Loading...
ITB-20-055-08 Integrity Trade Services LLCCONTRACT NO. 20-055-08 MIAMIBEACH Procurement Department, 1755 Meridian Avenue, 3rd Floor, Miami Beach, Florida 33139, www.miamibeachfl.gov, 305-673-7490 SENT VIA E-MAIL TO: luis.bobea(@,intecritytradeservices.com March 6, 2020 Luis Bobea Integrity Trade Services LLC 1414 North West 107th Avenue Suite 414 Doral, Florida 33172 Phone: 815-806-0123 RE: NOTICE OF AWARD OF CONTRACT PURSUANT TO INVITATION TO BID (ITB) NO. 2020- 055-AY, FOR TEMPORARY STAFFING SERVICES. Dear Mr. Bobea: On December 17, 2019, Integrity Trade Services LLC., (the "Contractor") submitted to the City of Miami Beach, Florida (the "City") a 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. This letter shall serve as official notice from the City that the Mayor and Commission at its February 12, 2020 meeting approved the City Manager's recommendation, pursuant to the ITB, to award a contract Integrity Trade Services LLC., (the "Contractor") for temporary staffing Services in the following line items: • Industrial 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@miamibeachffgov or at 305.673.7490. Otherwise, all other questions should be addressed to the Contract Manager for this contract, Ramon Suarez, Human Resources Department at RamonSuarez@miamibeachfl.qov or (305) 673-7000 ext. 263 4)/ AI-' rienis Director Procurement Department AD/ME/AG We ore committed to providing excellent public service and safety to all who live, work, and ploy in our vibrant, tropical, historic community. C O N T RA C T N O. 20-055-08 MIAM I BEACH Procurement Department, 1755 Meridian Avenue, 3" Floor, Miami Beach, Florido 33139, www.miamibeachfl.gov, 305673-7490 SENT VIA E-MAIL TO: luis.bobea@integritytradeservices.com March 6, 2020 Luis Bobea Integrity Trade Services LLC 1414 North West 107th Avenue Suite 414 Doral, Florida 33172 Phone: 815-806-0123 RE: NOTICE OF AWARD OF CONTRACT PURSUANT TO INVITATION TO BID (1TB) NO. 2020- 055-AY, FOR TEMPORARY STAFFING SERVICES. Dear Mr. Bobea: On December 17, 2019, Integrity Trade Services LLC., (the "Contractor") submitted to the City of Miami Beach, Florida (the "City") a response to the above-referenced 1TB. The 1TB 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. This letter shall serve as official notice from the City that the Mayor and Commission at its February 12, 2020 meeting approved the City Manager's recommendation, pursuant to the 1TB, to award a contract Integrity Trade Services LLC., (the "Contractor") for temporary staffing Services in the following line items: • Industrial 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, Ramon Suarez, Human Resources Department at RamonSuarez@miamibeachfl.gov or (305) 673-7000 ext. 263 .7 A enis [?' Director Procurement Department AD/ME/AG WVe are committed to providing excellent public service and safety to all who live, work, and play in our vibrant, tropical, historic comm unity ATTACHMENT A RESOLUTION COMMISSION ITEMS AND COMMISSION MEMORANDUM A TT A C H M E N T A R E S O L U T IO N C O M M IS S IO N IT E M S A N D C O M M IS S IO N M E M O R A N D U M Coversheet Page 1 of 2 Competitive Bid Reports - C2 B MIAMI BEACH COMMISSION MEMORANDUM TO: Honorable Mayor and Members of the City Commission FROM: Jimmy L. Morales, City Manager DATE: February 12, 2020 SUBJECT: REQUEST FOR APPROVAL TO AWARD A CONTRACT PURSUANT TO INVITATION TO BID (ITB) NO. 2020-055- AY FOR TEMPORARY STAFFING SERVICES. 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 bids received, pursuant to ITB 2020-055-AY, for temporary staffing services. BACKGROUND/HISTORY The Human Resources Department currently utilizes temporary staffing agencies to fill short-term staffing needs of departments. Some of the benefits of utilizing short-term staffing include quickly addressing operational needs, scheduling flexibility, and reduced overtime costs. The current contracts with temporary staffing agencies expire on or about February 25, 2020. To seek replacement contracts, the Administration issued Invitation to Bid (ITB) ITB 2020-055-AY. The ITS includes two categories of temporary workers: office and industrial (trades, sanitation, etc.). The ITB, as is the case with most temporary staffing arrangements, is structured as to allow maximum flexibility in recruiting the best candidates for the requirements of the requesting department. Costs are usually calculated as the total of the negotiated hourly rate for the employee multiplied by the percentage mark-up (overhead, insurance, profit, etc.) that each firm has submitted in response to the ITB. Typically, the Human Resources Department will work with the firm offering the lowest mark-up and will only proceed to other firms when no qualified candidate can be recruited. For this reason, it is important to have a pool of firms available to the Human Resources Department. This is especially true in the current tight labor market. ANALYSIS The ITB was issued on November 13, 2019, with bid opening date of December 20, 2019. The Procurement Department issued bid notices to 2,230 companies utilizing www.bidsync.com website. 139 prospective bidders accessed the advertised solicitation. The notices resulted in the following responses for various items. See Attachment A for the mark-up rates proposed by each bidder. Administrative 4 Best Business Corp. Best Candidates LLC dba Creative Staffing Diskriter, Inc. EDS Service Solutions, LLC Information Systems Consultants, Inc. Integrity Trade Services LLC P.I.E. Management, LLC Precision Staffing, Inc. dba AP Recruiters & Associates SoftHQ, Inc. Westaff Industrial Athena Consulting Corporate Temps, Inc. Ebyte Technologies, Inc. Employment Solutions of New York, Inc. Integrated Staffing Manpower Packplus Inc. dba Josmar Medical Staffing Redcon Solutions Group LLC Tech Army LLC Worksquare, LLC 4 Best Business Corp. Corporate Temps, Inc. Ebyte Technologies, Inc. Employment Solutions of New York, Inc. Integrated Staffing P.I.E. Management, LLC Precision Staffing, Inc. dba AP Recruiters & Associates SoftHQ, Inc. Best Candidates LLC dba Creative Staffing Diskriter, Inc. EDS Service Solutions, LLC Information Systems Consultants, Inc. Integrity Trade Services LLC Packplus Inc. dba Josmar Medical Staffing Redcon Solutions Group LLC Worksquare, LIG Staff has verified that the bids submitted met the requirements of the ITB and can be considered. FINANCIAL INFORMATION The costs of the related services are subject to funds availability approved through the City's budgeting process. https://miamibeach.novusagenda.comlagendapublic/CoverSheet.aspx?ItemID-1567 I &Me... 2/18/2020 / Coversheet Page 1 of2 Competitive Bid Reports • C2 B MIAMI BEACH CO MMISSIO N MEMORANDUM TO : FR O M : D A T E : H o n o rable M a yo r and M e m bers of the C ity C om m ission Jim m y L. M or a le s, Ci ty M an ager Feb ru ar y 12 , 20 20 S U B JE C T : R E Q U E S T FO R A P P R O V A L TO A W A R D A C O N TR A C T PU R SU A N T TO IN VITATIO N TO BI D (ITB ) NO. 2020-055- A Y FO R T E M P O R A R Y S TA FF IN G S E R V IC E S . R E C O M M E N D A T IO N The A dm in istra tio n reco m m e nd s tha t the M ayor and C ity C om m ission of the C ity of M iam i Beach, Florida appro ve the C ity M a n ag e r's recom m e nd a tio n pe rt aining to bids received, pursuant to 1T B 2020-055-AY, for tem porary staffi ng serv ices. BACKGROUND/HISTORY Th e H u m a n R e so ur c es D ep a rtm en t curre ntly utilizes tem porary st affing agenci es to fill short-term st affing needs of dep artm en ts. S o m e of th e ben e fits of ut ilizi n g sho rt -term st a ffi ng in cl ude qui ckl y addressing operational needs, sche dul in g flexi bility, and reduced ove rt im e costs. T he curren t co ntracts w ith tem po rary staffing agencies expire on or about Febru ary 25, 2020. To seek replacem ent co n tracts, the A d m in istratio n issue d Invitatio n to Bid (1T B ) 1TB 2020-055-AY. The 1T B incl udes tw o categories of tem porary w or k e rs: offi ce an d in d ust rial (tra d e s, sanita tion, etc.). Th e ITB , as is th e ca se wi th m o st tem p or ar y st affin g arr angem en t s, is structured as to allow m aximu m flexibi lity in recr uiting th e be st can di d ate s for th e re q uirem en ts of th e requesting departm en t . Costs are usually calc ulat e d as th e total of th e negotiat e d ho ur ly rate for the em p lo yee m ultiplie d by th e perc ent a ge m ark -up (overh ead, in surance, profit, etc.) that each firm has submi tte d in resp o n se to the 1T B . Typ ica lly, the H um a n R esources D epart m ent w ill w ork w ith the firm offering the low est m ark-up and will only pro ce e d to othe r firm s w he n no qu a lified candida te can be re cruited. For this reason, it is im portant to have a pool of firm s available to the H u m a n R e so u rces D e pa rt m e n t. T his is especi ally true in the current tight labor m arket. ANALYSIS T he 1T B w a s issue d o n N o ve mb er 13 , 20 19 , wi th bid opening date of D ecemb er 20, 2019. Th e Procurem ent Departm ent issued bid no tice s to 2,2 30 com p a n ie s utilizing ww w.bidsyn c.com w eb site. 139 prosp ectiv e bid ders accessed th e adverti sed solici ta tion. Th e no tice s re su lted in the fo llo w ing re spo nses for various item s. See Attachm ent A fo r the m ark-up rates pro posed by each bidder. A d mi ni stra tive 4 B e st B u sine ss C o rp . B e st C a n d id a tes LL C db a C rea tive S taffi ng Diskriter, In c. E D S S e rv ic e S o lu tio n s, LLC In form a tio n S yste m s C o nsu ltants. In c. Inte g rity T rade S er vi ces LL C P .I.E . M a na g e m e n t, LL C Pr e ci si on S taffi ng , In c. db a A P R ecrui ter s & A sso c ia te s So/tHQ , In c. W e st af f Ind u stria l A the na C onsulting C o rp ora te Tem ps, Inc. Eby te Tech nol ogie s, Inc. E m ploym ent Solutions of New York. Inc. In tegrated Staffi ng M anpow er P ackplus Inc. dba Josrn ar M edical Staffi ng R edcon Solutions G ro up LLC Te ch A rm y LLC W orksquare, LLC 4 B e st B u sin e ss C o rp, C orp or a te T em ps, In c. E byt e T e chn ol o g ie s, In c. E m p lo ym e nt S o lu tio n s of N e w Y o rk. In c. Inte gr a te d Staffing P .1.E . M a n ag e m e nt, LL C P re cis io n S taff ing , In c. db a AP R e cruite rs & A ssoci at e s S o ftH Q , In c . Best C andidates LLC dba C reative Staffi ng Di skriter, Inc. ED S Serv ice Solutions, LLC Info rm ation System s C onsultants, Inc. Integ rity Tra de Serv ices LLC Packplus Inc. dba Josrn ar M edical Staffing R edco n So lutions G ro up LLC W ork sq uare , LL C S taff ha s ve rifie d tha t the bid s su b m itted m et the requirem ents of the 1T B and can be considered. FINANCIAL INFORMATION T he co sts o f the re la te d se rv ices are subject to funds availability approved thro ugh the City's budgeting pro cess. https://miamibeach.novusagenda.com/agendapublic/CoverSheet.aspx?ItemlD=15671&Me... 2/18/2020 Covershect Page 2 of 2 CONCLUSION It is important to have a robust pool of firms able to provide the departments with qualified temporary personnel as needed. Therefore, after reviewing the bids received and the evaluation of staff, I recommend that the Mayor and City Commission approve the award of the following contractors pursuant to ITB 2020-055-AY for Temporary Staffing Services. In assigning work, the Administration will endeavor to utilize the contractors with the lowest percentage markup, as noted in Attachment A, first before proceeding to other contractors in order of percentage mark-up. For administrative services: 4 Best Business Corp. Athena Consulting Employment Solutions of New York, Inc. Worksquare, LLC P.I.E. Management, LLC Diskriter, Inc. Best Candidates LLC dba Creative Staffing for industrial services: 4 Best Business Corp. Employment Solutions of New York, Inc. Diskriter, Inc. Best Candidates LLC dba Creative Staffing P.I.E. Management, LLC Integrity Trade Services LLC Applicable.Area Citywide Is this a Resident Right to Does this item utilize G.O. Know item? Bond Funds? Yes No Legislative Tracking Human Resources/Procurement ATTACHMENTS: Description Attachment https://miamibeach.novusagenda.comiagendapublic/CoverSheet.aspx?ItemID=15671&Me... 2/18/2020 C o v e rsh e et Page 2 0f 2 CONCLUSION It is important to have a robust pool of firms able to provide the departments with qualified temporary personnel as needed. Therefore, after reviewing the bids received and the evaluation of staff, I recommend that the Mayor and City Commission approve the award of the following contractors pursuant to 1TB 2020-055-AY for Temporary Staffing Services. In assigning work, the Administration will endeavor to utilize the contractors with the lowest percentage markup, as noted in Attachment A, first before proceeding to other contractors in order of percentage mark-up. For administrative services: 4 Best Business Corp. Athena Consulting Employment Solutions of New York, Inc. Worksquare, LLC P.I.E. Management, LLC Diskriter, Inc. Best Candidates LLC dba Creative Staffing for industrial services; 4 Best Business Corp. Employment Solutions of New York, Inc. Diskriter, Inc. Best Candidates LLC dba Creative Staffing P.I.E. Management, LLC Integrity Trade Services LLC Applicable Ar e a Citywide ls this a_Resident Right to Know item? Yes Does this item utilize G.O. Bond Funds? No Legi slatiyg 1racking Human Resources/Procurement ATTACHMENTS: Description n Attachment A https://miamibeach.novusagenda.com/agendapublic/Cover'Sheet.aspx?Item1D=15671&Me... 2/18/2020 ATTACHMENT A BID TABULATION !TB 2020.055-AY . a, t,t,';, -..-.. l'i‘ -:q M1 '4 Best Business Corp. 18.49% 'Athena Consulting 19.50% 'Employment Solutions of New York, Inc. 21.00% *Worksquare, LLC 21.00% "PIE.. Management i_LC 21.50% 'Diskriter inc. 21.65% 'Best Candidates LLC dba Creative Staffing 21.70% Precision Staffing, Inc. dba AP Recruiters & AssoCates 23.00% Integily Trade Services LLC 23.80% Westaff 23.90% Ebyte Technologies, Inc. 28.00% Packplus Inc. dba Josmar Medical Staffing 28.00% Redcon Solutions Group LLC 28.00% SoftHQ, Inc. 30.00% Information Systems ConsLltants, Inc. 31.00% Manpower 32.00% CorporateTemps, inc. 34.00% Integrated Staffing 37.00% Tech Army LLC 44.97% EDS Service Solutions, LLC 45.00% *denotes award recommendation v.. '4 Best Business Corp. 19.49% 'Employment Solutions of New Yo,k. Inc. 22.00% "Diskriler, Inc. 23.25% 'Best Candidates LLC dba Creative Staffing 23.30% 'P.1.0. Management, LLC 25.00% 'integrity Trade Services LLC 25.30% Precision Staffing, Inc. dba AP Recruiters & Associates 28.00% Reckon Solutions Group LLC 28.00% Ebyte Technolooles, inc. 29.50% Packplus Inc. dba Josmar Medical Staffing 30.00% Worksquare, LLC 31.00% So.ftHQ, Inc. 33.00% Corporate Temps, Inc. 37.00% information Systems Consultants, Inc. 38.00% Integrated Staffing 41.00% EDS Service Solutions, LLC 53.03% ATT ACHM ENT A BID TABULATION 1T8 2020-055-4Y 'At h en a C on sulting 19.50% 'mioyment Sol ution s of New York, Inc. 22.00% "Employment Sol ution s of New York , Inc . 21.00% 'Diskriter, Inc. 23.25% "W ork squar e, LLC 21.00% '3est C an did ate s LC dba Cre ative Staling 23.30% 'IE. Ma nageme nt, LC 21.50% 'PIE. Management LC 25.00% 'Oi skriter , inc. 21.65% 'Iegrly Trade Serices LLC 25.3 0% 'Best Candidates LL C db a Cre ative Sta5ng 21.70% Precision Sa/frg, Inc. dba AP Recruiters & Associates 28.0 0% Precision Staffing. le. db2 AP Recr uiter s & As sociates 23.00 % R eicon Solutions Grc up LLC 28.00% Inte grity Tra de Services LLC 23.80% Eb yte Technol ogi es, inc. 29.5 0% Westaff 23.90% Packplus Inc. db a Josm ar Me dical Sta ffin g 30.00% byte Techn ologies, Inc. 28.00% Wor ks quare, LLC 31.00% Packplu s inc . db a Josm ar M edical Staffing 28.00% SoH0, Inc. 33.0 0% Redcon Solutions Group LLC 28.00% Corp or at e Tem ps, Inc. 37.00% S012, I. 30.00 % infor m ation System s Con sultan ts, Inc. 35.0 0% Informat cn System s Consultan ts, Inc. 31.0 0% Inte grate d Staffing 41.00% Manpower 32.00 % EDS Service Solutions, LC 50.00% C arp0r ate Temps, Inc. 34.00% Integrated Stafng 37.00% Tech Army LLC 44.97% S Service Sol utions. LLC 45.00% denotes award recommen dation ATTACHMENT B SOLICITATION (ITB) AND ADDENDUMS ATT ACHM ENT B SOLICITATION (ITB ) AND ADDENDUMS City of Miami Beauh Bid 2020-055-AY Solicitation 2020-055-AY TEMPORARY STAFFING SERVICES Bid Designation: Public City of Miami Beach 11/13/2019 12:13 PM p. 1 City of Miami Beach Bid 2020-055-A Y Solicitation 2020-055-AY TEMPORARY STAFFING SERVICES Bid Designation: Public M/ I l t · ' City of Miami Beach 11/13/201912:13 PM p. 1 City of Miami Beach Bid 2020-055-AY Bid 2020-055-AY TEMPORARY STAFFING SERVICES Bid Number Bid Title Bid Start Date Bid End Date Question & Answer End Date Bid Contact Pre-Bid Conference 2020-055-AY TEMPORARY STAFFING SERVICES In Held Dec 17, 2019 3:00:00 PM EST Dec 10, 2019 5:00:00 PM EST ARJU YUDASTO 305-673-7490 ARJUYUDASTO@MIAMIBEACHFL.GOV Nov 22, 2019 10:00:00 AM EST Attendance is optional Location: Procurement Department 3rd Floor; Conference Room 1755 Meridian Avenue Miami Beach, FL 33139 Dial-in Instructions: -Dial the Telephone Number: 1- 888-557-8511 -Enter the Meeting Number: 6916771 and then press the pound (#) key Description 1. GENERAL. This Invitation to Bid (ITB) is issued by the City of Miami Beach, Florida (the 'City"), as the means for prospective Proposers 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 Proposers 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 solicitation opportunities and document fulfillment. Any prospective bidder who has received this ITB by any means other than through BidSync is solely responsible for registering immediately with BidSync to assure it receives any addendum issued to this ITB. Additionally, prior to submittal of the bid, bidder shall verify that it has received and complied with all addenda issued. Failure to receive an addendum, or comply with an addendum requirement, may result in disqualification of bid submitted. 2. PURPOSE. The purpose of this bid is to establish a contract, by means of sealed bids, with qualified firm(s) to provide temporary administrative and industrial staffing services, as specified herein as further defined in Appendix C. There is no specific projected budget for the services. However, during the last 3 fiscal years, the City's average expenditure for temporary staffing services has been $2,400,000. The City's Living Wage Ordinance (found on the following link: https://library.municode.comfil/miami_beach/codes/code_of_ordinances?nodeld=SPAGEOR_CH2AD_ARTVI PR_DIV6LIWARESECOEM) shall be applicable to any resulting agreement. The successful bidder(s) shall be required to comply with the ordinance requirements and submit all requested payroll data through the City's compliance portal, LCP Tracker (LCPTracker.com). 3. SOLICITATION TIMETABLE. The tentative schedule for this solicitation is as follows: 11/13/2019 12:13 PM p. 2 City of Miami Beach Bid 2020-055-AY Bid 2020-055-AY TEMPORARY STAFFING SERVICES Bid Number Bid Title Bid Start Date Bid End Date Question & Answer End Date Bid Contact 2020-055-AY TEMPORARY STAFFING SERVICES In Held Dec 17, 2019 3:00:00 PM EST Dec 10, 2019 5:00:00 PM EST ARJU YUDASTO 305-673-7490 ARJUYUDASTO@MIAMIBEACHFL.GOV Pre-Bid Conference Nov 22, 2019 10:00:00 AM EST Attendance is optional Location: Procurement Department 3rd Floor; Conference Room 1755 Meridian Avenue Miami Beach, FL 33139 Dial-in Instructions: -Dial the Telephone Number: 1- 888-557-8511 -Enter the Meeting Number: 6916771 and then press the pound (#) key Description 1. GENERAL. This Invitation to Bid (1TB) is issued by the City of Miami Beach, Florida (the 'City'), as the means for prospective Proposers 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 Proposers and, subsequently, the successful Bidders(s) (the 'contractor[s)') if this 1TB results in an award. The City utilizes BidSync (www.bidsync.com) for automatic notification of solicitation opportunities and document fulfillment. Any prospective bidder who has received this 1TB by any means other than through BidSync is solely responsible for registering immediately with BidSync to assure it receives any addendum issued to this 1TB. Additionally, prior to submittal of the bid, bidder shall verify that il has received and complied with all addenda issued. Failure to receive an addendum, or comply with an addendum requirement, may result in disqualification of bid submitted. 2. PURPOSE. The purpose of this bid is to establish a contract, by means of sealed bids, with qualified firm(s) to provide temporary administrative and industrial staffing services, as specified herein as further defined in Appendix C. There is no specific projected budget for the services. However, during the last 3 fiscal years, the City's average expenditure for temporary staffing services has been $2,400,000. The City's Living Wage Ordinance (found on the following link: https://library.municode.com/fl/miami_beach/codes/code_of_ordinances?nodeld=SPAGEOR_CH2AD_ARTVI PR_DIV6LIWARESECOEM) shall be applicable to any resulting agreement. The successful bidder(s) shall be required to comply with the ordinance requirements and submit all requested payroll data through the City's compliance portal, LCP Tracker (LCPTracker.com). 3. SOLICITATION TIMETABLE. The tentative schedule for this solicitation is as follows: 11/13/201912:13 PM p.2 City of Miami Beach Bid 2020-055-AY ITB Issued November 13, 2019 Pre-Bid Meeting November 22, 2019 at 10:00 am Deadline for Receipt of Questions December 10, 2019 at 05:00 pm Responses Due December 17, 2019 at 03:00 pm Tentative Commission Approval Authorizing Award January 2020 4. PROCUREMENT CONTACT. Any questions or clarifications concerning this solicitation shall be submitted to the Procurement Contact noted below: Arju Yudasto 305-673-7490 x26695 ArjuYudasto@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. 11/13/2019 12:13 PM P. 3 C ity o f M ia m i B e a c h Bi d 2 0 2 0 -0 5 5 -A Y 1TB Issued November 13, 2019 Pre-Bid Meeting November 22, 2019 at 10:00 am Deadline for Receipt of Questions December 1 O, 2019 at 05:00 pm Responses Due December 17, 2019 at 03:00 pm Tentative Commission Approval Authorizing Award January 2020 4. PROCUREMENT CONTACT. Any questions or clarifications concerning this solicitation shall be submitted to the Procurement Contact noted below: Arju Yudasto 305-673-7490 x26695 ArjuYudasto@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. 11/13/2019 12:13 PM p. 3 City of Miami Beach Bid 2020-055-AY MIAMI BEACH [THIS PAGE IS INTENTIONALLY LEFT BLANK] ITB 2020-055-AY 11/13/2019 12:13 PM p. 4 City of Miami Beach Bid 2020-055-A Y MIAMI BEACH [THIS PAGE IS INTENTIONALLY LEFT BLANK] 11B 2020 055A Y 11/13/2019 12:13 PM p.4 City of Miami Beach Bid 2020-055-AY TABLE OF CONTENTS SOLICITATION SECTIONS: PAGE 0100 NOT UTILIZED 0200 INSTRUCTIONS TO BIDDERS & GENERAL CONDITIONS 0300 BID SUBMITTAL INSTRUCTIONS & FORMAT APPENDICES: APPENDIX A PROPOSAL CERTIFICATON, QUESTIONNAIRE AND AFFIDAVITS APPENDIX B "NO BID" FORM APPENDIX C SPECIFICATIONS APPENDIX D SPECIAL CONDITIONS APPENDIX E COST PROPOSAL FORM APPENDIX F INSURANCE REQUIREMENTS 11/13/2019 12:13 PM P 5 City of Miami Beach Bid 2020-055-A Y MIAMIBEACH TABLE OF CONTENTS SOLICITATION SECTIONS: 0100 NOT UTILIZED . 0200 INSTRUCTIONS TO BIDDERS & GENERAL CONDITIONS . 0300 BID SUBMITTAL INSTRUCTIONS & FORMAT . APPENDICES: APPENDIX A APPENDIX B APPENDIX C APPENDIX D APPENDIX E APPENDIX F PROPOSAL CERTIFICATON, QUESTIONNAIRE AND AFFIDAVITS "NO BID" FORM SPEC! FICATIONS SPECIAL CONDITIONS COST PROPOSAL FORM INSURANCE REQUIREMENTS 11/13/2019 12:13 PM p. 5 Procurement Contact: Telephone: Email: A 'LlYudasto 305-673-7490 x26695 Ar.uYudast • miamibeachfl. ov Additionally, the City Clerk is to be co ied on all communications via e-mail at: RafaelGranado miamibeachfl. ov; r via facsimile: 786-394-4188. City of Miami Beach Bid 2020-055-AY MIAMI BEACH SECTION 0200 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 Proposers 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 Proposers 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 solicitation opportunities and document fulfillment. Any prospective bidder who has received this ITB by any means other than through BidSync is solely responsible for registering immediately with BidSync to assure it receives any addendum issued to this ITB. Additionally, prior to submittal of the bid, bidder shall verify that it has received and complied with all addenda issued. Failure to receive an addendum, or comply with an addendum requirement, may result in disqualification of bid submitted. 2. PURPOSE. The purpose of this bid is to establish a contract, by means of sealed bids, with qualified firm(s) to provide temporary administrative and industrial staffing services, as specified herein as further defined in Appendix C. There is no specific projected budget for the services. However, during the last 3 fiscal years, the City's average expenditure for temporary staffing services has been $2,400,000. The City's Living Wage Ordinance (found on the following link: https://library.municode.com/fl/miami beach/codes/code of ordinances?nodeld=SPAGEOR CH2AD ARTVI PR DIV6LIWARESECOEM) shall be applicable to any resulting agreement. The successful bidder(s) shall be required to comply with the ordinance requirements and submit all requested payroll data through the City's compliance portal, LCP Tracker (LCPTracker.com). 3. SOLICITATION TIMETABLE. The tentative schedule for this solicitation is as follows: ITB Issued November 13, 2019 Pre-Bid Meeting November 22, 2019 at 10:00 am Deadline for Receipt of Questions December 10, 2019 at 05:00 pm Responses Due December 17, 2019 at 03:00 pm Tentative Commission Approval Authorizing Award January 2020 4. PROCUREMENT CONTACT. Any questions or clarifications concerning this solicitation shall be submitted to the Procurement Contact noted below: ITB 2020-055-AY 11/13/2019 12:13 PM p. 6 City of Miami Beach Bid 2020-055-A Y MIAMI BEACH SECTION 0200 INSTRUCTIONS TO BIDDERS 1. GENERAL. This Invitation to Bid (1TB) is issued by the City of Miami Beach, Florida (the "City), as the means for prospective Proposers 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 Proposers and, subsequently, the successful Bidders(s) (the "contractor[s]") if this 1TB results in an award. The City utilizes BidSync (www.bidsync.com) for automatic notification of solicitation opportunities and document fulfillment. Any prospective bidder who has received this 1TB by any means other than through BidSync is solely responsible for registering immediately with BidSync to assure it receives any addendum issued to this 1TB. Additionally, prior to submittal of the bid, bidder shall verify that it has received and complied with all addenda issued. Failure to receive an addendum, or comply with an addendum requirement, may result in disqualification of bid submitted. 2. PURPOSE. The purpose of this bid is to establish a contract, by means of sealed bids, with qualified firm(s) to provide temporary administrative and industrial staffing services, as specified herein as further defined in Appendix C. There is no specific projected budget for the services. However, during the last 3 fiscal years, the City's average expenditure for temporary staffing services has been $2,400,000. The City's Living Wage Ordinance (found on the following link: https://library.municode.com/fl/miami beach/codes/code of ordinances?nodeld=SPAGEOR CH2AD ARTVI PR DIV6LIWARESECOEM) shall be applicable to any resulting agreement. The successful bidder(s) shall be required to comply with the ordinance requirements and submit all requested payroll data through the City's compliance portal, LCP Tracker (LCPTracker.com). 3. SOLICITATION TIMETABLE. The tentative schedule for this solicitation is as follows: 1TB Issued November 13, 2019 Pre-Bid Meeting November 22, 2019 at 10:00 am Deadline for Receipt of Questions December 10, 2019 at 05:00 pm Responses Due December 17, 2019 at 03:00 pm Tentative Commission Approval Authorizing Award January 2020 4. PROCUREMENT CONTACT. Any questions or clarifications concerning this solicitation shall be submitted to the Procurement Contact noted below: ITB 2020055AY 11/13/2019 12:13 PM p.6 City of Miami Beach Bid 2020-055-AY MIA 41 BEACH 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. 4. PRE-BID MEETING OR SITE VISIT(S). Only if deemed necessary by the City, a pre-bid meeting or site visit(s) may be scheduled. A Pre-Bid conference will be held as scheduled in Solicitation Timeline above at the following address: City of Miami Beach Procurement Department Conference Room 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 Attendance (in person or via telephone) is encouraged and recommended as a source of information, but is not mandatory. Proposers interested in participating in the Pre-Bid Submission Meeting via telephone must follow these steps: (1) Dial the TELEPHONE NUMBER: 1- 888-557-8511 (Toll-free North America) (2) Enter the MEETING NUMBER: 6916771 Proposers who are interested in participating via telephone should send an e-mail to the contact person listed in this ITB expressing their intent to participate via telephone. 5. PRE-BID INTERPRETATIONS. Oral information or responses to questions received by prospective Bidders are not binding on the City and will be without legal effect, including any information received at pre-bid meeting or site visit(s). Only questions answered by written addenda will be binding and may supersede terms noted in this solicitation. Addendum will be released through BidSync. 6. CONE OF SILENCE. Pursuant to Section 2-486 of the City Code, all procurement solicitations once advertised and until an award recommendation has been forwarded to the City Commission by the City Manager are under the "Cone of Silence." The Cone of Silence ordinance is available at http://library.municode.com/index.aspx?clientID=13097&statelD=9&statename=Florida . Any communication or inquiry in reference to this solicitation with any City employee or City official is strictly prohibited with the of exception communications with the Procurement Director, or his/her administrative staff responsible for administering the procurement process for this solicitation providing said communication is limited to matters of process or procedure regarding the solicitation. Communications regarding this solicitation are to be submitted in writing to the Procurement Contact named herein with a copy to the City Clerk at rafaelgranado@miamibeachfl.gov. 7. SPECIAL NOTICES. You are hereby advised that this solicitation is subject to the following ordinances/resolutions, which may be found on the City Of Miami Beach website: http://www.miamibeachfl.qovicity-hall/procurement/procurement-related-ordinance-and-procedures/ • CONE OF SILENCE CITY CODE SECTION 2-486 • PROTEST PROCEDURES CITY CODE SECTION 2-371 • DEBARMENT PROCEEDINGS CITY CODE SECTIONS 2-397 THROUGH 2-485.3 • LOBBYIST REGISTRATION AND DISCLOSURE OF FEES CITY CODE SECTIONS 2-481 THROUGH 2-406 • CAMPAIGN CONTRIBUTIONS BY VENDORS CITY CODE SECTION 2-487 • CAMPAIGN CONTRIBUTIONS BY LOBBYISTS ON PROCUREMENT ISSUES CITY CODE SECTION 2-488 • REQUIREMENT FOR CITY CONTRACTORS TO PROVIDE EQUAL 11/13/2019 12:13 PM P 7 City of Miami Beach Bid 2020-055-A Y MIAMI'BEACH 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. 4. PRE-BID MEETING OR SITE VISIT($). Only if deemed necessary by the City, a pre-bid meeting or site visit(s) may be scheduled. A Pre-Bid conference will be held as scheduled in Solicitation Timeline above at the following address: City of Miami Beach Procurement Department Conference Room 1755 Meridian Avenue, 34 Floor Miami Beach, Florida 33139 Attendance (in person or via telephone) is encouraged and recommended as a source of information, but is not mandatory. Proposers interested in participating in the Pre-Bid Submission Meeting via telephone must follow these steps: (1) Dial the TELEPHONE NUMBER: 1- 888-557-8511 (Toll-free North America) (2) Enter the MEETING NUMBER: 6916771 Proposers who are interested in participating via telephone should send an e-mail to the contact person listed in this 1TB expressing their intent to participate via telephone. 5. PRE-BID INTERPRETATIONS. Oral information or responses to questions received by prospective Bidders are not binding on the City and will be without legal effect, including any information received at pre-bid meeting or site visit(s). Only questions answered by written addenda will be binding and may supersede terms noted in this solicitation. Addendum will be released through BidSync. 6. CONE OF SILENCE. Pursuant to Section 2-486 of the City Code, all procurement solicitations once advertised and until an award recommendation has been forwarded to the City Commission by the City Manager are under the "Cone of Silence." The Cone of Silence ordinance is available at http:/ /library. municode. com/index.aspx?clientl D= 13097 &state I D=9&statename=Florida. Any communication or inquiry in reference to this solicitation with any City employee or City official is strictly prohibited with the of exception communications with the Procurement Director, or his/her administrative staff responsible for administering the procurement process for this solicitation providing said communication is limited to matters of process or procedure regarding the solicitation. Communications regarding this solicitation are to be submitted in writing to the Procurement Contact named herein with a copy to the City Clerk at rafaelgranado@miamibeachfl.gov. 7. SPECIAL NOTICES. You are hereby advised that this solicitation is subject to the following ordinances/resolutions, which may be found on the City Of Miami Beach website: http://www.miamibeachf]_goy/city-hall/procurement/procurement-related-ordinance-and-procedures] • CONE OF SILENCE..................................................................... CITY CODE SECTION 2-486 • PROTEST PROCED URES............................................................ CITY CODE SECTION 2-371 • DEBARMENT PROCEED INGS....................................................... CITY CODE SECTIONS 2-397 THROUGH 2-485.3 • LOBBYIST REGISTRATION AND DISCLOSURE OF FEES.................. CITY CODE SECTIONS 2-481 THROUGH 2-406 • CAM PAIGN CONTRIBUTIONS BY VENDORS................................... CITY CODE SECTION 2-487 • CAM PAIGN CONTRIBUTIONS BY LOBBYISTS ON PROCUREMENT ISSUES...................................................................................... CITY CODE SECTION 2-488 • REQ UIREMENT FOR CITY CONTRACTO RS TO PROVIDE EQUAL 11/13/2019 12:13 PM p. 7 City of Miami Beach Bid 2020-055-AY BEACH BENEFITS FOR DOMESTIC PARTNERS CITY CODE SECTION 2-373 • LIVING WAGE REQUIREMENT CITY CODE SECTIONS 2-407 THROUGH 2-410 • PREFERENCE FOR FLORIDA SMALL BUSINESSES OWNED AND CONTROLLED BY VETERANS AND TO STATE-CERTIFIED SERVICE- DISABLED VETERAN BUSINESS ENTERPRISES CITY CODE SECTION 2-374 • FALSE CLAIMS ORDINANCE CITY CODE SECTION 70-300 • ACCEPTANCE OF GIFTS, FAVORS & SERVICES CITY CODE SECTION 2-449 8. EXAMINATION OF SOLICITATION DOCUMENTS AND SITE: It is the responsibility of each Bidder, before submitting a Bid, to: • Examine the solicitation thoroughly. • Visit the site or structure, as applicable, to become familiar with conditions that may affect costs, progress, performance or furnishing of the Work. • Take into account federal, state and local (City and Miami-Dade County) laws, regulations, permits, and ordinances that may affect costs, progress, performance, furnishing of the Work, or award. • Study and carefully correlate Bidder's observations with the solicitation. • Notify the Procurement Director of all conflicts, errors or discrepancies in the solicitation of which Bidder knows or reasonably should have known. • The submission of a Bid shall constitute an incontrovertible representation by Bidder that Bidder has complied with the above requirements and that without exception, the Bid is premised upon performing and furnishing the Work required by the solicitation and that the solicitation documents are sufficient in scope and detail to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. 9. POSTPONEMENT OF DUE DATE FOR RECEIPT OF BIDS. The City reserves the right to postpone the deadline for submittal of bids and will make a reasonable effort to give at least three (3) calendar days written notice of any such postponement to all prospective Bidders through BidSync. 10. PROTESTS. Protests concerning the specifications, requirements, and/or terms; or protests after the bid due date in accordance with City Code Section 2-371, which establishes procedures for protested proposals and proposed awards. Protests not submitted in a timely manner pursuant to the requirements of City Code Section 2-371 shall be barred. 11. JOINT VENTURES. Joint Ventures are not allowed. The City will only contract with the prime contractor. Proposals may, however, identify other sub-contractors or sub-consultants to the prime contractor. 12. VETERAN BUSINESS ENTERPRISES PREFERENCE. Pursuant to City of Miami Beach Ordinance No. 2011- 3748, the City shall give a preference to a responsive and responsible bidder which is a small business concern owned and controlled by a veteran(s) or which is a service-disabled veteran business enterprise, and which is within five percent (5%) of the lowest and best bidder, by providing such bidder an opportunity of providing said goods or contractual services for the lowest responsive bid amount. Whenever, as a result of the foregoing preference, the adjusted prices of two (2) or more bidders which are a small business concern owned and controlled by a veteran(s) or a service-disabled veteran business enterprise constitute the lowest bid pursuant to an ITB or oral or written request for quotation, and such bids are responsive, responsible and otherwise equal with respect to quality and service, then the award shall be made to the service-disabled veteran business enterprise. 13. CONTRACT PRICE. Bid Price is to include the furnishing of all labor, materials, equipment including tools, services, permit fees, applicable taxes, overhead and profit for the completion of the Work except as may be otherwise expressly provided in the solicitation. 14. METHOD OF AWARD. Following the review of bids and application of vendor preferences, the lowest 11/13/2019 12:13 PM p. 8 City of Miami Beach Bid 2020-055-AY MIAM/BEACH BENEFITS FOR DOMESTIC PARTNERS.......................................... CITY CODE SECTION 2-373 • LIVING WAGE REQ UIREMENT..................................................... CITY CODE SECTIONS 2-407 THRO UGH 2-410 • PREFERENCE FOR FLORIDA SMALL BUSINESSES OWNED AND CONTR OLLED BY VETERANS AND TO STATE-CER TIFIED SER VICE- DISABLED VETERA N BUSINESS ENTER PRISES............................. CITY CODE SECTION 2-374 • FALSE CLAIMS ORDINANCE......................................................... CITY CODE SECTION 70-300 • ACCEPTANCE OF GIFTS, FAVORS & SERVICES.............................. CITY CODE SECTION 2-449 8. EXAMINATION OF SOLICITATION DOCUMENTS AND SITE: It is the responsibility of each Bidder, before submitting a Bid, to: • Examine the solicitation thoroughly. • Visit the site or structure, as applicable, to become familiar with conditions that may affect costs, progress, performance or furnishing of the Work. • Take into account federal, state and local (City and Miami-Dade County) laws, regulations, permits, and ordinances that may affect costs, progress, performance, furnishing of the Work, or award. • Study and carefully correlate Bidder's observations with the solicitation. • Notify the Procurement Director of all conflicts, errors or discrepancies in the solicitation of which Bidder knows or reasonably should have known. • The submission of a Bid shall constitute an incontrovertible representation by Bidder that Bidder has complied with the above requirements and that without exception, the Bid is premised upon performing and furnishing the Work required by the solicitation and that the solicitation documents are sufficient in scope and detail to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. 9. POSTPONEMENT OF DUE DATE FOR RECEIPT OF BIDS. The City reserves the right to postpone the deadline for submittal of bids and will make a reasonable effort to give at least three (3) calendar days written notice of any such postponement to all prospective Bidders through BidSync. 1 O. PROTESTS. Protests concerning the specifications, requirements, and/or terms; or protests after the bid due date in accordance with City Code Section 2-371, which establishes procedures for protested proposals and proposed awards. Protests not submitted in a timely manner pursuant to the requirements of City Code Section 2-371 shall be barred. 11. JOINT VENTURES. Joint Ventures are not allowed. The City will only contract with the prime contractor. Proposals may, however, identify other sub-contractors or sub-consultants to the prime contractor. 12. VETERAN BUSINESS ENTERPRISES PREFERENCE. Pursuant to City of Miami Beach Ordinance No. 2011- 3748, the City shall give a preference to a responsive and responsible bidder which is a small business concern owned and controlled by a veteran(s) or which is a service-disabled veteran business enterprise, and which is within five percent (5%) of the lowest and best bidder, by providing such bidder an opportunity of providing said goods or contractual services for the lowest responsive bid amount. Whenever, as a result of the foregoing preference, the adjusted prices of two (2) or more bidders which are a small business concern owned and controlled by a veteran(s) or a service-disabled veteran business enterprise constitute the lowest bid pursuant to an 1TB or oral or written request for quotation, and such bids are responsive, responsible and otherwise equal with respect to quality and service, then the award shall be made to the service-disabled veteran business enterprise. 13. CONTRACT PRICE. Bid Price is to include the furnishing of all labor, materials, equipment including tools, services, permit fees, applicable taxes, overhead and profit for the completion of the Work except as may be otherwise expressly provided in the solicitation. 14. METHOD OF AWARD. Following the review of bids and application of vendor preferences, the lowest 11/13/201912:13 PM p. 8 City of Miami Beach Bid 2020-055-AY • 'A BEACH responsive, responsible bidder(s) meeting all terms, conditions, and specifications of the ITB will be recommended for award by bid item, bid group, or for the entirety of all bid items, as deemed in the best interest of the City, to the City Manager for his consideration. After considering the staff recommendation for award, the City Manager shall exercise his due diligence and recommend to the Mayor and City Commission the bid that the City Manager deems to be in the best interest of the City. The City Commission shall consider the City Manager's recommendation(s) and, may approve or reject the City Manager's recommendation(s). The City Commission may also reject all bids received. In determining the lowest and best bidder, and in addition to price, Section 2-369 of the City Code provides that the City may consider the following: • The ability, capacity and skill of the bidder to perform the Contract. • Whether the bidder can perform the Contract within the time specified, without delay or interference. • The character, integrity, reputation, judgment, experience and efficiency of the bidder. • The quality of performance of previous contracts. • The previous and existing compliance by the bidder with laws and ordinances relating to the Contract. 15. MULTIPLE AWARD. The City may award two or more vendors (primary, secondary, tertiary, or higher), as available, by line item, by group or in its entirety, beginning with lowest, responsive, responsible bidder (primary), followed by the second lowest, responsive, responsible bidder (secondary), and continuing with other responsive, responsible bidders in order of next best cost. The City will endeavor to utilize vendors in order of award. However, the City may utilize other vendors in the event that: 1) a contract vendor is not or is unable to be in compliance with any contract or delivery requirement; 2) it is in the best interest of the City to do so regardless of reason. Bidder acknowledges and agrees that this Contract and the award of any work hereunder, is non-exclusive, and the City may, at its sole and absolute discretion, award similar services or work to other 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. 16. BINDING CONTRACT. The signed bid shall be considered an offer on the part of the bidder, which offer shall be deemed accepted upon award of the bid by the City Commission, or as delegated by the City Commission. Said award shall constitute a binding Contract between the City and the awarded bidder(s). In case of default on the part of the successful bidder, after said award, the City may take such action as it deems appropriate, including legal action, for damages or specific performance. The Contract shall include the solicitation, any and all addenda issued by the City and the Bid Proposal submitted the by bidder. In any discrepancy between the documents, the order of preference shall be as follows: 1) Addendum in reverse order of release; 2) Solicitation; 3) Bid Proposal. In case of default on the part of the successful bidder, the City may procure the items or services from other sources and hold the bidder responsible for any excess cost occasioned or incurred thereby. 17. VOLUME OF WORK TO BE RECEIVED BY CONTRACTOR. It is the intent of the City to purchase the goods and services specifically listed in this solicitation from the contractor. However, the City reserves the right to purchase any goods or services awarded from state or other governmental contract, or on an as-needed basis through the City's spot market purchase provisions. 18. GENERAL TERMS AND CONDITIONS. It is the responsibility of the Bidder to become thoroughly familiar with the Bid requirements, terms and conditions of this solicitation. Ignorance by the Bidder of conditions that exist or that may exist will not be accepted as a basis for varying the requirements of the City, or the compensation to be paid to the Bidder. 11/13/2019 12:13 PM P 9 City of Miami Beach Bid 2020-055-A Y MIAM[BEACH responsive, responsible bidder(s) meeting all terms, conditions, and specifications of the 1TB will be recommended for award by bid item, bid group, or for the entirety of all bid items, as deemed in the best interest of the City, to the City Manager for his consideration. After considering the staff recommendation for award, the City Manager shall exercise his due diligence and recommend to the Mayor and City Commission the bid that the City Manager deems to be in the best interest of the City. The City Commission shall consider the City Manager's recommendation(s) and, may approve or reject the City Manager's recommendation(s). The City Commission may also reject all bids received. In determining the lowest and best bidder, and in addition to price, Section 2-369 of the City Code provides that the City may consider the following: • The ability, capacity and skill of the bidder to perform the Contract. • Whether the bidder can perform the Contract within the time specified, without delay or interference. • The character, integrity, reputation, judgment, experience and efficiency of the bidder. • The quality of performance of previous contracts. • The previous and existing compliance by the bidder with laws and ordinances relating to the Contract. 15. MULTIPLE AWARD. The City may award two or more vendors (primary, secondary, tertiary, or higher), as available, by line item, by group or in its entirety, beginning with lowest, responsive, responsible bidder (primary), followed by the second lowest, responsive, responsible bidder (secondary), and continuing with other responsive, responsible bidders in order of next best cost. The City will endeavor to utilize vendors in order of award. However, the City may utilize other vendors in the event that: 1) a contract vendor is not or is unable to be in compliance with any contract or delivery requirement; 2) it is in the best interest of the City to do so regardless of reason. Bidder acknowledges and agrees that this Contract and the award of any work hereunder, is non-exclusive, and the City may, at its sole and absolute discretion, award similar services or work to other 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. 16. BINDING CONTRACT. The signed bid shall be considered an offer on the part of the bidder, which offer shall be deemed accepted upon award of the bid by the City Commission, or as delegated by the City Commission. Said award shall constitute a binding Contract between the City and the awarded bidder(s). In case of default on the part of the successful bidder, after said award, the City may take such action as it deems appropriate, including legal action, for damages or specific performance. The Contract shall include the solicitation, any and all addenda issued by the City and the Bid Proposal submitted the by bidder. In any discrepancy between the documents, the order of preference shall be as follows: 1) Addendum in reverse order of release; 2) Solicitation; 3) Bid Proposal. In case of default on the part of the successful bidder, the City may procure the items or services from other sources and hold the bidder responsible for any excess cost occasioned or incurred thereby. 17. VOLUME OF WORK TO BE RECEIVED BY CONTRACTOR. It is the intent of the City to purchase the goods and services specifically listed in this solicitation from the contractor. However, the City reserves the right to purchase any goods or services awarded from state or other governmental contract, or on an as-needed basis through the City's spot market purchase provisions. 18. GENERAL TERMS AND CONDITIONS. It is the responsibility of the Bidder to become thoroughly familiar with the Bid requirements, terms and conditions of this solicitation. Ignorance by the Bidder of conditions that exist or that may exist will not be accepted as a basis for varying the requirements of the City, or the compensation to be paid to the Bidder. 11/13/201912:13 PM p. 9 City of Miami Beach Bid 2020-055-AY MI/ f\ I BEACH 19. ACCEPTANCE OR REJECTION OF BIDS. The City reserves the right to reject any or all bids prior to award. Reasonable efforts will be made to either award the Contract or reject all bids within one-hundred twenty (120) calendar days after bid opening date. A Bidder may not withdraw its bid unilaterally nor change the Contract Price before the expiration of one hundred and twenty (120) calendar days from the date of bid opening. A Bidder may withdraw its bid after the expiration of one hundred twenty (120) calendar days from the date of bid opening by delivering written notice of withdrawal to the Procurement Department prior to award of the Bid by the Mayor and City Commission. 20. ALTERNATE RESPONSES MAY BE CONSIDERED. The City may consider one (1) alternate response from the same Bidder for the same formal solicitation; provided, that the alternate response offers a different product that meets or exceeds the formal solicitation requirements. In order for the City to consider an alternate response, the Bidder shall complete a separate Price Sheet form and shall mark "Alternate Response". Alternate response shall be placed in the same response. This provision only applies to formal solicitations for the procurement of goods, services, items, equipment, materials, and/or supplies. 21. AMERICAN WITH DISABILITIES ACT. To request this material in accessible format, sign language interpreters, information on access for persons with disabilities, and/or any accommodation to review any document or participate in any city-sponsored proceeding, please contact 305-604-2489 (voice), 305-673-7524 (fax) or 305-673-7218 (TTY) five days in advance to initiate your request. TTY users may also call 711 (Florida Relay Service). 22. NON-DISCRIMINATION. The Proposer certifies that it is in compliance with the non-discrimination clause contained in Section 202, Executive Order 11246, as amended by Executive Order 11375, relative to equal employment opportunity for all persons without regard to race, color, religion, sex or national origin. In accordance with the City's Human Rights Ordinance, codified in Chapter 62 of the City Code, Proposer shall prohibit discrimination by reason of race, color, national origin, religion, sex, intersexuality, gender identity, sexual orientation, marital and familial status, and age or disability. 23. ASSIGNMENT. The successful bidder shall not assign, transfer, convey, sublet or otherwise dispose of the contract, including any or all of its right, title or interest therein, or his/her or its power to execute such contract, to any person, company or corporation, without the prior written consent of the City. 24. AUDIT RIGHTS AND RECORDS RETENTION. The Successful Bidder agrees to provide access at all reasonable times to the City, or to any of its duly authorized representatives, to any books, documents, papers and records of Contractor which are directly pertinent to this formal solicitation, for the purpose of audit, examination, excerpts, and transcriptions. The Successful Bidder shall maintain and retain any and all of the books, documents, papers and records pertinent to the Contract for three (3) years after the City makes final payment and all other pending matters are closed. Contractor's failure to or refusal to comply with this condition shall result in the immediate cancellation of this contract by the City. 25. BID BONDS, PERFORMANCE BONDS, CERTIFICATES OF INSURANCE. Bid Bonds, when required, shall be submitted with the bid in the amount specified in the Special Conditions. After acceptance of the bid, the City will notify the successful bidder to submit a performance bond and certificate of insurance in the amount specified in the Special Conditions. 26. BILLING INSTRUCTIONS. Invoices, unless otherwise indicated, must show purchase order numbers and shall be submitted to the ordering City department. 27. CANCELLATION. In the event any of the provisions of this Bid are violated by the bidder, the City shall give written notice to the bidder stating such deficiencies and, unless such deficiencies are corrected within ten (10) calendar days from the date of the City's notice, the City, through its City Manager, may declare the contract in 11/13/2019 12:13 PM p. 10 City of Miami Beach Bid 2020-055-A Y 19. ACCEPTANCE OR REJECTION OF BIDS. The City reserves the right to reject any or all bids prior to award. Reasonable efforts will be made to either award the Contract or reject all bids within one-hundred twenty (120) calendar days after bid opening date. A Bidder may not withdraw its bid unilaterally nor change the Contract Price before the expiration of one hundred and twenty (120) calendar days from the date of bid opening. A Bidder may withdraw its bid after the expiration of one hundred twenty (120) calendar days from the date of bid opening by delivering written notice of withdrawal to the Procurement Department prior to award of the Bid by the Mayor and City Commission. 20. ALTERNATE RESPONSES MAY BE CONSIDERED. The City may consider one (1) alternate response from the same Bidder for the same formal solicitation; provided, that the alternate response offers a different product that meets or exceeds the formal solicitation requirements. In order for the City to consider an alternate response, the Bidder shall complete a separate Price Sheet form and shall mark "Alternate Response". Alternate response shall be placed in the same response. This provision only applies to formal solicitations for the procurement of goods, services, items, equipment, materials, and/or supplies. 21. AMERICAN WITH DISABILITIES ACT. To request this material in accessible format, sign language interpreters, information on access for persons with disabilities, and/or any accommodation to review any document or participate in any city-sponsored proceeding, please contact 305-604-2489 (voice), 305-673-7524 (fax) or 305-673-7218 (TTY) five days in advance to initiate your request. TTY users may also call 711 (Florida Relay Service). 22. NON-DISCRIMINATION. The Proposer certifies that it is in compliance with the non-discrimination clause contained in Section 202, Executive Order 11246, as amended by Executive Order 11375, relative to equal employment opportunity for all persons without regard to race, color, religion, sex or national origin. In accordance with the City's Human Rights Ordinance, codified in Chapter 62 of the City Code, Proposer shall prohibit discrimination by reason of race, color, national origin, religion, sex, intersexuality, gender identity, sexual orientation, marital and familial status, and age or disability. 23. ASSIGNMENT. The successful bidder shall not assign, transfer, convey, sublet or otherwise dispose of the contract, including any or all of its right, title or interest therein, or his/her or its power to execute such contract, to any person, company or corporation, without the prior written consent of the City. 24. AUDIT RIGHTS AND RECORDS RETENTION. The Successful Bidder agrees to provide access at all reasonable times to the City, or to any of its duly authorized representatives, to any books, documents, papers and records of Contractor which are directly pertinent to this formal solicitation, for the purpose of audit, examination, excerpts, and transcriptions. The Successful Bidder shall maintain and retain any and all of the books, documents, papers and records pertinent to the Contract for three (3) years after the City makes final payment and all other pending matters are closed. Contractor's failure to or refusal to comply with this condition shall result in the immediate cancellation of this contract by the City. 25. BID BONDS, PERFORMANCE BONDS, CERTIFICATES OF INSURANCE. Bid Bonds, when required, shall be submitted with the bid in the amount specified in the Special Conditions. After acceptance of the bid, the City will notify the successful bidder to submit a performance bond and certificate of insurance in the amount specified in the Special Conditions. 26. BILLING INSTRUCTIONS. Invoices, unless otherwise indicated, must show purchase order numbers and shall be submitted to the ordering City department. 27. CANCELLATION. In the event any of the provisions of this Bid are violated by the bidder, the City shall give written notice to the bidder stating such deficiencies and, unless such deficiencies are corrected within ten (1 O) calendar days from the date of the City's notice, the City, through its City Manager, may declare the contract in 11/13/201912:13 PM p. 10 City of Miami Beach Bid 2020-055-AY M Al BEACH default and terminate same, without further notice required to the bidder. Notwithstanding the preceding, the City, through its City Manager, also reserves the right to terminate the contract at any time and for any reason, without cause and for convenience, and without any monetary liability to the City, upon the giving of thirty (30) days prior written notice to the bidder. 28. CITY'S RIGHT TO WAIVE OR REJECT BIDS. The City Commission reserves the right to waive any informalities or irregularities in this Bid; or to reject all bids, or any part of any bid, as it deems necessary and in the best interest of the City of Miami Beach. 29. CLARIFICATION AND ADDENDA TO BID SPECIFICATIONS. If a bidder is in doubt as to the true meaning of the Bid specifications, or other Bid documents, or any part thereof, the bidder must submit to the City, at least seven (7) calendar days prior to the scheduled Bid opening date, a request for clarification. Any interpretation of the Bid, including, without limitation, responses to questions and request for clarification(s) from bidders, will be made only by Addendum duly issued by the City. In the event of conflict with the original specifications, the Addendum shall supersede such specifications, to the extent specified. Subsequent Addendum shall govern over prior Addendum only to the extent specified. The bidder shall be required to acknowledge receipt of any and all Addendum, and filling in and signing in the spaces provided in Appendix A, No. 14 Acknowledgement of Addendum. Failure to acknowledge Addendum may deem a bid non-responsive. The City will not be responsible for explanations, interpretations, or answers to questions made verbally or in writing by any City representative, unless issued by the City via formal written Addendum to this Bid. Any questions or clarifications concerning the Bid shall be submitted in writing to the Procurement Department, 1755 Meridian Avenue, 3rd Floor, Miami Beach, FL 33139 with a copy to the City Clerk. 30. COLLUSION. Where two (2) or more related parties each submit a bid or bids for any contract, such bids or bids shall be presumed to be collusive. The foregoing presumption may be rebutted by presentation of evidence as to the extent of ownership, control and management of such related parties in the preparation and submittal of such bid or bids. "Related parties" means bidders or the principals thereof which have a direct or indirect ownership interest in another bidder for the same contract, or in which a parent company or the principals thereof of one (1) bidder have a direct or indirect ownership interest in another bidder for the same contract. Bid or bids found to be collusive shall be rejected Bidders who have been found to have engaged in collusion may also be suspended or debarred, and any contract resulting from collusive bidding may be terminated for cause. 31. CONDITION AND PACKAGING. Bidder guarantees items offered and delivered to be the current standard production model at time of bid and shall offer expiration dating of at least one year or later. Bidder also guarantees items offered and delivered to be new, unused, and free from any and all defects in material, packaging and workmanship and agrees to replace defective items promptly at no charge to the City of Miami Beach, for the manufacturer's standard warranty but in no case for a period of less than 12 months from date of acceptance. All containers shall be suitable for storage or shipment, and all prices shall include standard commercial packaging. 32. CONTRACT EXTENSION. The City reserves the right to require the Contractor to extend contract past the stated termination date for a period of up to 120 days in the event that a subsequent contract has not yet been awarded. Additional extensions past the 120 days may occur as needed by the City and as mutually agreed upon by the City and the contractor. 33. DELIVERY. Unless actual date of delivery is specified (or if specified delivery cannot be met), show number of days (in calendar days) required to make delivery after receipt of purchase order, in space provided. Delivery time 11/13/2019 12:13 PM p. 11 City of Miami Beach Bid 2020-055-A Y MIAMI BEACH default and terminate same, without further notice required to the bidder. Notwithstanding the preceding, the City, through its City Manager, also reserves the right to terminate the contract at any time and for any reason, without cause and for convenience, and without any monetary liability to the City, upon the giving of thirty (30) days prior written notice to the bidder. 28. CITY'S RIGHT TO WAIVE OR REJECT BIDS. The City Commission reserves the right to waive any informalities or irregularities in this Bid; or to reject all bids, or any part of any bid, as it deems necessary and in the best interest of the City of Miami Beach. 29. CLARIFICATION AND ADDENDA TO BID SPECIFICATIONS. If a bidder is in doubt as to the true meaning of the Bid specifications, or other Bid documents, or any part thereof, the bidder must submit to the City, at least seven (7) calendar days prior to the scheduled Bid opening date, a request for clarification. Any interpretation of the Bid, including, without limitation, responses to questions and request for clarification(s) from bidders, will be made only by Addendum duly issued by the City. In the event of conflict with the original specifications, the Addendum shall supersede such specifications, to the extent specified. Subsequent Addendum shall govern over prior Addendum only to the extent specified. The bidder shall be required to acknowledge receipt of any and all Addendum, and filling in and signing in the spaces provided in Appendix A, No. 14 Acknowledgement of Addendum. Failure to acknowledge Addendum may deem a bid non-responsive. The City will not be responsible for explanations, interpretations, or answers to questions made verbally or in writing by any City representative, unless issued by the City via formal written Addendum to this Bid. Any questions or clarifications concerning the Bid shall be submitted in writing to the Procurement Department, 1755 Meridian Avenue, 34 Floor, Miami Beach, FL 33139 with a copy to the City Clerk. 30. COLLUSION. Where two (2) or more related parties each submit a bid or bids for any contract, such bids or bids shall be presumed to be collusive. The foregoing presumption may be rebutted by presentation of evidence as to the extent of ownership, control and management of such related parties in the preparation and submittal of such bid or bids. "Related parties" means bidders or the principals thereof which have a direct or indirect ownership interest in another bidder for the same contract, or in which a parent company or the principals thereof of one (1) bidder have a direct or indirect ownership interest in another bidder for the same contract. Bid or bids found to be collusive shall be rejected. Bidders who have been found to have engaged in collusion may also be suspended or debarred, and any contract resulting from collusive bidding may be terminated for cause. 31. CONDITION AND PACKAGING. Bidder guarantees items offered and delivered to be the current standard production model at time of bid and shall offer expiration dating of at least one year or later. Bidder also guarantees items offered and delivered to be new, unused, and free from any and all defects in material, packaging and workmanship and agrees to replace defective items promptly at no charge to the City of Miami Beach, for the manufacturer's standard warranty but in no case for a period of less than 12 months from date of acceptance. All containers shall be suitable for storage or shipment, and all prices shall include standard commercial packaging. 32. CONTRACT EXTENSION. The City reserves the right to require the Contractor to extend contract past the stated termination date for a period of up to 120 days in the event that a subsequent contract has not yet been awarded. Additional extensions past the 120 days may occur as needed by the City and as mutually agreed upon by the City and the contractor. 33. DELIVERY. Unless actual date of delivery is specified (or if specified delivery cannot be met), show number of days (in calendar days) required to make delivery after receipt of purchase order, in space provided. Delivery time 11/13/201912:13 PM p. 11 City of Miami Beach Bid 2020-055-AY I\A A Al BEACH may become a basis for making an award. Delivery shall be within the normal working hours of the City using Department, Monday through Friday, excluding holidays. Receiving hours are Monday through Friday, excluding holidays, from 8:30 A.M. to 4:00 P.M. 34. DELIVERY TIME. Bidders shall specify in the attached Bid Form, the guaranteed delivery time (in calendar days) for each item. It must be a firm delivery time; no ranges (For example, 12-14 days) will be accepted. 35. DEMONSTRATION OF COMPETENCY. A. Pre-award inspection of the bidder's facility may be made prior to the award of contract. B. Bids will only be considered from firms which are regularly engaged in the business of providing the goods and/or services as described in this Bid. C. Bidders must be able to demonstrate a good record of performance for a reasonable period of time, and have sufficient financial capacity, equipment, and organization to ensure that they can satisfactorily perform the services if awarded a contract under the terms and conditions of this Bid. D. the terms "equipment and organization", as used herein shall, be construed to mean a fully equipped and well established company in line with the best business practices in the industry, and as determined by the City of Miami Beach. E. The City may consider any evidence available regarding the financial, technical, and other qualifications and abilities of a bidder, including past performance (experience), in making an award that is in the best interest of the City. F. The City may require bidders to show proof that they have been designated as authorized representatives of a manufacturer or supplier, which is the actual source of supply. In these instances, the City may also require material information from the source of supply regarding the quality, packaging, and characteristics of the products to be supply to the City. Any material conflicts between information provided by the source of supply and the information contained in the bidder's bid may render the bid non-responsive. G. The City may, during the period that the contract between the City and the successful bidder is in force, review the successful bidder's record of performance to ensure that the bidder is continuing to provide sufficient financial support, equipment, and organization as prescribed in this bid. Irrespective of the bidder's performance on contracts awarded to it by the City, the City may place said contracts on probationary status and implement termination procedures if the City determines that the successful bidder no longer possesses the financial support, equipment, and organization which would have been necessary during the bid evaluation period in order to comply with the demonstration of competency required under this subsection. 36. DISPUTES. In the event of a conflict between the Bid documents, the order of priority of the documents shall be as follows: A. Any contract or agreement resulting from the award of this Bid; then B. Addendum issued for this Bid, with the latest Addendum taking precedence; then C. The Bid; then D. The bidder's bid in response to the Bid. In case of any doubt or difference of opinion as to the items and/or services (as the case may be) to be furnished hereunder, the decision of the City shall be final and binding on all parties. 37. NOT USED. 38. DEFAULT. Failure or refusal of a bidder to execute a contract upon award, or withdrawal of a bid before such award is made, may result in forfeiture of that portion of any bid surety required as liquidated damages incurred by the City thereby; or, where surety is not required, failure to execute a contract as described above may be grounds for removing the bidder from the City's bidders list. 11/13/2019 12:13 PM p. 12 City of Miami Beach Bid 2020-055-A Y MIAMI/BEACH may become a basis for making an award. Delivery shall be within the normal working hours of the City using Department, Monday through Friday, excluding holidays. Receiving hours are Monday through Friday, excluding holidays, from 8:30 A.M. to 4:00 P.M. 34. DELIVERY TIME. Bidders shall specify in the attached Bid Form, the guaranteed delivery time (in calendar days) for each item. It must be a firm delivery time; no ranges (For example, 12-14 days) will be accepted. 35. DEMONSTRATION OF COMPETENCY. A. Pre-award inspection of the bidder's facility may be made prior to the award of contract. B. Bids will only be considered from firms which are regularly engaged in the business of providing the goods and/or services as described in this Bid. C. Bidders must be able to demonstrate a good record of performance for a reasonable period of time, and have sufficient financial capacity, equipment, and organization to ensure that they can satisfactorily perform the services if awarded a contract under the terms and conditions of this Bid. D. the terms "equipment and organization", as used herein shall, be construed to mean a fully equipped and well established company in line with the best business practices in the industry, and as determined by the City of Miami Beach. E. The City may consider any evidence available regarding the financial, technical, and other qualifications and abilities of a bidder, including past performance (experience), in making an award that is in the best interest of the City. F. The City may require bidders to show proof that they have been designated as authorized representatives of a manufacturer or supplier, which is the actual source of supply. In these instances, the City may also require material information from the source of supply regarding the quality, packaging, and characteristics of the products to be supply to the City. Any material conflicts between information provided by the source of supply and the information contained in the bidder's bid may render the bid non-responsive. G. The City may, during the period that the contract between the City and the successful bidder is in force, review the successful bidder's record of performance to ensure that the bidder is continuing to provide sufficient financial support, equipment, and organization as prescribed in this bid. Irrespective of the bidder's performance on contracts awarded to it by the City, the City may place said contracts on probationary status and implement termination procedures if the City determines that the successful bidder no longer possesses the financial support, equipment, and organization which would have been necessary during the bid evaluation period in order to comply with the demonstration of competency required under this subsection. 36. DISPUTES. In the event of a conflict between the Bid documents, the order of priority of the documents shall be as follows: A. Any contract or agreement resulting from the award of this Bid; then B. Addendum issued for this Bid, with the latest Addendum taking precedence; then C. The Bid; then D. The bidder's bid in response to the Bid. In case of any doubt or difference of opinion as to the items and/or services (as the case may be) to be furnished hereunder, the decision of the City shall be final and binding on all parties. 37. NOT USED. 38. DEFAULT. Failure or refusal of a bidder to execute a contract upon award, or withdrawal of a bid before such award is made, may result in forfeiture of that portion of any bid surety required as liquidated damages incurred by the City thereby; or, where surety is not required, failure to execute a contract as described above may be grounds for removing the bidder from the City's bidders list. 11/13/201912:13 PM p. 12 City of Miami Beach Bid 2020-055-AY AA BEACH 39. EQUIVALENTS. If a bidder offers makes of equipment or brands of supplies other than those specified in the Bid specifications, he must so indicate in his bid. Specific article(s) of equipment/supplies shall conform in quality, design and construction with all published claims of the manufacturer. The bidder shall indicate in the Bid Form the manufacturer's name and number if bidding other than the specified brands, and shall indicate ANY deviation from the specifications as listed in the Bid. Other than specified items offered requires complete descriptive technical literature marked to indicate detailed conformance with specifications, and MUST BE INCLUDED WITH THE BID. NO BIDS WILL BE CONSIDERED WITHOUT THIS INFORMATION. THE CITY SHALL BE THE SOLE JUDGE OF EQUALITY AND ITS DECISION SHALL BE FINAL. Note as to Brand Names: Catalog numbers, manufacturers' and brand names, when listed, are informational guides as to a standard of acceptable product quality level only and should not be construed as an endorsement or a product limitation of recognized and legitimate manufacturers. Bidders shall formally substantiate and verify that product(s) offered conform with or exceed quality as listed in the specifications. 40. ELIMINATION FROM CONSIDERATION. This bid shall not be awarded to any person or firm who is in arrears to the City upon any debt, taxes, or contracts which are defaulted as surety or otherwise upon any obligation to the City. 41. EMERGENCY RESPONSE PRIORITY. It is hereby made a part of this solicitation that before, during, and after a public emergency, disaster, hurricane, tornado, flood, or other acts of force majeure that the City of Miami Beach, Florida shall receive a "First Priority" for any goods and services covered under any award resulting from this solicitation, including balance of line items as applicable. It is vital and imperative that the majority of citizens are protected from any emergency situation that threatens public health and safety, as determined by the City. By virtue of submitting a response to this solicitation, vendor agrees to provide all award-related goods and services to the City on a "first priority" under the emergency conditions noted above. 42. ESTIMATED QUANTITIES. Estimated quantities or estimated dollars, if provided, are for City guidance only. No guarantee is expressed or implied as to quantities or dollars that will be used during the contract period. The City is not obligated to place any order for a given amount subsequent to the award of this Bid. Estimates are based upon the City's actual needs and/or usage during a previous contract period. The City may use said estimates for purposes of determining whether the low bidder meets specifications. 43. EXCEPTIONS TO BID. Bidders are strongly encouraged to thoroughly review the specifications and all conditions set forth in this Bid. Bidders who fail to satisfy the requirements in this Bid, may be deemed non- responsive and receive no further consideration. Should your proposed bid not be able to meet one (1) or more of the requirements set forth in this Bid and you are proposing alternatives and/or exceptions to said requirements, you must notify the Procurement Office, in writing, at least five (5) days prior to the deadline for submission of bids. The City reserves the right to revise the scope of services via Addendum prior to the deadline for receipt of bids. 44. FACILITIES. The City, through its City Manager or his/her authorized designee, reserves the right to inspect the bidder's facilities at any time, upon reasonable prior written or verbal notice. 45. FLORIDA PUBLIC RECORDS LAW. Bidders are hereby notified that all Bid including, without limitation, any and all information and documentation submitted therewith, are exempt from public records requirements under Section 119.07(1), Florida Statutes, and s. 24(a), Art. 1 of the State Constitution until such time as the City provides notice of an intended decision or until thirty (30) days after opening of the bids, whichever is earlier. Additionally, Contractor agrees to be in full compliance with Florida Statute 119.0701 including, but not limited to, agreement to (a) Keep and maintain public records that ordinarily and necessarily would be required by the public agency in order to perform the services; (b) provide the public with access to public records on the same terms and conditions 11/13/2019 12:13 PM p. 13 City of Miami Beach Bid 2020-055-AY MIAMIBEACH 39. EQUIVALENTS. If a bidder offers makes of equipment or brands of supplies other than those specified in the Bid specifications, he must so indicate in his bid. Specific article(s) of equipment/supplies shall conform in quality, design and construction with all published claims of the manufacturer. The bidder shall indicate in the Bid Form the manufacturer's name and number if bidding other than the specified brands, and shall indicate ANY deviation from the specifications as listed in the Bid. Other than specified items offered requires complete descriptive technical literature marked to indicate detailed conformance with specifications, and MUST BE INCLUDED WITH THE BID. NO BIDS WILL BE CONSIDERED WITHOUT THIS INFORMATION. THE CITY SHALL BE THE SOLE JUDGE OF EQUALITY AND ITS DECISION SHALL BE FINAL. Note as to Brand Names: Catalog numbers, manufacturers' and brand names, when listed, are informational guides as to a standard of acceptable product quality level only and should not be construed as an endorsement or a product limitation of recognized and legitimate manufacturers. Bidders shall formally substantiate and verify that product(s) offered conform with or exceed quality as listed in the specifications. 40. ELIMINATION FROM CONSIDERATION. This bid shall not be awarded to any person or firm who is in arrears to the City upon any debt, taxes, or contracts which are defaulted as surety or otherwise upon any obligation to the City. 41. EMERGENCY RESPONSE PRIORITY. It is hereby made a part of this solicitation that before, during, and after a public emergency, disaster, hurricane, tornado, flood, or other acts of force majeure that the City of Miami Beach, Florida shall receive a "First Priority" for any goods and services covered under any award resulting from this solicitation, including balance of line items as applicable. It is vital and imperative that the majority of citizens are protected from any emergency situation that threatens public health and safety, as determined by the City. By virtue of submitting a response to this solicitation, vendor agrees to provide all award-related goods and services to the City on a "first priority" under the emergency conditions noted above. 42. ESTIMATED QUANTITIES. Estimated quantities or estimated dollars, if provided, are for City guidance only. No guarantee is expressed or implied as to quantities or dollars that will be used during the contract period. The City is not obligated to place any order for a given amount subsequent to the award of this Bid. Estimates are based upon the City's actual needs and/or usage during a previous contract period. The City may use said estimates for purposes of determining whether the low bidder meets specifications. 43. EXCEPTIONS TO BID. Bidders are strongly encouraged to thoroughly review the specifications and all conditions set forth in this Bid. Bidders who fail to satisfy the requirements in this Bid, may be deemed non- responsive and receive no further consideration. Should your proposed bid not be able to meet one ( 1) or more of the requirements set forth in this Bid and you are proposing alternatives and/or exceptions to said requirements, you must notify the Procurement Office, in writing, at least five (5) days prior to the deadline for submission of bids. The City reserves the right to revise the scope of services via Addendum prior to the deadline for receipt of bids. 44. FACILITIES. The City, through its City Manager or his/her authorized designee, reserves the right to inspect the bidder's facilities at any time, upon reasonable prior written or verbal notice. 45. FLORIDA PUBLIC RECORDS LAW. Bidders are hereby notified that all Bid including, without limitation, any and all information and documentation submitted therewith, are exempt from public records requirements under Section 119.07(1 ), Florida Statutes, and s. 24(a), Art. 1 of the State Constitution until such time as the City provides notice of an intended decision or until thirty (30) days after opening of the bids, whichever is earlier. Additionally, Contractor agrees to be in full compliance with Florida Statute 119.0701 including, but not limited to, agreement to (a) Keep and maintain public records that ordinarily and necessarily would be required by the public agency in order to perform the services; (b) provide the public with access to public records on the same terms and conditions 11/13/2019 12:13 PM p. 13 City of Miami Beach Bid 2020-055-AY BEACH: that the public agency would provide the records and at a cost that does not exceed the cost provided in this chapter or as otherwise provided by law; (c) Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law; (d) Meet all requirements for retaining public records and transfer, at no cost, to the public agency all public records in possession of the contractor upon termination of the contract and destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. All records stored electronically must be provided to the public agency in a format that is compatible with the information technology systems of the public agency. 46. F.O.B. DESTINATION. Unless otherwise specified in the Formal Solicitation, all prices quoted/proposed by the bidder must be F.O.B. DESTINATION, inside delivery, with all delivery costs and charges included in the bid price, unless otherwise specified in this Formal Solicitation. Failure to do so may be cause for rejection of bid. 47. GRATUITIES. Bidders shall not offer any gratuities, favors, or anything of monetary value to any official, employee, contractor, or agent of the City, for the purpose of influencing consideration of this Bid. 48. INDEMNIFICATION. The successful Bidder shall indemnify and hold harmless the City and its officers, employees, agents and instrumentalities from any and all liability, losses or damages, including attorney's fees and costs of defense, which the City or its officers, employees, agents or instrumentalities may incur as a result of claims, demands, suits, causes of actions or proceedings of any kind or nature arising out of, relating to or resulting from the performance of the agreement by the successful Bidder or its employees, agents, servants, partners, principals or subcontractors. The successful Bidder shall pay all claims and losses in connection therewith, and shall investigate and defend all claims, suits or actions of any kind or nature in the name of the City, where applicable, including appellate proceedings, and shall pay all costs, judgments, and attorney's fees which may be incurred thereon. The successful Bidder expressly understands and agrees that any insurance protection required by this Agreement or otherwise provided by the successful Bidder shall in no way limit the responsibility to indemnify, keep and save harmless and defend the City or its officers, employees, agents and instrumentalities as herein provided. The above indemnification provisions shall survive the expiration or termination of this Agreement. 49. INSPECTION, ACCEPTANCE & TITLE. Inspection and acceptance will be at destination, unless otherwise provided. Title to (or risk of loss or damage to) all items shall be the responsibility of the successful bidder until acceptance by the City, unless loss or damage results from the gross negligence or willful misconduct of the City. If any equipment or supplies supplied to the City are found to be defective, or do not conform to the specifications, the City reserves the right to cancel the order upon written notice to the seller, and return the product, at the bidder's expense. 50. LAWS, PERMITS AND REGULATIONS. The bidder shall obtain and pay for all licenses, permits, and inspection fees required under the contract; and shall comply with all Applicable Laws. 51. LEGAL REQUIREMENTS. The bidder shall be required to comply with all federal, State of Florida, Miami-Dade County, and City of Miami Beach codes, laws, ordinances, and/or rules and regulations that in any manner affect the items covered herein (collectively, Applicable Laws). Lack of knowledge or ignorance by the bidder with/of Applicable Laws will in no way be a cause for relief from responsibility. 52. LIABILITY, INSURANCE, LICENSES AND PERMITS. Where bidders are required to enter or go on to City of Miami Beach property to deliver materials or perform work or services as a result of the Bid, the bidder will assume the full duty, obligation and expense of obtaining all necessary licenses, permits, and insurance, and assure all work complies with all Applicable Laws. The bidder shall be liable for any damages or loss to the City occasioned by negligence of the bidder, or his/her officers, employees, contractors, and/or agents, for failure to comply with Applicable Laws. 11/13/2019 12:13 PM p. 14 City of Miami Beach Bid 2020-055-A Y MIAM/BEA CH that the public agency would provide the records and at a cost that does not exceed the cost provided in this chapter or as otherwise provided by law; (c) Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law; (d) Meet all requirements for retaining public records and transfer, at no cost, to the public agency all public records in possession of the contractor upon termination of the contract and destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. All records stored electronically must be provided to the public agency in a format that is compatible with the information technology systems of the public agency. 46. F.O.B. DESTINATION. Unless otherwise specified in the Formal Solicitation, all prices quoted/proposed by the bidder must be F.O.B. DESTINATION, inside delivery, with all delivery costs and charges included in the bid price, unless otherwise specified in this Formal Solicitation. Failure to do so may be cause for rejection of bid. 47. GRATUITIES. Bidders shall not offer any gratuities, favors, or anything of monetary value to any official, employee, contractor, or agent of the City, for the purpose of influencing consideration of this Bid. 48. INDEMNIFICATION. The successful Bidder shall indemnify and hold harmless the City and its officers, employees, agents and instrumentalities from any and all liability, losses or damages, including attorney's fees and costs of defense, which the City or its officers, employees, agents or instrumentalities may incur as a result of claims, demands, suits, causes of actions or proceedings of any kind or nature arising out of, relating to or resulting from the performance of the agreement by the successful Bidder or its employees, agents, servants, partners, principals or subcontractors. The successful Bidder shall pay all claims and losses in connection therewith, and shall investigate and defend all claims, suits or actions of any kind or nature in the name of the City, where applicable, including appellate proceedings, and shall pay all costs, judgments, and attorney's fees which may be incurred thereon. The successful Bidder expressly understands and agrees that any insurance protection required by this Agreement or otherwise provided by the successful Bidder shall in no way limit the responsibility to indemnify, keep and save harmless and defend the City or its officers, employees, agents and instrumentalities as herein provided. The above indemnification provisions shall survive the expiration or termination of this Agreement. 49. INSPECTION, ACCEPTANCE & TITLE. Inspection and acceptance will be at destination, unless otherwise provided. Title to (or risk of loss or damage to) all items shall be the responsibility of the successful bidder until acceptance by the City, unless loss or damage results from the gross negligence or willful misconduct of the City. If any equipment or supplies supplied to the City are found to be defective, or do not conform to the specifications, the City reserves the right to cancel the order upon written notice to the seller, and return the product, at the bidder's expense. 50. LAWS, PERMITS AND REGULATIONS. The bidder shall obtain and pay for all licenses, permits, and inspection fees required under the contract; and shall comply with all Applicable Laws. 51. LEGAL REQUIREMENTS. The bidder shall be required to comply with all federal, State of Florida, Miami-Dade County, and City of Miami Beach codes, laws, ordinances, and/or rules and regulations that in any manner affect the items covered herein (collectively, Applicable Laws). Lack of knowledge or ignorance by the bidder with/of Applicable Laws will in no way be a cause for relief from responsibility. 52. LIABILITY, INSURANCE, LICENSES AND PERMITS. Where bidders are required to enter or go on to City of Miami Beach property to deliver materials or perform work or services as a result of the Bid, the bidder will assume the full duty, obligation and expense of obtaining all necessary licenses, permits, and insurance, and assure all work complies with all Applicable Laws. The bidder shall be liable for any damages or loss to the City occasioned by negligence of the bidder, or his/her officers, employees, contractors, and/or agents, for failure to comply with Applicable Laws. 11/13/201912:13 PM p. 14 City of Miami Beach Bid 2020-055-AY . AA AM I BEACH 53. MANNER OF PERFORMANCE. Bidder agrees to perform its duties and obligations in a professional manner and in accordance with all applicable Local, State, County, and Federal laws, rules, regulations and codes. Bidder agrees that the services provided shall be provided by employees that are educated, trained, experienced, certified, and licensed in all areas encompassed within their designated duties. Bidder agrees to furnish to the City any and all documentation, certification, authorization, license, permit, or registration currently required by applicable laws, rules, and regulations. Bidder further certifies that it and its employees will keep all licenses, permits, registrations, authorizations, or certifications required by applicable laws or regulations in full force and effect during the term of this contract. Failure of bidder to comply with this paragraph shall constitute a material breach of this contract. 54. MISTAKES. Bidders are expected to examine the specifications, delivery schedules, bid prices, and extensions, and all instructions pertaining to supplies and services. Failure to do so will be at the bidder's risk and may result in the bid being non-responsive. 55. MODIFICATION/WITHDRAWALS OF BIDS. A bidder may submit a modified bid to replace all or any portion of a previously submitted bid up until the bid due date and time. Modifications received after the bid due date and time will NOT be considered. Bids shall be irrevocable until contract award unless withdrawn in writing prior to the bid due date or after expiration of 120 calendar days from the opening of bids without a contract award. Letters of withdrawal received after the bid due date and before said expiration date and letters of withdrawal received after contract award will NOT be considered. 56. NON-CONFORMANCE TO CONTRACT CONDITIONS. Items may be tested for compliance with specifications. Items delivered, not conforming to specifications, may be rejected and returned at the bidder's expense. These items, as well as items not delivered as per delivery date in bid and/or purchase order, may be purchased by the City, at its discretion, on the open market. Any increase in cost may be charged against the bidder. Any violation of these stipulations may also result in the bidder's name being removed from the City's vendor list. 57. OPTIONAL CONTRACT USAGE. When the successful bidder(s) is in agreement, other units of government or non-profit agencies may participate in purchases pursuant to the award of this contract at the option of the unit of government or non-profit agency. 58. OSHA. The bidder warrants to the City that any work, services, supplies, materials or equipment supplied pursuant to this Bid shall conform in all respects to the standards set forth in the Occupational Safety and Health Act of 1970, as amended, and the failure to comply with this condition will be deemed breach of contract. Any fines levied because of inadequacies to comply with this condition shall be borne solely by the bidder. 59. PATENTS & ROYALTIES. The bidder shall indemnify and save harmless the City of Miami Beach, Florida, and its officers, employees, contractors, and/or agents, from liability of any nature or kind, including cost and expenses for, or on account of, any copyrighted, patented, or unpatented invention, process, or article manufactured or used in the performance of the contract, including its use by the City of Miami Beach, Florida. If the bidder uses any design, device or materials covered by letters, patent, or copyright, it is mutually understood and agreed, without exception, that the bid prices shall include all royalties or cost arising from the use of such design, device, or materials in any way involved in the work. 60. PAYMENT. Payment will be made by the City after the items have been received, inspected, and found to comply with Bid specifications, free of damage or defect, and properly invoiced. 61. PRICES QUOTED. Prices quoted shall remain firm and fixed during the duration of the contract. In completing the bid form, state both unit price and extended total, when requested. Prices must be stated in units of quantity specified in the bidding specifications. In case of discrepancy in computing the amount of the bid, the UNIT PRICE quoted will govern. All prices must be F.O.B. destination, freight prepaid (unless otherwise stated in Special 11/13/2019 12:13 PM p. 15 City of Miami Beach Bid 2020-055-AY M1A MA/BEACH f/\lf\ht' ', 53. MANNER OF PERFORMANCE. Bidder agrees to perform its duties and obligations in a professional manner and in accordance with all applicable Local, State, County, and Federal laws, rules, regulations and codes. Bidder agrees that the services provided shall be provided by employees that are educated, trained, experienced, certified, and licensed in all areas encompassed within their designated duties. Bidder agrees to furnish to the City any and all documentation, certification, authorization, license, permit, or registration currently required by applicable laws, rules, and regulations. Bidder further certifies that it and its employees will keep all licenses, permits, registrations, authorizations, or certifications required by applicable laws or regulations in full force and effect during the term of this contract. Failure of bidder to comply with this paragraph shall constitute a material breach of this contract. 54. MISTAKES. Bidders are expected to examine the specifications, delivery schedules, bid prices, and extensions, and all instructions pertaining to supplies and services. Failure to do so will be at the bidder's risk and may result in the bid being non-responsive. 55. MODIFICATION/WITHDRAWALS OF BIDS. A bidder may submit a modified bid to replace all or any portion of a previously submitted bid up until the bid due date and time. Modifications received after the bid due date and time will NOT be considered. Bids shall be irrevocable until contract award unless withdrawn in writing prior to the bid due date or after expiration of 120 calendar days from the opening of bids without a contract award. Letters of withdrawal received after the bid due date and before said expiration date and letters of withdrawal received after contract award will NOT be considered. 56. NON-CONFORMANCE TO CONTRACT CONDITIONS. Items may be tested for compliance with specifications. Items delivered, not conforming to specifications, may be rejected and returned at the bidder's expense. These items, as well as items not delivered as per delivery date in bid and/or purchase order, may be purchased by the City, at its discretion, on the open market. Any increase in cost may be charged against the bidder. Any violation of these stipulations may also result in the bidder's name being removed from the City's vendor list. 57. OPTIONAL CONTRACT USAGE. When the successful bidder(s) is in agreement, other units of government or non-profit agencies may participate in purchases pursuant to the award of this contract at the option of the unit of government or non-profit agency. 58. OSHA. The bidder warrants to the City that any work, services, supplies, materials or equipment supplied pursuant to this Bid shall conform in all respects to the standards set forth in the Occupational Safety and Health Act of 1970, as amended, and the failure to comply with this condition will be deemed breach of contract. Any fines levied because of inadequacies to comply with this condition shall be borne solely by the bidder. 59. PATENTS & ROYALTIES. The bidder shall indemnify and save harmless the City of Miami Beach, Florida, and its officers, employees, contractors, and/or agents, from liability of any nature or kind, including cost and expenses for, or on account of, any copyrighted, patented, or unpatented invention, process, or article manufactured or used in the performance of the contract, including its use by the City of Miami Beach, Florida. If the bidder uses any design, device or materials covered by letters, patent, or copyright, it is mutually understood and agreed, without exception, that the bid prices shall include all royalties or cost arising from the use of such design, device, or materials in any way involved in the work. 60. PAYMENT. Payment will be made by the City after the items have been received, inspected, and found to comply with Bid specifications, free of damage or defect, and properly invoiced. 61. PRICES QUOTED. Prices quoted shall remain firm and fixed during the duration of the contract. In completing the bid form, state both unit price and extended total, when requested. Prices must be stated in units of quantity specified in the bidding specifications. In case of discrepancy in computing the amount of the bid, the UNIT PRICE quoted will govern. All prices must be F.O.B. destination, freight prepaid (unless otherwise stated in Special 11/13/201912:13 PM p. 15 City of Miami Beach Bid 2020-055-AY ;MIAf\i/- BEACH Conditions). The Bidder may offer cash discounts for prompt payments; however, such discounts will not be considered in determining the lowest price during bid evaluation. Bidders are requested to provide prompt payment terms in the space provided on the Bid submittal signature page of the solicitation. Award, if made, will be in accordance with terms and conditions stated herein. Each item must be bid separately, and no attempt is to be made to tie any item or items in with any other item or items. Cash or quantity discounts offered will not be a consideration in determination of award of bid(s). 62. PRODUCT INFORMATION. Product literature, specifications, and technical information, including Manufacturer's Safety Data Sheets (MSDS) should be provided with this bid as an attachment to the "BID FORM". However, in all cases must be provided within five (5) calendar days upon request from Purchasing Agent. 63. REASONABLE ACCOMMODATION. In accordance with Title II of the Americans with Disabilities Act, any person requiring an accommodation at the Bid opening because of a disability must contact the Procurement Division. 64. SAMPLES. Bids submitted as an "equal" product must be accompanied with detailed specifications. Samples of items, when required, must be furnished free of expense and, if not destroyed, will, upon request, be returned at the bidder's expense. Bidders will be responsible for the removal of all samples furnished within (30) days after bid opening. All samples will be disposed of after thirty (30) days. Each individual sample must be labeled with the bidder's name. Failure of the bidder to either deliver required samples, or to clearly identify samples may be reason for rejection of the bid. Unless otherwise indicated, samples should be delivered to the Procurement Department, 1755 Meridian Avenue, 3rd Floor, Miami Beach, FL 33139. 65. SPECIAL CONDITIONS. Any and all Special Conditions that may vary from these General Terms and Conditions shall have precedence. 66. SPOT MARKET PURCHASES. It is the intent of the City to purchase the items specifically listed in this Bid from the successful bidder. However, the City reserves the right to purchase the items from state or other governmental contract, or on an as-needed basis through the City's spot market purchase provisions. 67. SUBSTITUTIONS. After award of contract, the City WILL NOT accept substitute shipments of any kind, without previous written approval. The bidder is expected to furnish the brand quoted in its bid. Any substitute shipments will be returned at the bidder's expense. 68. TAXES. The City of Miami Beach is exempt from all Federal Excise and State taxes. 69. TIE BIDS. In accordance with Florida Statues Section 287.087, regarding identical tie bids, preference will be given to bidders certifying that they have implemented a drug free work place program. A certification form will be required. In the event of a continued tie between two or more bidders after consideration of the drug free workplace program, the City's Local Preference and Veteran Preference ordinances will dictate the manner by which a tie is to be resolved. In the event of a continued tie after the Local and Veteran Preference ordinances have been applied or the tie exists between bidders that are not Local or Veteran, the breaking of the tie shall be at the City Manager's discretion, which will make a recommendation for award to the City Commission. 70. TERMINATION FOR DEFAULT. If the successful bidder shall fail to fulfill in a timely manner, or otherwise violate, any of the covenants, agreements, or stipulations material to the Bid and/or the contract entered into with the City pursuant thereto, the City shall thereupon have the right to terminate the work and/or services then remaining to be performed by giving written notice to the bidder of such termination, which shall become effective upon receipt by the bidder of the written termination notice. In that event, the City shall compensate the successful bidder in accordance with the term of the contract for all work and/or services satisfactorily performed by the bidder prior to termination, net of any costs incurred by the City as a 11/13/2019 12:13 PM p. 16 City of Miami Beach Bid 2020-055-AY MIAM[BEA CH Conditions). The Bidder may offer cash discounts for prompt payments; however, such discounts will not be considered in determining the lowest price during bid evaluation. Bidders are requested to provide prompt payment terms in the space provided on the Bid submittal signature page of the solicitation. Award, if made, will be in accordance with terms and conditions stated herein. Each item must be bid separately, and no attempt is to be made to tie any item or items in with any other item or items. Cash or quantity discounts offered will not be a consideration in determination of award of bid(s). 62. PRODUCT INFORMATION. Product literature, specifications, and technical information, including Manufacturer's Safety Data Sheets (MSDS) should be provided with this bid as an attachment to the "BID FORM". However, in all cases must be provided within five (5) calendar days upon request from Purchasing Agent. 63. REASONABLE ACCOMMODATION. In accordance with Title II of the Americans with Disabilities Act, any person requiring an accommodation at the Bid opening because of a disability must contact the Procurement Division. 64. SAMPLES. Bids submitted as an "equal" product must be accompanied with detailed specifications. Samples of items, when required, must be furnished free of expense and, if not destroyed, will, upon request, be returned at the bidder's expense. Bidders will be responsible for the removal of all samples furnished within (30) days after bid opening. All samples will be disposed of after thirty (30) days. Each individual sample must be labeled with the bidder's name. Failure of the bidder to either deliver required samples, or to clearly identify samples may be reason for rejection of the bid. Unless otherwise indicated, samples should be delivered to the Procurement Department, 1755 Meridian Avenue, 38 Floor, Miami Beach, FL 33139. 65. SPECIAL CONDITIONS. Any and all Special Conditions that may vary from these General Terms and Conditions shall have precedence. 66. SPOT MARKET PURCHASES. It is the intent of the City to purchase the items specifically listed in this Bid from the successful bidder. However, the City reserves the right to purchase the items from state or other governmental contract, or on an as-needed basis through the City's spot market purchase provisions. 67. SUBSTITUTIONS. After award of contract, the City WILL NOT accept substitute shipments of any kind, without previous written approval. The bidder is expected to furnish the brand quoted in its bid. Any substitute shipments will be returned at the bidder's expense. 68. TAXES. The City of Miami Beach is exempt from all Federal Excise and State taxes. 69. TIE BIDS. In accordance with Florida Statues Section 287.087, regarding identical tie bids, preference will be given to bidders certifying that they have implemented a drug free work place program. A certification form will be required. In the event of a continued tie between two or more bidders after consideration of the drug free workplace program, the City's Local Preference and Veteran Preference ordinances will dictate the manner by which a tie is to be resolved. In the event of a continued tie after the Local and Veteran Preference ordinances have been applied or the tie exists between bidders that are not Local or Veteran, the breaking of the tie shall be at the City Manager's discretion, which will make a recommendation for award to the City Commission. 70. TERMINATION FOR DEFAULT. If the successful bidder shall fail to fulfill in a timely manner, or otherwise violate, any of the covenants, agreements, or stipulations material to the Bid and/or the contract entered into with the City pursuant thereto, the City shall thereupon have the right to terminate the work and/or services then remaining to be performed by giving written notice to the bidder of such termination, which shall become effective upon receipt by the bidder of the written termination notice. In that event, the City shall compensate the successful bidder in accordance with the term of the contract for all work and/or services satisfactorily performed by the bidder prior to termination, net of any costs incurred by the City as a 11/13/2019 12:13 PM p. 16 City of Miami Beach Bid 2020-055-AY 11 -EACH consequence of the default. Notwithstanding the above, the successful bidder shall not be relieved of liability to the City for damages sustained by the City by virtue of any breach of the contract by the bidder, and the City may reasonably withhold payments to the successful bidder for the purposes of set off until such time as the exact amount of damages due the City from the successful bidder is determined. The City may, at its discretion, provide reasonable "cure period" for any contractual violation prior to termination of the contract; should the successful bidder fail to take the corrective action specified in the City's notice of default within the allotted cure period, then the City may proceed to terminate the contract for cause in accordance with this subsection 1.57. 71. TERMINATION FOR CONVENIENCE OF CITY. The City may, for its convenience, terminate the work and/or services then remaining to be performed, at any time, by giving written notice to the successful bidder of such termination, which shall become effective thirty (30) days following receipt by bidder of such notice. In that event, all finished or unfinished documents and other materials shall be properly delivered to the City. If the contract is terminated by the City as provided in this subsection, the City shall compensate the successful bidder in accordance with the terms of the contract for all and without cause and/or any resulting liability to the City, work and/or services actually performed by the successful bidder, and shall also compensate the bidder for its reasonable direct costs in assembling and delivering to City all documents. No compensation shall be due to the successful bidder for any profits that the successful bidder expected to earn on the balanced of the contract. Such payments shall be the total extent of the City's liability to the successful bidder upon a termination as provided for in this subsection. 72. ADDITIONAL ITEMS / SERVICES. Although this solicitation and resultant contract identifies specific goods, services or facilities ("items"), it is hereby agreed and understood that the City may require additional items to be added to the Contract which are ancillary or supplemental to the items specified herein and required to complete the work. When additional items are required to be added to the Contract, awarded vendor(s), as applicable to the item being requested, under this contract may be invited to submit price quote(s) for the additional items. If these quote(s) are determined to be fair and reasonable, then the additional items will be awarded to the current contract vendor(s) through either a Purchase Order (or Change Order if Purchase Order already exists) or an amendment to the Contract. Additional items with a cumulative value of $50,000 or less may be approved by the City Manager. City Commission approval is required for additional items with a cumulative value greater than $50,000. The City may determine to obtain price quotes for the additional items from other vendors in the event that fair and reasonable pricing is not obtained from the current contract vendors, or for other reasons at the City's discretion. 11/13/2019 12:13 PM p. 17 City of Miami Beach Bid 2020-055-AY consequence of the default. Notwithstanding the above, the successful bidder shall not be relieved of liability to the City for damages sustained by the City by virtue of any breach of the contract by the bidder, and the City may reasonably withhold payments to the successful bidder for the purposes of set off until such time as the exact amount of damages due the City from the successful bidder is determined. The City may, at its discretion, provide reasonable "cure period" for any contractual violation prior to termination of the contract; should the successful bidder fail to take the corrective action specified in the City's notice of default within the allotted cure period, then the City may proceed to terminate the contract for cause in accordance with this subsection 1.57. 71. TERMINATION FOR CONVENIENCE OF CITY. The City may, for its convenience, terminate the work and/or services then remaining to be performed, at any time, by giving written notice to the successful bidder of such termination, which shall become effective thirty (30) days following receipt by bidder of such notice. In that event, all finished or unfinished documents and other materials shall be properly delivered to the City. If the contract is terminated by the City as provided in this subsection, the City shall compensate the successful bidder in accordance with the terms of the contract for all and without cause and/or any resulting liability to the City, work and/or services actually performed by the successful bidder, and shall also compensate the bidder for its reasonable direct costs in assembling and delivering to City all documents. No compensation shall be due to the successful bidder for any profits that the successful bidder expected to earn on the balanced of the contract. Such payments shall be the total extent of the City's liability to the successful bidder upon a termination as provided for in this subsection. 72. ADDITIONAL ITEMS / SERVICES. Although this solicitation and resultant contract identifies specific goods, services or facilities ("items"), it is hereby agreed and understood that the City may require additional items to be added to the Contract which are ancillary or supplemental to the items specified herein and required to complete the work. When additional items are required to be added to the Contract, awarded vendor(s), as applicable to the item' being requested, under this contract may be invited to submit price quote(s) for the additional items. If these quote(s) are determined to be fair and reasonable, then the additional items will be awarded to the current contract vendor(s) through either a Purchase Order (or Change Order if Purchase Order already exists) or an amendment to the Contract. Additional items with a cumulative value of $50,000 or less may be approved by the City Manager. City Commission approval is required for additional items with a cumulative value greater than $50,000. The City may determine to obtain price quotes for the additional items from other vendors in the event that fair and reasonable pricing is not obtained from the current contract vendors, or for other reasons at the City's discretion. 11/13/201912:13 PM p. 17 City of Miami Beach Bid 2020-055-AY ')EACH SECTION 0300 PROPOSAL SUBMITTAL INSTRUCTIONS AND FORMAT 1. SEALED BIDS. One original Bid Proposal (preferably in 3-ring binder) must be submitted in an opaque, sealed envelope or container on or before the due date established for the receipt of bids. Additionally, three (3) bound copies and one (1) electronic format (CD or USB format) are to be submitted, with the original submission or within three (3) calendar days upon request from the City. The following information should be clearly marked on the face of the envelope or container in which the bid is submitted: Bid Number, Bid Title, Bidders Name, Bidder Return Address. Bids received electronically, either through email or facsimile, are not acceptable and will be rejected. 2. BID PROPOSAL. The Bid Proposal is to include the following: • TAB 1 — Cost Proposal Form (Appendix E). The Cost Proposal Form (Appendix E) shall be completed mechanically or, if manually, in ink. Cost Proposal Forms submitted in pencil shall be deemed non- responsive. All corrections on the Cost Proposal Form shall be initialed. FAILURE TO SUBMIT THE MOST RECENT COST PROPOSAL FORM (EITHER INCLUDED IN THE ORIGINAL ITB OR RELEASED VIA AN ADDENDUM) MAY RESULT IN BID BEING DEEMED NOT RESPONSIVE AND NOT BEING FURTHER CONSIDERED. • TAB 2 - Bid Certification, Questionnaire and Affidavits (Appendix A). • TAB 3 — Minimum Requirements Submission The City reserves the right to request any documentation omitted, with exception of the Cost Proposal Form (Appendix E), Proposal Certification, Questionnaire & Requirements Affidavit (Appendix A), and Bid Bond (if applicable). Bid Submittals received that do not include the Cost Proposal Form, completed as required and fully executed, or Bid Bond (if applicable) 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. 2. LATE BIDS. Bid Proposals are to be received on or before the due date established herein for the receipt of Bids. Any Bid received after the deadline established for receipt of proposals will be considered late and not be accepted or will be returned to Proposer unopened. The City does not accept responsibility for any delays, natural or otherwise. 11/13/2019 12:13 PM p. 18 City of Miami Beach Bid 2020-055-AY SECTION 0300 PROPOSAL SUBMITTAL INSTRUCTIONS AND FORMAT 1. SEALED BIDS. One original Bid Proposal (preferably in 3-ring binder) must be submitted in an opaque, sealed envelope or container on or before the due date established for the receipt of bids. Additionally, three (3) bound copies and one (1) electronic format (CD or USB format) are to be submitted, with the original submission or within three (3) calendar days upon request from the City. The following information should be clearly marked on the face of the envelope or container in which the bid is submitted: Bid Number, Bid Title, Bidders Name, Bidder Return Address. Bids received electronically, either through email or facsimile, are not acceptable and will be rejected. 2. BID PROPOSAL. The Bid Proposal is to include the following: • TAB 1- Cost Proposal Form (Appendix E). The Cost Proposal Form (Appendix E) 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. • TAB 2- Bid Certification, Questionnaire and Affidavits (Appendix A). • TAB 3- Minimum Requirements Submission The City reserves the right to request any documentation omitted, with exception of the Cost Proposal Form (Appendix E), Proposal Certification, Questionnaire & Requirements Affidavit (Appendix A), and Bid Bond (if applicable). Bid Submittals received that do not include the Cost Proposal Form, completed as required and fully executed, or Bid Bond (if applicable) 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. 2. LATE BIDS. Bid Proposals are to be received on or before the due date established herein for the receipt of Bids. Any Bid received after the deadline established for receipt of proposals will be considered late and not be accepted or will be returned to Proposer unopened. The City does not accept responsibility for any delays, natural or otherwise. 11/13/2019 12:13 PM p. 18 City of Miami Beach Bid 2020-055-AY APPENDIX "A" Proposal Certification, Questionnaire & Requirements Affidavit ITB 2020-055-AY TEMPORARY STAFFING SERVICES PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 11/13/2019 12:13 PM P. 19 City of Miami Beach Bid 2020-055-AY APPENDIX "A" ] I 4 !! Proposal C ertificat ion , Q uestionnaire & Requirements Affidavit 1TB 2020-055-A Y TEMPORARY STAFFING SERVICES PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3d Floor Miami Beach, Florida 33139 11/13/201912:13 PM p. 19 Name of Proposer 's Authorized Representative: Title of Proposer 's Authorized Representative: Signature of Proposer 's Authorized Representative: Date: City of Miami Beach Bid 2020-055-AY Solicitation No: 2020-045-AY Solicitation Title: TEMPORARY STAFFING SERVICES Procurement Contact: Arju Yudasto Tel: (305) 673-7490 #26695 Email: ArjuYudasto@miamibeachfl.gov PROPOSER'S NAME: NO. OF YEARS IN BUSINESS: NO. OF YEARS IN BUSINESS LOCALLY: NO. OF EMPLOYEES: OTHER NAME(S) PROPOSER HAS OPERATED UNDER IN THE LAST 10 YEARS: FIRM PRIMARY ADDRESS (HEADQUARTERS): CITY: STATE: ZIP CODE: TELEPHONE NO.: TOLL FREE NO.: FAX NO.: FIRM LOCAL ADDRESS: CITY: STATE: ZIP CODE: PRIMARY ACCOUNT REPRESENTATIVE FOR THIS ENGAGEMENT: ACCOUNT REP TELEPHONE NO.: ACCOUNT REP TOLL FREE NO.: ACCOUNT REP EMAIL: FEDERAL TAX IDENTIFICATION NO.: Except as stipulated in General Condition 36, Proposer agrees: to complete and unconditional acceptance of the terms and conditions of this document, inclusive of this solicitation, all specifications, attachments, exhibits and appendices and the contents of any Addenda released hereto; to be bound, at a minimum, to any and all specifications, terms and conditions contained herein or Addenda; that the Proposer has not divulged, discussed, or compared the proposal with other Proposals and has not colluded with any other proposer or party to any other proposal; that proposer acknowledges that all information contained herein is part of the public domain as defined by the State of Florida Sunshine and Public Records Laws; that all responses, data and information contained in the proposal are true and accurate. 11/13/2019 12:13 PM p. 20 City of Miami Beach Bid 2020-055-A Y Solicitation No: Solicitation Title: 2020-045-A Y TEMPORARY STAFFING SERVICES Procurement Contact: Tel: I Email: Ariu Yudasto (305) 673-7490 #26695 AriuYudasto@miamibeachfl.aov PROPOSER 'S NAME: NO. OF YEARS IN BUSINESS: I NO. OF YEARS IN BUSINESS I NO. OF EMPLOYEES: LOCALLY: OTHER NAME(S) PROPOSER HAS OPERATED UNDER IN THE LAST 10 YEARS: FIRM PRIMARY ADDRESS (HEADQUARTER S): CITY: STATE: I ZIPCODE: TELEPHONE NO.: TO LL FREE NO.: FAX NO.: FIRM LOCAL ADDRESS: CITY: STATE: I ZIP CODE: PRIMARY ACCOUNT REPRESENTATIVE FOR TH IS ENGAGEMENT: ACCOUNT REP TELEPHONE NO.: ACCOUNT REP TO LL FREE NO.: ACCOUNT REP EMAIL: FEDERAL TAX IDENTIFICATION NO.: Except as stipulated in General Condition 36, Proposer agrees: to complete and unconditional acceptance of the terms and conditions of this document, inclusive of this solicitation, all specifications, attachments, exhibits and appendices and the contents of any Addenda released hereto; to be bound, at a minimum, to any and all specifications, terms and conditions contained herein or Addenda; that the Proposer has not divulged, discussed, or compared the proposal with other Proposals and has not colluded with any other proposer or party to any other proposal; that proposer acknowledges that all information contained herein is part of the public domain as defined by the State of Florida Sunshine and Public Records Laws; that all responses, data and information contained in the proposal are true and accurate. Name of Proposer's Authorized Representative: Title of Proposer's Authorized Representative: Signature of Proposer's Authorized Representative: Date: 11/13/2019 12:13 PM p. 20 Name of Proposer 's Authorized Representative: Title of Proposer 's Authorized Representative: Signature of Proposer 's Authorized Representative: Date: City of Miami Beach Bid 2020-055-AY APPENDIX A2 - QUESTIONNAIRE AND REQUIREMENTS AFFIDAVIT FORM The purpose of this Proposal Certification, Questionnaire and Requirements Affidavit Form is to inform prospective Proposers of certain solicitation and contractual requirements, and to collect necessary information from Proposers in order that certain portions of responsiveness, responsibility and other determining factors and compliance with requirements may be evaluated. Attach any requested information. Conflict Of Interest. All Proposers must disclose, in their Proposal, the name(s) of any officer, director, agent, or immediate family member (spouse, parent, sibling, and child) who is also an employee of the City of Miami Beach. Further, all Proposers must disclose the name of any City employee who owns, either directly or indirectly, an interest of ten (10%) percent or more in the Proposer entity or any of its affiliates. SUBMITTAL REQUIREMENT: Proposers must disclose the name(s) of any officer, director, agent, or immediate family member (spouse, parent, sibling, and child) who is also an employee of the City of Miami Beach. Proposers must also disclose the name of any City employee who owns, either directly or indirectly, an interest of ten (10%) percent or more in the Proposer entity or any of its affiliates 2. References & Past Performance. Proposer shall attach at least three (3) references for whom the Proposer has completed work similar in size and nature as the work referenced in solicitation. SUBMITTAL REQUIREMENT: For each reference submitted, the following information is required: 1) Firm Name, 2) Contact Individual Name & Title, 3) Address, 4) Telephone, 5) Contact's Email and 6) Narrative on Scope of Services Provided. 3. Suspension, Debarment or Contract Cancellation. Has Proposer ever been debarred, suspended or other legal violation, or had a contract cancelled due to non- erformance by any public sector agency? YES NO SUBMITTAL REQUIREMENT: If answer to above is "YES," Proposer shall submit a statement detailing the reasons that led to action(s). 4. Vendor Campaign Contributions. Proposers are expected to be or become familiar with, the City's Campaign Finance Reform laws, as codified in Sections 2-487 through 2-490 of the City Code. Proposers shall be solely responsible for ensuring that all applicable provisions of the City's Campaign Finance Reform laws are complied with, and shall be subject to any and all sanctions, as prescribed therein, including disqualification of their Proposals, in the event of such non-compliance. SUBMITTAL REQUIREMENT: Submit the names of all individuals or entities (including your sub- consultants) with a controlling financial interest as defined in solicitation. For each individual or entity with a controlling financial interest indicate whether or not each individual or entity has contributed to the campaign either directly or indirectly, of a candidate who has been elected to the office of Mayor or City Commissioner for the City of Miami Beach. 5. Living Wage. Pursuant to Section 2-408 of the City of Miami Beach Code, as same may be amended from time to time, covered employees shall be paid the required living wage rates listed below: 1. Effective January 1, 2018, covered employees must be paid a living wage rate of no less than $11.62 per hour with health care benefits of at least $2.26 per hour, or a living wage rate of no less than $13.88 per hour without health care benefits. 2. Effective January 1, 2019, covered employees must be paid a living wage rate of no less than $11.70 per hour with health care benefits of at least $2.74 per hour, or a living wage rate of no less than $14.44 per hour without health care benefits. 11/13/2019 12:13 PM p. 21 City of Miami Beach Bid 2020-055-A Y APPENDIX A2 - QUESTIONNAIRE AND REQUIREMENTS AFFIDAVIT FORM The purpose of this Proposal Certification, Questionnaire and Requirements Affidavit Form is to inform prospective Proposers of certain solicitation and contractual requirements, and to collect necessary information from Proposers in order that certain portions of responsiveness, responsibility and other determining factors and compliance with requirements may be evaluated. Attach any requested information. Nam e of Pro poser's Authorized Representative: Title of Proposer's Authorized Representative: Signature of Proposer's Authorized Representative: Date: 1. Conflict Of Interest. All Proposers must disclose, in their Proposal, the name(s) of any officer, director, agent, or immediate family member (spouse, parent, sibling, and child) who is also an employee of the City of Miami Beach. Further, all Proposers must disclose the name of any City employee who owns, either directly or indirectly, an interest of ten (10%) percent or more in the Proposer entity or any of its affiliates. SUBMITTAL REQUIREMENT: Proposers must disclose the name(s) of any officer, director, agent, or immediate family member (spouse, parent, sibling, and child) who is also an employee of the City of Miami Beach. Proposers must also disclose the name of any City employee who owns, either directly or indirectly, an interest of ten (10%) percent or more in the Proposer entity or any of its affiliates 2. References & Past Performance. Proposer shall attach at least three (3) references for whom the Proposer has completed work similar in size and nature as the work referenced in solicitation. SUBMITTAL REQUIREMENT: For each reference submitted, the following information is required: 1) Firm Name, 2) Contact Individual Name & Title, 3) Address, 4) Telephone, 5) Contact's Email and 6) Narrative on Scope of Services Provided. 3. Suspension, Debarment or Contract Cancellation. Has Proposer ever been debarred, suspended or other legal violation, or had a contract cancelled due ti non-p¡rrormance by any public sector agency? [ Jrs o SUBMITTAL REQUIREMENT: If answer to above is "YES," Proposer shall submit a statement detailing the reasons that led to action(s). 4. Vendor Campaign Contributions. Proposers are expected to be or become familiar with, the City's Campaign Finance Reform laws, as codified in Sections 2-487 through 2-490 of the City Code. Proposers shall be solely responsible for ensuring that all applicable provisions of the City's Campaign Finance Reform laws are complied with, and shall be subject to any and all sanctions, as prescribed therein, including disqualification of their Proposals, in the event of such non-compliance. 5. SUBMITTAL REQUIREMENT: Submit the names of all individuals or entities (including your sub- consultants) with a controlling financial interest as defined in solicitation. For each individual or entity with a controlling financial interest indicate whether or not each individual or entity has contributed to the campaign either directly or indirectly, of a candidate who has been elected to the office of Mayor or City Commissioner for the City of Miami Beach. Living Wage. Pursuant to Section 2-408 of the City of Miami Beach Code, as same may be amended from time to time, covered employees shall be paid the required living wage rates listed below: 1. Effective January 1, 2018, covered employees must be paid a living wage rate of no less than $11.62 per hour with health care benefits of at least $2.26 per hour, or a living wage rate of no less than $13.88 per hour without health care benefits. 2. Effective January 1, 2019, covered employees must be paid a living wage rate of no less than $11.70 per hour with health care benefits of at least $2.74 per hour, or a living wage rate of no less than $14.44 per hour without health care benefits. 11/13/2019 12:13 PM p.21 City of Miami Beach Bid 2020-055-AY 3. Effective January 1, 2020, covered employees must be paid a living wage rate of no less than $11.78 per hour with health care benefits of at least $3.22 per hour, or a living wage rate of no less than$15.00 per hour without health care benefits. The living wage rate and health care benefits rate may, by Resolution of the City Commission be indexed annually for inflation using the Consumer Price Index for all Urban Consumers (CPI-U) Miami/Ft. Lauderdale, issued by the U.S. Department of Labor's Bureau of Labor Statistics. Notwithstanding the preceding, no annual index shall exceed three percent (3%). The City may also, by resolution, elect not to index the living wage rate in any particular year, if it determines it would not be fiscally sound to implement same (in a particular year). Proposers' failure to comply with this provision shall be deemed a material breach under this proposal, under which the City may, at its sole option, immediately deem said Proposer as non-responsive, and may further subject Proposer to additional penalties and fines, as provided in the City's Living Wage Ordinance, as amended. Further information on the Living Wage requirement is available at http://www.miamibeachfl.qov/city-hall/procurement/procurement-related-ordinance-and-procedures/ Any payroll request made by the City during the contract term shall be completed electronically via the City's electronic compliance portal, LCP Tracker (LCPTracker.net). SUBMITTAL REQUIREMENT: Indicate below that Proposer agrees to the living wage requirement. Failure Ic2iree shall result in roposal disqualification. YES NO 6. Equal Benefits for Employees with Spouses and Employees with Domestic Partners. When awarding competitively solicited contracts valued at over $100,000 whose contractors maintain 51 or more full time employees on their payrolls during 20 or more calendar work weeks, the Equal Benefits for Domestic Partners Ordinance 2005-3494 requires certain contractors doing business with the City of Miami Beach, who are awarded a contract pursuant to competitive proposals, to provide "Equal Benefits" to their employees with domestic partners, as they provide to employees with spouses. The Ordinance applies to all employees of a Contractor who work within the City limits of the City of Miami Beach, Florida; and the Contractor's employees located in the United States, but outside of the City of Miami Beach limits, who are directly performing work on the contract within the City of Miami Beach. • Does your company provide or offer access to any benefits to employees with spouses or to spouses of employees? YES NO • Does your company provide or offer access to any benefits to employees with (same or opposite sex) domestic partners* or to domestic artners of emplo ees? YES NO • Please check all benefits that apply to your answers above and list in the "other" section any additional benefits not already specified. Note: some benefits are provided to employees because they have a spouse or domestic partner, such as bereavement leave; other benefits are provided directly to the spouse or domestic partner, such as medical insurance. BENEFIT Firm Provides for Employees with Spouses Firm Provides for Employees with Domestic Partners Firm does not Provide Benefit Health Sick Leave Family Medical Leave Bereavement Leave If Proposer cannot offer a benefit to domestic partners because of reasons outside your control, e.g., there are no insurance providers in your area willing to offer domestic partner coverage) you may be eligible for Reasonable Measures compliance. To comply on this basis, you must agree to pay a cash equivalent and submit a completed Reasonable Measures Application (attached) with all necessary documentation. Your Reasonable Measures Application will be reviewed for consideration by the City Manager, or his designee. 11/13/2019 12:13 PM p. 22 City of Miami Beach Bid 2020-055-AY 6. 3. Effective January 1, 2020, covered employees must be paid a living wage rate of no less than $11.78 per hour with health care benefits of at least $3.22 per hour, or a living wage rate of no less than$15.00 per hour without health care benefits. The living wage rate and health care benefits rate may, by Resolution of the City Commission be indexed annually for inflation using the Consumer Price Index for all Urban Consumers (CPI-U) Miami/Ft. Lauderdale, issued by the U.S. Department of Labor's Bureau of Labor Statistics. Notwithstanding the preceding, no annual index shall exceed three percent (3%). The City may also, by resolution, elect not to index the living wage rate in any particular year, if it determines it would not be fiscally sound to implement same (in a particular year). Proposers' failure to comply with this provision shall be deemed a material breach under this proposal, under which the City may, at its sole option, immediately deem said Proposer as non-responsive, and may further subject Proposer to additional penalties and fines, as provided in the City's Living Wage Ordinance, as amended. Further information on the Living Wage requirement is available at http://www.miamibeachfl.gov/city-hall/procurement/procurement-related-ordinance-and-procedures/ Any payroll request made by the City during the contract term shall be completed electronically via the City's electronic compliance portal, LCP Tracker (LCPTracker.net). SUBMITTAL REQUIREMENT: Indicate below that Proposer agrees to the living wage requirement. Failure , to agree shall result in pryosal disqualification. L ]YES NO Equal Benefits for Employees with Spouses and Employees with Domestic Partners. When awarding competitively solicited contracts valued at over $100,000 whose contractors maintain 51 or more full time employees on their payrolls during 20 or more calendar work weeks, the Equal Benefits for Domestic Partners Ordinance 2005-3494 requires certain contractors doing business with the City of Miami Beach, who are awarded a contract pursuant to competitive proposals, to provide "Equal Benefits" to their employees with domestic partners, as they provide to employees with spouses. The Ordinance applies to all employees of a Contractor who work within the City limits of the City of Miami Beach, Florida; and the Contractor's employees located in the United States, but outside of the City of Miami Beach limits, who are directly performing work on the contract within the City of Miami Beach. • Does your company provide or offer access to any benefits to employees with spouses or to spouses of employees? L re L Jo • • Does your company provide or offer access to any benefits to employees with (same or opposite sex) domestic partners* or to do1estic Jartners of em,loyeey YES NO Please check all benefits that apply to your answers above and list in the "other" section any additional benefits not already specified. Note: some benefits are provided to employees because they have a spouse or domestic partner, such as bereavement leave; other benefits are provided directly to the spouse or domestic partner, such 1 as medical insurance. BENEFIT Firm Provides for Firm Provides for Firm does not Employees with Employees with Provide Benefit Spouses Domestic Partners Health Sick Leave Family Medical Leave Bereavement Leave If Proposer cannot offer a benefit to domestic partners because of reasons outside your control, (e.g., there are no insurance providers in your area willing to offer domestic partner coverage) you may be eligible for Reasonable Measures compliance. To comply on this basis, you must agree to pay a cash equivalent and submit a completed Reasonable Measures Application (attached) with all necessary documentation. Your Reasonable Measures Application will be reviewed for consideration by the City Manager, or his designee. 11/13/201912:13 PM p.22 City of Miami Beach Bid 2020-055-AY Approval is not guaranteed and the City Manager's decision is final. Further information on the Equal Benefits requirement is available at http://www.miamibeachfl.qov/city-hall/procurement/procurement-related- ordinance-and-procedures/ 7. Moratorium on Travel to and the Purchase of Goods or Services from North Carolina and Mississippi. Pursuant to Resolution 2016-29375, the City of Miami Beach, Florida, prohibits official City travel to the states of North Carolina and Mississippi, as well as the purchase of goods or services sourced in North Carolina and Mississippi. Proposer shall agree that no travel shall occur on behalf of the City to North Carolina or Mississippi, nor shall any product or services it provides to the City be sourced from these states. SUBMITTAL REQUIREMENT: Proposer agrees it is and shall remain in full compliance with Resolution 2016-29375. Failure to agree shall result in proposal dis ualification. YES NO 8. Acknowledgement of Addendum. After issuance of solicitation, the City may release one or more addendum to the solicitation which may provide additional information to Proposers or alter solicitation requirements. The City will strive to reach every Proposer having received solicitation through the City's e- procurement system, PublicPurchase.com. However, Proposers are solely responsible for assuring they have received any and all addendum issued pursuant to solicitation. This Acknowledgement of Addendum section certifies that the Proposer has received all addendum released by the City pursuant to this solicitation. Failure to obtain and acknowledge receipt of all addenda may result in proposal disqualification. Initial to Confirm Receipt Initial to Confirm Receipt 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 [REMAINDER OF THIS PAGE LEFT INTENTIONALLY BLANK] 11/13/2019 12:13 PM p. 23 City of Miami Beach Bid 2020-055-A Y Approval is not guaranteed and the City Manager's decision is final. Further information on the Equal Benefits requirement is available at http://www.miamibeachfl.gov/city-hall/procurement/procurement-related- ordinance-and-procedures/ 7. Moratorium on Travel to and the Purchase of Goods or Services from North Carolina and Mississippi. Pursuant to Resolution 2016-29375, the City of Miami Beach, Florida, prohibits official City travel to the states of North Carolina and Mississippi, as well as the purchase of goods or services sourced in North Carolina and Mississippi. Proposer shall agree that no travel shall occur on behalf of the City to North Carolina or Mississippi, nor shall any product or services it provides to the City be sourced from these states. SUBMITTAL REQUIREMENT: Proposer agrees it is and shall remain in full compliance with Resolution 2016-29375. Failure to agree shall result in propolal disralification. LJrs wo 8. Acknowledgement of Addendum. After issuance of solicitation, the City may release one or more addendum to the solicitation which may provide additional information to Proposers or alter solicitation requirements. The City will strive to reach every Proposer having received solicitation through the City's e- procurement system, PublicPurchase.com. However, Proposers are solely responsible for assuring they have received any and all addendum issued pursuant to solicitation. This Acknowledgement of Addendum section certifies that the Proposer has received all addendum released by the City pursuant to this solicitation. Failure to obtain and acknowledge receipt of all addenda may result in proposal disqualification. Initial to Confirm Initial to Confirm Initial to Confirm Receipt Receipt 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 [REMAINDER OF THIS PAGE LEFT INTENTIONALLY BLANK] 11/13/2019 12:13 PM p.23 ' * • City of Miami Beach Bid 2020-055-AY APPENDIX B "No Bid" Form ITB 2020-055-AY TEMPORARY STAFFING SERVICES PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 11/13/2019 12:13 PM p. 24 City of Miami Beach Bid 2020-055-AY APPENDIX B 4 I "No Bid" Form 1TB 2020-055-A Y TEMPORARY STAFFING SERVICES PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3d Floor Miami Beach, Florida 33139 11/13/201912:13 PM p.24 City of Miami Beach Bid 2020-055-AY Statement of No Bid WE HAVE ELECTED NOT TO SUBMIT A PROPOSAL AT THIS TIME FOR REASON(S) CHECKED AND/OR INDICATED BELOW: Workload does not allow us to proposal Insufficient time to respond Specifications unclear or too restrictive Unable to meet specifications Unable to meet service requirements Unable to meet insurance requirements Do not offer this product/service _OTHER. (Please specify) We do do not want to be retained on your mailing list for future proposals of this type product and/or service. Signature: Title: Legal Company Name: Note: Failure to respond, either by submitting a proposal or this completed form, may result in your company being removed from our vendors list. PLEASE RETURN TO: CITY OF MIAMI BEACH PROCUREMENT DEPARTMENT ATTN: Arju Yudasto, Procurement Contracting Officer I PROPOSAL # 2020-055-AY 1755 MERIDIAN AVENUE, 3' FLOOR MIAMI BEACH, FL 33139 ITB 2020-055-AY 11/13/2019 12:13 PM p. 25 City of Miami Beach Bid 2020-055-AY Statement of No Bid WE HAVE ELECTED NOT TO SUBMIT A PROPOSAL AT THIS TIME FOR REASON(S) CHECKED AND/OR INDICATED BELOW: Workload does not allow us to proposal _Insufficient time to respond Specifications unclear or too restrictive Unable to meet specifications _Unable to meet service requirements _Unable to meet insurance requirements _Do not offer this product/service _OTHER. (Please specify) We do_ do not_ want to be retained on your mailing list for future proposals of this type product and/or service. Signature: _ Title: _ Legal Company Name: _ Note: Failure to respond, either by submitting a proposal or this completed form, may result in your company being removed from our vendors list. PLEASE RETURN TO: CITY OF MIAMI BEACH PROCUREMENT DEPARTMENT ATTN: Arju Yudasto, Procurement Contracting Officer I PROPOSAL # 2020-055-AY 1755 MERIDIAN AVENUE, 3' FLOOR MIAMI BEACH, FL 33139 11/13/201912:13 PM p. 25 City of Miami Beach Bid 2020-055-AY APPENDIX C Iv1iAM BE Minimum Requirements & Specifications ITB 2020-055-AY TEMPORARY STAFFING SERVICES PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 ITB 2020-055-AY 11/13/2019 12:13 PM p. 26 City of Miami Beach Bid 2020-055-A Y APPENDIX C M in im u m R e q u ire m e n ts & S p e c ifi c a tio n s 1TB 2020-055-A Y TEMPORARY STAFFING SERVICES PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3d Floor Miami Beach, Florida 33139 e fp53767e,y e o 11/13/2019 12:13 PM p. 26 City of Miami Beach Bid 2020-055-AY C1. Minimum Eligibility Requirements. Bidders must submit evidence that they are qualified to satisfactorily perform the specified services. Additionally, 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. 1. Firm or Principal shall have provided services similar in scope and volume, at the City's sole discretion, to those described herein to at least two (2) private or public entities in the last five (5) years. For each qualifying entity, provide: name and address of entity, service period, entity representative, telephone and email address. Submittal Requirements: For all qualifying projects submitted, Bidder shall submit at a minimum the following information: 1) Firm Name, 2) Contact Individual Name & Title, 3) Address, 4) Telephone number, 5) Contact's Email, 6) Narrative on Scope of Services Provided, 7) Contract amount and completion date and 8) Historical Significance (if any), including original date of completion. Inability to verify project information may result in the submittal being found non-responsive C2. Statement of Work Required. The successful bidder(s) shall provide the City of Miami Beach, on an as needed basis, with temporary personnel with the skill, knowledge and experience required by the City, to perform as a temporary agency employee, the duties, functions and responsibilities of the positions requested. C3. Specifications. 3.1 Administrative and Industrial- Temporary Professional Services 1. Candidates Submitted for the City's Consideration. Upon request from the City Firm shall provide candidates for the job classifications requested by the specific department at the time and place requested. Typically, three or more candidates are required to be submitted for each vacancy at the discretion of the requesting department. Candidates shall be provided at no cost to the City. If the primary vendor fails to provide qualified individuals for the job classification requested within the specified lead time, the City will request the services of the secondary and/or tertiary vendor. 2. Firm agrees to provide only skilled, knowledgeable and experienced personnel to perform services on a temporary basis to the City. Firm also agree to provide the City information on any candidate(s) whose quality of services had been previously determined to be unsatisfactory by any City department. 3. Background Checks. Any temporary staffing employee selected for placement in a City department must successfully complete a background check conducted by the City using the Florida Department of Law Enforcement (FDLE) Volunteer and Employee Criminal History System (VECHS). Drug Testing should be conducted in accordance with Title 49, Code of Federal Regulations, Part 40. The successful bidder(s) must provide 10 Panel drug testing of all personnel supplied to the City, and proof of drug test prior to the acceptance of any personnel approval for an assignment. Bidder's employees must test negative in order to begin work on any City assignment. Bidder shall bear all cost associated with the initial drug tests. ITB 2020-055-AY 11/13/2019 12:13 PM p. 27 City of Miami Beach Bid 2020-055-A Y C1. Minimum Eligibility Requirements. Bidders must submit evidence that they are qualified to satisfactorily perform the specified services. Additionally, 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. 1. Firm or Principal shall have provided services similar in scope and volume, at the City's sole discretion, to those described herein to at least two (2) private or public entities in the last five (5) years. For each qualifying entity, provide: name and address of entity, service period, entity representative, telephone and email address. Submittal Requirements: For all qualifying projects submitted, Bidder shall submit at a minimum the following information: 1) Firm Name, 2) Contact Individual Name & Title, 3) Address, 4) Telephone number, 5) Contact's Email, 6) Narrative on Scope of Services Provided, 7) Contract amount and completion date and 8) Historical Significance (if any), including original date of completion. Inability to verify project information may result in the submittal being found non-responsive C2. Statement of Work Required. The successful bidder(s) shall provide the City of Miami Beach, on an as needed basis, with temporary personnel with the skill, knowledge and experience required by the City, to perform as a temporary agency employee, the duties, functions and responsibilities of the positions requested. C3. Specifications. 3.1 Administrative and Industrial- Temporary Professional Services 1. Candidates Submitted for the City's Consideration. Upon request from the City Firm shall provide candidates for the job classifications requested by the specific department at the time and place requested. Typically, three or more candidates are required to be submitted for each vacancy at the discretion of the requesting department. Candidates shall be provided at no cost to the City. If the primary vendor fails to provide qualified individuals for the job classification requested within the specified lead time, the City will request the services of the secondary and/or tertiary vendor. 2. Firm agrees to provide only skilled, knowledgeable and experienced personnel to perform services on a temporary basis to the City. Firm also agree to provide the City information on any candidate(s) whose quality of services had been previously determined to be unsatisfactory by any City department. 3. Background Checks. Any temporary staffing employee selected for placement in a City department must successfully complete a background check conducted by the City using the Florida Department of Law Enforcement (FOLE) Volunteer and Employee Criminal History System (VECHS). Drug Testing should be conducted in accordance with Title 49, Code of Federal Regulations, Part 40. The successful bidder(s) must provide 1 O Panel drug testing of all personnel supplied to the City, and proof of drug test prior to the acceptance of any personnel approval for an assignment. Bidder's employees must test negative in order to begin work on any City assignment. Bidder shall bear all cost associated with the initial drug tests. 11/13/2019 12:13 PM p. 27 City of Miami Beach Bid 2020-055-AY The City's current 11- panel drug test and cut-off levels are as follows: Drugs Initial Test Level GC/MS Confirm Test Level Amphetamines 1000 ng/ml 500 ng/ml Barbiturates 300 ng/ml 150 ng/ml Benzodiazepines 300 ng/ml 150 ng/ml Cocaine metabolites 300 ng/ml 150 ng/ml Marijuana metabolites 50 ng/ml 15 ng/ml Methadone 300 ng/ml 150 ng/ml Methaqualone 300 ng/ml 150 ng/ml Methylenedioxya mphetamine (MDA) Analogoues 500 ng/ml 250 ng/ml Opiates 2000 ng/ml 2000 ng/ml Phencyclidne 25 ng/ml 25 ng/ml Propoxphene 300 ng/ml 150 ng/ml In the case of an alcohol test, a result of 0.04 or greater constitutes a positive result. A confirmation breathalyzer test shall be administered following the initial test in accordance with the procedures in Title 49 Code of Federal Regulations, Part 40. In no case shall a candidate who tests positive for drugs or alcohol be submitted as a candidate for City assignment. 4. The City's representative and successful bidder shall mutually agree on the hourly salary, job description, minimum qualifications, duties and responsibilities for each position, as needed. The overhead and expenses markup proposed shall be added to the Temporary Employees' pay rate to determine the bill rate. No other fees or taxes are allowed 5. Firm must inform the City of any temporary staffing employee who will be accepted for assignment at the City when currently on assignment elsewhere. 6. No substitution of staff with lower skill-base will be acceptable without the prior approval of the City. 7. The Firm agrees not to place an individual in any City department without the approval of the Human Resources Department. 8. The Firm agrees not to place any individual in a temporary assignment with the City who was previously employed by the City as a regular employee without prior approval of the Human Resources Department. 9. Upon request from the City, Firm must immediately replace any personnel providing services whose quality of services is unsatisfactory to that City department. The City will not be charged for unsatisfactory services. The City will exclusively determine if the quality of the services of any temporary personnel is satisfactory or unsatisfactory. 10. Should any person terminate employment with the Firm while such person is providing services to the City department, Firm must agree to immediately replace such person with a person having similar skill, knowledge and experience (with prior approval of the City). ITB 2020-055-AY 11/13/2019 12:13 PM p. 28 City of Miami Beach Bid 2020-055-AY The City's current 11- panel drug test and cut-off levels are as follows: Initial Test GC/MS Confirm Test Drugs Level Level Amphetamines 1000 ng/ml 500 ng/ml Barbiturates 300 ng/ml 150 ng/ml Benzodiazepines 300 ng/ml 150 ng/ml Cocaine metabolites 300 ng/ml 150 ng/ml Marijuana metabolites 50 ng/ml 15 ng/ml Methadone 300 ng/ml 150 ng/ml Methaqualone 300 ng/ml 150 ng/ml Methylenedioxyamphetamine 500 ng/ml 250 ng/ml (MOA) Analogoues Opiates 2000 ng/ml 2000 ng/ml Phencyclidne 25 ng/ml 25 ng/ml Propoxphene 300 ng/ml 150 ng/ml In the case of an alcohol test, a result of 0.04 or greater constitutes a positive result. A confirmation breathalyzer test shall be administered following the initial test in accordance with the procedures in Title 49 Code of Federal Regulations, Part 40. In no case shall a candidate who tests positive for drugs or alcohol be submitted as a candidate for City assignment. 4. The City's representative and successful bidder shall mutually agree on the hourly salary, job description, minimum qualifications, duties and responsibilities for each position, as needed. The overhead and expenses markup proposed shall be added to the Temporary Employees' pay rate to determine the bill rate. No other fees or taxes are allowed 5. Firm must inform the City of any temporary staffing employee who will be accepted for assignment at the City when currently on assignment elsewhere. 6. No substitution of staff with lower skill-base will be acceptable without the prior approval of the City. 7. The Firm agrees not to place an individual in any City department without the approval of the Human Resources Department. 8. The Firm agrees not to place any individual in a temporary assignment with the City who was previously employed by the City as a regular employee without prior approval of the Human Resources Department. 9. Upon request from the City, Firm must immediately replace any personnel providing services whose quality of services is unsatisfactory to that City department. The City will not be charged for unsatisfactory services. The City will exclusively determine if the quality of the services of any temporary personnel is satisfactory or unsatisfactory. 10. Should any person terminate employment with the Firm while such person is providing services to the City department, Firm must agree to immediately replace such person with a person having similar skill, knowledge and experience (with prior approval of the City). 11/13/2019 12:13 PM p. 28 City of Miami Beach Bid 2020-055-AY Firm shall replace the person expeditiously at the same. 11. The City shall have the right to determine the period of time and work schedule of all personnel provided by the Firm to perform services as a temporary agency employee. The City will not warrant or guarantee the period of time or work schedule of any person provided by the Firm to perform services at a designated department at the City. 12. All candidates placed in the City shall be employees of the firm and, at no time, shall the City be liable for any employer responsibilities to the firm's employee. 13. After 120 days, the City may hire the temporary employee with no penalty or cost to the City. Below please find a sample list of commonly used Class Descriptions and Workers Compensation Class Codes. This list is not exclusive. The City reserves the require temporary personnel for other WIC categories after award. WIC Class Code Class Description 106 Mosquito Extermination or Control by Spraying & Drivers, Tree Department - All Employees and Drivers 3064 Sign Manufacturing/Screen Printing 5192 Parking Meter Repair & Salespersons, Drivers; Parking Meter Change Collectors & Salespersons, Drivers; 5403 Carpentry 5474 Painting of Stripes on Parking Lots & Drivers, Painting Shop Operations; Tank Cleaning (Oil or Gas Storage) 5506 Street & Road Construction: Paving, Repairing, Surfacing or Resurfacing & Drivers 5509 Street Cleaning & Drivers, Street & Road Maintenance & Drivers, Traffic Line or Road Marking & Drivers 5606 Project Manager, Construction Executive, Construction Manager/Superintendent 7520 Waterworks Operation - All Employees including Store Employees & Drivers 7580 Sewage Disposal Plant Operation & Drivers 7610 Radio/Television Broadcasting employees, clerical, drivers, field workers 7704 Firefighters & Drivers 7720 Police Department Staff (non policemen), Criminal Laboratory Technician, & Drivers, 8380 Automobile service or repair & Drivers; Parts & Service Department employees 8602 Surveyors, Oil/Gas Geologists & Drivers ITB 2020-055-AY 11/13/2019 12:13 PM p. 29 City of Miami Beach Bid 2020-055-AY Firm shall replace the person expeditiously at the same. 11. The City shall have the right to determine the period of time and work schedule of all personnel provided by the Firm to perform services as a temporary agency employee. The City will not warrant or guarantee the period of time or work schedule of any person provided by the Firm to perform services at a designated department at the City. 12. All candidates placed in the City shall be employees of the firm and, at no time, shall the City be liable for any employer responsibilities to the firm's employee. 13. After 120 days, the City may hire the temporary employee with no penalty or cost to the City. Below please find a sample list of commonly used Class Descriptions and Workers Compensation Class Codes. This list is not exclusive. The City reserves the require temporary personnel for other WIC categories after award. W/C Class Code Class Description Mosquito Extermination or Control by Spraying & Drivers, Tree 106 Department - All Employees and Drivers 3064 Siqn Manufacturing/Screen Printing Parking Meter Repair & Salespersons, Drivers; Parking Meter 5192 Change Collectors & Salespersons, Drivers; 5403 Carpentry Painting of Stripes on Parking Lots & Drivers, Painting Shop 5474 Operations; Tank Cleaning (Oil or Gas Storage) Street & Road Construction: Paving, Repairing, Surfacing or 5506 Resurfacing & Drivers Street Cleaning & Drivers, Street & Road Maintenance & 5509 Drivers, Traffic Line or Road Marking & Drivers Project Manager, Construction Executive, Construction 5606 Manager/Superintendent Waterworks Operation - All Employees including Store 7520 Employees & Drivers 7580 Sewage Disposal Plant Operation & Drivers Radio/Television Broadcasting employees, clerical, drivers, 7610 field workers 7704 Firefighters & Drivers Police Department Staff (non policemen), Criminal Laboratory 7720 Technician, & Drivers, Automobile service or repair & Drivers; Parts & Service 8380 Department employees 8602 Surveyors, Oil/Gas Geologists & Drivers 11/13/2019 12:13 PM p. 29 City of Miami Beach Bid 2020-055-AY 8810 Secretary, Clerical Office employees Auditor (in-house), Computer System Designers/Programmers (exclusively in the office), Telephone Answering Service, Chairman of Board of Elections & Polling Clerks, City Clerk, Mayor & Commissioners, City Manager, City Planner, Personnel Board, Planning Board, Register of Deeds 8820 Attorneys, All Employees & Clerical, Messengers & Drivers in the Law Office 8868 Schools - Professional employees 9015 Building & Property Management/Maintenance & Drivers; Public Swimming Pool Operation 9102 Parks & Drivers; Lawn Maintenance 9403 Garbage/Trash Collectors - Including Containerized Collection & Drivers, Dump Operations - Employees & Drivers, 9410 Building Inspector, Electrical Inspector 3.2. Pricing. Bidder shall quote a percentage markup to be added to the pay rate for the placed candidate and shall be inclusive but not limited to, all expenses, profit, overhead and all applicable taxes. The City and Firm shall agree on the salary of the temporary staff person at the time of the engagement for that position. 3.3 Invoice and Payments. Payment shall be made upon the certification by an authorized City representative that the work assignment is satisfactorily completed. The vendor(s) supplying Temporary Employment Agency Services to the City of Miami Beach are required to furnish the following information on their pre-numbered imprinted business invoices and weekly job tickets for personnel performing services. A. Purchase Order Number B. Job number C. Assignment location D. Individuals Full Name E. Employee Number F. Job Classification G. Date H. Number of hours Worked I. City Acceptance/Authorized Signature. 3.4 Temporary Personnel Database Reporting. Successful Firm shall create and maintain a data base to include all temporary personnel assigned the City, listed by individual, to include rate of hourly pay, total hourly bill rate, total number of hours worked monthly, total number of hours worked annually, total hourly rate paid to the temporary, employee, total bill rate paid by the City, date of temporary employee began assignment with the City and date temporary employee ended ITB - - Y 11/13/2019 12:13 PM p. 30 City of Miami Beach Bid 2020-055-AY Secretary, Clerical Office employees Auditor (in-house), Computer System Designers/Programmers (exclusively in the office), Telephone Answering Service, Chairman of Board of Elections & Polling Clerks, City Clerk, Mayor & Commissioners, City Manager, City Planner, Personnel Board, Planning Board, 8810 Register of Deeds Attorneys, All Employees & Clerical, Messengers & Drivers in 8820 the Law Office 8868 Schools - Professional employees Building & Property Management/Maintenance & Drivers; 9015 Public Swimming Pool Operation 9102 Parks & Drivers; Lawn Maintenance Garbage/Trash Collectors - Including Containerized Collection 9403 & Drivers, Dump Op er at ions - Employees & Drivers, 9410 Building Inspector, Electrical Inspector 3.2. Pricing. Bidder shall quote a percentage markup to be added to the pay rate for the placed candidate and shall be inclusive but not limited to, all expenses, profit, overhead and all applicable taxes. The City and Firm shall agree on the salary of the temporary staff person at the time of the engagement for that position. 3.3 Invoice and Payments. Payment shall be made upon the certification by an authorized City representative that the work assignment is satisfactorily completed. The vendor(s) supplying Temporary Employment Agency Services to the City of Miami Beach are required to furnish the following information on their pre-numbered imprinted business invoices and weekly job tickets for personnel performing services. A. Purchase Order Number B. Job number C. Assignment location D. Individuals Full Name E. Employee Number F. Job Classification G. Date H. Number of hours Worked I. City Acceptance/Authorized Signature. 3.4 Temporary Personnel Database Reporting. Successful Firm shall create and maintain a data base to include all temporary personnel assigned the City, listed by individual, to include rate of hourly pay, total hourly bill rate, total number of hours worked monthly, total number of hours worked annually, total hourly rate paid to the temporary, employee, total bill rate paid by the City, date of temporary employee began assignment with the City and date temporary employee ended 11/13/2019 12:13 PM p. 30 City of Miami Beach Bid 2020-055-AY assignment with the City. This data must be forwarded to the City on a monthly basis with cumulative report sent at the end of the calendar year. The Firm must agree to provide the City with custom reports on temporary employees as needed. 3.5 Compliance. Firm or principal shall not have, or have been principal to any firm that has, had a contract terminated by the City for default. In addition, firm or principal shall not have, or have been principal to any firm that has, been party to a corporate bankruptcy within the last ten (10) years. w7i4m4"mg'''ITS 2020-055-AY 11/13/2019 12:13 PM p. 31 City of Miami Beach Bid 2020-055-AY assignment with the City. This data must be forwarded to the City on a monthly basis with cumulative report sent at the end of the calendar year. The Firm must agree to provide the City with custom reports on temporary employees as needed. 3.5 Compliance. Firm or principal shall not have, or have been principal to any firm that has, had a contract terminated by the City for default. In addition, firm or principal shall not have, or have been principal to any firm that has, been party to a corporate bankruptcy within the last ten (1 O) years. 11/13/201912:13 PM p.31 City of Miami Beach Bid 2020-055-AY APPENDIX D Special Conditions ITB 2020-055-AY TEMPORARY STAFFING SERVICES PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 ITB 2020-755-AYmw' 11/13/2019 12:13 PM p. 32 ( City of Miami Beach Bid 2020-055-A Y APPENDIX D !I i Special Conditions 1TB 2020-055-A Y TEMPORARY STAFFING SERVICES PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3d Floor Miami Beach, Florida 33139 11/13/201912:13 PM p. 32 City of Miami Beach Bid 2020-055-AY 1. TERM OF CONTRACT. This Contract shall remain in effect for a period of three (3) years from date of contract execution by the Mayor and City Clerk. The City of Miami Beach has the option to renew the contract at the sole discretion of the City Manager for an additional two (2), one (1) year periods, on a year-to-year basis. Renewal of the contract is a City of Miami Beach prerogative, not a right of the firm. Such option will be exercised, if at all, only when it is in the best interest of the City of Miami Beach. In the event that the contract is held over beyond the term herein provided it shall only be on a month-to-month basis and shall not constitute an implied renewal of the contract. Said month to month extension shall be upon the same terms of the contract and at the compensation and payment provided herein, and shall not exceed six (6) months. 2. PRICES SHALL BE FIXED AND FIRM FOR TERM OF CONTRACT. If the bidder is awarded a contract under this bid solicitation, the prices quoted by the bidder on the Cost Proposal Form shall remain fixed and firm during the three (3) year term of this contract; provided, however, that the bidder may offer incentive discounts from this fixed price to the City at any time during the contractual term ITB 2020-055-AY 11/13/2019 12:13 PM p. 33 City of Miami Beach Bid 2020-055-AY 1. TERM OF CONTRACT. This Contract shall remain in effect for a period of three (3) years from date of contract execution by the Mayor and City Clerk. The City of Miami Beach has the option to renew the contract at the sole discretion of the City Manager for an additional two (2), one (1) year periods, on a year-to-year basis. Renewal of the contract is a City of Miami Beach prerogative, not a right of the firm. Such option will be exercised, if at all, only when it is in the best interest of the City of Miami Beach. In the event that the contract is held over beyond the term herein provided it shall only be on a month-to-month basis and shall not constitute an implied renewal of the contract. Said month to month extension shall be upon the same terms of the contract and at the compensation and payment provided herein, and shall not exceed six (6) months. 2. PRICES SHALL BE FIXED AND FIRM FOR TERM OF CONTRACT. If the bidder is awarded a contract under this bid solicitation, the prices quoted by the bidder on the Cost Proposal Form shall remain fixed and firm during the three (3) year term of this contract; provided, however, that the bidder may offer incentive discounts from this fixed price to the City at any time during the contractual term 11/13/201912:13 PM p. 33 City of Miami Beach Bid 2020-055-AY APPENDIX E Cost Proposal Form ITB 2020-055-AY TEMPORARY STAFFING SERVICES PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 ITB 2020-055-AY 11/13/2019 12:13 PM p. 34 City of Miami Beach Bid 2020-055-A Y APPENDIX E '· .. Ir ... í £ Ii £ li Il Cost Proposal Form 1TB 2020-055-A Y TEMPORARY STAFFING SERVICES PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3d Floor Miami Beach, Florida 33139 11/13/201912:13 PM p.34 City of Miami Beach Bid 2020-055-AY APPENDIX E COST PROPOSAL FORM Failure to submit Appendix E, Cost Proposal Form, in its entirety and fully executed by the deadline established for the recei. of pro • osals will result in . roposal being deemed non-responsive and bein. re'ected. 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 E) shall be completed mechanically or, if manually, in ink. Cost Proposal Forms (Appendix E) completed in pencil shall be deemed non-responsive. All corrections on the Cost Proposal Form (Appendix E) shall be initialed. EXPENSES AND OVERHEAD PERCENTAGE MARKUP TO BE ADDED TO BILL RATE* (Appendix C, 3.2) Item 1: Administrative (Office) Type Temporary Professional Services °A Clerical/Administrative (e.g., 7610, 8810, 8820, 8868, 9410) Item 2: Industrial Type Temporary Professional Services Industrial (e.g., 0106, 3064, 5192, 5403, 5474, 5506, 5509, 5606, 7520, 7580, 7704, 7720, 8380, 8602, 9015, 9102, 9403) *Bidder shall quote a percentage markup to be added to the pay rate for the placed candidate and shall be inclusive but not limited to, all expenses, profit, overhead and all applicable taxes. Bidder's Affirmation Company: Authorized Representative: Address: Telephone: Email: Authorized Representative's Signature: ITB 2020-055-AY 11/13/2019 12:13 PM p. 35 °A City of Miami Beach Bid 2020-055-AY APPENDIX E COST PROPOSAL FORM Failure to submit Appendix E, Cost Proposal Form, in its entirety and fully executed by the deadline established fo r the receipt of proposals w ill result in proposal being deem ed 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 1TB, 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 E) shall be completed mechanically or, if manually, in ink. Cost Proposal Forms (Appendix E) completed in pencil shall be deemed non-responsive. All corrections on the Cost Proposal Form (Appendix E) shall be initialed. EXPENSES AND OVERHEAD PERCENTAGE MARKUP TO BE ADDED TO BILL RATE (Appendix c, 3.2) Item 1: Administrative (Office) Type Temporary Professional Services Clerical/Administrative (e.g., 7610, 8810, 8820, 8868, 9410) Item 2: Industrial Type Temporary Professional Services Industrial (e.g., 0106, 3064, 5192, 5403, 5474, 5506, 5509, 5606, 7520, 7580, 7704, 7720,8380, 8602, 9015, 9102, 9403) __ % __ % B idder sh al l quote a percentage markup to be added to the pay rate for the placed candidate and shall be incl usive but not limited to, all expenses, profit, overhead and all applicable taxes. Bidder's A ffi rmation Com pany: A uthorized Representative: A ddress: Telephone: E m ail: A uthorized Representative's S ignature: 11/13/2019 12:13 PM p.35 City of Miami Beach Bid 2020-055-AY APPENDIX F Insurance Requirements ITB 2020-055-AY TEMPORARY STAFFING SERVICES PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 ITB 2020-055-AY 11/13/2019 12:13 PM p. 36 City of Miami Beach Bid 2020-055-AY APPENDIX F I . Insurance Requirements 1TB 2020-055-A Y TEMPORARY STAFFING SERVICES PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3d Floor Miami Beach, Florida 33139 11/13/201912:13 PM p. 36 City of Miami Beach Bid 2020-055-AY IA 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 Waiver of Subrogation: Contractor hereby grants to City of Miami Beach a waiver of any right to subrogation which any insurer of the Contractor may acquire against the City of Miami Beach by virtue of the payment of any loss under such insurance. Contractor agrees to obtain any endorsement that may be necessary to affect this waiver of subrogation, but this provision applies regardless of whether or not the City of Miami Beach has received a waiver of subrogation endorsement from the insurer. 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. ITB 2020-055-AY 11/13/2019 12:13 PM p. 37 City of Miami Beach Bid 2020-055-AY xxx 1. XXX2. xxx 3. 4. XXX5. 6. XXX7. XXX8. xxx 9. 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. Workers' Compensation and Employer's Liability per the Statutory limits of the state of Florida. 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). Automobile Liability - $1,000,000 each occurrence - owned/non-owned/hired automobiles included. Excess Liability -$ .00 per occurrence to follow the primary coverages. The City must be named as and additional insured on the liability policies; and it must be stated on the certificate. Other Insurance as indicated: Builders Risk completed value Liquor Liability Fire Legal Liability Protection and Indemnity Employee Dishonesty Bond Other $ 00 $ .00 $ .00 $ .00 $ .00 $ .00 Thirty (30) days written cancellation notice required. Best's guide rating B+:VI or better, latest edition. The certificate must state the proposal number and title Waiver of Subrogation: Contractor hereby grants to City of Miami Beach a waiver of any right to subrogation which any insurer of the Contractor may acquire against the City of Miami Beach by virtue of the payment of any loss under such insurance. Contractor agrees to obtain any endorsement that may be necessary to affect this waiver of subrogation, but this provision applies regardless of whether or not the City of Miami Beach has received a waiver of subrogation endorsement from the insurer. 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. 11/13/2019 12:13 PM p. 37 Overall Btd Questions There are no questions associated with this bid. City of Miami Beach Bid 2020-055-AY Question and Answers for Bid #2020-055-AY - TEMPORARY STAFFING SERVICES 11/13/2019 12:13 PM p. 38 City of Miami Beach Bid 2020-055-AY Question and Answers for Bid #2020-055-AY - TEMPORARY STAFFING SERVICES 11/13/201912:13 PM p. 38 MIAMIBEACH PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 www,miamibeachfl.gov ADDENDUM NO. 1 INVITATION TO BID NO. 2020-055-AY TEMPORARY STAFFING SERVICES December 13, 2019 This Addendum to the above-referenced ITB is issued in response to questions from prospective proposers, or other clarifications and revisions issued by the City. The ITS is amended in the following particulars only (deletions are shown by strikethrough and additions are underlined). I. ITB DUE DATE AND TIME. The deadline for the receipt of bids is extended until 3:00 p.m., on Friday, December 20, 2019. City of Miami Beach Procurement Department 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 Late proposals will not be accepted. Proposers are cautioned to plan sufficient time to allow for traffic or other delays for which the Proposer is solely responsible. II. ATTACHMENT(S) Exhibit A: Bid Tabulation to ITB 2015-052-WG III. RESPONSES TO QUESTIONS RECEIVED: 01: Is there a current vendor of the services requested in this ITB and if so, who is that vendor? Al: The awarded vendors for the current contract ITB 2015-052-WG are Academy Design and Technical Services, Worksquare LLC, Transhire, and Creative Staffing. Q2: If there is a current vendor, what are the hourly rates and mark up rates for each job position/category being charged for the provision of these temporary staff? A2: See Exhibit A. Q3: What is the average duration of work assignments for these temporary staff? A3: Currently, work assignments can be anywhere from a couple of weeks up to a year. Q4: Will an MBE/WBE vendor be given any preference for this bid? A4: While the City encourages MBE/WBE, there is no preference for MBE/WBE Business. ADDENDUM NO. 1 INVITATION TO BID NO. 2020.055.AY TEMPORARY STAFFING SERVICES M IA M IB EA C PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 34 Floor Miami Beach, Florida 33139 www.m iamibeachfl. gov ADDENDUM NO. 1 INVITATION TO BID NO. 2020-055-AY TEMPORARY STAFFING SERVICES December 13, 2019 This Addendum to the above-referenced 1TB is issued in response to questions from prospective proposers, or other clarifications and revisions issued by the City. The 1TB is amended in the following particulars only (deletions are shown by strikethrough and additions are underlined). I. 1TB DUE DATE AND TIME. The deadline for the receipt of bids is extended until 3:00 p.m., on Friday, December 20, 2019. City of Miami Beach Procurement Department 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 Late proposals will not be accepted. Proposers are cautioned to plan sufficient time to allow for traffic or other delays for which the Proposer is solely responsible. II. A TT ACH MENT(S) Exhibit A: Bid Tabulation to 1TB 2015-052-WG Ill. RESPONSES TO QUESTIONS RECEIVED: Q1: Is there a current vendor of the services requested in this 1TB and if so, who is that vendor? A1: The awarded vendors for the current contract ITB 2015-052-WG are Academy Design and Technical Services, Worksquare LLC, Transhire, and Creative Staffing. 02: It there is a current vendor, what are the hourly rates and mark up rates for each job position/category being charged for the provision of these temporary staff? A2: See Exhibit A. 03: What is the average duration of work assignments for these temporary staff? A3: Currently, work assignments can be anywhere from a couple of weeks up to a year. Q4: Will an MBE/WBE vendor be given any preference for this bid? A4: While the City encourages MBE/WBE, there is no preference for MBE/WBE Business. 1 ADDENDUM NO. 1 INVITATION TO BID NO. 2020-055AY TEMPORARY STAFFING SERVICES MIAMIBEACH PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3"I Floor Miami Beach, Florida 33139 www.miamibeachfl.gov Q5: May a vendor submit a bid on just one of the categories of temporary staffing positions requested? For example, may a vendor just bid on the Administrative (Office) Type Temporary Professional Services Clerical Administrative (e.g., 7610,8810, 8820, 8868, 9410) and not the Industrial Type Temporary Professional Services? A5: Yes, Bidders are not required to bid on all line items. Q6: Do I have to send a response that I will be bidding. Is it mandatory to bid on both categories A6: Refer to response A5. Q7: Is there any mandatory percentage as a compliance under the Minority/Women Business Enterprises or DBE for this REP? A7: Refer to response A4. Q8: It says to supply references of the same size. Is this mandatory? A8: Please See Appendix C, Section Cl Minimum Eligibility Requirements. Q9: How does the transition process work from incumbent vendor to new vendor? A9: The City would allow current temporary staff to finish their term with the incumbent and then transition in the new vendor. Q9: Which classification code is used the most in the past? A9: The frequently used classifications are Administration f18810 and f19410 general labor Q10: Could you please confirm what is the Evaluation Criteria? A10: Refer to Section 0200, no. 14 titled "METHOD OF AWARD". Q11: If I have not service a municipal/state contract for over 15 years will this disqualify me from the bid? All: Refer to response A10. Q12: Provide the current vendor (s) providing the service to the City and how are the current services being procured? Al2: See Exhibit A. Q13: What shipping address should we use to submit the required hard copies of our response? A13: Please review PROPOSAL SUBMITTAL INSTRUCTIONS AND FORMAT on Section 0300. ADDENDUM NO. 1 INVITATION TO BID NO. 2020-055-AY 1 EMPORARY STAFFING SERVICES M IAM IBE PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 34 Floor Miami Beach, Florida 33139 www.miamibeachfl.gov Q5: May a vendor submit a bid on just one of the categories of temporary staffing positions requested? For example, may a vendor just bid on the Administrative (Office) Type Temporary Professional Services Clerical Administrative (e.g., 7610,8810, 8820, 8868, 9410) and not the Industrial Type Temporary Professional Services? A5: Yes, Bidders are not required to bid on all line items. Q6: Do I have to send a response that I will be bidding. Is it mandatory to bid on both categories A6: Refer to response A5. Q7: Is there any mandatory percentage as a compliance under the Minority/Women Business Enterprises or DBE for this RFP? Al: Refer to response A4. 08: It says to supply references of the same size. Is this mandatory? A8: Please See Appendix C, Section C1 Minimum Eligibility Requirements. Q9: How does the transition process work from incumbent vendor to new vendor? A9: The City would allow current temporary staff to finish their term with the incumbent and then transition in the new vendor. 09: Which classification code is used the most in the past? A9: The frequently used classifications are Administration fl8810 and fl9410 general labor 010: Could you please confirm what is the Evaluation Criteria? A10: Refer to Section 0200, no. 14 titled "METHOD OF AWARD", Q11: If I have not service a municipal/state contract for over 15 years will this disqualify me from the bid? A11: Refer to response A10. Q12: Provide the current vendor (s) providing the service to the City and how are the current services being procured? A12: See Exhibit A. Q13: What shipping address should we use to submit the required hard copies of our response? A13: Please review PROPOSAL SUBMITTAL INSTRUCTIONS AND FORMAT on Section 0300. 2 ADDENDUM NO. 1 INVITATION TO BID NO. 2020.055-AY TEMPOR A RY STAFFING SERVICES MIAMIBEACH PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 www.miamibeachfl.gov Q14: Please provide the total number of temporary staff on current assignments? A14: 57. Q15: What will be the average length of the assignment? A15: Refer to response A3. Q16: Which services were utilized more, Administrative or Industrial? A16: The number of services vary month-to-month. At this time, The City cannot make a determination. Q17: Will the City proceed with the transition of current employees to new vendor(s)? A17; See response A9. Q18: To offer you a competitive pricing structure, we would like to know the current markup to the City. Could you please provide us the information regarding the same. A18: See Exhibit A. Q19: What benefits are offered to temps by current vendors? Do you obligate any of these benefits or this is up to vendor's discretion? A19: The City mandates living wage and equal benefits. 020: As per our understanding, no narrative response (such as technical approach, staffing plan, recruiting strategy, key staff, etc.) with this bid is required. Is it correct? A20: Refer to response A10. 021: Does City encourage submitting additional information related to their firm qualifications? A21: Refer to Section 0300, PROPOSAL SUBMITTAL INSTRUCTIONS AND FORMAT. 022: Is cost would be the only criteria for the contract award? As long as a vendor meets the Minimum Eligibility Requirements set forth and have the lowest cost, would be considered for the award? A22: Refer to response A10. Q23: Do we required to submit the response on Bidsync, there is no "Place Offer" button, Kindly advise A23: Electronic Bids are not being accepted at this time. ADDENDUM NO.1 INVITATION TO BID NO. 2020-055-AY TEMPORARY STAFFING SERVICES M IAM IBE PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 36 Floor Miami Beach, Florida 33139 www.miamibeachfl.gov Q14: Please provide the total number of temporary staff on current assignments? A14: 57. 015: What will be the average length of the assignment? A 15: Refer to response A3. Q16: Which services were utilized more, Administrative or Industrial? A16: The number of services vary month-to-month. At this time, The City cannot make a determination. Q17: Will the City proceed with the transition of current employees to new vendor(s)? A17: See response A9. Q18: To offer you a competitive pricing structure, we would like to know the current markup to the City. Could you please provide us the information regarding the same. A18: See Exhibit A. Q19: What benefits are offered to temps by current vendors? Do you obligate any of these benefits or this is up to vendor's discretion? A19: The City mandates living wage and equal benefits. Q20: As per our understanding, no narrative response (such as technical approach, staffing plan, recruiting strategy, key staff, etc.) with this bid is required. Is it correct? A20: Refer to response A10. 021: Does City encourage submitting additional information related to their firm qualifications? A21: Refer to Section 0300, PROPOSAL SUBMITTAL INSTRUCTIONS AND FORMAT. Q22: Is cost would be the only criteria for the contract award? As long as a vendor meets the Minimum Eligibility Requirements set forth and have the lowest cost, would be considered for the award? A22: Refer to response A10. Q23: Do we required to submit the response on Bidsync, there is no "Place Offer" button, Kindly advise A23: Electronic Bids are not being accepted at this time. 3 AD DEND UM NO. 1 IN VI TA TI ON TO BID NO., 2020-055-AY TE M P O R A R Y STA FFIN G S E R V IC E S MIAMI BEACH PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 www.miamibeachfl.gov Q24: How many vendors are engaged in your temporary program today? Who are the incumbents? A24: Refer to response Al. Q25: Can we bid on the clerical positions only? A25: Refer to response A5. Q26: Please confirm that the background check is conducted by the City and that the City bears the cost. A26: The City is responsible for the background check. However, the vendor will be responsible for the drug test. Q27: On page 27 it states that a 10 panel drug test must be provided, and on page 28 it outlines an 11 panel test. Which is correct? A27: 11 panel drug tests must be provided Q28: Is the City's spend $2.4M per year for 3 years, or is it cumulative for the 3 year period? A28: The City's estimated expenditure is $2.4M per year Q29: What are your current mark-ups for clerical and industrial positions? A29: See Exhibit A. Q30: On page 28, #9 it states the City will not be charged for unsatisfactory services. How long is the guarantee period for? A30: There is no guarantee period. Q31: It is stated that our invoice must have City Acceptance / Authorized Signature on the invoice itself. Please advise us on the process that is utilized for this requirement. A31: Invoices / hours are submitted to the respective departments to be approved by their Directors or designee. Q32: Can you break-out your spend on temporary labor by position type (clerical, industrial)? A32: Refer to response A15. Q33: What is your payment method? A33: Refer to Section 0200, No. 60 titled "PAYMENT". ADDENDUM NO. 1 INVITATION TO BID NO. 2020-055-AY TEMPORARY STAFFING SERVICES M IA M I BEACH PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3d Floor Miami Beach, Florida 33139 www.miamibeachfi.gov Q24: How many vendors are engaged in your temporary program today? Who are the incumbents? A24: Refer to response A1. Q25: Can we bid on the clerical positions only? A25: Refer to response AS. Q26: Please confirm that the background check is conducted by the City and that the City bears the cost. A26: The City is responsible for the background check. However, the vendor will be responsible for the drug test. Q27: On page 27 it states that a 10 panel drug test must be provided, and on page 28 it outlines an 11 panel test. Which is correct? A27: 11 panel drug tests must be provided Q28: Is the City's spend $2.4M per year for 3 years, or is it cumulative for the 3 year period? A28: The City's estimated expenditure is $2.4M per year Q29: What are your current mark-ups for clerical and industrial positions? A29: See Exhibit A. Q30: On page 28, #9 it states the City will not be charged for unsatisfactory services. How long is the guarantee period for? A30: There is no guarantee period. Q31: It is stated that our invoice must have City Acceptance / Authorized Signature on the invoice itself. Please advise us on the process that is utilized for this requirement. A31: Invoices / hours are submitted to the respective departments to be approved by their Directors or des ignee. Q32: Can you break-out your spend on temporary labor by position type (clerical, industrial)? A32: Refer to response A15. Q33: Wh at is your payment method? A33: Refer to Section 0200, No. 60 titled "PAYMENT". 4 ADDENDUM NO. 1 INVITATION TO BID NO. 2020-055-AY TEMPORARY STAFFING SERVICES MIAMIBEACH PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 www.miamibeachfl.gov Q34: Are changes to the indemnification language allowed? If so, do you want us to submit our changes with the proposal response? A34: No. Q35: Will you be transitioning current temporary employees if new vendors are chosen? A35: Refer to response A18. Q36: What are your challenges today? A36: There are no known challenges at this time. Q37: Will all vendors be notified of the award, and how will the notification be processed? A37: All vendors will be notified formally of the City Manager's recommendation for award. Q38: Please provide a list of workers comp codes and/or job descriptions. A38: Administration f18810 & f19410 general labor Q39: How many billable hours are there for Admin/clerical? How many positions? A39: Currently, there are 57 temporary Administrative/Clerical employees. Billable hours are unknown. Q40: Please confirm how many vendors you will consider when awarding this contract. A40: Refer to Section 0200, No. 18 titled "GENERAL TERMS AND CONDITIONS". Q41: Please provide clarity about veterans' preference. A41: Please review City Code Section 2-374 PREFERENCE FOR FLORIDA SMALL BUSINESSES OWNED AND CONTROLLED BY VETERANS AND TO STATE-CERTIFIED SERVICE-DISABLED BETERAN BUSINESS ENTERPRISES. Q42: Please clarify that we do not need to submit Appendix B "No Bid Form" if we are bidding on ITB 2020- 055-AY. I see that there is a space to receive future bids and signature line. If we are to include which TAB do we include this document. A42: Appendix B is not required if you are submitting a bid. Q43: Please clarify TAB that Appendix F "Insurance Requirements" should be included. A43: Proof of insurance will be required at time of contract execution. ADDENDUM NO. 1 INVITATION TO BID NO. 2020-055-AY TEMPORARY STAFFING SERVICES M IA M I BEACH PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 34 Floor Miami Beach, Florida 33139 www.miamibeachfl.gov Q34: Are changes to the indemnification language allowed? If so, do you want us to submit our changes with the proposal response? A34: No. Q35: Will you be transitioning current temporary employees if new vendors are chosen? A35: Referto response A18. Q36: What are your challenges today? A36: There are no known challenges at this time. Q37: Will all vendors be notified of the award, and how will the notification be processed? A37: All vendors will be notified formally of the City Manager's recommendation for award. Q38:. Please provide a list of workers comp codes and/or job descriptions. A38: Administration fl8810 & fl9410 general labor 039: How many billable hours are there for Admin/clerical? How many positions? A39: Currently, there are 57 temporary Administrative/Clerical employees. Billable hours are unknown. Q40: Please confirm how many vendors you will consider when awarding this contract. A40: Refer to Section 0200, No. 18 titled "GENERAL TERMS AND CONDITIONS". Q41: Please provide clarity about veterans' preference. A41: Please review City Code Section 2-374 PREFERENCE FOR FLORIDA SMALL BUSINESSES OWNED AND CONTROLLED BY VETERANS AND TO STATE-CERTIFIED SERVICE-DISABLED BETERAN BUSINESS ENTERPRISES. Q42: Please clarify that we do not need to submit Appendix 8 "No Bid Form" if we are bidding on 1TB 2020- 055-AY. I see that there is a space to receive future bids and signature line. If we are to include which TAB do we include this document. A42: Appendix B is not required if you are submitting a bid. Q43: Please clarify TAB that Appendix F "Insurance Requirements" should be included. A43: Proof of insurance will be required at time of contract execution. 5 ADDENDUM NO. 1 IN VI TA TION TO B8ID NO. 2020-0 55-AY TE MP OR A R Y STAFF IN G SERVICES MIAMIBEACH PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3cd Floor Miami Beach, Florida 33139 www.miamibeachfl.gov Q44: A) The insurance sections has empty spaces in some areas of the insurance value. Can you please specify the insurance requirements in totality. B) Also please let us know if there are any addenda as we are unable to download the latest document form RFP Mart. A44: a) Under Appendix F, all insurances marked with "XXX" signifies that it is required. b) With the issuance of this addenda, there is currently only one. Any questions regarding this Addendum should be submitted in writing to the Procurement Management Department to the attention of the individual named below, with a copy to the City Clerk's Office at RafaelGranado@miamibeachfl.gov Contact: Arju Yudasto Telephone: Email: 305-673-7490 ext. 26695 j ArjuYudasto@miamibeachfl.gpv Proposers are reminded to acknowledge receipt of this addendum as part of your ITB submission. Potential proposers that have elected not to submit a response to the ITB are requested to complete and return the "Notice to Pros, ective Bidders" questionnaire with the reason(s) for not submitting a proposal. A x len P ocure.ant Director T ADDENDUM NO. 1 INVITATION TO BID NO. 2020-055-AY TEMPORARY STAFFING SERVICES po M IAM IBE PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3d Floor Miami Beach, Florida 33139 www.miamibeachfl.gov Q44: A) The insurance sections has empty spaces in some areas of the insurance value. Can you please specify the insurance requirements in totality. B) Also please let us know if there are any addenda as we are unable to download the latest document form RFP Mart. A44: a) Under Appendix F, all insurances marked with "XX" signifies that it is required. b) With the issuance of this addenda, there is currently only one. Any questions regarding this Addendum should be submitted in writing to the Procurement Management Department to the attention of the individual named below, with a copy to the City Clerk's Office at Rafael@Granado@miamibeachfl.gov I Contact: I Telephone: Email: Aj 'udasto ,305673-7490 ex1. 26695 )Aju'udasto@miamiteach.ov Proposers are reminded to acknowledge receipt of this addendum as part of your 1TB submission. Potential proposers that have elected not to submit a response to the 1TB are requested to complete and return the "Notice to Pros ective Bidders" questionnaire with the reason(s) for not submitting a proposal. Fe 6 AD D EN DUM NO . 1 INVITATION TO BID NO. 2020-055-AY TEMPORARY STAFFING SERVICES ATTACHMENT C CONSULTANTS RESPONSE TO THE (ITB) A TT A C H M EN T C CO N SU LTA N T S RESPO N SE T O T H E {1T B ) IVEGRITY TRADE SERVICES sT \Him; ot (AN TB( 5' Solicitation 2020-055-AY TEMPORARY STAFFING SERVICES Bid Designation: Public City Of Miami Beach INTEGRITY TRADE SERVICES ST \ITINI; 101 (A\ Tilt ST TAB 1 Cost Proposal Form Appendix E Solicitation 2020-055-AY TEMPORARY STAFFING SERVICES Bid Designation: Public City Of Miami Beach APPENDIX E Cost Proposal Form ITB 2020-055-AY TEMPORARY STAFFING SERVICES PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 ITB 2020-055-AY City of Miami Beach Bid 2020-055-AY APPENDIX E COST PROPOSAL FORM Failure to submit Appendix E, 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 bein • re'ected. 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 E) shall be completed mechanically or, if manually, in ink. Cost Proposal Forms (Appendix E) completed in pencil shall be deemed non-responsive. All corrections on the Cost Proposal Form (Appendix E) shall be initialed. EXPENSES AND OVERHEAD PERCENTAGE MARKUP TO BE ADDED TO BILL RATE* (Appendix C, 3.2) Item 1: Administrative (Office) Type Temporary Professional Services oZ3, g% Clerical/Administrative (e.g., 7610, 8810, 8820, 8868, 9410) Item 2: Industrial Type Temporary Professional Services Industrial (e.g., 0106, 3064, 5192, 5403, 5474, 5506, 5509, 5606, 7520, 7580, 7704, 7720, 8380, 8602, 9015, 9102, 9403) 023", 3 % *Bidder shall quote a percentage markup to be added to the pay rate for the placed candidate and shall be inclusive but not limited to, all expenses, profit, overhead and all applicable taxes. Bidder's Affirmation Company: ...7:4)/7-,e f,' 'Trade •e--r i,C.es CZ_ C Authorized Representative: rea r (C r (4.,mabe--e Address: Uff0 1-ineo/4 Ltlay Zztke. Fr4.4K-For+ .C... 6'og...13 Telephone: S./S.-- y eg - 6/a 30 Email: Au. 01 c , 6 trm b e4.. a i_e-f - Corer i. 2,;z: Representative's Signature: . . . ?-raele_cenf, Email: /4......--4__ ITB 2020-055-AY 11/13/2019 12:17 PM p. 35 INTEGRITY TRADE SERVICES ST kl.T1 \ ; 1t)t \ TB( ST TAB 2 Bid Certification Questionnaire and Affidavits Appendix A Solicitation 2020-055-AY TEMPORARY STAFFING SERVICES Bid Designation: Public City Of Miami Beach APPENDIX "A" MIAMIRFACH Proposal Certification, Questionnaire & Requirements Affidavit ITB 2020-055-AY TEMPORARY STAFFING SERVICES PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 City of Miami Beach Bid 2020-055-AY Solicitation No: 2020-045-AY Solicitation Title: TEMPORARY STAFFING SERVICES Procurement Contact: Arju Yudasto Tel: (305) 673-7490 #26695 Email: ArjuYudasto@miamibeachfl.gov PROPOSER'S NAME: -7-- j 1- n Fet9 (/' trotd-e_ Jeri ic._ 42S 6 c- NO, OF YEARS IN BUSINESS: d NO. OF YEARS IN BUSINESS LOCALLY: 5 NO. OF EMPLOYEES: SO OTHER NAME(S) PROPOSER HAS OPERATED UNDER IN THE LAST 10 YEARS: FIRM PRIMARY ADDRESS (HEADQUARTERS): ,,cs,... 0 4 , 46"bl _14/ , 4.V 6- 4,11.41 CITY: f- 0 AAK . P C +- STATE: 1... ZIP CODE: 0 Vol-3 TELEPHONE NO.: $57 / 5. —X06 - O/d. 3 TOLL FREE NO.: FAX NO.: ?/5-- 0o6 - 0 i x 7 FIRM LOCAL ADDRESS: of/v Nkv / 7d )44..e.._ 0 s+ '1/i/ CITY: .A U9eCt STATE: F., 4., ZIP CODE: 33 I 7,:... PRIMARY ACCOUNT REPRESENTATIVE FOR THIS ENGAGEMENT: , C-4-0 ( S ,Q I,,_ ACCOUNT REP TELEPHONE NO.: c i 1 5.-4( ..... 7 73 .._ __ 6 0 o ACCOUNT REP TOLL FREE NO.: ACCOUNT REP EMAIL: lam s. bee hea ta Cly -71-fkoLe s,efu,c_es , 4,4 Pal FEDERAL TAX IDENTIFICATION NO.: gA'" 3), /i oc) , Except as stipulated in General Condition 36, Proposer agrees: to complete and unconditional acceptance of the terms and conditions of this document, inclusive of this solicitation, all specifications, attachments, exhibits and appendices and the contents of any Addenda released hereto; to be bound, at a minimum, to any and all specifications, terms and conditions contained herein or Addenda; that the Proposer has not divulged, discussed, or compared the proposal with other Proposals and has not colluded with any other proposer or party to any other proposal; that proposer acknowledges that all information contained herein is part of the public domain as defined by the State of Florida Sunshine and Public Records Laws; that all responses, data and information contained in the proposal are true and accurate. Name of Proposer 's Authorized Representative: Ngt /1‹ 1 6i/3/bee Title of Pro oser 's Authorized Representative: 0 Signature of Proposer 's Autho 'ze epresentative: Date: --7 11/13/2019 12:17 PM p. 20 City of Miami Beach Bid 2020-055-AY APPENDIX A2 - QUESTIONNAIRE AND REQUIREMENTS AFFIDAVIT FORM The purpose of this Proposal Certification, Questionnaire and Requirements Affidavit Form is to inform prospective Proposers of certain solicitation and contractual requirements, and to collect necessary information from Proposers in order that certain portions of responsiveness, responsibility and other determining factors and compliance with requirements may be evaluated. Attach any requested information. Name of Proposer's Authorized Representative: ina r (C a.. evoihee_ Title of Proposer's Authorized Representative: CO 0 Signatu f Pr poser Authori ed Representative: Date: /c)- - i‘ — / ? Conflict Of Interest. All Proposers must disclose, in their Proposal, the name(s) of any officer, director, agent, or immediate family member (spouse, parent, sibling, and child) who is also an employee of the City of Miami Beach. Further, all Proposers must disclose the name of any City employee who owns, either directly or indirectly, an interest of ten (10%) percent or more in the Proposer entity or any of its affiliates. SUBMITTAL REQUIREMENT: Proposers must disclose the name(s) of any officer, director, agent, or immediate family member (spouse, parent, sibling, and child) who is also an employee of the City of Miami Beach. Proposers must also disclose the name of any City employee who owns, either directly or indirectly, an interest of ten (10%) percent or more in the Proposer entity or any of its affiliates 2. References & Past Performance. Proposer shall attach at least three (3) references for whom the Proposer has completed work similar in size and nature as the work referenced in solicitation. SUBMITTAL REQUIREMENT: For each reference submitted, the following information is required: 1) Firm Name, 2) Contact Individual Name & Title, 3) Address, 4) Telephone, 5) Contact's Email and 6) Narrative on Scope of Services Provided. 3. Suspension, Debarment or Contract Cancellation. Has Proposer ever been debarred, suspended or other legal violation, or had a contract cancelled due to n o erformance by any public sector agency? YES NO SUBMITTAL REQUIREMENT: If answer to above is "YES," Proposer shall submit a statement detailing the reasons that led to action(s). 4. Vendor Campaign Contributions. Proposers are expected to be or become familiar with, the City's Campaign Finance Reform laws, as codified in Sections 2-487 through 2-490 of the City Code. Proposers shall be solely responsible for ensuring that all applicable provisions of the City's Campaign Finance Reform laws are complied with, and shall be subject to any and all sanctions, as prescribed therein, including disqualification of their Proposals, in the event of such non-compliance. SUBMITTAL REQUIREMENT: Submit the names of all individuals or entities (including your sub- consultants) with a controlling financial interest as defined in solicitation. For each individual or entity with a controlling financial interest indicate whether or not each individual or entity has contributed to the campaign either directly or indirectly, of a candidate who has been elected to the office of Mayor or City Commissioner for the City of Miami Beach. 5. Living Wage. Pursuant to Section 2-408 of the City of Miami Beach Code, as same may be amended from time to time, covered employees shall be paid the required living wage rates listed below: 1. Effective January 1, 2018, covered employees must be paid a living wage rate of no less than $11.62 per hour with health care benefits of at least $2.26 per hour, or a living wage rate of no less than $13.88 per hour without health care benefits. 2. Effective January 1, 2019, covered employees must be paid a living wage rate of no less than $11.70 per hour with health care benefits of at least $2.74 per hour, or a living wage rate of no less than $14.44 per hour without health care benefits. 11/13/2019 12:17 PM p. 21 3. Effective January 1, 2020, covered employees must be paid a living wage rate of no less than $11.78 per hour with health care benefits of at least $3.22 per hour, or a living wage rate of no less than$15.00 per hour without health care benefits. The living wage rate and health care benefits rate may, by Resolution of the City Commission be indexed annually for inflation using the Consumer Price Index for all Urban Consumers (CPI-U) Miami/Ft. Lauderdale, issued by the U.S. Department of Labor's Bureau of Labor Statistics. Notwithstanding the preceding, no annual index shall exceed three percent (3%). The City may also, by resolution, elect not to index the living wage rate in any particular year, if it determines it would not be fiscally sound to implement same (in a particular year). Proposers' failure to comply with this provision shall be deemed a material breach under this proposal, under which the City may, at its sole option, immediately deem said Proposer as non-responsive, and may further subject Proposer to additional penalties and fines, as provided in the City's Living Wage Ordinance, as amended. Further information on the Living Wage requirement is available at httpliwww.miamibeachfl.qovicity-hall/procurementiprocurement-related-ordinance-and-procedures/ Any payroll request made by the City during the contract term shall be completed electronically via the City's electronic compliance portal, LCP Tracker (LCPTracker.net). SUBMITTAL REQUIREMENT: Indicate below that Proposer agrees to the living wage requirement. Failure i to a ree shall result in roposal disqualification. YES NO 6. Equal Benefits for Employees with Spouses and Employees with Domestic Partners. When awarding competitively solicited contracts valued at over $100,000 whose contractors maintain 51 or more full time employees on their payrolls during 20 or more calendar work weeks, the Equal Benefits for Domestic Partners Ordinance 2005-3494 requires certain contractors doing business with the City of Miami Beach, who are awarded a contract pursuant to competitive proposals, to provide "Equal Benefits" to their employees with domestic partners, as they provide to employees with spouses. The Ordinance applies to all employees of a Contractor who work within the City limits of the City of Miami Beach, Florida; and the Contractor's employees located in the United States, but outside of the City of Miami Beach limits, who are directly performing work on the contract within the City of Miami Beach. • Does your company provide or offer access to any benefits to employees with spouses or to spouses of employees? YES NO • Does your company provide or offer access to any benefits to employees with (same or opposite sex) domestic partners* or to domestic .artners of emplo ees? YES NO • Please check all benefits that apply to your answers above and list in the "other" section any additional benefits not already specified. Note: some benefits are provided to employees because they have a spouse or domestic partner, such as bereavement leave; other benefits are provided directly to the spouse or domestic partner, such as medical insurance. BENEFIT Firm Provides for Employees with Spouses Firm Provides for Employees with Domestic Partners Firm does not Provide Benefit Health X Sick Leave Ar Family Medical Leave Bereavement Leave K if Proposer cannot offer a benefit to domestic partners because of reasons outside your control, e.g., there are no insurance providers in your area willing to offer domestic partner coverage) you may be eligible for Reasonable Measures compliance. To comply on this basis, you must agree to pay a cash equivalent and submit a completed Reasonable Measures Application (attached) with all necessary documentation. Your Reasonable Measures Application will be reviewed for consideration by the City Manager, or his designee. City of Miami Beach Bid 2020-055-AY Approval is not guaranteed and the City Manager's decision is final. Further information on the Equal Benefits requirement is available at http://www.miamibeachfi.qovicity-hall/procurementiprocurement-related- ordinance-and-procedures/ 7 Moratorium on Travel to and the Purchase of Goods or Services from North Carolina and Mississippi. Pursuant to Resolution 2016-29375, the City of Miami Beach, Florida, prohibits official City travel to the states of North Carolina and Mississippi, as well as the purchase of goods or services sourced in North Carolina and Mississippi. Proposer shall agree that no travel shall occur on behalf of the City to North Carolina or Mississippi, nor shall any product or services it provides to the City be sourced from these states. SUBMITTAL REQUIREMENT: Proposer agrees it is and shall remain in full compliance with Resolution 2016-29375. Failure to agree shall result in proposal dis ualification. I>< YES NO 8. Acknowledgement of Addendum. After issuance of solicitation, the City may release one or more addendum to the solicitation which may provide additional information to Proposers or alter solicitation requirements. The City will strive to reach every Proposer having received solicitation through the City's e- procurement system, PublicPurchase.com. However, Proposers are solely responsible for assuring they have received any and all addendum issued pursuant to solicitation. This Acknowledgement of Addendum section certifies that the Proposer has received all addendum released by the City pursuant to this solicitation. Failure to obtain and acknowledge receipt of all addenda may result in proposal disqualification. Initial to Confirm Receipt Initial to Confirm Receipt Initial to Confirm Receipt OA (. /,.). /3 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 [REMAINDER OF THIS PAGE LEFT INTENTIONALLY BLANK] 11/13/2019 12:17 PM p. 23 INTEGRITY TRADE SERVICES ST \ITINC. NM (A\ Till Si' • Affidavits • Key Account References • Reference Letters I\TEGRITY TRADE SERVICES sT \HA 101 (1k\ TB( ST City of Miami Beach 1755 Meridian Avenue, 3rd Floor Miami Beach, FL 33139 Re: Conflict of Interest To Procurement Department Integrity Trade Services, LLC, does not have any officers, agents, director's, siblings or any family members, etc. who are or who have ever been an employee of The City of Miami Beach. In addition none of the above mentioned own or have ever owned any percentage of Integrity Trade Services, LLC. Sincerely, Mike Cumbee Chief Executive Officer INTEGRITY TRADE SERVICES S'I'k1:1;1\4: (1\\ Till City of Miami Beach 1755 Meridian Avenue, 3rd Floor Miami Beach, FL 33139 Re: Litigation and Regulatory History Integrity Trade Services, LLC, can proudly state that it has had no litigation or regulatory action ever brought against it in The State of Florida or anywhere else for this matter. Sincerely, Mike Cumbee Chief Executive Officer I\TEGRITY TRADE SERVICES sT11.11 t. 1\ 'Fitt ST City of Miami Beach 1755 Meridian Avenue, 3rd Floor Miami Beach, FL 33139 Re: Vendor Campaign Contributions To: Procurement Department Integrity Trade Services, LLC ownership. Both individuals and trust has never contributed any type of campaign contribution or any other type of contribution to The City of Miami Beach. Sincerely, Mike Cumbee Chief Executive Officer INTEGRITY TRADE SERVICES 'I' \1,1 2 1\(.1(It N,N Tilt ST City of Miami Beach 1755 Meridian Avenue, 3rd Floor Miami Beach, FL 33139 Re: Code of Business Ethics To: Procurement Department Integrity Trade Services, LLC, will definitely agree to adopt The City of Miami Beach's code of business ethics. Mike Cumbee Chief Executive Officer I\TEGRITY TRADE SERVICES HAM; (:‘,\ Till sT City of Miami Beach 1755 Meridian Avenue, 3rd Floor Miami Beach, FL 33139 Re: Living Wage To: Procurement Department Integrity Trade Services, LLC, will always comply with The City of Miami Beach's Living Wage Ordinance. Sincerely, Mike Cumbee Chief Executive Officer INTEGRITY TRADE SERVICES ST \Ill \I; 'MI 1;\\ THE ST City of Miami Beach 1755 Meridian Avenue, 3rd Floor Miami Beach, FL 33139 Re: Equal Employment Opportunity To: Procurement Department Integrity Trade Services is an Equal Opportunity Employer that does not discriminate on the basis of actual or perceived race, creed, color, religion, alienage or national origin, ancestry, citizenship status, age, disability or handicap (as determinable mental or physical characteristic of a person), gender, gender identity, sex (including pregnancy, childbirth and related medical conditions), marital status, military status or discharge status, veteran status, sexual orientation, language, genetic information, arrest record, or any other characteristic protected by applicable federal, state or local laws. Our management team is dedicated to this policy with respect to recruitment, hiring, placement, promotion, transfer, training, compensation, benefits, employee activities and general treatment during employment. The Company will endeavor to make a reasonable accommodation to the known physical or mental limitations of qualified employees with disabilities unless the accommodation would impose an undue hardship on the operation of our business. The Company will endeavor to accommodate the sincere religious beliefs of its employees to the extent such accommodation does not pose an undue hardship on the Company's operations. If you wish to request such an accommodation, please speak with your manager. Any employees with questions or concerns about equal employment opportunities in the workplace are encouraged to bring these issues to the attention of Human Resources. The Company will not allow any form of retaliation against individuals who raise issues of equal employment opportunity. If an employee feels he or she has been subjected to any such retaliation, he or she should bring it to the attention of Human Resources. To ensure our workplace is free of artificial barriers, violation of this policy including any improper retaliatory conduct will lead to discipline, up to and including discharge. All employees must cooperate with all investigations. Sincerely, Mike Cumbee Chief Executive Officer INTEGRITY TRADE SERVICES \\ sT Integrity Trade Services Client References City of Miami Beach Contact: Ana Ramos, Human Resources Specialist Address: 1700 Convention Center Dr., Miami Beach FL 33139 Phone: 305-673-7524 x6453 Email: anaramos@miamibeachfl.gov Client Type and Services Provided: Government Client, Provide Administrative, Professional and General Labor Placement. Staffed up to 12 departments with active employees of 50 to 70. Integrity Trade Services has been providing staffing to the City of Miami Beach for 5 years. Superior Group (LCRA) Contact: Ryan Mozingo, Talent Acquisition Specialist Address: 250 International Drive, Williamsville NY 14221 Phone: 214.783.3079 Email: ryan.mozingo@lcra.org Client Type and Services Provided: Government / Utilities Client, Provide Professional, Administrative and Skilled and General Labor Placement. We have staffed this client with active employees of 100 plus. Integrity Trade Services has been providing staffing to LCRA for 6 years. Universal Logistics Contact: John Zajewski, Regional Manager Address: 1340 E. 141st, Hammond IN 46327 Phone: 708.302.2673 Email: izaiewski@universallogistics.com Client Type and Services Provided: Private Sector / Logistics, Provide Clerical, General Labor and Skilled Placement. Staffed multiple shifts and departments with an active employees of 75 to 100. Integrity Trade Services has been providing staffing to Universal Logistics for 7 years. Tito's Vodka Contact: Aaron Travis, Supply Chain Manager Address: 12101 Moore Road, Austin TX 78719 Phone: 512.923.8047, Desk; 512.243.9480 Email: atravis@titosvodka.com Client Type and Services Provided: Private Sector / Production, Provide General Labor/Warehouse. Staffed multiple departments with an active employees of 150 to 200. Integrity Trade Services has been providing staffing to Tito's Vodka for 4 years. Giresat Taotirt Lastachistesito"' F,,mgly To Yowls Situ* 1958 May 21, 2018 To Whom It May Concern: If you are seeking a staffing firm, I highly recommend Integrity Trade Services. It has been a great pleasure to partner with Integrity Trade Services over the past four years. Integrity Trade Services has played a major role in assisting our organization with our staffing needs. In 2014, we were experiencing a challenging time in staffing due to an acquisition. Integrity Trade Service took on the challenge and assisted our HR Team in filling 80 vital roles with quality candidates. Renee Kudlo and her team accepted the challenge and listened to input from our team on our requirements. This initiative reduced the number of open positions and we were able to meet production demands without compromising the quality and food safety of our product. I would like to thank Integrity Trade Service and their team for their professionalism and exceptional customer service. Sincerely, Norma Diaz Human Resource Manager Land O'Frost KO INDUSTRIAL SERVICES Direct Dial: 708-557-9985 New Lenox Office: 815-485-8480 Fax: 815-485-8483 E-mail: mjerman@kplus.com Date: May 21, 2018 Integrity Trade Services Renee Kudlo NWI Area Manager Cell 708-603-0175 Office 219-513-9129 Dear Renee: I wanted to write you to let you know how happy we are with your professional help. With having our bigger project and needing to come up with 50 temp employees right away you and your staff went above and beyond our expectations! The job ran very smooth and with the constant communication of your staff and ours really helped. I have to say we have been very happy also with our day to day operations. Every time we have needed to hire people your staff has reacted very fast for us. We have had very good luck with quality labors to help us. I would recommend Integrity Trade Services very highly to anyone. Thanks again for all of your help and your professional staff!!! Sincerely, Michael D. Jerman Director of Safety and Human Resources K-Plus Industrial Services Inc. 205 Ford Drive New Lenox, IL 60451 Midwest Pipe Coating, Inc. To Whom It May Concern: I highly recommend Integrity Trade Services. Our partnership with Integrity Trade Services has provided Midwest Pipe Coating with Skilled and General Labor workforce. Integrity Trade Services has played a major role in assisting our organization with our staffing needs. Their ability to fulfill our staffing needs has allowed us to hire on their employees full time with our company. In addition, I want to thank their branch office team (Renee, Phil and team) for the continued customer service they provide us on a daily basis. Their timely response and understanding of our business is appreciated by our entire team. They spend the time to understand our business and use that to assign the most qualified employees to our company. Jeff Clapman Human Resources Manager 925 Kennedy Avenue • Schererville, Indiana 46375 • Phone: (219) 322-4564 • Fax (219) 322-2761 Website: www.midwestpiperebar.com oTherafin Corporation 9450 W Laraway Rd 800-843-7234 Frankfort, IL 60423 Fax 888-479-1515 www.Therafin.com info@Therafin.com May 24, 2018 Re: Integrity Trade Services Inc. Letter of Recommendation To whom it may concern: Therafin Corporation has partnered with Integrity Trade Services since October of 2013. Therafin is a manufacturer with needs for temporary, temporary to hire, payrolling and direct hire services. Integrity Trade Services is our primary service for all these needs. I find the staff at Integrity Trade Services to be responsive and keenly aware of our company-specific needs/desires when finding suitable candidates. The staff at the Mokena, IL and Highland, IN locations are friendly, courteous and have terrific communication procedures. Like most businesses, we are conservative with our assets and we feel the cost structure Integrity Trade Services Inc. has offered is fair and competitive in the marketplace. As a former recruiter with 13 years of experience, I tend to have a critical eye towards staffing operations. Integrity Trade Services Inc. makes the grade and I highly recommend Integrity Trade Services Inc. If you need any additional information, feel free to contact me at the telephone number below or by email at marie@therafin.com anytime. Sincerely, Marie M ents, Human Resources Therafin orporation 815-277-2813 (direct) INTEGRITY TRADE S RVIC_S \\ Tins". TAB 3 Minimum Requirement Submission Appendix C Solicitation 2020-055-AY TEMPORARY STAFFING SERVICES Bid Designation: Public City Of Miami Beach APPENDIX C Minimum Requirements & Specifications ITB 2020-055-AY TEMPORARY STAFFING SERVICES PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 1TB 2020-055-AY INTEGRITY TRADE SERVICES ST‘111\4;1(11 (*.\\ 'FBI ST • Key Account References • Firm Information • Firm Narrative and Scope of Services • Business Disaster Recovery Overview • Firm Financial Stability Letter • Business Licenses • Appendix F- Insurance Requirements and Certificate of Insurance INTEGRITY TRADE SERVICES ST \FFINC. \\ THI Si' Integrity Trade Services Client References City of Miami Beach Contact: Ana Ramos, Human Resources Specialist Address: 1700 Convention Center Dr., Miami Beach FL 33139 Phone: 305-673-7524 x6453 Email: anaramos@miamibeachfl.gov Client Type and Services Provided: Government Client, Provide Administrative, Professional and General Labor Placement. Staffed up to 12 departments with active employees of 50 to 70. Integrity Trade Services has been providing staffing to the City of Miami Beach for 5 years. Superior Group (LCRA) Contact: Ryan Mozingo, Talent Acquisition Specialist Address: 250 International Drive, Williamsville NY 14221 Phone: 214.783.3079 Email: ryan.mozingo@lcra.org Client Type and Services Provided: Government / Utilities Client, Provide Professional, Administrative and Skilled and General Labor Placement. We have staffed this client with active employees of 100 plus. Integrity Trade Services has been providing staffing to LCRA for 6 years. Universal Logistics Contact: John Zajewski, Regional Manager Address: 1340 E. 141st, Hammond IN 46327 Phone: 708.302.2673 Email: izaiewski@universallogistics.com Client Type and Services Provided: Private Sector / Logistics, Provide Clerical, General Labor and Skilled Placement. Staffed multiple shifts and departments with an active employees of 75 to 100. Integrity Trade Services has been providing staffing to Universal Logistics for 7 years. Tito's Vodka Contact: Aaron Travis, Supply Chain Manager Address: 12101 Moore Road, Austin TX 78719 Phone: 512.923.8047, Desk; 512.243.9480 Email: atravis@titosvodka.com Client Type and Services Provided: Private Sector / Production, Provide General Labor/Warehouse. Staffed multiple departments with an active employees of 150 to 200. Integrity Trade Services has been providing staffing to Tito's Vodka for 4 years. INTEGRITY TRADE SERVICES sT \FFI \G )ot C k ST Integrity Trade Services, LLC (Corporate Office) Mark J. Cumbee, Chief Operating Officer 9680 Lincoln Way Lane, Frankfort, Illinois, 60423 Telephone: 815.806.0123 / Fax: 815.534.4314 mark.cumbee@integritytradeservices.corn Local Office Integrity Trade Services, LLC 1414 NW 107 Ave, Suite 414 Telephone: 954.973.7600 / 954.973.4890 Integrity Trade Services Company Background and Experience John Cumbee, founder and Chairman, has successfully grown in the staffing industry since 1990. Founding Integrity Trade Services LLC, in 2008, John along with his 2 sons, has expanded the company with employees in 14 states by providing a proven staffing strategy and ensuring a strong partnership with our clients. Integrity's senior management has maintained a long history in the staffing industry and has successfully evolved to meet the needs of clients within the marketplace. Integrity has grown throughout the states with the partnership of our clients. Integrity opened in 2008 with 3 offices in 2 states and has quickly grown to 14 offices in 7 states with employees in 14 states, thanks to our strong ability to recruit remotely. Integrity's senior management has maintained a long history in the staffing industry and has successfully evolved to meet and exceed client expectations. Our CEO, Michael Cumbee, has been with Integrity for over 10 years acting in a variety of capacities over that time frame. Our COO, Mark Cumbee, has successfully managed the sales and operations of the company with year after year consistent growth. Our Vice President of Sales and Operations, Michael Pucci, has been with the company for 7 years and has over 25 years of experience in the staffing industry. The technique we have developed through our Service Delivery Plan has proven to meet and exceed client expectations. Our field team of staffing professionals has based their primary success by hiring a team of colleagues that have tenured years of service and management in the staffing industry. We have executed this strategy in staffing the City of Miami Beach since 2015 with an exemplary record of providing quality candidates in a timely manner. We value our clients' needs and embrace that by providing top of mind awareness to our clients' daily needs. A team member is assigned as a key point of contact for individual clients. The key point of contact is typically the person that has been to the customer site and has been involved with in-depth understanding of the clients' needs and business. However, every team member in INTEGRITY TRADE SERVICES sTkFFING 101 (: kV Till ST our office has a thorough knowledge of our clients' needs and screening requirements. This allows our client to speak to any member of our team if the need arises. Integrity Services Provided • Temporary • Temp-to-Hire • Direct Hire Placement • On-Site Management • Master Service Provider (Multiple Staffing Service Management) Integrity's success with our customers has been that we have the experience and ability to recruit in the field of: • Professional Staffing: Staffed position for accounting, finance, human resources, administrative support. • Industrial Staffing: Staffed positions for general labor, distribution and logistics, skilled industrial positions. • Hospitality: Staffed positions for restaurants, amusement facility projects Integrity Trade Services employee placement volume consists of 85% long term and temp-to hire placements. Our success allows us to maintain a database of candidates to also meet client immediate needs for short- term projects. Integrity Trade Services has the capabilities, with a robust infrastructure, to partner and manage sub-contractors when needed. Thus far, we have never gotten in a situation that required outsourcing our staffing. We monitor the offices and plan accordingly for peaks and new client needs. Integrity Trade Services takes a proactive approach to staffing and we make sure we are ready to meet our client's needs. Methodology and Implementation Plan Our goal as your staffing provider is to become a strategic partner with your staffing and administrative processes that accompanies these needs for current and future growth. A successful relationship begins with understanding your needs and performance indicators. Our process enables us to interact with both the client and Integrity team members to create a complete service model. • Support Team Member Introduction • Customized Recruiting Plan • Customer Site Assessment • Staffing Service Delivery • Client Profile • Service & Staffing Performance Review • Multi-Tier levels of Communication • Compensation Portals to Identify Pay Rates INTEGRITY TRADE SERVICES ST 111 NG 1 Ol (AN TM ST Once we have met with the local facility team and completed our site assessment, Integrity will work with your management team to determine the required service for the specific site. Recruiting Process Our process of Recruiting Screening and Interviewing (RSI) has been time-tested and places us well ahead of our competition. Pre Screen Application One-on-One Interview Eligibility to Work Skills Testing References Review of Handbook & Background Screening Orientation (as required) Our recruiting and strong core of professionals is the best at finding the right person for the right job. In addition to maintaining a pool of qualified employees with various skills sets, Integrity also creates a customized recruiting process for our individual clients. We focus on your individual needs and utilize the resources that will provide us immediate results for qualifying candidates for your company. In addition, we understand the importance of a compliant workforce. We ensure that we have all the required processes in place to assure that all of our employees are in compliance with all of your hiring requirements. Our application process is entirely on-line with pre and post-employment, state and local documents. Not only does this allow us to recruit more efficiently but also ensures all documents are being stored and updated timely. Recruiting Sources Providing our clients with the labor they need requires a multifaceted approach that does not discount any form of recruiting. We will do whatever it takes to get the number of people needed to have a successful healthy labor force. We stay current with recruiting trends and utilize the following methods. . On-line job Posting Sites . Social Media . Job Fairs . Community Organizations . Trade Schools/Colleges . Non-Profit Organizations . Local Media . All-Call / Email Blasts . Referrals To go along with this, our on-line application & recruiting system, Avionte, allows us to store tens of thousands of candidates that have already applied with us in the past and reaching out to them is as easy as a click of a button. Working together with you side by side, we can successfully penetrate the market and get the labor force you need. INTEGRITY TRADE SERVICES ST WVING 10( (A\ TI I ST Managing Onboarding Process With every new client we understand that each client has specific needs and processes that will make a successful partnership. Once we complete our client profile we work with the client to discuss KEY tasks they require from us to ensure proper transition in placement with our employees. Our first priority is to understand your communication process. As part of our Client Profile we identify your KEY decision makers and field employees that we should be communicating with. From there we stream line the process and document into our system to ensure consistency of service and placements. Our goal is to provide the employee and client a seamless first day start at the site so we understand by creating and providing the employee with a client specific orientation of the job and job site will contribute to ensuring this for both client and employee. As part of our service satisfaction we will complete l' day check-ins with the client as well as same-day and end of week follow-up with the client. We also contact the employee to discuss the position and if they had any questions we need to discuss to ensure they are comfortable with the position. Integrity has been successful in customizing and managing reports to identify Key Performance Indicators that will benefit the client. We work with the client to discuss required tracking and reporting. Managing Employee Compliance Integrity Trade Services has a corporate team that ensures requirements of our client and state/federal regulations. Our corporate auditing team reviews weekly activity for each office and client for daily placements. The audit includes client requirements, federal and local work eligibility of candidates placed, verifying all documents are uploaded and accurate in the employee file. Complaint Resolution Integrity Trade Services understand that there may be a misunderstanding with employees and clients. Our goal is to understand and react immediately in a constructive manner to resolve the complaint as quickly and appropriately as possible. Our process and steps allows us to establish the complaint being presented, identifying the expected outcome, and determining the root of the complaint and resolution for prevention in the future. INTEGRITY TRADE SERVICES ST kFFING 101 C k\ TRI ST Our process includes: • Listening and documenting the concern • Assessing the complaint • Discussing with all parties required • Understand and offer a resolution • Determine preventive measures for the future. The review team will include Integrity Trade Services management in partnership with our client to resolve any and all complaints. Payroll Procedure Integrity Trade Services is 100% paperless with our employee paycheck. All Integrity Trade Services are on an electronic transfer of their weekly funds with their ability to sign into our site to view and print their paystubs. The employees are able to access their files and make updates to their W-4 and records. Safety Our goal is to form a partnership with our clients to ensure that our employees work safe in a safe work environment. We all understand that a safe work environment begins with the employee's education and awareness of safety in the work place. Integrity does its part by completing a one-on-one safety orientation prior to placement on assignment. Topics of discussion: . Safety Policies . General Safety Rules . Employee compliance with Safe Work Practices . Personal Protective Equipment (if required) In addition, we work with our clients to provide the programs and incentives to maintain safety awareness in the workplace. . Customized Safety Orientation . Accident and PPE Program . Safety Incentive Programs . Focused Root Cause Analysis Accident Investigations . Accident and Injury Tracking with Preventive Strategies INTEGRITY TRADE SERVICES sT \Film; Not 'nu S'F Injury Reporting We educate all of our employees and clients with the injury reporting process. Integrity requests all injuries are reported immediately and no later than 24 hours from time of injury. Immediate investigation of injuries assists us in determining the root cause and validity of the injury protecting all parties involved. Integrity is partnered with Medcor — a 24/7/365 Nurse Triage Hotline. If a non-life threatening injury occurs the Medcor Nurse will provide immediate, professional guidance to employees. We are also partnered with local occupational health care facilities and hospitals for the treatment of employees. If an injury occurs, Integrity completes a root cause analysis of the incident working with the client to ensure that all of the information is gathered accurately. Integrity provides the client with an injury action plan which will include chain of contacts and clinical facilities near the customer's site. Benefits Integrity Trade Services provides our employees the option to accept benefits effective the first day on assignment. Integrity Trade Services is partnered with Benefits in a Card (BIC) offering benefit plan options that deliver quality, cost-effective coverage. • Medical • Dental • Vision • Term Life • Short Term Disability • Critical Illness • 24 Hour Group Accident Integrity Trade Services has selected Benefits in a Card as their benefits provider for our clients that we work with. This relationship provides real and tangible benefits to our clients, such as: • Reduced turnover • Improved company image • Increased access leads to less missed time • Improved employee experience INTEGRITY TRADE SERVICES ST \HIM; 1()( C 1\ TR t ST Integrity Trade Services Contingent Employee General Guidelines Integrity Trade Services serves as employer of record for employees recruited, screened and selected for our client companies. Integrity employees, will be performing work under the direction and control of the client company; however, they are considered an employee of Integrity Trade Services. Integrity Trade Services responsibilities to the employee: • Payment of wages, including making tax withholdings, processing wage garnishments, and issuance of W2's • Employment verification • Unemployment and workers compensation claims • Providing access to benefit plans • Responding to work related injuries, including coordination of medical treatment • Maintaining a safe working environment free from unlawful harassment and discrimination If employees have questions regarding their employment with Integrity Trade Services, they are instructed to contact their Integrity Trade Services Recruiter. Our recruiting team understands the importance in maintaining good communication and providing them with immediate response to their questions. Employee Expectations As employer of record we ask that our employees carry out the following expectations while working for the client company: • Display a high level of Integrity - Be trustworthy, honest and ethical in all interactions • Always be Respectful Display respect for others and their individuality - Support a workplace free of harassment, sexual harassment, discrimination, violence, intimidation, hostility, and retaliation; and do not take part in any such activities - Embrace our focus on being inclusive and an Equal Opportunity Employer • Provide Exceptional Service which will distinguish Integrity from the competition - Be friendly, fair and courteous - Respond promptly and accurately • Meet Performance expectations - Be dependable and meet assigned schedule - Carry out all job duties as required INTEGRITY TRADE SERVICES ST MAN(; 10l C \\ Till ST - Be safe, follow all safety rules, guidelines, expectations and report any safety concerns - Report to work free of illegal drugs, alcohol or impairing substances Standards of Performance and Conduct General Rules While it is not possible to create an exhaustive list, following are examples of expected behavior. Violations of the Standards of Performance and Conduct may lead to disciplinary action up to and including termination. Attendance You are expected to arrive on time and prepared to work. If you must be absent or late, you must call the client company at least one hour prior to the start of your shift. While on assignment you are expected to be in your designated work area, performing the job presented to you by our client company, unless you are on an approved break. Timecards Timecards are to be completed by the employee in the manner described in Section IB of the Policies and Procedures. Employees may not complete timecards for others, clock in or out for others, alter timecards, or ask any other employee to do such for them. Following Direction Employees are expected to follow direction of the client supervisor and their Integrity Trade Services supervisor. If the directions of the client supervisor seem unsafe or illegal, employees should contact their Integrity Trade Services supervisor immediately. Employees must follow all safety rules, manufacturing procedures, policies and procedures of both the client company and Employer Services. Confidentiality Employees are expected to maintain confidentiality about any proprietary information of our client company or Employer Services. If you are not sure if something is considered confidential, ask your Integrity Trade Services supervisor. Dress Code Dress code will vary from client to client. Ask your Employer Services supervisor about the dress code for each assignment. You should maintain a clean and neat appearance at all times. Clothing with inappropriate slogans or logos (e.g. offensive comments, violence, nudity, profanity) should not be worn to any assignment. Client Contact Direct contact with a client company by phone, email, letter, or in person, should only occur while you are on an assignment. Additionally, you must keep Integrity Trade Services informed of any issues, concerns, agreements, etc. a client may try to make with you directly. Integrity Trade Services is your employer and any questions or concerns regarding your I\TEGRITY TRADE SERVICES ST MANG 101 C k\ 'lilt Si' assignment, or the termination of your assignment, should be addressed to your Integrity Trade Services supervisor. Personal Business Any personal business including errands, phone calls, email, and Internet usage should be conducted outside of work time. Work time is considered any time you are on an assignment during scheduled hours, excepting approved break times. Violence, discrimination, and harassment Employees should always act and speak in a way that fosters a positive work environment and does not promote violence, discrimination, or harassment of any kind, including sexual harassment. Employees are prohibited from bringing any type of weapon to the client worksite or any Integrity Trade Services office. Related policies are the Workplace Violence Prevention Policy and the Harassment Prevention Policy. Alcohol and Illegal Drugs Use or possession of alcohol and/or illegal drugs on work time or company property is prohibited. Anyone possessing and/or under the influence of these substances is subject to immediate dismissal. Related Policy is the Substance Abuse Prevention Policy. Respect for company and personal property Employees should treat the property of our client, coworkers, and Employer Services with respect and never damage or take any property without expressed permission. Vehicle Operation Employees may only use a vehicle as a responsibility of their assignment (including their own vehicle) with the prior authorization of Integrity Trade Services. Solicitation Policy In the interest of maintaining a proper business environment and preventing interference with work and inconvenience to others, employees may not distribute literature or printed material of any kind, sell merchandise, solicit financial contributions, or solicit for any other cause during work time. Employees who are not on work time (e.g. before or after scheduled shift, on lunch or other approved breaks) may not solicit employees who are on work time for any cause or distribute literature of any kind to them. Our clients may maintain bulletin boards, Intranet sites, and/or group email lists for the purpose of communicating with their employees and/or Integrity Trade Services employees. Unless these communication tools are expressly made available to you, you may not post any form of literature, printed or written materials, photographs, or notices of any kind using these tools. INTEGRITY TRADE SERVICES ST \Ill \ 101 (:1\ Till Si' Integrity Trade Services Business Continuity and Disaster Recovery Overview Integrity Trade Services has 14 operating offices within 7 states across the Midwest and southern states. Our Business Continuity and Recovery Plan is intended to be used in addition to Emergency Preparedness and Response Plan. In addition to our local offices being prepared for emergency readiness, Integrity Trade Services has a regional and corporate level tier of support to ensure business can continue. These two levels have onsite and remote access to be able to respond to each of our offices emergency needs. Our plan begins by ensuring the safety of all individuals, followed by appropriate measures to secure property and data in response to a disaster or triggering event. This plan identifies key resources and possible needs to ensure that business may continue or perhaps function in a limited capacity, and how our business will fully recover should the disaster be catastrophic. Our plan is to quickly recover and resume business operations after a significant business disruption. Therefore we will immediately respond by safeguarding our employees and property, making a financial and operational assessment, protecting the firm's books and records, and allowing our customers to transact business. In short, our business continuity plan is designed to permit our firm to resume operations as quickly as possible, given the scope and severity of the business disruption. Our Corporate Team have the offsite resources to make themselves immediately available in the event of a disaster or disruption in connectivity. They have the ability to access resources, information and other vendors to ensure that our business may continue, perhaps even in a limited capacity, until fully functional in the event of a catastrophic scenario. This plan includes information such as: q Critical assets q Critical operations q Key suppliers and contractors q Alternate business location Integrity Assessment Team Name Title Responsibility Mike Cumbee Chief Executive Officer Responsible for Financial and Banking Operations Mark Cumbee Chief Operating Officer Responsible for managing Information 3r party relations, external Technology , d vendors for communication and database management Patti Mensik Corporate Operations Responsible for corporate operations of payroll, communication to regional team. Agnes Lasics Director of Human Resources Responsible for employee relations and assisting team members. Mike Pucci Vice President Sales and Operation — East Region Direct liaison to corporate operations and management of local offices to assist in recovery of offices, communication to customers and local team. Jennifer Vaneck Vice President sales and Operations — west Region Direct liaison to corporate operations and management of local offices to assist in recovery of offices, communication to customers and local team. Customer Communication Once we have assessed the situation we will determine which means of communication are still available to us, and use the means closest in speed and form (written, oral or in person) to the means that we have used in the past to communicate with the other party. Employee Communication We will also assess which means of communication are still available to us, and use the means closest in speed and form (written, oral or in person) to the means that we have used in the past to communicate with the other party. We will also employ a call tree so that senior management can reach all employees quickly during a disaster. The call tree includes all staff home and office phone numbers. Disaster Management Team Our Disaster Management Team will oversee the entire disaster recovery process. They will be the first team that will take action in the event of a disaster. This team will evaluate the disaster and will determine what steps need to be taken to get the organization back to business as usual. This will be the team responsible for all communication during a disaster. Specifically, they will communicate with Integrity Trade Services employees, clients, vendors and suppliers, banks, and even the media if required. Network Team Integrity Trade Services works with various 3rd party vendor that manages or supports our network infrastructure. They will be primarily responsible for providing baseline network functionality and may assist with other IT recovery as needed. Database Management and Recovery Integrity Trade Services maintains all employee and client records and files electronically and is cloud hosted. In the event of a disaster occurring in our office, our staff will be able to access business-critical information from computers anywhere with Internet access whether it be from home, public access, or another office location. We protect our hosted data with encrypted transmission, firewalls, and multi-layer access controls. Our data is backed up nightly. We have 100% host support from our vendor 24/7. Disaster Recovery Communication Integrity Trade Services staff has the capabilities to communicate by phone or email remotely, access remotely; email, client files, employee files. Our company phone tree is accessible offsite to our employees in the event of an office/ area disaster. Our employees are provided laptops as our database and employee files are stored cloud based. Our employees are able to access their accounts electronically through our company website. In the event of an office disaster our payroll is % paperless and all our employees receive their paycheck electronically. .111L. First Midwest Bank l'ig322 Indianapolis Blvd. Highland, IN 46322 November 1, 2019 RE: Account Reference To Whom It May Concern: Please accept this letter as a positive bank reference for Integrity Trade Services, located at 9680 Lincolnway Lane, Frankfort, Illinois 60423. Integrity Trade Services has been a valued client of First Midwest Bank since January of 2012. Their many accounts have been handled as agreed. Please contact the account officer Paul Beneturski (219) 853-3537, should you have any questions. Sincerely, ES/csj Cc: file Cr Member FDIC 'TAN RECEIPT NO. RENEWAL 7533852 i. 0 SEC. TYPE OF BUSINESS Local Business Tax Receipt Miami—Dade County, State of Florida -THIS IS NOT A BILL - DO NOT PAY 7247352 BUSINESS NAME/LOCATION INTEGRITY TRADE SERVICES INC 1414 NW 107TH AVE 414 DORAL, FL 33172 OWNER INTEGRITY TRADE SERVICES INC C/O CUMBEE MICHAEL LBT EXPIRES SEPTEMBER 30, 2020 Must be displayed at place of business Pursuant to County Code Chapter 8A - Art 9 & 10 53.50 12/12/2019 Employee(s) 5 0210-20-001477 PAYMENT RECEIVED 220 " TANGIBLE PERSONAL BY TAX COLLECTOR PROP DLR MIAM ESSO This Local Business Tax Receipt only confirms payment of the Local Business Tax. The Receipt is net a license. permit, or a certification of the holder's qualifications, to do business. Holder must comply with any governmental or nongovernmental regulatory laws and requirements which apply to the business. The RECEIPT NO. above must be displayed on all commercial vehicles- Miami-Dade Code Sec 8a-276. For more information, visit vvvvw.miumidade.govitaxcollectin 2019 FOREIGN LIMITED LIABILITY COMPANY ANNUAL REPORT FILED DOCUMENT# M16000004268 Feb 07, 2019 Entity Name: INTEGRITY TRADE SERVICES, LLC Secretary of State 3728635412CC rkirrent Principal Place of Business: 55 W. LINCOLN HIGHWAY FRANKFORT, IL 60423 Current Mailing Address: 10055 W. LINCOLN HIGHWAY FRANKFORT, IL 60423 US FEI Number: 26-3211008 Certificate of Status Desired: No Name and Address of Current Registered Agent: CORPORATION SERVICE COMPANY 1201 HAYS STREET TALLAHASSEE, FL 32301-2525 US The above named entity submits this statement for the purpose of changing its registered office or registered agent, or both, in the State of Florida. SIGNATURE: Electronic Signature of Registered Agent Date Authorized Person(s) Detail : Title MGR Name CUMBEE, JOHN III Address 10055 W. LINCOLN HIGHWAY City-State-Zip: FRANKFORT IL 60423 I hereby certify that the information indicated on this report or supplemental report is true and accurate and that my electronic signature shall have the same legal effect as if made under oath, that am a managing member or manager of the limited liability company or the receiver or trustee empowered to execute this report as required by Chapter 605, Florida Statutes,' and that my name appears above, or on an attachment with all other like empowered. SIGNATURE: JOHN CUMBEE III MANAGER 02/07/2019 Electronic Signature of Signing Authorized Person(s) Detail Date APPENDIX F Insurance Requirements ITB 2020-055-AY TEMPORARY STAFFING SERVICES PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 ITB 2020-055-AY City of Miami Beach Bid 2020-055-AY M AMI BEACH 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 - $ 61 000, oao .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 Waiver of Subrogation: Contractor hereby grants to City of Miami Beach a waiver of any right to subrogation which any insurer of the Contractor may acquire against the City of Miami Beach by virtue of the payment of any loss under such insurance. Contractor agrees to obtain any endorsement that may be necessary to affect this waiver of subrogation, but this provision applies regardless of whether or not the City of Miami Beach has received a waiver of subrogation endorsement from the insurer. 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. ITB 2020-055-AY 11/13/2019 12:17 PM p. 37 PRODUCER License # 1000009384 Hub International Carolinas 1330 Lady Street Columbia, SC 29201 INSURED Integrity Trade Services, Inc. 10055 W Lincoln Hwy Frankfort, IL 60423 fariecT Heather Ceccacci PHONE I FAX (A/C, No, Ext): (864) 213-4420 (A/C, No) heather.ceccacciehubinternationalcom INSURER(S) AFFORDING COVERAGE INSURER A : Everest National Insurance Company INSURER B : Zurich American Insurance Company INSURER C • INSURER D • INSURER E • NAIC 10120 16535 INSURER F : INTETRA-26 MBLEVIN ACC:PRE:, CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DDIYYYY) 01/08/2019 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS ERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES .jELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). • • THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLIC ES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS INSR LTR TYPE OF INSURANCE ADDL INSD SUER WVD POLICY NUMBER POLICY EFF IMM/DDNYYY1 POLICY EXP IMM/DD/YYYYI LIMITS A .-----, X COMMERCIAL GENERAL LIABILITY X 91ML000802-191 01/01/2019 01/01/2020 EACH OCCURRENCE $ 1,000,000 CLAIMS-MADE X OCCUR FearEICIElnign9ancel $ 200,000 MED EXP (Any one person) $ 10,000 PERSONAL & ADV INJURY $ 1,000,000 GEN'L AGGREGATE POLICY OTHER: X LIMIT APPLIES F:INT: X PER: LOC GENERAL AGGREGATE $ 2,000,000 PRODUCTS - COMP/OP AGG $ 2,000,000 $ — X AUTOMOBILE LIABILITY ANY AUTO OWNED AUTOS ONLY Alb% ONLY X SCHEDULED AUTOS ENT 91CA000016-191 01101/2019 01/01/2020 COMBINED SINGLE LIMIT (Ea accident) 1,00%000 $ BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Per accident) $ $ A X UMBRELLA LIAB EXCESS LIAB X OCCUR CLAIMS-MADE 91CU000764-191 01/01/2019 01/01/2020 EACH OCCURRENCE $ 6,000,000 AGGREGATE $ 6,000,000 DED X RETENTION $ 0 $ B WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBERit EXCLUDED? MsC 111=3,1uCt)FleOPERATIONS below YIN N NIA WC343491705 01101/2019 01/01/2020 X 'MUTE OTH- ER E.L. EACH ACCIDENT 1,000,000 $ E.L. DISEASE - EA EMPLOYEE 1,000,000 $ E.L. DISEASE - POLICY LIMIT $ 1,000,000 A A Crime General Liability 91CR000143-191 91ML000802-191 01/01/2019 01/01/2019 01/0112020 01/01/2020 Crime EPLI 100,000 1,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) City of Miami Beach is Additional Insured with resepct to the General Liability as per written contract with the Insured. CERTIFICATE HOLDER CANCELLATION City of Miami Beach c/o EXIGIS Insurance Compliance Services PO Box 4668 - EMC #35050 New York, NY 10163-4668 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE ACORD 25 (2016/03) ©1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD ATTACHMENT D INSURANCE REQUIREMENTS A TT A C H M E N T O IN S U R A N C E R E Q U IR E M E N T S ¢ APPENDIX F Insurance Requirements ITB 2020-055-AY TEMPORARY STAFFING SERVICES PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 TB 2020-055-AY APPENDIX F I Insurance Requirements 1TB 2020-055-A Y TEMPORARY STAFFING SERVICES PROCURE MEN T DEPAR TMENT 1755 Meridian Avenue, 3d Floor Miami Beach, Florida 33139 MIAIvIBEAC:f 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 Waiver of Subrogation: Contractor hereby grants to City of Miami Beach a waiver of any right to subrogation which any insurer of the Contractor may acquire against the City of Miami Beach by virtue of the payment of any loss under such insurance. Contractor agrees to obtain any endorsement that may be necessary to affect this waiver of subrogation, but this provision applies regardless of whether or not the City of Miami Beach has received a waiver of subrogation endorsement from the insurer. 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. ITB 2020-0 -A. I E xxx 1. XXX2. xxx 3. 4. xxx s. 6. xxx 7. XXX 8. xxx 9. 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. Workers' Compensation and Employer's Liability per the Statutory limits of the state of Florida. 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). Automobile Liability- $1,000,000 each occurrence - owned/non-owned/hired automobiles included. Excess Liability -$ .00 per occurrence to follow the primary coverages. The City must be named as and additional insured on the liability policies; and it must be stated on the certificate. Other Insurance as indicated: Builders Risk completed value Liquor Liability Fire Legal Liability Protection and Indemnity Employee Dishonesty Bond other $ 00 $ .00 $ .00 $ .00 $ .00 $ .00 Thirty (30) days written cancellation notice required. Best's guide rating B+:VI or better, latest edition. The certificate must state the proposal number and title Waiver of Subrogation: Contractor hereby grants to City of Miami Beach a waiver of any right to subrogation which any insurer of the Contractor may acquire against the City of Miami Beach by virtue of the payment of any loss under such insurance. Contractor agrees to obtain any endorsement that may be necessary to affect this waiver of subrogation, but this provision applies regardless of whether or not the City of Miami Beach has received a waiver of subrogation endorsement from the insurer. 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.