C2E-Award Contracts Emergency Board-Up And Securing ServiceCOMMISSION ITEM SUMMARY
Condensed Title:
REQUEST FOR APPROVAL TO AWARD CONTRACTS TO A QUICK BOARD UP SERVICE, INC.,
AS PRIMARY VENDOR, AND 91 1 RESTORATION, INC., AS SECONDARY VENDOR PURSUANT
TO tNVITATTON TO BrD (rTB) NO. 20'r5-145-AK FOR EMERGENCY BOARD UP AND SECURING
SERVICES.
Key lntended Outcome Supported:
Ensure Safety and Appearance of Building Structures and Sites.
Supporting Data (Surveys, EnvironmentalScan, etc.): N/A
Item Summary/Recommendation :
The purpose of lnvitation to Bid No. 2015-145-AK (the "Bid") is to award contracts for emergency
board-up and securing services that will allow the City to address the safety and security issue of
abandoned buildings, including furnishing all materials, labor, supervision, means of transportation,
permits, licenses, equipment and incidentals necessary for the emergency board-up and securing of
buildings and structures citywide on an as needed basis. These services are often initiated by the
Police Department and/or, the Code Compliance Division of the Building Department.
The Bid was issued on May 5, 2015. 303 bid notices were issued through the PublicPurchase system
and another 24 through the Procurement Division. 34 vendors downloaded the bid documents from
PublicPurchase. On June 19,2015, bids were opened. Four (4) bids were received from: A Quick
Board Up Service, lnc., Sanchez Arango Construction, SGA Management, lnc., and 911 Restoration,
lnc.
After review of bids received, the Administration is recommending award to a primary and secondary
bidder (in the event that primary is unable to perform) as follows: A Quick Board Up Service, lnc, as
the primary lowest responsive bidder and 911 Restoration, lnc., as secondary lowest responsive
bidder. Proposal from SGA Management, lnc. did not meet the minimum requirements, and was
deemed non-responsive. The proposal from Sanchez Arango Construction exceeded budgetary
expectations.
The successful bidders' contracts shall be executed for a period of two (2)years, and may be renewed
at the sole discretion of the City, through its City Manager, for three (3) additional one (1) year terms.
RECOMMENDATION
The Administration recommends that the Mayor and City Commission of the City of Miami Beach,
Florida approve the City Manager's recommendation pertaining to the bids received, pursuantto ITB
2015-145-AK, for Em Board-uo and Services.
Advisory Board Recommendation:
N/A
Financial lnformation: Expenditures incurred by the City are billed to the respective property owner
and is based on billinq of these
City Clerk's Office Legislative Tracking:
Source of
Funds:
Financial lmpact Summary: Expenditures incurred by the City are billed to the respective property
owner.
De lartment D_irggior Assistant City Manager )ity Manager
AD v7 MFLd/,;d4Lrr MT ST JLM T L
NT\|TB-2O1 5-1 45-AK Board-up Services Summary.doc
\r
Alex Denis, Director Ext # 6641
Sign-Offs
T:
AGENDA ITEM
DATf
czE
/o-ty'tfMIAMIBTACH127
City of Miami Beach, 1700 Convention Center Drive, Miami Beach, Florida 33139, www,miamibeachfl.gov
COMMISSION MEMORANDUM
IO:Mayor Philip Levine and Members the City
FROM: Jimmy L, Morales, City Manager
DATE: October 14,2015
SUBJECT: REQUEST FOR APPROVAI TO AWARD CONTRACTS TO A QUICK BOARD UP
SERVICE, INC. AS PRIMARY VENDOR, 911 RESTORATION, INC, AS SECONDARY
VENDOR PURSUANT TO TNVTTATTON TO BrD (tTB) 2015.14s-AK FOR EMERGENCY
BOARD.UP AND SECURING SERVICES.
ADMINISTRATION RECOMMENDATION
Approve the award of contracts.
KEY INTENDED OUTCOME SUPPORTED
Ensure safety and appearance of building structures and sites.
FUNDING
Fund Name Fund Code Amount
Board uo Services 01 1-1510-000340 $155,000.00
BACKGROUND
The purpose of lnvitation to Bid No. 2015-145-AK (the "Bid") is to award contracts for emergency
board-up and securing services that will allow the City to address the safety and security issue of
abandoned buildings, including furnishing all materials, labor, supervision, means of transportation,
permits, licenses, equipment and incidentals necessary for the emergency board-up and securing of
buildings and structures citywide on an as needed basis, These services are often initiated by the
Police Department and/or, the Code Compliance Division of the Building Department.
The successful bidders' contracts shall be executed for a period of two (2) years, and may be renewed
at the sole discretion of the City, through its City Manager, for three (3) additional one (1) year terms.
Funding for future years is contingent on approval of future year budgets.
BID PROCESS
The Bid was issued on May 5,2015, with opening date of June 19,2015.
303 bid notices were issued through the PublicPurchase system, and other 24 through the
Procurement Division. 34 vendors downloaded the bid documents from PublicPurchase, Four (4) bids
were received from: A Quick Board Up Service, lnc,, Sanchez Arango Construction, SGA
Management, lnc,, and 911 Restoration, lnc.
After review of bids received, the Administration is recommending award to a primary and secondary
128
bidder (in the event that primary is unable to perform) as follows: A Quick Board Up Service, lnc., as
the primary lowest responsive bidder, and 911 Restoration, lnc., as secondary lowest responsive
bidder. Proposal from SGA Management, lnc, did not meet the minimum requirements, and was
deemed non-responsive. The proposal from Sanchez Arango Construction exceeded budgetary
expectations, (see tabulated results).
The successful bidders' contracts shall be executed for a period of two (2) years, and may be renewed
at the sole discretion of the City, through its City Manager, for three (3) additional one (1) year terms.
The contracts will offer more flexible resources to ensure that the City Departments fulfill the securlng
and board up needs in a timely manner while always securing the lowest cost.
ln its due diligence, the Procurement Department verified the following:
1. Minimum Requirements: Prospective bidders must be licensed as Building or General
Contractor in the State of Florida or Miami Dade County.
2. Previous Experience: Proposer must provide services to a minimum of three (3) public or
private sector in the last five (5) years similar in scope to this lTB.
A Quick Board Up Service, lnc., 911 Restoration, lnc., and Sanchez Arango Construction met minimum
eligibility requirements set for this solicitation. Proposal from SGA Management, lnc. did not meet the
minimum requirements, therefore was deemed non-responsive.
CITY MANAGER'S REVIEW AND RECOMMENDATION
Based on the types of the service necessary, and in effort to expedite the board-up process, it is in the
City's best interest to award contract to primary and secondary vendor by group. The City Manager has
considered the bids received, pursuant to ITB 2015-145-AK, and recommends that the Mayor and City
Commission of the City of Miami Beach, Florida, approve the award of a contract to A Quick Board Up
Service, lnc., as primary vendor and 911 Restoration, lnc., as secondary vendor, and further authorize
the Mayor and City Clerk to execute the contract.
RECOMMENDATION
The Administration recommends that the Mayor and City Commission of the City of Miami Beach,
Florida approve the City Manager's recommendation pertaining to the bids received, pursuant to ITB
2015-14s-AKfor Emergency Board-up and Securing Services.
AD/HC/JJ/JM
T:\AGENDA\2015\0ctober\PROCUREMENT\lTB-2015-145-AK Emergency Board-up and Securing Services Memo.doc
129
t-z.
TU
=tu(,...<<2.
E=
Oq
Oc\N@
oq
Oro
@
Oq
OOcf)@
o
C?Z,
t
N
LLI-(-)
z.
a
Oq
OO|r)-
@
oqoOlo-
@
Oq
OOlJ'l
@
Zo
F
EoFct)tu&
OJ
Oq
OOcf)@
Oq
OOtr)-
@
OqoOlo@
Io
E-
o66_\<la:fo
"'"{. :',
OO
Otr)
C\I@
OO
Otr)C\@
OO
Orf)(\l@
==
(D
o)
(E
oo
(oE
Q)(D
(o
co
o
()a
o)o
o)
I-c,
L(ooo
Lo
(o(J
L(I)o
o)o
(o
!o
E
=.E
.=
I
o-
J
I'()
L(ooo
Lo
(oo
o)o-
(DP=(o6
5o_otc
='ELC
l=5z6
(o(J
>.oCoo)L(l)
E
LU
!-€a>oEo)EEgob
F:o
=a=aEL'E -c5s
o)
a
oo
U)o)L
Loz.
Fz.
u.l*=;h I.IJts?
z.
oq
Otr)
cf)-
O
@
oq
rr)C\(\
oi@
oq
rr)f.-
o)_
C!@
Oq
rr)
It-o)-
c-)@
Oq
Lr)t-
Or^
cf)@
Oq
l.r)f.-o)-s@
aq
Ooo^o
@
oq
r.ot-o)-
ca@
oqoro
---(\t-f6
tr)ncf)@
Lr)1s@
tr)q
1r)
@
roq
f.-@
tr)q
f.-@
tr)o)
O)@
Oq
O
@
rf)q
f.-@
o(9Z
t
Nll-II(Jz.
c/)
Oo
Oo@-
o)
@
oq
OrOo)-s@
Oq
Oo
rr)_
O)s@
OqoOtr)_c\rr)
@
OqoOrJ)-
(\ltr)
@
oq
OOtr).
F.-Lr)@
Oq
OOO.
tr)
q
oq
(f,olr).
O)s@
oqor()(\t
e(Y)et
a(o
(o
@
OO)
O)@
Oq
O)o)@
Oq
|r)O
@
Oq
rr)O
@
oq
lr)
@
Oq
lr)
@
Oq
o)o)@
d
oz,o()
lrJU'
z.otr
noF
CN
UIE
O)
Oq
OOO.o(o@
aqoOO.
cf)
@
aq
Oo
lI?_
o)@
OqaOo-
@
Oq
OOO.
@
oq
Oolr)-
cf)
@
Oq
OoO-(o
@
Oq
OOrr)
t-e
oqooro-
c.)
@
O<?
OC!@
Oq(o
C\e
aq
o)
@
aq
C\I
C\Ie
Oq
C\lC\@
oq
t-GI@
Oq(o
@
Oq
ro
@
d
=to-
aoE-
ocoa
\lf!l
=o
Oq
OOO.
tr)
@
Oq
O1r)rycr)@
oq
OOo-(o
@
Oq
OOO.
@@
Oq
OOO.
f.-@
Oq
OOO.
O)@
Oqortr)C\l
$@
Oqaoo-
CO@
r=oeerl)-
@r4!e.
Oq
L()
@
OrI)
(o
@
Oqsl
@
oq(o
@
aq
$
@
Oq
@
@
tr)o!
.<r
@
Oq
C\I
@
e r-i(n-ut6 OOOc)
OOLr)
OOLr)
OOLr)
OOrr)
OOtr)
oOO
OOtr)
=l Lr-a LL(t)LLJ LL_-)LLJ u_J LL
U)LrJ
Co
o
Loaoo
E
L(u
Eoo
=o-
-Cs
=so)-c.a
5EO-(l)-a-
=oJJ .OoEo)=(o-6q€ba'6qd
o_LU)z
EC(o
'15ooB->,o
-gO-c-
=a=EEDECC'=O
=>8ea!5eoEo)=dr-6e€bo'6(o6
(,r -ECI) T
oo
(l)
LL
C
=C,'(o
-c.O
(l)
o(l)E=o-.9)g(DO-c
5ao(l)=
=(l)ttsP
-L o)JLL
q)o
(D
LL
-:<C
=L'(o
-cC)
(D
oc)E=o_.<nsO)O-c
5ao(D=
=(DUP
_L o)JU-
(I)
C)C(I)
LLvC)
.= -o
-J (U.c!(s=-c'=oi
0) -c.> .o)E9
o(oo-=
€E6'Get
tsPo)=
-L q)
JLL
(I)o
L
o)LLv(J
.= -o
-J (E.c!(o=-c'=oi
oj).c.> "9x(D
o@o-:
€=6Eet
=oItsP
-L q)
JLL
ooo-
CD
C..E
=oc)U)
(Do
L
o)
(D
oc)Io-
ooo-
ct).=
E
E'=
a
Lo
(l)
o)
L(o
(Dc
=
U)
UJO
E.
UJ(/)
(9
z.d
=O
u-l
ct>o
z^
o_:f
Iot
oco
Oz"
u_t(9t
IJ-I
IJ-J
\<+>rQ o_soTEt() cr>Sroc!5
Zc!O-r-F<o)
= tl.tco2.<lF-
130