R11-1331
2 RESOLUTION NO. RI I- 1
3
1 4 A RESOLUTION OF THE CITY COMMISSION OF
i5 THE CITY OF BOYNTON BEACH, FLORIDA,
APPROVING THE "PIGGY- BACK" OF A CITY OF
WEST PALM BEACH BID NO. 08/09 -05 "TERM
CONTRACT FOR BOARD AND SECURE
a� SERVICES" WITH ANCHORS EMERGENCY
1� BOARD -UP SERVICES, INC., IN THE ESTIMATED
1� ANNUAL EXPENDITURE OF $35,000;
1 AUTHORIZING THE MAYOR AND CITY CLERK
1s TO EXECUTE AN AGREEMENT WITH ANCHORS
1 EMERGENCY BOARD -UP SERVICES, INC., AND
1R� PROVIDING AN EFFECTIVE DATE.
11�
17 WHEREAS, City staff has confirmed that the City of West Palm Beach has
10 complied with Public Contract Bid requirements which equal or exceed the City of
1� Boynton Beach's requirements; and
2id WHEREAS, upon recommendation of staff, it is the City's desire to "piggy- back"
2'1 a City of West Palm Beach Bid No. 08/09 -05 with Anchors Emergency Board -up
20 Services, Inc., in the estimated annual expenditure of $35,000.
2� NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION
2� OF THE CITY OF BOYNTON BEACH, FLORIDA, THAT:
2� Section 1. The foregoing "Whereas" clauses are hereby ratified and confirmed
i
2�1 as being true and correct and are hereby made a specific part of this Resolution upon
2V,, adoption.
2pi Section 2. The City Commission hereby approves the "piggy- back" of a City of
89
2g! West Palm Beach Bid No. 08/09 -05 with Anchors Emergency Board -Up Services, Inc., in
30' the estimated annual expenditure of $35,000.
3� Section 3. The City Commission hereby authorizes the Mayor and City Clerk
Document in Windows Internet Explorer
I
l i
i�
1
11
1�
1
1 p�
1�
1',7,
1 �!
1�
2b
2h,
2Z
2;3
24
26',
26!
27
2�i
2�i
3 bi
3P�
6
to sign an Agreement with Anchors Emergency Board -Up Services, Inc., a copy of the
Agreement is attached hereto as Exhibit "A ".
Section 4. That this Resolution shall become effective immediately.
rin
PASSED AND ADOPTED this day of December, 2011.
ATTEST:
C VC VII )
*Clerk M. Prainito, MMC
CITY OF BOYNTON BEACH, FLORIDA
r
Mayor /J > guez
Vice Ma — William Orlove
Com 'ssio r —Woodro L. Hay
Commissioner EStven Holzman
Commissioner — Marlene Ross
Document in Windows Internet Explorer
R i1- 1 33
CONTRACT FOR BOARD & SECURE SERVICES
This Contract is made as of this 161 day of LkU1 � , 201 by and between
ANCHORS EMERGENCY BOARD -UP SERVICES, INC., a Florida Corporation, with offices
at 16190 63 Road North, Loxahatchee, Florida 33470 ( "ANCHORS "), and THE CITY OF
BOYNTON BEACH, a Florida municipal corporation, with an address at 100 East Boynton
Beach Boulevard, Boynton Beach, FL 33435 (the "City ").
RECITALS
WHEREAS, abandoned and /or vacant properties located within the City limits have
become a public nuisance since the properties are being accessed by animals and unauthorized
individuals; and
WHEREAS, ANCHORS, submitted a letter dated November 23, 2011 authorizing the
City to piggyback the City of West Palm Beach contract for Board and Secure services; and
NOW THEREFORE, in consideration of the mutual covenants contained herein, and
for other valuable consideration received, the receipt and sufficiency of which are hereby
acknowledged, the parties agree as follows:
AGREEMENT
Section 1. The foregoing recitals are true and correct and are hereby incorporated in
this Agreement.
Section 2. The City and ANCHORS agree that ANCHORS shall provide Board and
Secure Services in the estimated annual amount of $35,000.00 for Board and Secure services
based on the West Palm Beach Bid #08/09 -05 "Term Contract for Board and Secure Services ", a
copy of which is attached hereto as Exhibit "A ", except as hereinafter provided:
A. All references to West Palm Beach, Florida shall be deemed as references to the
City of Boynton Beach.
B. All Notices to the City shall be sent to:
City: Lori LaVerriere, Interim City Manager
City of Boynton Beach
100 East Boynton Beach Boulevard
Boynton Beach, Florida 33435
Telephone: (561) 742 -6010 /Facsimile: (561) 742 -6090
Copy : James A. Cherof, City Attorney
Goren, Cherof, Doody & Ezrol, PA.
3099 East Commercial Boulevard, Suite 200
Fort Lauderdale, FL 33308
Telephone: (954) 771 -4500
Facsimile: (954) 771 -4923
Page 1
Document in Windows Internet Explorer
C. The letter from ANCHORS dated November 23, 2011, is attached hereto Exhibit
C
Section 3. In the event that the West Palm Beach, Florida Contract is amended, or
terminated, ANCHORS shall notify the City within ten (10) days. In the event the West Palm
Beach, Florida Contract is amended or terminated prior to its expiration, this Contract shall
remain in full force and effect, and not be deemed amended or terminated, until specifically
amended or terminated by the parties hereto.
Section 4. ANCHORS agrees that in the event it enters into a Contract for the same
(or substantially similar) scope of services with another local government in Florida which
contains a term or condition, including fees, charges or costs, which the City determines to be
more favorable than the terms in this Contract, the parties shall enter into an Addendum to
provide those terms to the City.
Section 5. The insurance required shall require that the Certificate of Insurance name
the City of Boynton Beach as an additional insured.
Section 6. In all other aspects, the terms and conditions of the West Palm Beach,
Florida Contract are hereby ratified and shall remain in full force and effect under this Contract,
as provided by their terms.
IN WITNESS OF THE FOREGOING, the parties have set their hands and seals the
day and year first written above.
ATTEST:
CITY OF BOYNTON BEACH, FLORIDA
,a, i, t yn' -, ,
anet . Prainito, MMC, City Clerk
APPROVED S T ORM:
James A. Cherof, City Attorney
I
Jose Rod rig yor
Page 2
Document in Windows Internet Explorer
W TNESSES:
I
i
ANCHORS EMERGENCY BOARD -UP
SERVICES, INC.
Print Name:
Title: f �c,"�►�f/;
ATTEST:
SEC RET heq - ,utber mar)
k-1 C'm Expires W4 q' '�C)o_
IDlh� a6ied FL b L-
�a
NOTARY PUBT IC-STATE OF FLORIDA
Casedne Cherry- Guberman
. Commission # DD792144
�• ?.••` Expires: MAY 27, 2012
BONDED rxxo ATtAxxIc a oNDiNQ co, we
Page 3
Document in Windows Internet Explorer
EXHIBIT A
AGREEMENT BETWEEN WEST PALM BEACH AND
ANCHORS EMERGENCY BOARD -UP SERVICES, INC.
Page 4
Document in Windows Internet Explorer
MEMO - -
OFFICE OF THE CITY ATTORNEY
To: Lois J. Frankel, Mayor
From: Nicholas I Igwe, Assistant City Attorney
Date: April 2009
Matter No: 08 -07313
Procurement #
Re: Execution of Term Contract for Board & Secure Services
Anchors Emergency Board -Up Services, Inc.
$150,000.00
Transmitted herewith for your signature are two (2) original documents described above. The document
has been reviewed and approved for legal sufficiency. You are authorized to execute these documents
pursuant to the Procurement Code
After you have executed these documents, kindly forward the documents, along with this memo, to the
City Clerk's Office.
To: Blane Kauthen, City Clerk
Transmitted herewith are 2 original documents executed by the Mayor. Please take the actions
indicated below with respect to these documents:
Y Attest to the execution of the Agreement by the Mayor.
Y Insert the date of beneath the Mayor's signature (if not already dated)
The Mayor is authorized to execute the document in accordance with*
Y Procurement Code.
Commission Approval. Resolution No.
The document termination date is: May 2012
Note If this is a work authorization, the termination date of the master agreement may differ,
The original document should be retained after termination for t 5 additional years
Please retain one original as a public record and forward the other original to:
ehandre McGee. Contract Specialist Leader. Enaineerincl Services
,h V
Cuntrm.l No. 07313
TERM CONTRACT FOR BOARB & SECURE SERVICES
THIS CONTRACT is made and entered into by and between the CITY OF WEST PALM
BEACH, a municipal corporation of the State of Florida. whose address is 200 2` Street. West Palm
Beach. Florida 33401 (the "City") and .ANCHORS EMERGENCV BOARD -UP SERVICES,
INC., a f"lorida corporation. whose principal and mailing address is 16190 63" Road North,
I.oxahatchee, Florida 33470 (the "Contractor ")
WITNESSE'1'H:
WHERE the City issued its Invitation to Bid No. 08/09 -08 (11'13 ") pursuant to state and
local law to solicit bids to provide the boarding and securing of vacant structures on an as needed
basis, and
WHEREAS. Contractor is qualified to render said services and has responded to the ITB by
submitting its bid (the "Bid "), which Bid was chosen as the best value to the City and is attached
hereto as F%hibit "2 ", and
WHEREAS. the City wishes to engage Contractor to perform the services in accordance
\\ith the 1113, the Bid, this Agreement and the specifications attached hereto (collectively, the
"Contract Documents "); and
WHEREAS. Contractor has agreed to perform the services, as described below, forthe City
in accordance with the ITB, the Bid and the terms and conditions defined below.
NOW THEREFORE, in consideration of the promises and mutual covenants and
obligations herein contained, and subject to the terms and conditions herein stated. the partics hereto
understand and agree as follows:
this reli:rencc.
Recital The (bregoing recitals are true and correct and are incorporated herein by
1 Scone of Services. Contractor hereby agrees to furnish. on an as needed basis. all the
materials. equipment, tools. labor and incidentals necessary for the boarding and securing of vacant
private pmpertics within the City limits, in accordance with the scope of services and specifications
set forth in Exhibits "1 "and `'T' attached hereto ('the "Services "), subject to and in accordance with
the terms, conditions and provisions of the Contract Documents. The Contractor agrees to furnish all
equipment and lahor necessary for the performance ofthe Services to a good, firm, substantial and
workmanlike manner, in accordance with applicable specifications. No assignment or minimum
a riount of \\ork requests or compensation is guaranteed under this Contract.
ADL110IN I_mcr i%% Board-( lh S%.-ti , InL
I trill C0111T.10 lur Board & Secure Scry JCLl
(122 {?00L)
Contract No 073 13
2.1 Work Reauests. The Code Enforcement representative will contact the Contractorand
issue a work request. Hie Contractor may accompany Code 1~nlorcement personnel to the structure
to agree upon the number of openings. The work request will specily the following: 1) number of
openings to be boarded; 2) the method of securing plywood to be used; and 3) other work to be
completed. Contractor shall perform only those tasks listed on the work request. Contractor will not
be compensated for tasks not requested by the City.
2 2 Completion of Work Request. The Contractor shall coin pietc the work request within
five (5) working days from the date of the work request. If the work is not completed within five (5)
working days from the date of the work request, the City reserves the right to have the work
performed by another contractor. 'rhe Contractor will give the City priority when scheduling work
assignments. An act of God (rain, hurricane, fire, catastrophe or serious illness) or refusal of the
property owner to allow the Contractor to enter on the property shall be the only acceptable reasons
I'or the contractor to refuse an assignment or shall be reason to grant an extension of time to the
complete the assignment The Contractor shall take before and after photographs of every structure
assigned by the City. An instant cantcra photograph is acceptable.
2.3 Contractor's Additional Obli1?ations. Upon arrival at a property where the Contractor
observes that the work listed on the work request has been completed or is in the process ol'being
performed, the Contractor shall not enter upon the property and shall immediately notify the Code
F:nlorcement representative. It' the Contractor should encounter or observe any unusual
circurnstances or conditions, the Contractor shall not enter upon the property and shall notify the
Code Enforcement representative prior to performing the assigned work. Fire hydrants on or
adjacent to the work shall be kept accessible to fire fighting equipment at all times. Temporary
provisions shall be made by the Contractor to insure the use of sidevNalks, public telephones and
proper functioning of all gutters, sewer inlets, drainage ditches and irrigation ditches.
2 4 Acceptance of Services. Acceptance ol'Serviees performed shall be made by the City
after the Code Enforcement representative has inspected the services and determined that the work
was completed consistent with the Mork request and in accordance with the Contract documents and
5pecitications
3. 1'erm This Contract shall commence on the date executed b) the City and shall
continue and remain in full force and effect for three (,3) years unless terminated cat lier ac provided
herein and may be renewed at the sole option of the City, for two (2) additional twelve (12) month
period. Option for renewal will only be exercised upon mutual written agreement and with all
original terms, conditions and prices adhered to. Unit prices will be negotiated with the Procurement
Off icial at the end of the first year ofthe initial term and may be adjusted according to the Consumer
Price index (CPI). Any renewal will be subject to appropriation offunds by the City. This Contract
Will be subject to immediate cancellation ifthe Services do not comply with the Specifications ati
stated herein
Anc hur:, 1- niag:n,N Board -t.p Svu inc 7
I cnn (.untr,m for Board R SCLurc Senvitec
112?.12(mN!
Contract No 07313
4. Pav►nent. Payment will be made by the City after Services have been perti�nned
in accoidance with the requirements and provisions of the Contract Documents, accepted and
properly invoiced. The City abides by the local Government Prompt Payment Act.
4.1 Invoices. The Contractor shall submit an invoice for each property address included
in a wort. request. The invoice shall include (at a minimum) the following: 1) location of the
structure; 2) the date the structure was secured; 3) number of openings; 4) size of openings; 5) unit
prices; and 6) name of who authorized the services. Contractor will not be compensated for services
not requested by the City. Before and after photographs of the structure shall be submitted with the
invoice. No invoice will be paid without before and after photographs of each structure.
4? Flat hates. As compensation for Services rendered by the Contractor to the City, the
City shall pay the Contractor according to the flat rates per opening, as set forth with detail in the
Bid, attached hereto as Exhibit 12" and incorporated herein by this reference
4.3 1'he anticipated value of this Contract for Services rendered under the initial term
shall not exceed the amount ofOne Hundred Fifty Thousand and 00/101) Dollars ($1.50,000.00),
The City reserves the right to increase or decrease this amount as necessary to meet actual
requirements. ['he obligations ofthe City under this Contract are subject to the availability of fields
lawliilly appropriated for its purpose.
i 1_ uq ic nt and Personnel Equipment deemed defective by the Code Enforcement
Division, or its duly appointed representative, shall be promptly removed from the site Personnel
employed either directly or indirectly by the Contractor that are deemed to he incompetent, inept or
unfit to perform the Services in the opinion of the Code Enforcement Division. or its duly appointed
representative, shall be promptly removed from the Services under this Contract, failure of the
Contractor to remove defective equipment or incompetent personnel may result in the termination of
this Contract with cause.
6 Termination. The City shall have the right to terminate this Contract, in whole or in
part, with or without cause, upon ten (10) days \kri(tcn notice to the Contractor In the event of
termination, the City shall compensate the Contractor for all authorized Services satisfactorily
per I6rmcd through the termination date under the payment terms set forth herein. I'he City will have
no further obligations to Contractor and Contractor will have no claims against City.
7 City's Rialit to Correct or Complete Services. If the Contractor should neglect to
prosecute the Services properly or fail to perform any provisions of this Contract, the City, after three
calendar days written notice and opportunity to cure to the Contractor, may. without prejudice to any
other remedy City may have, make good these deficiencies and may deduct the cost thereof from the
pad ment then or thereafter due the Contractor.
3 Damage to Persons or Proncrtv The Contractor shall at all tune guard against
damage or loss to the property of the City or other owners and shall be held responsible for replacing
or repairing any such loss or damage. The City may withhold payment or make such deductions as
\11010ra I rnowm) Board - S%c.. Ira.
ILiin (.ontral l for Board & '�,ccure Service%
Contract No 07313
deemed necessary to insure reimbursement or replacement for loss or damage to property through the
negligence ol'the Contractor or its agents or employees. Any damage caused by the Contractor's
vehicles, equipment or employees to City property or to public property shall be promptly repaired
and restored to the pre - existing condition by the Contractor at no cost to the City. This includes but
is not limited to, damaged or broken water lines, curbs, sidewalks, and streets. I he Contractor is
responsible for making these repairs pursuant to any permits or licenses that may be required. '['he
responsibility fir all damage to persons or property arising out of or on account of services done
under this Contract shall rest upon the Contractor and it shall save the City harmless from all claims
made on account of such damages,
>. indemnity. Contractor agrees to protect, defend, reimburse, indemnify and hold the
City. its agents. employees and elected officers and each ot'them, free and harmless at all times from
and against any and all claims, liability, expenses, losses, suits, costs, fines and damages (including
attorney Ices and costs) and causes of action of every Lind and character against or from the City by
reason of any damage to property or the environment, or bodily injury (including death) incurred or
sustained by any party hereto, or of any party acquiring, any interest hereunder, and any third or other
party whomsoever. or any governmental agency, arising out of or incident to or in connection with
Contractor's performance under this Contract, Contractor's acts, omissions or operations hereunder,
or the performance, non - performance or purported peiformances of the Contractor or any breach of
the terms of this Contract, to the extent caused by the negligence, recklessness. or intentional
wrongful misconduct of Contractor and persons or entities employed or utilized by Contractor in its
performance, 'I he terms and requirements of §725.06. Fla. Stat. are incorporated herein by reference
10. Insurance.
10.1 Contractor shall maintain and pay for such insurance as will protect the City from
contingent liability under this Contract.
10. 2 Upon execution ofthis Contract, the Contractor shall furnish to the City Certificates
of Insurance and policy endorsements or riders in companies acceptable to the City covering:
10.2.1 Workmen's Compensation and Employers I iability coverage applying to all
employees for the statutory limits in compliance with applicable state and Federal laws. Coverage
must include employer's liability with a minimum limit of $100,000 each accident.
10.2.2 Commercial General Liability, or similar fibrin. shall have minimum limits of
$300,000 per occurrence combined single limit for personal injury, bodily injury, and property
damage liability. Coverage shall include premises and /or operations, independent contractors,
products and /or complete operations, contractual liability and broad form property damage
endorsements. Coverage for the hazards ofexplosion, collapse and underground property damage
must also be included when applicable to the work to be performed.
10?.3 13 usiness Auto Policy, or similar lbnn, shall have minimum limits ol'$300,000
per occurrence combined single limit for bodily injury and property damage liability, phis shall
include owned, hired and non -owned vehicles
Anchor, I tnctWnL) Hoard-Up S%ch , Inc
'I emit Contract for hoard K Sei.urc ScrvtLcs
0224'_009
Contract No 07313
10.3 Except for Workers Compensation and Employers Liability, Certificates of Insurance
shall clearly evidence that an endorsement was made to include the City of West palm Beach,
Florida, its agents, employees and elected officials as "ADDITIONAL NAMED INSURED" with
respect to all general liability coverages.
10.4 Required insurance shall support Contractor's agreement of indemnity set forth in
Section 9 above and shall so state in said Certificates oflnsurance.
10.5 Certificates of Insurance shall unequivocally provide for a thirty (30) day written
notice to the City prior to any adverse change and /or cancellation or non - renewal of coverage. in the
event that the statutory liability of the City is amended during; the term of the Contract to exceed the
above limits, Contractor shall be required, upon thirty (30) days written notice by the City to provide
coverage at least equal to the amended statutory limit of liability of the City.
10.6 The Contractor shall be entirely responsible for securing Certificates of Insurance
coverage as set forth above from all subcontractors who arc engaged in these Services.
11. Miscellaneous Provisions:
11.1 I leadint?s. The headings contained in this Contract are provided for convenience only
and shall not be considered in construing, interpreting or enforcing this Contract.
11.2 Intevaration. This Contract constitutes the entire agreement between Contractor and
the City and supersedes all prior verbal and written agreements, understandings, negotiations and
discussions between the parties hereto No verbal agreement or conversation with any officer, agent
or employee of the City either before or after execution of this Contract shall affect or modify any of
the terms or obligations contained in any of the documents comprising said Contract
11.3 Severabilitv. The invalidity, illegality or unenforeeability of any provision of this
Conti act shall not affect the validity, legality or enforceability or any other provision of this Contract
and this Contract shall be construed and enforced in all respects as if the invalid, illegal or
unenforceable provision is not contained herein
11.4 Assiunment. This Contract may not he assigned by Contractor without the written
consent of the City. 'this Contract shall be binding upon and inure to the benefit of the parties
hereto, their successors and permitted assigns.
11.5 Snecilic Waiver. Any waiver issued by the City ofany provision of the Contract
Documents shall only be effective if issued in writing by the City and shall be specific, shall apply
only to the particular matter concerned, and shall not apply to other similar or dissimilar matters.
Either party's failure to enforce strict perlonnance of any covenant, term, condition, promise,
agreement or undertaking set forth in this Contract shall not be construed as a waiver or
Anchors I:mcig:nL)' H11,11CH'r "VC} , Inc
"I um Contr.t fogy HOX(1 R `CIUN `ICMLCti
02242009
Contract No 07313
relinquishment of any other covenant, term, condition, promise. agreement or undertaking set forth
herein, or waiver or relinquishment of the same covenant, term, condition, promise, agreement or
undertaking at any time in the future.
11.6 Force Maicure An act of God, a hurricane, tornado, fire, flood, major storm or other
natural disaster or epidemic, war, civil disturbance, terrorist activity, serious illness or government
actions beyond the control of'thc Contractor or refusal ofthe property owner to allow the Contractor
to enter on the property which results in the prevention or delay ol'performance by the Contractor
shall be the only acceptable reasons for the contractor to refuse an assignment or shall be reason to
grant an extension oftime to complete the assignment.
11.7 Criminal Acts. Employment by any Contractor of any employees hired by the
construction manager with multiple felonies and/or crimes against children will not be tolerated. The
Contractor must provide documented proof of efforts to comply with this requirement. i'he City may
declare any non - compliance or lack of diligent effort by the Contractor to comply as a breach of
contract and immediately terminate the services of the Contractor.
11.8 Compliance with Laws. Contractor shall comply with all applicable City State and
Federal laws, codes and regulations relating to the Services and provision of services under this
Contract, now or hereafter in effect. Contractor shall comply with all applicable City, State and
Federal laws relating to wages, hours, safety and all other applicable laws relating to the employment
or protection of employees. now or hereafter in effect.
11.9 Florida Prompt Pavment Act. The City abides by Chapter 2318, Part VII, Florida
Prompt Payment Act (ss. 218.70 -218 80) which provides prompt payment, interest payments. a
dispute resolution process and payments for all purchases be made in a timely manner for properly
executed invoices by local government entities.
11.10 Federal and State Tax. Contractors doing business with the City shall not be
exempted from paying sales tax to their suppliers for materials to fulfill contractual obligations with
the City, nor shall any Contractor be authorized to use the City's Tax Exemption Number to securing
Such materials.
11.11 Small Business Requirements. Contractor shall comply with the City's Small
Business Code, Chapter 66 of the City's Code of Ordinances, which is incorporated herein by
reference. No Small Business Goal was set (or this Contract.
11.12 No Solicitation. Contractor has not employed or retained any person employed by the
City to solicit or secure this Contract and it has not offered to pay, paid, or agreed to pay any person
employed by the City any fee, commission percentage, brokerage Ice, or gift of any kind contingent
upon or resulting from the award of this Contract.
1 l . t 3 Equal L nlnloyrtlenl ODDortunity: Non - Discrimination. Contractor will not
discriminate against any employee or an applicant for employment because of race. color, national
Anchors 1 nmg:nc} Iitwrd -I Ip NVLS , Im 6
I crm Contract for noard & ScLurc `crvicc�
022420(y)
Contract No 07313
origin, gender, sexual orientation, or physical impairment,
1 1.14 Unauthorised Aliens. The City shall consider the employment by any Contractor of
uriauthori•r_ed aliens a violation of section 274A(e) of the Immigration and Nationalization Act. as
amended. Such violation shall be cause liar unilateral cancellation of this Contract,
1 l .15 Right to Audit. Contractor shall maintain adequate reeord5 ol'thc services for at least
three (3) years from the completion of the Services. City, from time to time, during Contractor's
buSincss hours and with at least 24 hours prior notice to Contractor, shall have the right to audit the
Contractor's books and records, at the City's expense. with regard to the accounts and services
provided to or on behalf of the City hereunder to ensure that all aspects of the Contract are being
met. failure by Contractor to permit Such audit shall be grounds for termination of this Contract by
the City.
11 16 Public Records Law The Contractor shall allow public access to all documents,
papers, letters or other material subject to the provisions of Chapter 119. Florida Statutes, and made
or received by the Contractor in conjunction with the Contract. Failure by the Contractor to grant
Such public access shall be grounds fir immediate unilateral cancellation of this Contract by the City.
11 17 Independent C ontra c tor Contractor acknowledges and agrees that it is an
i ndependent contractor of the City and is not an employ ee of the City. Contractor more specifically
acknowlcclges that it: will not be eligible to participate in any employee benefit maintained by the
City: will not be covered by the City's workers' compensation insurance, and will be solely and
exclusively responsible for paymentoi'all federal and state income, social security. unemployment
and disability taxes due in respect ol'all compensation and /or other consideration paid by the City to
Contractor hereunder.
1 1.l 8 Notices All written notices and other communications required or provided for under
this Contract Shall be sent by certified mail, return receipt requested, postage prepaid, in the case of
mailing, or by overnight or same day courier, or hand delivered to the following address and person
bearing the lollowing title for each party hereto or such other addressee or person as shall be
designated by a party in a written notice given in the manner required hereby
to City: City of West Palm Beach
P.O. Box 3366 / 200 2 "` Street (33401)
West Palm Beach, FL 33402
Attn • City Administration
to Contractor: [to Contractor at the address listed on the first page of this Contract]
1 1.19 Modification. There may be no modification of this Contract. except in a writing
executed with the same formalities as this document.
Andim, I mciWnc} HL)drd -Up Secs Inc.
'1 erm Connact lit board K ticcure Scn ices
Ci„a'OC9
Contract No 07 31 3
1 1 20 1.itiRation. In the event suit is I led to construe or enforce this Contract, the prevailing
party In such suit shall be entitled to an award of all costs and expenses incurred in connection
therewith, including, but not limited to, reasonable attorneys' tees and costs through trial and appeal,
EACH PAR I HEREBY KNOWINGLY, INTENTIONALLY AND IRRFVOCABLY WAIVES
THEIR RIG14 f TO A JURY TRIAL IN ANY ACTION RESPECTING 'PHIS AGREFMENT.
11.21 Governint- Law, Venue. This Contract shall be construed and interpreted, and the
rights of the parties hereto determined, in accordance Nrith Florida law. "rho City and Contractor
submit to the jurisdiction of Florida courts and federal courts located in Florida. The parties agree
that proper venue for any suit concerning this Contract shall be Palm Beach County, Florida, or the
Federal Southern District of Florida. Contractor agrees to waive all defenses to any suit filed in
Florida hatted upon improper venue or Jortmt nonconvenienv.
11.22 "forms; Construction of Contracts. This Contract shall include all other terms and
conditions ol'the ITB, as if fully set forth herein. In the event of a conflict between the terms of this
Contract, the IT13, and the Bid, the terms of this Contract shall go and prevail
12 Contract Documents, The Contractor agrees to complete all Services in accordance
with the lNlowing documents, collcctivel� referred to herein as "Contract Documents ":
Exhibit "1" Scope of Services
Exhibit "2" Contractor's Bid
Exhibit 11 3" Small Business Recommendation Report
Exhibit "4" Contractor License Verification !Form
Exhibit "5" Non - Collusion Allidavit
Exhibit "6" Drug Free Workplace Statement
Exhibit "7" Insurance Ccrtificate and Risk Management Compliance Certificate
Exhibit "8" Specifications
[Remainder of page intentionally left blank.)
AndmIN I na.gyny Bilard - Svc~ , Inc l;
"I cn i l onlydLl for liwnd K Same Sere iux,
0 -1242UO9
Contract No. 07313
IN WITNESS WHEREOF, the parties execute this Contract through their duty authorized
representatives.
ATTEST: / CITY OF W T PALM BEACH
I /
By'��
City Clerk Lois J. Frankel, Mayor
Date: �� /� 2 009
I' \102 Code I ntnrLcmcnit\grccnicntsVAnch(-irs, Lniergcm v Board. Secure. 10091, doL
IO208- 07313NII CITY ATTORNEY'S OFFICE
Approved as to form
and fer-M - suf ^ iic , ien�v
By. 1 _
I)ate• r 0-
C ONTRAurm:
ANCHORS EMERGENCY
BOARD -UP SERVICES, INC.
By: /-
Print Name: Kg'jZ t/
Title: � ' " �lf,�'%
A IW1101% I mcrg.nc N' Ho,ird -t. p Secs Inc �)
I cnn Cun(1;a l liar liueid K Seuirc 5ervitcs
022 12000)
EXHIBIT
1 j
Invitation to Bid #08109 -08 -REBID
Term Contract for Board & Secure Services
1. Purpose and Intent
The purpose of this Invitation to Bid is to secure a responsible contractor to enter into a term
contract to provide board and secure services for vacant structures within City limits Services will
be required on an as needed basis as requested by the City of West Palm Beach
The assignments result from violations of City ordinances by owners of property within the City;
therefore, the work will be performed primarily on privately owned properties, not City -owned
property. The buildings are boarded for safety reasons as well as to minimize criminal activity and
help with the overall appearance of the community.
It is important the City contract with a reliable and experienced contractor The City will check
references to determine the most desirable contractor to assist in meeting the City's goals. The
City does not select a contractor solely on low bid but will consider all factors.
2. Scope of Services
The Contractor shall furnish all implements, machinery, equipment, transportation, tools, materials,
supplies, labor and other things necessary for the performance and completion of the work.
The Contractor agrees to complete the work request within five (5) working days from the date of
the work request. If the work is not completed within five (5) working days, the City reserves the
right to have the work performed by another contractor.
The Contractor will give the City Priori when scheduling work assignments.
An act of God (rain, hurricane, fire, catastrophe or serious illness) or refusal of the property owner
to allow the Contractor to enter on the property shall be the only acceptable reasons for the
Contractor to refuse an assignment or shall be reason to grant an extension time to complete the
assignment
3. Assignments/Work Requests
The Code Enforcement Section representative will contact the Contractor and issue a Work
Request The Contractor may accompany Code Enforcement personnel to the site to agree upon
the number of openings. The number of properties that need to be boarded varies from year to
year
The Work Request will specify the following:
1. Number of openings to be boarded;
2. Method of securing plywood to be used;
3. Other work to be completed.
NOTE: The average window opening is 36" x 48" and Contractor should base the bid price on the
average size.
4. Contractors Additional Obligations
Upon arrival at a property where the Contractor observes that the work listed on the work request
has been completed or is in the process of being performed, the Contractor must not enter upon
the property and must immediately notify the Code Enforcement Section representative.
Furthermore, if the Contractor should encounter or observe any unusual circumstances or
conditions, the Contractor must not enter upon the property and must notify the Code Enforcement
representative prior to performing the assigned work.
Fire hydrants on or adjacent to the work shall be kept accessible to fire- fighting equipment at all
times. Temporary provisions shall be made by the Contractor to insure the use of sidewalks, public
telephones and the proper functioning of all gutters, sewer inlets, drainage ditches and irrigation
ditches.
The City Engineer may be reached at (561) 494 -1040; the Sanitation Division may be reached at
(561) 822 -2075; Code Compliance may be reached at (561) 822 -1465.
5. Term of Contract
The contract shall be for a period of thirty-six (36) months with the option to renew for two (2)
additional twelve (12) month periods. Option to renew is at the sole discretion of the City. Any
renewal will be subject to appropriation of funds by the City of West Palm Beach.
Unit prices can be negotiated with the Procurement Official at the end of each one -year period and
may be adjusted according to the Consumer Price Index (CPI) or according to other relevant
supporting documentation to justify an increase in rate.
S. Contract Agreement/Compensation
The successful Contractor(s) will be required to enter into a formal agreement with the City of West
Palm Beach. At all times during the term of the contract, the successful Contractor shall act as an
independent Contractor and at no time shall be considered an agent or partner of the City.
The City reserves the right to delete or amend any of the services as listed and described herein.
7. Invoice Documentation
The City of West Palm Beach requires an invoice for each property assigned. The invoice should
include (at a minimum): 1) Location; 2) Date secured; 3) Number of openings, 4) Size of openings;
5) Unit prices; 6) Authorized by.
8. Termination
The Contract may be terminated by the City at any time, with or without cause In the event the
Contract is terminated as provided herein, the Contractor shall be reasonably compensated for
service rendered to the effective date of such termination, as mutually agreed upon.
9. Additional Information
For additional information, Todd Hiteshew, Code Compliance Manager at 561- 822 -1484; for
contractual information, Donna Levengood, Assistant Purchasing Manager, at (561) 622 -2103
2
the
City f
Wesi 'Palm Beach
PROCUREMENT DIVISION
1045 Charlotte Avenue
West Palm Beach, FL 33401
TEL: (561) 822 -2100
FAX: (561) 835 -0028
"The Capital City of the Palm Beaches'
:addendum No. 1
Invitation to Bid 08109 -08 Rebid
Term Contract for Board & Secure Services
Each recipient of this Addendum No. 1 to the Invitation to Bid (ITB) who responds to the ITB
acknowledges all of the provisions set forth in the ITB and agrees to be bound by the terms
thereof. This addendum shall modify, clarify, change or add information and clarification and
become part of the above referenced ITB.
QUESTION & ANSWER
Question: "In reviewing the latest information on the term contract for Board & Secure Services
(Bid 08/09 -08 Rebid), I can't determine how the city wants the plywood attached to the structures,
on page 3 of the specifications it states that the plywood is to be secured on the interior side of the
existing openings by using 2" x 4" cross members. As these are existing buildings with I presume
existing windows, sliders, garage doors, etc. How is this to be achieved ?"
Answer: The plywood is placed on the outside of the opening with the 2" x 4" placed across the
inside wall of the opening, attached with carriage bolts to the plywood and the 2"x 4 ". The reason
for this method is the plywood can not be unscrewed from the outside
Proposers must acknowledge receipt of this Addendum No. 1 in the space provided below This
Addendum forms an integral part of the bid documents and therefore must be executed. Failure to
return this addendum with your Droposal submittal may be cause for disoualification.
Issued By. City of West Palm Beach
Procurement Division
October 31, 2008
PROPOSER
v �
Signed By:
%Nora W. Laudermilk
Procurement Official
Signed By: -7
Print Name: ra , -1 -J�
Title: :SZ'tl J - 4) )-
Date: V /d e
End of Addendum # 1
C= of
Wes c "'OP
Im Beach
PROCUREMENT DIVISION
1045 Charlotte Avenue
West Palm Beach, FL 33401
TEL: (561) 822 -2100
FAX: (561) 835 -0028
'The Capital City of the Palm Beaches"
Addendum No. 2
Invitation to Bid 08109 -08 Rebid
Term Contract for Board & Secure Services
Each recipient of this Addendum No. 2 to the Invitation to Bid (ITB) who responds to the ITB
acknowledges all of the provisions set forth in the ITB and agrees to be bound by the terms
thereof. This addendum shall modify, clarify, change or add information and clarification and
become part of the above referenced ITB.
REVISIONS AND ADDITIONS
Page 3, Workmanship: 1) Add as the last sentence: The existing window glass will either need to
be removed or moved in such a way as to allow the cross members and the boarding to occur
without breaking the glass
Page 4, Terms Specific to the Contract 3: The successful contractor must obtain a City of West
Palm Beach Business Tax Receipt shall be replaced by: The Contractor must obtain a City of West
Palm Beach Business Tax Receipt or at a minimum be registered with the City of West Palm
Beach
QUESTION S ANSWER
Question: 'Thank you for your prompt response, however when reviewing Addendum #1 for the
term contract for board and secure services, I did not find any direction as to what to do with the
existing windows, sliders, etc. Do you want the contractor to include in his proposal the cost of
removing the above mentioned items that are necessary to carry out the work as detailed in the
specifications? What is the City's position as to damage that is always possible when removing
these types of materials ?"
Answer: The only thing to be secured is windows, doors, and sliders that are currently broken,
missing, or unsecured. Some may be able to be re- secured simply by locking a window or door.
The contractor would need to determine if that is the case.
Doors and sliders, if they are beyond being able to be secured, are taken off the hinges and placed
in the structure. The window frames are not removed and the glass, if it is still intact, either needs
to be removed and placed in the structure (i e. jalousie panes) or moved out of the way (i e.
opening the window) in order to place the cross members in the frame.
There is not a separate line item on the bid proposal for this 'prep' work, 'prep' work must be taken
into consideration and included in the price bid for each opening.
The contractor would be responsible for any damages done to the property outside of damage
normally expected from securing the opening(s).
Proposers must acknowledge receipt of this Addendum No. 2 in the space provided below. This
Addendum forms an integral part of the bid documents and therefore must be executed. Failure to
return this addendum with vourprornosal submittal may be cause fordisaualiffcation.
Issued By: City of West Palm Beach
Procurement Division
November 6, 2008
PROPOSER
Signed By
Nora W. Lp'udermilk
Procurerrfent Official
Signed By:
Print Name: ey=w (� -
Title:
Date /o ln.-r
End of Addendum # 2
EXHIBIT
A
Invitation to Bid
Term Contract for Board & Secure Services
BID PROPOSAL (Page 1 of 2)
1 Window opening, average size 36 "W x 48 "H
2. Window opening, smaller than 36 "W x 48 "H
3 Window opening, larger than 36"W x 48 "H
4. Exterior door opening
5 Garage opening, 9'W x 7' H (single)
6. Garage opening, 16' W x 7' H (double)
7 Single awning type window
8. Wndow A/C cutout
9. Double picture window
10 Sliding glass door, standard opening
Flat Rate per Opening
$ 6 1. 70
$ yq, Z
$ _. JS PF�SF
$ •) V
$ _Z,Z
$7- 7 >
$
$ r 0q- 95 /�)
$ 1 0.2
Other Related Costs
Proposer shall list all other cost related to securing services which may not be outlined above; or
be outside the listed services (i.e. oversized apertures, special conditions, etc.) and the method of
pricing:
c C M t04F Our A iN :�tJ AjW � - � /� �rEti �r�. C � r, �� ,�'�,c L�,)
9 N Y IVE �,Pcn1.:�VC� ��r �Dc''c•.L'� -''T I1 �F�47t�t." ( r/ 3.'35 .5A.)
.4Nr ;xL= A L'CaL fs A. n ):Zr
- �3�AS~A Rillt'� :lJiit�i��Yul =� IN : � Icr lam) � :� 7 5 >`)'e�
Company OieS ,CM C;c&Y A-1.4 6 - l. A Federal ID #: _65 - I- �� V Q
�J /� / Required
Authorized By. � ,r? L" A L .f'1� l�(1=�i11 Z, � A j 11 S PA.Sae"VT
Signature Print Name Title
Address 1, % tld .,' '�d t: ��4 J c)Y .t1�A 1Y'/fi;� fL J✓
Street ' City, State Zip Code
Telephone: "'.5 Y - Fax: i- 6 S l - S/ 3
E -Mail Address: ' "l3 , 29SLM IC' &[.'P *
Name of Supervisor that would be assigned to this contract 1 ?&LI) 4 Ak N of
Telephone. 9 4- r" v- V'r)F i Cell Phone. i Sy' , -36 - 73
13
Invitation to Bid #08109 -08 -REBID
Term Contract for Board & Secure Services
BID PROPOSAL (Page 2 of 2)
Number of Years in Business: y- Number of Full Time Employees: 1 9,
State of Incorporation: iL0 e T D 4
Full name and titles of persons or parties as principals of your company:
L
A.V C toSRS AReS- 6fAJ - 1
C NRI TIA 4) ,r4)A - A Sic C A- ,6 ni 9
State License Number _ - ll.ti ` 9.5.5 County License Number * z_X& rA)(
City License Number - : License Type *: &; a0ZA)u (.<-V ;Q
*Attach copies of all applicable licenses.
Are you a Certified Small Business with the City of West Palm Beach'? Ajor )/,vT ,Aj nacc z
If so, attach a copy of your certification.
14
EXHIBIT
3
Procurement Division /Small Business rroaram
f �r+ 1045 Charlotte Avenue
West Palm Beach, Fl. 33401 -4702
Tel. (561) 822 -2100
Fax (561) 835 -0028
Website- www.wob.ornisbiz
Form SB01
Statement of Small Business Participation
Instructions: List all Small Businesses that will participate on this project/contract. Only City certified small
businesses and Palm Beach County Office of Small Business Assistance (PBC -OSBA) certified Small
Businesses can be used to meet the goal established for this projectloontract. Submit this form with your
bidiproposal.
SECTION I. General Information
Bidder or Proposer's Name: l tgJw2s -CjN'r'je C-& V Awquh -61i s4eia 1,
Preparer's Name �vr� 'y �$�t. 'J�� 1 Title �jj"�� r
ITB or RFP Title:: a,� /'.s,�, -f.g� T ra£' A ject Number:
ITS or RFP Number. � �/��1 '��g - R h"�v''"d SS Goal (if established): %
Total Base Project/Contract Amount $
SECTION 11. Small Business Participation
The firm(s) listed below have agreed to participate in this project or contract.
Item Description or Percent of
Dollar Percent of Dollar
Subcontractor Name Work/Servlce to be Dollar Value
Value Value /Base Bid
performed Total Bid
1.
$
%
%
2.
$
%
%
3.
$
%
%
4.
$
%
%
5
$
%
%
6
$
%
%
TOTAL
$
%
%
/J • L r A/1 r/vJ��CI+�u
)� +1�c',.1JN C i5VI CIC'• 7
,• fir SM1h11 :''3J.��NtSS =�vT to AIFIS�
Yvrz1. S; 14lr,� l
��t�
Preparer's Signature
Date. !! y D
17
Procurement Division /Small Business Program
1045 Charlotte Avenue
West Palm Beach, Florida 33401.4702
Tel: 561. 822.2100
Fax: 561.835 -0028
Websde: Www.wob.oralsbiz
Form SB02
Subcontractors Listing
Bidder /Proposer's Name: L + .r J-'. /SAX / /12s Telephone No. _ `�S V - Y' q - / �)G j
ITS or RFP Title: r FkM [;�yl; E'A� f ��� f :/4�� {:" �r r g�G� i�t• IT or RFP No.:
NOTE: List all subcontractors you invited to bid on this project, whether they were selected or not, including those
identified on the Schedule of Subcontractors. Submit this form with your bid. Use additional sheets if necessary.
Company Work To Be Pe Contact Telephone
Performed
Name Person Number
1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
Print Preparer's Name: e&kfA) Title: ��,';v r
Signature: .J /� Date: 4VAr
ir-I
Procurement Division /Small Business Program
o` 1045 Charlotte Avenue
r West Palm Beach, Florida 33401.4702
Tel: 551- 822.2100
u t
Fax. 561-835-0028
Webslte: www,wpb.orglsbiz
Form 5003
Letter of Intent
Instructions: The BiddedProposer will complete Section I. The Small Business subcontractor will complete
Sections II and III. It is the responsibility of the bidder/Proposer to verify that the undersigned is a City Certified
Small Business. Only City of West Palm Beach or Palm Beach Countv Office of Small Business
Assistance (PBC•OSBA) certified Small Businesses can be used to meet the aoal established for this
projecllcontract. This completed form will be required before contract award. Notel This form needs to be
completed for each certified Small Business selected.
SECTION I. General Information
Proposer's Name: ✓ "{� i _ /�..
ITB or RFP Title: 'T "k-M G•)A1 � ACL �4 �!� ,en r S,�C(fir'� S�,Qi -'TCX
ITB or RFP Number: 0 ,1/j -� -, 5 '? — As szo
SECTION II. Small Business Participation
The undersigned intends to perform the following work pertaining to the above project:
Item No. Item Description or Work to be Performed Contract
Amount
SECTION III. Information on the Small Business
Small Business Name: /,1.iJ) QjQ ' rMt L, y , RJ�10
Preparer's Name: Z Tkftv
Signature: —c /mot
ANr'Il2PC
Title: Maz ✓i
Date: lZZ y�
19
EXHIBIT
STATE OF FLORIDA
DSPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION
CONSTRUCTION INDUSTRY LICENSING HOARD (850) 487 -1395
,A 6 TALLAHASSEE STR FL T 32399 -0783
FUXA CHRISTIAN
ANCHbRS EMERGENCY BOARD UP SERVICES INC
11958 GREEN OAR DRIVE
DAVIE FL 33330
STATE OF FLORIDA AC# 394001
Congratulations! With this license you become one of the nearly one million DEPARTMENT OF BUSINESS AND
Floridians!icenaed by the Department of Business and Praiessional Reguladon. PROFESSIONAL REGULATION
professionals and businesses range from architects to yacht brokers, from
boxers to barbeque restaurants, and they keep Florida's economy strong. CDCO58955 08/23/08 088040291
Every day we work to improve the way we do business in order to serve you better.
For information about our services, please log onto www.nWforidallconse.com. CERTIFIED BUILDING CONTRACTOR
There you can find more information about our divisions and the regulations that FUXA, CHRISTIAN
impact you, subscribe to department newsletters and )earn more about the ANCRORS ZXXRGZNCY BOARD UP BSRVI
Department's initiatives.
Our mission at the Department is. License Efficiently, Regulate Fairly. We
constantly strive to serve you better so that you can serve your customers.
Thank you for doing business in Florida, and congratulations on your new Ilcensel
DETACH HERE
ACio 3 STATF OF FLORIDA
IB CERTI!!IED uedsr the provtelenu o! Ch.489 vs
aytroLles "to: AVG 31, 2010 L080823100324
DEPARTMENT STR IN
UCTZ�DUSTRYRLICENSINGZBOARD ATION
SEM L0808230032 e
DA LICENSE NBR
08/23/2008 088040191 ICBCO58955.
The BUILDING.CONTRACTOR
Named IS- CERTIFIED
Under the providions of Chap 489:
"FS.
Expiration date: AUG 31, 2010
FUXA CHRISTIAN
ANCHbRS ENE RGENCY'..$dAR6- *AUP:�.ERVICES INC
11958 GREEN OAK DRIVE .'SS
DAVIE FL 33330
CHARLIE CRIST CHARLES W. DRAGO
GOVERNOR SECRETARY
DISPLAY AS REQUIRED BY LAW
Anne M. Gannon, Tax Collector
{� PO. Box 3715
West Palm Beach, FL 33402 -3715
www.taxcollectorpbc -com Tel:(581)355 -2272
ANCHORS EMERGENCY BOARD UP
FUXA CHRISTIAN (QUALIFIER)
ANCHORS KEVIN L
16190 63RD RD N
LOXAHATCHEE FL 33470 -5712
Account Number: 2005 -09864
Dear Business Owner
This is your new local business tax receipt Please keep the upper portion for your records and
detach the bottom of this form. Verfiy the information and display it conspicuously at your place
of business, open to the view of the public
This receipt is in addition to and not in lieu of any license required by law or municipal ordinance
and is subject to regulations of zoning, health, and any other lawful authority (County Ordinance
Number 72 -7)
Receipts may be transferred to a new owner when evidence of a sale Is provided; the original
receipt is surrendered and a transfer fee is paid
Receipts may be transferred to a new location when proof of zoning approval is provided; the
original receipt is surrendered and a transfer fee is paid.
Business name changes require a new receipt
This receipt expires onSeptember 30 , 2009 Renewal notices are mailed at the end of June
If you do not receive the notice by the end of July, please let us know.
I hope you have a successful year
Tax Collector
'** DETACH AND DISPLAY BOTTOM PORTION, AND KEEP UPPER PORTION FOR YOUR RECORDS
P6C TC FORM 221 {05,071
2005 -09864 STATE OF FLORIDA OC -032
PALM BEACH COUNTY
LOCAL BUSINESS TAX RECEIPT
EXPIRES: SEPTEMBER 30, 2009
CLASSIFICATION
ANCHORS EMERGENCY BOARD UP LOCATED AT CNTY $27.50
SERVICES INC
FUXA CHRISTIAN (QUALIFIER) 16190 63RD RD N
ANCHORS KEVIN L LOXAHATCHEE FL 33470
TOTAL $2750
This receipt is hereby valid for the above address for the period I
beginning on the first day of October and ending on the thirtieth day THIS IS NOT A BILL - DO NOT PAY
of September to engage in the business, profession or occupation of
BUILDING CONTRACTOR
CBCO58955
ANNE M. GANNON
TAX COLLECTOR, PALM BEACH COUNTY
PAID PBC TAX COLLECTOR
$27 50 BTR 812 01655327 09/08/2008
THIS DOCUMENT IS VALID ONLY WHEN
RECEIPTED BY TAX COLLECTOR
Invitation to Bid #08/09 -08 -REBID
Term Contract for Board & Secure Services
REFERENCES
A minimum of three must be provided and the project must have been completed in the past five
years. The work must be of a similar type.
1. Name of Company /Agency: I
Contact: -,ley /IAJD fMje!J -2 1, '2 11 n n 44T '.-iTA-ATr01C 5:A i -+c a
Address: 14-1 AJ. &r"Z /i
(Street) (City, State) (Zip Code)
Telephone i - 5 - iE; .5.2 Fax. _SG V
Description of Work: !3 WO
Budget: $
Was project completed on time?
2. Name of Company /Agency 4YrY )A k'ltJi6k4 A,; Aht k
Contact: : jn t 1 "O & it 4j .�L/' AJ* ; �. T�.>t' . - yT'l- 3 _
(Name) (Title) (Phone)
Address: ;O t mAg ' 4:y,& e jC 6 Aua gxy T 4 Ar -JICif ., 6 2 •
(Street) (City, State) (Zip Code)
Telephone. S61 - I .3 S3.3 Fax: _.16 3 - 3.S tj
Description of W o rk: .i S 'err A 6 .5aVre 0,,I PW oPSA0 ?"
W rl` f,W G L1ti 4
Budget: $ Was project completed on time?
3. Name of Company /Agency: (:1 7Y 3,= W", I°.:t W J.�
Contact T'7 +7 i ' Tt- :5(Tt'iN Dom" ���t./t���/}it,�' rye 9, r.'� 1� V-4 - 2- l - LC� <<�
(Name) (Title) (Phone
Address:
JJ1 a V ldJ� f'illA( AcllirW%
(Street) (City, State) T (Zip Code)
Telephone: .56 /- Fax: 5 i s,1,2 Ji f&
Description of Work: _jI - ,4 1) i -
l'tJ1'.lax; L: TY z I1trmT
Budget: $
Was project completed on time?
15
AFFIDAVIT OF PRIME BIDDER
Re Non - collusion and Public Entity Crime
State of F 10 I? i act }
County of - eat r-, �:+f 1
'I'Air tol being first duly sworn, disposes and says that
(Name)
1 1 am the PAC- IMM41 of S � irAE C G:'L�CY G'�!912Di
(Title) (Name of Company)
Bidder that has submitted the attached bid;
I am fully informed respecting the preparation and contents of the attached bid and of all pertinent
circumstances respecting such Bid,
3. Such Bid is genuine and is not a collusive or sham Bid;
4. Neither the Bidder nor any of its officers, partners, owners, agents, representatives, employees or
parties in interest, including this affiant, has in any way colluded, conspired, connived or agreed,
directly or indirectly with any other bidder, firm or person to submit a collusive or sham Bid in
connection with the contract for which the attached bid has been submitted or to refrain from
bidding in connection with such Contract or has in any manner, directly or indirectly, sought by
agreement or collusion or communication or conference with any other Bidder, firm or person to fix
the price or prices in the attached Bid or of any other Bidder, or to secure through any collusion,
conspiracy, connivance or unlawful agreement any advantage against the City of West Palm Beach
or any person interested in the proposed Contract, and
The following Officer, director or agent of Bidder is also an employee of the City of West Palm
Beach waov (if none, write "None ").
6 The following employees of the City of West Palm Beach own, directly or indirectly, an interest of
10% or more in Bidder firm or any of its affiliates or subsidiaries -
/tlaN L (if none, write "None ")
7 The price or prices quoted in the attached Bid are fair and proper and are not tainted by any
collusion, conspiracy, connivance or unlawful agreement on the part of the Bidder or any of its
agents, representatives, owners, employees, or parties in interest, including this affiant.
8. Neither the Bidder nor any officer, director, partner, shareholder, employee, member or agent, who
is active in the management of Bidder, or any affiliate or subsidiary of Bidder has been convicted of
a public entity crime or action regarding antitrust, fraud, theft, bribery, collusion, racketeering,
conspiracy or material misrepresentation with respect to any bid or contract for goods or services to
be provided to any public entity, or has been listed on the state Convicted Vendor List, within thirty -
six months prior to the date of Bidder's Bid.
r
EXHIBIT
9
(Print Name)
(Title)
The foregoing Affida it . of Bi e, j, regarding Non - Collusion and Public Entity Crime was acknowledged
before me this n �dc , II' t ,AL (Date)
by A / D� s
Z who ' is personally known to me or
who has produced
and who did /( id notl� take an oath.
1 1�
n7j
as identification
/Otary Public (print & sign name)
Commission No, 6 2) LO O) I qI3
03
FaCSa6�l P
Of F L
EXHIBIT
C
R City of West Tafm Beach
�r1R1 \\
DRUG FREE WORKPLACE CERTIFICATION
The undersigned Bidder, in accordance with Florida Statute 287.087 hereby certifies that
119 S,=WV GAS TiVC• does:
(Name of Business)
Publish a statement notifying employees that the unlawful manufacture, distribution,
dispensing, possession, or use of a controlled substance is prohibited in the workplace and
specifying the actions that will be taken against employees for violation of such prohibition.
2. Inform employees about the dangers of drug abuse in the workplace, the business' policy of
maintaining a drug -free workplace, any available drug counseling, rehabilitation, and
employee assistance programs, and the penalties that may be imposed upon employees
for drug abuse violations.
3 Give each employee engaged in providing the commodities or contractual services that are
under this bid a copy of the statement specified in subsection (1).
4. In the statement specified in subsection (1), notify the employees that, as a condition of
working on the commodities, or contractual services that are under bid, the employee will
abide by the terms of the statement, and will notify the employer of any conviction of, or
plea of guilty, or noto contendre to any violation of Chapter 1893, or of any controlled
substance law of the United States, or any State, for a violation occurring in the workplace
no later than five (5) days after such conviction.
5. Impose a sanction on, or require the satisfactory participation in a drug abuse assistance,
or rehabilitation program, if such is available in the employee's community, by any
employee who is so convicted.
6. Make a good faith effort to continue to maintain a drug -free workplace through
implementation of this section.
As the person authorized to sign the statement, I certify that this firm complies fully with the above
requirements
Bidders Signature
ii /i /OR
Date
'J
r
�{ O Rlv�
RISK MANAGEMENT COMPLIANCE CERTIFICATE
AND INSURANCE CERTIFICATES
PROJECT NAME:
This is to certify that I have reviewed the required Insurance Certificate(s)
submitted by the Contractor for the above Project, and find that the Contractor has
furnished to the City /Owner such Certificate(s) of Insurance by companies acceptable to
the City /Owner with regard to type and amount of coverage, as well as form of notice, as
stipulated in the Original Agreement.
A ze
Ann- Marie'Sharpe /ARM -P
Risk Manager
City of West Pal Beach, Florida
This l,--2- day of /��-1l '
EXHIBIT
Risk Muplit
D3 -02 -2009 11 :D1 FROM-GULFSTREAM INSURANCE
+9549623283 T-213 P.001 /001 F -007
CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DD
1 03/0212009
PRoDuCER (954) 966 - 9993 THIS CERTIFICATE 13 ISSUED AS A MATTER QF INFORMATION
Gulfstream Insurance Agenay, Ina, ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
HOLDER. THIS GERTIPICATE DOES NOT AMEND, EXTEND OR
5833 Johnson Street ALTER THE COVERAGE AFFORDED SY THE POLICIES BELOW,
M011yvOod FL 33021 -
INSURED
Anchors Emergency Hoard -Up services
16190 63rd Road, North
FL 33405-
Loxahatchee YL 33470-
INSURER
COVERAGES
THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY
RE 4UIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE
MAY BE ISSUED OR MAY PCRTAIN
TM INSURANCE AFFORDED 9Y THE POLICIES DESCRIBED HEREIN 15 SUBJECT
TO ALL THE TERMS EXCLUSIONS AND CONDITIONS OF SUCH POLICIES
AG ;RELATE LIMITS SHAWN MAY HAVE BEEN REDUCED BY PAID CLAIMS,
IITSR ADbL
LTR INTRO TYPE OF INSURANCE POLJCY NUMOER
rO1JCY iPFEpo77ryIyE�p
DATE Ir1IiAIpBIYVJ
Y �F�{{PBtATON
OATS IMMIDW
"
LIMITS
A GISUGA" LIABILITY
X
/ /
/ /
-�gw�azm O CCURREh� s L,000,000
P�Mwc:�s TO RENTED
6RCIAL GENE LIABILITY
PR MIAP (E. oa,r-nnow S $0,000
CLAMSMADJ; 1XI oceust CL3S91275
06/09/2006
06/0912009
MEDEYP(A2ZwsoasOnl $ 1
PERSONALAADVINIURY s 1
GENEKAL AGGRfiGATE % 2,000,000
GENL AGGREGATE LOOT APPLIES PER
I PRODUCTS - COMP/DP AGO I S 1 1 000,000
vEL`T
POLICY I 1 LOC
AUTOMOEhi LIAM4fTV
I /
/ /
COMrI N!08WOU LM17
ANY AUTO
IEa am*MI)
]
ALL OV^ED AUTOS
/ /
/ If
RODILY rNJuRY
SCHEDULED AUTOS
(Per OJISOf1I S
HIRED AUTOS
/ /
/ /
BDDILYtNJURY
NON•ONMED AUTOS
APR BCOtdoml $
PROPERTY DANVAGG
5
IPer leca m)
WAGE LIABILITY
AUTO ONLY "EA ACCIDENT I5
ANY AUTO
/ /
/ /
OYHER THAN EA ACC Is
1 I
AVTO DNI Y• AGG Is 1
EXCESSONBREUALIABWTY
L FACH 0 CC URRENCE i
OCCUR CLAIMS MADE
AGGREGATE I
DEDUCTIBLE
/ If
/ /
5
I S
RETENTIO 5
I I
ITIew AND
WC PIOYlA c
I I
I I
I IT TRAITSI I FR
WER.
?RV _ _ _,_
ANY PKDPRIETDRIPARTNER/f_UCUThA
I E L EACH ACCIDENT L
OFFICEWMEMAER EXCLUDED7
E L DIDEME • EA EMPLOYEE 5
n yea, 06afte wOor
SPECIAL PROVISIONS ows.
I P,) DISEASE • POL.ICY LIMIT I5
OTHER
DSSCKI"GN Of OPBRATIOWWWCATIDM &VENCL6EMOLUSIONE A BY ENDORBBMOMBPEDIAL PROVIBloN6
AD02TIONAL INSVAED: CITT OP WEST PALW aEAcm
CERTIFICATE HOLDER
( ) (561) 822 - 1486
Att. Ann Marie Sharpe
City of West Palsy Beach
1100 Southern Blvd
West Pala Haach
ACORD 25 (2001108)
*,, INS025 to+orl o5
INSURERS AFFORDING COVERAGE I NAIC 0
I INSURERA: Colony IasUranCe CO.
IN yItER e
INSURER C _ I
ENSURER 0:
CANCELLATION
SRO" ANY OF WE ABOVE DESCRIBED POLICIES YE CANCELL110 BEFORE THE '
CKPIRATION CATE THEREOF, T149 ISSUING INSURER VNLL ENOlAVOR TO MAIL
30 DAYS WRITTEN NOTICE TO THE CERTI CATS HOLDER NAMED TO THi 62". BUT
PAIW RE TO DO 60 !HALL INI No O TON OR WARM OP ANY KIND UPON rKE
INBUR" ITS AD" OR BEN S
AUTHORQEO RlPRlSENTATW!
m ACORD CORPORATION 1988
ELECTRONIC NA= FORMS, INC - (41000274W Pago 1 of 2
EXHIBIT
SPECIFICATIONS
Purpose:
The purpose of these specifications is to define the acceptable method for boarding up and
securing openings in vacant structures for the City of West Palm Beach.
Scope of Work:
All windows, doors, window air conditioner openings, and all other external wall openings shall be
covered and secured in accordance with City Code Section 18 -266 and as directed by City of West
Palm Beach personnel.
Materials:
1) All exterior wall openings shall be covered with exterior grade plywood with a minimum
thickness of 5/8" nominal or its equivalent.
2) All Cross members and bracing shall be 2" x 4" lumber Each cross member shall be a
continuous piece of sufficient length to extend 6" past the opening in each direction.
3) Hardware shall consist of 3/8" diameter plated carriage bolts of sufficient length to secure the
outer plywood panel with the 2" x 4" bracing. Bolts are secured to wood by using (1) ' / 1 ` ID
zinc plated flat washer on the exterior side; and (1) 3/8 " ID zinc plated flat washer and (1)
nylon locking nut on the interior side.
Method of Securing Material and Process Requirements:
1) Plywood is secured in place by using 2" x 4" cross members (bracing) on the intenor side of
the opening. The cross members shall be of appropriate length to extend at a minimum six
(6 ") inches past the opening. Each cross member shall be secured to the plywood with a
minimum of two (2) carriage bolts with appropriate washers and locking nut. Carriage bolts go
thru the 2" thick dimension of the 2" x 4" lumber. The hole in the exterior flat washer is '/2 " ID
to allow the insertion of the square underside of the carriage bolt to enter the washer and
drilled hole.
2) Each opening shall require a minimum of two (2) cross members. Depending on the size of
the opening, additional cross members may be required. City of West Palm Beach personnel
shall approve the number of cross members used.
Workmanship:
1) Windows: Bolts and nuts used to secure the cross member to the plywood must be tightened
enough to slightly deflect the wood. Bolt heads just fit tightly against the wood so as not to
allow a gap for pry bar or pliers.
2) Exterior Doors Exterior doors shall be boarded and fitted to the entry doorjamb with a
maximum of 1/8 "clearance from each edge. The existing door shall be removed and stored
inside the budding.
3) All wall openings shall be secured with plywood panels, cut incurred to the existing window
and air conditioning units during the course of the board -up secure operation.
Painting of Plywood:
1) All exposed surfaces of plywood and bracing (if applicable) shall be painted with good quality
paint using good application practices in a color to match, as closely as possible, the
surrounding exterior walls of the building or off -white paint when exterior walls are of natural
material, such as brick or stone.
P
TERMS SPECIFIC TO THE CONTRACT
The Contractor shall supervise and direct the work, using qualified labor and proper
equipment for all tasks. Safety of the Contractor's personnel and equipment is the
responsibility of the Contractor. Additionally, the Contractor shall pay for all materials,
personnel, taxes, and fees necessary to perform the work.
2. The Contractor must be duly licensed in accordance with the State of Florida statutory and
regulatory requirements to perform the work. The Contractor shall obtain all permits
necessary to complete the work. The Contractor shall be responsible for determining what
permits are needed.
3. The successful Contractor must obtain a City of West Palm Beach Business Tax Receipt
4. Contractor shall perform only those tasks listed on the work request. Contractor will not be
compensated for tasks not requested by the City.
5. The Contractor shall at all times conduct his work as to ensure the least possible
obstruction to normal pedestrian and vehicular traffic including access to all public and
private properties and inconvenience to the general public and the residents in the vicinity
of the work and to insure the protection of persons and property.
6 Any and all defective equipment shall be promptly removed from the site Personnel
employed directly or indirectly by the Contractor, who are incompetent, inept, or unfit to
perform the work, shall be promptly removed from work covered under the contract. Failure
of the Contractor to remove defective equipment or incompetent, inept, or unfit personnel
may result in the termination of the contract.
7 The contractor shall not assign, transfer, or subcontract this contract either in whole or in
part, without prior written approval of the City of West Palm Beach.
8. The contract will be subject to immediate cancellation if services do not comply with the
specifications or the terms and conditions as stated herein.
9 If the Contractor expects to subcontract any portion of the contract for any reason, he must
include, in writing, the name and address of the subcontractor, name of the person to be
contacted including telephone number and extent of work to be performed. This
information shall be submitted with the bid. The City of West Palm Beach reserves the right
to reject a bid If the bid names a subcontractor who has previously failed in the proper
performance of a City contract or failed to deliver services on time of a similar nature or
who is not in a position to perform under this award.
10. Acceptance of work performed will be made by the City of West Palm Beach after the City
has inspected the work and determined that the job was completed consistent with the
work request and to the satisfaction of this document and fully complies with the
specifications herein.
11 Whenever electric or telephone lines, gas lines, water lines or any other improvement,
public or private, may be jeopardized by any authorized work done by the Contractor, the
proper utility agency and homeowner shall be consulted.
4
EXHIBIT B
PROPOSAL FROM ANCHORS EMERGENCY BOARD -UP SERVICES, INC.
DATED NOVEMBER 23, 2011
Page 5
Document in Windows Internet Explorer
, 4
ANCHORS
I
EMERGENCY
*FIRE
November 23, 2011
The City Of Boynton Beach
Procurement Division
1003 E. Boynton Beach Blvd.
Boynton Beach, FL. 33425
To whom it may concern,
ES, INC.
I Kevin Anchors, authorize The City of Boynton Beach to Piggyback off of the
City of West Palm Beaches contract for Board & Secure. The Invitation to Bid #
08/09 -08 Rebid for the Contract for Board & Secure Services was executed on
April 15, 2009. The contract term is for Three years from the date of it being
executed with a ( 2 ) additional 12 months period.
Thank you for the opportunity to be of service. We look forward to working
together with your company in the future.
Sincerely Yours,
Kevin L. Anchors
President
_ Tel.: (954) 894 -4067 • Fax: (561 } 651 -0749
1299 Anhinga Drive, Wellington, Florida 33414
State Certified Building Contractor # CBC o58955
The City of Boynton B each
City Clerk's Office
100 E BOYNTON BEACH BLVD
BOYNTON BEACH FL 33435
(561) 742 -6060
FAX: (561) 742-6090
e -mail: prainitoj @bbfl.us
www.boynton-beach.org
TO: Tim Howard
Deputy Director of Finance
FROM: Janet M. Prainito, MM
City Clerk �rl
DATE: January 23, 2012
SUBJECT: Rll -133 Contract for Board & Secure Services with Anchors
Emergency Board Up services Inc.
Attached for your information and file is an executed copy of the agreement mentioned
above. Since the document has been fully executed, I have retained the original for
Central File.
Please contact me if there are any questions. Thank you.
Attachment
( Agreement)
C: Central File
S:ICCIWPIAFTER COMMISSION1Departmental Transmittals1201 IITim Howard R11 -133 EXECUTED.doc
America's Gateway to the Gulfstream