Loading...
21-010-02 JIJ Construction CorporationCONTRACT NO. 21-010-02 We are committed to providing excellent public service and safety to all who live, work, and play in our vibrant, tropical, historic community. City of Miami Beach, 1755 Meridian Avenue, 3rd Floor, Miami Beach, Florida 33139, www.miamibeachfl.gov PROCUREMENT DEPARTMENT Tel: 305-673-7490, Fax: 786-394-4235 SENT VIA E-MAIL TO: kati@jijconstruction.com December 14, 2020 Kati Cassiani J.I.J. Construction Corporation 902 S. Federal Hwy #1 Lake Worth, FL 33460 Phone: 561-574-5995 RE: NOTICE OF AWARD OF CONTRACT PURSUANT TO INVITATION TO BID (ITB) NO. 2021-010-WG FOR EMERGENCY BOARD UP AND SECURING SERVICES Dear Ms. Kati: On November 18, 2020, J.I.J. Construction Corporation, (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 to J.I.J. Construction Corporation, 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=562479607P0400…1/2 Document Number FEI/EIN Number Date Filed State Status Department of State / Division of Corporations / Search Records / Search by FEI/EIN Number / Detail by FEI/EIN Number Florida Profit Corporation J.I.J. CONSTRUCTION CORP. Filing Information P04000124649 56-2479607 08/27/2004 FL ACTIVE Principal Address 902 S. Federal Hwy #1 Lake Worth, FL 33460 Changed: 04/29/2019 Mailing Address 902 S. Federal Hwy #1 Lake Worth, FL 33460 Changed: 04/29/2019 Registered Agent Name & Address CASSIANI, KATI L 902 S. Federal Hwy #1 Lake Worth, FL 33460 Name Changed: 04/26/2015 Address Changed: 04/29/2019 Officer/Director Detail Name & Address Title PST Cassiani, Kati L 902 S. Federal Hwy #1 Lake Worth, FL 33460 Annual Reports Report Year Filed Date D. 12/14/2020 Detail by FEI/EIN Number search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=FeiNumber&directionType=Initial&searchNameOrder=562479607P0400…2/2 2018 04/09/2018 2019 04/29/2019 2020 03/06/2020 Document Images 03/06/2020 -- ANNUAL REPORT View image in PDF format 04/29/2019 -- ANNUAL REPORT View image in PDF format 04/09/2018 -- ANNUAL REPORT View image in PDF format 04/30/2017 -- ANNUAL REPORT View image in PDF format 03/26/2016 -- ANNUAL REPORT View image in PDF format 04/26/2015 -- ANNUAL REPORT View image in PDF format 04/05/2014 -- ANNUAL REPORT View image in PDF format 03/15/2013 -- ANNUAL REPORT View image in PDF format 04/27/2012 -- ANNUAL REPORT View image in PDF format 04/06/2011 -- ANNUAL REPORT View image in PDF format 04/22/2010 -- ANNUAL REPORT View image in PDF format 04/21/2009 -- ANNUAL REPORT View image in PDF format 04/25/2008 -- ANNUAL REPORT View image in PDF format 04/02/2007 -- ANNUAL REPORT View image in PDF format 04/27/2006 -- ANNUAL REPORT View image in PDF format 02/19/2005 -- ANNUAL REPORT View image in PDF format 08/30/2004 -- Domestic Profit View image in PDF format Florida Department of State, Division of Corporations 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 (11).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 (11).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: JiJ Construction Corp NO. OF YEARS IN BUSINESS: 11 NO. OF YEARS IN BUSINESS LOCALLY: 11 NO. OF EMPLOYEES: 4 OTHER NAME(S) BIDDER HAS OPERATED UNDER IN THE LAST 10 YEARS: N/A BIDDER PRIMARY ADDRESS (HEADQUARTERS): 902 S Federal Hwy Unit 1 CITY: Lake worth STATE: FL ZIP CODE: 33460 TELEPHONE NO.: 15615745995 TOLL FREE NO.: N/A FAX NO.: N/A BIDDER LOCAL ADDRESS: 902 South Federal Hwy #1 CITY: Lake Worth STATE: Fl ZIP CODE: 33460 PRIMARY ACCOUNT REPRESENTATIVE FOR THIS ENGAGEMENT: Kati Cassiani ACCOUNT REP TELEPHONE NO.: 15615745995 ACCOUNT REP TOLL FREE NO.: N/A ACCOUNT REP EMAIL: kati@jijconstruction.com FEDERAL TAX IDENTIFICATION NO.: 56-24-79607 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 (11).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: Kati Cassiani Title of Bidder ’s Authorized Representative: President 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 (11).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 Fort Lauderdale Contact Individual Name and Title: Yvette Ketor Address: 700 NW 19th Avenue Fort Lauderdale FL 33311 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 (11).htm 5/8 Telephone: 954-828-5932 Contact’s Email: yketor@forlauderdale.gov Narrative on Scope of Services Provided: Term contract for 3 years (2018-2021)to board-up windows and doors, install pool covers, and remov graffiti. Reference No.2 Firm Name: Broward County Housing Authority Contact Individual Name and Title: Bill Sipala Address: 4780 North State Road 7 Lauderdale Lakes, FL 33319 Telephone: 954-547-7639 Contact’s Email: bsipala@bchafl.org Narrative on Scope of Services Provided: We are working for BCHA since 2012 until present year, doing Concrete repair, Fence repair, Roo Repair, Installation of Doors, and Minors Repair. Reference No.3 Firm Name: City of West Palm Beach Contact Individual Name and Title: Jeff Rockhill Address: 401 Clematis St. West Palm Beach, FL 33401 Telephone: (561) 822-2135 Contact’s Email: jrockhill@wpb.org Narrative on Scope of Services Provided: We have work for the City of WPB since 208 until present: doing housing renovation, projects for mor than $300,000, and minor projects like Build new drywall walls, installing wood solid doors, light fixture 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 (11).htm 6/8 installation, concrete repairs, waterproof . We have another reference at the City of WPB: Lorenz Rivero ph. 240-832-5378 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 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 (11).htm 7/8 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 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 (11).htm 8/8 Does bidder provide or offer access to any benefits to employees with (same or opposite sex) domesti partners or to domestic partners of employees? YES NO Please check all benefits that apply to your answers above and list in the “other” section any additiona benefits not already specified. Note: some benefits are provided to employees because they have a spouse o 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 DocuSign Envelope ID: 9B888BA9-9576-4BED-8551-DDF5ACE623D2 K A T I C A S S I A N I Engineer Intern, Project Management and General Contractor State of Florida CGC 1509403 902 South Federal Hwy #1, Lake Worth, FL. 33460 Cell: (561) 574-5995 | kati@jijconstruction.com P R O F E S S I O N A L S U M M A R Y Motivated Construction Manager and General Contractor highly effective in finding the best methods possible to complete construction projects. Strong knowledge of civil engineering principles and concepts. A person who collaborates successfully with architects, owners and construction staff to complete projects in the best way. Someone familiar in preparing and negotiating contracts with clients and suppliers. S K I L L S • Fluent in English and Spanish • Commitment to customer satisfaction • Strong leadership, time management • Knowledgeable in construction safety • Experienced in commercial and residential construction • Plan take-off and cost estimating • Proficient in development, training and supervision of personnel • Detail oriented, adaptable, and active listener • Knowledgeable in reading blueprints • Experience dealing with public and private bid procedures. • Computer literate: Microsoft Windows 10, Microsoft Office 365, QuickBooks W O R K H I S T O R Y 2008 – 2020 President & Project Manager JIJ Construction Corp – Lake Worth, FL • Obtained bid invitations, participated in mandatory site visits, prepared takeoffs and estimates. • Attended pre-construction meetings. • Avoided construction delays by efficiently fo llowing through all site inspections in a timely manner. • Conducted routine quality audits to ensure that work was progressing per the specifications and initiated corrective actions. • Determined the project schedule, which included the sequence of all c onstruction activities. • Monitored timelines and flagged potential issues to be addressed. • Participated in meetings with project team, inspectors, owners, architect. • Finished the project and get the certificate of occupancy. • Managed complete submittal and RFI process 2009-2020 Broward County Housing Authority • Minor Projects such as: fence repairs, Roof repairs, Windows and Doors installation, construction of a concrete monument sign and Parking Lot repairs. • Concrete Sidewalk for Griffin Apartments 2008-2020 City of West Palm Beach • Contractor for Housing Rehabilitation Program • Renovation of American Legion Post 199 • Exterior Improvement for 15 houses in Freshwater Lakes DocuSign Envelope ID: 9B888BA9-9576-4BED-8551-DDF5ACE623D2 2018 West Palm Beach Housing Authority • Bathroom upgrades in 40 units 2017-2019 City of Sunrise • Pool Deck renovation • Minor improvements such us: painting, carpet replace • 2015 Exterior Painting of Cypress Creek Condominium. (5 floor Building) 2010-2020 School District of Palm Beach County • Rolling Green Elem. School: Exterior Painting • Roosevelt Middle School: Interior Painting • Orchard View Elem. School: Exterior Painting • Painting of Six Metal Pavilions for: • Panther Run E.S., Elbridge Gale E.S., Meadow Park E.S., Belvedere E.S., Jupiter E.S., and Marsh Pointe E.S. • Renovation of a Medical Academy for Inlet Grove High School. • Renovation of a Science Classroom for Roosevelt Elementary School. • Gold Coast Community School: Concrete Repair • West Boca High School: Renovation of Calaloo Cafeteria • Diamond View Elementary School: Exterior Painting • Palmetto Elementary School-Pavillion Painting • Doors Installation at Riviera Beach High School • Installation of two flammable Units fro Lake Worth High School and John Leonard High School • Stucco work at HighLand Elementary school 2012-2014 City of Delray Beach • Contractor for house remodeling Program 2012 Florida Department of Education • Cafeteria’s Renovation for the Courthouse Building in Palm Beach County 2009-2015Town of Juno Beach • Contractor for sidewalk’s construction and minors contracts . 2006 – 2008 Estimator GALFA CEE COMPANY – West Palm Beach, FL • Estimated quantities and cost of materials, equipment and labor to determine project feasibility. • Reviewed and assisted in performing technical bid analysis. DocuSign Envelope ID: 9B888BA9-9576-4BED-8551-DDF5ACE623D2 2004 - 2006 Superintendent GOLD CONSTRUCTION L.L.C – Wellington, FL. • Superintendent of 10 houses in Port St. Lucie and 2 houses in the City of Lake Worth. • Obtained building and specialty permits from local jurisdictional agencies. • Conducted weekly production and operations contractor meetings, which facilitated stronger communication and the ability to resolve critical issues. • Prepared regular interval progress reports. • Built the houses from foundation through completion of projects. E D U C A T I O N 2013 The Turner School of Construction Management Construction Project Management 2003 Certified General Contractor Gold Coast School of Construction – Fort Lauderdale, FL 2002 Engineer Intern Certification Florida Board of Professional Engineers – State of Florida 1996 Master of Science: Construction Project Management University of Cartagena - Cartagena, Colombia Credential Evaluation Report from World Education Services, Inc. 1988 Bachelor of Science: Civil Engineer University of Cartagena - Cartagena, Colombia Credential Evaluation Report from World Education Services, Inc. C E R T I F I C A T I O N • Palm Beach County-Office of Small Business Assistance: SBE • The School District of Palm Beach -Office of Diversity in Business Practices: SBE, MBE/WBE and Pre- Qualified Contractor • South Florida Water Management District: SBE • City of West Palm Beach – SBE • FDOT: Certified as DBE • State of Florida: MBE, WBE • 2014: Nominee by the City of West Palm Beach and the School District of Palm Beach County as SBE, on the Palm Beach Partners Business Matchmaker vendor awards. • 2014, 2015, 2016, 2017, 2018 &2019: Nominee by the SDPB as a Minority/women -owned business of the year and as a Small Business Enterprise (SBE) of the year on the Palm Beach Partners Business Matchmaker vendor awards. • 2016: Awarded as a Small Business Enterprise (SBE) of the year on the Palm Beach Partners Business Matchmaker vendor program. R E F E R E N C E S Bill Sipala Broward County Housing Authority 954-547-7639 Lucy Rivera City ofWest Palm Beach 954-254-5990 DocuSign Envelope ID: 9B888BA9-9576-4BED-8551-DDF5ACE623D2 Woman Business Certification J.I.J. Construction Corp. 04/03/2020 04/03/2022 DocuSign Envelope ID: 9B888BA9-9576-4BED-8551-DDF5ACE623D2 Ha l s e y B e s h e a r s , S e c r e t a r y Ro n D e S a n t i s , G o v e r n o r ST A T E O F F L O R I D A DE P A R T M E N T O F B U S I N E S S A N D P R O F E S S I O N A L R E G U L A T I O N CO N S T R U C T I O N I N D U S T R Y L I C E N S I N G B O A R D TH E G E N E R A L C O N T R A C T O R H E R E I N I S C E R T I F I E D U N D E R T H E PR O V I S I O N S O F C H A P T E R 4 8 9 , F L O R I D A S T A T U T E S CA S S I A N I , K A T I L U Z Do n o t a l t e r t h i s d o c u m e n t i n a n y f o r m . J I J C O N S T R U C T I O N C O R P LI C E N S E N U M B E R : C G C 1 5 0 9 4 0 3 EX P I R A T I O N D A T E : A U G U S T 3 1 , 2 0 2 2 Th i s i s y o u r l i c e n s e . I t i s u n l a w f u l f o r a n y o n e o t h e r t h a n t h e l i c e n s e e t o u s e t h i s d o c u m e n t . 90 2 S F E D E R A L H W Y , U N I T 1 LA K E W O R T H F L 3 3 4 6 0 Al w a y s v e r i f y l i c e n s e s o n l i n e a t M y F l o r i d a L i c e n s e . c o m Do c u S i g n E n v e l o p e I D : 9 B 8 8 8 B A 9 - 9 5 7 6 - 4 B E D - 8 5 5 1 - D D F 5 A C E 6 2 3 D 2 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