 $12,000.00 $17,500.00 $70,000.00 $12,000.00 $48,000.00 $17,500.00 $70,000.00
13 Traffic Cones – 36 inch each 2000 $2.00 $4,000.00 $1.00 $2,000.00 $3.00 $6,000.00 $3.00 $6,000.00
14 Set-up fee for 1-100 traffic cones Lot 2 $250.00 $500.00 $450.00 $900.00 $375.00 $750.00 $300.00 $600.00
15 Set-up fee for 101-500 traffic cones Lot 2 $500.00 $1,000.00 $1,500.00 $3,000.00 $1,200.00 $2,400.00 $1,500.00 $3,000.00
16 Set-up fee for 501-2500 traffic cones Lot 2 $1,500.00 $3,000.00 $5,000.00 $10,000.00 $5,000.00 $10,000.00 $7,500.00 $15,000.00
17 Set-up fee for 2501+ traffic cones Lot 2 $2,000.00 $4,000.00 $7,500.00 $15,000.00 $10,000.00 $20,000.00 $10,500.00 $21,000.00
18 Drum each 250 $2.00 $500.00 $0.20 $50.00 $3.00 $750.00 $4.00 $1,000.00
19 Set-up fee for 1-100 drums Lot 1 $350.00 $350.00 $450.00 $450.00 $750.00 $750.00 $500.00 $500.00
20 Set-up fee for 101-500 drums Lot 2 $1,000.00 $2,000.00 $2,500.00 $5,000.00 $2,750.00 $5,500.00 $2,500.00 $5,000.00
21 Set-up fee for 501-2500 drums Lot 2 $1,500.00 $3,000.00 $10,000.00 $20,000.00 $10,000.00 $20,000.00 $12,500.00 $25,000.00
22 Set-up fee for 2500+ drums Lot 2 $3,000.00 $6,000.00 $12,500.00 $25,000.00 $10,000.00 $20,000.00 $17,500.00 $35,000.00
8
23 Warning and Regulatory Signs each 250 2.5 $625.00 $0.23 $57.50 $3.00 $750.00 $8.00 $2,000.00
24 High Intensity Lights Type B each 50 1 $50.00 $0.25 $12.50 $1.00 $50.00 $1.00 $50.00
25 Arrow Boards, Generator Powered Type A each 20 $$$$$$$$
26 Arrow Boards, Generator Powered Type B each 20 $$$$$$$$
27 Arrow Boards, Generator Powered Type C each 20 25 $500.00 $7.00 $140.00 $25.00 $500.00 $25.00 $500.00
28 Message Boards each 50 60 $3,000.00 $25.00 $1,250.00 $50.00 $2,500.00 $45.00 $2,250.00
$109,025.00 $229,022.50 $274,450.00 $305,150.00
$350
Group 1 Total
Emergency response flat fee $350
Price per day TotalTotalItemEquipment Make/Model UOM Estimated Quantity Price per day
$500 $850
Primary Secondary Tertiary
Price per day Total
Bob's Barricades Acme Barricades
Price per day Total
All American Barricades RoadSafe Traffic Systems
M IA M I B E A C H PROCUREMENT DEPARTMENT
1755 Meridian Avenue, 36 Floor
Miami Beach, Florida 33139
www.miamibeachfl.gov
ADDENDUM NO. 1
INVITATION TO BID NO. 2020-027-DF
RENTAL OF BARRICADES AND RELATED TRAFFIC CONTROL EQUIPMENT
February 28, 2020
This Addendum to the above-referenced 1TB is issued in response to questions from prospective proposers, or other
clarifications and revisions issued by the City. The 1TB is amended in the following particulars only (deletions are
shown by strikethrough and additions are underlined).
I. 1TB DUE DATE AND TIME. The deadline for the receipt of bids is extended until 3:00 p.m., on
Wednesday, March 18, 2020.
City of Miami Beach
Procurement Department
1755 Meridian Avenue, 3rd Floor
Miami Beach, Florida 33139
Late proposals will not be accepted. Proposers are cautioned to plan sufficient time to allow for traffic or
other delays for which the Proposer is solely responsible.
A FORTHCOMING ADDENDUM WILL BE ISSUED ADDRESSING PREVIOUSLY POSED QUESTIONS
Any questions regarding this Addendum should be submitted in writing to the Procurement Management
Department to the attention of the individual named below, with a copy to the City Clerk's Office at
Rafael[Granado@miamibeachfl.goy.
Contact:
Dann Flores
Telephone:
305-673-7000 ext. 26652
Email:
Dann Florest mmiamibeachfl.1ov
Proposers are reminded to acknowledge receipt of this addendum as part of your 1TB submission. Potential
proposers that have elected not to submit a response to the 1TB are requested to complete and return the "Notice to
Prospective Bidders" questionnaire with the reason(s) for not submitting a proposal.
1 ADDENDUM NO. 1
REQUEST FOR QUALIFICATIONS NO. 2020 -027-DF
FOR RENTAL OF BARRICADES AND RELATED TRAFFIC CONTROL EQUIPMENT
TABLE OF CONTENTS
SOLICITATION SECTIONS:
0100 GENERAL INFORMATION & SCOPE OF WORK
0200 GENERAL TERMS AND CONDITIONS LINK
0300 BID SUBMITTAL INSTRUCTIONS & FORMAT
APPENDICES:
APPENDIX A MINIMUM REQUIREMENTS & SPECIFICATIONS
APPENDIX B SPECIAL CONDITIONS
APPENDIX C COST PROPOSAL FORM
APPENDIX D INSURANCE REQUIREMENTS
APPENDIX E SAMPLE CITY M.O.T. PLANS
DEFINITIONS:
Bidder means any firm or individual submitting an application in response to this ITB. The term bidder
may be used interchangeably with applicant and proposer.
Vendor means any firm or individual that has been pre-qualified to supply goods or services to the City.
SECTION 0100: GENERAL INFORMATION & SCOPE OF WORK 1. GENERAL.
This Invitation to Bid (ITB) is issued by the City of Miami Beach, Florida (the “City”), as the means for prospective
Bidders to submit their qualifications, proposed scopes of work and cost proposals (the “bid”) to the City for the City’s
consideration as an option in achieving the required scope of services and requirements as noted herein. All
documents released in connection with this solicitation, including all appendixes and addenda, whether included
herein or released under separate cover, comprise the solicitation, and are complementary to one another and
together establish the complete terms, conditions and obligations of the Bidders and, subsequently, the successful
Bidders(s) (the “contractor[s]”) if this ITB results in an award.
The City utilizes BidSync (www.bidsync.com) for automatic notification of competitive solicitation opportunities and
document fulfillment, including the issuance of any addendum to this ITB. Any prospective Bidder who has received
this ITB by any means other than through BidSync must register immediately with BidSync to assure it receives
any addendum issued to this ITB. Failure to receive an addendum may result in disqualification of proposal
submitted.
2. PURPOSE.
On March 1, 2017, the City of Miami Beach, Florida (“City”) City Commission approved the establishment of a
contract, by means of sealed bids, for the rental of barricades and traffic control equipment for various City
departments, on an as-needed basis, pursuant to Invitation to Bid (ITB) 2017-016-AK. The primary users for the
contract include the Police and Public Works departments for use during various City special events and other
construction and Maintenance of Traffic (MOT) projects. The current term of the contract expires March 23, 2021.
Since the establishment of the previous ITB, the City’s needs have changed and require different solutions in order
to meet those new needs. The purpose of this bid is to establish a new contract, by means of sealed bids, for the
rental of barricades, traffic control, and ancillary equipment for the City’s operations, on an as needed basis. The
City’s estimated yearly budget for these services is $190,338.00.
It is the City’s intent to award this contract as a push button contract. Push button contracts provide the means of
quickly responding to critical needs via a competitively solicited indefinite quantity contract. When items are needed,
the requesting department will select the awarded vendor that has the best pricing and availability for the sum of the
items needed for the particular need identified, on a case by case basis. The City will endeavor to utilize vendors in
order of cost for the particular need identified. However, the City may utilize other vendors in the event that: 1) a
contract vendor is not or is unable to be in compliance with any contract or delivery requirement; 2) it is in the best
interest of the City to do so regardless of reason.
3. SOLICITATION TIMETABLE. The tentative schedule for this solicitation is as follows:
ITB Issued February 4, 2020
Pre-Bid Meeting February 12, 2020 at 9:00AM ET
Deadline for Receipt of Questions February 24, 2020 at 5:00PM ET
Responses Due May 29, 2020 at 3:00PM ET
Tentative Commission Approval Authorizing Award June 2020
4. PROCUREMENT CONTACT. Any questions or clarifications concerning this solicitation shall be submitted to the
Procurement Contact noted below:
Procurement Contact: Telephone: Email: Jason Crouch 305-673-7000, Ext. 26694 jasoncrouch@miamibeachfl.gov
Additionally, the City Clerk is to be copied on all communications via e-mail at: RafaelGranado@miamibeachfl.gov;
or via facsimile: 786-394-4188.
The Bid title/number shall be referenced on all correspondence. All questions or requests for clarification must be
received no later than ten (10) calendar days prior to the date proposals are due as scheduled in Section 0200-3. All
responses to questions/clarifications will be sent to all prospective Bidders in the form of an addendum.
4. PRE-BID MEETING OR SITE VISIT(S). Only if deemed necessary by the City, a pre-bid meeting or site visit(s)
may be scheduled.
A Pre-Bid conference will be held as scheduled in Solicitation Timeline above at the following address:
City of Miami Beach Procurement Department
Conference Room
1755 Meridian Avenue, 3rd Floor
Miami Beach, Florida 33139
Attendance (in person or via telephone) is encouraged and recommended as a source of information, but is not
mandatory. Bidders interested in participating in the Pre-Bid Submission Meeting via telephone must follow these
steps:
(1) Dial the TELEPHONE NUMBER: 1-877-873-8018 (Toll-free North America)
(2) Enter the MEETING NUMBER: 6312925
Bidders who are interested in participating via telephone should send an e-mail to the contact person listed in this
ITB expressing their intent to participate via telephone.
5. PRE-BID INTERPRETATIONS. Oral information or responses to questions received by prospective Bidders are
not binding on the City and will be without legal effect, including any information received at pre-bid meeting or site
visit(s). Only questions answered by written addenda will be binding and may supersede terms noted in this
solicitation. Addendum will be released through BidSync.
6. CONE OF SILENCE. Pursuant to Section 2-486 of the City Code, all procurement solicitations once advertised
and until an award recommendation has been forwarded to the City Commission by the City Manager are under the
“Cone of Silence.” The Cone of Silence ordinance is available at
http://library.municode.com/index.aspx?clientID=13097&stateID=9&statename=Florida. Any communication or
inquiry in reference to this solicitation with any City employee or City official is strictly prohibited with the of exception
communications with the Procurement Director, or his/her administrative staff responsible for administering the
procurement process for this solicitation providing said communication is limited to matters of process or procedure
regarding the solicitation. Communications regarding this solicitation are to be submitted in writing to the
Procurement Contact named herein with a copy to the City Clerk at rafaelgranado@miamibeachfl.gov.
7. SPECIAL NOTICES. You are hereby advised that this solicitation is subject to the following
ordinances/resolutions, which may be found on the City of Miami Beach website:
http://www.miamibeachfl.gov/city-hall/procurement/procurement-related-ordinance-and-procedures/
• CONE OF SILENCE…………………………………………………………… CITY CODE SECTION 2-486
• PROTEST PROCEDURES…………………………………………………… CITY CODE SECTION 2-371
• DEBARMENT PROCEEDINGS………………………………………………. CITY CODE SECTIONS 2-397 THROUGH 2-485.3
• LOBBYIST REGISTRATION AND DISCLOSURE OF FEES……………... CITY CODE SECTIONS 2-481 THROUGH 2-406
• CAMPAIGN CONTRIBUTIONS BY VENDORS…………………………….. CITY CODE SECTION 2-487
• CAMPAIGN CONTRIBUTIONS BY LOBBYISTS ON PROCUREMENT
ISSUES…………………………………………………………………………..
CITY CODE SECTION 2-488
• REQUIREMENT FOR CITY CONTRACTORS TO PROVIDE EQUAL
BENEFITS FOR DOMESTIC PARTNERS……………………………………
CITY CODE SECTION 2-373
• LIVING WAGE REQUIREMENT……………………………………………… CITY CODE SECTIONS 2-407 THROUGH 2-410
• PREFERENCE FOR FLORIDA SMALL BUSINESSES OWNED AND
CONTROLLED BY VETERANS AND TO STATE-CERTIFIED SERVICE-
DISABLED VETERAN BUSINESS ENTERPRISES……………………….. CITY CODE SECTION 2-374
• FALSE CLAIMS ORDINANCE………………………………………………... CITY CODE SECTION 70-300
• ACCEPTANCE OF GIFTS, FAVORS & SERVICES………………………... CITY CODE SECTION 2-449
8. EXAMINATION OF SOLICITATION DOCUMENTS AND SITE: It is the responsibility of each Bidder, before
submitting a Bid, to:
• Examine the solicitation thoroughly.
• Visit the site or structure, as applicable, to become familiar with conditions that may affect costs, progress,
performance or furnishing of the Work.
• Take into account federal, state and local (City and Miami-Dade County) laws, regulations, permits, and
ordinances that may affect costs, progress, performance, furnishing of the Work, or award.
• Study and carefully correlate Bidder's observations with the solicitation.
• Notify the Procurement Director of all conflicts, errors or discrepancies in the solicitation of which Bidder
knows or reasonably should have known.
• The submission of a Bid shall constitute an incontrovertible representation by Bidder that Bidder has
complied with the above requirements and that without exception, the Bid is premised upon performing and
furnishing the Work required by the solicitation and that the solicitation documents are sufficient in scope
and detail to indicate and convey understanding of all terms and conditions for performance and furnishing
of the Work.
9. POSTPONEMENT OF DUE DATE FOR RECEIPT OF BIDS. The City reserves the right to postpone the deadline
for submittal of bids and will make a reasonable effort to give at least three (3) calendar days written notice of any
such postponement to all prospective Bidders through BidSync.
10. PROTESTS. Protests concerning the specifications, requirements, and/or terms; or protests after the bid due
date in accordance with City Code Section 2-371, which establishes procedures for protested proposals and
proposed awards. Protests not submitted in a timely manner pursuant to the requirements of City Code
Section 2-371 shall be barred.
11. JOINT VENTURES. Joint Ventures are not allowed. The City will only contract with the prime contractor.
Proposals may, however, identify other sub-contractors or sub-consultants to the prime contractor.
12. VETERAN BUSINESS ENTERPRISES PREFERENCE. Pursuant to City of Miami Beach Ordinance No. 2011-
3748, the City shall give a preference to a responsive and responsible bidder which is a small business concern
owned and controlled by a veteran(s) or which is a service-disabled veteran business enterprise, and which is within
five percent (5%) of the lowest and best bidder, by providing such bidder an opportunity of providing said goods or
contractual services for the lowest responsive bid amount. Whenever, as a result of the foregoing preference, the
adjusted prices of two (2) or more bidders which are a small business concern owned and controlled by a veteran(s)
or a service-disabled veteran business enterprise constitute the lowest bid pursuant to an ITB or oral or written
request for quotation, and such bids are responsive, responsible and otherwise equal with respect to quality and
service, then the award shall be made to the service-disabled veteran business enterprise.
13. CONTRACT PRICE. Bid Price is to include the furnishing of all labor, materials, equipment including tools,
services, permit fees, applicable taxes, overhead and profit for the completion of the Work except as may be
otherwise expressly provided in the solicitation.
14. METHOD OF AWARD. Following the review of bids and application of vendor preferences, the lowest
responsive, responsible bidder(s) meeting all terms, conditions, and specifications of the ITB will be recommended
for award by bid item, bid group, or for the entirety of all bid items, as deemed in the best interest of the City, to the
City Manager for his consideration. After considering the staff recommendation for award, the City Manager shall
exercise his due diligence and recommend to the Mayor and City Commission the bid that the City Manager deems
to be in the best interest of the City. The City Commission shall consider the City Manager’s recommendation(s) and,
may approve or reject the City Manager’s recommendation(s). The City Commission may also reject all bids
received. In determining the lowest and best bidder, and in addition to price, Section 2-369 of the City Code provides
that the City may consider the following:
• The ability, capacity and skill of the bidder to perform the Contract.
• Whether the bidder can perform the Contract within the time specified, without delay or interference.
• The character, integrity, reputation, judgment, experience and efficiency of the bidder.
• The quality of performance of previous contracts.
• The previous and existing compliance by the bidder with laws and ordinances relating to the
Contract. 15. MULTIPLE AWARD. The City may award two or more vendors (primary, secondary, tertiary, or higher), as
available, by line item, by group or in its entirety, beginning with lowest, responsive, responsible bidder (primary),
followed by the second lowest, responsive, responsible bidder (secondary), and continuing with other responsive,
responsible bidders in order of next best cost. The City will endeavor to utilize vendors in order of award. However,
the City may utilize other vendors in the event that: 1) a contract vendor is not or is unable to be in compliance with
any contract or delivery requirement; 2) it is in the best interest of the City to do so regardless of reason.
Bidder acknowledges and agrees that this Contract and the award of any work hereunder, is non-exclusive, and the
City may, at its sole and absolute discretion, award similar services or work to other bidders under contract with the
City (either as a co-primary contractor, or as secondary or tertiary contractors). No Purchase Order shall be issued
to Contractor, and no work or Services shall be authorized under this Agreement, except at City’s sole discretion.
Contractor shall have no entitlement to perform any services hereunder, or to be compensated for any Services,
unless set forth in a written Purchase Order.
Alternatively, in the City’s sole discretion, contracts may be awarded pursuant to a push button option. Push button
contracts allow the City to issue a purchase order to the awarded vendor that has the best price for the combination
of items required for a specific project. If the City elects to make an award pursuant to the push button option, one or
more responsive bidders, to be recommended to the City Commission at the sole discretion of the City Manager,
may be awarded contracts for future push button orders.
Balance of Page Intentionally Left Blank
SECTION 0200 GENERAL TERMS AND CONDITIONS
TERMS & CONDITIONS –SERVICES. By virtue of submitting a bid in response to this solicitation, proposer agrees
to be bound by and in compliance with the Terms and Conditions for Services (dated April 13, 2020), incorporated
herein, which may be found at the following link:
https://www.miamibeachfl.gov/city-hall/procurement/standard-terms-and-conditions/
Balance of Page Intentionally Left Blank
SECTION 0300 BID SUBMITTAL INSTRUCTIONS AND FORMAT
1. ELECTRONIC RESPONSES ONLY. Electronic responses to this ITB are to be submitted through BidSync until
the date and time as indicated in this document. It is the sole responsibility of the Proposer to ensure its
proposal reaches BidSync before the Solicitation closing date and time. There is no cost to the Proposer to
submit a proposal in response to a City of Miami Beach solicitation via BidSync. Electronic proposal submissions
may require the uploading of electronic attachments. The submission of attachments containing embedded
documents or proprietary file extensions is prohibited. All documents should be attached as separate files (proposal
format indicated below). All proposals received and time stamped through BidSync, prior to the proposal submittal
deadline shall be accepted as timely submitted. Proposals will be opened promptly at the time and date specified.
The City will in no way be responsible for delays caused by technical difficulty or caused by any other occurrence.
A proposer may submit a modified proposal to replace all or any portion of a previously submitted proposal up until
the proposal due date and time. The City will only consider the latest version of the proposal.
2. NON-RESPONSIVENESS. Failure to submit the following requirements shall result in a determination of non-
responsiveness. Non-responsive proposals will not be considered.
1. Bid Submittal Questionnaire (submitted electronically).
2. Cost Proposal Form (Appendix C)
3. Compliance with Minimum Requirement (Appendix A, if applicable)
3. OMITTED OR ADDITIONAL INFORMATION. The City reserves the right to request any documentation omitted, with exception of the Cost Proposal Form (Appendix C), Bid Submittal Questionnaire (submitted
electronically), and Bid Bond (if applicable). Bid Submittals received that do not include the Cost Proposal Form,
completed as required and fully executed, bid submittal questionnaire, or Bid Bond (if applicable) completed as
required and fully executed shall be deemed non-responsive. Bidder must submit any omitted documentation within
three (3) business days upon request from the City, or the bid may be deemed non-responsive. Non-responsive bid
packages will receive no further consideration.
4. ELECTRONIC PROPOSAL FORMAT. In order to maintain comparability, facilitate the review process it is
strongly recommended that proposals be organized and tabbed in accordance with the tabs, and sections as
specified below. The electronic submittal should be tabbed as enumerated below and contain a table of contents
with page references. The electronic proposal shall be submitted through the “Line Items” attachment tab in BidSync.
5. BID PROPOSAL. The Bid Proposal is to include the following:
• TAB 1 – Cost Proposal Form (Appendix C). The Cost Proposal Form (Appendix C) shall be completed
mechanically or, if manually, in ink. Cost Proposal Forms submitted in pencil shall be deemed non-
responsive. All corrections on the Cost Proposal Form shall be initialed.
FAILURE TO SUBMIT THE MOST RECENT COST PROPOSAL FORM (EITHER INCLUDED IN THE
ORIGINAL ITB OR RELEASED VIA AN ADDENDUM) MAY RESULT IN BID BEING DEEMED NOT
RESPONSIVE AND NOT BEING FURTHER CONSIDERED.
• TAB 2 Documentation indicating compliance with Minimum Eligibility Requirements, if applicable.
APPENDIX A
________________________________________________________________________
Minimum Requirements
& Specifications
________________________________________________________________________
2020-027-DF
RENTAL OF BARRICADES AND RELATED
TRAFFIC CONTROL EQUIPMENT
PROCUREMENT DEPARTMENT
1755 Meridian Avenue, 3rd Floor
Miami Beach, Florida 33139
C1. Statement of Work.
The purpose of this solicitation is to establish a contract for various types of barricades, traffic controls
equipment, and other related ancillary equipment rentals for various City events that require the goods and
services. The requested items shall be delivered to, and/or removed, from any location within City of Miami
Beach limits. All costs for the described services shall be stated in the bid proposal.
C2. Specifications.
2.1 Conformance to Industry Standards.
All equipment shall be in accordance to the Manual on Uniform Control Devices for streets and Highways,
U.S. Department of Transportation, Federal Highway administration, ANSI D1-1971, and the State of
Florida Department of Transportation’s Manual on Uniform Traffic Control Devices for Streets and
Highways including the latest revisions of these documents.
2.2 Response Time.
Bidder(s) shall provide the City with a contact phone number that is monitored and available 24 hours a
day. Bidder(s) shall respond and have equipment on-site and set-up at the location specified 24 hours after
the date the City orders the requested services and goods.
The City will notify the bidder(s) that the rental items are no longer required and ready to be picked-up.
Bidder(s) shall pick-up items within 24 hours from the City’s request for pick-up. The City will not be
responsible for additional rentals charge due to the bidder(s)’ failure to pick-up the items upon City’s
notifications.
In case of emergency, the bidder(s) shall be capable of responding 24/7 and having equipment on-site and
set up within two (2) hours after notification by the City. Further, in other cases of emergencies, the
bidder(s) shall be capable of responding 24/7 and having equipment removed within two (2) hours after
notification by the City. The City requests bidders to provide a line item bid price for the services, as found
in Group 5 of Appendix E - Cost Proposal Form.
2.2.1 Additional Mobilization and Set Up - Where the City may require additional mobilization and set
up services, the bidder(s) shall provide a bid line item hourly rate for ancillary services including, but
not limited to, manual labor involving the movement of the equipment and assistance with fortifying
equipment during weather events.
Further, as part of the services, the City may request additional labor hours from awarded bidder(s) for
assistance in set up and/or breakdown. Bidder(s) are to refer to Appendix G to view sample City M.O.T
plans.
2.3 Retroreflectivity of Equipment.
In order to ensure proper visibility of signs that include reflective components, the bidder(s) shall provide to
the City properly maintained equipment with minimal-to-zero degradation of the retroreflective component
of the equipment. Further, the City requires the reflectivity to be in accordance to the Manual on Uniform
Traffic Control Devices for Streets and Highways.
2.4 Condition of Equipment.
Where units delivered are other than what was ordered or where units do not conform to specifications,
including flashers that do not flash or other defective equipment, the delivery requirements shall not be
considered as met.
Bidder shall replace any unit found to be damage or inoperable at no additional cost to the City, with
delivery and pick-up time for the replacements meeting the herein stated time requirements.
2.5 Fuel and Lubricants.
The equipment shall be delivered to the City properly serviced with the necessary lubricants and a full tank
of engine fuel. It will be the responsibility of the City to return equipment with same level of fuel as was
delivery to City at start of rental period.
2.6 Sandbags.
In the event that the City requires additional reinforcement in order to stabilize the equipment, the bidder(s)
shall provide a bid for sandbags in the Cost Proposal Form. The successful bidder(s) shall advise, if
requested, the City of best use practices in utilizing the sandbags for any given scenario.
C3. Technical Specifications.
3.1 (GROUP 1) Traffic Barricades, Temporary Barriers, Vehicular Barriers, and Longitudinal
Channelizing Devices (LCDs).
A Barricade is a portable or fixed device having from one to three rails with appropriate markings. It is used
to control traffic by closing, restricting, or delineating all, or a portion, of the right-of-way. Stripes on
barricade rails shall be alternating orange and white retroreflective stripes (sloping downward at an angle of
45 degrees in the direction traffic is to pass). The stripes shall be six inches wide, except where rail lengths
are less than 36 inches, four (4) inch-wide stripes may be used. Barricades shall be of two types: Type II or
Type III.
Type II barricades may be used isolated or in groups to mark a specific condition, in situations where traffic
is maintained through the temporary traffic control zone, or in a series for channelizing traffic. Type III
barricades may be used at a road closure may extend completely across a roadway or from curb to curb.
3.1.2 Type II Barricades - rail stripe widths for Type II Barricades shall be six (6) inches. Four (4) inch
wide stripes may be used if rail lengths are less than 36 inches. The sides of barricades facing traffic
shall have retroreflective rail faces. The barricade shall be composed of two horizontal rectangular rails
parallel to each other and one directly above the other. Each rail shall have a width shown as a
dimension of 24 inches min., and a height shown as a dimension of 8 to 12 inches. The distance from
the top of the upper panel (rail) to the ground surface shall have a dimension of 36 inches min. The rail
shall have alternating white and orange diagonal stripes that run from top right to bottom left at a 45-
degree angle. Warning lights are optional.
3.1.3 Type III Barricades - rail stripe widths for Type III Barricades shall be six (6) inches. Four (4) inch
wide stripes may be used if rail lengths are less than 36 inches. The sides of barricades facing traffic
shall have retroreflective rail faces. The barricade shall be composed of three horizontal rectangular
rails parallel to each other and one directly above the other. Each rail shall have a width shown as a
dimension of four (4) ft. min. and a height shown as a dimension of 8 to 12 inches. The distance from
the top of the topmost panel to the ground surface shall have a dimension of five (5) ft. min. The rail
shall have alternating white and orange diagonal stripes that run from top right to bottom left at a 45-
degree angle. Warning lights are optional.
3.1.4 French Barricades - shall be comprised of heavy-duty aluminum or steel with six (6) foot wide
fence style barriers that must interlock to create a continuous barrier. The French Barricades shall be
43 inches in height.
3.1.5 Temporary Barriers - For specifications see Appendix H.
3.1.6 Vehicular Barriers - Barriers shall be unanchored and portable in size so that equipment can be
mobilized by one (1) person. Installation, if required, shall be minimal and require no additional tools to
utilize the barrier(s). Further, barrier(s) shall be modular in design to allow for multiple configurations in
unique scenarios and/or environments.
3.1.7 Longitudinal Channelizing Devices (LCDs) - For specifications see Appendix H.
3.2 (GROUP 2) Traffic Safety Cones and Drums
Traffic cones and drums may be used to channelize traffic, divide opposing traffic lanes, divide traffic lanes
when two or more lanes are open in the same direction, or delineate minor maintenance operations.
3.2.1 Traffic cones - Traffic cones shall each be at minimum 36’’ in height and predominantly orange
in color. Traffic cone material shall be made of a material that can be struck without causing damage to
the impacting vehicle. Retroreflectivity stripes shall be horizontal, circumferential, and four (4) to six (6)
inches in width.
3.2.2 Drums - Drums used for traffic warning or channeling shall be approximately 36” in height and a
minimum of 18” in diameter. The marking on drums shall be horizontal, circumferential, orange and
white reflector stripes four to eight inches wide, using a material that has a smooth, sealed outer
surface that will display the same approximate size, shape and color day and night. There shall be at
least two orange and two white stripes on each drum. If there are non-reflectorized spaces between the
horizontal orange and white stripes, they shall be no more than two inches wide.
3.3 (GROUP 3) Warning, Regulatory, and Arrow Signs, Variable Messaging Board, and Light Towers
3.3.1 Warning and Regulatory Signs (non-electrical) – Temporary Traffic Control (“TTC”) zone signs
shall be a minimum of 48X48 inch; convey both general and specific messages by means of words or
symbols and have the same three categories as all traffic signs: regulatory signs, warning signs, and
guide signs. Warning signs in temporary traffic control zones shall have a black legend on an orange
background. The City reserves the right to utilize the signs for construction site usage. Yellow warning
signs within the traffic control zone which are still applicable may remain in place as per specifications
contained in Part VI of the Manual on Uniform Traffic Control Devices (MUTCD). Signs shall include,
but not be limited to the following:
1. Road Construction – 500 feet
2. Road Construction – 1000 feet
3. Road Construction – 1500 feet
4. Keep Left
5. Keep Right
6. Detour
7. Stop
8. Road Closed – Local Traffic Only
9. Left Lane Ends
10. Right Lane Ends
3.3.2 Arrow Signs, Generator Powered – Arrow signs requested may be of the Type B 30x60’’ or
36x72’’ class, with a minimum of 13 but up to 25 lamps and a minimum legibility distance of no less
than ¾ mile.
Arrow sign shall consist of flashing lights in the shape of a right or left arrow. Power is provided by
means of a gasoline or diesel generator or a solar powered generator system with battery backup for
the hours of darkness. The arrow sign must be capable of continuous operation, 24 hours per day.
3.3.3 Variable Message Boards – variable message boards shall be temporary traffic control devices
with the flexibility to display a variety of messages, as specified in the FDOT Roadway and Traffic
Design Standards Manual. Each message shall consist of either one or two phases. Typically, a phase
shall consist of up to three lines of eight characters per line. The display time for each phase should be
at least two (2) seconds, and the sum of the display times for both phases should be a maximum of
eight (8) seconds.
The components of a variable message board should include: a message sign panel, control systems,
a power source, and mounting and transporting equipment. Variable message boards shall be
equipped with a power source and a battery back-up to provide continuous operation when failure of
the primary power source occurs.
The mounting of variable message boards shall be such that the bottom of the message sign panel
shall be a minimum of 84 inches above the ground when in the raises position. Message signs shall be
visible from ½ mile under both day and night conditions. In order to maintain legibility, message signs
shall automatically adjust their brightness under varying light conditions. Advertising messages,
animations, rapid flashing, or other dynamic elements shall be strictly prohibited.
Additionally, the awarded bidder(s) shall grant the City access, by means of physical access to
equipment or via remote access, to the message sign’s control system in order to modify messages
being displayed and provide adequate training to City staff in the operation of said modification of
messages.
3.3.4 Light Towers - light towers shall be of vertical and narrow construction with a mast of at least 23
feet in height and include an on-board generator. Generator shall be diesel operated and may be of
brushed or brushless marathon configuration. The light tower shall be composed of four (4) lamps
equipped with either metal halide (minimum 1,000 watt each lamp) or LED lighting (minimum 230 watt
each lamp) for its output and must be able to rotate to adjust light positioning.
C4. Roadmap for Push Button Contractor Selection.
When Work is identified by a City representative, the Contractor who provides all services needed and is
the lowest for the project based on prices submitted in Appendix E, Cost Proposal Form, will be selected to
complete the Work. Example:
AB
C
C
o
m
p
a
n
y
XYZ
C
o
m
p
a
n
y
123
C
o
m
p
Item Numbe Description Unit Unit Price Unit Price Unit PriceEst. Qty.
0102- 74- 1CHANNELIZING DEVICE- TYPES I, II,
DI, VP, DRUM, OR LCD ED 4 20.00$ 22.00$ 18.00$
0110- 4- 2H
REMOVAL AND DISPOSAL OF
EXISTING CONCRETE SIDEWALK -
(UP TO 8" SICK)
SY 8 12.00$ 13.00$ 15.00$
0522- 2-1
CONCRETE SIDEWALK AND
DRIVEWAYS, 6" THICK (INCLUDES
DRIVEWAYS)
SY 8 18.00$ 11.00$ 20.00$
Project award to XYZ Company TOTAL 320.00$ 280.00$ 352.00$
Item Numbe Description Unit Unit Price Unit Price Unit Price
*If bidder is in good standing
Prior to issuing a Purchase Order, for projects $100,000 or greater, the City Manager’s approval is
required. The City Manager’s approval, along with a justification, is also required when the contractor
offering the lowest cost is not selected.
In determining the lowest and best contractor for the project, in addition to price, there shall be
considered the following:
(1) The ability, capacity and skill of the bidder to perform the contract. (2) Whether the bidder can perform the contract within the time specified, without delay or
interference. (3) The character, integrity, reputation, judgment, experience and efficiency of the bidder. (4) The quality of performance of previous contracts. (5) The previous and existing compliance by the bidder with laws and ordinances relating
to the contract.
APPENDIX B
________________________________________________________________________
Special Conditions
________________________________________________________________________
2020-027-DF
RENTAL OF BARRICADES AND RELATED
TRAFFIC CONTROL EQUIPMENT
PROCUREMENT DEPARTMENT
1755 Meridian Avenue, 3rd Floor
Miami Beach, Florida 33139
1. TERM OF CONTRACT. The contract(s) entered into with the successful Bidder(s) will have an
initial term of two (2) years
2. OPTIONS TO RENEW. The City, through its City Manager, will have the option to extend for
three (3) additional one-year periods subject to the availability of funds for succeeding fiscal
years.
3. PRICES SHALL BE FIXED AND FIRM: All prices quoted in the awardee’s bid submittal shall
remain firm and fixed, unless amended in writing by the City.
3.1 COST ESCALATION. Prices must be held firm during the initial term of the agreement.
During the renewal term, the City may consider prices increases not to increase the applicable
Bureau of Labor Statistics (www.bls.gov) CPI-U index or 3%, whichever is less. The City may
also consider increases based on mandated Living Wage increases. In considering cost
escalation due to Living Wage increases, the City will only consider the direct costs related to
Living Wage increases, exclusive of overhead, profit or any other related cost.
4. EQUITABLE ADJUSTMENT. The City, through its City Manager, may, in its sole discretion,
make an equitable adjustment in the contract terms and/or pricing or availability of supply is
affected by extreme or unforeseen volatility in the marketplace, that is, by circumstances that
satisfy all the following criteria: (1) the volatility is due to circumstances beyond the successful
bidder(s) control, (2) the volatility affects the marketplace or industry, not just the particular
contract source of supply, (3) the effect on pricing or availability of supply is substantial, and
(4) the volatility so affects the successful bidder(s) that continued performance of the contract
would result in a substantial loss. Successful bidder(s) may need to supply documentation to
justify any requested percentage increase in cost to the City of Miami Beach.
5. DELIVERY. The vendor shall make deliveries within 24 hours after the date of the order. All
deliveries shall be made in accordance with good commercial practice and all required delivery
timeframes shall be adhered to by the vendor(s); except in such cases where the delivery will
be delayed due to acts of nature, strikes, or other causes beyond the control of the vendor. In
these cases, the vendor shall notify the City of the delays in advance of the original delivery
date so that a revised delivery schedule can be appropriately considered by the City.
6. PACKING SLIP/DELIVERY TICKET TO ACCOMPANY ITEMS DURING DELIVERY. The
Successful Bidder shall enclose a complete packing slip or delivery ticket with any items to be
delivered in conjunction with this bid solicitation. The packing slip/delivery ticket shall be
attached to the shipping carton(s) or shall be made available to the designated Contract
Administrator during delivery/pickup. The packing slip or delivery ticket shall include, at a
minimum, the following information: purchase order number, date of order, a complete listing of
items being delivered/picked up and back-order quantities and estimated delivery of back-
orders, if applicable.
7. INVOICING. The vendor shall submit an invoice to the City user department(s) that requested
the items through a purchase order. The date of the invoices shall not exceed thirty (30)
calendar days from the delivery of the items. Under no circumstances shall the invoice be
submitted to the City in advance of the delivery and acceptance of the items. In addition, the
invoice shall reference (or include a copy of) the corresponding delivery ticket number or
packing slip number that was signed by an authorized representative of the City user
department at the time the items were delivered and accepted. Failure to submit invoices in the
prescribed manner will delay payment.
The vendor shall provide the City with the demonstration of MSRP discount pricing for
scheduled items during the quote process. At no time should the items exceed MSRP or
Published Price.
8. ADDITION/DELETION OF ITEMS/PRODUCTS: Although this solicitation identifies specific
items/products, it is hereby agreed and understood that any related item/products may be
added to, and any awarded items/products may be deleted from, this contract at the option of
the City. When an addition to the contract is required, the Successful Bidder(s) under this
contract and other suppliers, as deemed necessary shall be invited to submit price quotes for
these new items/products. If these quotes are comparable with market prices offered for
similar items/products, the supplier(s) and item(s) shall be added to the contract, if it is in the
best interest of the City and an addendum and a separate purchase order or change order
shall be issued by the City.
9. ROADMAP FOR PROJECTS AWARDED PURSUANT TO POOL OF PREQUALIFIED
CONTRACTORS. An authorized City representative may request quotes from Contractors
authorized to participate in the Pre-Qualified Bidder Pool for additional traffic control equipment
rental services. Responsive, responsible bidders (awarded or not) are eligible to participate in
the Pre-Qualified Bidder Pool, at the discretions of the bidder and as indicated on the Cost
Proposal Form at the time of submission.
When such work assignments are identified, the Contractors may be invited to review the
written specifications regarding the goods and/or services requested and offer a Unit Price
quote (unless notified otherwise), that shall include any and all costs, charges, and/or fees
required to furnish all labor, materials, equipment, supervision, mobilization, demobilization,
transportation, and any incidental(s) necessary for the work. The Contractor offering the lowest
fixed price for the specific effort shall be awarded that specific work assignment. The award of
a specific work assignment to one Contractor does not preclude other pre-qualified Contractors
from submitting offers for other work assignments.
The cost of any ancillary third-party services that are provided by the Contractor, with prior
approval from an authorized City representative, may be determined in the manner prescribed
above.
Contractors shall ensure that proper and sufficient staff, equipment, organization, etc. will be
provided for this contract to meet the specifications denoted herein at a paramount level.
Bidders past performance with the City, if applicable, may be used in the evaluation process in
determining recommendation for award.
Each quote prepared by the Contractor shall include an acceptable description of the nature,
extent and character of the work required, as well as performance and delivery schedules. In
this case, projects will be awarded on a Unit Price basis (unless notified otherwise).
9.1 For request for quotes with an estimated cost up to the amount specified in City
Procedure PO16.02, Threshold Category 1 (currently $15,000 or as amended), the
Department may select the vendor deemed to be best qualified without seeking
additional quotes.
9.2 For request for quotes with an estimated cost between $15,000.01 and
$100,000.00, the amount specified in City Procedure PO16.02, Threshold
Category 2 (or as amended), the Department shall solicit quotes from all
prequalified contractors. The vendor offering the lowest fixed price shall be
awarded the request for quote. The City Manager’s approval, along with a
justification, is required when the vendor offering the lowest cost is not selected.
9.3 For request for quotes exceeding $100,000 or greater, the City Commission’s
approval is required, or the City Commission may delegate approval to the City
Manager. City Commission or City Manager, as applicable, approval, along with a
justification, is also required when the vendor offering the lowest cost is not
selected.
In determining the lowest and best Contractor for the project, in addition to price, the following
shall be considered:
1. The ability, capacity and skill of the bidder to perform the work.
2. Whether the bidder can perform the work within the time specified, without delay or
interference.
3. The quality of performance on previous work.
4. The character, integrity, reputation, judgment, experience and efficiency of the bidder.
5. The previous and existing compliance by the bidder with laws and ordinances relating
to the contract.
APPENDIX C
________________________________________________________________________
Cost Proposal Form
________________________________________________________________________
2020-027-DF
RENTAL OF BARRICADES AND RELATED
TRAFFIC CONTROL EQUIPMENT
PROCUREMENT DEPARTMENT
1755 Meridian Avenue, 3rd Floor
Miami Beach, Florida 33139
APPENDIX C
COST PROPOSAL FORM
Failure to submit Appendix C, Cost Proposal Form, in its entirety and fully executed by the deadline established
for the receipt of proposals will result in proposal being deemed non-responsive and being rejected.
Bidder affirms that the prices stated on the proposal price form below represents the entire cost of the items in
full accordance with the requirements of this ITB, inclusive of its terms, conditions, specifications and other
requirements stated herein, and that no claim will be made on account of any increase in wage scales,
material prices, delivery delays, taxes, insurance, cost indexes or any other unless a cost escalation provision
is allowed herein and has been exercised by the City Manager in advance. The Cost Proposal Form
(Appendix C) shall be completed mechanically or, if manually, in ink. Cost Proposal Forms (Appendix C)
completed in pencil shall be deemed non-responsive. All corrections on the Cost Proposal Form
(Appendix C) shall be initialed.
Bidder’s bid price shall include any and all costs, charges, and/or fees required to furnish all labor,
materials, equipment, supervision, initial mobilization, demobilization, and transportation necessary
for the work, in accordance with the bid specifications.
Item Description UOM Estimated
Quantity (A)
Unit Cost
(B)
Total
(AxB) GROUP 1. TRAFFIC BARRICADES, BARRIERS, AND CHANNELIZING DEVICES
1 Barricades - Type II Per Day 2,900 $ $
2 Barricades - Type III Per Day 100 $ $
3 Barricades - Type II (with lights) Per Day 3,800 $ $
4 Barricades - Type III (with lights) Per Day 1,000 $ $
5 French Barricade - 6 feet Per Day 32,500 $ $
6 Temporary Barrier Wall, F&I, Concrete Per Day 100 $ $
7 Temporary Barrier Wall, F&I, Waterfilled Per Day 100 $ $
8 Vehicular Barrier Per Day 50 $ $
9 Pedestrian Longitudinal Channelizing
Device (LCD) Per Day 100 $ $
GROUP 2. TRAFFIC SAFETY CONES AND DRUMS
10 Traffic Cones Per Day 11,400 $ $
11 Drum Per Day 55 $ $
GROUP 3. WARNING, REGULATORY, AND ARROW SIGNS, VARIABLE MESSAGING BOARD, AND
LIGHT TOWERS
12
Warning and Regulatory Signs (Non-
electrical)
Per Day 425 $ $
13 Arrow Signs, Generator Powered Type B Per Day 20 $ $
14 Variable Message Board Per Day 160 $ $
15 Narrow, Vertical Mast Light Tower Per Day 260 $ $
GROUP 4. SET UP FEES
16 Set-up fee for 1-100 Type II/III Barricades Each 2 $ $
17
Set-up fee for 101-500 Type II/III
Barricades
Each 2 $ $
18
Set-up fee for 501-2500 Type II/III
Barricades
Each 1 $ $
19 Set-up fee for 2501+ Type II/III Barricades Each 1 $ $
20 Set-up fee for 1-100 French Barricades Each 2 $ $
21 Set-up fee for 101-500 French Barricades Each 2 $ $
22 Set-up fee for 501-2500 French Barricades Each 1 $ $
23 Set-up fee for 2501+ French Barricades Each 1 $ $
24 Set-up fee for 1-100 traffic cones Each 1 $ $
25 Set-up fee for 101-500 traffic cones Each 1 $ $
26 Set-up fee for 501-2500 traffic cones Each 1 $ $
27 Set-up fee for 2501+ traffic cones Each 1 $ $
28 Set-up fee for 1-100 drums Each 1 $ $
29 Set-up fee for 1-100 Temporary Barrier
Wall, Vehicular Barrier, or LCD Each 2 $ $
30 Set-up fee for 1-100 Warning/Regulatory
Signs Each 2 $ $
31 Set-up fee for 1-100 Arrow Signs, Variable
Message Boards Each 2 $ $
32 Set-up fee for 1-100 Narrow, Vertical Mast
Light Tower Each 2 $ $
GROUP 5. ADDITIONAL MOBILIZATION/SET UP
33 Additional Mobilization/Set Up HR 25 $ $
34 Sandbags Each 3,250 $ $
35 Flat Emergency Rate (24/7 within 2 hours) Each 25 $ $
GROUP 6. PRE-QUALIFIED POOL
No additional response is required for the establishment of a Pre-Qualification Pool. All responsive and
responsible bidder(s) that submit a bid for the project shall be made part of the pool for future purchases,
per Special Conditions 9 - Roadmap for Projects Awarded Pursuant to Pool of Prequalified Contractors.
Bidder's Affirmation
Company:
Authorized Representative:
Address:
Telephone:
Email:
Authorized Representative’s Signature:
[THE REMAINDER OF THIS PAGE IS LEFT INTENTIONALLY BLANK]
APPENDIX D
________________________________________________________________________
Insurance Requirements
________________________________________________________________________
2020-027-DF
RENTAL OF BARRICADES AND RELATED
TRAFFIC CONTROL EQUIPMENT
PROCUREMENT DEPARTMENT
1755 Meridian Avenue, 3rd Floor
Miami Beach, Florida 33139
INSURANCE REQUIREMENTS
TYPE 2 - GOODS, SERVICES & MAINTENANCE
INSURANCE REQUIREMENTS
The vendor shall maintain the below required insurance in effect prior to awarding the contract and for the duration of
the contract. The maintenance of proper insurance coverage is a material element of the contract and failure to
maintain or renew coverage may be treated as a material breach of the contract, which could result in withholding of
payments or termination of the contract.
A. Worker’s Compensation Insurance for all employees of the vendor as required by Florida Statute 440, and
Employer Liability Insurance for bodily injury or disease.
B. Commercial General Liability Insurance on an occurrence basis, including products and completed
operations, property damage, bodily injury and personal & advertising injury with limits no less than
$1,000,000 per occurrence, and $2,000,000 general aggregate.
C. Automobile Liability Insurance covering any automobile, if vendor has no owned automobiles, then coverage
for hired and non-owned automobiles, with limit no less than $1,000,000 combined per accident for bodily
injury and property damage.
Additional Insured - City of Miami Beach must be included by endorsement as an additional insured with respect to
all liability policies (except Professional Liability and Workers’ Compensation) arising out of work or operations
performed on behalf of the contractor including materials, parts, or equipment furnished in connection with such work
or operations and automobiles owned, leased, hired or borrowed in the form of an endorsement to the contractor’s
insurance.
Notice of Cancellation - Each insurance policy required above shall provide that coverage shall not be cancelled,
except with notice to the City of Miami Beach c/o EXIGIS Insurance Compliance Services.
Waiver of Subrogation – Vendor agrees to obtain any endorsement that may be necessary to affect the waiver of
subrogation on the coverages required. However, this provision applies regardless of whether the City has received
a waiver of subrogation endorsement from the insurer.
Acceptability of Insurers – Insurance must be placed with insurers with a current A.M. Best rating of A:VII or
higher. If not rated, exceptions may be made for members of the Florida Insurance Funds (i.e. FWCIGA, FAJUA).
Carriers may also be considered if they are licensed and authorized to do insurance business in the State of Florida.
Verification of Coverage – Contractor shall furnish the City with original certificates and amendatory endorsements,
or copies of the applicable insurance language, effecting coverage required by this contract. All certificates and
endorsements are to be received and approved by the City before work commences. However, failure to obtain the
required documents prior to the work beginning shall not waive the Contractor’s obligation to provide them. The City
reserves the right to require complete, certified copies of all required insurance policies, including endorsements,
required by these specifications, at any time.
CERTIFICATE HOLDER MUST READ:
CITY OF MIAMI BEACH
c/o EXIGIS Insurance Compliance Services
P.O. Box 4668 – ECM #35050
New York, NY 10163-4668
Kindly submit all certificates of insurance, endorsements, exemption letters to our servicing agent, EXIGIS, at:
Certificates-miamibeach@riskworks.com
Special Risks or Circumstances - The City of Miami Beach reserves the right to modify these requirements,
including limits, based on the nature of the risk, prior experience, insurer, coverage, or other special circumstances.
Compliance with the foregoing requirements shall not relieve the vendor of his liability and obligation under this
section or under any other section of this agreement.
APPENDIX E
________________________________________________________________________
Sample M.O.T Plans
________________________________________________________________________
2020-027-DF
RENTAL OF BARRICADES AND RELATED TRAFFIC
CONTROL EQUIPMENT
PROCUREMENT DEPARTMENT
1755 Meridian Avenue, 3rd Floor
Miami Beach, Florida 33139
APPENDIX H
_____________________________________________________________________________________
Temporary Barriers and
Longitudinal Channelizing
Devices (LCDs)
_____________________________________________________________________________________
2020-027-DF
RENTAL OF BARRICADES AND RELATED TRAFFIC
CONTROL EQUIPMENT
PROCUREMENT DEPARTMENT
1755 Meridian Avenue, 3rd Floor
Miami Beach, Florida 33139
ATTACHMENT C
SUNBIZ & PROPOSAL RESPONSE TO ITB
Detail by Entity Name
Detail by Entity Name.html[7/10/2020 10:49:40 AM]
Department of State / Division of Corporations / Search Records / Search by Entity Name /
Document Number
FEI/EIN Number
Date Filed
State
Status
Last Event
Event Date Filed
Previous On List Next On List Return to List
Events No Name History
Detail by Entity Name
Florida Limited Liability Company
ACME BARRICADES, L.C.
Filing Information
L98000002616
59-3541899
11/09/1998
FL
ACTIVE
REINSTATEMENT
10/04/2010
Principal Address
9800 NORMANDY BLVD
JACKSONVILLE, FL 32221
Changed: 05/01/2006
Mailing Address
9800 NORMANDY BLVD
JACKSONVILLE, FL 32221
Changed: 04/29/2005
Registered Agent Name & Address
CUMMINGS, CHRISTIAN
9800 NORMANDY BLVD
JACKSONVILLE, FL 32221
Name Changed: 04/24/2009
DIVISION OF CORPORATIONSFlorida Department of State
Detail by Entity Name
Detail by Entity Name.html[7/10/2020 10:49:40 AM]
Address Changed: 04/29/2005
Authorized Person(s) Detail
Name & Address
Title MGR
CUMMINGS, CHRISTIAN
9800 NORMANDY BLVD
JACKSONVILLE, FL 32221
Title MGR
ACME HOLDINGS
9995 GATE PARKWAY, STE. 150
JACKSONVILLE, FL 32246
Title MGR
RLS GROUP 1, LTD
121 W. FORSYTH STREET, STE. 810
JACKSONVILLE, FL 32202
Annual Reports
Report Year Filed Date
2018 01/31/2018
2019 01/09/2019
2020 02/03/2020
Document Images
02/03/2020 -- ANNUAL REPORT View image in PDF format
01/09/2019 -- ANNUAL REPORT View image in PDF format
01/31/2018 -- ANNUAL REPORT View image in PDF format
03/03/2017 -- ANNUAL REPORT View image in PDF format
04/06/2016 -- ANNUAL REPORT View image in PDF format
03/10/2015 -- ANNUAL REPORT View image in PDF format
03/14/2014 -- ANNUAL REPORT View image in PDF format
03/01/2013 -- ANNUAL REPORT View image in PDF format
01/05/2012 -- ANNUAL REPORT View image in PDF format
01/05/2011 -- ANNUAL REPORT View image in PDF format
10/04/2010 -- REINSTATEMENT View image in PDF format
04/24/2009 -- ANNUAL REPORT View image in PDF format
Detail by Entity Name
Detail by Entity Name.html[7/10/2020 10:49:40 AM]
03/20/2008 -- ANNUAL REPORT View image in PDF format
04/09/2007 -- ANNUAL REPORT View image in PDF format
06/08/2006 -- ANNUAL REPORT View image in PDF format
05/01/2006 -- ANNUAL REPORT View image in PDF format
04/29/2005 -- ANNUAL REPORT View image in PDF format
03/11/2004 -- ANNUAL REPORT View image in PDF format
10/17/2003 -- ANNUAL REPORT View image in PDF format
05/12/2002 -- ANNUAL REPORT View image in PDF format
03/23/2001 -- ANNUAL REPORT View image in PDF format
03/23/2000 -- ANNUAL REPORT View image in PDF format
03/11/1999 -- ANNUAL REPORT View image in PDF format
11/09/1998 -- Florida Limited Liabilites View image in PDF format
Previous On List Next On List Return to List
Events No Name History
Florida Department of State, Division of Corporations
6/8/2020 Bid Submittal Questionnaire W/O Living Wage - Final
file:///C:/Users/PURCCroJ/Downloads/BID_SUBMITTAL_QUESTIONNAIRE_W.O_LIVING_WAGE_--_FINAL_8333328 (2).htm 1/7
BID SUBMITTAL QUESTIONNAIRE
SECTION 1 – BID CERTIFICATION FORM
This document is a REQUIRED FORM that must be submitted fully completed and submitted.
Solicitation No:
2020-027-DF
Solicitation Title:
RENTAL OF BARRICADES AND RELATED TRAFFIC
CONTROL EQUIPMENT
BIDDER’S NAME: Acme Barricades
NO. OF YEARS IN BUSINESS: 20
NO. OF YEARS IN BUSINESS LOCALLY: 8 NO. OF EMPLOYEES: 350
OTHER NAME(S) BIDDER HAS OPERATED UNDER IN THE LAST 10 YEARS:
BIDDER PRIMARY ADDRESS (HEADQUARTERS): 9800 Normandy Blvd
CITY: Jacksonville
STATE: FL
ZIP CODE: 32221
TELEPHONE NO.: 954-321-8205
TOLL FREE NO.:
FAX NO.:
BIDDER LOCAL ADDRESS: 3400 Burris Road
CITY: Davie
STATE: FL
ZIP CODE: 33314
PRIMARY ACCOUNT REPRESENTATIVE FOR THIS ENGAGEMENT: Tom Brady
ACCOUNT REP TELEPHONE NO.: 9548959891
ACCOUNT REP TOLL FREE NO.:
ACCOUNT REP EMAIL: tbrady@acmebarricades.com
FEDERAL TAX IDENTIFICATION NO.:
By virtue of submitting a bid, bidder agrees: a) to complete and unconditional acceptance of the terms and conditions of
this document, inclusive of this solicitation, all specifications, attachments, exhibits and appendices and the contents of
any Addenda released hereto; b) to be bound, at a minimum, to any and all specifications, terms and conditions
contained herein or Addenda; c) that the bidder has not divulged, discussed, or compared the proposal with other bidders
and has not colluded with any other bidder or party to any other bid; d) that bidder acknowledges that all information
contained herein is part of the public domain as defined by the State of Florida Sunshine and Public Records Laws; e) the
bidder agrees if this bid is accepted, to execute an appropriate City of Miami Beach document for the purpose of
6/8/2020 Bid Submittal Questionnaire W/O Living Wage - Final
file:///C:/Users/PURCCroJ/Downloads/BID_SUBMITTAL_QUESTIONNAIRE_W.O_LIVING_WAGE_--_FINAL_8333328 (2).htm 2/7
establishing a formal contractual relationship between the bidder and the City of Miami Beach, Florida, for the
performance of all requirements to which the bid pertains; and f) that all responses, data and information contained in the
bid submittal are true and accurate.
The individual named below affirms that s/he: is a principal of the applicant duly authorized to execute this questionnaire,
and that the contents of said document(s) are complete, true, and correct to the best of his/her knowledge and belief.
Name of Bidder ’s Authorized Representative:
Tom Brady
Title of Bidder ’s Authorized
Representative:
Regional Manager
SECTION 2 - ACKNOWLEDGEMENT OF ADDENDUM
After issuance of solicitation, the City may release one or more addendum to the solicitation, which
may provide additional information to bidders or alter solicitation requirements. The City will strive to
reach every bidder having received solicitation through the City’s e-procurement system. However,
bidders are solely responsible for assuring they have received any and all addendum issued pursuant
to solicitation. This Acknowledgement of Addendum section certifies that the bidder has received all
addendum released by the City pursuant to this solicitation. Failure to obtain and acknowledge
receipt of all addenda may result in proposal disqualification.
Enter Initial to
Confirm
Receipt
Enter Initial to
Confirm
Receipt
Enter Initial to
Confirm Receipt
Addendum 1 Addendum 6 Addendum 11
Addendum 2 Addendum 7 Addendum 12
Addendum 3 Addendum 8 Addendum 13
Addendum 4 Addendum 9 Addendum 14
Addendum 5 Addendum 10 Addendum 15
If additional confirmation of addendum is required, submit under separate cover.
SECTION 3 - CONFLICT OF INTEREST
All bidders must disclose the name(s) of any officer, director, agent, or immediate family member
(spouse, parent, sibling, and child) who is also an employee of the City of Miami Beach. Further, all
bidders must disclose the name of any City employee who owns, either directly or indirectly, an
interest of ten (10%) percent or more in the bidder entity or any of its affiliates.
YES NO
If yes, please disclose the name(s):
FIRST AND LAST NAME OCCUPATION
1
2
3
4
6/8/2020 Bid Submittal Questionnaire W/O Living Wage - Final
file:///C:/Users/PURCCroJ/Downloads/BID_SUBMITTAL_QUESTIONNAIRE_W.O_LIVING_WAGE_--_FINAL_8333328 (2).htm 3/7
5
6
SECTION 4 - FINANCIAL CAPACITY
When requested by the City, each bidder shall arrange for Dun & Bradstreet to submit a Supplier
Qualification Report (SQR) directly to the City. No proposal will be considered without receipt, by the
City, of the SQR directly from Dun & Bradstreet. The cost of the preparation of the SQR shall be the
responsibility of the bidder. The bidder shall request the SQR report from D&B at:
https://supplierportal.dnb.com/webapp/wcs/stores/servlet/SupplierPortal?storeId=11696
Bidders are responsible for the accuracy of the information contained in its SQR. It is highly
recommended that each bidder review the information contained in its SQR for accuracy prior
to submittal to the City and as early as possible in the solicitation process. For assistance
with any portion of the SQR submittal process, contact Dun & Bradstreet at 800-424-2495.
At time of request, bidder shall request that Dun & Bradstreet submit its Supplier Qualifier Report
directly to the City, with bid or within three (3) days of request.
SECTION 5 - MORATORIUM ON TRAVEL TO AND THE PURCHASE OF GOODS OR SERVICES
FROM NORTH CAROLINA AND MISSISSIPPI
Pursuant to Resolution 2016-29375, the City of Miami Beach, Florida, prohibits official City travel to
the states of North Carolina and Mississippi, as well as the purchase of goods or services sourced in
North Carolina and Mississippi. Bidder shall agree that no travel shall occur on behalf of the City to
North Carolina or Mississippi, nor shall any product or services it provides to the City be sourced from
these states.
By virtue of submitting bid, bidder agrees it is and shall remain in full compliance with Resolution
2016-29375
https://www.miamibeachfl.gov/wp-content/uploads/2017/11/2016-29375-Resolution-Vendor-
Moratorium-for-Services-Sources-from-North-Carolina-Mississippi-1.pdf
SECTION 6 - REFERENCES AND PAST PERFORMANCE
Project No.2020-027-DF
Project Title RENTAL OF BARRICADES AND RELATED TRAFFIC CONTROL
EQUIPMENT
Proposer shall submit at least three (3) references for whom the bidder has completed work similar in
size and nature as the work referenced in solicitation.
Reference No.1
Firm Name: RunDisney
Contact Individual Name and Title: Paul Morris
6/8/2020 Bid Submittal Questionnaire W/O Living Wage - Final
file:///C:/Users/PURCCroJ/Downloads/BID_SUBMITTAL_QUESTIONNAIRE_W.O_LIVING_WAGE_--_FINAL_8333328 (2).htm 4/7
Address: 3281 Sherberth Rd. Kissimmee, FL 34747
Telephone: 3212313177
Contact’s Email: paul.r.morris@disney.com
Narrative on Scope of Services Provided:
Provide MOT for Disney's marathons.
Reference No.2
Firm Name: General Asphalt
Contact Individual Name and Title: Jose Semprun
Address: 4850 NW 72nd Ave, Miami, FL 33166
Telephone: 3055923480
Contact’s Email: jose@generalasphalt.com
Narrative on Scope of Services Provided:
Provide MOT equipment and services for construction projects.
Reference No.3
Firm Name: Ryan FL
Contact Individual Name and Title: Andrew Rodriguez
Address: 14221 SW 120 St, Suite 103, Miami, FL 33186
Telephone: 3053228969
Contact’s Email: arodriguez@ryanfl.com
Narrative on Scope of Services Provided:
Provide MOT equipment and services for construction projects
6/8/2020 Bid Submittal Questionnaire W/O Living Wage - Final
file:///C:/Users/PURCCroJ/Downloads/BID_SUBMITTAL_QUESTIONNAIRE_W.O_LIVING_WAGE_--_FINAL_8333328 (2).htm 5/7
Additional Reference
Firm Name:
Contact Individual Name and Title:
Address:
Telephone:
Contact’s Email:
Narrative on Scope of Services Provided:
SECTION 7 - STANDARD TERMS AND CONDITIONS
The Standard Terms and Conditions are available at https://www.miamibeachfl.gov/city-
hall/procurement/standard-terms-and-conditions/ By virtue of submitting a bid, bidder attests that they
have read and understand the applicable Standard Terms and Conditions as indicated in the
solicitation.
Project No.2020-027-DF
Project Title RENTAL OF BARRICADES AND RELATED TRAFFIC CONTROL
EQUIPMENT
SECTION 8 - VENDOR CAMPAIGN CONTRIBUTIONS
Bidders are expected to be or become familiar with, the City’s Campaign Finance Reform laws, as
codified in Sections 2-487 through 2-490 of the City Code
https://library.municode.com/fl/miami_beach/codes/code_of_ordinances?
nodeId=SPAGEOR_CH2AD_ARTVIISTCO_DIV5CAFIRE
Bidders shall be solely responsible for ensuring that all applicable provisions of the City’s Campaign
Finance Reform laws are complied with, and shall be subject to any and all sanctions, as prescribed
therein, including disqualification of their bid submittal, in the event of such non-compliance.
6/8/2020 Bid Submittal Questionnaire W/O Living Wage - Final
file:///C:/Users/PURCCroJ/Downloads/BID_SUBMITTAL_QUESTIONNAIRE_W.O_LIVING_WAGE_--_FINAL_8333328 (2).htm 6/7
Are there any individuals or entities (including your sub-consultants) with a controlling financial
interest which have contributed to the campaign either directly or indirectly, of a candidate who has
been elected to the office of Mayor or City Commissioner for the City of Miami Beach.
YES NO
If yes, list name (first and last name) of individuals, occupation, amount and date:
First and Last Name Contributor Occupa
6/8/2020 Bid Submittal Questionnaire W/O Living Wage - Final
file:///C:/Users/PURCCroJ/Downloads/BID_SUBMITTAL_QUESTIONNAIRE_W.O_LIVING_WAGE_--_FINAL_8333328 (2).htm 7/7
Please check all benefits that apply to your answers above and list in the “other” section any additional
benefits not already specified. Note: some benefits are provided to employees because they have a spouse or
domestic partner, such as bereavement leave; other benefits are provided directly to the spouse or domestic
partner, such as medical insurance.
BENEFIT
Bidder Provides for
Employees with
Spouses
Bidder Provides for
Employees with
Domestic Partners
Bidder does not
Provide Benefit
Health x x
Sick Leave x x
Family Medical Leave x x
Bereavement Leave x x
If Bidders cannot offer a benefit to domestic partners because of reasons outside your control, (e.g., there are
no insurance providers in your area willing to offer domestic partner coverage) you may be eligible for
Reasonable Measures compliance. To comply on this basis, you must agree to pay a cash equivalent and
submit a completed Reasonable Measures Application with all necessary documentation. Your Reasonable
Measures Application will be reviewed for consideration by the City Manager, or his designee. Approval is not
guaranteed and the City Manager ’s decision is final. Further information on the Equal Benefits requirement is
available at http://www.miamibeachfl.gov/city-hall/procurement/procurement-related-ordinance-and-
procedures/