ITB_20-055-01 4 Best Business Corplex Wd nis
Director Procurement Department
AD/ME/AG
We ore cointrOtKI to prov d;o9 Rxcellenc fit bbc sK ur
CONTRACT NO. 20-055-01
MIAMIBEACH
Procurement Department, 1755 Meridian Avenue, 3' Floor, Miami Beach, Florida 33139, www miamibeachil.gov, 305-673-7490
SENT VIA E-MAIL TO: andreina4bbcorp.com
March 6, 2020
Andreina Peschiera
4 Best Business Corp.
3600 Red Road, Suite 306
Miramar, FL. 33025
Phone: 954-743-8950
RE: NOTICE OF AWARD OF CONTRACT PURSUANT TO INVITATION TO BID (ITB) NO. 2020-
055-AY, FOR TEMPORARY STAFFING SERVICES.
Dear Ms. Peschiera:
On December 17, 2019, 4 Best Business Corp., (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 to 4 Best Business Corp., (the "Contractor") for temporary staffing Services iii the following
line items:
• Administrative Services • 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.
26395:'
ond ur <ajy to oil WhC, live, work, cod Flay in OM ,,brunt. tropical, hisotix community.
C O N T R A C T N O. 2 0 -0 5 5 -0 1
MIAMI BEACH
P ro curem e n t D e p a rtm e n t, c 9oo S Z;j[j#@ t "Z@GZv 3 Floor, S j#¿j é Z#?zv '£];j[# FFc F.v •••,¿j#¿jZ#?zí £,%]"v FBo,39F,9l .B
SENT VIA E-MAIL TO: andreina@4bbcorp.com
March 6, 2020
Andreina Peschiera
4 Best Business Corp.
3600 Red Road, Suite 306
Miramar, FL. 33025
Phone: 954-743-8950
RE: NOTICE OF AWARD OF CONTRACT PURSUANT TO INVITATION TO BID (ITB) NO. 2020-
055-AY, FOR TEMPORARY STAFFING SERVICES.
Dear Ms. Peschiera:
On December c 9v hBc .v l Best Business Corp., (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 to 4 Best Business Corp., (the "Contractor") for temporary staffing Services in the following
line items:
• Administrative Services • 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, #) Valerie Velez@miamibeachfl.gov ]; 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.
26395. „
, é ªºj-, i ·,-~_! ~
- lex "inis 5 Director Procurement Department
AD/ME/AG
We ore committed to providg excellent public service and sotety to all who live, work, and ploy in our vibrant, tropical, historic community.
ATTACHMENT A
RESOLUTION COMMISSION ITEMS AND COMMISSION
MEMORANDUM
t ss t ªC S YO s t
DY/L RP s HL O ªL S S H//HL O Hs YS / t O º ªL S S H//HL O
S YS L Dt O ºP S
Coversheet
Page 1 of 2
Competitive Bid Reports - C2
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
fhe Administration recommends that the Mayor arid 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 shod-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 'TB 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 fs 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 1.1...0 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,
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, t.LC
Best Candidates LLC dba Creative
4 Best Business Corp. Staffing
Corporate Temps, Diskriter, Inc.
Ebyte Technologies, Inc. EDS Service Solutions, LLC
Employment Solutions of New York, Inc. Information Systems Consultants, Inc.
Integrated Staffing Integrity Trade Services LLC
P.I.E. Management, LLC Packplus Inc, dba Josmar Medical Staffing
Precision Staffing, Inc. dba AP Recruiters
& Associates Redcon Solutions Group LIG
SoftHQ, Inc. Worksquare, t.LC
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://miamibeachmovusagenda.com/agendapublic/CoverSheeLaspOltem LY-1.56718rMe... 2/18/2020
m
ª]"Z;(z ZZ) U#%Z H ]Jh
Comnngtitiyg Bid Reports • c2 B
MIAMI BEACH
COMMISSION MEMORANDUM
TO.
FROM:
DATE:
Honorable Mayor and Members of the City ª]¿¿j((j ]@
Jimmy L. Morales, City Manager
'Z;G#;X chv 2020
SUBJECT: REQUEST FOR APPROVAL TO AWARD A CONTRACT PURSUANT TO INVITATION TO BID (IT) NO. 2020-055-
AY FOR s YS UL DtD - 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 qZ;)#j@j@% to bids received, pursuant to IT8 2020-055-A¥, for temporary staffing services.
BACKGROUND/HISTORY
The Human Resources Department currently utilizes temporary ()#JJj@% agencies to fill (z ];)u)Z;¿ staffing needs of departments.
Some of the benefits of utilizing short-term staffing include quickly addressing operational needs, scheduling flexibility, and reduced
overtime costs. s zZ current ?]@);#?)( with temporary staffing agencies expire on or about 'Z;G#;X 25, 2020. s ] seek ;Zq£#?Z¿Z@)
contracts, the Administration issued Invitation to éj[ (ITB) 1TB 2020-055-¥Y. The TTB includes two categories of )Z¿q];#;X
workers: office and industrial (trades, (#@j)#)j]@v etc.).
The TB, 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 [TB. Typicaliy, 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 j@ the current tight labor market.
ANALYSIS
The IT was issued on November 13, 2019, with bid ]qZ@j@% date of December 20, 2019. s zZ Procurement ºZq#;)¿Z@) issued j[
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 q;]q ](Z[ by each bidder
Adrninistrative
4 Best Business Corp.
Best Candidates LLC dba Creative Staffing
Diskriter, Inc.
EDS Service Solutions, LLC
Information /X()Z¿( Gonsultants, Inc.
Integrity Trade Services LLC
P1.E. Management, LLC
Precision Staffing, Inc. [# AP Recruiters 8&
Associates
/]mCIv Inc.
Westuff
Industrial
Athena Consulting
Corporate s Z¿q(v Inc.
Ebyte Technologies, Inc.
Employment Solutions of New York, Inc.
Integrated Staffing
Manpower
Packplus Inc. dba Josmar Medical
/)#JJj@%
Redcon Solutions Group LLC
Tech Army LLC
Worksquare, LLC
l Best Business Corp.
Corporate Temps, Inc.
Fbyte Technologies, Inc.
Employment Solutionas of New York, Inc.
Integrated /)#JJj@%
P.A.E. Management, LLC
Precision Staffing, Inc. dba P Recruiters
& Associates
S0ftHQ, Inc.
Z() Candidates LLC [# Creative
/)#JJj@%
Diskrter, Inc.
EDS Service Solutions, LLC
Information Systems Consultants, Inc.
Integrity Trade Services LL.C
Packplus Inc dba Josmar Medical Staffing
Redcon Solutions Group LLC
Worksquare, LLC
/)#JJ has verified that the bids submitted met the requirements of the lTB and can be considered.
FINANCIAL INFORMATION
The costs of the related services are subject to funds availability approved through the City's budgeting process.
z ))qbmm¿j#¿j?#?z,@]"G(#%Z@[#,?]¿m#%Z@[#qG£j?mª]"Z;i/z ZZ),#(qi h£)Z¿£º0 co39cr S Z,,, hmcwmhBhB
Coversheet 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,1.1..0
- P.I.E. Management, LLC
Diskriter,
Best Candidates LLC dba Creative Staffing
- 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
Le.qfslative Tracking
Human Resources/Procurement
ATTACHMENTS:
Description
Imps://miamibeach.novusageoda.comlagenklapubliciCoverSheetaspOttern1D--,1501&Me... 2/18/2020
ª]"Z;(z ZZ) U#%Z 2 ]J h
CONCLUSION
lt 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 [B 2020-055-Y 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:
l é Z() Business ª];q,
Athena Consulting
Employment Solutions of New York, Inc.
Work.square, LL.C
P.1E.Management, LL.C
ºj(°;j)Z;v H@?,
Best ª#@[j [#)Z( LLC dba Creative /)#JJj@%
for industrial services.
4 Best Business Corp.
Employment Solutions of New York, Inc.
DOiskriter, Inc.
Best Candidates LLC [# ª;Z#)j"Z Staffing
P1E Management, LLC
Integrity Trade Services LLC
Applicable_Area
Citywide
Is this a Resident Fight to
Know item?
Yes
Loqislatiye Tracking
Human Resources/Procurement
Does this item utilize G.O. @# ;#5##-
No
ATTACHMENTS:
Description
@ Attachment.A
z))q(bmm¿j#¿jZ#?z,@]"G(#%Z@[#,?]¿m#%Z@[#qG£j?mª]"Z;/z ZZ),#(q4H)Z¿:º =15671&Me... 2/18/2020
ATTA::H MONT A
BID TABULATION
ITS 2020.0504o(
*Atiena C00.e.Arg
19.50%!
E.:-..,01(syntent Solutions el New vorx, ;0.0.. 2i .00%.
Wotkscuare. I_LC
21.00%1
I.E.,Wartagernet; LLC 2i . 55%k
2 t %
'Best Cart.-.30ales LLC ;Ica C7ealive Stal'Ong 21.73%!
Inc. 032 A2 Recruiters & Asso,..its•as 23.30%1
Trzde Se:: es LLC 23.80%i
23.90%1
Ebyte rechrdlogtes,
• ; .4. z-....'2 t•s•; , 9 'W,.•.., 7•• ttUe'• — - - 9 .: .,, ,
.....4.,,,r- .., ; .. ,..,,', ,
141 Fi
' 11V. ,,,,,c, vg,:itrIL. 5:70,_*.r.: ., .
'fast 9:ie.:bass Corp. '9 t9%
E -7.ploymeAt Sclueals z New `.rcot, !Pc 22 OS%
'DisKriter, Inc 1 23.251:
'Best Cactidatts it.0 0722; Creake Staffing ; 23.30%
'PIE'. Management, L.LC I. 2500%
'Inteorly Tretle Serttices Ur., i ' 25.33%
Pte.:32;3r. Saltr.s7., Inc 0.32. AP Pecrultene & Assodis tee 1 28:00%
I Pecers3 Sotutions Grc....p LLC 1
29 00',.
E ite echmt.t.42s, Ao.. 1 29.50%
?ttLA :Is Inc. dba Josrnar Medtcal StefOng 30.33%
'Worksquare, ',LC 31.03%
Sot•10, Inc. 3303%
Cord:rate Tesnds, 'AC. I 37.03%
Icotgrallort Systems Corlett tants, irtd. I35.03%
Integrated SW'`-1 41 OCt%
EDS SerAte. Scluticos, LLC 50 03%
.49
PackAts 032 Jcsmar M2d al Stat3-tg asaz%!
Belcc0, Solu•c3s Group :IC 28.33%F
Soll.H.C, lid 30.30%1
I irtforrratdo Syslacts CorteLtlaels, irtc 3t.03%;
Idandower I 32.00%i
Co:dr:tete c e.-ApS. cc. c 34.33%
"ntegrate0 Stesg 37.00%
Tech Army 44 97%1
EDS Se-,nce SL•ttutAos. ac 25.03%
creccles award ._com-e,
t s s t ,CS YO s t BID TABULATION cs F hB9uFooul -
t )z Z@# ª?(5)@%
iQjX@Z@) /£Gj( of OZ• Z;v inc
'wcrksquare. LLC
hc,h,E
hc,BBe l
"1 Manageme ±C 25j
FZ( Ca&dates V# Create /#J@%
ic o, S #@#%Z@Z¿) Rª
ih(°)Z;, b h Foe j
ho BB
'seg"y s ;#?Z Seresc ª 25 30%
iZ(bª#;m[#£Z( ª ?# ª;Z#)"Z /#% hb,9Be !
1 Precision /#%, inc [ l U Recruiters & t((]?j#)Z( hw,Be
9;Z?(i]; Sag. z , d2 A DZ?j)Z;( & t((]?j#)Z( hF,BBe£ Re:e S0ufs GrcpLLC hF BBe
ivegty 7rede Seres )R hF,FBe ° XZ s Z?z@]%Z(v inc. h£,oBe
Wesaf 23..Be m
¿XZ s Z?z #?%Z(v @?, V2 22 =
#?qjG( hz. da Josmar Medica! /#5j@% FB,.Be
•];°(±#;Zv Rª Fc,BBe
U#?°qG( h. )( Jsa Medal 5ag hw,BBe c
edcc S oluc s Grca LG h3=
/]e hv ±;?, FF Be
ª;#b#Z s Z¿(v z@?, 37.00%
S3 2, mh, FB,BBe l #:iratian Sys2s Csul3ls, j#, 35 c00%
£@iV#)?@ /X()Z;( ª];(5#@j(v Inc
kançaw er
Fb,BBe F
' Fhe
£)Z%;Z)Zj /#J% l c BBe
ES /Z@j?Z /]£j @#(,Rª oh Be
ª(bq?b#Z s Z@(,V, Fl,BBe ±
Z%;Z1Z Safrg 37.00%4
s Zí± Army ii ° l l .9em
S /ZZ /?£)?(, LC lo,BBe c
i¿Z;)Z( #•#;[ b#?¿ZFh)j
ATTACHMENT B
SOLICITATION (ITB)
AND ADDENDUMS
t s s t ªC S YO s é
/LR HªH s t sHL O dHsé a
t O º t ººYO ºP S /
City of Miami Beach Bid 2020-055-AY
Solicitation 2020-055-AY
TEMPORARY STAFFING SERVICES
Bid Designation: Public
City of Miami Beach
11/13/2019 1213 PM p 1
City of Miami Beach 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. c
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@MIAMIBEACHFLGOV
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 (It) 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[si) 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.comffl/rniami_beach/codesicode_of_ordinances?nodeld=SPAGEORCH2ADARTVI
PRDIV6LIWARESECOEM) 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
C it y of Mia m i B e a ch Bi d 2 0 2 0 -0 5 5 -A Y
Bi d 20 2 0-0 55 -A Y
TEMPORARY STAFFING SERVICES
Bid Number
Bid Title
Bid Start Date
Bid End Date
Question & Answer
End Date
Bid Contact
2020-055-AY
s YSU L DtD - 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 (#t) key
Description
c, TYOYDtR
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, #@[ 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 Bid$Sync (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 (z #££ 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 ª, 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 #@X resulting agreement. The successful bidder(s) shall be
required to comply with the ordinance requirements and submit all requested payroll data through tile 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
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 305673-7490 x26695 AguYuciasto@miamibeachfl.gov
Additionally, the City Clerk is to be copied on all communications via e-mail at: RafaelGranado rhiarnibeachfl.gov;
or via facsimile: 786-394.4188.
11/13/2019 12:13 PM p. 3
ªj)X of Sj #¿j B e ach B3id 2020-055-AY
1TB Issued November c Fv hBc .
U;Zuj[ Meeting November hhv hBc . at c B,BB #¿
Deadline for Receipt of Questions December 10, hBc . at Bo,BB q¿
ResponSeS Due December c 9v hBc. at BF,BB pm
Tentative Commission Approval Authorizing /ward_January hBhB
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.
ccmcFmhBc. chbcF US p. 3
City of Miami Beach Bid 2020-055-AY
t MI F A
[THIS PAGE IS INTENTIONALLY LEFT BLANK]
ITB 2020-055-AY
11113/2019 12:13 PM p 4
Ci ty o f M iam i Beach 8id 2020-055-AY
[THIS PAGE IS INTENTIONALLY LEFT BLANK]
I1B 2020055AY
11/13 /20 19 12 :13 PM q l
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
11113/2019 12:13 PM p. 5
Ci ty of Sj#¿j é Z#?z éj [ hBhBuBoo-
TABLE OF CONTENTS
SOLICITATION SECTIONS: PAGE
0100 NOT UTILIZED ..
0200 INSTRUCTIONS TO BIDDERS & GENERAL CONDITIONS .
0300 BID SUBMITTAL INSTRUCTION S & FORMA T .
APPENDICES:
APPENDIX A
APPENDIX B
APPENDIX C
APPENDIX D
APPENDIX E
APPENDIX F
PROPOSAL CERTIFICATON, QUESTIONNAIRE AND AFFIDAVITS
"NO BID" FORM
SPECIFICATIONS
SPECIAL CONDITIONS
COST PROPOSAL FORM
INSURA NCE REQUIREMENTS
c c mcFmhBc . chbc F US p.5
City of Miami Beach Bid 2020-055-AY
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).
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:
Procurement Contact:
Ar'u Yudasto
, VrY r via fa csimj
Telephone' Email:
305-673-7490 x26695 AriNudasto a miarnibeachfi 'ov
Qler lethon alltdrififlunitiatiolisM" 'ail ao 6V:
.947
• ,
I1 t7 2020-05.5-AY
11/13/2019 12.13 PM 0. 6
City of Miami Beach Bid 2020-055-AY
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 7j[7 a 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 com ply w ith an addendum requirement, m ay result in disqualification of
bid submitted.
2. PUR PO SE .
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 W age O rdinance (found on the following link:
htt ps://librar y.m unic ode.com /fl/miami _beach/codes/code of ordinances?nodeld=SPAGEOR CH2AD ARTVI
PR DIV 6LI W A R ESECO EM ) shall be applicable to any resulting agreem ent. 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 (LC PT racker.corn).
3 SO LIC ITA TIO N TIM ETABLE 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. PR O CU REMENT CO N TACT. Any questions or clarifications concerning this solicitation shall be submitted to the
Procurement Contact noted below:
Procurement ª@1#?),
11/13/2019 1213 PM q, 6
City of Miami Beach Bid 2020-055-AY
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&statela=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.govicity-halliprocurement/procurement-related-ordinance-and-proceduresl
• 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
11/1312019 12:13 PM p. 7
ªj)X of Miami Beach Bid 2020-055-AY
The Bid title/numb er sh all 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/clarification s will be sent to all prospective Proposers in the form of an addendum.
4. PRE-BID MEETING O R 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 Timel ine above at the following address:
City of M iam i Beach
Pro curem ent Department
Conference Room
1755 Meridian Aven ue, 34 Floor
Miam i 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) Di al the TELEPH ON E NUMB ER: 1- 888-557-8511 (Toll-free North Am erica)
(2) Enter the MEETING NUMBE R: 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 INTERPRETATIO NS. 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). L@£X questions answered by written addenda will be binding and may supersede terms noted in this
solicitation. Addendum will be released through BidSync.
6. CON E O F SILENCE. Pursuant to Section 2-486 J 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.mu nicode.com/index.aspx?client/D=13097&statel D=9&statename =Florida. An y 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
Pro cure ment Contact named herein with a copy to the City Clerk at rafaelgranado@miamibeach fl.gov.
7. SPEC IAL NO TICES. 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.miamibeach fl.goy/city-hall/procuremen t/procurement-rel ated-ordinan ce-_an d-procedures/
• ªLO Y L' /HRYO ªY ,,,,,
PROTEST UDL ªY ºPD Y/,,,,,
• DEBARMENT UDL ªY YºHOT /,,,,,
• LOBBYIST REGISTRATION AND DISCLOSURE OF FEES.............
• CAMPAIGN CONTRIBUTIONS BY VENDORS.
• ªt S UtHTO CONTRIBUTIONS BY LOBBYISTS ON PROCUREMENT
ISSUES........
• REQUIREMENT FOR CITY ªLO sD t ªs LD / s L PROVIDE EQUAL
CITY ªLºY SECTION 2-486
CITY CODE SECTION 2-371
CITY ªLºY SECTIONS huF.9 THROUGH hul wo,F
CITY ªL Y /Y ªsHLO / h,l wc sC DL P TC 2.-406
ªHs - ªL ºY /Yªs HLO hul w9
ªH- ªL Y /Y ªsHLO hul ww
11/13/2019 12:13 PM p. 7
City of Miami Beach Bid 2020-055-AY
BENEFITS FOR DOMESTIC PARTNERS CITY CODE SECTION 2-373
• LIVING WAGE REQUIREMENT CITY CODE SECTIONS 2-407 THROUGH 2410
• 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
B. 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 Mia m i Beach Bid 2020-055-A Y
BENEFITS FOR DOMESTIC PARTNERS. .. .. . . . CITY CODE SECTION huF9F
• 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 /Y ªsHLO huF9l
• FALSE CLAIMS ORDINANCE... . .. CITY CODE SECTION 70-300
• ACCEPTANCE OF GIFTS, FAVORS & SERVICES . CITY CODE /Y ªsHLO 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, •z j?z 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 ])z Z; sub-contractors or sub-consultants to the prime contractor.
12. VETERAN BUSINESS ENTERPRISES PREFERENCE. Pursuant to City of Miami Beach Ordinance No. 2011-
37 48, 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 doe a 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
cc mcFmhBc . chmcF US q, 8
City of Miami Beach Bid 2020.055-AY
IV' !BEACH
responsive, responsible bidder(s) meeting all terms, conditions, and specifications of the ITB will be recommended
for award by bid item, hid 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 recornmendation(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 he 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.
11/1312019 12:13 PM P g
City of Miami Beach éj [ hBhB Boou-
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 abilit y, capaci ty and skill of the bidder to perform the Contract.
• W hether 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 perform ance 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 )z#)b 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 # 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 CONTR ACTOR. 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.
c c mcFmhBc . c hbcF US p.9
City of Miami Reach Rid 202P-055-AY
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 éj[ hBhBuBoout -
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 #;Z 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 L a
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. c B
City of Miami Beach Bid 2020-055-AY
C.! E
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, 3,1I 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
C ity of Mia m i e ach éj [ hBhBuBoou-
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 #££ bids, or any part of #@X bid, as it deems necessary #@[ 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, F[ Floor, Sj #¿j Beach, FL FFcF. with a copy to the City ª£Z;°,
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 /2 0 19 12 :13 PM p. c c
City of Miami Beach Bid 2020-055-AY
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.
11113/2019 12:13 PM p. 12
ªj )X of S j#¿j Beach Bid 2020-055-A Y
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
#@[m]; 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 #@[ 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
º, 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-AY
112.i.,EACH
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 manufacturers 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
C ity of Sj #¿j é Z#?z éj [ hBhBuBoou-
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 specifìcations.
40. ELIM INA TION 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. EM ERGENCY 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), t;), 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
c c mcFmhBc . c hbc F US p. c F
City of Miami Beach Bid 2020-055-AY
FACH
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 ot Miami Beach éj [ hBhBuBoou-
that the public agency would provide the records and at a cost that does not exceed the cost provided in )zj( ?z#q)Z;
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, •j )z #££ 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.
cc mcFmhBc. chbc F US q cl
City of Miami Beach Bid 2020-055-AY
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
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 (z #££ 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-profil 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 q, co
City of Miami Beach Bid 2020-055-AY
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, 3,d 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
ªj)X of Miami each j[ hBhBuBoout -
Conditions). The Bidder may offer cash discounts for prompt payments; however, such discounts •j ££ 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 ítem must be bid separately, and no attempt is to be
made to tie any item or items in with any other ítem 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 é Hº 'LDS 7,
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, F[ Floor, Sj #¿j 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 (q ]) 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 •;j))Z@ notice to the bidder of such termination, •z j?z (z #££ become effective Gq]@ 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
c c mcFmhBc . c hbc F US q, c 3
City of Miami Beach Bid 2020-055-AY
‘: BL-,A
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
Cit y of Mi a mi B e a c h 8i d 2 0 2 0 -0 5 5 -A Y
fV\!
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. TERMINATIO N FO R CO NVENIENCE 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 . ADDITIO NAL ITEM S / SERVICES. Although this solicitation and resultant contract identifies specific goods,
services or facilities d7j)Z¿(7av 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) #;Z 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 q, c 9
City of Miami Beach Bid 2020-055-AY
BFACF
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 US8 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.
IL H •
RIGINAL IT ,RELEASED VIA AN ADDENDUM) MAY
ESPONSIVE AN ;NOT BEING FURTHER CONSIbERED
• 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
Ci t y o f Mia m i B e a c h 8 id 2 0 2 0 -0 5 5 -A Y
SECTION 0300 PROPOSAL SUBMITTAL INSTRUCTIONS AND FORMAT
1. SEALED BIDS. One original Bid Proposal (preferably in Fu;j@% bind er) must be submitted in an opaque, sealed
envelope or container on or befo re the due date established for the receipt of bids. Additionally, three (3) bound
copies and on e (1) electron ic fo rmat (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 re ceived elect ronically, either through email or facsimile, are not acceptable #@[ will be rejected.
2. BID PROPOSAL. The Bid Proposal is to include the following:
• TAB 1- Cost Proposal Form (Appendix E). The Cost Pro posal 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 Pro posal Form, completed as required and fully
executed, or Bid Bond (if applicable) shall be deemed non-responsive. Bidder must submit any omitted
docum entation within three (3) business days upon request from the City, or the bid may be deemed non-
responsive. Non-re sponsive bid packages will receive no further considera tion.
2. LATE BIDS. Bid Pro posals 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 otherw ise.
11/13/2019 12:13 PM p. c w
City of Miami Beach Bid 2020-055-AY
APPENDIX "A"
il ''''; .... -, .L4 --,4 9'------- „. i ' . lh
'!i';.:',, i , '. N
i ',.,
4
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
Ci t y of Mi am i B e a ch j[ hBhBuBoout -
APPENDIX "A"
Proposal Certification,
Questionnaire &
Requirements Affidavit
1TB 2020-055-AY
TEMPORARY STAFFING SERVICES
UDL ªP DYS YOs ºYUt Ds S YOs
c9oo S Z;j[j #@ Aven ue, 3d Foor
S j#¿j é Z#?z v Florida FFc F.
c c mcFmhBc . c hbc F US q, c .
Name of Proposer 's Authorized Representative: Title of Proposer 's Authorized Representative.
Signature of Proposer 's Authortzed Representative: Dater
City of Miami Beach Bid 2020-055-AY
Solicitation No:
2020-045-AY
Solicitation Title:
TEMPORARY STAFFING SERVICES
Procurement Contact: Tel: Email:
Arju Yudasto (305) 673-7490 #26695
{
11-jyYudasto@miamibeachfl,gov
PROPOSER'S NAME:
NO OF YEARS IN BUSINESS: NO. OF YEARS IN BUSINESS NO. OF EMPLOYEES.
LOCALLY:
OTHER NAME(S) PROPOSER HAS OPERATED UNDER IN THE LAST 10 YEARS:
FIRM PRIMARY ADDRESS (HEADQUARTERS):
CITY: •
STATE: LIP CODE:
TELEPHONE NO.:
TOLL FREE NO.:
FAX NO.:
FIRM LOCAL. ADDRESS:
CITY: •
]_ZIP CODE: STATE:
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 each Bid 2020-055-AY
Solicitation No: Solicitation Tile:
2020-045-AY TEMPORARY STAFFING SERVICES
U;]?G;Z¿Z@) ª]@)#?), s Z£b I Email:
Arju Yudasto (305) 673-7490 #26695 ArjuYudasto@m iamibeachfl.gov
PROPOSER'S NAME:
NO, OF YEARS IN BUSINESS: [ NO. OF YEARS IN BUSINESS = OL, L' YSURL -Y Y/b
LOCALLY
OTHER NAME(S) PROPOSER HAS LUYDt s Yº UNDOER IN THE LAST 10 YEARS:
FIRM PRIMARY ADDRESS (HEADQUARTERS):
CITY:
STAIE: ] 0 cooe
TELEPHONE NO.:
TOLL FREE NO.:
't p NO.:
FIRM LOCAL ADDRESS:
CITY.
STATE: I ZIP CODE:
UDHStD - ACCOUNT DYUDY/YOs t sHf Y FOR THIS ENGAGEMENT:
ACCOUNT REP sY RYUC LO Y NO.:
ACCOUNT REP s LRR 'DYY NO.:
ACCOUNT REP EMAIL:
'Y ºYDtR TAX HºYOsH'Hªt sHLO 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 t G)z ];jVZ[ DZq;Z(Z@)#)j"Zb Title of Proposer 's t G)z ];jVZ[ DZq;Z(Z@)#)j"Z,
Signature of Proposer 's t G)z ];jVZ[ DZq;Z(Z@)#)j"Z, Date
11/13/2019 12:13 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: Title of Proposer 's Authorized Representative:
Signature of Proposer 's Authorized Representative: Date:
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 nog performance by any public sector agency?
YES ri 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
Ci ty of Miam i Beach Bid 2020-055-A Y
APPENDIX A2 - QUESTIONNAI RE 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 U;]q ](Z; i( Authorized DZq;Z(Z@)#)j"Zb s j)£Z of U;]q ](Z; 's Authorized Representative:
Signature of Proposer 's Authorized DZq;Z(Z@)#)j"Zb Date:
1. Co nfli ct 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) Fir
Name, 2) Contact Individual Name & Title, 3) Address, 4) Telephone, oa 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-performance by #@X public sector agency? R E( E]
SUBMITTAL REQUIREMENT: If answer to above is "YES," Proposer shall submit a statement detailing the
reasons that led to action(s).
4. V end o r Cam paign 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.
o,
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:
c , Effective January c v hBc wv covered employees must be paid a living wage rate of no less than
Mc c,3h per hour with health care benefits of at least Mh,h3 per hour, or a living wage rate of no less
than $13.88 per hour without health care benefits.
h, Effective January 1, hBc .v covered employees must be q#j[ 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 Mc l,l l per hour without health care benefits.
11/13 /2 0 19 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:/Avww.miamibeachfLoov/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 a ree shall result in proposal 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
• Does your company provide or offer access to any benefits to employees with (same or opposite sex)
domestic partners* or to domestic partners of employees?
YES I I 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
I NO
City of Sj #¿j Beach Bid 2020-055-AY
3. Effective January 1, hBhBv covered employees must be paid a living wage rate of no less than
Mcc ,9w per hour with health care benefits of at least MF,hh per hour, or a living wage raie of no less
than$ co,BB 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 lo 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://yww_miamibeachfl.goulçity-hall/procurement/procurement-related-ordinance_and_procedures/
3,
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 v )] agree shall resu¡i in pryosal disqualification.
R E-Y ( NO
Equal Benefits for Employees with Spouses and Employees with Domestic Partners. When awarding
competitively solicited contracts valued at over McBBvBBB whose contractors maintain oc or more full time
employees on their payrolls during hB or more calendar work weeks, the Equal Benefits for Domestic
Partners Ordinance hBBouFl .l 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 )zZj;
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 localed 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? R a;(
•
•
E]
Does your company provide or offer access to any benefits to employees with (same or opposite sex)
domestic partners* or to dorlic ]artners of emp!e¿x'.ees?
)( : E]
Please check all benefits that apply to your answers above and list in the "other" section any additional benefits noi
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
c as medical insurance.
BENEFIT Firm Provides for Firm Provides for Firm does not
Employees with Employees with Provide Benefit
Sp0uses Domestic Partners
Health
Sick Leave
Family Medical L.eave
Bereavement Leave
If Proposer cannot offer a benefit lo domestic partners because of reasons outside your control, dZ,%,v 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 # 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.
ccmcFmhBc. chbcF US p. hh
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://wm.miamibeachfl.govicitv-hall/procuremenUprocurement-related-
ordinance-and-orocedures/
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, PuhlicPurchase.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]
1
11/13/2019 12:13 PM p. 23
ªj)X of Sj #¿j 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.//wyyy_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 il provides lo the City be sourced from these slates.
SUBMITTAL REQUIREMENT: Proposer agrees it is and shall remain in full compliance with Resolution
2016-29375. Failure to agree shall result in propor dislualification.
E( O]
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
[R E M A IN D E R O F T H IS PA G E LE FT IN T E NTIO NA LLY B LA NK ]
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 Mi am i Beach Bid 2020-055-AY
APPENDIX B
"No Bid" Form
1TB 2020-055-AY
TEMPORARY STAFFING SERVICES
UDL ªP DYS YOs ºYUt Ds S YOs
1755 Meridian Aven ue, 3d Floor
Miami Beach, Florida 33139
11/13/2019 12:13 PM q, hl
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, 3rd FLOOR
MIAMI BEACH, FL 33139
,V.AXfr.I..V.e^httaP.,VM.AllrCtltGiUV.,Wrl..r.Vaf.TtnrP.V.Rr.'tttr,3VV.VVVZ..ct:RNMP,vr'iV,ViWgaZtMM.Mtoif.gUlrKV.Vz,,,PW,
1713 2020-055-AY
11/13/2019 12:13 PM p. 25
C ity o f M ia m i B e a c h j[ hBhBuBoout -
Statement of No Bid
W E HAVE ELECTED NOT TO SUBMIT A PRO POSAL AT THIS TIME FOR
REA SO N(S) CHECKED AND/O R INDICATED BELOW :
W orkload does not allow us to proposal
I nsufficien t time to respond
Specification s unclear or too restrictive
Un ab le to meet specifications
U nable to meet service requirem ents
Un able to m eet insurance requirements
D o not offer this product/service
_OTHER. (Please specify)
W e do_ do not_ want to be retained on your mailing list for future pro posals
of this type pro duct and/or service.
']][[]][},_.--
:
Legal Com pany lam e;
Note: Failure to respond, either by submitting a pro posal or this completed form,
m ay result in your company being removed from our vendors list.
PLEASE RETURN TO:
CITY O F MIAMI BEACH
PRO CU REMENT DEPARTMENT
ATTN : Arju Yudasto, Pro cure m ent Contracting Offi cer I
PRO PO SAL # 2020-055-AY
1755 MERI DI AN AVE NUE, 3'FLOOR
MIA M I BEACH, FL 33139
c c mcFmhBc . c hbc F US p. 25
City of Miami Beach
Bid 2020-055-AY
APPENDIX C
Minimum Requirements
& Specifications
ITB 2020-055-AY
TEMPORARY STAFFING SERVICES
PROCUREMENT DEPARTMENT
1755 Meridian Avenue, ad Floor
Miami Beach, Florida 33139
• tAf181,.^,Min 4M,P, .PAWIP -MAt ,ablor491%.}MILIV,iVIMWWS,
ITE3 2020-033-AY
11/13/2019 12:13 PM p. 26
City of S j#¿j é ]#?z Bid 2020-055-AY
APPENDIX C
Minimum Requirements
& Specifications
1TB 2020-055-A Y
TEMPORARY STAFFING SERVICES
UDL ªP DYS YOs ºYUt Ds S YOs
c9oo S Z;j[j #@ Avenue, 34 Foor
Miami Beach, Florida 33139
11/13/2019 12:13 PM q, h3
City of Miami Beach Bid 2020-055-AY
Cl. 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.
riffV/06=15r1.Milf,...W.,XV.I.W4,44c.1..11.74W,I.21M.1114Z1070-1,74V,V,03.,MATIMMIMMUME rttlitettar7M.REMMAWnx
ITB 20 0-055-AY
11/13/2019 12:13 PM p. 27
C it y of Mi a mi B e a ch j[ hBhBuBoout -
C1. Mi nimum Eligibility Requirem ents. 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 addre ss of entity,
serv ice period, entity representative, telephone and email address.
Subm ittal 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 Adm inistrative and Industrial- Temporary Professional Serv ices
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 #@[m]; tertiary vendor.
h, 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 #@X City department.
F, 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 10 Panel
drug testing of all personnel supplied to the City, and proof of drug test q;j]; 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.
c c mcFmhBc . c hbc F US p. h9
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
Benzodiazepines
300 ng/ml
300 ng/ml
150 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
M ethylenedioxya mp heta mine
(M DA) Analogoues
500 ng/m1 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).
,WMPA,..,V X44,1 -zwef IMS,L1
I fB 2020,053-AY
11/13/2.019 12:13 PM p. 28
City of Mia mi Beach j[ hBhBuBoout -
The City's current 11- panel drug test #@[ cut-off levels are as follows:
Initial Test GC/MS ª]@Jj;¿ 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
(MDA) 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.
l , 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.
., Upon request from the City, Firm musi 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 12213 PM p. hw
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_
Radio/Television Broadcasting employees, clerical, drivers,
field workers 7610
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
4,4,444,41414,44.10.4,,M4441444Q441AVEMC.M.,40M4,:a4re44 R4,440?",4444,41,4 ,M.V.;44.414,4401844,444444:.14,41,,O,44=.4X44404INA.444W,I4,4444444,44,4,,srarmary4^4a4Mt,g4Wtimiam,m.,,,044,,,,,,,p4,
I E B 2020-05.5-AY
11/13/2019 12:13 PM p. 29
C ity of Miami Beach Bid 2020-055-A Y
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 #@[ Drivers
3064 Sign 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 Markinq & 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. h.
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 Buildine Ins.ector, Electrical Inseector
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
InVar,WM-11 M, ,rrrAr2rAVVr,r7t,r4.,,,W
ITB 2020-OS 5-AY
11/13/2019 12:13 PM p. 30
,R4 Arrfal,
City of Mi am i Beach Bid 2020-055-A Y
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 r Clerical, Messengers & Drivers in
8820 the Law Office
8868 Schools - Professional employees
Building & Property Management/Maintenance & Drivers;
9015 Public Swi mmi ng Pool Lq Z;#)j]@
9102 Parks & Drivers; Lawn M aintenance
G arbage/T rash Collector s - Incl uding Containerized Collection
9403 & Drivers, Dump Operations - Employees r Drivers,
9410 Building Inspector, Electrical Insp ector
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.
B.
ª,
D.
E.
',
G.
H.
I.
Purchase Order Number
Job number
Assignment location
Individuals Full Name
Employee Number
Job Classification
Date
Number of hours Worked
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 num ber 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.
N11,..,4,11XXS, klikad,1"^M.VW.,,,Wr082110,7MIWO¢P.VM,IIMATIaMPIPAZMIIVIreatag.ru,KI,...dh*W.040,40,04,5R.M.,,,A1...441: tUtinV
ITB 2020-, 53 AY
11/13/2019 12:13 PM p. 31
C it y of Miami Beach Bid 2020-055-A Y
assignm ent with the City. This data must be forwarded to the City on a monthly basis with
cum ulative re port sent at the end of the calendar year.
The Firm must agre e 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.
11/13/2019 12:13 PM p. Fc
City of Miami Beach Bid 2020-055-AY
APPENDIX D
1 ' N .
N 4 le \
Special Conditions
ITB 2020-055-AY
TEMPORARY STAFFING SERVICES
PROCUREMENT DEPARTMENT
1755 Meridian Avenue, ad Floor
Miami Beach, Florida 33139
UK,N4WgiVaWeA4./541%1+5..3ii,MMUMIIM, L'AitIft40640W,AlkeiraNAINMC.E.4.M.M04,1402:4,135,84,MAWMAI,SW.,1,
ITB 2020-05.5-AY
11/13/2019 12:13 PM p. 32
City of Miami Beach Bi d 2020-055-AY
APPENDIX D
Special Conditions
1TB 2020-055-A Y
TEMPORARY STAFFING SERVICES
UDL ªP DYS YOs ºYUt Ds S YOs
1755 Meridian Avenue, F;[ Floor
Miami Beach, Florida 33139
11/13/2019 12:13 PM p. Fh
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
41.2C.AZWIRrt..15141AVO str~, -.1244,T4SVE1:P: *GM' .qt.trA. ,3114,A4.001.4,11).M.Ontaz
I IB 2020055-AY
11/1312019 12:13 PM p. 33
C ity of M iami Beach Bid hBhBuBoout -
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
cc mcFmhBc . chbc F US q 33
City of Miami Beach Bid 2020-055-AY
APPENDIX E
't '?
•,,„!
,,,,ora% A
i,r e,
(t i .,.....,......,, "L..,„.,0
1 ,...;:„.„.. .,4 1,1
::::.4 -,,,,;,,y,,:- al
Cost Proposal Form
ITB 2020-055-AY
TEMPORARY STAFFING SERVICES
PROCUREMENT DEPARTMENT
1755 Meridian Avenue, ad Floor
Miami Beach, Florida 33139
l'ArAVAVVAVMMIA,,,,A.X,MAVVA ,IAMAST: dAli.,,,Milien,Alvaa, 'AMAVA-AMISPAA .451Xiat =vow kiveznimiv..,, ',A,Altte,"‘M:q11WIA1 A.AfAXAVVOASAAVArdt,e,,,
,ITB 2020-055-AY
11/13/2019 12:13 PM p. 34
C ity of M iam i Beach Bi d 2020-055-AY
APPENDIX E
Cost Proposal Form
1TB 2020-055-A Y
TEMPORARY STAFFING SERVICES
UDL ªP DYS YOs ºYUt Ds S YOs
1755 Meridian Avenue, 3d Floor
Mi ami Beach, Florida 33139
11/13/2019 12.13 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 andfully executed by, the deadline established,
for the,recei it of .ro.osalswill result:In • ro cisal bein .'tleomed noti4esson-slvv,and both'. 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
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.
aidtler's'Affir,mation,
Company:
Authorized Representative:
Address:
Telephone:
Email:
Authorized Representative's Signature:
wtorm AIDIM ,4Mt, :014N1AY WC:a,
ITC 2020-055-AY
11/13/2019 12:13 PM p. 35
Ci ty of Mi a mi Beach Bid 2020-055-AY
APPENDIX E
COST PROPOSAL FORM
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 e, 3.2)
ltem c b 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)
uuuuuuuuue
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.
. - 2e Bidder's Affirmation.MeMM ' u· i ## .. ° MeeMh M e .Z ¢
Company:
Authorized Representative:
Address:
Telephone:
Email:
Authorized Representative's Signature:
11/13/2019 12:13 PM q, Fo
Yt.vaki.
City of Miami Beach Bid 2020-055-AY
APPENDIX F
1
Insurance Requirements
ITB 2020-055-AY
TEMPORARY STAFFING SERVICES
PROCUREMENT DEPARTMENT
1755 Meridian Avenue, 3rd Floor
Miami Beach, Florida 33139 1
1.1.8Y ,,KW,C.I.Wr,",D'A.,,A,a,' CAMS,
ITB 2020-055-AY
11113/2019 12:13 PM p 36
ªj)X of Miami Beach Fj[ hBhBuBoout Y
APPENDIX F
Insurance Requirements
I1B 2020-055-AY
TEMPORARY STAFFING SERVICES
UDL ªP DYS YOs ºYUt Ds S YOs
1755 Meridian Avenue, 3 Foor
Miami Beach, Florida 33139
11/13/2019 12:13 PM p. F3
City of Miami Beach Bid 2020-055-AY
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. Wprkers' 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
Fire Legal Liability .00
Protection and Indemnity
Employee Dishonesty Bond .00
Other .00
XXX 7. Thirty (30) days written cancellation notice required.
XXX 8. Best's guide rating Bi-: Vlor 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.
- • ql,MV .t.g*• .rAaf •
ITB 2020-055-AY
11/13/2019 12:13 PM p 37
City of Miami Beach Bid 2020-055-AY
Ml
XXX1.
XXX2.
3.
l,
XXX5.
3,
XXX7.
XXX8.
XXX9.
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 M cvBBBvBBB,BB 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 - McvBBBvBBB each occurrence - owned/non-owned/hired automobiles included.
Excess Liability - M ,BB 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
Li quor Liability
Fire Legal Liability
U;])Z?)j]@ and Indemnity
Employee Dishonesty Bond
Other
8 BL
M ,BB
M BB
M BB
M BB
M ,BB
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.
·c{•;v)b)•h{íaBbcv ,, hJ)da{i,iíb•íb{t -{9i77 ,,,,, t:,11 i¡:Wi;Ìl'.;."!"f\--.;l(t:"" ..... :Ó,·•'--t:..._.,,a/l •. ·!---.:.:Clll'ir'i'-f:•••>·:wlilli:f',, __ ;¡c_,,¡.•)0-).,,.¡_ .... 1:r,•'-i■•!'>•··-::_;~..,;;;'9-_,·,1-:,,,,~:.••.,_.•...,llll"-'•".-n,,~.'~-Ìll> ... f:CúMl••,.,.!j
G z ".a
11/13/2019 12 13 PM p. 37
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
11/1312019 12:13 PM p. 38
City of Miam i Beach B3i d 2020 -0 55-Y
Question and Answers for Bid #2020-055-AY - TEMPORARY STAFFING SERVICES
11/13/2019 12 13 PM q, Fw
MIAMIBEACH PROCUREMENT DEPARTMENT
1755 Meridian Avenue, 34 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 ITB is amended in the following particulars only (deletions are
shown by strikethrough and additions are underlined).
!TB 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
HI. 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 ITS 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.
04: Will an MBEIWBE vendor be given any preference for this bid?
A4: While the City encourages MBEIWBE, there is no preference for MBEIWBE Business.
Lr.b> WZga.
, ADDENDUM NO, 1
INVITATION TO BID NO. 2020.055.AY
TEMPORARY STAFFING SERVICES
MI A M!BE A H PRO CUREMENT ºYUtD sS YOs
c9oo S Z;j[j #@ t "Z@GZv 34 '£]];
Sj #¿j é Z#?zv '£];j[# FFcF.
•••,¿j#¿jZ#?zJ£,%]"
ADDENDUM NO. c
INVITATION TO BI NO. 2020-055-A4Y
s YS ULD tD - /s t''HOT /Y DfHªY /
December 13, 2019
This t [[Z@[G¿ to the above-referenced ITB is issued in response to ±GZ()j]@( from prospective proposers, or other
clarifications and revisions issued by the City. The ITB is amended in the following particulars only (deletions are
shown by ();j°Z)z ;]G%z #@[ additions are G@[Z;£j@Z[a,
I, ITB DUE DATE AND TIME. The deadline for the receipt of j [( is Z)Z@[Z[ G@)j£ 3:00 p.m., on ';j[#Xv
December 20, 2019.
ªj )X of Sj #¿j Beach
Procurement ºZq#;)¿Z@)
1755 Meridian Avenue, 3rd Floor
Miami Beach, '£];j[# 33139
Late proposals will not be accepted. Proposers are cautioned to plan sufficient time to allow for
traffic or other delays for •z j?z the Proposer is solely responsible.
II. ATTACHMENT(S)
Yz jj) A: éj [ s #G£#)j]@ )] csé 2015-052-WG
lii. RESPONSES TO QUESTIONS RECEIVED:
Qt: Is )zZ;Z a current "Z@[]; of the services requested in this ITB #@[ if so, who is that "Z@[];4
t: The awarded vendors for the current contract 1TB 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 q](j)j]@m?#)Z%];X
being charged for the provision of these temporary staff7
A2: See Exhibit A.
Q3: What is the average duration of work #((j%@¿Z@)( for these )Z¿q];#;X staff?
A3: Currently, work assignments can be anywhere from a couple of weeks up to a year.
Q4: Will an MBENBE vendor be given any preference for this bid?
A4: While the City encourages MBENWBE, there is no preference for MBENWB E Business.
gee ope8et di8$pate«et ad'hr$,oe ii e. de., » too, po.„ thee.heh , beef.pee , e g o tee.ootee ooeeope ea o. , «a .o ,1 s he et.- oo 9 eve ope
1 ¢ ADODENDUM NO, 1
$HOs O To • NO, hBhB Boot ¥
í s YS ULD t D- /s t''HOT /YDfHªY/
AM BEACH
PROCUREMENT DEPARTMENT
1755 Meridian Avenue, 3fd Floor
Miami Beach, Florida 33139
www.miarnibeachil.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,
06: Do I have to send a response that I will be bidding. Is it mandatory to bid on both categories
AG: Refer to response A5.
07: 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?
AG: Please See Appendix C, Section Cl Minimum Eligibility Requirements.
09: 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 f18810 and f19410 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?
All: Refer to response A10,
12: Provide the current vendor (s) providing the service to the City and how are the current services being
procured?
Al2: See Exhibit A.
13: 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. 202.()-055.AY
OMPORARY STAFFING SERVICES
c Ht ,éYt PROCUREMENT DEPARTMENT
1755 Meridian Avenue, Fl Floor
Miami Beach, '£];j[# 33139
•••,¿j#¿jZ#?zJ£,%]"
05: May # "Z@[]; submit a bid on just ]@Z of the categories of temporary ()#JJj@% positions requested? For
example, may a vendor just j[ on the Administrative (Office) Type s Z¿q];#;X U;]J Z((j ]@#£ /Z;"j ?Z( ª£Z;j?#£
Administrative (e.g., 7610,8810, 8820, 8868, 9410) and not the Industrial Type Temporary Professional
/Z;"j ?Z(4
A 5: Yes, Bid ders are not require d to bid on #££ line item s.
06: Do I have to send a response that l will be bidding. Is it ¿#@[#)];X to bid on both ?#)Z%];jZ(
A6: Refer to respon se A5,
Q7: Is there any mandatory qZ;?Z@)#%Z #( a ?]¿q £j#@?Z under the Minority/Women é G(j @Z(( Y@)Z;q;j(Z( or
DBE J]; this RFP?
Al: Refer to response A4,
Bw, It says to supply references of the (#¿Z size. Is this mandatory?
A8: Please See Ap pen d ix C, Section C1 Minimum Eligibility Requirements.
09:. How does the transition process work from incumbent vendor to new vendor?
A9: Th e City would allow current temporary staff to finish their term with the incumbent and
then transition in the new vendor.
09: yz j?z ?£#((j Jj?#)j]@ code is used the most in )zZ q#()4
A9: The frequently used classifications are Administration fl8810 and fI9410 general labor
010: Could you please confirm what is the Y"#£G#)j]@ ª;j)Z;j#4
A10: Refer to Section 0200, no. 14 titled "METHOD OF AWARD".
Q11:If1have not service a municipal/state contract for over 15 years •j££ this disqualify me from the bid?
A11: Refer to response 10.
Q12: Provide the current vendor (s) providing the service to the City and how #;Z the current services being
procured?
A12: See Exhibit A.
013: yz #) 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.
uu··u·uuu··h· ¡·{){bb{H{{{ b{, ,~~~::,·~·~--•··--·-"'-··--···~····~-····~•<>•--··-··-~--··-•~·,-·---·•· .. --·•· ····--·- .. •-~.•-- .. ----' .
HbSULDtD - /s t''HOT SERVICES
MIAMI BEAD PROCUREMENT DEPARTMENT
1755 Meridian Avenue, 314 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?
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?
M9: 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.
Q21: 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,
023: 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
INVI'l'ATION TO BID NO. 2020-055-AY
TEMPORARY STAFFING SERVICES
PROCUREMEN T DEPAR TMEN T
1755 Meridian Avenue, 3 Floor
S j#¿j Z#?zv '£];j[# FFcF.
www.miamibeachfl.gov
014: Please provide the )])#£ number of temporary staff on current assignments?
A14: 57.
015: What will be the average length of the assignment?
A15: Refer to response A3.
Q16: Which services were utilized more, t [¿j@j();#)j"Z ]; 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 tile 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 X current vendors? Do you ]£j%#)Z any of these benefits or this is
up to vendor's discretion?
A19: The Ci ty mandates living wage and equal benefits.
020: As per our understanding, no narrative response (such as technical #qq;]#?zv staffing plan, recruiting
();#)Z%Xv key ()#JJv Z)?,a wi th this bid is required. Is it correct?
A 20: Refer to response A10.
I hc b Does City encourage submi ttin g addition al j@J];¿#)j]@ related to their firm ±G#£jJj?#)j]@(4
A21: Refer to Section 0300, PROP OSAL SUBMITTAL INSTR UCTIONS AND FORMAT.
I hhb H( cost would be )zZ only ?;j)Z;j# for )zZ contract #•#;[4 t ( long #( a vendor meets the Minimum
Eligibility Requirements set forth and have the lowest cost, would be considered for the award?
A22: Refer to respon se A10.
023:. Do we required to submit the response on Bidsync, there is no 7U£#?Z Offer" G))]@v Kindly #["j(Z
A23: Electronic Bids are not being accepted at this time.
MIAMIBEACH PROCUREMENT DEPARTMENT
1755 Meridian Avenue, 3rd Floor
Miami Beach, Florida 33139
www.miamibeachii,gov
Q24: How many vendors are engaged in your temporary program today? Who are the incumbents?
A24: Refer to response Al.
025: Can we hid 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.
030: 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.
031: 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".
4 4 ADDENDUM NO. 1
INVI. rA HON TO BID NO. 2020-055-AY -
I TEMPORARY STAFFING SERVICES
M IA M IBE H PROCUREMENT DEPARTMENT
1755 Meridian Avenue, 36 '£]];
S j#¿j Beach, Florida FFcF.
•••,¿j#¿jZ#?zJ£,%]"
Q24: How many vendors #;Z engaged in your )Z¿q];#;X q;]%;#¿ today? Who are the incumbents?
A24: Refer to response 1.
025: Can we bid on the ?£Z;j?#£ positions ]@£X4
A25: Refer to response A5.
Q26:. Please confirm that the background check is conducted by the City #@[ 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: 0n page 27 it states that a 10 panel drug test must be provided, and on page 28 it outlines an 11 panel
)Z(), yz j?z j( correct?
A27: 11 panel drug tests must be provided
Bhwb Is the City's (qZ@[ $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 ?G;;Z@) mark-ups for clerical and industrial positions?
A29: See Exhibit A.
030: On page 28, 5. it stales the City will not be charged for G@(#)j(J#?)];X services. How long is the
guarantee period for?
A30: There is no guarantee period.
031: 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 / z]G;( are submitted to the ;Z(qZ?)j"Z [Zq#;)¿Z@)( to be #qq;]"Z[ by their
Directors or designee.
032: Can you break-out your (qZ@[ on temporary £#]; X position type (clerical, industrial)?
A32: Refer to response A15.
033: What is your payment method?
A33: Refer to Section 0200, No. 60 titled "PAYMENT",
l "'iiôöËÑÔÜMÑ~,.,,_,.,_,. ,_~·~- -----· ··•u•·gZ•u·•i•iu -fu·-·-·-·,,,_ ..
HOfHs t sHLO s L Hº OL, hBhBu Boot ¥
TEMPORARY STAFFING SERVICES
MIAMIBEACH PROCUREMENT DEPARTMENT
1755 Meridian Avenue, 3' 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.
035: Will you be transitioning current temporary employees if new vendors are chosen?
A35: Refer to response A18.
036: What are your challenges today?
A36: There are no known challenges at this time.
037: 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
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".
041: 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.
042: 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 wilt be required at time of contract execution.
ADDENDUM NU, 1
INVITATION TO BID NO. 2020-055.AY
TEMPORARY STAFFING SERVICES
MIAMI BE PROCUREMENT DEPART MENT
c9oo S Z;j[j #@ t "Z@GZv Fl '£]];
Sj #¿j é Z#?zv Florida FFcF.
•••,¿j#¿jZ#?z J£,%]"
Q34: t;Z changes to )zZ j@[Z¿@jJj?#)j]@ language allowed? If so, do you want us to submit ]G; changes •j)z
the proposal ;Z(q]@(Z4
A34: No.
Q35: Will you be );#@(j)j]@j@% current )Z¿q];#;X Z¿q£]XZZ( if new vendors #;Z ?z](Z@4
t Fob DZJZ; )] ;Z(q ]@(Z c w,
036: What are your challenges today?
A36: There are no known challenges at this time.
037: Will all vendors be notified of the award, and how will the notification be processed?
A37: Al! "Z@[];( •j ££ Z notified formally of )zZ City Manager's ;Z?]¿¿Z@[#)j]@ for award.
Q8: Please provide a list of workers comp codes and/or !] descriptions.
A38: Administration fl8810 & {I9410 general labor
039: +low many billable hours are there for Admin/clerical? How many positions?
A39: Currently, there #;Z 57 )Z¿q];#;X t [¿j@j();#)j"Zmª£Z;j?#£ employees. é j££#£Z hours #;Z
unknown.
Q40: Please confirm how many vendors you will consider when awarding this contract.
AA40: Refer to Section 0200, No. 18 titled 7TYOYDtR s YDS / AND ªLO ºHsHLO /7 v
Q4t: Please provide clarity about veterans' preference.
A41: Please review City Code Section 2-374 PREFERENCE FOR FLORIDA SMALL
BUSINE SSES OWNED AND CON TROL LED BY VE TERAN S AND TO STATE-CERTI FIED
SE RVICE-DISABLED BETERAN BUSINES S ENTERPRISES.
042: Please ?£#;jJX that we do not need to submit Appendix B "No Bid Form' if we #;Z bidding on 1TB 2020-
055-A¥.I see that there is a space to receive future bids #@[ signature line. If we are to include •z j?z TAB
do we include this document.
A42: Appendix B is not required if you are submitting a bid.
Q43: U£Z#(Z clarity TAB Ihat Appendix E "Insurance Requirements" should be included.
43: Proof of insurance will he required at time of contract execution.
8, ¿,vZ%%, O]]Z,)]%,%) .Ma s eZ;. ,(]»]V,h.¢ ¢, Z )ZZvivM, )]Z,Z%% %.9 9.«Z.w·%,v];w.,.. ]¢l u, oo$#v.%h,.wM,,(].Z,(ZZb,#v);
5 ADDENOUM NO, 1
HOf Hst s HLO s L éH OL, hBhBu Bo3ot ¥
TEMPORARY /s t ''HOT SERVICES
Al x en
P octrrera nt Director
M AM I BEACH PROCUREMENT DEPARTMENT
1755 Meridian Avenue, 3'd Floor
Miami Beach, Florida 33139
www.miamibeachil.gov
044: A) The insurance sections has empty spaces in some areas of the insurance value. Can you please
specify the insurance requirements in totality. 8) 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:
[ Adu Yudasto
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.
v11,1 J NY 1, •,,t‘
ADDENDUM NO. 1
INVITATION TO BID NO. 2020.055.AY"
TEMPORARY STAFFING SERVICES
I Telephone:
305-673-7490 ext. 26695 I AritrYudasto igmiamibeachfLgov
-•\
M/A MI BE PROCUREMENT DEPARTMENT
c9oo S Z;j[j #@ "Z@GZv F[ Floor
Miami é Z#?z v '£];j[# FFc F.
•••,¿j#¿jZ#?zJ£,%]"
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 )zZ;Z are #@X addenda as we #;Z
G@#£Z to download the latest document form RFP Mart.
A 44: a) Un d er Ap p en dix F, all insuran c es marked with "XXX" signifies that it is required. b)
Wi th the issuance of thi s addenda, there is currentl y only one.
An y questions regarding this Addendum should be submitted in writing to the U;]?G;Z¿Z@) Management
ºZq#;)¿Z@) to )zZ attention of the j@[j "j [G#£ named below, with a ?]q X to )zZ City Clerk's Office at
RafaelGran ado@m iamibeachfi.gov
J]2 Z, )Z#(, ve#,#,Z(Z( i [Aiju Yadasto ]305-673-7490 Zl , 26695T e
Proposers are reminded to acknowledge receipt of )zj( addendum as q#;) of your IT submission. U])Z@)j#£
prop osers that have elected not to submit a respon se to the lTB #;Z requested to ?]¿q£Z)Z and return the "Notice to
Pos e~t::~-~;dders" questionna1re w ith the reason(s) for not submitting a proposal.
] f
t£Zi "Z@j
Procurer nt Director
., _, __ ,. .. ;,._ Í)d·rAooEND üMoo: ,1~ .. ,.,,... , .. _..,,,.- - .. , ,,,- . ..._ __ ,_,;,,~~-,,., ; ,,""" .. •.t -- ----···•"· .. - ,,·-•·U••-• .. , .. , ••• _. -, ~--- .. , ><-•!,. _ l ~_ .. ,, _~, •. _ ,,,,,.,,,,, ,,._, __ , .,,.,_.,
j INVAoN TO 8ID NO. 2020-055.AY
$ s YS ULD t D- /s t ''HOT /YDf HªY/
ATTACHMENT C
CONSULTANTS RESPONSE TO THE (ITB)
ATTACHMENT C
CONSULTANTS RESPONSE TO THE (ITB)
i\A 4BBCorp A 3 H
Bid #202Q-055-AY
TEMPORARY STAFFING SERVICES
4 Best Business Corp
3600 Red Road, Ste 306
Miramar, Florida, 33025
Contact: Miguel Fernandez
Phone: (954) 2124442
T'S
ETHER
4 B BC orp MIAMIBE H
Bid #2020-055-AY
EWE/ TEMPORARY STAFFING SERVICES
4BBCorp AMI C3EACFf
TAB 1— Cost Proposal Form (Appendix E) 3
TAB 2 — Bid Certification, Questionnaire and Affidavits (Appendix A) 5
TAB 3 — Minimum Requirements Submission 10
Experience and Qualifications 11
Prior Relevant Experience and References 18
Project Approach 22
Additional Information 35
Insurance 37
4BBC orp MIAMIBEA H
TAB 1-Cost Proposal Form (Appendix E) 3
TAB 2 - Bid Certification, Questionnaire and Affidavits (Appendix A) 5
TAB 3- Minimum Requirements Submission c B
Experience and Qualifications c c
Prior Relevant Experience and References c w
Project Approach hh
Additional Information Fo
Insurance 37
4 Corp MI A VMI BE
,44,1,1A •
4.'6,, •
4 B B o r p
4BBCorp
BEAC
M AM
4
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 .1 of pro • osals will result in .ro.osal bein . deemed non.responsive and bein . re acted.
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 FIB, 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 nonresponsive. All corrections on the Cost Proposal Form
(Appendix E) shall be initialed.
EXPENSES AND OVERHEAD
PERCENTAGE MARKUP TO
BE ADDED TO BILL RATE*
(Appendix Cr 3,2)
Item 1: Administrative (Office) Type Temporary Professional Services 18.49 a/0
Clerical/Administrative (e.g., 7610, 8810, 8820, 8868, 9410)
Item 2: Industrial Type Temporary Professional Services 19.49 %
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.
V .:Bidder's Affirmation
Company' 4 BtS r BUSINESS CORP
Authorized Representative: MIGUEL FERNANDEZ
Address: 3600 RED ROAD, SUITE 306, MIRAMAR, FLORIDA 33025
Telephone: (954)212.1442
Email: mfernandez94bbcorp,com
Authorized Representative's Signature: ..---
„,,,-
tnU 2 - ,717
ww.4Ipbcor • .com
4BBCo rp MIAMIBE H
APPENDIX E
COST PROPOSAL FORM
Bidder affirms that the prices stated on the prop osal price form below ;Zq;Z(Z@)( the Z@)j;Z cost of the items in
full accordance with the requirem ents of this ITB, inclusive of its terms, condition s, specifications and other
requiremen ts stated herein, and that no claim will be made on account of any increase in wage scales,
material prices, delivery delays, taxes, insuran ce, cost indexes or any ])z Z; unless a cost escalation provision
is allowed herein and has been exercised X the City Man ager in advance. The Cost Proposal Form
(Appendix E) shall be ?]¿q£Z)Z[ mechanically or, if manually, in j@°, Cost Proposal Forms (Ap pendix E)
completed in pencil shall be deem ed non-responsive. All corrections on the Cost Proposal Form
(Appendix E) (z #££ Z j@j)j#£Z[,
Item )b t [¿j@j();#)j"Z dLJJj?Za s XqZ s Z¿q];#;X Professional Services
ª£Z;j?#£mt[¿j@j();#)j"Z dZ,%,v 93cBv wwcBv wwhBv ww3wv .l cBa
Item hb Industrial s XqZ s Z¿q];#;X Professional /Z;"j ?Z(
H@[G();j#£ (e.g., BcB3v FB3lv oc.hv ol BFv ol 9lv ooB3v ooB.v
o3B3v 9ohBv 9owBv 99Bl v 99hBv wFwBv w3Bhv .Bc ov .cBhv .l BFa
EXPENSES AND OVERHEAD
PERCENTAGE MARKUP TO
BE ADDED TO BILL RAsY i
(Appendix ªv 3.2)
cw,l. %
Bidder shall quote # qZ;?Z@)#%Z markup to be added to )zZ pay rate J]; the placed candidate and (z #££ be
inclusive but @]) limited to, all expenses, profit, overhead and all #qq£j?#£Z taxes.
Bidder's Affirmation ?
6ompany: 4 BES1 BUSINESS COK
Authorized Representative: MIGUEL FERNANDEZ
Address: 3600 REDO ROAD, SUITE 306, MIRAMAR, FLORIDA 33025
s Z£Zqz ]@Zb (954) 212-1442
Y¿#j£b mferandez@4bbcop com e
Authorized DZq;Z(Z@)#)j"Zi( Signature: vvm{uuu Ä - mm
AMIBE B Corp
•
''•*..•
4$•Jk,
/?
'§,41MARMERM:7tNYie&W,Uartr
M BB orp
MIAMI
Solicitation No:
2020-045-AY
Solicitation Title;
TEMPORARY STAFFING SERVICES
PrOcUreinOni Contact:
Arju Yudasto
Tel;
(305) 673-7490 #26695
Erna
ArjuYudasto@miamibeachfl.gov
PROPOSER'S NAME: 4 BEST BUSINESS CORP
NO. OF YEARS IN BUSINESS: 16 YEARS NO, OF YEARS IN BUSINESS NO, OF EMPLOYEES'
LOCALLY: 16 YEARS 44
OTHER NAME(S) PROPOSER HAS OPERATED UNDER IN THE LAST 10 YEARS: OBA 4BBCORP
FIRM PRIMARY ADDRESS (HEADQUARTERS): 3600 RED ROAD, SUITE 308
CITY; MIRAMAR
STATE: FLORIDA ZIP CODE: 33025
TELEPHONE NO.: ( 212-1442
TOLL FREE NO,: (888) 422-1880
FAX NO.: (888) 908-9491
FIRM LOCAL ADDRESS: 200 SOUTHEAST BISCAYNE BOULEVARD, SUITE 320
CITY: MIAMI
STATE: FLORIDA ZIP CO 33137
PRIMARY ACCOUNT REPRESENTATIVE FOR THIS ENGAGEMENT: ANDREINA PESCHIERA
ACCOUNT REP TELEPHONE NO,: ( 4) 743-8950
ACCOUNT REP TOLL FREE NO.: (888) 422-1880
ACCOUNT REP EMAIL: andreinaQ4ttcorp,corri
FEDERAL X IDENTIFICATION NO.; 54-2093754
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:
MIGUEL FERNANDEZ
Title of Proposer 's Authorized Re seotetr1;a:—
PRESIDN'T
Signature of Proposer 's Authorized ReprseatatNid: Date;
12118(2019
4BBCorp MI
Solicitation No.
2020-045-AY
/]£j?j)#)j]@ Title:
TEMPORARY STAFFING /Y DfHªY /
U;]?G;Z¿Z@) ª]@)#?)b
Ariu Yudasto
Tel: I Emaìf:
(305) 673-7490 #26695 ArjuYudasto@miamibeachfl.gov
UDLUL /Y Di/ NAME: 4 BEST BUSINESS CORP
NO, OF YEARS IN BUSINESS: 16 YEARS I NO, OF YEARS IN BUSINESS [ NO. OF EMPLOYEES:
LOCALLY. 16 YEARS l l
OTHER NAME(S) UDLUL /YD C t / LUYDt s Yº PO ºYD IN sC Y Rt /s 10 YEARS: .......
ºBét l é éwªLDU
FIRM PRIMARY ADDRESS (HEADQUARTERS) 3600 DYº ROAD, SUITE 306
CITY. MIRAMAR
STATE: 'R LD Hºt : ?]])Z 33025
sY RYUC LO Y OL,b (954) 212-1442
s LR R 'D YY O L b (888) 422-1880
'tp OL,b (888) 908-9491
FIRM LOCAL ADDRESS: 200 SOUTHEAST BISCAYNE BOULEVARD, SUITE 320
cI Y: SHtS H
STATE: FLORIDA : ?]])Z FFcF9
PRIMARY ACCOUNT DYUDY/Y Os t sHfY FOR THIS ENGAGEMENT: tO ºD YHOt UY/ªC HYDt
ACCOUNT REP sYRYUC LO Y OL,b (954) 743-8950
ACCOUNT REP s LR R FREE OL,b (888) 422-1880
ACCOUNT REP EMAIL: andreina@4bbcorp.com
FEDERAL s p HºYOsH'Hªt sHLO OL,b ol uhB.F9ol
Y?Zq) #( stipul ate d j@ T Z@Z;#£ ª]@[j )j]@ F3v U;]q ](Z; #%;ZZ(b to ?]¿q£Z)Z #@[ unconditional #??Zq)#@?Z
of the terms and ?]@[j )j]@( of this documen t , inclusive of thi s (]£j?j)#)j]@v all (q Z?jJj?#)j]@(v #))#?z¿Z@)(v
exhibits and appendices and the contents of any Addenda released hereto; to be bound, at a minimum, to
#@X #@[ #££ (qZ?jJj?#)j]@(v )Z;¿( and ?]@[j)j]@( contained z Z;Zj@ ]; Addenda; )z#) )zZ U;]q ](Z; has not
[j "G£%Z[v discussed, or compared )z Z proposal with other Proposals and has not colluded •j )z #@X ])zZ;
q;]q ](Z; or q#;)X to #@X ])z Z; proposal; that q;]q ](Z; acknowledges that #££ j@J];¿#)j]@ contained herein is
part of the qG£j? domain as defined X the /)#)Z of '£];j[# Sunshine and UG£j? Records Laws; )z#) all
;Z(q]@(Z(v [#)# #@[ j@J];¿#)j]@ contained in )zZ q;]q](#£ #;Z );GZ #@[ accurate.
Name of Proposer 's Authorized DZq;Z(Z@)#)j"Zb
MIGUEL FERNAND E7
Tile ot U;]q](Z; i( t G)z];jVZ[ DZq;Z(Z@)#)j"Zb
UDY/HºYOs
º#)Zb
chmcwmhBc.
4BBCorp
B IA
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, arid 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 Representative: --Title of Proper 's Authorized Representative:
2RESJIfEN.T -.
Date:
12118/2019
i MIGUEL FERNANDEZ • •••,1 ••.•••
Signature of Proposer 's Authorized Representati •
Confli st, 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, arid 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
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-performance by any public sector agency?
YES I X 1 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.
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.
4B B Corp
APPENDIX A2 - QUESTIONNAIRE AND RE QUIREMEN TS AFFIDA VIT FORM
sz Z purpose of this Proposal ªZ;)jJj?#)j]@v I GZ()j]@@#j;Z #@[ DZ±Gj;Z¿Z@)( Affidavit '];¿ is )] inform q;](qZ?)j"Z
Proposers of certain solicitation and contractual requirem ents, and to collect necessary information from U;]q](Z;( in
order that ?Z;)#j@ portions of ;Z(q]@(j"Z@Z((v responsibility and other determining factors and ?]¿q £j#@?Z with
requirements may be evaluated. t))#?z any requested j@J];¿#)j]@,
.- +Title of U;]q](Z; 's
IB
st ,
1. connit or hiterest. AI U;]q ](Z;( must disclose, in )zZj; Proposal, the name(s) of #@X officer, director,
agent, or immediate J#¿j£X mem ber (spouse, parent, sibling, and child) wh o is also an Z¿q£]XZZ of )zZ City
of Sj #¿j Beach. 'G;)zZ;v all U;]q ](Z;( must disclose the @#¿Z of #@X City Z¿q£]XZZ wh o own s, either
[j ;Z?)£X or j@[j;Z?)£Xv an j@)Z;Z() of ten (10%) qZ;?Z@) or ¿];Z in )zZ Proposer entity or #@X of its affiliates.
SUBMITTAL REQUIREM ENT: U;]q](Z;( must [j (?£](Z )zZ name(s) of any ]JJj?Z;v [j ;Z?)];v agent, ];
immediate family member (spouse, paren t, sibling, and child) who is also an employee of the City of Sj #¿j
Beach, Proposers must also disclose the @#¿Z of any City Z¿q£]XZZ •z ] ]•@(v Zj)zZ; [j ;Z?)£X ]; indirectly,
#@ j@)Z;Z() of )Z@ dcBe a qZ;?Z@) ]; more in )zZ U;]q ](Z; entity or #@X of its affiliates
2. References & Past Performance. Prop oser shall attach at least three (3) references for whom the U;]q ](Z;
has completed work similar in size and nature as the work referenced in solicitation.
SUBMITTAL REQUIREM ENT: For Z#?z referen ce submitted, the following j@J];¿#)j]@ is required: 1) 'j ;¿
O#¿Zv ha ª]@)#?) Individual Name & Title, Fa Address, l a s Z£Zqz ]@Zv oa ª]@)#?)i( Y¿#j£ #@[ 3a O#;;#)j"Z ]@
Scope of Services Provided.
3. Suspension, Debarment or Contract Cancellation. Has Prop oser ever been [Z#;;Z[v suspended or ])z Z;
legal "j]£#)j]@v or had a contract cancelled due to non-performance X any public sector agency?
"Z( p E]
SUBMITTAL REQUIREMENT: If answer to above is "YES," Proposer shall submit a ()#)Z¿Z@) detailing the
reasons that led )] action(s).
4. Vendor ª#¿q#j%@ ª]@);jG)j]@(, Proposers #;Z expected to be or become familiar with, the City's
ª#¿q#j%@ Finance Reform laws, #( codified in /Z?)j]@( hul w9 through hul .B of )zZ City Code. Proposers
(z #££ Z solely responsible for ensuring )z#) all #qq£j?#£Z provisions of the ªj)Xi( ª#¿q#j%@ 'j @#@?Z DZJ];¿
laws #;Z complied •j)z v #@[ (z#££ be subject )] #@X #@[ #££ (#@?)j]@(v #( prescribed )zZ;Zj@v including
disqualification of )zZj; Proposals, in the event of such @]@u?]¿q£j#@?Z,
SUBM ITTAL REQUIREM ENT: Submit the names of all individuals or entities (including your sub-
consultants) with a ?]@);]££j@% financial j@)Z;Z() as defined in solicitation. For each individual or Z@)j)X with a
controlling financial j@)Z;Z() indicate whether or not each individual or Z@)j)X has contributed to the campaign
either directly or indirectly, of a candidate who has been elected to the office of Mayor or City ª]¿¿j((j]@Z;
for the City of Miami Beach.
5 Living Wage. Pursuant to /Z?)j]@ hul Bw of )zZ City of Sj #¿j Beach Code, #( (#¿Z may be amen ded from
time )] time, covered Z¿q£]XZZ( shall be paid the required living wage rates listed below:
c, Effective January cv hBcwv covered Z¿q£]XZZ( must be paid a living wage ;#)Z of no less than
Mcc,3h per hour with health care Z@ZJj)( of at least $2.26 per hour, or # 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
Mcc,9B per hour with health care benefits of at least $2.74 per hour, or a living wage rate of no less
than Mcl,l l per hour without health care benefits.
OZ;Z ]J U;]q](Z; i( Authorzed DZq;Z(Z@)#j•"Zb
¡ ££TPYR 'YDOtOºY: é DY/£ºqH,uuH
(j.@#";Z U;]](Z; ( Gñ ]VZ[ DZqjZ(Z@)#97 aie
u chmcwmhBc.
4 Corp
BEA
es ionnaire an
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, of 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:/.1www.miamibeachfl.govicity-hall/precurementiprocurement-related-ordinance-and-proceduresi
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
ree shall result inproposal 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?
X
Does your company provide or offer access to any benefits to employees with (same or opposite sex)
domestic partners* or to domestic artners of employees?
YES r 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 X
Sick Leave X X
Family Medical Leave X X ....
Bereavement Leave X , X
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.
YES r-1 NO
4B B orp
F, YJJZ?)j"Z January cv hBhBv ?]"Z;Z[ employees ¿G() be q#j[ # living wage rate of @] less )z#@
$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 qZ; hour •j)z]G) health care benefits.
The living wage rate and health care benefits rate may, X Resolution of the City Commission be indexed
annually for j@J£#)j]@ using the Consumer U;j?Z Index for #££ Urban Consumers (CPI-U) Miami/Ft. Lauderdale,
issued X the U.S. Department of Labor's Bureau of Labor Statistics. O])•j)z()#@[j @% the preceding, no
annual index shall exceed )z;ZZ percent (3%). The City may also, X resolution, elect not to index the living
wage rate in any particular XZ#;v jJ it determines it would not be fiscally sound to implement same (in a
particular XZ#;a,
U;]q ](Z;(i failure to ?]¿q£X 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 Jj@Z(v as provided in the City's Living Wage Ordinance, as
amended. 'G;)z Z; j@J];¿#)j]@ ]@ )zZ Living Wage requirement j( #"#j£#£Z at
z))q,mmXX•8 ,¿j#¿jZ#?zJ),%]"m?j)Xuz#££mq;]?G;Z¿Z@)iq;]?G;Z¿Z@)u;Z£#)Z[u ];[j @#@?Z8 #@[uq;]?Z[G;Z(m
t@ X q#X;]££ request made X the City during the ?]@);#?) )Z;¿ (z #££ be ?]¿q£Z)Z[ electronically "j # the ªj )Xi(
Z£Z?);]@j? compliance q];)#£v LCP Tracker (LCPTracker.net).
SUBMITTAL REQUIREMENT: Indicate below that Proposer agrees to the living wage requirement. Failure
£] agree (z #£ resu[ in pryosal disqualification.
Rp JYEs 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 hB or ¿];Z 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 )zZj;
Z¿q£]XZZ( with domestic partners, as they provide to employees with spouses. The Ordinance #qq£jZ( to all
Z¿q£]XZZ( ]J # Contractor •z ] •];° within the ªj)X limits ]J the City ]J Sj #¿j Beach, '£];j[#í #@[ the
ª]@);#?)];i( employees £]?#)Z[ in the United /)#)Z(v but outside of the City of Sj #¿j Beach limits, •z ] #;Z
[j ;Z?)£X performing work ]@ the contract within the City ]J S j#¿j Beach.
Does your company provide or offer access to any benefits to Z¿q£]XZZ( with spouses or to spouses of
Z¿q£]XZZ(4
EZ( c ]
MAIA
Does your company provide or offer access to #@X Z@ZJj)( to employees with (same or ]q q](j)Z sex) ];(u#((Z((9Z;vh± ""ff,
Please check all benefits that #qq£X to your answers above and £j() in the "other" section any additional benefits not
already specified. Note: som e benefits are provided to employees because they have a spouse or domestic
q#;)@Z;v such #( Z;Z#"Z¿Z@) leave; other benefits #;Z provided [j ;Z?)£X to the (q]G(Z ]; domestic q#;)@Z;v (G?z
as medical insurance.
BENEFIT Firm Provides for 'j ;¿ Provides for Firm does not
Y¿q£]XZZ( •j)z Employees •j)z U;]"j [Z é Z@ZJj)
Sp0uses Dom estic Partners
Health X X
Sick Leave X X
Family Medical Leave X X
Bereavement Leave X X
If U;]q ](Z; ?#@@]) offer # benefit to domestic q#;)@Z;( because of reasons outside your ?]@);]£v dZ,%,v there
are no insurance providers in your area willing to offer domestic q#;)@Z; coverage) you may be Z£j%j£Z for
Reasonable Measures compliance. To ?]¿q£X on this basis, you must #%;ZZ to pay a cash equivalent and
(G¿j) a ?]¿q£Z)Z[ Reasonable Measures tq q£j?#)j]@ (attached) with #££ necessary documentation. Your
Reasonable Measures tq q£j?#)j]@ will be reviewed for consideration by the City Manager, or his designee.
4BBCorp IAil,IEiE.ACH
,rgtgitit.
earAagfiaiidP
Approval is not guaranteed and the City Manager's decision is final, Further information on the Equal
Benefits requirement is available at h Ihvwx.miarnib o ur ro u e t- latod-
ordinance-and7pLrocedures/
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
201629375. Failure to agree shall result in propora_l_cf:slualification.
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 7
Addendum 11
Addendum 2 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]
BBCorp IA Ml H
Approval is not guaranteed and the City Manager's decision is Jj@#£, 'G;)zZ; j@J];¿#)j]@ on the Equal
é Z@ZJj)( requirement j( #"#j£#£Z at z))qb8mmXX,¿j#¿jZ#?zJ£,%]Xm?j)Xuz#££mq;]?G;Z¿Z@)mq;]?G;Z¿Z@)u;Z£#)Z[-
];[j @#@?Zu#@[uq;]?Z[G;Z(1
9, S ];#)];jG¿ ]@ s ;#"Z£ )] #@[ the UG;?z #(Z of T ]][( ]; /Z;"j ?Z( J;]¿ O];)z ª#;]£j@# and Mississippi.
Pursuant to Resolution hBc 3uh.F9ov the City of Sj #¿j Beach, Florida, prohibits official City travel )] the
()#)Z( of O];)z ª#;]£j@# and Mississipp i, as well as )zZ purchase of goods or services sourced in North
ª#;]£j@# and Mississippi. Propo ser sh all agree that no travel shall occur on Zz#£J of the City to O];)z
Carolina ]; S j((j ((j qqjv @]; shall any product or (Z;"j?Z( it provides to the City be sourced J;]¿ these ()#)Z(,
SUBMITTAL REQUIREMENT: Proposer agrees it is and shall remain in full compliance with Resolution
hBc3uh.F93, '#G;Z )] agree (z#£ ;Z(]) in q;]q ](#£ [(±G#£jJj?#)j]@
:p ="Z( ]
w, Acknowledgement of Addendum , After issuance of solicitation, the City may release one or more
#[[Z@[G¿ )] )zZ solicitation •z j?z may provide additional information )] Proposers ]; alter solicitation
requirem ents. Th e City will strive to reach every Prop oser having recei ved solicitation through the City's e-
procurement (X()Z¿v UG£j?UG;?z #(Z,?]¿, However, Proposers #;Z solely responsible J]; assuring they
have recei ved #@X an d all addendum issued pursuant )] solicitation. s zj( Acknowledgement of Addendum
section certifies that the Proposer has ;Z?Zj"Z[ #££ addendum released by the Ci ty pursuant to this
solicitation. Failure to ])#j@ and acknowledge ;Z?Zjq) of all addenda may result in proposal disqualification.
Initial to Confirm Initial )] ª]@Jj;¿ Initial )] ª]@Jj;¿
Receipt DZ?Zjq) Receipt
KIF Addendum 1 Addendum 6 Addendum 11
Addendum 2 Addendum 7 Addendum 12
Addendum 3 Addendum 8 Addendum c F
t [[Z@[G¿ l Addendum 9 Addendum 14
Addendum 5 Addendum 10 Addendum 15
[REMAINDER OF THIS PAGE LEFT INTE NTIO NALLY BLANK]
www.4bbcorp.com 10
"Amirl•,4=;'
•
Minimum Requirements Submission
=4* X
X
4BBCorp M AMIBEACH 4BBC o rp MIAMIBE H
Experience and Qualifications
ta,
4BBCorp •- • MIAMIBEACH 4BBCorp SHt SHé Yv 'H
Green
Business
Certified
4BBCorp MIAMI BEACH
4 Best Business (4BBCorp) has been serving Commercial and Federal clients since 2003, providing IT
professional services, Staffing, project consulting and ground services, to small, medium-sized
businesses and Government. It has always been our goal to provide enterprise-Level practices and
solutions to all sectors. Our experience has allowed us to build and develop the infrastructure needed
to keep our prices affordable and our clients Staffed.
We partner with many types of businesses in the area and strive to eliminate issues before they cause
any downtime so you focus on your business. Our dedicated staff loves seeing our client succeed
because your success is our success and as you grow, we grow.
4BBCorp is well stablished company with more than 183 customers in USA. We have gown year over
year on number of client, number on awarded contracts and overall number of total staff worked
hours.
We know what it takes to get the job done right the first time. 4BB Corp has a diverse background and
is highly specialized in various areas. Following a strict code of ethics, 4BB Corp offers specialized
attention to its clients, to guarantee the most effective execution in any of the array of integral
solutions we offer to our clients, no matter the complexity or simplicity of its nature.
4BBCorp never stops innovating solutions to optimize our services to better assist our customer base.
Respectfully,
Jose Mendez— COO
FAST
A'S
ST
GROWING
PRIVATE
COMPANIES
MEMBER OF
American
Staffing
Association
16 YEARS
OF
ExCE Lt c
.,L
4 BBC orp M IAM IBE H
4 Best Business (4BBCorp) has been serving Commercial and Federal clients since 2003, providing IT
professional services, Staffing, project consulting and ground services, to small, medium-sized
businesses and Government. It has always been our goal to provide enterprise-Level practices and
solutions to all sectors. Our experience has allowed us to build and develop the infrastructure needed
to keep our prices affordable and our clients Staffed.
We partner with many types of businesses in the area and strive to eliminate issues before they cause
any downtime so you focus on your business. Our dedicated staff loves seeing our client succeed
because your success is our success and as you grow, we grow.
4BBCorp is well stablished company with more than 183 customers in USA. We have gown year over
year on number of client, number on awarded contracts and overall number of total staff worked
hours.
We know what it takes to get the job done right the first time. 4BB Corp has a diverse background and
is highly specialized in various areas. Following a strict code of ethics, 4BB Corp offers specialized
attention to its clients, to guarantee the most effective execution in any of the array of integral
solutions we offer to our clients, no matter the complexity or simplicity of its nature.
4BBCorp never stops innovating solutions to optimize our services to better assist our customer base.
Res pectfu lly,
Jose Mendez-- COO
I nc. MEMBER OF
t¿Z;j?#@
Staffing
t((]?j#)j]@
Green
Business
Certified
Staffing
QUALITY
Process*
4BB o p MIA
4BBCORP retains talent with extensive domain expertise across all disciplines, featuring a special focus
on significant industry vertical trends, as well as emerging technologies. We can enable you to leverage
for streamlined operations and greater organizational effectiveness.
We are a Professional services organization focused on improving your business performance through
customized workforce solutions, including project-based services. We align our support with your
business objectives—whether to refine business processes, enhance enterprise-wide collaboration, or
transform your industry value chain.
We support companies today with a flexible delivery model that allows talent to be quickly sourced for
short-term projects, long-term maintenance and support projects, and direct-hire positions.
4BBCORP places experienced professionals for a wide range of positions. From laborers and clerical
positions to highly skilled professionals, we have a premium staffing solution for your organization.
4BBCorp IA Ml
4BBCORP retains talent with extensive domain expertise across all disciplines, featuring a (qZ?j#£ focus
on significant industry vertical trends, as well as emerging technologies. We can enable you to leverage
for streamlined operations and greater organizational effectiveness.
We are a Professional services organization focused on improving your business performance through
customized workforce solutions, including project-based services. We align our support with your
business objectives- whether to refine business processes, enhance enterprise-wide collaboration, ];
transform your industry value ?z #j@,
We support companies today with a flexible delivery model that allows talent to be quickly sourced for
short-term projects, long-term maintenance and support projects, and direct-hire positions.
4BBCORP places experienced professionals J]; a wide range of positions. From laborers #@[ clerical
positions to highly skilled professionals, we have a premium staffing solution for your organization.
0"
' - ,7711-11,1111111111 Il.
111141! 111 il
I
T
,
,:403•1 j
Miami - Southeast Financial Center
200 Southeast Biscayne Boulevard,
Suite 320
Miami, Florida, 33137
United States
4BBCorp MIAMIBEACH
Miramar - Headquarters
3600 Red Road, Suite 306
Miramar, Florida, 33025
United States
Phone: (954) 212-1442
Fax: (888) 908-9491
Miramar - Warehouse / Logistics Facility
11820 Miramar Parkway
Suite B4
Miramar, Florida, 33025
United States
4BBCorp M IAM IBE H
Miram ar - Headquarters
3600 Red Road, Suite 306
Miramar, Florida, 33025
United States
Phone: (954) 212-1442
Fax: (888) 908-9491
M iramar - W arehouse / Logistics Facility
11820 Miramar Parkway
Suite B4
Miramar, Florida, 33025
United States
Miam i - South east Financial Center
200 Southeast Biscayne Boulevard,
Suite 320
Miami, Florida, 33137
United States
BCorp
Fort Pierce - Florida
130 South Indian River Drive, Suite 202
Fort Pierce, Florida, 34950
United States
Virginia
1545 Crossways Blvd
Chesapeake, VA 23320
United States
California
16830 Ventura Blvd., Suite 360
Encino, California, 91436
United States
Maryland
5000 Thayer Center Suite C
Oakland, MD 21550
United States
ex ,
Vi rginia
BB
Fort Pierce - Florida
rp
130 South Indian River Drive, Suite 202
Fort Pierce, Florida, 34950
United States
1545 Crossways Blvd
Chesapeake, VA 23320
United States
California
Ml
16830 Ventura Blvd., Suite 360
Encino, California, 91436
United States
Maryland
5000 Thayer Center Suite C
Oakland, MD 21550
United States
1 4BBCorp MIA BEACH
ilt44
.7 L.04
` ,,
4,
PCs
•
•
• ,•
E ,
City of
OAKLAND PARK
I (7 It I I) A
<SCV4ittegV
if
`z ro%
ito be 0 a -•-",
'' t,, ,.. . ',., 4:1 Ei c)4,,,, , 6 v- .4 0.
1.PliAt 08' Ctt'V ota.414 ,16-
ANNE ARUNDEL
BROWARD Sabadell GRUPO PHOENIX County Public Schools
CI! Y OP
cxx
i al j LL
Fi oPs)A,
f-StaN si''; en 19 15 rilliiii"r" :AAL1L
ARD
()UNITY
D
COMMUNITY COLLEGE
Clempy onti. wARTECHE Triekinial
FI ORIDA
4BBCorp
Established 1915
BROWARD
County Public Schools
JLL
tO OY t DPO ºYR
ªL S S P OHs - ªLRRYT Y
MIAMI BEACH
2= ;
City of
L t NRt Oº Ut DN
; ] j j t
R
Os -
Sabadell .Jinn
zZ(2q .,2ge {ARrEcn Tlefnia
621 99% 4562
4BBCorp M A BEACH
4BBCORP Projects
We focus on our clients
We've built strong, long-standing relationships with organizations that rely on us to
define and deliver solutions and continually improve our offering based on feedback
and close collaboration with our clients.
For 4BBCORP the satisfaction of our customers is a priority. In each project we take
care of every detail, giving timely response in all stages of the process.
4BBC o rp MIAMIBE H ,
We focus on our clients
We've built strong, long-standing relationships with organizations that rely on us to
define and deliver solutions and continually improve our offering based on feedback
and close collaboration with our clients.
For 4BBCORP the satisfaction of our customers is a priority. In each project we take
care of every detail, giving timely response in all stages of the process.
Prior Relevant Experience
4BBCorp A A BEACH 4BBCorp SHt S HéY C
> $42,000,000.00
4BBCorp MIA 0 EA H é é orp
> 145
> 1,364
> $42,000,000.00
4BBCorp MIA EACH
- 115 S. Andrews
Avenue, Room 212
(2014-2017) Suite 306
Miami, FL, 33186
German
Gonzalez
954-778-1865 german@cenpos.com
Suite 350
Miami, FL, 33131
(2014-2018)
one
Wendy Awes 954-359-7281 wawes@ISroWardOrg
Wendy Awes 954-359-7281 wawes@broward.org
Ly Olsen 757-819-6201 lolsen@chesapeakeibh.net
Ingrid Vasquez 305-373-5218 Ingrid.Vasquez@am.j11.com
Broward State Transit
Temporary Staffing - 115 S. Andrews
`56,750,693.00 Avenue, Room 212
(2017-2020)
Temporary Staffing
Broward State Water and $390,264.00
Waste Management
(2017-2020)
Fort Lauderdale, FL
33301
Fort Lauderdale, FL
33301
306 Cedar Road
Temporary Staffing
$800,000.00/year
(2019-2021)
Temporary Staffing -
$267,000.00
Temporary Staffing -
200 S Biscayne Blvd
$358,000.00
City of Chesapeake
Cenpos LLC
Jones Lang Lasalle (JLL)
Chesapeake, VA
23322
7750 SW 117 Ave
4BBCorp MIAMIBE H Z
,
em porary Sta
6,750,693.00
• A v
(2017-2020)
Z( YY
Temporary Staffing - 115S. Andrews
Broward State Water #@[ $390,264.00 Avenue, Room 212
Wendy Awes 954-359-7281 wawes@broward.org
Waste Management
(2017-2020) Fort Lauderdale, FL
33301
rary /)
00/ye
1)
Tem porary Staffing-
77 50 SW 117 Ave
Cenpos LLC
$267,000.00 German 954-778-1865 germ an@cen pos.com
Gonzalez
(2014-2017) Suite 306
Miami, FL, 33186
Our capacity for quickly engaging local markets is one of .1E4BCorp most valuable abilities, in early
October 2018 we were contacted by the Emergency Agency for the State of Florida to assist by
providing local and remote temporary personnel for assisting on the recovery efforts after hurricane
Michael devastated Panama City, FL. We were able to deploy a local command center, and coordinate
efforts to deploy: Laborers, machinery operators, operation managers and mechanics on a 24x7
mode.
4BBCorp has proved again its capacity to perform under pressure and unusual circumstances once
again; no different from any other day!
4BBCorp M AM BEACH 4BBCorp MIAMIBEA H
4BBCorp MIA BEACH 4BBCorp SHt SHé Y C
4BBCorp MIA
H
Our Staffing Methodology
The 4BBCORP Staffing Methodology is the product of years of experience working with
clients to assist them in realizing their full potential. Our methodology focuses on
maximizing the value of solutions in your organization. This simple philosophy pushes us to
always focus on results for our clients.
1. LISTEN
3 Our primary focus is to listen to the client's needs, wants, and
desires to truly understand what the client is looking for in a
solution.
3 Capture requirements and understand the context of the need.
3 Understand the client's overall vision
2. ANALYZE
3 Review and document in more detail, the processes and
existing processes that will be impacted in the future design.
3 Understand existing projects.
3 Understand future projects.
3 This enables us to clearly uncerstand where the organization is
currently, so that we can fully understand the personnel needs.
3 Design the right recruitment process according to needs.
3 Prioritize based on a three step category (Critical, Important
and Optional).
3 Identify a high level implementation order of dependent
strategic initiatives.
4BBC orp M IA M IBE H
The 4BBCORP Staffing Methodology is the product of years of experience working with
clients to assist them in realizing their full potential. Our methodology focuses on
maximizing the value of solutions in your organization. This simple philosophy pushes us to
always focus on results for our clients.
✓Our primary focus is to listen to the client's needs, wants, and
desires to truly understand what the client is looking for in a
solution.
✓Capture requirements and understand the context of the need.
✓Understand the client's overall vision
✓Review and document in more detail, the processes and
existing processes that will be impacted in the future design.
✓Understand existing projects.
✓Understand future projects.
✓This enables us to clearly understand where the organization is
currently, so that we can fully understand the personnel needs.
✓Design the right recruitment process according to needs.
✓Prioritize based on a three step category (Critical, Important
and Optional).
✓Identify a high level implementation order of dependent
strategic initiatives.
V Our customers and employees are not alone, they have the
support of a robust company to be able to solve expediently
any situation.
4.BCorp rn
BE 1\
3 We make our best effort to retain the current resources that
bring value to our customers.
3 We act in the most agile way to avoid staff vacancies.
3 We work hand in hand with all our clients to make it easier for
the transition to have no impact on the business.
3 Utilize industry standards to implement solutions according to
Best Practices.
V At 4BBCorp we do not only send resumes on paper, each
candidate is screened/interviewed by our specialists before being
sent for the consideration of our clients.
4BB C orp MI
✓We make our best effort to retain the current resources that
bring value to our customers.
✓We act in the most agile way to avoid staff vacancies.
✓We work hand in hand with all our clients to make it easier for
the transition to have no impact on the business.
✓Utilize industry standards to implement solutions according to
Best Practices.
✓At 4BBCorp we do not only send resumes on paper, each
candidate is screened/interviewed by our specialists before being
sent for the consideration of our clients.
✓Our customers and employees are not alone, they have the
support of a robust company to be able to solve expediently
#@X situation. H
SHORTLISTING
CANDIDATES
FINAL
PLACEMENT
NEGOTIATION INTERVIEW &
SELECTION PROCESS
• Background Check.
• Sexual offender search
• Drug Test.
UNDERSTANDING
JOB REQUIREMENT
4 •
4B: Corp M AAA BEACH
RECR ROCESS
Our recruitment and screening process is included In our price,
4BBCorp does not request refunds for th e expen
4BBCorp
INDUCTION
t
H v
I
UNDERSTANDING
JOB REQUIREMENT
'
H
i
x
c
)
H
#
H
E
SHt S HéY ªC
l
t
i H
j
FINAL
PLACEMENT
NEGOTIATION
• Background Check.
• Sexual offender search.
• Drug Test.
H
4
t
H
4
H
INTERVIEW &
SELECTION UDL ªY //
Our recruitment and screening process is included in our price,
4BECorp does not request refunds J]; these expenses.
AMI BEACH rn
4BBCorp Recruitment Process I Screening Methods
pat E °':'.!4:::!v..'..:41' 7iii0::::',11$1473;' I ''''A,'*‘:1,6,,, ,:''''''',;,ss $''Tie::';'' ' ' 6
Employment Reference Checks checkster.com / Phone Calls
Drug/Alcohol Screening Quest Diagnostics
Local Record Check Online
State Criminal Record Check Online
FBI Fingerprint Check FieldPrint
Sex Offender Registry Online
E-verify — Right to Work, SSN Online E-Verify
Child Protective Services Check Online
DMV Check Online
Physical Examination Primary Doctor
Verification of Degree/Certification/License nscverifications.org
fi
4 BBC orp S Ht SHéY H
Employment Reference Checks checkster.com / Phone Calls
Drug/ Alcohol Screening Quest Diagnostics
Local Record Check Online
State Criminal Record Check Online
FBI Fingerprint Check Field Print
Sex Offender Registry Online
E-verify - Right to Work, SSN Online E-Verify
Child Protective Services Check Online
OMV Check Online
Physical Examination Primary Doctor
Verification of Degree/Certification/License nscverifications.org
4BBCorp AMI BEACH M
03Z, Pinewood
Mb! ores
West Little
River — ,
Gladeview' •
gsi
rownsvilie
El Portal
tF
4 9 ;174'
North Bay
Village
Miami Eli if 1,
•
•
14%.511
1(
At,LAPAT'rA44
ch,
ViVf4WOOD
E44)SEVIA 1 eik
rc ;j. • 4, 4.
Perez Art MuSeam Mia
Baysicti?,,MarketjAace
•
Dodge Island
South Pointe Park‘Pier
•
Jangle Is
41:
3P ,P;t° Aity Arftr'" • • w • •
4BBCorp M IAM IBE H
4BBCorp
candidates
• Drug Test. itsi
• Employee Enrollment. ktifi
• E-Verify Process..
r.
• Employee Ready to work!
receive noton paper resumes
cording to the requirements
4BBCorp will haye a constantly refreshed pool of candidates available for any posi!ion,
8 hour notice (Same Day) will be sufficient toconta,tiyverify documents and sen
for approval of the State.
4BBCorp M BE ACH
Servicing Procedure
Initially, our numbe, . priority will be to facilitate a smooth transition. Our prices
contemplates that we Lan do our best to retain all the :;valuable resources that the State
co sider
MIAMIBEACH
• Background Check.
• Pre-screening.
• Interviewing.
MIAMIBE AC --I MOD> 4BBCorp
Existing resources.
• Background Check.
• Drug Test.
• Employee Enrollment.
• E-Verify Process.
4BBCorp
c «(]?]
candidates
• Background Check.
• Pre-screening.
• Interviewing.
S HtS H
hh»»»»
H »»»»
Existing resources.
lé é ªL ;q
• Background Check.
• Drug Test.
• Employee Enrollment.
• E-Verify Process.
MIAMIBEA H
S Ht S HéYt ªC
• Drug Test.
• Employee Enrollment.
• E-Verify Process.
•
• Employee Ready to work!
M A BEACH
, , • •Er 4B Corp <lizli
ch@)4BBCORRCOM
(t9.1g, iima0
CI CA
kxily SANINT PHOnty .
RegoTNT SEHeCAASS*Ielnte
h 1%1
tiOnM ° '.u.1 ,
Phone NomIrfq N:15°)).
Silbj,ct '
U?tails '
,
• MIAMI BEACH
. • ....•...
B(T I Techmce S, ice t. X
C j 7 stuartAbbcorp.corOwswi:ol
4BBCorp MIAMIBEA H
v v v .
/ ['} Trechna Sevie X MEMS.RR#la#RMS#RANAE_Mee.a
,,,,,,,,,,,,,,,,,,,,,,,, =w [<a w t'A
Generate Ne Ticket
U;j];j)Xi
4.ocatisn"
£b ,,S ]j£7
Fut torse
/G!?7
BZ)#5£( i
9
S Ht S HéYt ªC
4BBCorp
$PV1M777
ri;
MIAMI
"Cats 1 ,. ;
NT-f-r1.-TTirgglrm
REVIEW
by Support earierslip
CREATE
request
WORK
itb a Specialist
„ „,,a ‘• . ; ,•.•,2"'" 1:1. a'; 4
leP, ' ''''i •
' , ', P'' '
/ - _
'' tact Na Con me E
E., (.5 (
, 1, •• ,
4 6 . ' '", --1
•1.4 • --,..: ,1,, ','• 1 -
/ ..,./....
I Fernan dez (321) 961-6601
Jose Mendez jos 637-5402 jmendez@4bbcorp.com
N/ligue mfernandez@4bbcorp.com
(954)
4•5
4 B B C o rp Ml
request
Miguel Fernandez dFhca .3cu33Bc mfernandez@4bbcorp.com
Jose Mendez $.ol a 3F9uol Bh j mende z@4bbcorp.com
M 4BBCorp ANVBEACH
Payroll Reports
PAYROLL REPORTS verify payments. including
Dl. bonuses, and reimbursement;
Timesheet Reports
TiMESHEET REPORTS examine genePal clock-in
and clock-out tunes. plus CPS locations and
employee notes
PTO Reports
PTO REPORTS review used and rernalning paid
time off for an employees
Schedule Reports
SCHEDULE REPORTS outline who works when,
today and in the future.
Employee Contact Reports
EMPLOYEE CONTACT REPORTS view and
updated phone ?lumbers, addresses, etc. fo,
you workforce.
"C.= '
\C fr
J
Export
DOWNLOAD All reports may be exported as
Excel. CSV, Word. HTML, and PDF files
4BBCorp constant
staff reports
monitors the atten
Additionally„ tirnesheet.s approval
'voices for eac , in the State preferredstandard,wee
existing accounting. Each invoice contains the detail of hOurs,
corresponding timesheet appended All our processes-5are',
thrir
c
current processes.
savi n g
n
rp;sends
ly,,
ern i‘zAlyetee(er'nkineY 'aacim9red,mpabzadnP'dteitri.o4nBaBC9eti? s and
tto al and we canadapt an d
he
use,
4BBCorp MIAMIBEA H
U#X;]££ DZq];)( Timesheet Reports
PAYROLL REPORTS verify q#X¿Z@)(, including
s v ]@G(Z(v #@[ reimbursements;
Schedule Reports
MCYºER£ DYUL Ds / ]G)£j@Z •z ] works her,
today and in the future
THAESHEEr REPORT examnne %Z@Z;#£ clock-in
and dock-out times. plus GPS locations and
employee notes
Xh777%,7 ]"Z
Y¿q£]XZZ ª]@)#?) DZq];)(
EMAPLOYEE ªL Os t ªs REPORTS view and
Gq[#)Z[ phone numb ers, addresses. Z)?, J];
your workforce.
PTO Reports
Pro REPORTS ;Z"j Z• used and ;Z¿#j@j@% q#j[
time ]JJ for all Z¿q£]XZZ(
Export
ºL y Ol,L t ºp t £ reports may Z exported #(
Y?Z£, CS, Word. HTML and PDF files
AM nn
,?*
jl
4BBCorp
46SCORP Staff
C P7 octAbbcotp.corn, ;1',.
4BBCorp
4BBCORP Employee Evaluation
Name
Position
Works to Full Potential
Ses'_
Quality of Work
5
• 7 At 4BBCorp we take the pet torman'e • t 'p'•s er 'S,tert ua t -
electronic surveys on a periodic basis to ensure they are getting the.,,e5(pectes • ornia
1.`
We will bk,t proactive in ensuring the best results. In case of a performance issue, 4BBCo
have active candidates in the Pool to solve the situation, replacing if required; particularly in i'l=i16",
positions that are active.
4 B B C o rp M IAM IBE H 4
lé é ª];q
l é é ªL DU Y¿q£]XZZ Evaluation
Name
Position
Works )# Full U])Z@)j#£
) F l
Quality of Work
l à 4 5
M 4BBCorp AMIBEACH
wf
Short & Long
Term Disability
Competitive
Vacation
Celebrate Your Free Coffee
Birthday Off and Soda
Health, Dental, Life
and Vision insurance
options
.:,4411-11r11111 -;1 1711Srl r*.7912MIN Ti"51r4,54111"A"' •• t; • t • •
11Ale•I't - *
Family Access to Employee Assistance
Learning Solutions Program
www.4bbcorp.co
4 B BC o rp MIA MIE H
/z ];) & R]@%
Term Disability
ª]¿qZ)j)j"Z
f#?#)j]@
ªZ£Z;#)Z -]G;
Birthday ]J J
'#¿j£X t ??Z(( )]
Learning Solutions
Free Coffee
#@[ /][#
Y¿q£]XZZ t ((j()#@?Z
Program
C Z#£)zv ºZ@)#£v RjJZ
#@[ fj (j]@ insurance
options
M AM BEACH 4BBCorp
Our Differen
end assists case
nipati more than
confidentia II
Our perso nel counts with
Our clients can rest assure
notice in any circurnst
upport in any of their daily activities.
'e can fill a position within hotirs of
4BBCorp MIAMIBE CH
A nn EA H 4BBCorp 4BBC orp MIAMIBE H
4BBCorp AM
H
Dun&Bradstreet Report
4 BEST BUSINESS CORP.
D•U-N-S: 07 f-)
ADDRESS; 3600 Red Rd Ste 306, Miramar, FL, 2302
Export as. PDF
Atthen, 1 1, Heathi
Report as of: 12 16.2019
PAYDEX'' Score Delinquency Predictor Percentile Financial Stress Percentile Supplier Evaluation Risk
80
2 c.y v
D&B VIABILITY RATING 0
Portfolio Comparison Score e
Level of risk
Rating Confidence Level
• Low Robust Predictions
Low Risk
Probability of becoming no longer viable Percentage of business-es ranked oath this score
0.2% 15%
ViabiRy Score 0
Low 03)
Level of risk
LiziarV
Aver ase probability of becoming, no lion,,gei viable
0.6%
Probability of becoming no longer viable
0.2%
Data Depth Indicator 0
0.)
Percentage of businames ranked with this score Average probabdity of becoming no longer viable
14% 0.3%
• Rich Firmographics
• Exters:ve Commercial Trading AcnMty
• Comprehensive Financial Attributes
Company Profile 0
Financial Data Trade Payments Company Size Years in Business
Nat Available Available Large Estaolished
Compared no ALL US Businesses 'within the D'ag Database:
• Financial Data : Not Available
• Trade Payments: Available: 3+Trade
• Company Size : Large: Employees:50, or Sales: $500K+
• Years in Business Established: 5+
4 B B C o r p S Ht SH éY H
4 BEST BU S IN ESS CO RP .
D-U-N-S: 07-996-6226
ADDRESS: 3600 Red Rd /)Z FB3v Miramar, FL, FFBhov united /)#)Z(
Export as PDF
DZq];) #( of: chuc3,hBc.
PAYDEX" /?];Z ºZ£j@±GZ@?X U;Z[j ?)]; UZ;?Z@)j£Z 'j @#@?j#£ /);Z(( UZ;?Z@)j£Z /Gqq£jZ; Y"#£G#)j]@ Dj(°
80 9. 2
ºré f Ht éHRHs- Dt s HOT B
U];)J]£j] ª]¿q #;j(]@ /?];Z % RZ"Z£ ]J ;j (°
Low
D#)j@% ª]@Jj[Z@?Z RZ"Z£
D]G() U;Z[j?)j]@(
U;Z(£jX ]J Z?]¿j@% @] £]@%Z; "j#£Z
B,he
f j#j£j)X /?];Z B
U;]#j£j)X ]J Z?]¿j@% @] £]@%Z; "j#£Z
B,he
UZ;?Z@)#%Z ]J G(j@Z((Z( ;#@°Z[ •j)z )zj( score
c oe
Level of risk
L.ow
"Z;#%Z q;]#jjX ]J Z?]¿j@% @] £#;%Z; "Z)Z
0.6%
º#)# ºZq)z j@[j ?#)]; B
Company Profile 9
'j @#@?jZ(1 º#)#
Not v a lable
s ;#[Z U#X¿Z@)(
Large
UZ;?Z@)#%Z ]J G(j @Z((Z( ;#@°Z[ •j)z )z j( (?];Z
14%
ª]¿q#@X /jVZ -Z#;( j@ é G(j@Z((
(V()£j(z Z[
"Z;#%Z probability ]J Z?]¿j@% @]£];%Z; vebie
0.3%
• D?z 'G¿]%;#qzj?(
YZ;(j "Z Commeraal Tra[j@% t ?;jj)X
• Compreherse Francal tritures
ª]¿q#;Z[ )] t£j P / é G(j@Z((Z( within )zZ DB º#)##(Z,
Fiarcal º#)# b Not "#£#£Z
s ;#[Z Payments : t "#j£#£Zb FAs ;#[Z
ª]¿q#@X /j VZbR#;%Zb Y¿q£]XZZ(boBu ]; #£Z(b MoBBNA
-Z#;( in é G(j@Z((bY()#£j(zZ[b o-
4BBCorp BAP 4 B B C o r p S HtS 1 Y C
uuu E
MIA EACH
We currently meet all insurance requirements for the BID, the certificate will be issued at the time of
contract.
ACC PRO CERTIFICATE OF LIABILITY INSURANCE DATE (MWEICPYYYY)
08122/2019
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS
CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES
BELOW. 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(les) must be endorsed, If SUBROGATION IS WAIVED, subject to
the terms end conditions of the policy, certain policies may require en endorsement. A statement on this certificate does not confer rights to the
certificate holder in lieu of such endorsoment(s).
111
PRODUCER Miami Insurance Brokers
1)3851 NE 29th Rua
Suite 506)
nuentura FL. 33180
1 INSURED
4 Best Business Corp
11820 Miramar Parkway B-4
Miramar , FL 33025
CORI ACT GrIspi Masse t
p
i
m
A IL
o
t
LWEAt jjW.
7664329-5095 I 786-629-6006
,.1‘.0.9RESS, grnOmibrk.com
ItISURERiSIAEFORDING COVERAGE
INSURER A! Lloyd's of London I AA I 12200
INSURER B Federal Insurance Company 20261
INSURER C .
INSURER 0:
INSURER
COVERAGES CERTIFICATE NUMBER:
INSURER
REVISION NUMBER:
MR LIR
THIS
INDICATED,
CERTIFICATE
EXCLUSIONS
IS TO CERTIFY THAT THE POLICIES OF INSURANCE
NOTWITHSTANDING ANY REQUIREMENT
MAY BE ISSUED OR MAY PERTAIN,
AND CONDITIONS OF SUCH POLICIES. ........ TM:SIMI 'TYPE or INSURANCE I
A
NSO
LISTED BELOW HAVE
TERM OR CONDITION OF
THE INSURANCE AFFORDED
LIMITS SHOWN MAY HAVE BEEN
-
WVD L POLICY NUMBER
BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
REDUCED BY PAID CLAIMS
-6LIC LICY (M ffMODNYVY) Y EFF EV` IFOWOO/Yr/VI LIMITS
A
/ COMMERCIAL GENERAL LIABILITY
0 OCCUR
"--.. ,
V
f ,
i
. ESI061175439
i
I
t 07/01/201 710112020
EACH OCCURRENCE- 1 s2,000.000 TA CIAIMS.MACIE TYAKAGI',161TPRITTY — f ,.,, „„
PILEMISP:341a omUnelicel i S ‘,",,,,,,,
mfl i txp (my ,,,,,0 p060,) 0 10.000
(1'",00.
PERSONAL &ASV INJURY $ 2,00,000
AGGRE-0ATE1,11.111' APPLIES PER I
i x PRO. ,,.:
OIr6'_R
GENFRAL AGGREGATE $4.000,000 ... r,„()Ducrs .COMP/OP AGO 2,020,000
A
1-11
1
'''2"
1 es---.
AUTOMOBILE LIABILITY
LNY AUTO
'AI I LYP/N1'.1
AU1 OS I
hpN1-11 /WIGS
.--- SCIIEDIE ED
AUTOS —I, NON CALMED 1
....rj A,) i Qs AWNED 1
—
,,,,.....
i
ESI061175439
1
07/01/20'19 (Th91/2020
COMBINLodepl) 0 8111E4,1, UMIS 2,000.1100 it'd ac
EMIL 515)055 01'm gin !,m1)
',BODILY INRJRY (P el ;Ayyleno S
041,V11TRYVNIICLJTdr:" S A%11/..
UMBRELLA LIAB CUR
EXCESS LIAR CLAIIASMADF,',
DEO 0 RFTIR:flioN
— EACH OCCURRENCE S _ -
AGGRPGATP .. ......
WORKERS COMPENSATION I
A NO EMPLOYERS' LIABILITY Y ANY PROPRIETORTPARTNERIEXECUT
OFfICERIMEMI3LR LXCLWEIY) N f A
(Maudatory In NH)
If yes, dommho unON
CM IZIPTION OF OPERA ,ON, Aakaw
—.
_
III L'MuiE DK". 1
I EL EACHAOCIDENT s I-
I E L DISEASE _FA EMPLOYE4 S . .
, E l DJSEASE . POLICY I mot I S
B Crime
A Errors & Omissions pi— _ '
i 8250-0822
ESI061175439
i 07110?2019 1
I untirmi
- 0710120 0 i voyee Won $1.005.000
Unlit S?„.000,000 4:0? Aggregate Lint. S2.000.000
DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ACORD 101, Addiflonal RemaE1,2 Schedule, may be mlached It more space A r ped)
Miami-Dade County is fisted as an additional insured,
CERTIFICATE HOLDER CANCELLATION
MIAMI-DADE COUNTY
1 1 1 NW 1st STREET
SUITE 2340
iv11Alv1I, FL 33128
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 (2014/01)
911968-2014 ACORD CORPORATION. All rights reserved,
The ACORD name and logo ale rogIstorod marks of ACORD
ACORDs provided by Forms Boss. www,FormsBoss corn (c) Impressive Publishing 600-205-1977
4BB Corp M IAM IBEA H
We currently meet all insurance requirements for the BID, the certificate will be issued at the time of
contract.
coi> CERTIFICATE OF LIABILITY INSURANCE I DATE (MMvDYYYY)
08/22/2019
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS
CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES
BELOW. 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 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). a t •e,
Miami Insurance Brokers Grise! Masso
78-629-5095 tA.786-629-5095
8851 NE 29th nue gr@moibrk.com
Suite Sy INSURER(S)AFFORDING COVERAGE NIC.# •••••~-U-•••~•••A••• uentura FL 33189 L.oycs of London ± AA1122000INSURER A.
INSURED INSURER B • Federal insurance Company ;20261
4 Best Business Corp
INSURER C: ±
11820 Miramar Parkway B-4
INSURER D: I Miramar .FL 33025
NSURR E: i
INSURER F : I
COVERAGES CERTIFICATE NUMBER- REVISION NUMBER:
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 POLICIES CESCRIED HEREIN IS SUBJECT TO ALL THE TERA,
EXCLUSIONS ANDO CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
%T re oros0ove $2}$2:roucr ovo0wos 8#1£8%48/,/a,
/ COMMERCIAL GENERAL LIABILITY
A :[Z]_✓_◊_A_,._,,,__,,_"_º•_,_□__ <x_:o_1"__00 ESl061175439
,- -----------
~
!Gf.N1.AG~.·...ilf..GATE u~.-1ff APPI..U:S:r1fH
(JR8 (Jo
OT+ER
[ acnu ocu@NE. 1M?%%%9%%° I
1R,32%%.,ism '
o7o1v2o1s 07o1v2o2o {un tswya9moro»js"%999 l
À PsNMA AV INJY $2.000.000
{GM.A.Gator,s0%9%%9I
}ROuCTs.CM#/0AG s2,000,000
i AUTOMOBILE LIABIITY
A·a:
d=
NY AUTO
AU..OWNf:D ~ SCl·!EDUJ.[D uros AUTOS
aso Anos Z };2}9o
I]"r
1E22%2"\",nmme 1
¿OIL.'Y INA3ßY @ pots.on}$
07/01/2019 07/01v2020 } o aun @""hI
[32£.9rI
ls
UMBRELLA UAB LJ OCCUA. □□
-essa f]xusil
e r1 a s '
}EACH OCCURRENCE
f AGGREGATE
WORKERS COMPENSATION ,
AND EMPLOYERS' LIABILITY l
AN¥AAOPRIE"íOR.IP ARlN(R,l;X((',UllVE ·l".·:_,_...~-,¡._l..NIA □OFFCERMEMER EXCLUOEDO..
(Mandatory ín MH) z.t%"o.ros o
}Et DISEASE.EA EMPLOYEE $
}Et Dis£AS£.OucY 14Mnt $
B
A
Crime
Errors & Omissions .I 8250-0822
E$I061175439
07/1or2019 o740/2020]
0.0+201¢
Empioyee Theft
Limit
ggregate Limit
$1.000.000
$2.000.000
$2.000.000
OE SCRIPTIOM OF OPERATIONS {LOCATIONS !VEHICLES [ACORD 101, Additional Rematks Schedule,may be attached it mote space } required)
Miami-Dade County is listed as an additional insured.
CERTIFICATE HOLDER
MIAMI-DADE COUNTY SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
111 NW 1st STREET THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
SUITE 2340 ACCORDANCE WITH THE POLICY PROVISION S.
MIAMI, FL 33128 AUTHORIZED REPRESENTATIVE -·
CANCELLATION
ACORD 25 (2014/01)
&1988-2014 ACORD CORPORATION. AII rights reserved.
The ACORD name and logo are registered marks of ACORD
ACORDs provided by Forms Boss. www.FormsBoss.com; (c} impressive Publishing 800-208-1977
4BBCorp
BEAC
A
%,-,_--.- 06/22/2019
DATE(MM/DD/YYYY) AC .-(3,.ytt.," CERTIFICATE OF LIABILITY INSURANCE
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS
CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES
BELOW. 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).
PRODUCER
PAYCHEX INSURANCE AGENCY, INC.
150 SAWGRASS DRIVE
ROCHESTER, NY 14620
CONTACT Paychex Insurance Agency Inc NAME:
PHONE FAX
_(A/C. NO. EXT).; V7-266-6850 585-389-7426 4A/C. No):
E-MAIL Certs@paychex.com ADDRESS:
INSURER(S) AFFORDING COVERAGE NA C#
INSURED
4 BEST BUSINESS CORP.
3600 RED ROBIN, SUITE 306
HOLLYWOOD, FL 33025
INSURER A: Associated Industries Insurance Company I Ic23140
INSURER B:
INSURER C:
INSURER D:
INSURER E.
INSURER F:
COVERAGES CERTIFICATE NUMBER: REVISION NUMBER:
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 REQUIREN ENT, 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 POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
INSR
_TR TYPE OF INSURANCE ADDL
INSR
SUBR
WVD
POLICY NUMBER POLICY EFF
(MM!DD/YYYY)
POLICY EXP
(MM/00(YYYY)
LIMITS
GENERAL LIABILITY EACH OCCURRENCE
I COMMERCIAL GENERAL LIABILITY DAMAGE TO RENTED
PRIMISFS (Fa nrcorrente)
$
I LAIMS-MADE=OCCUR MED EXP (Any one person) $
I PERSONAL 8 ADV INJURY $
I GENERAL AGGREGATE $
GEN'L AGGREGATE LIMIT APPLIES PER. PRODUCTS - COMP/OP AGG
POLICY I I PROJECT' I LOC
$
AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT
(Ea acc1dent) $
I ANY AUTO
BODILY IN,IURY BOD
(Per person) $ I ALL OWNED I I SCHEDULED
AUTOS AUTOS
I HIRED AUTOS 1 1 inVorNED BODILY INJURY
(Per accident) $
I I I PROPERTY DAMAGE
(Per accident)
$
$
1 UMBRELLA MB I I OCCUR EACH OCCURRENCE $
I EXCESS LIAR I 1 CLAIMS-MADE AGGREGATE
I DEC I I RETENTIONS $
A
NORKERS COMPENSATION AND
EMPLOYERS' LIABILITY
ANY PROPRIETORiPARTNER/EXECUTIVE
OFFICERIMEMBER EXCLUDED? yni
(Iinindinely in NIB
r i
N/A
AWC1124774 01 10412019 01/04/2020
1_12-rzi. 1 1 OTT"
" ' ng FR
E.L. EACH ACCIDENT S 1 000 000.00
E L, DISEASE EA EMPLOYEE $ 1,000 000.00
E L. DISEASE - POLICY LIMIT 1,000.000.00
If yes. &mine tinder
rIFC,RIPTICIN Cr ,P=PATIC, 5,5'
DESCRIPTION OF OPERATIONS !LOCATIONS / VEHICLES (Attach ACORD 101. Additional Remarks Schedule. if more space is required)
CERTIFICATE HOLDER
Miami Dade County
111 NW 1st St, Suite 2340
Miami, FL 32128
CANCELLATION
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) W1988-2016 ACORD CORPORATION. All rights reserved.
The ACORD name and logo are registered marks of ACORD
4B B C o rp MIAMIBE H
a6., CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DD/YYYY) ,08/22/2019
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS
CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES
BELOW. 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).
PRODUCER gIACT Paychex Insurance Agency Inc
PAYCHEX INSURANCE AGENCY, INC. PHONE 877-266-6850 [{é „. ses-3e9-7426 150 SAWGRASS DRIVE (AVG, NO, EXT):
ROCHESTER, NY 14620 EM.. Certs@paychex.com
INSURER(S) AFFORDING COVERAGE NAIC #
INSURED INSURER A: Associated Industries Insurance Company I 1c23140
4 BEST BUSINESS CORP. INSURER B:
3600 RED ROBIN, SUITE 306
HOLLYWOOD, FL 33025 INSURER C:
INSURER D:
INSURER E:
INSURER F:
COVERAGES CERTIFICATE NUMBER: REVISION NUMBER:
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 POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
NSR TYPE OF INSURANCE Age SUBR POLICY NUMBER POLICY EFF POLICY EXP LIMITS TR INSR WVD (MAM/DD'YYYY (MM/DD!YYYY)
] GENERAL LIABILITY EACH OCCURRENCE $
COMMERCIAL GENERAL LIABILITY OAMAGE TO RENTED $ E
[Josaswo4beco ppr.neg fa rro j
E-I MED EXP (Any one person) $
H-PERSONAL & AOV INJURY $
~ GENERAL AGGREGATE $
3EN'L AGGREGATE LIMIT APPLIES PER. PRODUCTS - COMP/OP AGG [Jes[Jessel$
$
AUTOMO BILE LIABILITY COM8INED SINGLE LIMIT $
Jons (Ea accident)
BODILY IN.JURY t am o []enea«aso (Per person) $
ATOS AUTOS ]Ijn«se BODILY INJURY $+IRED9 AUTOS AU1OS (Per accident) D t PROPERTY DAMAGE $ (Per accident)
$
~ UMBRELLA LIAB D OCCUR EACH OCCURRENCE $
EXCESS UAB D CLAIMS•MADE AGGREGATE $
DED I [RETENTION$ $
WORKERS COMPENSATION At
AWC1124774 xl%e2%. I I! A EMPLOYERS' LIABILITY 01/04/2019 01/04/2020
EL. EACH ACCIDENT $ 1,000,000.00
#NY PROPRIETORFARINER/EXECUTEE
OFFICER+EMBER EXCLUDED? »EL. DISEASE - EA EMPLOYEE $ 1,000.000.00
(Mandatory in tHj N/A E.L. OISEASE -POLICY LIMIT $ 1,000.000.00
lf yes, desnbe under
pre,e »gr,s
DESCRIPTION OF OPERATIONS LOCATIONS I VEHICLES (Attach ACORD 101, Additional Remarks Schedule, it more space is required)
CERTIFICATE HOLDER CANCELLATION
Miami Dade County SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
111NW 1st St,Suite 2340 THE EXPIRATION DATE THEREOF. NOTICE WILL BE DELIVERED IN
Miami,FL 32128 ACCORDANCE WITH THE POLICY PROVISIONS.
AUTHORIZED REPRESENTATIVE ro- C>Ans
ACORD 25 (2016/03) 1988-2016 ACORD CORPORATION. All rights reserved.
The ACORD name and logo are registered marks of ACORD
'`
ET S
MiA BEACH 4BBCor
ETHE
3 1 .BIBE H BB orp
ATTACHMENT D
INSURANCE REQUIREMENTS
ATTACHMENT D
INSURANCE REQUIREMENTS
APPENDIX F
,,,.3 ,,;1,;,%,-,:::
,,Y *4
..-A-. ,1
4,--
1 4:t
Insurance Requirements
ITB 2020-055-AY
TEMPORARY STAFFING SERVICES
PROCUREMENT DEPARTMENT
1755 Meridian Avenue, 3rd Floor
Miami Beach, Florida 33139
[3 2020-0.35-AY
WZIWS.,,TANN,telt*.4Vittl. Z...,PRIMA.AlifY,MUNEXUAVSM.62SVMUMMUMMTA.. 1.,R4VAAVAMTontsaMOTOIMMV,AMIWW",,,aggff7,0Y,X.,MVAXAW1,44.K.,
A PP E N DI X F
Insurance Requirements
1TB 2020-055-AY
TEMPORARY ST AFFI NG SERVICES
PROCUREMENT DEPARTMENT
1755 Meridian Avenue, 3d Floor
Miami Beach, Florida 33139
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 $ _____
Employee Dishonesty Bond .00
Other
XXX 7. Thirty (30) days written cancellation notice required.
XXX 8. Best's guide rating B-1-: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.
.44£11112,
..020-055-AY
X X X 1 .
X X X 2 .
xxx 3.
4.
xxx 5.
6.
xxx 7.
XXX8.
xxx 9.
IN SURANCE REQUIREMEN TS
This docum ent sets fo rth the m inim um levels of insurance that the contractor is required to
m aintain throughout the term of the contract and any renew al periods.
W orkers' Com pensation and Em ployer's Liability per the Statutory limits of the state of Florida.
C om p reh en sive Gener al Liability (occurren c e form ), limi ts of liability $ 1,000,000.00 per occurren ce for
bodily injury pro perty dam age to include Prem ises/ Operations; Products, Completed Operations and
C ontractual Liability. Contractual Li ability and Contra ctual Indemnity (Hold harmless endorsement
exactly as w ritten in "insurance requirem ents" of spe cification s).
Autom obile Liability - $1,000,0 00 each occurren ce - own ed/n on -own ed/hire d autom obiles incl uded.
Excess Liability -$.00 per occurren ce to follow th e prim ary covera ges.
The C ity m ust be nam ed as and additional insured on the liability policies; and it must be stated on the
certificate.
O ther Insurance as indicated:
Builders Risk com pleted value
Li quor Liability
Fi re Legal Liability
Pr otection and Ind em n ity
Em p loyee D ishonesty Bond
O ther
$ 00
$.00
$.00
$.00
$.00
$.00
Thirty (30) days w ritten cancellation notice re quired.
Best's guide rating B+:V I or better, latest edition.
The certificate m ust state the proposal num ber and title
W aiver of Subro gation: Contractor hereby grants to C ity of M iami Beach a waiver of any right to subro gation which
any insurer of the C ontractor m ay acquire against the C ity of Miami Beach by virtue of the payment of any loss under
such insurance. C ontractor agrees to obtain any endorsem ent that m ay be necessary to affect this waiver of
subro gation, but this provision applies regardless of whether or not the C ity of Miami Beach has received a waiver of
subro gation endorsem ent from the insurer.
The C ity of M iam i Beach is self-insured. Any and all claim paym ents made from self-insurance are subject
to the lim its and pro visions of Florida Statute 768.28, the Florida Constitution, and any other applicable
Statutes.