21-010-01 A Quick Board Up Services IncCONTRACT NO. 21-010-01
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: boardup@aquickboardup.com
December 14, 2020
Dan Kaleky
A Quick Board Up Service, Inc.
1000 NW 24 Ave.
Fort Lauderdale, FL 33311
Phone: 954-483-1104
RE: NOTICE OF AWARD OF CONTRACT PURSUANT TO INVITATION TO BID (ITB) NO.
2021-010-WG FOR EMERGENCY BOARD UP AND SECURING SERVICES
Dear Mr. Kaleky:
On November 18, 2020, A Quick Board Up Service, Inc., (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 December 9, 2020 meeting, approved the City Manager’s recommendation pursuant to the
ITB, to award a contract A Quick Board Up Services, Inc., for emergency board up and securing
services. No services may be performed until such time as 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, Natasha Diaz, Assistant Director, Building Department, at
natashadiaz@miamibeachfl.gov or (305) 673-7000 ext. 26335.
Sincerely,
Alex Denis
Director Procurement Department
AD/ME/AG
DocuSign Envelope ID: 9B888BA9-9576-4BED-8551-DDF5ACE623D2
ATTACHMENT A
COMMISSION AWARD MEMO
DocuSign Envelope ID: 9B888BA9-9576-4BED-8551-DDF5ACE623D2
DocuSign Envelope ID: 9B888BA9-9576-4BED-8551-DDF5ACE623D2
DocuSign Envelope ID: 9B888BA9-9576-4BED-8551-DDF5ACE623D2
Boardup and Securing Services
Description UOM
Est Qty
(A)
Unit Cost
(B)
Total
(AxB=C)
Unit Cost
(B)
Total
(AxB=C)
1
Square footage for securing with
plywood and dimensional lumber
on first floor.SF 3000 5.00$ 15,000.00$ 10.00$ 30,000.00$
2
Square footage for securing with
plywood and dimensional lumber
beyond first floor.SF 500 6.50$ 3,250.00$ 24.00$ 12,000.00$
3
Linear feet for protective fence
chain link.
Fence of 6’ height LF 500 12.00$ 6,000.00$ 28.00$ 14,000.00$
4
Linear feet for protective fence
chain link.
Fence of 8’ height.LF 500 16.00$ 8,000.00$ 34.00$ 17,000.00$
5
Linear Feet for protective fence
chain link.
Chain link Fence of 6’ height with
fabric.LF 500 14.00$ 7,000.00$ 32.00$ 16,000.00$
6
Linear feet for Protective Fence
chain link
Fence 8’ height with fabric.LF 500 18.00$ 9,000.00$ 38.00$ 19,000.00$
7
Minimum charge per call for
board-up services (24-Hour
Response Time)Flat Fee 5 295.00$ 1,475.00$ 150.00$ 750.00$
8
Minimum charge per call for
board-up services (4 Hour
Response Time)Flat Fee 3 295.00$ 885.00$ 300.00$ 900.00$
Time and Materials UOM
Est
Annual
Hours
(A)
Unit
Cost
(B)
Line Total
(AxB=C)
Unit
Cost
(B)
Line Total
(AxB=C)
9 Hourly Rate- Regular Hour 30 20.00$ 600.00$ 65.00$ 1,950.00$
10 Hourly Rate- Non-Regular Hour 15 20.00$ 300.00$ 97.50$ 1,462.50$
11 $2,000.00
A Q
u
i
c
k
B
o
a
r
d
U
p
S
e
r
v
i
c
e
,
I
n
c
JIJ
C
o
n
s
t
r
u
c
t
i
o
n
C
o
r
p
.
Materials provided as a Pass-thru
DocuSign Envelope ID: 9B888BA9-9576-4BED-8551-DDF5ACE623D2
ATTACHMENT B
ADDENDA & ITB SOLICITATION
DocuSign Envelope ID: 9B888BA9-9576-4BED-8551-DDF5ACE623D2
TABLE OF CONTENTS
SOLICITATION SECTIONS:
0100 INSTRUCTIONS TO BIDDERS .....................................................................................
0200 GENERAL TERMS AND CONDITIONS .........................................................................
0300 BID SUBMITTAL INSTRUCTIONS & FORMAT ..............................................................
APPENDICES:
APPENDIX A - MINIMUM REQUIREMENTS, SPECIFICATIONS, AND SPECIAL CONDITIONS
APPENDIX B - ............................................................................... COST PROPOSAL FORM
APPENDIX C - .......................................................................INSURANCE REQUIREMENTS
DocuSign Envelope ID: 9B888BA9-9576-4BED-8551-DDF5ACE623D2
SECTION 0100 INSTRUCTIONS TO BIDDERS
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.
The purpose of this bid is to establish a push button contract, by means of sealed bids, with qualified firm(s)
for the purchase of emergency board-up and securing services for the City’s Building Department and Code
Compliance Department, or any other City department that may require the services.. The City intends to
pre-qualify multiple contractors to be eligible for future work. The work and services to be provided in this bid
shall include the furnishing of all materials, labor, supervision, means of transportation, permits, licenses,
equipment and incidentals necessary for the emergency board-up and in the securing of buildings and
structures citywide on an as needed basis.
The City’ present contract 2015-145-AK for Emergency Board-up and Securing Services is scheduled to
expire on October 28, 2020.
3. SOLICITATION TIMETABLE. The tentative schedule for this solicitation is as follows:
ITB Issued October 22, 2020
Pre-Bid Meeting N/A
Deadline for Receipt of Questions November 9, 2020 by 5:00 PM ET
Responses Due November 18, 2020 by 3;00 PM ET
Tentative Commission Approval Authorizing
Award
TBD
4. PROCUREMENT CONTACT. Any questions or clarifications concerning this solicitation shall be submitted
to the Procurement Contact noted below:
Procurement Contact: Telephone: Email:
William Garviso, CPPB 305-673-7000 #7490 WilliamGarviso@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.
DocuSign Envelope ID: 9B888BA9-9576-4BED-8551-DDF5ACE623D2
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 Proposers in the form
of an addendum.
5. PRE-BID MEETING OR SITE VISIT(S). Intentionally Omitted
Bidders who are participating via telephone should send an e-mail to the contact person listed in this ITB
expressing their intent to participate via telephone.
6. 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-
submittal meeting or site visit(s). The City by means of Addenda will issue interpretations or written addenda
clarifications considered necessary by the City in response to questions. Only questions answered by written
addenda will be binding and may supersede terms noted in this solicitation. Addendum will be released
through BidSync. 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 the bid submittal. Written questions should
be received no later than the date outlined in the Anticipated ITB Timetable section.
7. BIDDER’S RESPONSIBILITY. Before submitting a response, each bidder shall be solely responsible for
making any and all investigations, evaluations, and examinations, as it deems necessary, to ascertain all
conditions and requirements affecting the full performance of the contract. Ignorance of such conditions and
requirements, and/or failure to make such evaluations, investigations, and examinations, will not relieve the
bidder from any obligation to comply with every detail and with all provisions and requirements of the contract,
and will not be accepted as a basis for any subsequent claim whatsoever for any monetary consideration on
the part of the bidder.
8. 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.
9. 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
DocuSign Envelope ID: 9B888BA9-9576-4BED-8551-DDF5ACE623D2
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.
10. 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 firms 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.
Balance of Page Intentionally Left Blank
DocuSign Envelope ID: 9B888BA9-9576-4BED-8551-DDF5ACE623D2
SECTION 0200 GENERAL TERMS AND CONDITIONS
TERMS & CONDITIONS. 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), as well
as those for Grants and Federal Requirements (dated 8.20.20) 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
DocuSign Envelope ID: 9B888BA9-9576-4BED-8551-DDF5ACE623D2
SECTION 0300 PROPOSAL SUBMITTAL INSTRUCTIONS AND FORMAT
1. ELECTRONIC RESPONSES ONLY. Electronic responses to this RFQ 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. Hard copy proposals or proposals received
electronically, either through email or facsimile, submitted prior to or after the deadline for receipt of proposals
are not acceptable and will be rejected. Late bids cannot be submitted, bidders are cautioned to plan
sufficiently. 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 B)
3. OMITTED OR ADDITIONAL INFORMATION. The City reserves the right to request any
documentation omitted, with exception of the Cost Proposal Form (Appendix B), 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 and
assist the Evaluation Committee in review of proposals, 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.
2. BID PROPOSAL. The Bid Proposal is to include the following:
• TAB 1 – Cost Proposal Form (Appendix B). The Cost Proposal Form (Appendix B) 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.
DocuSign Envelope ID: 9B888BA9-9576-4BED-8551-DDF5ACE623D2
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.
Balance of Page Intentionally Left Blank
DocuSign Envelope ID: 9B888BA9-9576-4BED-8551-DDF5ACE623D2
APPENDIX A
________________________________________________________________________
Minimum Requirements,
Specifications, and
Special Conditions
________________________________________________________________________
2021-010-WG
EMERGENCY BOARD-UP AND SECURING
SERVICES
PROCUREMENT DEPARTMENT
1755 Meridian Avenue, 3rd Floor
Miami Beach, Florida 33139
DocuSign Envelope ID: 9B888BA9-9576-4BED-8551-DDF5ACE623D2
C1. Minimum Eligibility Requirements. The Minimum Eligibility Requirements for this solicitation are listed
below. Bidder shall submit the required submittal(s) documenting compliance with each minimum
requirement. Proposers that fail to comply with minimum requirements shall be deemed non-responsive and
shall not have its bid considered.
BOARD-UP AND SECURING SERVICES
1. Prospective bidders must be licensed as Building or General Contractor in the State of Florida or
Miami Dade County.
Submit copy of current State of Florida or Miami Dade County Building or General Contractor
license. Contractor shall maintain a valid license throughout the duration of the contract.
2. Proposer must provide or have provided board-up and securing services to a minimum of two (2)
public or private sector entities within the last five (5) years.
SUBMITTAL REQUIREMENT: For each client listed, provide client name, client representative,
client representative email address and telephone number; contract dates and brief scope of
work.
SWIMMING POOLS
1. Prospective bidders must be licensed as Pool Maintenance Contractor in Miami Dade County.
SUBMITTAL REQUIREMENT: Submit copy of current Pool Maintenance Contractor license.
Contractor shall maintain a valid license throughout the duration of the contract.
2. Proposer must provide or have provided pool board-up services to a minimum of two (2) public or
private sector entities within the last five (5) years.
SUBMITTAL REQUIREMENT: For each client listed, provide client name, client representative,
client representative email address and telephone number; contract dates and brief scope of
work.
C2. STATEMENT OF WORK
The purpose of this bid is to establish a push button contract, by means of sealed bids, with qualified firm(s)
for the purchase of emergency board-up and securing services for the City’s Building Department and Code
Compliance Department, or any other City department that may require the services.. The City intends to
pre-qualify multiple contractors to be eligible for future work. The work and services to be provided in this bid
shall include the furnishing of all materials, labor, supervision, means of transportation, permits, licenses,
equipment and incidentals necessary for the emergency board-up and in the securing of buildings and
structures citywide on an as needed basis.
C2.1 PERMITS
1. The Contractor shall, without additional expense to the City, comply with all applicable laws,
ordinances, rules, statutes, and regulations.
2. Building permits are required before commencing the work. Under emergency circumstances, as
determined by the Building Official, after-the-fact permits can be obtained by the contractor within
DocuSign Envelope ID: 9B888BA9-9576-4BED-8551-DDF5ACE623D2
24/48 hours after work has commenced.
3. City will reimburse Contractor for any required permit fees only. City will reimburse for initial review
and one resubmission only. Costs associated with additional re-submissions will not be reimbursed.
Contractor shall not include permit fees on Bid Form. All licenses required by municipality,
governmental agency, or political subdivision shall be obtained by and paid for by the Contractor.
C3. SPECIFICATIONS: BOARD-UP SERVICE MATERIALS.
1. Exterior Plywood. Shall be of new un-sanded CDX grade.
2. Plywood Thickness. Shall be one-half inch (1/2’) for windows openings, five-eight inch (5/8”) for
framed door openings, and three-quarter (3/4”) for unframed door wall openings. When extra-large
windows openings or sliding glass door are encountered, use five-eight (5/8”) or three quarter (3/4”)
as necessary.
3. Drilling of Holes and Use of Nails. All holes shall be drilled to accommodate bolts. Face-nailing of
panels to wood frame windows is prohibited. Nails shall not be used unless authorized by the
Department’s Project Manager (or his/her designee) prior to commencement of work.
4. Bolts/Washers and Mating Hardware. The bidder shall use carriage bolts mated with nuts and two
(2) flat washers as shown in the Figure # 1 Carriage Bolts. Washers are to be of surface size to
fully accept the square portion of the bolt beneath the head. Bolt and mating hardware may be
galvanized or cadmium plated.
5. Use of Lumber to Secure Plywood Cover. The bidder shall use two-inch by four-inch (2”x4”)
graded lumber for securing the plywood cover. The two by four (2”x4”) should be a minimum of
sixteen inches (16”) longer than the width of the plywood cover.
Note: Two inch by four’s inch (2”x4”) shall be drilled with one-half inch (1/2’) diameter holes
that line up with the holes in the plywood covers.
DocuSign Envelope ID: 9B888BA9-9576-4BED-8551-DDF5ACE623D2
Figure #1 Carriage Bolts
C3.1 SPECIFICATIONS: BOARD-UP AND SECURING SERVICES
C3.1.1 Securing Openings
1. All windows, doors and all other external wall openings shall be covered and secured All
openings in the basement, first floor doors and windows, and any point of entry accessible from
a porch, fire escape or other potential climbing point shall be barricade with plywood, 2”x4”
braces, carriage bolts sets and nails.
2. The structure shall be posted with a NO TRESPASSING sign at the completion of the board-
up. The sign needs to comply with Miami Beach Police Department format. Attached figure#2
shows sign formats:
DocuSign Envelope ID: 9B888BA9-9576-4BED-8551-DDF5ACE623D2
Figure#2 NO TRESPASSING formats:
3. All broken glass shall be removed.
Window Appliqué (20”x6”) This
stick-on sign is designed for glass
storefronts and glass entry/exit doors.
$14.00
Metal No Trespass Sign Non-
Reflective (18”x12”) This metal sign is
designed for indoor/outdoor use. It is
designed to be viewed near entry and exit
points.
$22.00
Metal No Trespass Sign
(18”x24”) Large – Outdoor
This metal sign is designed to be
used in large areas such as open
fields, abandoned buildings,
construction sites and parking lots.
Non-Reflective $24.00
Reflective $30.00
To order a sign(s) please complete the following:
A) The Sign Order Form
B) The Trespass Affidavit on your business/company letterhead (must be signed by the owner or
authorized representative)
For more information on ordering our Police “No Trespass” signs, contact
Officer Deborah Martineau at 305-673-7776 Ext. 3727 or
DeborahMartineau@miamibeachfl.gov
DocuSign Envelope ID: 9B888BA9-9576-4BED-8551-DDF5ACE623D2
4. Locks shall be placed at the front door with a combination lockbox.
5. If there is a deadbolt lock on the main entry door, bidder shall replace handle set with a lock or
equivalent and disable the existing deadbolt.
6. Other entryways that provide immediate access to the living area, attached garage or basement
area shall be secured.
7. Doors shall not be braced or nailed shut.
8. Sliding glass doors shall be secured.
9. Detached garage doors and outbuildings shall be secured with a padlock and hasp.
10. Unplug automatic garage door openers and secure garage doors, when applicable. Garage
doors shall be left in such a condition as to allow for opening and closing without the use of the
automatic garage door opener.
11. In accordance to Section 58.299 (h) of the Code of Ordinance: All exterior board-ups must be
painted in the same color as the building exterior.
12. Photographs. Two (2) photographs shall be taken of each opening requiring securing one before
and one after securing. Photographs shall be developed and submitted with invoice for payment.
Photographs must be digital. All photographs must have the property address imprinted, must
be signed, dated and display the printed name of the person who took and signed the picture.
C3.1.2 Framing of Non-Standard or Unframed Openings
1. For non-standard or unframed openings, the bidder shall install framing suitable for support of
plywood panels. The framing shall provide a base having strength consistent with or greater than
that of the surrounding building. Framing shall be secured to permanent component of the
structure.
2. Board-up of windows, doors and any other openings specified in the work authorization shall be
boarded up in such a manner that the completed board-up does not present any safety or
contamination hazard to the general public or department personnel.
C3.2 Specifications for Barrier Assembly.
1. Plywood shall be cut to fit over the window and door openings, flush with outside of
the molding/trimmer stud. Application of barriers shall be completed so that all lift or pry points
are avoided.
2. The 2”x4” braces shall be cut to fit the horizontal dimension of the plywood. Two
exterior and two interior 2”x4” braces shall be provided for each window and three sets for each
door.
3. Window Assembly – Braces are located horizontally approximately 1/3 of the distance from the
top and the bottom of the window. Bolt holes are located 1/3 of the length of the brace from the
outside edge of the window jams. Prior to installation, the assembly should be pre-assembled
and 3/8” holes drilled through all of the components.
4. Door Assembly – Door braces will be placed horizontally; one in the center of the
DocuSign Envelope ID: 9B888BA9-9576-4BED-8551-DDF5ACE623D2
doorway and one 1/2 the distance from the center to the top and one 1/2 distance from the
center to the bottom of the doorway. Bolt holes are located 1/3 of the length of the brace from
the outside edge of the door frame. Prior to installation, the assembly should be pre-assembled
and 3/8” holes drilled through all of the components.
5. Plywood used to cover exterior openings shall be nailed every 12" along the perimeter
to the window or door frame.
6. The 2”x4” braces on the interior and exterior of the assemblies shall be secured using
3/8” by 12” carriage bolt assemblies. Bolts shall be inserted through the predrilled holes from
the exterior with a 1/2” washer place against the exterior brace, a 3/8” washer is placed against
the interior brace. The bolt is tightened from the inside so that it slightly compresses the interior
brace.
7. The exterior surfaces of barriers shall be painted or stained the same color as the structure to
minimize the appearance.
8. Should the through-bolt compression method be impossible due to the size or condition of the
opening, the opening shall be covered with plywood and secured with a minimum of three (3”)-
inch-long deck or wood screws installed on four (4”)-inch centers around the circumference of
the opening. For buildings that require access by authorized personnel, a single door that is
visible from the street may be secured using a solid core wood or steel door. There shall be no
windows or other openings in this door. The door shall be securely locked using a padlock and
hasp assembly that is bolted through the door. The lock loop portion of the hasp is attached to
the door frame using a minimum of three (3”)-inch-long wood screws.
9. All board-up shall be assembled according to the figures attached:
Figure #3 Securing Instructions for Windows Figure #4
Securing Instructions for Doors
DocuSign Envelope ID: 9B888BA9-9576-4BED-8551-DDF5ACE623D2
Figure #3 Securing Instructions for Windows
DocuSign Envelope ID: 9B888BA9-9576-4BED-8551-DDF5ACE623D2
Figure #4 Securing Instructions for Doors
C4. SPECIFICATIONS: PROTECTIVE FENCE
1. A protective fence (Chain link) shall be installed around the perimeter of the property at a
minimum height of six (6’) and maximum of eight (8’) feet, as determined by the City. One gate
3’ in width, a minimum of six (6’) and maximum of eight (8’) feet height shall be installed and
have a padlock attached.
2. Terminal and line posts shall be installed at a maximum distance of 10’ apart. Such posts shall
be embedded at a minimum of 24”in ground (See illustration below).
DocuSign Envelope ID: 9B888BA9-9576-4BED-8551-DDF5ACE623D2
• Fence six (6’) height. Post dimension: 2 3/8” x 0.095” wall thickness.
• Fence eight (8”) height. Post dimension: 2 3/8” x 0.095” wall thickness. 11/2” top rail is
required.
3. All guardrails, fences, gates, and/or pre-cast concrete temporary barrier walls work shall be
accomplished in accordance with the Department’s current Design Standards, unless
otherwise requested by the Department’s Project Manager (or his/her designee).
C5. SPECIFICATIONS: SWIMMING POOLS
1. Boarding–Up of in ground pools. The perimeter of the pool shall be framed with two-inch by
six-inch (2”x 6”) lumber. The various length of lumber utilized shall be tied together with two-inch
by six-inch (2”x 6”) lumber cleats extending at least six inches (6”) on either side of the joint.
When the framing is complete, steel concrete reinforcing mesh shall be securely attached to the
top of the lumber frame. This material is commonly known as “10-gauge 6-6 road reinforcing
mesh”. It is fabricated of ten (10) gauge steel wire so as to form openings six (6) inches on each
side. This is a minimum acceptable material. Similar steel mesh which provides smaller openings
may be used if approved by the Department’s project Manager (or his/her designee).
2. Boarding-Up of above ground pools. The 10-gauge 6-6 road reinforcing mesh shall be placed
across the top of the pool. Sufficient mesh must be used to allow the mesh to bend down the
outside of the pool walls for a minimum distance of twenty-four inches (24”) from the top. The
mesh must be secured with steel or iron wire to prevent the mesh from being removed.
3. Boarding-Up decorative ponds. Decorative ponds, pool, etc. which are part of a landscaping
plan must be secure if they cannot be permanently drained and if they are more than six (6”)
inches deep. The technique described for securing in ground pools should be used.
C5.1 Swimming pool protective fence.
Walk space. A walk space at least 18 inches wide shall be provided between swimming pool walls
and fences or screen enclosure walls. Every swimming pool shall be protected by a sturdy non-
climbable safety barrier and by a self-closing, self-locking gate approved by the building official.
a. The safety barrier shall be not less than four feet in height and shall be erected either around
the swimming pool or around the premises or a portion thereof thereby enclosing the area
entirely, thus prohibiting unrestrained admittance to the swimming pool area.
b. Where a wooden type fence is to be provided, the boards, pickets, louvers, or other such
members shall be spaced, constructed and erected so as to make the fence not climbable
and impenetrable.
c. The walls, whether of the stone or block type, shall be so erected to make them non
climbable.
d. Where a wire fence is to be used, it shall be composed of two-inch chain link or diamond
weave non-climbable type, or of an approved equal, with a top rail and shall be
constructed of heavy galvanized material.
e. Gates, where provided, shall be of the spring lock type so that they shall automatically be
in a closed and fastened position at all times. They shall also be equipped with a gate
DocuSign Envelope ID: 9B888BA9-9576-4BED-8551-DDF5ACE623D2
C6. SPECIAL CONDITIONS
1. TERM OF CONTRACT. The Contract shall commence upon the date of notice of award and shall be
effective for two (2) years.
2. OPTIONS TO RENEW. The City, through its City Manager, will have the option to extend for three (3)
additional one (1) year periods, subject to the availability of fund for succeeding fiscal year.
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. Price 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. REQUIRED CERTIFICATIONS. All bidders must submit current valid licenses and maintain licenses
throughout the duration of the contract.
5. DISPOSAL OF WASTE. Bidder shall be responsible for disposal of waste materials/lumber and any and
all excess materials, containers, etc. at an off-site location in accordance with local, state and federal
regulations. City dumpsters are not to be used by contractor.
6. WARRANTY REQUIREMENTS. The bidder shall warrant its products and/or labor against faulty labor
and/or defective material for a minimum period of one (1) year after the date of acceptance of the labor,
materials and/or equipment by the City. The warranty will exclude damage due to vandalism or act of
nature. This warranty requirement shall remain in force for the full one (1) year period; regardless of
whether the bidder is under contract with the City at the time of the defect.
7. DAMAGES TO PUBLIC/PRIVATE PROPERTY. The bidder shall carry out the work with such care and
methods as not to result in damage to public or private property adjacent to the work. Should any public
or private property be damaged or destroyed, the bidder, at his/her expense, shall repair or make
restoration as is practical and acceptable to the City and/or owners of destroyed or damaged property
promptly within a reasonable length of time. (Not to exceed one month from date damage was done).
8. RESPONSE TIME. Contractor shall respond within four (4) hours for Emergency calls and within twenty-
four (24) hours for non-Emergency calls.
9. 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 B, Cost Proposal Form, will be selected to complete the Work.
Example:
DocuSign Envelope ID: 9B888BA9-9576-4BED-8551-DDF5ACE623D2
Following the selection of the Contractor, in the City’s sole discretion, a Contractor Service Order (CSO) will
be executed for the project. See Appendix G for sample CSO. Prior to issuing a Purchase Order, for projects
$50,000 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.
10. ROADMAP FOR PROJECTS AWARDED ON A TIME AND MATERIALS BASIS. The City may award work
on a time and materials basis in accordance with hourly rates offered and materials as a pass thru cost.
10.1 Purchase Orders are required for all work. All invoices shall reflect the accurate Purchase
Order number. Failure to do so will result in rejection of invoice.
10.2 Work Day. For billing purposes, regular working hours are from 7:00 a.m. to 5:00 p.m., Monday
through Friday. Calls outside these hours and days will be considered non-regular. Work outside of
regular working hours must be previously authorized by the City.
10.3 Parts and Materials as a Pass-Thru Cost. For parts and materials ordered under this option,
vendors shall provide quotes or invoice, as determined by the Contract Manager, based on the cost of
parts and materials as a pass-thru cost. In determining cost of materials, the contracting officer may:
i. require the vendor to provide actual cost of parts and materials (e.g., contractor’s invoice,
MSRP, etc.) prior to the issuance of a Purchase Order or approval of an invoice; or
ii. may require the vendor to seek and document competition from its sources for the required
parts or materials; or
iii. may obtain any data are available from primary or other secondary sources and use that
data in determining a fair and reasonable price.
The cost of any ancillary third-party services that are provided by the vendor, with prior approval of the
Contract Manager, may be determined in the manner prescribed above.
DocuSign Envelope ID: 9B888BA9-9576-4BED-8551-DDF5ACE623D2
APPENDIX B
________________________________________________________________________
Cost Proposal Form
________________________________________________________________________
2021-010-WG
EMERGENCY BOARD-UP AND
SECURING SERVICES
PROCUREMENT DEPARTMENT
1755 Meridian Avenue, 3rd Floor
Miami Beach, Florida 33139
DocuSign Envelope ID: 9B888BA9-9576-4BED-8551-DDF5ACE623D2
APPENDIX B COST PROPOSAL FORM Failure to submit Appendix B, 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 B) shall be completed mechanically or, if manually,
in ink. Cost Proposal Forms (Appendix B) completed in pencil shall be deemed non-responsive. All corrections on
the Cost Proposal Form (Appendix B) shall be initialed.
BOARD-UP AND SECURING SERVICES
Description
Unit of
Measure
Estimated
Quantities
Unit cost TOTAL
(A) (B) (A x B=C)
1 Square footage for securing with plywood and dimensional lumber
on first floor. SF 3000 $________ $________
2 Square footage for securing with plywood and dimensional lumber
beyond first floor. SF 500 $________ $________
3 Linear feet for protective fence chain link.
Fence of 6’ height LF 500 $________ $________
4 Linear feet for protective fence chain link.
Fence of 8’ height. LF 500 $________ $________
5 Linear Feet for protective fence chain link.
Chain link Fence of 6’ height with fabric. LF 500 $________ $________
6 Linear feet for Protective Fence chain link
Fence 8’ height with fabric. LF 500 $________ $________
7
Minimum charge per call for board-up services (24-Hour Response
Time)
Flat Fee 5
$________
$________
8
Minimum charge per call for board-up services (4 Hour Response
Time)
Flat Fee 3
$________
$________
TIME AND MATERIALS U/M Estimated
Annual
Hours
(A)
Unit
Cost
(B)
Line Total (AXB=C)
7 Hourly Rate- Regular Hour 30 $_____ $_____
8 Hourly Rate- Non-Regular Hour 15 $_____ $_____
9 Materials provided as a Pass-thru $2000.00
DocuSign Envelope ID: 9B888BA9-9576-4BED-8551-DDF5ACE623D2
SWIMMING POOL BOARD-UP AND SECURING SERVICES
Description Unit of Measure Estimated Quantities Unit cost TOTAL
(A) (B) (A x B=C)
1 Square footage for securing Swimming Pool/Fountain with
plywood, dimensional lumber and steel fabric mesh SF 1000 $________
$________
2 Linear feet for swimming pool protective fence LF 500 $________ $________
3
Minimum charge per call for board-up services – swimming
pool
(24-Hour Response Time)
Flat Fee 5
$________
$________
4
Minimum charge per call for board-up services – swimming
pool
(4 Hour Response Time)
Flat Fee 3
$________
$________
SWIMMING POOL TIME AND MATERIALS U/M Estimated
Annual Hours
(A)
Unit Cost
(B)
Line Total
(AXB=C)
3 Hourly Rate- Regular Hour 30 $_____ $_____
4 Hourly Rate- Non-Regular Hour 15 $_____ $_____
5 Materials provided as a Pass-thru $2000.00
Bidder's Affirmation
Company:
Authorized Representative:
Address:
Telephone:
Email:
Authorized Representative’s Signature:
DocuSign Envelope ID: 9B888BA9-9576-4BED-8551-DDF5ACE623D2
APPENDIX C
________________________________________________________________________
Insurance Requirements
________________________________________________________________________
2021-010-WG
EMERGENCY BOARD-UP AND
SECURING SERVICES
PROCUREMENT DEPARTMENT
1755 Meridian Avenue, 3rd Floor
Miami Beach, Florida 33139
DocuSign Envelope ID: 9B888BA9-9576-4BED-8551-DDF5ACE623D2
INSURANCE REQUIREMENTS
This document sets forth the minimum levels of insurance that the contractor is required to maintain
throughout the term of the contract and any renewal periods.
XXX 1. Workers' Compensation and Employer's Liability per the Statutory limits of the state of Florida.
XXX 2. Comprehensive General Liability (occurrence form), limits of liability $ 1,000,000.00 per occurrence for
bodily injury property damage to include Premises/ Operations; Products, Completed Operations and
Contractual Liability. Contractual Liability and Contractual Indemnity (Hold harmless endorsement
exactly as written in "insurance requirements" of specifications).
XXX 3. Automobile Liability - $1,000,000 each occurrence - owned/non-owned/hired automobiles included.
____ 4. Excess Liability - $_________.00 per occurrence to follow the primary coverages.
XXX 5. The City must be named as and additional insured on the liability policies; and it must be stated on the
certificate.
____ 6. Other Insurance as indicated:
___ Builders Risk completed value $________.00
___ Liquor Liability $________.00
___ Fire Legal Liability $________.00
___ Protection and Indemnity $________.00
___ Employee Dishonesty Bond $________.00
___ Other $________.00
XXX 7. Thirty (30) days written cancellation notice required.
XXX 8. Best's guide rating B+:VI or better, latest edition.
XXX 9. The certificate must state the proposal number and title
The City of Miami Beach is self-insured. Any and all claim payments made from self-insurance are subject to the limits and provisions of Florida Statute 768.28, the Florida Constitution, and any other applicable
Statutes.
DocuSign Envelope ID: 9B888BA9-9576-4BED-8551-DDF5ACE623D2
ATTACHMENT C
SUNBIZ & PROPOSAL RESPONSE TO ITB
DocuSign Envelope ID: 9B888BA9-9576-4BED-8551-DDF5ACE623D2
12/14/2020 Detail by FEI/EIN Number
search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=FeiNumber&directionType=Initial&searchNameOrder=650089445K4669…1/2
Document Number
FEI/EIN Number
Date Filed
State
Status
Last Event
Event Date Filed
Event Effective Date
Department of State / Division of Corporations / Search Records / Search by FEI/EIN Number /
Detail by FEI/EIN Number
Florida Profit Corporation
A QUICK BOARD UP SERVICE, INC.
Filing Information
K46695
65-0089445
11/22/1988
FL
ACTIVE
CANCEL ADM DISS/REV
10/27/2004
NONE
Principal Address
1000 NW 24 Ave
Fort Lauderdale, FL 33311
Changed: 06/06/2020
Mailing Address
1000 NW 24 Ave
Fort Lauderdale, FL 33311
Changed: 06/06/2020
Registered Agent Name & Address
KALEKY, DAN
1000 NW 24 Ave
Fort Lauderdale, FL 33311
Name Changed: 03/29/2006
Address Changed: 06/06/2020
Officer/Director Detail
Name & Address
Title P
KALEKY, DANIEL
1000 NW 24 Ave
Fort Lauderdale, FL 33311
D.
12/14/2020 Detail by FEI/EIN Number
search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=FeiNumber&directionType=Initial&searchNameOrder=650089445K4669…2/2
Title VP
KALEKY, PAMELA
1000 NW 24 Ave
Fort Lauderdale, FL 33311
Annual Reports
Report Year Filed Date
2018 03/07/2018
2019 02/08/2019
2020 06/06/2020
Document Images
06/06/2020 -- ANNUAL REPORT View image in PDF format
02/08/2019 -- ANNUAL REPORT View image in PDF format
03/07/2018 -- ANNUAL REPORT View image in PDF format
04/04/2017 -- ANNUAL REPORT View image in PDF format
03/28/2016 -- ANNUAL REPORT View image in PDF format
02/26/2015 -- ANNUAL REPORT View image in PDF format
04/30/2014 -- ANNUAL REPORT View image in PDF format
04/30/2013 -- ANNUAL REPORT View image in PDF format
03/27/2012 -- ANNUAL REPORT View image in PDF format
06/14/2011 -- ANNUAL REPORT View image in PDF format
07/02/2010 -- ANNUAL REPORT View image in PDF format
08/30/2009 -- ANNUAL REPORT View image in PDF format
05/28/2008 -- ANNUAL REPORT View image in PDF format
05/03/2007 -- ANNUAL REPORT View image in PDF format
03/29/2006 -- ANNUAL REPORT View image in PDF format
05/07/2005 -- ANNUAL REPORT View image in PDF format
10/27/2004 -- REINSTATEMENT View image in PDF format
04/06/2003 -- ANNUAL REPORT View image in PDF format
04/09/2002 -- ANNUAL REPORT View image in PDF format
01/31/2001 -- ANNUAL REPORT View image in PDF format
03/13/2000 -- ANNUAL REPORT View image in PDF format
03/01/1999 -- ANNUAL REPORT View image in PDF format
04/14/1998 -- ANNUAL REPORT View image in PDF format
01/14/1997 -- ANNUAL REPORT View image in PDF format
03/28/1996 -- ANNUAL REPORT View image in PDF format
Florida Department of State, Division of Corporations
DocuSign Envelope ID: 9B888BA9-9576-4BED-8551-DDF5ACE623D2
Solicitation 2021-010-WG
Emergency Board-up and Securing Services
Bid Designation: Public
City of Miami Beach
Bid 2021-010-WGCity of Miami Beach
10/21/2020 12:55 PM p. 1
DocuSign Envelope ID: 9B888BA9-9576-4BED-8551-DDF5ACE623D2
Bid 2021-010-WG
Emergency Board-up and Securing Services
Bid Number 2021-010-WG
Bid Title Emergency Board-up and Securing Services
Bid Start Date Oct 21, 2020 2:53:15 PM EDT
Bid End Date Nov 18, 2020 3:00:00 PM EST
Question & Answer End Date Nov 9, 2020 5:00:00 PM EST
Bid Contact WILLIAM GARVISO
305-673-7490
WILLIAMGARVISO@MIAMIBEACHFL.GOV
Contract Duration 2 years
Contract Renewal 3 annual renewals
Prices Good for Not Applicable
Bid Comments The purpose of this bid is to establish a push-button contract, by means of sealed bids, with qualified
firm(s) for the purchase of emergency board-up and securing services for the City’s Building
Department and Code Compliance Department, or any other City department that may require the
services. The City intends to pre-qualify multiple contractors to be eligible for future work. The work
and services to be provided in this bid shall include the furnishing of all materials, labor, supervision,
means of transportation, permits, licenses, equipment and incidentals necessary for the emergency
board-up and in the securing of buildings and structures citywide on an as-needed basis.
Required Vendor Qualifications VENDOR QUALIFICATIONS, LGBT BUSINESS ENTERPRISE
Item Response Form
Item 2021-010-WG-01-01 - Appendix A-Submit Documents Indicating Compliance with Minimum Requirements
Quantity 1 each
Prices are not requested for this item.
Delivery Location City of Miami Beach
1. PROCUREMENT
1755 MERIDIAN AVENUE
3rd FLOOR
MIAMI BEACH FL 33139
Qty 1
Description
Minimum Eligibility Requirements. The Minimum Eligibility Requirements for this solicitation are listed below. Bidder shall submit the required
submittal(s) documenting compliance with each minimum requirement. Proposers that fail to comply with minimum requirements shall be
deemed non-responsive and shall not have its bid considered.
BOARD-UP AND SECURING SERVICES
Prospective bidders must be licensed as Building or General Contractor in the State of Florida or Miami Dade County.
Submit copy of current State of Florida or Miami Dade County Building or General Contractor license. Contractor shall maintain a
Bid 2021-010-WGCity of Miami Beach
10/21/2020 12:55 PM p. 2
DocuSign Envelope ID: 9B888BA9-9576-4BED-8551-DDF5ACE623D2
valid license throughout the duration of the contract.
Proposer must provide or have provided board-up and securing services to a minimum of two (2) public or private sector entities within the last
five (5) years.
SUBMITTAL REQUIREMENT : For each client listed, provide client name, client representative, client representative email address
and telephone number; contract dates and brief scope of work.
SWIMMING POOLS
Prospective bidders must be licensed as Pool Maintenance Contractor in Miami Dade County.
SUBMITTAL REQUIREMEN S ubmit copy of current Pool Maintenance Contractor license. Contractor shall maintain a valid license
throughout the duration of the contract.
Proposer must provide or have provided pool board-up services to a minimum of two (2) public or private sector entities within the last five (5)
years.
SUBMITTAL REQUIREMENT : For each client listed, provide client name, client representative, client representative email address
and telephone number; contract dates and brief scope of work.
Item 2021-010-WG-01-02 - Submit Cost Proposal Form (Appendix B)
Quantity 1 each
Prices are not requested for this item.
Delivery Location City of Miami Beach
1. PROCUREMENT
1755 MERIDIAN AVENUE
3rd FLOOR
MIAMI BEACH FL 33139
Qty 1
Description
Submit Cost Proposal Form (Appendix B)-Push Button Pricing
Bid 2021-010-WGCity of Miami Beach
10/21/2020 12:55 PM p. 3
DocuSign Envelope ID: 9B888BA9-9576-4BED-8551-DDF5ACE623D2
BID SUBMITTAL QUESTIONNAIRE
SECTION 1 – BID CERTIFICATION FORM
This document is a REQUIRED FORM that must be submitted fully completed and submitted.
Solicitation No:
2021-010-WG
Solicitation Title:
Emergency Board-up and Securing Services
BIDDER’S NAME:
NO. OF YEARS IN BUSINESS:
NO. OF YEARS IN BUSINESS LOCALLY: NO. OF EMPLOYEES:
OTHER NAME(S) BIDDER HAS OPERATED UNDER IN THE LAST 10 YEARS:
BIDDER PRIMARY ADDRESS (HEADQUARTERS):
CITY:
STATE:
ZIP CODE:
TELEPHONE NO.:
TOLL FREE NO.:
FAX NO.:
BIDDER LOCAL ADDRESS:
CITY:
STATE:
ZIP CODE:
PRIMARY ACCOUNT REPRESENTATIVE FOR THIS ENGAGEMENT:
ACCOUNT REP TELEPHONE NO.:
ACCOUNT REP TOLL FREE NO.:
ACCOUNT REP EMAIL:
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 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.
Bid 2021-010-WGCity of Miami Beach
10/21/2020 12:55 PM p. 4
A Quick Board Up Service, Inc.
31
31 8
1000 NW 24th Ave
Fort Lauderdale
FL 33311
954-764-4282
1000 NW 24th Ave
Fort Lauderdale
FL 33311
Dan Kaleky
954-483-1104
boardup@aquickboardup.com
65-0089445
DocuSign Envelope ID: 9B888BA9-9576-4BED-8551-DDF5ACE623D2
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:Title of Bidder ’s Authorized
Representative:
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
5
6
Bid 2021-010-WGCity of Miami Beach
10/21/2020 12:55 PM p. 5
President
Dan Kaleky
xx
DocuSign Envelope ID: 9B888BA9-9576-4BED-8551-DDF5ACE623D2
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.2021-010-WG
Project Title Emergency Board-up and Securing Services
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:
Contact Individual Name and Title:
Address:
Telephone:
Contact’s Email:
Narrative on Scope of Services Provided:
Bid 2021-010-WGCity of Miami Beach
10/21/2020 12:55 PM p. 6
City of Hollywood
PO Box 229045 Hollywood, FL 33022
954-921-3025
MBATISTA@hollywoodfl.org
board up service
Police Dept./Building Dept/Code Enforcement/Fire Dept
DocuSign Envelope ID: 9B888BA9-9576-4BED-8551-DDF5ACE623D2
Reference No.2
Firm Name:
Contact Individual Name and Title:
Address:
Telephone:
Contact’s Email:
Narrative on Scope of Services Provided:
Reference No.3
Firm Name:
Contact Individual Name and Title:
Address:
Telephone:
Contact’s Email:
Narrative on Scope of Services Provided:
Additional Reference
Bid 2021-010-WGCity of Miami Beach
10/21/2020 12:55 PM p. 7
City of Lauderhill
5581 W. Oakland Park Blvd Lauderhill, FL 33313
954-730-2960
cpierre@Lauderhill-fl.gov
board up service
City of Miami Beach
Police Dept./Building Dept/Fire Dept.
1700 Convention Center Drive Miami Beach, FL 33139
many
many
board up service
Police Dept./Building Dept/Code Enforcement/Fire Dept
DocuSign Envelope ID: 9B888BA9-9576-4BED-8551-DDF5ACE623D2
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.2021-010-WG
Project Title Emergency Board-up and Securing Services
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.
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
Bid 2021-010-WGCity of Miami Beach
10/21/2020 12:55 PM p. 8
xx
DocuSign Envelope ID: 9B888BA9-9576-4BED-8551-DDF5ACE623D2
If yes, list name (first and last name) of individuals, occupation, amount and date:
First and Last Name Contributor Occupa
Spouses Domestic Partners
Health
Sick Leave
Family Medical
Leave
Bereavement
Leave
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/
Bid 2021-010-WGCity of Miami Beach
10/21/2020 12:55 PM p. 10
DocuSign Envelope ID: 9B888BA9-9576-4BED-8551-DDF5ACE623D2
TABLE OF CONTENTS
SOLICITATION SECTIONS:
0100 INSTRUCTIONS TO BIDDERS .....................................................................................
0200 GENERAL TERMS AND CONDITIONS .........................................................................
0300 BID SUBMITTAL INSTRUCTIONS & FORMAT ..............................................................
APPENDICES:
APPENDIX A - MINIMUM REQUIREMENTS, SPECIFICATIONS, AND SPECIAL CONDITIONS
APPENDIX B - ............................................................................... COST PROPOSAL FORM
APPENDIX C - .......................................................................INSURANCE REQUIREMENTS
Bid 2021-010-WGCity of Miami Beach
10/21/2020 12:55 PM p. 11
DocuSign Envelope ID: 9B888BA9-9576-4BED-8551-DDF5ACE623D2
SECTION 0100 INSTRUCTIONS TO BIDDERS
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.
The purpose of this bid is to establish a push button contract, by means of sealed bids, with qualified firm(s)
for the purchase of emergency board-up and securing services for the City’s Building Department and Code
Compliance Department, or any other City department that may require the services.. The City intends to
pre-qualify multiple contractors to be eligible for future work. The work and services to be provided in this bid
shall include the furnishing of all materials, labor, supervision, means of transportation, permits, licenses,
equipment and incidentals necessary for the emergency board-up and in the securing of buildings and
structures citywide on an as needed basis.
The City’ present contract 2015-145-AK for Emergency Board-up and Securing Services is scheduled to
expire on October 28, 2020.
3. SOLICITATION TIMETABLE. The tentative schedule for this solicitation is as follows:
ITB Issued October 22, 2020
Pre-Bid Meeting N/A
Deadline for Receipt of Questions November 9, 2020 by 5:00 PM ET
Responses Due November 18, 2020 by 3;00 PM ET
Tentative Commission Approval Authorizing
Award
TBD
4. PROCUREMENT CONTACT. Any questions or clarifications concerning this solicitation shall be submitted
to the Procurement Contact noted below:
Procurement Contact: Telephone: Email:
William Garviso, CPPB 305-673-7000 #7490 WilliamGarviso@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.
Bid 2021-010-WGCity of Miami Beach
10/21/2020 12:55 PM p. 12
DocuSign Envelope ID: 9B888BA9-9576-4BED-8551-DDF5ACE623D2
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 Proposers in the form
of an addendum.
5. PRE-BID MEETING OR SITE VISIT(S). Intentionally Omitted
Bidders who are participating via telephone should send an e-mail to the contact person listed in this ITB
expressing their intent to participate via telephone.
6. 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-
submittal meeting or site visit(s). The City by means of Addenda will issue interpretations or written addenda
clarifications considered necessary by the City in response to questions. Only questions answered by written
addenda will be binding and may supersede terms noted in this solicitation. Addendum will be released
through BidSync. 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 the bid submittal. Written questions should
be received no later than the date outlined in the Anticipated ITB Timetable section.
7. BIDDER’S RESPONSIBILITY. Before submitting a response, each bidder shall be solely responsible for
making any and all investigations, evaluations, and examinations, as it deems necessary, to ascertain all
conditions and requirements affecting the full performance of the contract. Ignorance of such conditions and
requirements, and/or failure to make such evaluations, investigations, and examinations, will not relieve the
bidder from any obligation to comply with every detail and with all provisions and requirements of the contract,
and will not be accepted as a basis for any subsequent claim whatsoever for any monetary consideration on
the part of the bidder.
8. 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.
9. 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
Bid 2021-010-WGCity of Miami Beach
10/21/2020 12:55 PM p. 13
DocuSign Envelope ID: 9B888BA9-9576-4BED-8551-DDF5ACE623D2
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.
10. 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 firms 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.
Balance of Page Intentionally Left Blank
Bid 2021-010-WGCity of Miami Beach
10/21/2020 12:55 PM p. 14
DocuSign Envelope ID: 9B888BA9-9576-4BED-8551-DDF5ACE623D2
SECTION 0200 GENERAL TERMS AND CONDITIONS
TERMS & CONDITIONS. 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), as well
as those for Grants and Federal Requirements (dated 8.20.20) 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
Bid 2021-010-WGCity of Miami Beach
10/21/2020 12:55 PM p. 15
DocuSign Envelope ID: 9B888BA9-9576-4BED-8551-DDF5ACE623D2
SECTION 0300 PROPOSAL SUBMITTAL INSTRUCTIONS AND FORMAT
1. ELECTRONIC RESPONSES ONLY. Electronic responses to this RFQ 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. Hard copy proposals or proposals received
electronically, either through email or facsimile, submitted prior to or after the deadline for receipt of proposals
are not acceptable and will be rejected. Late bids cannot be submitted, bidders are cautioned to plan
sufficiently. 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 B)
3. OMITTED OR ADDITIONAL INFORMATION. The City reserves the right to request any
documentation omitted, with exception of the Cost Proposal Form (Appendix B), 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 and
assist the Evaluation Committee in review of proposals, 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.
2. BID PROPOSAL. The Bid Proposal is to include the following:
• TAB 1 – Cost Proposal Form (Appendix B). The Cost Proposal Form (Appendix B) 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.
Bid 2021-010-WGCity of Miami Beach
10/21/2020 12:55 PM p. 16
DocuSign Envelope ID: 9B888BA9-9576-4BED-8551-DDF5ACE623D2
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.
Balance of Page Intentionally Left Blank
Bid 2021-010-WGCity of Miami Beach
10/21/2020 12:55 PM p. 17
DocuSign Envelope ID: 9B888BA9-9576-4BED-8551-DDF5ACE623D2
APPENDIX A
________________________________________________________________________
Minimum Requirements,
Specifications, and
Special Conditions
________________________________________________________________________
2021-010-WG
EMERGENCY BOARD-UP AND SECURING
SERVICES
PROCUREMENT DEPARTMENT
1755 Meridian Avenue, 3rd Floor
Miami Beach, Florida 33139
Bid 2021-010-WGCity of Miami Beach
10/21/2020 12:55 PM p. 18
DocuSign Envelope ID: 9B888BA9-9576-4BED-8551-DDF5ACE623D2
C1. Minimum Eligibility Requirements. The Minimum Eligibility Requirements for this solicitation are listed
below. Bidder shall submit the required submittal(s) documenting compliance with each minimum
requirement. Proposers that fail to comply with minimum requirements shall be deemed non-responsive and
shall not have its bid considered.
BOARD-UP AND SECURING SERVICES
1. Prospective bidders must be licensed as Building or General Contractor in the State of Florida or
Miami Dade County.
Submit copy of current State of Florida or Miami Dade County Building or General Contractor
license. Contractor shall maintain a valid license throughout the duration of the contract.
2. Proposer must provide or have provided board-up and securing services to a minimum of two (2)
public or private sector entities within the last five (5) years.
SUBMITTAL REQUIREMENT: For each client listed, provide client name, client representative,
client representative email address and telephone number; contract dates and brief scope of
work.
SWIMMING POOLS
1. Prospective bidders must be licensed as Pool Maintenance Contractor in Miami Dade County.
SUBMITTAL REQUIREMENT: Submit copy of current Pool Maintenance Contractor license.
Contractor shall maintain a valid license throughout the duration of the contract.
2. Proposer must provide or have provided pool board-up services to a minimum of two (2) public or
private sector entities within the last five (5) years.
SUBMITTAL REQUIREMENT: For each client listed, provide client name, client representative,
client representative email address and telephone number; contract dates and brief scope of
work.
C2. STATEMENT OF WORK
The purpose of this bid is to establish a push button contract, by means of sealed bids, with qualified firm(s)
for the purchase of emergency board-up and securing services for the City’s Building Department and Code
Compliance Department, or any other City department that may require the services.. The City intends to
pre-qualify multiple contractors to be eligible for future work. The work and services to be provided in this bid
shall include the furnishing of all materials, labor, supervision, means of transportation, permits, licenses,
equipment and incidentals necessary for the emergency board-up and in the securing of buildings and
structures citywide on an as needed basis.
C2.1 PERMITS
1. The Contractor shall, without additional expense to the City, comply with all applicable laws,
ordinances, rules, statutes, and regulations.
2. Building permits are required before commencing the work. Under emergency circumstances, as
determined by the Building Official, after-the-fact permits can be obtained by the contractor within
Bid 2021-010-WGCity of Miami Beach
10/21/2020 12:55 PM p. 19
DocuSign Envelope ID: 9B888BA9-9576-4BED-8551-DDF5ACE623D2
24/48 hours after work has commenced.
3. City will reimburse Contractor for any required permit fees only. City will reimburse for initial review
and one resubmission only. Costs associated with additional re-submissions will not be reimbursed.
Contractor shall not include permit fees on Bid Form. All licenses required by municipality,
governmental agency, or political subdivision shall be obtained by and paid for by the Contractor.
C3. SPECIFICATIONS: BOARD-UP SERVICE MATERIALS.
1. Exterior Plywood. Shall be of new un-sanded CDX grade.
2. Plywood Thickness. Shall be one-half inch (1/2’) for windows openings, five-eight inch (5/8”) for
framed door openings, and three-quarter (3/4”) for unframed door wall openings. When extra-large
windows openings or sliding glass door are encountered, use five-eight (5/8”) or three quarter (3/4”)
as necessary.
3. Drilling of Holes and Use of Nails. All holes shall be drilled to accommodate bolts. Face-nailing of
panels to wood frame windows is prohibited. Nails shall not be used unless authorized by the
Department’s Project Manager (or his/her designee) prior to commencement of work.
4. Bolts/Washers and Mating Hardware. The bidder shall use carriage bolts mated with nuts and two
(2) flat washers as shown in the Figure # 1 Carriage Bolts. Washers are to be of surface size to
fully accept the square portion of the bolt beneath the head. Bolt and mating hardware may be
galvanized or cadmium plated.
5. Use of Lumber to Secure Plywood Cover. The bidder shall use two-inch by four-inch (2”x4”)
graded lumber for securing the plywood cover. The two by four (2”x4”) should be a minimum of
sixteen inches (16”) longer than the width of the plywood cover.
Note: Two inch by four’s inch (2”x4”) shall be drilled with one-half inch (1/2’) diameter holes
that line up with the holes in the plywood covers.
Bid 2021-010-WGCity of Miami Beach
10/21/2020 12:55 PM p. 20
DocuSign Envelope ID: 9B888BA9-9576-4BED-8551-DDF5ACE623D2
Figure #1 Carriage Bolts
C3.1 SPECIFICATIONS: BOARD-UP AND SECURING SERVICES
C3.1.1 Securing Openings
1. All windows, doors and all other external wall openings shall be covered and secured All
openings in the basement, first floor doors and windows, and any point of entry accessible from
a porch, fire escape or other potential climbing point shall be barricade with plywood, 2”x4”
braces, carriage bolts sets and nails.
2. The structure shall be posted with a NO TRESPASSING sign at the completion of the board-
up. The sign needs to comply with Miami Beach Police Department format. Attached figure#2
shows sign formats:
Bid 2021-010-WGCity of Miami Beach
10/21/2020 12:55 PM p. 21
DocuSign Envelope ID: 9B888BA9-9576-4BED-8551-DDF5ACE623D2
Figure#2 NO TRESPASSING formats:
3. All broken glass shall be removed.
Window Appliqué (20”x6”) This
stick-on sign is designed for glass
storefronts and glass entry/exit doors.
$14.00
Metal No Trespass Sign Non-
Reflective (18”x12”) This metal sign is
designed for indoor/outdoor use. It is
designed to be viewed near entry and exit
points.
$22.00
Metal No Trespass Sign
(18”x24”) Large – Outdoor
This metal sign is designed to be
used in large areas such as open
fields, abandoned buildings,
construction sites and parking lots.
Non-Reflective $24.00
Reflective $30.00
To order a sign(s) please complete the following:
A) The Sign Order Form
B) The Trespass Affidavit on your business/company letterhead (must be signed by the owner or
authorized representative)
For more information on ordering our Police “No Trespass” signs, contact
Officer Deborah Martineau at 305-673-7776 Ext. 3727 or
DeborahMartineau@miamibeachfl.gov
Bid 2021-010-WGCity of Miami Beach
10/21/2020 12:55 PM p. 22
DocuSign Envelope ID: 9B888BA9-9576-4BED-8551-DDF5ACE623D2
4. Locks shall be placed at the front door with a combination lockbox.
5. If there is a deadbolt lock on the main entry door, bidder shall replace handle set with a lock or
equivalent and disable the existing deadbolt.
6. Other entryways that provide immediate access to the living area, attached garage or basement
area shall be secured.
7. Doors shall not be braced or nailed shut.
8. Sliding glass doors shall be secured.
9. Detached garage doors and outbuildings shall be secured with a padlock and hasp.
10. Unplug automatic garage door openers and secure garage doors, when applicable. Garage
doors shall be left in such a condition as to allow for opening and closing without the use of the
automatic garage door opener.
11. In accordance to Section 58.299 (h) of the Code of Ordinance: All exterior board-ups must be
painted in the same color as the building exterior.
12. Photographs. Two (2) photographs shall be taken of each opening requiring securing one before
and one after securing. Photographs shall be developed and submitted with invoice for payment.
Photographs must be digital. All photographs must have the property address imprinted, must
be signed, dated and display the printed name of the person who took and signed the picture.
C3.1.2 Framing of Non-Standard or Unframed Openings
1. For non-standard or unframed openings, the bidder shall install framing suitable for support of
plywood panels. The framing shall provide a base having strength consistent with or greater than
that of the surrounding building. Framing shall be secured to permanent component of the
structure.
2. Board-up of windows, doors and any other openings specified in the work authorization shall be
boarded up in such a manner that the completed board-up does not present any safety or
contamination hazard to the general public or department personnel.
C3.2 Specifications for Barrier Assembly.
1. Plywood shall be cut to fit over the window and door openings, flush with outside of
the molding/trimmer stud. Application of barriers shall be completed so that all lift or pry points
are avoided.
2. The 2”x4” braces shall be cut to fit the horizontal dimension of the plywood. Two
exterior and two interior 2”x4” braces shall be provided for each window and three sets for each
door.
3. Window Assembly – Braces are located horizontally approximately 1/3 of the distance from the
top and the bottom of the window. Bolt holes are located 1/3 of the length of the brace from the
outside edge of the window jams. Prior to installation, the assembly should be pre-assembled
and 3/8” holes drilled through all of the components.
4. Door Assembly – Door braces will be placed horizontally; one in the center of the
Bid 2021-010-WGCity of Miami Beach
10/21/2020 12:55 PM p. 23
DocuSign Envelope ID: 9B888BA9-9576-4BED-8551-DDF5ACE623D2
doorway and one 1/2 the distance from the center to the top and one 1/2 distance from the
center to the bottom of the doorway. Bolt holes are located 1/3 of the length of the brace from
the outside edge of the door frame. Prior to installation, the assembly should be pre-assembled
and 3/8” holes drilled through all of the components.
5. Plywood used to cover exterior openings shall be nailed every 12" along the perimeter
to the window or door frame.
6. The 2”x4” braces on the interior and exterior of the assemblies shall be secured using
3/8” by 12” carriage bolt assemblies. Bolts shall be inserted through the predrilled holes from
the exterior with a 1/2” washer place against the exterior brace, a 3/8” washer is placed against
the interior brace. The bolt is tightened from the inside so that it slightly compresses the interior
brace.
7. The exterior surfaces of barriers shall be painted or stained the same color as the structure to
minimize the appearance.
8. Should the through-bolt compression method be impossible due to the size or condition of the
opening, the opening shall be covered with plywood and secured with a minimum of three (3”)-
inch-long deck or wood screws installed on four (4”)-inch centers around the circumference of
the opening. For buildings that require access by authorized personnel, a single door that is
visible from the street may be secured using a solid core wood or steel door. There shall be no
windows or other openings in this door. The door shall be securely locked using a padlock and
hasp assembly that is bolted through the door. The lock loop portion of the hasp is attached to
the door frame using a minimum of three (3”)-inch-long wood screws.
9. All board-up shall be assembled according to the figures attached:
Figure #3 Securing Instructions for Windows Figure #4
Securing Instructions for Doors
Bid 2021-010-WGCity of Miami Beach
10/21/2020 12:55 PM p. 24
DocuSign Envelope ID: 9B888BA9-9576-4BED-8551-DDF5ACE623D2
Figure #3 Securing Instructions for Windows
Bid 2021-010-WGCity of Miami Beach
10/21/2020 12:55 PM p. 25
DocuSign Envelope ID: 9B888BA9-9576-4BED-8551-DDF5ACE623D2
Figure #4 Securing Instructions for Doors
C4. SPECIFICATIONS: PROTECTIVE FENCE
1. A protective fence (Chain link) shall be installed around the perimeter of the property at a
minimum height of six (6’) and maximum of eight (8’) feet, as determined by the City. One gate
3’ in width, a minimum of six (6’) and maximum of eight (8’) feet height shall be installed and
have a padlock attached.
2. Terminal and line posts shall be installed at a maximum distance of 10’ apart. Such posts shall
be embedded at a minimum of 24”in ground (See illustration below).
Bid 2021-010-WGCity of Miami Beach
10/21/2020 12:55 PM p. 26
DocuSign Envelope ID: 9B888BA9-9576-4BED-8551-DDF5ACE623D2
• Fence six (6’) height. Post dimension: 2 3/8” x 0.095” wall thickness.
• Fence eight (8”) height. Post dimension: 2 3/8” x 0.095” wall thickness. 11/2” top rail is
required.
3. All guardrails, fences, gates, and/or pre-cast concrete temporary barrier walls work shall be
accomplished in accordance with the Department’s current Design Standards, unless
otherwise requested by the Department’s Project Manager (or his/her designee).
C5. SPECIFICATIONS: SWIMMING POOLS
1. Boarding–Up of in ground pools. The perimeter of the pool shall be framed with two-inch by
six-inch (2”x 6”) lumber. The various length of lumber utilized shall be tied together with two-inch
by six-inch (2”x 6”) lumber cleats extending at least six inches (6”) on either side of the joint.
When the framing is complete, steel concrete reinforcing mesh shall be securely attached to the
top of the lumber frame. This material is commonly known as “10-gauge 6-6 road reinforcing
mesh”. It is fabricated of ten (10) gauge steel wire so as to form openings six (6) inches on each
side. This is a minimum acceptable material. Similar steel mesh which provides smaller openings
may be used if approved by the Department’s project Manager (or his/her designee).
2. Boarding-Up of above ground pools. The 10-gauge 6-6 road reinforcing mesh shall be placed
across the top of the pool. Sufficient mesh must be used to allow the mesh to bend down the
outside of the pool walls for a minimum distance of twenty-four inches (24”) from the top. The
mesh must be secured with steel or iron wire to prevent the mesh from being removed.
3. Boarding-Up decorative ponds. Decorative ponds, pool, etc. which are part of a landscaping
plan must be secure if they cannot be permanently drained and if they are more than six (6”)
inches deep. The technique described for securing in ground pools should be used.
C5.1 Swimming pool protective fence.
Walk space. A walk space at least 18 inches wide shall be provided between swimming pool walls
and fences or screen enclosure walls. Every swimming pool shall be protected by a sturdy non-
climbable safety barrier and by a self-closing, self-locking gate approved by the building official.
a. The safety barrier shall be not less than four feet in height and shall be erected either around
the swimming pool or around the premises or a portion thereof thereby enclosing the area
entirely, thus prohibiting unrestrained admittance to the swimming pool area.
b. Where a wooden type fence is to be provided, the boards, pickets, louvers, or other such
members shall be spaced, constructed and erected so as to make the fence not climbable
and impenetrable.
c. The walls, whether of the stone or block type, shall be so erected to make them non
climbable.
d. Where a wire fence is to be used, it shall be composed of two-inch chain link or diamond
weave non-climbable type, or of an approved equal, with a top rail and shall be
constructed of heavy galvanized material.
e. Gates, where provided, shall be of the spring lock type so that they shall automatically be
in a closed and fastened position at all times. They shall also be equipped with a gate
Bid 2021-010-WGCity of Miami Beach
10/21/2020 12:55 PM p. 27
DocuSign Envelope ID: 9B888BA9-9576-4BED-8551-DDF5ACE623D2
C6. SPECIAL CONDITIONS
1. TERM OF CONTRACT. The Contract shall commence upon the date of notice of award and shall be
effective for two (2) years.
2. OPTIONS TO RENEW. The City, through its City Manager, will have the option to extend for three (3)
additional one (1) year periods, subject to the availability of fund for succeeding fiscal year.
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. Price 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. REQUIRED CERTIFICATIONS. All bidders must submit current valid licenses and maintain licenses
throughout the duration of the contract.
5. DISPOSAL OF WASTE. Bidder shall be responsible for disposal of waste materials/lumber and any and
all excess materials, containers, etc. at an off-site location in accordance with local, state and federal
regulations. City dumpsters are not to be used by contractor.
6. WARRANTY REQUIREMENTS. The bidder shall warrant its products and/or labor against faulty labor
and/or defective material for a minimum period of one (1) year after the date of acceptance of the labor,
materials and/or equipment by the City. The warranty will exclude damage due to vandalism or act of
nature. This warranty requirement shall remain in force for the full one (1) year period; regardless of
whether the bidder is under contract with the City at the time of the defect.
7. DAMAGES TO PUBLIC/PRIVATE PROPERTY. The bidder shall carry out the work with such care and
methods as not to result in damage to public or private property adjacent to the work. Should any public
or private property be damaged or destroyed, the bidder, at his/her expense, shall repair or make
restoration as is practical and acceptable to the City and/or owners of destroyed or damaged property
promptly within a reasonable length of time. (Not to exceed one month from date damage was done).
8. RESPONSE TIME. Contractor shall respond within four (4) hours for Emergency calls and within twenty-
four (24) hours for non-Emergency calls.
9. 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 B, Cost Proposal Form, will be selected to complete the Work.
Example:
Bid 2021-010-WGCity of Miami Beach
10/21/2020 12:55 PM p. 28
DocuSign Envelope ID: 9B888BA9-9576-4BED-8551-DDF5ACE623D2
Following the selection of the Contractor, in the City’s sole discretion, a Contractor Service Order (CSO) will
be executed for the project. See Appendix G for sample CSO. Prior to issuing a Purchase Order, for projects
$50,000 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.
10. ROADMAP FOR PROJECTS AWARDED ON A TIME AND MATERIALS BASIS. The City may award work
on a time and materials basis in accordance with hourly rates offered and materials as a pass thru cost.
10.1 Purchase Orders are required for all work. All invoices shall reflect the accurate Purchase
Order number. Failure to do so will result in rejection of invoice.
10.2 Work Day. For billing purposes, regular working hours are from 7:00 a.m. to 5:00 p.m., Monday
through Friday. Calls outside these hours and days will be considered non-regular. Work outside of
regular working hours must be previously authorized by the City.
10.3 Parts and Materials as a Pass-Thru Cost. For parts and materials ordered under this option,
vendors shall provide quotes or invoice, as determined by the Contract Manager, based on the cost of
parts and materials as a pass-thru cost. In determining cost of materials, the contracting officer may:
i. require the vendor to provide actual cost of parts and materials (e.g., contractor’s invoice,
MSRP, etc.) prior to the issuance of a Purchase Order or approval of an invoice; or
ii. may require the vendor to seek and document competition from its sources for the required
parts or materials; or
iii. may obtain any data are available from primary or other secondary sources and use that
data in determining a fair and reasonable price.
The cost of any ancillary third-party services that are provided by the vendor, with prior approval of the
Contract Manager, may be determined in the manner prescribed above.
Bid 2021-010-WGCity of Miami Beach
10/21/2020 12:55 PM p. 29
DocuSign Envelope ID: 9B888BA9-9576-4BED-8551-DDF5ACE623D2
APPENDIX B
________________________________________________________________________
Cost Proposal Form
________________________________________________________________________
2021-010-WG
EMERGENCY BOARD-UP AND
SECURING SERVICES
PROCUREMENT DEPARTMENT
1755 Meridian Avenue, 3rd Floor
Miami Beach, Florida 33139
Bid 2021-010-WGCity of Miami Beach
10/21/2020 12:55 PM p. 30
DocuSign Envelope ID: 9B888BA9-9576-4BED-8551-DDF5ACE623D2
APPENDIX B COST PROPOSAL FORM Failure to submit Appendix B, 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 B) shall be completed mechanically or, if manually,
in ink. Cost Proposal Forms (Appendix B) completed in pencil shall be deemed non-responsive. All corrections on
the Cost Proposal Form (Appendix B) shall be initialed.
BOARD-UP AND SECURING SERVICES
Description
Unit of
Measure
Estimated
Quantities
Unit cost TOTAL
(A) (B) (A x B=C)
1 Square footage for securing with plywood and dimensional lumber
on first floor. SF 3000 $________ $________
2 Square footage for securing with plywood and dimensional lumber
beyond first floor. SF 500 $________ $________
3 Linear feet for protective fence chain link.
Fence of 6’ height LF 500 $________ $________
4 Linear feet for protective fence chain link.
Fence of 8’ height. LF 500 $________ $________
5 Linear Feet for protective fence chain link.
Chain link Fence of 6’ height with fabric. LF 500 $________ $________
6 Linear feet for Protective Fence chain link
Fence 8’ height with fabric. LF 500 $________ $________
7
Minimum charge per call for board-up services (24-Hour Response
Time)
Flat Fee 5
$________
$________
8
Minimum charge per call for board-up services (4 Hour Response
Time)
Flat Fee 3
$________
$________
TIME AND MATERIALS U/M Estimated
Annual
Hours
(A)
Unit
Cost
(B)
Line Total (AXB=C)
7 Hourly Rate- Regular Hour 30 $_____ $_____
8 Hourly Rate- Non-Regular Hour 15 $_____ $_____
9 Materials provided as a Pass-thru $2000.00
Bid 2021-010-WGCity of Miami Beach
10/21/2020 12:55 PM p. 31
5.00
6.50
12.00
16.00
14.00
18.00
295.00
295.00 885.00
9000.00
6000.00
8000.00
3250.00
7000.00
1475.00
15000.00
20.00
20.00
600.00
300.00
DocuSign Envelope ID: 9B888BA9-9576-4BED-8551-DDF5ACE623D2
SWIMMING POOL BOARD-UP AND SECURING SERVICES
Description Unit of Measure Estimated Quantities Unit cost TOTAL
(A) (B) (A x B=C)
1 Square footage for securing Swimming Pool/Fountain with
plywood, dimensional lumber and steel fabric mesh SF 1000 $________
$________
2 Linear feet for swimming pool protective fence LF 500 $________ $________
3
Minimum charge per call for board-up services – swimming
pool
(24-Hour Response Time)
Flat Fee 5
$________
$________
4
Minimum charge per call for board-up services – swimming
pool
(4 Hour Response Time)
Flat Fee 3
$________
$________
SWIMMING POOL TIME AND MATERIALS U/M Estimated
Annual Hours
(A)
Unit Cost
(B)
Line Total
(AXB=C)
3 Hourly Rate- Regular Hour 30 $_____ $_____
4 Hourly Rate- Non-Regular Hour 15 $_____ $_____
5 Materials provided as a Pass-thru $2000.00
Bidder's Affirmation
Company:
Authorized Representative:
Address:
Telephone:
Email:
Authorized Representative’s Signature:
Bid 2021-010-WGCity of Miami Beach
10/21/2020 12:55 PM p. 32
5.00 1000.00
12.00 500.00
295.00
295.00
1475.00
885.00
20.00
20.00
600.00
300.00
A Quick Board Up Service, Inc.
Dan Kaleky1000 NW 24 Ave Fort Lauderdale, FL 33311
954-764-4282 954-483-1104
boardup@aquickboardup.com
DocuSign Envelope ID: 9B888BA9-9576-4BED-8551-DDF5ACE623D2
APPENDIX C
________________________________________________________________________
Insurance Requirements
________________________________________________________________________
2021-010-WG
EMERGENCY BOARD-UP AND
SECURING SERVICES
PROCUREMENT DEPARTMENT
1755 Meridian Avenue, 3rd Floor
Miami Beach, Florida 33139
Bid 2021-010-WGCity of Miami Beach
10/21/2020 12:55 PM p. 33
DocuSign Envelope ID: 9B888BA9-9576-4BED-8551-DDF5ACE623D2
INSURANCE REQUIREMENTS
This document sets forth the minimum levels of insurance that the contractor is required to maintain
throughout the term of the contract and any renewal periods.
XXX 1. Workers' Compensation and Employer's Liability per the Statutory limits of the state of Florida.
XXX 2. Comprehensive General Liability (occurrence form), limits of liability $ 1,000,000.00 per occurrence for
bodily injury property damage to include Premises/ Operations; Products, Completed Operations and
Contractual Liability. Contractual Liability and Contractual Indemnity (Hold harmless endorsement
exactly as written in "insurance requirements" of specifications).
XXX 3. Automobile Liability - $1,000,000 each occurrence - owned/non-owned/hired automobiles included.
____ 4. Excess Liability - $_________.00 per occurrence to follow the primary coverages.
XXX 5. The City must be named as and additional insured on the liability policies; and it must be stated on the
certificate.
____ 6. Other Insurance as indicated:
___ Builders Risk completed value $________.00
___ Liquor Liability $________.00
___ Fire Legal Liability $________.00
___ Protection and Indemnity $________.00
___ Employee Dishonesty Bond $________.00
___ Other $________.00
XXX 7. Thirty (30) days written cancellation notice required.
XXX 8. Best's guide rating B+:VI or better, latest edition.
XXX 9. The certificate must state the proposal number and title
The City of Miami Beach is self-insured. Any and all claim payments made from self-insurance are subject to the limits and provisions of Florida Statute 768.28, the Florida Constitution, and any other applicable
Statutes.
Bid 2021-010-WGCity of Miami Beach
10/21/2020 12:55 PM p. 34
DocuSign Envelope ID: 9B888BA9-9576-4BED-8551-DDF5ACE623D2
Question and Answers for Bid #2021-010-WG - Emergency Board-up and Securing Services
Overall Bid Questions
There are no questions associated with this bid.
Question Deadline: Nov 9, 2020 5:00:00 PM EST
Bid 2021-010-WGCity of Miami Beach
10/21/2020 12:55 PM p. 35
DocuSign Envelope ID: 9B888BA9-9576-4BED-8551-DDF5ACE623D2
11/18/2020 Bid Submittal Questionnaire W/O Living Wage - Final
file:///C:/Users/PURCGarW/Downloads/BID_SUBMITTAL_QUESTIONNAIRE_W.O_LIVING_WAGE_--_FINAL_8333328 (12).htm 1/8
DocuSign Envelope ID: 9B888BA9-9576-4BED-8551-DDF5ACE623D2
11/18/2020 Bid Submittal Questionnaire W/O Living Wage - Final
file:///C:/Users/PURCGarW/Downloads/BID_SUBMITTAL_QUESTIONNAIRE_W.O_LIVING_WAGE_--_FINAL_8333328 (12).htm 2/8
BID SUBMITTAL QUESTIONNAIRE
SECTION 1 – BID CERTIFICATION FORM
This document is a REQUIRED FORM that must be submitted fully completed and submitted.
Solicitation No:
2021-010-WG
Solicitation Title:
Emergency Board-up and Securing Services
BIDDER’S NAME: A Quick Board Up Service, Inc.
NO. OF YEARS IN BUSINESS: 31
NO. OF YEARS IN BUSINESS LOCALLY: 31 NO. OF EMPLOYEES: 10
OTHER NAME(S) BIDDER HAS OPERATED UNDER IN THE LAST 10 YEARS:
BIDDER PRIMARY ADDRESS (HEADQUARTERS): 1000 NW 24th Ave.
CITY: Fort Lauderdale
STATE: FL
ZIP CODE: 33311
TELEPHONE NO.: 954-764-4282
TOLL FREE NO.:
FAX NO.:
BIDDER LOCAL ADDRESS: 1000 NW 24 Ave
CITY: Fort Lauderdale
STATE: FL
ZIP CODE: 33311
PRIMARY ACCOUNT REPRESENTATIVE FOR THIS ENGAGEMENT:
ACCOUNT REP TELEPHONE NO.: 954-764-4282
ACCOUNT REP TOLL FREE NO.:
ACCOUNT REP EMAIL: boardup@aquickboardup.com
FEDERAL TAX IDENTIFICATION NO.: 650089445
By virtue of submitting a bid, bidder agrees: a) to complete and unconditional acceptance of the terms and conditions o
this document, inclusive of this solicitation, all specifications, attachments, exhibits and appendices and the contents o
any Addenda released hereto; b) to be bound, at a minimum, to any and all specifications, terms and condition
contained herein or Addenda; c) that the bidder has not divulged, discussed, or compared the proposal with other bidder
and has not colluded with any other bidder or party to any other bid; d) that bidder acknowledges that all informatio
contained herein is part of the public domain as defined by the State of Florida Sunshine and Public Records Laws; e) th
bidder agrees if this bid is accepted, to execute an appropriate City of Miami Beach document for the purpose o
establishing a formal contractual relationship between the bidder and the City of Miami Beach, Florida, for th
DocuSign Envelope ID: 9B888BA9-9576-4BED-8551-DDF5ACE623D2
11/18/2020 Bid Submittal Questionnaire W/O Living Wage - Final
file:///C:/Users/PURCGarW/Downloads/BID_SUBMITTAL_QUESTIONNAIRE_W.O_LIVING_WAGE_--_FINAL_8333328 (12).htm 3/8
performance of all requirements to which the bid pertains; and f) that all responses, data and information contained in th
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:
Dan Kaleky
Title of Bidder ’s Authorized
Representative:
Pres.
SECTION 2 - ACKNOWLEDGEMENT OF ADDENDUM
After issuance of solicitation, the City may release one or more addendum to the solicitation, whic
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. Howeve
bidders are solely responsible for assuring they have received any and all addendum issued pursuan
to solicitation. This Acknowledgement of Addendum section certifies that the bidder has received a
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 membe
(spouse, parent, sibling, and child) who is also an employee of the City of Miami Beach. Further, a
bidders must disclose the name of any City employee who owns, either directly or indirectly, a
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
5
DocuSign Envelope ID: 9B888BA9-9576-4BED-8551-DDF5ACE623D2
11/18/2020 Bid Submittal Questionnaire W/O Living Wage - Final
file:///C:/Users/PURCGarW/Downloads/BID_SUBMITTAL_QUESTIONNAIRE_W.O_LIVING_WAGE_--_FINAL_8333328 (12).htm 4/8
6
SECTION 4 - FINANCIAL CAPACITY
When requested by the City, each bidder shall arrange for Dun & Bradstreet to submit a Supplie
Qualification Report (SQR) directly to the City. No proposal will be considered without receipt, by th
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 prio
to submittal to the City and as early as possible in the solicitation process. For assistanc
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 Repo
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 t
the states of North Carolina and Mississippi, as well as the purchase of goods or services sourced i
North Carolina and Mississippi. Bidder shall agree that no travel shall occur on behalf of the City t
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 Resolutio
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.2021-010-WG
Project Title Emergency Board-up and Securing Services
Proposer shall submit at least three (3) references for whom the bidder has completed work similar i
size and nature as the work referenced in solicitation.
Reference No.1
Firm Name: City of Hollywood
Contact Individual Name and Title: Police Dept./Building Dept
Address: PO Box 229045 Hollywood, FL 33022
DocuSign Envelope ID: 9B888BA9-9576-4BED-8551-DDF5ACE623D2
11/18/2020 Bid Submittal Questionnaire W/O Living Wage - Final
file:///C:/Users/PURCGarW/Downloads/BID_SUBMITTAL_QUESTIONNAIRE_W.O_LIVING_WAGE_--_FINAL_8333328 (12).htm 5/8
Telephone: 954-921-3025
Contact’s Email: MBATISTA@hollywoodfl.org
Narrative on Scope of Services Provided:
Board up
Reference No.2
Firm Name: City of Lauderhill
Contact Individual Name and Title: Police Dept./Building Dept
Address: 5581 W. Oakland Park Blvd Lauderhill, FL 33313
Telephone: 954-730-2960
Contact’s Email: cpierre@Lauderhill-fl.gov
Narrative on Scope of Services Provided:
board up
Reference No.3
Firm Name: City of Miami Beach
Contact Individual Name and Title: Police Dept./Building Dept/Fire Dept.
Address: 1700 Convention Center Drive Miami Beach, FL 33139
Telephone: many
Contact’s Email: many
Narrative on Scope of Services Provided:
board up
DocuSign Envelope ID: 9B888BA9-9576-4BED-8551-DDF5ACE623D2
11/18/2020 Bid Submittal Questionnaire W/O Living Wage - Final
file:///C:/Users/PURCGarW/Downloads/BID_SUBMITTAL_QUESTIONNAIRE_W.O_LIVING_WAGE_--_FINAL_8333328 (12).htm 6/8
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 the
have read and understand the applicable Standard Terms and Conditions as indicated in th
solicitation.
Project No.2021-010-WG
Project Title Emergency Board-up and Securing Services
SECTION 8 - VENDOR CAMPAIGN CONTRIBUTIONS
Bidders are expected to be or become familiar with, the City’s Campaign Finance Reform laws, a
codified in Sections 2-487 through 2-490 of the City Cod
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 Campaig
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.
Are there any individuals or entities (including your sub-consultants) with a controlling financia
interest which have contributed to the campaign either directly or indirectly of a candidate who ha
DocuSign Envelope ID: 9B888BA9-9576-4BED-8551-DDF5ACE623D2
11/18/2020 Bid Submittal Questionnaire W/O Living Wage - Final
file:///C:/Users/PURCGarW/Downloads/BID_SUBMITTAL_QUESTIONNAIRE_W.O_LIVING_WAGE_--_FINAL_8333328 (12).htm 7/8
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
11/18/2020 Bid Submittal Questionnaire W/O Living Wage - Final
file:///C:/Users/PURCGarW/Downloads/BID_SUBMITTAL_QUESTIONNAIRE_W.O_LIVING_WAGE_--_FINAL_8333328 (12).htm 8/8
domestic partner, such as bereavement leave; other benefits are provided directly to the spouse or domesti
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
Sick Leave
Family Medical Leave
Bereavement Leave
If Bidders cannot offer a benefit to domestic partners because of reasons outside your control, (e.g., there ar
no insurance providers in your area willing to offer domestic partner coverage) you may be eligible fo
Reasonable Measures compliance. To comply on this basis, you must agree to pay a cash equivalent an
submit a completed Reasonable Measures Application with all necessary documentation. Your Reasonabl
Measures Application will be reviewed for consideration by the City Manager, or his designee. Approval is no
guaranteed and the City Manager’s decision is final. Further information on the Equal Benefits requirement i
available at http://www.miamibeachfl.gov/city-hall/procurement/procurement-related-ordinance-and
procedures/
DocuSign Envelope ID: 9B888BA9-9576-4BED-8551-DDF5ACE623D2
DocuSign Envelope ID: 9B888BA9-9576-4BED-8551-DDF5ACE623D2
ATTACHMENT D
INSURANCE REQUIREMENTS
DocuSign Envelope ID: 9B888BA9-9576-4BED-8551-DDF5ACE623D2
INSURANCE REQUIREMENTS
This document sets forth the minimum levels of insurance that the contractor is required to maintain
throughout the term of the contract and any renewal periods.
XXX 1. Workers' Compensation and Employer's Liability per the Statutory limits of the state of Florida.
XXX 2. Comprehensive General Liability (occurrence form), limits of liability $ 1,000,000.00 per occurrence for
bodily injury property damage to include Premises/ Operations; Products, Completed Operations and
Contractual Liability. Contractual Liability and Contractual Indemnity (Hold harmless endorsement
exactly as written in "insurance requirements" of specifications).
XXX 3. Automobile Liability - $1,000,000 each occurrence - owned/non-owned/hired automobiles included.
____ 4. Excess Liability - $_________.00 per occurrence to follow the primary coverages.
XXX 5. The City must be named as and additional insured on the liability policies; and it must be stated on the
certificate.
____ 6. Other Insurance as indicated:
___ Builders Risk completed value $________.00
___ Liquor Liability $________.00
___ Fire Legal Liability $________.00
___ Protection and Indemnity $________.00
___ Employee Dishonesty Bond $________.00
___ Other $________.00
XXX 7. Thirty (30) days written cancellation notice required.
XXX 8. Best's guide rating B+:VI or better, latest edition.
XXX 9. The certificate must state the proposal number and title
The City of Miami Beach is self-insured. Any and all claim payments made from self-insurance are subject to the limits and provisions of Florida Statute 768.28, the Florida Constitution, and any other applicable
Statutes.
DocuSign Envelope ID: 9B888BA9-9576-4BED-8551-DDF5ACE623D2