Loading...
Professional Services Agreement with Security Alliance, LLC DocuSign Envelope ID:OB805ADE-4241-45B6-BF11-70DC6F56219C ZO 20 4i (Hi PROFESSIONAL SERVICES AGREEMENT BETWEEN THE CITY OF MIAMI BEACH AND SECURITY ALLIANCE, LLC FOR SECURITY OFFICER SERVICES PURSUANT TO RFP No. 2020-007-JC This Professional Services Agreement ("Agreement") is entered into this 1st day of April_ , 2021, between the CITY OF MIAMI BEACH, FLORIDA, a municipal corporation organized and existing under the laws of the State of Florida, having its principal offices at 1700 Convention Center Drive, Miami Beach, Florida, 33139 ("City"), and SECURITY ALLIANCE, LLC., a Florida Limited Liability Company, whose address is 8323 NW 12 Street, Suite 215, Doral FL, 33125("Contractor"). SECTION 1 DEFINITIONS Agreement: This Agreement between the City and Contractor, including the Proposal Documents as defined herein, and any exhibits and amendments to this Agreement. City Manager: The chief administrative officer of the City. Contract Administrator: The Contract Administrator for the City shall be the City's Police Department Assistant Chief, Paul Acosta. Contractor: For the purposes of this Agreement, Contractor shall be deemed to be an independent contractor, and not an agent or employee of the City. Services: All services, work and actions by the Contractor performed or undertaken pursuant to the Agreement. Fee: Amount paid to the Contractor as compensation for Services. Proposal Documents: Proposal Documents shall mean City of Miami Beach Request for Proposals No. 2020-007-JC for Security Officer Services, together with all amendments thereto, issued by the City in contemplation of this Agreement (the "RFP"), and the Contractor's proposal in response thereto (the "Proposal"), all of which are hereby adopted by reference and incorporated herein as if fully set forth in this Agreement. Accordingly, Contractor agrees to abide by and be bound by any and all of the Proposal Documents; provided, however, that in the event of an express conflict between the Proposal Documents and this Agreement, the following order of precedent shall prevail: (i) this Agreement; (ii) the RFP; and (iii) the Proposal. Risk Manager: The Risk Manager of the City, with offices at 1700 Convention Center Drive, Third Floor, Miami Beach, Florida 33139: telephone number (305) 673-7000, Ext. 6435: and fax number (305) 6737023. 1 DocuSign Envelope ID:OB805ADE-4241-45B6-B1-11-70DC6F56219C SECTION 2 SCOPE OF SERVICES (SERVICES) 2.1 In consideration of the Fee to be paid to Contractor by the City, Contractor shall provide the work and services described in Appendix C and D, "Minimum Requirements, Scope of Services" and "Special Conditions" respectively, of the RFP and as requested and/or assigned by the City's Contract Administrator (the "Services"). 2.2 Contractor's Services, and any deliverables incident thereto, shall be completed in accordance with the specifications of each request and/or assignment from the Contract Administrator and this Agreement. 2.3 Non-displacement of Qualified Workers. Contractor shall offer a right of first refusal of employment to those service employees that are employed under the predecessor contract ("Predecessor Employees"), and whose employment will end as a result of the award of this Agreement. Any question concerning an employee's qualifications shall be decided based upon the individual's education, employment history, with particular emphasis on the Predecessor Employee's experience under the predecessor contract and employment screening processes. Contractor is not required to offer employment to any Predecessor Employee who: (1) will be retained by the predecessor contractor; or (2) who the Contractor reasonably believes, based on the particular Predecessor Employee's past performance or employment screening, that said Predecessor Employee has failed to perform suitably on the job. In the event that the Contractor employs fewer service employees than the predecessor contractor employed in connection with performance of the Services, the Contractor need not offer employment under this Agreement to all Predecessor Employees under the predecessor contract, and instead may offer employment only to the number of qualified Predecessor Employees who Contractor reasonable believes will be necessary to meet its anticipated staffing needs under this Agreement. However, where Contractor does not initially offer employment to all of the Predecessor Employees, Contractor's obligation to offer a right of first refusal of employment shall continue for 90 days after the Contractor's first date of performance under this Agreement. Within one hundred twenty(120)days from the Contractor's first date of performance under this Agreement, the Contractor shall furnish to the City's Contract Administrator a certified list of the names of all Predecessor Employees working under this Agreement at the time the list is submitted. SECTION 3 TERM The term of this Agreement (Term), shall have an initial Term of three (3) years, with two (2) one (1) year renewal options, to be exercised at the City Manager's sole option and discretion (collectively the "Term"), by providing Contractor with written notice of same no less than thirty (30) days prior to the expiration of the initial Term. 2 DocuSign Envelope ID:OB805ADE-4241-45B6-BF11-70DC6F56219C In the event that the Agreement is held over beyond the Term, it shall only be from a month to month basis only and shall not constitute an implied renewal of the Agreement. Said month to month extension shall be upon the same terms of the Agreement and at the same compensation payment provided herein. SECTION 4 FEE 4.1 In consideration of the Services to be provided, Contractor shall be compensated as reflected in Exhibit A attached hereto (the "Fee"). The Fee shall be fixed during the Term, including any renewal options which may be exercised, if at all, at the City Manager's sole option and discretion. 4.2 COST ESCALATION/CONTRACTOR TERMINATION RIGHT Notwithstanding the foregoing paragraph, the Fee may be subject to a cost escalation if labor costs increase as a direct result of an unforeseen governmental mandate, such as increases in payroll taxes, healthcare mandates, living wage increases and other similar labor related governmental mandates ("Cost Escalation"). In such a case, Contractor shall notify the City, in writing, of its request for a Cost Escalation and the City shall consider such a request. The City Manager and Contractor shall negotiate, in good faith, an equitable increase in the Fee, subject to funding availability. If the parties cannot reach an agreement within thirty (30) days, Contractor may terminate the Agreement, upon providing the City with a minimum of one hundred eighty (180) days advance written notice. 4.3 INVOICING Contractor shall invoice the City on a monthly basis for the prior month for which services have been rendered. Upon receipt of an acceptable and approved invoice, payment(s) shall be made within forty five (45) days for that portion (or those portions) of the Services satisfactorily rendered (and referenced in the particular invoice). Invoices shall include a detailed description of the Services (or portions thereof) provided, and shall be submitted to the City at the following address: Account Payables Division: Payables@miamibeachfl.gov SECTION 5 TERMINATION 5.1 TERMINATION FOR CAUSE If the Contractor shall fail to fulfill in a timely manner, or otherwise violates, any of the covenants, agreements, or stipulations material to this Agreement, the City, through its City Manager, shall thereupon have the right to terminate this Agreement for cause. Prior to exercising its option to terminate for cause, the City shall notify the Contractor of its violation of the particular term(s) of this Agreement and shall grant Contractor ten (10) days to cure such default. If such default remains uncured after ten (10) days, the City may terminate this 3 DocuSign Envelope ID:OB805ADE-4241-45B6-BF11-70DC6F56219C Agreement without further notice to Contractor. Upon termination, the City shall be fully discharged from any and all liabilities, duties, and terms arising out of, or by virtue of, this Agreement. Notwithstanding the above, the Contractor shall not be relieved of liability to the City for damages sustained by the City by any breach of the Agreement by the Contractor. The City, at its sole option and discretion, shall be entitled to bring any and all legal/equitable actions that it deems to be in its best interest in order to enforce the City's right and remedies against Contractor. The City shall be entitled to recover all costs of such actions, including reasonable attorneys' fees. 5.2 TERMINATION FOR CONVENIENCE OF THE CITY THE CITY MAY ALSO, THROUGH ITS CITY MANAGER, AND FOR ITS CONVENIENCE AND WITHOUT CAUSE, TERMINATE THE AGREEMENT AT ANY TIME DURING THE TERM BY GIVING WRITTEN NOTICE TO CONTRACTOR OF SUCH TERMINATION; WHICH SHALL BECOME EFFECTIVE WITHIN THIRTY (30) DAYS FOLLOWING RECEIPT BY THE CONTRACTOR OF SUCH NOTICE.ADDITIONALLY, IN THE EVENT OF A PUBLIC HEALTH, WELFARE OR SAFETY CONCERN, AS DETERMINED BY THE CITY MANAGER, IN THE CITY MANAGER'S SOLE DISCRETION, THE CITY MANAGER, PURSUANT TO A VERBAL OR WRITTEN NOTIFICATION TO CONSULTANT, MAY IMMEDIATELY SUSPEND THE SERVICES UNDER THIS AGREEMENT FOR A TIME CERTAIN, OR IN THE ALTERNATIVE,TERMINATE THIS AGREEMENT ON A GIVEN DATE. IF THE AGREEMENT IS TERMINATED FOR CONVENIENCE BY THE CITY, CONTRACTOR SHALL BE PAID FOR ANY SERVICES SATISFACTORILY PERFORMED UP TO THE DATE OF TERMINATION; FOLLOWING WHICH THE CITY SHALL BE DISCHARGED FROM ANY AND ALL LIABILITIES, DUTIES, AND TERMS ARISING OUT OF, OR BY VIRTUE OF, THIS AGREEMENT. 5.3 TERMINATION FOR INSOLVENCY The City also reserves the right to terminate the Agreement in the event the Contractor is placed either in voluntary or involuntary bankruptcy or makes an assignment for the benefit of creditors. In such event, the right and obligations for the parties shall be the same as provided for in Section 5.2. SECTION 6 INDEMNIFICATION AND INSURANCE REQUIREMENTS 6.1 INDEMNIFICATION Contractor agrees to indemnify and hold harmless the City of Miami Beach and its officers, employees, agents, and contractors , from and against any and all actions (whether at law or in equity), claims, liabilities, losses, and expenses, including, but not limited to, attorneys' fees and costs, for personal, economic or bodily injury, wrongful death, loss of or damage to property, which may arise or be alleged to have arisen from the negligent acts, errors, omissions or other wrongful conduct of the Contractor, its officers, employees, agents, contractors, or any other person or entity acting under Contractor's control or supervision, in connection with, related to, or as a result of the Contractor's performance of the Services pursuant to this Agreement. To that extent, the Contractor shall pay all such 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 4 DocuSign Envelope ID:OB805ADE-4241-45B6-BF11-70DC6F56219C pay all such costs, judgments, and attorney's fees which may issue from any lawsuit arising from such claims and losses, and shall pay all costs and attorneys' fees expended by the City in the defense of such claims and losses, including appeal. The parties agree that one percent (1%) of the total compensation to Contractor for performance of the Services under this Agreement is the specific consideration from the City to the Contractor for the Contractor's indemnity agreement. The provisions of this Section 6.1 and of this indemnification shall survive termination or expiration of this Agreement. 6.2 INSURANCE REQUIREMENTS The vendor shall maintain the below required insurance in effect prior to awarding the contract and for the duration of the contract. The maintenance of proper insurance coverage is a material element of the contract and failure to maintain or renew coverage may be treated as a material breach of the contract, which could result in withholding of payments or termination of the contract. A. Workers' Compensation and Employer's Liability per the Statutory limits of the state of Florida. B. 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). C. Automobile Liability - $1,000,000 each occurrence - owned/non-owned/hired automobiles included. D. Umbrella Liability - $ 5,000,000.00 Additional Insured - City of Miami Beach must be included by endorsement as an additional insured with respect to all liability policies (except Professional Liability and Workers' Compensation) arising out of work or operations performed on behalf of the contractor including materials, parts, or equipment furnished in connection with such work or operations and automobiles owned, leased, hired or borrowed in the form of an endorsement to the contractor's insurance. Notice of Cancellation- Each insurance policy required above shall provide that coverage shall not be cancelled, except with notice to the City of Miami Beach c/o EXIGIS Insurance Compliance Services. Waiver of Subrogation— Vendor agrees to obtain any endorsement that may be necessary to affect the waiver of subrogation on the coverages required. However, this provision applies regardless of whether the City has received a waiver of subrogation endorsement from the insurer. Acceptability of Insurers — Insurance must be placed with insurers with a current A.M. Best rating of A:VII or higher. If not rated, exceptions may be made for members of the Florida Insurance Funds (i.e. FWCIGA, FAJUA). Carriers may also be considered if they are licensed and authorized to do insurance business in the State of Florida. 5 JocuSign Envelope ID:OB805ADE-4241-45B6-BF11-70006F56219C Verification of Coverage — Contractor shall furnish the City with original certificates and amendatory endorsements, or copies of the applicable insurance language, effecting coverage required by this contract. All certificates and endorsements are to be received and approved by the City before work commences. However, failure to obtain the required documents prior to the work beginning shall not waive the Contractor's obligation to provide them. The City reserves the right to require complete, certified copies of all required insurance policies, including endorsements, required by these specifications, at any time. CERTIFICATE HOLDER MUST READ: CITY OF MIAMI BEACH c/o EXIGIS Insurance Compliance Services P.O. Box 4668 —ECM #35050 New York, NY 10163-4668 Kindly submit all certificates of insurance, endorsements, exemption letters to our servicing agent, EXIGIS, at: Certificates-miamibeach(riskworks.com Special Risks or Circumstances -The City of Miami Beach reserves the right to modify these requirements, including limits, based on the nature of the risk, prior experience, insurer, coverage, or other special circumstances. Compliance with the foregoing requirements shall not relieve the vendor of his liability and obligation under this section or under any other section of this agreement. 6.3 PERFORMANCE BOND The vendor to whom a contingent award is made shall duly execute and deliver to the City a Performance and Payment Bond, attached hereto as Exhibit (C) in an amount that represents 100% of the vendor's offer price. The Performance and Payment Bond Form supplied by the City shall be the only acceptable form for these bonds. No other form will be accepted. The completed form shall be delivered to the City within 15 calendar days after formal notice of award. If the vendor fails to deliver the payment and performance bond within this specified time, including granted extensions, the City shall declare the vendor in default of the contractual terms and conditions, and the vendor shall surrender its offer guaranty/bid bond, and the City shall not accept any offer from that vendor for a twelve (12) month period following such default. The following specifications shall apply to any bond provided: All bonds shall be written through surety insurers authorized to do business in the State of Florida as surety, with the following qualifications as to management and financial strength according to the latest edition of Best's Insurance Guide, published by A.M. Best Company, Oldwick, New Jersey: Bond Amount Best Rating 500,001 to 1,500,000 B V 1,500,001 to 2,500,000 A VI 2,500,001 to 5,000,000 A VII 6 DocuSign Envelope ID: OB805ADE-4241-4586-BF11-70DC6F56219C 5,000,001 to 10,000,000 A VIII Over 10,000,000 A IX On contract amounts of $500,000 or less, the bond provisions of Section 287.0935, Florida Statutes (2007) shall be in effect and surety companies not otherwise qualifying with this paragraph may optionally qualify by: 1. The surety company is licensed to do business in the State of Florida; 2. The surety company holds a certificate of authority authorizing it to write surety bonds in this state; 3. Providing evidence that the surety has twice the minimum surplus and capital required by the Florida Insurance Code at the time the solicitation is issued; 4. Certifying that the surety is otherwise in compliance with the Florida Insurance Code; and 5. Providing a copy of the currently valid Certificate of Authority issued by the United States Department of the Treasury under SS. 31 USC 9304-9308. Surety insurers shall be listed in the latest Circular 570 of the U.S. Department of the Treasury entitled "Surety Companies Acceptable on Federal Bonds", published annually. The bond amount shall not exceed the underwriting limitations as shown in this circular. For contracts in excess of 500,000 the provisions of Section B will be adhered to plus the company must have been listed for at least three consecutive years or holding a valid Certificate of Authority of at least 1.5 million dollars and on the Treasury List. Surety Bonds guaranteed through U.S. Government Small Business Administration or Contractors Training and Development Inc. will also be acceptable. In lieu of a bond, an irrevocable letter of credit or a cash bond in the form of a certified cashier's check made out to the City of Miami Beach will be acceptable. All interest will accrue to the City of Miami Beach during the life of this contract and/or as long as the funds are being held by the City. The attorney-in-fact or other officer who signs a contract bond for a surety company must file with such bond a certified copy of power of attorney authorizing the officer to do so. The contract bond must be counter signed by the surety's resident Florida agent. SECTION 7 LITIGATION JURISDICTION VENUE/JURY TRIAL WAIVER This Agreement shall be construed in accordance with the laws of the State of Florida. This Agreement shall be enforceable in Miami-Dade County, Florida, and if legal action is necessary by either party with respect to the enforcement of any or all of the terms or conditions herein, exclusive venue for the enforcement of same shall lie in Miami-Dade County, Florida. By entering into this Agreement, Contractor and the City expressly waive any rights either party may have to a trial by jury of any civil litigation related to or arising out of this Agreement. 7 DocuSign Envelope ID: OB805ADE-4241-4586-BF11-70DC6F56219C SECTION 8 LIMITATION OF CITY'S LIABILITY The City desires to enter into this Agreement only if in so doing the City can place a limit on the City's liability for any cause of action, for money damages due to an alleged breach by the City of this Agreement, so that its liability for any such breach never exceeds the sum of $10,000. Contractor hereby expresses its willingness to enter into this Agreement with Contractor's recovery from the City for any damage action for breach of contract to be limited to a maximum amount of$10,000. Accordingly, and notwithstanding any other term or condition of this Agreement, Contractor hereby agrees that the City shall not be liable to the Contractor for damages in an amount in excess of$10,000 for any action or claim for breach of contract arising out of the performance or non-performance of any obligations imposed upon the City by this Agreement. Nothing contained in this section or elsewhere in this Agreement is in any way intended to be a waiver of the limitation placed upon the City's liability, as set forth in Section 768.28, Florida Statutes. SECTION 9 JINTENTIONALLY OMITTED] SECTION 10 GENERAL PROVISIONS 10.1 AUDIT AND INSPECTIONS Upon reasonable verbal or written notice to Contractor,and at any time during normal business hours (i.e. 9AM — 5PM, Monday through Fridays, excluding nationally recognized holidays), and as often as the City Manager may, in his/her reasonable discretion and judgment, deem necessary, there shall be made available to the City Manager, and/or such representatives as the City Manager may deem to act on the City's behalf, to audit, examine, and/or inspect, any and all other documents and/or records relating to all matters covered by this Agreement. Contractor shall maintain any and all such records at its place of business at the address set forth in the "Notices" section of this Agreement. City is responsible for any cost of audit unless the audit identifies overcharges that are greater than 5% of the total amount of the contract, in such event Contractor shall reimburse the City for those overcharges plus the cost of the audit. 10.2 INSPECTOR GENERAL AUDIT RIGHTS (A) Pursuant to Section 2-256 of the Code of the City of Miami Beach, the City has established the Office of the Inspector General which may, on a random basis, perform reviews, audits, inspections and investigations on all City contracts, throughout the duration of said contracts. This random audit is separate and distinct from any other audit performed by or on behalf of the City. (B) The Office of the Inspector General is authorized to investigate City affairs and empowered to review past, present and proposed City programs, accounts, records, contracts and transactions. In addition, the Inspector General has the power to subpoena witnesses, administer oaths, require the production of witnesses and monitor 8 DocuSign Envelope ID:OB805ADE-4241-45B6-BF 11-70DC6F56219C City projects and programs. Monitoring of an existing City project or program may include a report concerning whether the project is on time, within budget and in conformance with the contract documents and applicable law. The Inspector General shall have the power to audit, investigate, monitor, oversee, inspect and review operations, activities, performance and procurement process including but not limited to project design, bid specifications, (bid/proposal) submittals, activities of the Contractor its officers, agents and employees, lobbyists, City staff and elected officials to ensure compliance with the Contract Documents and to detect fraud and corruption. Pursuant to Section 2-378 of the City Code, the City is allocating a percentage of its overall annual contract expenditures to fund the activities and operations of the Office of Inspector General. (C) Upon ten (10) days written notice to the Contractor, the Contractor shall make all requested records and documents available to the Inspector General for inspection and copying. The Inspector General is empowered to retain the services of independent private sector auditors to audit, investigate, monitor, oversee, inspect and review operations activities, performance and procurement process including but not limited to project design, bid specifications, (bid/proposal) submittals, activities of the Contractor, its officers, agents and employees, lobbyists, City staff and elected officials to ensure compliance with the contract documents and to detect fraud and corruption. (D)The Inspector General shall have the right to inspect and copy all documents and records in the Contractor's possession, custody or control which in the Inspector General's sole judgment, pertain to performance of the contract, including, but not limited to original estimate files, change order estimate files, worksheets, proposals and agreements from and with successful subcontractors and suppliers, all project-related correspondence, memoranda, instructions, financial documents, construction documents, (bid/proposal) and contract documents, back-change documents, all documents and records which involve cash, trade or volume discounts, insurance proceeds, rebates, or dividends received, payroll and personnel records and supporting documentation for the aforesaid documents and records. (E) The Contractor shall make available at its office at all reasonable times the records, materials, and other evidence regarding the acquisition (bid preparation) and performance of this contract, for examination, audit, or reproduction, until three(3)years after final payment under this contract or for any longer period required by statute or by other clauses of this contract. In addition: i. If this contract is completely or partially terminated, the Contractor shall make available records relating to the work terminated until three (3) years after any resulting final termination settlement; and ii. The Contractor shall make available records relating to appeals or to litigation or the settlement of claims arising under or relating to this contract until such appeals, litigation, or claims are finally resolved. (F) The provisions in this section shall apply to the Contractor, its officers, agents, employees, subcontractors and suppliers. The Contractor shall incorporate the 9 DocuSign Envelope ID:OB805ADE-4241-45B6-BF11-70DC6F56219C provisions in this section in all subcontracts and all other agreements executed by the Contractor in connection with the performance of this contract. Nothing in this section shall impair any independent right to the City to conduct audits or investigative activities. The provisions of this section are neither intended nor shall they be construed to impose any liability on the City by the Contractor or third parties. 10.3 ASSIGNMENT, TRANSFER OR SUBCONSULTING Contractor shall not subcontract, assign, or transfer all or any portion of any work and/or service under this Agreement without the prior written consent of the City Manager, which consent, if given at all, shall be in the Manager's sole judgment and discretion. Neither this Agreement, nor any term or provision hereof, or right hereunder, shall be assignable unless as approved pursuant to this Section, and any attempt to make such assignment (unless approved) shall be void. Contractor may subcontract to qualified security guards/firms, with the prior written approval of the City Manager, when requested to provide additional guards for special/major events or on an "as needed" basis. Should the Contractor provide security guards employed by a sub-contractor, the Contractor will be required to provide a Labor and Materials (Payment Bond), in the amount of $100,000. The Contractor will also provide an Employee Dishonesty Bond in the amount of $25,000. Additionally, the City reserves the right to deduct payment(s) in an amount specified in the bid/contract documents for either non-qualified security guard, and/or for unsatisfactory performance in accordance with the specified Terms and Conditions of the RFP. 10.4 PUBLIC ENTITY CRIMES Prior to commencement of the Services, the Contractor shall file a State of Florida Form PUR 7068, Sworn Statement under Section 287.133(3)(a) Florida Statute on Public Entity Crimes with the City's Procurement Division. 10.5 EQUAL EMPLOYMENT OPPORTUNITY In connection with the performance of the Services, the Contractor shall not discriminate against any employee or applicant for employment because of race, color, national origin, religion, sex, intersexuality, gender identity, sexual orientation, disability, marital and familial status, or age. 10.6 CONFLICT OF INTEREST The Contractor herein agrees to adhere to and be governed by all applicable Miami-Dade County Conflict of Interest Ordinances and Ethics provisions, as set forth in the Miami-Dade County Code, and as may be amended from time to time; and by the City of Miami Beach Charter and Code (as some may be amended from time to time); both of which are incorporated by reference herein as if fully set forth herein. 10 DocuSign Envelope ID:OB805ADE-4241-45B6-BF11-70DC6F56219C The Contractor covenants that it presently has no interest and shall not acquire any interest, directly or indirectly, which could conflict in any manner or degree with the performance of the Services. The Contractor further covenants that in the performance of this Agreement, Contractor shall not knowingly employ any person having such interest. No member of or delegate to the Congress of the United States shall be admitted to any share or part of this Agreement or to any benefits arising there from. 10.7 CONTRACTOR'S COMPLIANCE WITH FLORIDA PUBLIC RECORDS LAW (A) Consultant shall comply with Florida Public Records law under Chapter 119, Florida Statutes, as may be amended from time to time. (B) The term "public records" shall have the meaning set forth in Section 119.011(12), which means all documents, papers, letters, maps, books, tapes, photographs, films, sound recordings, data processing software, or other material, regardless of the physical form, characteristics, or means of transmission, made or received pursuant to law or ordinance or in connection with the transaction of official business of the City. (C) Pursuant to Section 119.0701 of the Florida Statutes, if the Consultant meets the definition of"Contractor" as defined in Section 119.0701(1)(a), the Consultant shall: (1) Keep and maintain public records required by the City to perform the service; (2) Upon request from the City's custodian of public records, provide the City with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in Chapter 119, Florida Statutes or as otherwise provided by law; (3) Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed, except as authorized by law, for the duration of the contract term and following completion of the Agreement if the Consultant does not transfer the records to the City; (4) Upon completion of the Agreement, transfer, at no cost to the City, all public records in possession of the Consultant or keep and maintain public records required by the City to perform the service. If the Consultant transfers all public records to the City upon completion of the Agreement, the Consultant shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the Consultant keeps and maintains public records upon completion of the Agreement, the Consultant shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the City, upon request from the City's custodian of public records, in a format that is compatible with the information technology systems of the City. (D) REQUEST FOR RECORDS; NONCOMPLIANCE. (1) A request to inspect or copy public records relating to the City's contract for services must be made directly to the City. If the City does not possess the requested records, the City shall immediately notify the Consultant of the request, and the Consultant must provide the records to the City or allow the records to be inspected or copied within a reasonable time. (2) Consultant's failure to comply with the City's request for records shall constitute a breach of this Agreement, and the City, at its sole discretion, may: (1) unilaterally terminate the Agreement; (2) avail itself of the remedies set forth 11 DocuSign Envelope ID:OB805ADE-4241-45B6-BF11-70DC6F56219C under the Agreement; and/or (3) avail itself of any available remedies at law or in equity. (3) A Consultant who fails to provide the public records to the City within a reasonable time may be subject to penalties under s. 119.10. (E) CIVIL ACTION. (1) If a civil action is filed against a Consultant to compel production of public records relating to the City's contract for services, the court shall assess and award against the Consultant the reasonable costs of enforcement, including reasonable attorneys' fees, if: a. The court determines that the Consultant unlawfully refused to comply with the public records request within a reasonable time; and b. At least 8 business days before filing the action, the plaintiff provided written notice of the public records request, including a statement that the Consultant has not complied with the request, to the City and to the Consultant. (2) A notice complies with subparagraph (1)(b) if it is sent to the City's custodian of public records and to the Consultant at the Consultant's address listed on its contract with the City or to the Consultant's registered agent. Such notices must be sent by common carrier delivery service or by registered, Global Express Guaranteed, or certified mail, with postage or shipping paid by the sender and with evidence of delivery, which may be in an electronic format. (3) A Consultant who complies with a public records request within 8 business days after the notice is sent is not liable for the reasonable costs of enforcement. (F) IF THE CONSULTANT HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONSULTANT'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS AGREEMENT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT: CITY OF MIAMI BEACH ATTENTION: RAFAEL E. GRANADO, CITY CLERK 1700 CONVENTION CENTER DRIVE MIAMI BEACH, FLORIDA 33139 E-MAIL: RAFAELGRANADO( MIAMIBEACHFL.GOV PHONE: 305-673-7411 10.8 LIVING WAGE REQUIREMENT Pursuant to Sections 2-407 thru 2-410 of the Miami Beach City Code("Living Wage Ordinance"), as same may be amended from time to time, Contractor shall be required to pay all employees who provide services pursuant to this Agreement, the hourly living wage rates listed below: • $11.78/hr with health benefits; or$15.00/hr without benefits. 12 DocuSign Envelope ID:OB805ADE-4241-45B6-BF11-70DC6F56219C 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, in which case Contractor shall be required to pay its employees such adjusted Living Wage rate under this Agreement. 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). Contractor's failure to comply with this provision shall be deemed a material breach under this Agreement, entitling the City to terminate this Agreement immediately, without further liability to the City, and/or may further subject Contractor to additional penalties and fines, as provided in the City's Living Wage Ordinance, as amended. Any payroll request made by the City during the contract term shall be submitted electronically via the City's electronic compliance portal, LCP Tracker (LCPTracker.net). 10.9 FORCE MAJEURE (A) A "Force Majeure" event is an event that (i) in fact causes a delay in the performance of the Consultant or the City's obligations under the Agreement, and (ii) is beyond the reasonable control of such party unable to perform the obligation, and (iii) is not due to an intentional act, error, omission, or negligence of such party, and (iv) could not have reasonably been foreseen and prepared for by such party at any time prior to the occurrence of the event. Subject to the foregoing criteria, Force Majeure may include events such as war, civil insurrection, riot, fires, epidemics, pandemics, terrorism, sabotage, explosions, embargo restrictions, quarantine restrictions, transportation accidents, strikes, strong hurricanes or tornadoes, earthquakes, or other acts of God which prevent performance. Force Majeure shall not include technological impossibility, inclement weather, or failure to secure any of the required permits pursuant to the Agreement. (B) If the City or Consultant's performance of its contractual obligations is prevented or delayed by an event believed by to be Force Majeure, such party shall immediately upon learning of the occurrence of the event or of the commencement of any such delay, but in no case within fifteen(15)business days thereof, provide notice of 0)of the occurrence of event of Force Majeure, (ii) of the nature of the event and the cause thereof, (iii) of the anticipated impact on the Agreement, (iv) of the anticipated period of the delay, and (v) of what course of action such party plans to take in order to mitigate the detrimental effects of the event. The timely delivery of the notice of the occurrence of a Force Majeure event is a condition precedent to allowance of any relief pursuant to this section; however, receipt of such notice shall not constitute acceptance that the event claimed to be a Force Majeure event is in fact Force Majeure, and the burden of proof of the occurrence of a Force Majeure event shall be on the requesting party. (C) No party hereto shall be liable for its failure to carry out its obligations under the Agreement during a period when such party is rendered unable, in whole or in part, by Force Majeure to carry out such obligations. The suspension of any of the obligations under this Agreement due to a Force Majeure event shall be of no greater scope and no longer duration than is required. The party shall use its reasonable best efforts to continue to perform its obligations hereunder to the extent such obligations are not 13 DocuSign Envelope ID:OB805ADE-4241-45B6-BF11-70DC6F56219C affected or are only partially affected by the Force Majeure event, and to correct or cure the event or condition excusing performance and otherwise to remedy its inability to perform to the extent its inability to perform is the direct result of the Force Majeure event with all reasonable dispatch. (D) Obligations pursuant to the Agreement that arose before the occurrence of a Force Majeure event causing the suspension of performance shall not be excused as a result of such occurrence unless such occurrence makes such performance not reasonably possible. The obligation to pay money in a timely manner for obligations and liabilities which matured prior to the occurrence of a Force Majeure event shall not be subject to the Force Majeure provisions. (E) Notwithstanding any other provision to the contrary herein, in the event of a Force Majeure occurrence, the City may, at the sole discretion of the City Manager, suspend the City's payment obligations under the Agreement, and may take such action without regard to the notice requirements herein. Additionally, in the event that an event of Force Majeure delays a party's performance under the Agreement for a time period greater than thirty (30) days, the City may, at the sole discretion of the City Manager, terminate the Agreement on a given date, by giving written notice to Consultant of such termination. If the Agreement is terminated pursuant to this Section, Consultant shall be paid for any Services satisfactorily performed up to the date of termination; following which the City shall be discharged from any and all liabilities, duties, and terms arising out of, or by virtue of, this Agreement. In no event will any condition of Force Majeure extend this Agreement beyond its stated term. SECTION 11 NOTICES All notices and communications in writing required or permitted hereunder, shall be delivered personally to the representatives of the Contractor and the City listed below or may be mailed by U.S. Certified Mail, return receipt requested, postage prepaid, or by a nationally recognized overnight delivery service. Until changed by notice in writing, all such notices and communications shall be addressed as follows: TO CITY: Paul Acosta, Assistant Chief of Police MIAMI BEACH POLICE DEPARTMENT OFFICE OF THE CHIEF OF POLICE 1100 Washington Avenue., Miami Beach, FL 33139 paulacostapmiamibeachfl.gov 14 DocuSign Envelope ID:OB805ADE-4241-4586-BF11-70DC6F56219C TO CONTRACTOR: Security Alliance, LLC. 8323 NW 12 Street, Suite 218 Doral, FL 33126 Attn: William A. Murphy billm(c�securityalliancegroup.com Notice may also be provided to any other address designated by the party to receive notice if such alternate address is provided via U.S. certified mail, return receipt requested, hand delivered, or by overnight delivery. In the event an alternate notice address is properly provided, notice shall be sent to such alternate address in addition to any other address which notice would otherwise be sent, unless other delivery instruction as specifically provided for by the party entitled to notice. Notice shall be deemed given on the day on which personally served, or the day of receipt by either U.S. certified mail or overnight delivery. SECTION 12 MISCELLANEOUS PROVISIONS 12.1 CHANGES AND ADDITIONS This Agreement cannot be modified or amended without the express written consent of the parties. No modification, amendment, or alteration of the terms or conditions contained herein shall be effective unless contained in a written document executed with the same formality and of equal dignity herewith. 12.2 SEVERABILITY If any term or provision of this Agreement is held invalid or unenforceable, the remainder of this Agreement shall not be affected and every other term and provision of this Agreement shall be valid and be enforced to the fullest extent permitted by law. 12.3 ENTIRETY OF AGREEMENT The City and Contractor agree that this document, inclusive of the RFP, any addenda to the RFP, and the Contractor's proposal, as well as any exhibits and amendments to the documents referenced, is the entire Agreement between the parties. This Agreement supersedes all negotiations, correspondence, conversations, agreements or understandings applicable to the matters contained herein, and there are no commitments, agreements or understandings concerning the subject matter of this Agreement that are not contained in the referenced documents. Title and paragraph headings are for convenient reference and are not intended to confer any rights or obligations upon the parties to this Agreement. IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be executed by their appropriate officials, as of the date first entered above. 15 DocuSign Envelope ID:OB805ADE-4241-45B6-BF11-70DC6F56219C FOR CITY: CITY OF MIAMI BEACH, FLORIDA ATTEST: IIr DocuSignedd by rafatt, , By: ` 3ACF FAF 14571,10 F By: "4 :2-7----"-------- Rafael E. Granado, City Clerk Dan Gelber, Mayor 12/4/2020 12:43 EST Date: FOR CONTRACTOR: SECURITY ALLIANCE, LLC. ATTEST: By: . d /!. i A/ . / Signature Signature lir- Print Name/Title Print Name/Title fre` t - , Date: APP P 0D AS TO dir*A9 NGUAGE P XECUTION i` I l 14,t.o4kfl orneyImi. ate�� ir 16 DocuSign Envelope ID:OB805ADE-4241-45B6-BF11-70DC6F56219C To be Inserted: EXHIBIT A—Billing Rates EXHIBIT B—Payment and Performance Bond form 17 3ocuSign Envelope ID: OB805ADE-4241-45B6-BF11-70DC6F56219C EXHIBIT A BILLING RATES Group A: Routine Rates Item Description U/M Rate 1 Security Officer Level I Hourly $21.03 2 Security Officer Level II Hourly $21.35 3 Security Officer Level III Hourly $22.72 4 Security Officer Level IV Hourly $23.33 5 Security Officer Level V Hourly $24.14 6 Bicycle—Monthly Each $55.00 7 Bicycle— Daily Each $25.00 8 Golf Cart— Monthly Each $240.00 9 Golf Cart Daily Each $40.00 Group B: Emergency and Special Events Rates Item Description U/M Rate 10 Security Officer Level I Hourly $24.99 11 Security Officer Level II Hourly $24.99 12 Security Officer Level III Hourly $26.99 13 Security Officer Level IV Hourly $26.99 14 Security Officer Level V Hourly $28.99 15 Vehicle— Daily Rate Each $70.00 16 Bicycle— Daily Rate Each $25.00 17 Golf Cart—Daily Rate Each $40.00 DocuSign Envelope ID:OB805ADE-4241-45B6-BF11-70DC6F56219C D2 FORM OF PERFORMANCE BOND BY THIS BOND, We , as Principal, hereinafter called Contractor , and , as Surety, are bound to the City of Miami Beach, Florida, as Obligee, hereinafter called City, in the amount of Dollars (S ) for the payment whereof Contractor and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally. WHEREAS, Contractor has by written agreement entered into a Contract, Bid/Contract No.: , awarded the day of _ 20 , with City which Contract Documents are by reference incorporated herein and made a part hereof, and specifically include provision for liquidated damages, and other damages identified, and for the purposes of this Bond are hereafter referred to as the "Contract"; THE CONDITION OF THIS BOND is that if Contractor: 1. Performs the Contract between Contractor and City for construction of , the Contract being made a part of this Bond by reference, at the times and in the manner prescribed in the Contract; and 2. Pays City all losses, liquidated damages, expenses, costs and attorney's fees including appellate proceedings, that City sustains as a result of default by Contractor under the Contract; and 3. Performs the guarantee of all work and materials furnished under the Contract for the time specified in the Contract; then THIS BOND IS VOID, OTHERWISE IT REMAINS IN FULL FORCE AND EFFECT. Whenever Contractor shall be, and declared by City to be, in default under the Contract, City having performed City obligations thereunder, the Surety may promptly remedy the default, or shall promptly: 3.1. Complete the Project in accordance with the terms and conditions of the Contract Documents; or 3.2. Obtain a bid or bids for completing the Project in accordance with the terms and conditions of the Contract Documents, and upon determination by Surety of the lowest responsible Bidder, or, if City elects, upon determination by City and Surety jointly of the lowest responsible Bidder, arrange for a contract between such Bidder and City, and make available as work progresses (even though there should be a default or a succession of defaults under the Contract DocuSign Envelope ID:OB805ADE-4241-45B6-BF11-70DC6F56219C D2 FORM OF PERFORMANCE BOND (Continued) or Contracts of completion arranged under this paragraph) sufficient funds to pay the cost of completion less the balance of the Contract Price; but not exceeding, including other costs and damages for which the Surety may be liable hereunder, the amount set forth in the first paragraph hereof. The term "balance of the Contract Price," as used in this paragraph, shall mean the total amount payable by City to Contractor under the Contract and any amendments thereto, less the amount properly paid by City to Contractor. No right of action shall accrue on this bond to or for the use of any person or corporation other than City named herein. The Surety hereby waives notice of and agrees that any changes in or under the Contract Documents and compliance or noncompliance with any formalities connected with the Contract or the changes does not affect Surety's obligation under this Bond. Signed and sealed this day of , 20 WITNESSES: (Name of Corporation) Secretary By: (Signature) (CORPORATE SEAL) (Print Name and Title) IN THE PRESENCE OF: INSURANCE COMPANY: By: Agent and Attorney-in-Fact Address: (Street) (City/State/Zip Code) Telephone No.: DocuSign Envelope ID: OB805ADE-4241-4586-BF11-70DC6F56219C D3 FORM OF PAYMENT BOND BY THIS BOND, We , as Principal, hereinafter called Contractor , and , as Surety, are bound to the City of Miami Beach, Florida, as Obligee, hereinafter called City, in the amount of Dollars ($ for the payment whereof Contractor and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally. WHEREAS, Contractor has by written agreement entered into a Contract, Bid/Contract No.: , awarded the day of 20 , with City which Contract Documents are by reference incorporated herein and made a part hereof, and specifically include provision for liquidated damages, and other damages identified, and for the purposes of this Bond are hereafter referred to as the "Contract"; THE CONDITION OF THIS BOND is that if Contractor: 1. Pays City all losses, liquidated damages, expenses, costs and attorney's fees including appellate proceedings, that City sustains because of default by Contractor under the Contract; and 2. Promptly makes payments to all claimants as defined by Florida Statute 255.05(1) for all labor, materials and supplies used directly or indirectly by Contractor in the performance of the Contract; THEN CONTRACTOR'S OBLIGATION SHALL BE VOID; OTHERWISE, IT SHALL REMAIN IN FULL FORCE AND EFFECT SUBJECT, HOWEVER, TO THE FOLLOWING CONDITIONS: 2.1. A claimant, except a laborer, who is not in privity with Contractor and who has not received payment for its labor, materials, or supplies shall, within forty-five (45) days after beginning to furnish labor, materials, or supplies for the prosecution of the work, furnish to Contractor a notice that he intends to look to the bond for protection. 2.2. A claimant who is not in privity with Contractor and who has not received payment for its labor, materials, or supplies shall, within ninety (90) days after performance of the labor or after complete delivery of the materials or supplies, deliver to Contractor and to the Surety, written notice of the performance of the labor or delivery of the materials or supplies and of the nonpayment. 2.3. No action for the labor, materials, or supplies may be instituted against Contractor or the Surety unless the notices stated under the preceding conditions (2.1) and (2.2) have been given. DocuSign Envelope ID:OB805ADE-4241-45B6-BF11-70DC6F56219C D3 2.4. Any action under this Bond must be instituted in accordance with the Notice and Time Limitations provisions prescribed in Section 255.05(2), Florida Statutes. The Surety hereby waives notice of and agrees that any changes in or under the Contract Documents and compliance or noncompliance with any formalities connected with the Contract or the changes does not affect the Surety's obligation under this Bond. Signed and sealed this day of , 20 Contractor ATTEST: (Name of Corporation) By: (Secretary) (Signature) (Corporate Seal) (Print Name and Title) day of , 20 IN THE PRESENCE OF: INSURANCE COMPANY: By: Agent and Attorney-in-Fact Address: (Street) (City/State/Zip Code) Telephone No.: DocuSign Envelope ID:OB805ADE-4241-45B6-BF11-70DC6F56219C D4 CERTIFICATE AS TO CORPORATE PRINCIPAL , certify that I am the Secretary of the corporation named as Principal in the foregoing Performance and Payment Bond (Performance Bond and Payment Bond); that , who signed the Bond(s) on behalf of the Principal, was then of said corporation; that I know his/her signature; and his/her signature thereto is genuine; and that said Bond(s) was (were) duly signed, sealed and attested to on behalf of said corporation by authority of its governing body. (SEAL) Secretary (on behalf of) Corporation STATE OF FLORIDA SS COUNTY OF MIAMI-DADE Before me, a Notary Public duly commissioned, qualified and acting personally, appeared to me well known, who being by me first duly sworn upon oath says that he/she has been authorized to execute the foregoing Performance and Payment Bond (Performance Bond and Payment Bond) on behalf of Contractor named therein in favor of City. Subscribed and Sworn to before me this day of 20 My commission expires: Notary Public, State of Florida at Large Bonded by DocuSign Envelope ID:OB805ADE-4241-45B6-BF11-70DC6F56219C ATTACHMENT A RESOLUTION & COMMISSION AWARD MEMO DocuSign Envelope ID:OB805ADE-4241-45B6-BF11-70DC6F56219C Coversheet Resolutions-C7 L MIAMI BEACH COMMISSION MEMORANDUM TO: Honorable Mayor and Members of the City Commission FROM: Jimmy L. Morales, City Manager DATE: October 14, 2020 SUBJECT: A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, APPROVING AND AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE THE PROFESSIONAL SERVICE AGREEMENTS WITH (1) FPI SECURITY SERVICES, INC., AND (2) SECURITY ALLIANCE LLC, PURSUANT TO REQUEST FOR PROPOSALS (RFP) NO. 2020-007-JC, FOR SECURITY OFFICER SERVICES. RECOMMENDATION See memorandum attached. Applicable Area Citywide Is this a"Residents Right to Does this item utilize G.O. Know"item, pursuant to Bond Funds? City Code Section 2-14? No No Strategic Connection Neighborhoods- Prevent and solve crime for residents and visitors. Legislative Tracking Police/Procurement ATTACHMENTS: Description ❑ Memorandum ❑ Resolution ❑ Exhibit A-Draft Agreement-FPI ❑ Exhibit A-Draft Agreement-Security Alliance https://miamibeach.novusagenda.com/agendapublic/CoverSheet.aspx?ItemID=18840&MeetinglD=774 1/1 DocuSign Envelope ID:OB805ADE-4241-4586-BF11-70DC6F56219C MIAMI BEACH COMMISSION MEMORANDUM To: Honorable Mayor and Members of the City Commission From: Jimmy L. Morales, City Manager' DocuSignedby: Date: October 14, 2020 ,iiwo,ci ktral,t,S "-28CA18194070496 Subject: A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, APPROVING AND AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE THE PROFESSIONAL SERVICE AGREEMENTS WITH (1) FPI SECURITY SERVICES, INC., AND (2) SECURITY ALLIANCE LLC, PURSUANT TO REQUEST FOR PROPOSALS (RFP) NO. 2020-007-JC, FOR SECURITY OFFICER SERVICES. RECOMMENDATION The Administration recommends that the Mayor and City Commission of the City of Miami Beach, Florida approve the resolution authorizing the Mayor and City Clerk to execute the agreements with FPI Security Services, Inc. and Security Alliance LLC, pursuant to RFP 2020-007-JC, for Security Officer Services. BACKGROUND/HISTORY The City's current security officer services contractor is G4S Secure Solutions (USA), Inc. The agreement for these services was executed in April 2016 and is valid until April 2021. In anticipation of the expiring agreement, the City issued RFP 2015-007-JC, for security officer services, which resulted in the receipt of seven proposals. The evaluation committee appointed by the City Manager ranked the proposals as follows: 1st — FPI Security Services, Inc. (TIED) 1st — Security Alliance, LLC (TIED) 3rd — Kent Security Services 4th — G4S Secure Solutions (USA), Inc. 5th —American Guard Services 6th — DECO International Security Corporation 7th — Centurion Security Group, LLC On July 29, 2020, upon considering both the qualifications and cost, the City Manager recommended that the Mayor and City Commission approve his recommendation to award contracts to FPI Security Services, Inc., and Security Alliance LLC, the tied top-ranked proposers, as co-primary contractors. The Mayor and City Commission approved the award of contracts to FPI Security and Security Alliance and directed the Administration to return the negotiated contracts to the City Commission for final approval. On September 16, 2020, a motion to reconsider the award of contracts to the two firms was considered by the City Commission; however, the motion failed. DocuSign Envelope ID:OB805ADE-4241-45B6-BF11-70DC6F56219C 2 Approve Contracts Pursuant to RFP 2020-007-JC for Security Officer Services ANALYSIS As directed by the City Commission, the Administration conducted negotiations with both firms relative to contract terms, scope of work, and pricing. Currently, the City has an agreement with G4S Security which expires in April 2021. As a result,following the execution of the new contracts, security officer deployments will be divided between G4S, FPI and Security Alliance until April 2021. Doing so will give the Police Department an opportunity to work with FPI Security and Security Alliance to assure that the new firms are well trained on City needs and there is a smooth transition between the current contractor and the new firms. After the incumbent's contract ends in April 2021, the Police Department will divide security officer deployments between FPI Security and Security Alliance based on City needs. As has been practice in other similar agreements and as directed by the City Commission, the Administration has included language in the agreements that requires FPI and Security Alliance to consider providing an opportunity for continued employment to employees of the current contractor, based on each employee's individual qualifications. With regard to pricing, the cost proposals initially submitted by FPI Security and Security Alliance were fairly comparable to the City's pricing under the current contract, despite an approximate 9% increase in the CPI over the five years since the current contract was awarded. Notwithstanding, staff has been able to secure additional pricing concessions from FPI Security and Security Alliance which equates to approximately $33,000 and $36,000, respectively, in annual savings when compared to the original proposals submitted by the firms. Final rates are included in Exhibit A. In summary, assuming usage is equal to prior years, the City will not experience a cost increase under the new agreement despite the CPI increase previously referenced. Finally, the Police Department has met with both FPI Security and Security Alliance and are convinced both firms will perform well in delivering security services of the highest quality and customer focus. Both firms have contracts for other public organizations and the references verified have confirmed the same. FINANCIAL INFORMATION The costs associated with security officer services for the City of Miami Beach is subject to the fund's availability approved through the City's budgeting process. CONCLUSION Based on staffs analysis, I recommend that the Mayor and City Commission approve the Professional Services Agreements with (1) FPI Security Services, Inc.; and (2) Security Alliance LLC, pursuant to Request for Proposals (RFP) 2020-007-JC, for Security Officer Services (with said Agreements incorporated herein by reference and attached hereto as Exhibit "A"). OS DS ADD C DocuSign Envelope ID:OB805ADE-4241-45B6-BF11-70DC6F56219C RESOLUTION NO. A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, APPROVING AND AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE THE PROFESSIONAL SERVICE AGREEMENTS WITH (1) FPI SECURITY SERVICES, INC., AND (2) SECURITY ALLIANCE LLC, PURSUANT TO REQUEST FOR PROPOSALS (RFP) NO. 2020-007-JC, FOR SECURITY OFFICER SERVICES. WHEREAS, the City utilizes security officer services in order to create a daily visible presence of security personnel, provide assistance to citizens and visitors, provide assistance to law enforcement through deterrence (observe and report suspected criminal activity), and to safeguard City property; and WHEREAS, since April 2016, the City's security officer services contractor has been G4S Secure Solutions (USA), Inc; and WHEREAS, the current contract will expire on March 31, 2020; and WHEREAS, in anticipation of the expiring contract, on October 16, 2019, the Mayor and City Commission approved the issuance of Request for Proposals (RFP) No. 2020-007-JC, for Security Officer Services ("the REP"); and WHEREAS, in addition to the daily security officer services, the City relies on security officers to fulfill personnel staffing needs during special events throughout the year, including Spring Break, Memorial Day Weekend, Fourth of July, and Art Basel; and WHEREAS, therefore, the RFP contemplates a group for daily security officer services, and a second group for special events and emergency services, to allow for better contingency staffing options during high-demand periods and/or events; and WHEREAS, on October 16, 2019, the RFP was issued and advertised with an opening date of November 15, 2019; and WHEREAS, a non-mandatory pre-proposal meeting was held on October 23, 2019; and WHEREAS, on December 9, 2019, the City received a total of seven (7) proposals, all of which were deemed to be responsive; and WHEREAS, on January 9, 2020, the City Manager appointed the Evaluation Committee ("the Committee") via Letter to Commission (LTC) #017-2020; and WHEREAS, the Committee convened on January 16, 2020, to review and score the responsive proposals received; and DocuSign Envelope ID:OB805ADE-4241-45B6-BF11-70DC6F56219C WHEREAS, the Committee was instructed to score and rank each proposal pursuant to the evaluation criteria established in the RFP; and WHEREAS, the Committee's evaluation process, including qualitative and quantitative factors, resulted in the following order of ranking: 1st— FPI Security Services, Inc. (TIED); 1st— Security Alliance, LLC (TIED); 3rd — Kent Security Services; 4th — G4S Secure Solutions (USA), Inc.; 5th —American Guard Services; 6th — DECO International Security Corporation; 7th — Centurion Security Group, LLC; and WHEREAS, after reviewing the results of the Evaluation Committee process, and the proposals received, and considering the input provided by the Miami Beach Police Department, the City Manager exercised his due diligence and recommended that the Mayor and City Commission authorize the Administration to award co-primary contracts to 1) FPI Security Services, Inc., and 2) Security Alliance, LLC, the tied, top ranked proposers; and WHEREAS, on July 29, 2020, upon considering both the qualitative and quantitative factors, the City Manager recommended that the Mayor and City Commission approve the Resolution authorizing the award of contracts to FPI Security Services, Inc., and Security Alliance LLC, the tied top-ranked proposers, as co-primary contractors; and further, authorize the Mayor and City Clerk to execute the agreements; and WHEREAS, on July 29, 2020, pursuant to Resolution 2020-31331, the Mayor and City Commission accepted the City Manager's recommendation with the condition that the Administration to bring the final negotiated contracts to the City Commission for final consideration and approval; and WHEREAS, as directed by the City Commission, the Administration conducted negotiations with both firms relative to contract terms, scope of work, and pricing; upon successful negotiations the Administration has finalized the agreements for City Commission approval; and WHEREAS, the City Manager recommends that the Mayor and City Commission hereby approve the Professional Services Agreements with (1) FPI Security Services, Inc.; and (2) Security Alliance LLC, pursuant to Request for Proposals (RFP) 2020-007-JC, for Security Officer Services (with said Agreements incorporated herein by reference and attached hereto as Exhibit "A"). DocuSign Envelope ID:0B805ADE-4241-45B6-BF11-70DC6F56219C NOW, THEREFORE, BE IT DULY RESOLVED BY THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, that the Mayor and City Commission hereby approve and authorize the Mayor and City Clerk to execute the professional service agreement with (1) FPI Security Services, Inc., and (2) Security Alliance LLC, pursuant to Request for Proposals (RFP) No. 2020-007-JC, for Security Officer Services. PASSED AND ADOPTED this day of 2020. DAN GELBER, MAYOR ATTEST: RAFAEL E. GRANADO, CITY CLERK APPROVED AS TO FORM & LANGUAGE &FOR EXECUTION (b 9 Z-5 City Attomey Date DocuSign Envelope ID:OB805ADE-4241-45B6-BF11-70DC6F56219C SUBJECT TO FORM APPROVAL BY CITY ATTORNEY'S OFFICE PROFESSIONAL SERVICES AGREEMENT BETWEEN THE CITY OF MIAMI BEACH AND FPI SECURITY SERVICES, INC FOR SECURITY OFFICER SERVICES PURSUANT TO RFP 2020-007-JC This Professional Services Agreement ("Agreement") is entered into this day of , 2020, between the CITY OF MIAMI BEACH, FLORIDA, a municipal corporation organized and existing under the laws of the State of Florida, having its principal offices at 1700 Convention Center Drive, Miami Beach, Florida, 33139 ("City"), and FPI SECURITY SERVICES, INC., a Florida corporation, whose address is 1771 N Flamingo Road, Pembroke Pines, FL 33028 ("Contractor"). SECTION 1 DEFINITIONS Agreement: This Agreement between the City and Contractor, including the Proposal Documents as defined herein, and any exhibits and amendments to this Agreement. City Manager: The chief administrative officer of the City. Contract Administrator: The Contract Administrator for the City shall be the City's Police Department Assistant Chief, Paul Acosta. Contractor: For the purposes of this Agreement, Contractor shall be deemed to be an independent contractor, and not an agent or employee of the City. Services: All services, work and actions by the Contractor performed or undertaken pursuant to the Agreement. Fee: Amount paid to the Contractor as compensation for Services. DocuSign Envelope ID:OB805ADE-4241-45B6-BF 11-70DC6F56219C Proposal Documents: Proposal Documents shall mean City of Miami Beach Request for Proposals No. 2020-007-JC for Security Officer Services, together with all amendments thereto, issued by the City in contemplation of this Agreement (the "RFP"), and the Contractor's proposal in response thereto (the "Proposal"), all of which are hereby adopted by reference and incorporated herein as if fully set forth in this Agreement. Accordingly, Contractor agrees to abide by and be bound by any and all of the Proposal Documents; provided, however, that in the event of an express conflict between the Proposal Documents and this Agreement, the following order of precedent shall prevail: (i) this Agreement; (ii) the RFP; and (iii) the Proposal. Risk Manager: The Risk Manager of the City, with offices at 1700 Convention Center Drive, Third Floor, Miami Beach, Florida 33139: telephone number (305) 673-7000, Ext. 6435: and fax number (305) 6737023. 1 DocuSign Envelope ID: 0B805ADE-4241-45B6-BF11-70DC6F56219C SECTION 2 SCOPE OF SERVICES (SERVICES) 2.1 In consideration of the Fee to be paid to Contractor by the City, Contractor shall provide the work and services described in Appendix C and D, "Minimum Requirements, Scope of Services" and "Special Conditions" respectively, of the RFP and as requested and/or assigned by the City's Contract Administrator (the "Services"). 2.2 Contractor's Services, and any deliverables incident thereto, shall be completed in accordance with the specifications of each request and/or assignment from the Contract Administrator and this Agreement. 2.3 Non-displacement of Qualified Workers. Contractor shall offer a right of first refusal of employment to those service employees that are employed under the predecessor contract ("Predecessor Employees"), and whose employment will end as a result of the award of this Agreement. Any question concerning an employee's qualifications shall be decided based upon the individual's education, employment history, with particular emphasis on the Predecessor Employee's experience under the predecessor contract and employment screening processes. Contractor is not required to offer employment to any Predecessor Employee who: (1) will be retained by the predecessor contractor; or (2) who the Contractor reasonably believes, based on the particular Predecessor Employee's past performance or employment screening, that said Predecessor Employee has failed to perform suitably on the job. In the event that the Contractor employs fewer service employees than the predecessor contractor employed in connection with performance of the Services, the Contractor need not offer employment under this Agreement to all Predecessor Employees under the predecessor contract, and instead may offer employment only to the number of qualified Predecessor Employees who Contractor reasonable believes will be necessary to meet its anticipated staffing needs under this Agreement. However, where Contractor does not initially offer employment to all of the Predecessor Employees, Contractor's obligation to offer a right of first refusal of employment shall continue for 90 days after the Contractor's first date of performance under this Agreement. Within one hundred twenty (120) days from the Contractor's first date of performance under this Agreement, the Contractor shall furnish to the City's Contract Administrator a certified list of the names of all Predecessor Employees working under this Agreement at the time the list is submitted. SECTION 3 TERM The term of this Agreement (Term), shall have an initial Term of three (3) years, with two (2) one (1) year renewal options, to be exercised at the City Manager's sole option and discretion (collectively the "Term"), by providing Contractor with written notice of same no less than thirty (30) days prior to the expiration of the initial Term. 2 DocuSign Envelope ID:0B805ADE-4241-45B6-BF11-70DC6F56219C In the event that the Agreement is held over beyond the Term, it shall only be from a month to month basis only and shall not constitute an implied renewal of the Agreement. Said month to month extension shall be upon the same terms of the Agreement and at the same compensation payment provided herein. SECTION 4 FEE 4.1 In consideration of the Services to be provided, Contractor shall be compensated as reflected in Exhibit A attached hereto (the "Fee"). The Fee shall be fixed during the Term, including any renewal options which may be exercised, if at all, at the City Manager's sole option and discretion. 4.2 COST ESCALATION/CONTRACTOR TERMINATION RIGHT Notwithstanding the foregoing paragraph, the Fee may be subject to a cost escalation if labor costs increase as a direct result of an unforeseen governmental mandate, such as increases in payroll taxes, healthcare mandates, living wage increases and other similar labor related governmental mandates ("Cost Escalation"). In such a case, Contractor shall notify the City, in writing, of its request for a Cost Escalation and the City shall consider such a request. The City Manager and Contractor shall negotiate, in good faith, an equitable increase in the Fee, subject to funding availability. If the parties cannot reach an agreement within thirty (30) days, Contractor may terminate the Agreement, upon providing the City with a minimum of one hundred eighty (180) days advance written notice. 4 . 3 INVOICING Contractor shall invoice the City on a monthly basis for the prior month for which services have been rendered. Upon receipt of an acceptable and approved invoice, payment(s) shall be made within forty five (45) days for that portion (or those portions) of the Services satisfactorily rendered (and referenced in the particular invoice). Invoices shall include a detailed description of the Services (or portions thereof) provided, and shall be submitted to the City at the following address: Account Payables Division: Payables(c�miamibeachfl.gov SECTION 5 TERMINATION 5.1 TERMINATION FOR CAUSE If the Contractor shall fail to fulfill in a timely manner, or otherwise violates, any of the covenants, agreements, or stipulations material to this Agreement, the City, through its DocuSign Envelope ID:OB805ADE-4241-45B6-BF11-70DC6F56219C City Manager, shall thereupon have the right to terminate this Agreement for cause. Prior to exercising its option to terminate for cause, the City shall notify the Contractor of its violation of the particular term(s) of this Agreement, and shall grant Contractor ten (10) days to cure such default. If such default remains uncured after ten (10) days, the City may terminate this Agreement without further notice to Contractor. Upon termination, the City shall be fully discharged from any and all liabilities, duties, and terms arising out of, or by virtue of, this Agreement. Notwithstanding the above, the Contractor shall not be relieved of liability to the City for damages sustained by the City by any breach of the Agreement by the Contractor. The City, at its sole option and discretion, shall be entitled to bring any and all lega I/equitable actions that it deems to be in its best interest in order to enforce the City's right and remedies against Contractor. The City shall be entitled to recover all costs of such actions, including reasonable attorneys' fees. 5.2 TERMINATION FOR CONVENIENCE OF THE CITY THE CITY MAY ALSO, THROUGH ITS CITY MANAGER, AND FOR ITS CONVENIENCE AND WITHOUT CAUSE, TERMINATE THE AGREEMENT AT ANY TIME DURING THE TERM BY GIVING WRITTEN NOTICE TO CONTRACTOR OF SUCH TERMINATION; WHICH SHALL BECOME EFFECTIVE WITHIN THIRTY (30) DAYS FOLLOWING RECEIPT BY THE CONTRACTOR OF SUCH NOTICE. IF THE AGREEMENT IS TERMINATED FOR CONVENIENCE BY THE CITY, CONTRACTOR SHALL BE PAID FOR ANY SERVICES SATISFACTORILY PERFORMED UP TO THE DATE OF TERMINATION; FOLLOWING WHICH THE CITY SHALL BE DISCHARGED FROM ANY AND ALL LIABILITIES, DUTIES, AND TERMS ARISING OUT OF, OR BY VIRTUE OF, THIS AGREEMENT. 5.3 TERMINATION FOR INSOLVENCY The City also reserves the right to terminate the Agreement in the event the Contractor is placed either in voluntary or involuntary bankruptcy or makes an assignment for the benefit of creditors. In such event, the right and obligations for the parties shall be the same as provided for in Section 5.2. SECTION 6 INDEMNIFICATION AND INSURANCE REQUIREMENTS 6.1 INDEMNIFICATION Contractor agrees to indemnify and hold harmless the City of Miami Beach and its officers, employees, agents, and contractors , from and against any and all actions (whether at law or in equity), claims, liabilities, losses, and expenses, including, but not limited to, attorneys' fees and costs, for personal, economic or bodily injury, wrongful death, loss of or damage to property, which may arise or be alleged to have arisen from the negligent acts, errors, omissions or other wrongful conduct of the Contractor, its officers, employees, agents, contractors, or any other person or entity acting under Contractor's control or supervision, in connection with, related to, or as a result of the Contractor's performance of the Services pursuant to this Agreement. To that extent, the Contractor shall pay all such 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 such costs, judgments, and DocuSign Envelope ID:OB805ADE-4241-4586-BF11-70DC6F56219C attorney's fees which may issue from any lawsuit arising from such claims and losses, and shall pay all costs and attorneys' fees expended by the City in the defense of such claims and losses, including appeals. The parties agree that one percent (1%) of the total compensation to Contractor for performance of the Services under this Agreement is the specific consideration from the City to the Contractor for the Contractor's indemnity agreement. The provisions of this Section 6.1 and of this indemnification shall survive termination or expiration of this Agreement. 6.2 INSURANCE REQUIREMENTS The vendor shall maintain the below required insurance in effect prior to awarding the contract and for the duration of the contract. The maintenance of proper insurance coverage is a material element of the contract and failure to maintain or renew coverage may be treated as a material breach of the contract, which could result in withholding of payments or termination of the contract. A. Workers' Compensation and Employer's Liability per the Statutory limits of the state of Florida. B. 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). C. Automobile Liability - $1,000,000 each occurrence - owned/non-owned/hired automobiles included. D. Umbrella Liability - $ 5,000,000.00 Additional Insured - City of Miami Beach must be included by endorsement as an additional insured with respect to all liability policies (except Professional Liability and Workers' Compensation) arising out of work or operations performed on behalf of the contractor including materials, parts, or equipment furnished in connection with such work or operations and automobiles owned, leased, hired or borrowed in the form of an endorsement to the contractor's insurance. Notice of Cancellation - Each insurance policy required above shall provide that coverage shall not be cancelled, except with notice to the City of Miami Beach c/o EXIGIS Insurance Compliance Services. Waiver of Subrogation —Vendor agrees to obtain any endorsement that may be necessary to affect the waiver of subrogation on the coverages required. However, this provision applies DocuSign Envelope ID:0B805ADE-4241-4586-BF11-70DC6F56219C regardless of whether the City has received a waiver of subrogation endorsement from the insurer. Acceptability of Insurers — Insurance must be placed with insurers with a current A.M. Best rating of A:VII or higher. If not rated, exceptions may be made for members of the Florida Insurance Funds (i.e. FWCIGA, FAJUA). Carriers may also be considered if they are licensed and authorized to do insurance business in the State of Florida. Verification of Coverage — Contractor shall furnish the City with original certificates and amendatory endorsements, or copies of the applicable insurance language, effecting coverage required by this contract. All certificates and endorsements are to be received and approved by the City before work commences. However, failure to obtain the required documents prior to the work beginning shall not waive the Contractor's obligation to provide them. The City reserves the right to require complete, certified copies of all required insurance policies, including endorsements, required by these specifications, at any time. CERTIFICATE HOLDER MUST READ: CITY OF MIAMI BEACH c/o EXIGIS Insurance Compliance Services P.O. Box 4668 — ECM #35050 New York, NY 10163-4668 Kindly submit all certificates of insurance, endorsements, exemption letters to our servicing agent, EXIGIS, at: Certificates-miamibeachAriskworks.com Special Risks or Circumstances -The City of Miami Beach reserves the right to modify these requirements, including limits, based on the nature of the risk, prior experience, insurer, coverage, or other special circumstances. Compliance with the foregoing requirements shall not relieve the vendor of his liability and obligation under this section or under any other section of this agreement. 6.3 PERFORMANCE BOND The vendor to whom a contingent award is made shall duly execute and deliver to the City a Performance and Payment Bond, attached hereto as Exhibit (C) in an amount that represents 100% of the vendor's offer price. The Performance and Payment Bond Form supplied by the City shall be the only acceptable form for these bonds. No other form will be accepted. The completed form shall be delivered to the City within 15 calendar days after formal notice of award. If the vendor fails to deliver the payment and performance bond within this specified time, including granted extensions, the City shall declare the vendor in default of the contractual terms and conditions, and the vendor shall surrender its offer guaranty/bid bond, and the City shall not accept any offer from that vendor for a twelve (12) month period following such default. The following specifications shall apply to any bond provided: DocuSign Envelope ID: 0B805ADE-4241-4586-BF11-70DC6F56219C All bonds shall be written through surety insurers authorized to do business in the State of Florida as surety, with the following qualifications as to management and financial strength according to the latest edition of Best's Insurance Guide, published by A.M. Best Company, Oldwick, New Jersey: Bond Amount Best Rating 500,001 to 1,500,000 B V 1,500,001 to 2,500,000 A VI 2,500,001 to 5,000,000 A VII 5,000,001 to 10,000,000 A VIII Over 10,000,000 A IX On contract amounts of$500,000 or less, the bond provisions of Section 287.0935, Florida Statutes (2007) shall be in effect and surety companies not otherwise qualifying with this paragraph may optionally qualify by: 1. The surety company is licensed to do business in the State of Florida; 2. The surety company holds a certificate of authority authorizing it to write surety bonds in this state; 3. Providing evidence that the surety has twice the minimum surplus and capital required by the Florida Insurance Code at the time the solicitation is issued; 4. Certifying that the surety is otherwise in compliance with the Florida Insurance Code; and 5. Providing a copy of the currently valid Certificate of Authority issued by the United States Department of the Treasury under SS. 31 USC 9304-9308. Surety insurers shall be listed in the latest Circular 570 of the U.S. Department of the Treasury entitled "Surety Companies Acceptable on Federal Bonds", published annually. The bond amount shall not exceed the underwriting limitations as shown in this circular. For contracts in excess of 500,000 the provisions of Section B will be adhered to plus the company must have been listed for at least three consecutive years, or holding a valid Certificate of Authority of at least 1 .5 million dollars and on the Treasury List. Surety Bonds guaranteed through U.S. Government Small Business Administration or Contractors Training and Development Inc. will also be acceptable. In lieu of a bond, an irrevocable letter of credit or a cash bond in the form of a certified cashier's check made out to the City of Miami Beach will be acceptable. All interest will accrue to the City of Miami Beach during the life of this contract and/or as long as the funds are being held by the City. The attorney-in-fact or other officer who signs a contract bond for a surety company must file with such bond a certified copy of power of attorney authorizing the officer to do so. The contract bond must be counter signed by the surety's resident Florida agent. SECTION 7 LITIGATION JURISDICTION/VENUE/JURY TRIAL WAIVER JocuSign Envelope ID:0B805ADE-4241-45B6-BF11-70DC6F56219C This Agreement shall be construed in accordance with the laws of the State of Florida. This Agreement shall be enforceable in Miami-Dade County, Florida, and if legal action is necessary by either party with respect to the enforcement of any or all of the terms or conditions herein, exclusive venue for the enforcement of same shall lie in Miami-Dade County, Florida. By entering into this Agreement, Contractor and the City expressly waive any rights either party may have to a trial by jury of any civil litigation related to or arising out of this Agreement. SECTION 8 LIMITATION OF CITY'S LIABILITY The City desires to enter into this Agreement only if in so doing the City can place a limit on the City's liability for any cause of action, for money damages due to an alleged breach by the City of this Agreement, so that its liability for any such breach never exceeds the sum of $10,000. Contractor hereby expresses its willingness to enter into this Agreement with Contractor's recovery from the City for any damage action for breach of contract to be limited to a maximum amount of $10,000. Accordingly, and notwithstanding any other term or condition of this Agreement, Contractor hereby agrees that the City shall not be liable to the Contractor for damages in an amount in excess of $10,000 for any action or claim for breach of contract arising out of the performance or non-performance of any obligations imposed upon the City by this Agreement. Nothing contained in this section or elsewhere in this Agreement is in any way intended to be a waiver of the limitation placed upon the City's liability, as set forth in Section 768.28, Florida Statutes. SECTION 9 'INTENTIONALLY OMITTED] SECTION 10 GENERAL PROVISIONS 10.1 AUDIT AND INSPECTIONS Upon reasonable verbal or written notice to Contractor, and at any time during normal business hours (i.e. 9AM — 5PM, Monday through Fridays, excluding nationally recognized holidays), and as often as the City Manager may, in his/her reasonable discretion and judgment, deem necessary, there shall be made available to the City Manager, and/or such representatives as the City Manager may deem to act on the City's behalf, to audit, examine, and/ or inspect, any and all other documents and/or records relating to all matters covered by this Agreement. Contractor shall maintain any and all such records at its place of business at the address set forth in the "Notices" section of this Agreement. City is responsible for any cost of audit unless the audit identifies overcharges that are greater than 5% of the total amount of the contract, in such event Contractor shall reimburse the City for those overcharges plus the cost of the audit. 10.2 [INTENTIONALLY OMITTED] DocuSign Envelope ID:OB805ADE-4241-45B6-BF11-70DC6F56219C 10.3 ASSIGNMENT, TRANSFER OR SUBCONSULTING Contractor shall not subcontract, assign, or transfer all or any portion of any work and/or service under this Agreement without the prior written consent of the City Manager, which consent, if given at all, shall be in the Manager's sole judgment and discretion. Neither this Agreement, nor any term or provision hereof, or right hereunder, shall be assignable unless as approved pursuant to this Section, and any attempt to make such assignment (unless approved) shall be void. 10.3.1 Contractor may subcontract to qualified security guards/firms, with the prior written approval By the City Manager, when requested to provide additional guards for special/major events or on an "as needed" basis. Should the Contractor provide security guards employed by a sub-contractor, the Contractor will be required to provide a Labor and Materials (Payment Bond), in the amount of $100,000. The Contractor will also provide an Employee Dishonesty Bond in the amount of $25,000. Additionally, the City reserves the right to deduct payment(s) in an amount specified in the bid/contract documents for either non-qualified security guard, and/or for unsatisfactory performance in accordance with the specified Terms and Conditions of the RFP. 10.4 PUBLIC ENTITY CRIMES Prior to commencement of the Services, the Contractor shall file a State of Florida Form PUR 7068, Sworn Statement under Section 287.133(3)(a) Florida Statute on Public Entity Crimes with the City's Procurement Division. 10.5 EQUAL EMPLOYMENT OPPORTUNITY In connection with the performance of the Services, the Contractor shall not discriminate against any employee or applicant for employment because of race, color, national origin, religion, sex, intersexuality, gender identity, sexual orientation, disability, marital and familial status, or age. 10.6 CONFLICT OF INTEREST The Contractor herein agrees to adhere to and be governed by all applicable Miami-Dade County Conflict of Interest Ordinances and Ethics provisions, as set forth in the Miami- Dade County Code, and as may be amended from time to time; and by the City of Miami Beach Charter and Code (as some may be amended from time to time); both of which are incorporated by reference herein as if fully set forth herein. The Contractor covenants that it presently has no interest and shall not acquire any interest, directly or indirectly, which could conflict in any manner or degree with the performance of the Services. The Contractor further covenants that in the performance of this Agreement, Contractor shall not knowingly employ any person having such interest. No member of or delegate to the Congress of the United States shall be admitted to any share or part of this Agreement or to any benefits arising there from. 10.7 CONTRACTOR'S COMPLIANCE WITH FLORIDA PUBLIC RECORDS LAW DocuSign Envelope ID:OB805ADE-4241-45B6-BF 11-70DC6F56219C Pursuant to Section 119.0701 of the Florida Statutes, if the Contractor meets the definition of "Contractor" as defined in Section 119.0701(1)(a), the Contractor shall: a) Keep and maintain public records that ordinarily and necessarily would be required by the public agency in order to perform the service; b) Provide the public with access to public records on the same terms and conditions 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; and d) Meet all requirements for retaining public records and transfer to the City, at no City cost, all public records created, received, maintained and/or directly related to the performance of this Agreement that are in possession of the Contractor upon termination of this Agreement. Upon termination of this Agreement, the Contractor shall 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 City in a format that is compatible with the information technology systems of the City. For purposes of this Article, the term "public records" shall mean all documents, papers, letters, maps, books, tapes, photographs, films, sound recordings, data processing software, or other material, regardless of the physical form, characteristics, or means of transmission, made or received pursuant to law or ordinance or in connection with the transaction of official business of the City. Contractor's failure to comply with the public records disclosure requirement set forth in Section 119.0701 of the Florida Statutes shall be a breach of this Agreement. In the event the Contractor does not comply with the public records disclosure requirement set forth in Section 119.0701 of the Florida Statutes, the City may, at the City's sole discretion, avail itself of the remedies set forth under this Agreement and available at law. 10.8 LIVING WAGE REQUIREMENT Pursuant to Sections 2-407 thru 2-410 of the Miami Beach City Code ("Living Wage Ordinance"), as same may be amended from time to time, Contractor shall be required to pay all employees who provide services pursuant to this Agreement, the hourly living wage rates listed below: • $11.78/hr with health benefits; or $15.00/hr without 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, in which case Contractor shall be required to pay its DocuSign Envelope ID:OB805ADE-4241-45B6-BF11-70DC6F56219C employees such adjusted Living Wage rate under this Agreement. 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). Contractor's failure to comply with this provision shall be deemed a material breach under this Agreement, entitling the City to terminate this Agreement immediately, without further liability to the City, and/or may further subject Contractor to additional penalties and fines, as provided in the City's Living Wage Ordinance, as amended. Any payroll request made by the City during the contract term shall be submitted electronically via the City's electronic compliance portal, LCP Tracker (LCPTracker.net). SECTION 11 NOTICES All notices and communications in writing required or permitted hereunder, shall be delivered personally to the representatives of the Contractor and the City listed below or may be mailed by U.S. Certified Mail, return receipt requested, postage prepaid, or by a nationally recognized overnight delivery service. Until changed by notice in writing, all such notices and communications shall be addressed as follows: TO CITY: Paul Acosta, Assistant Chief of Police MIAMI BEACH POLICE DEPARTMENT OFFICE OF THE CHIEF OF POLICE 1100 Washington Avenue, Miami Beach, FL 33139 paulacosta(cr�miamibeachfl.gov TO CONTRACTOR: FPI Security Services 1771 N Flamingo Road Pembroke Pines, FL 33028 Attn: Daniel Gonzalez dgonzalez(a�fpisecurity.com Notice may also be provided to any other address designated by the party to receive notice if such alternate address is provided via U.S. certified mail, return receipt requested, hand delivered, or by overnight delivery. In the event an alternate notice address is properly provided, notice shall be sent to such alternate address in addition to any other address which DocuSign Envelope ID:OB805ADE-4241-45B6-BF11-70DC6F56219C notice would otherwise be sent, unless other delivery instruction as specifically provided for by the party entitled to notice. Notice shall be deemed given on the day on which personally served, or the day of receipt by either U.S. certified mail or overnight delivery. SECTION 12 MISCELLANEOUS PROVISIONS 12.1 CHANGES AND ADDITIONS This Agreement cannot be modified or amended without the express written consent of the parties. No modification, amendment, or alteration of the terms or conditions contained herein shall be effective unless contained in a written document executed with the same formality and of equal dignity herewith. 12.2 SEVERABILITY If any term or provision of this Agreement is held invalid or unenforceable, the remainder of this Agreement shall not be affected and every other term and provision of this Agreement shall be valid and be enforced to the fullest extent permitted by law. 12.3 ENTIRETY OF AGREEMENT The City and Contractor agree that this document, inclusive of the RFP, any addenda to the RFP, and the Contractor's proposal, as well as any exhibits and amendments to the documents referenced, is the entire Agreement between the parties. This Agreement supersedes all negotiations, correspondence, conversations, agreements or understandings applicable to the matters contained herein, and there are no commitments, agreements or understandings concerning the subject matter of this Agreement that are not contained in the referenced documents. Title and paragraph headings are for convenient reference and are not intended to confer any rights or obligations upon the parties to this Agreement. SECTION 13 INSPECTOR GENERAL AUDIT RIGHTS 1. Pursuant to Section 2-256 of the Code of the City of Miami Beach, the City has established the Office of the Inspector General which may, on a random basis, perform reviews, audits, inspections and investigations on all City contracts, throughout the duration of said contracts. This random audit is separate and distinct from any other audit performed by or on behalf of the City. 2. The Office of the Inspector General is authorized to investigate City affairs and empowered to review past, present and proposed City programs, accounts, records, contracts and transactions. In addition, the Inspector General has the power to subpoena witnesses, administer oaths, require the production of witnesses and monitor DocuSign Envelope ID:OB805ADE-4241-45B6-BF 11-70DC6F56219C City projects and programs. Monitoring of an existing City project or program may include a report concerning whether the project is on time, within budget and in conformance with the contract documents and applicable law. The Inspector General shall have the power to audit, investigate, monitor, oversee, inspect and review operations, activities, performance and procurement process including but not limited to project design, bid specifications, (bid/proposal) submittals, activities of the Contractor its officers, agents and employees, lobbyists, City staff and elected officials to ensure compliance with the Contract Documents and to detect fraud and corruption. Pursuant to Section 2-378 of the City Code, the City is allocating a percentage of its overall annual contract expenditures to fund the activities and operations of the Office of Inspector General. 3. Upon ten (10) days written notice to the Contractor, the Contractor shall make all requested records and documents available to the Inspector General for inspection and copying. The Inspector General is empowered to retain the services of independent private sector auditors to audit, investigate, monitor, oversee, inspect and review operations activities, performance and procurement process including but not limited to project design, bid specifications, (bid/proposal) submittals, activities of the Contractor, its officers, agents and employees, lobbyists, City staff and elected officials to ensure compliance with the contract documents and to detect fraud and corruption. 4. The Inspector General shall have the right to inspect and copy all documents and records in the Contractor's possession, custody or control which in the Inspector General's sole judgment, pertain to performance of the contract, including, but not limited to original estimate files, change order estimate files, worksheets, proposals and agreements from and with successful subcontractors and suppliers, all project-related correspondence, memoranda, instructions, financial documents, construction documents, (bid/proposal) and contract documents, back-change documents, all documents and records which involve cash, trade or volume discounts, insurance proceeds, rebates, or dividends received, payroll and personnel records and supporting documentation for the aforesaid documents and records. 5. The Contractor shall make available at its office at all reasonable times the records, materials, and other evidence regarding the acquisition (bid preparation) and performance of this contract, for examination, audit, or reproduction, until three (3)years after final payment under this contract or for any longer period required by statute or by other clauses of this contract. In addition: i. If this contract is completely or partially terminated, the Contractor shall make available records relating to the work terminated until three (3) years after any resulting final termination settlement; and ii. The Contractor shall make available records relating to appeals or to litigation or the settlement of claims arising under or relating to this contract until such appeals, litigation, or claims are finally resolved. 6. The provisions in this section shall apply to the Contractor, its officers, agents, employees, subcontractors and suppliers. The Contractor shall incorporate the provisions in this section in all subcontracts and all other agreements executed by the Contractor in connection with the performance of this contract. DocuSign Envelope ID:OB805ADE-4241-45B6-BF11-70DC6F56219C Nothing in this section shall impair any independent right to the City to conduct audits or investigative activities. The provisions of this section are neither intended nor shall they be construed to impose any liability on the City by the Contractor or third parties. DocuSign Envelope ID:OB805ADE-4241-45B6-BF11-70DC6F56219C IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be executed by their appropriate officials, as of the date first entered above. FOR CITY: CITY OF MIAMI BEACH, FLORIDA ATTEST: By: By: Rafael E. Granado, City Clerk Dan Gelber, Mayor Date: Date: FOR CONTRACTOR: FPI SECURITY SERVICES, INC. ATTEST: By: Signature Secretary Signature President Print Name Print Name Date: Date: DocuSign Envelope ID:0B805ADE-4241-45B6-BF11-70DC6F56219C To be Inserted: EXHIBIT A— Billing Rates EXHIBIT B — Payment and Performance Bond form DocuSign Envelope ID:0B805ADE-4241-4586-BF11-70DC6F56219C EXHIBIT A BILLING RATES Group A: Routine Rates Item Description U/M Rate 1 Security Officer Level I Hourly $21.03 2 Security Officer Level II Hourly $21.35 3 Security Officer Level III Hourly $22.72 4 Security Officer Level IV Hourly $23.33 5 Security Officer Level V Hourly $24.14 6 Bicycle— Monthly Each $55.00 7 Bicycle — Daily Each $25.00 8 Golf Cart—Monthly Each $240.00 9 Golf Cart Daily Each $40.00 Group B: Emergency and Special Events Rates Item Description U/M Rate 10 Security Officer Level I Hourly $24.99 11 Security Officer Level II Hourly $24.99 12 Security Officer Level III Hourly $26.99 13 Security Officer Level IV Hourly $26.99 14 Security Officer Level V Hourly $28.99 15 Vehicle—Daily Rate Each $70.00 16 Bicycle —Daily Rate Each $25.00 17 Golf Cart— Daily Rate Each $40.00 DocuSign Envelope ID:OB805ADE-4241-45B6-BF11-70DC6F56219C SUBJECT TO FORM APPROVAL BY CITY ATTORNEY'S OFFICE PROFESSIONAL SERVICES AGREEMENT BETWEEN THE CITY OF MIAMI BEACH AND SECURITY ALLIANCE, LLC FOR SECURITY OFFICER SERVICES PURSUANT TO RFP 2020-007-JC This Professional Services Agreement ("Agreement") is entered into this day of , 2020, between the CITY OF MIAMI BEACH, FLORIDA, a municipal corporation organized and existing under the laws of the State of Florida, having its principal offices at 1700 Convention Center Drive, Miami Beach, Florida, 33139 ("City"), and Security Alliance, LLC., a Florida Limited Liability Company, whose address is 8323 NW 12 Street, Suite 215, Doral FL, 33125 ("Contractor"). SECTION 1 DEFINITIONS Agreement: This Agreement between the City and Contractor, including the Proposal Documents as defined herein, and any exhibits and amendments to this Agreement. City Manager: The chief administrative officer of the City. Contract Administrator: The Contract Administrator for the City shall be the City's Police Department Assistant Chief, Paul Acosta. Contractor: For the purposes of this Agreement, Contractor shall be deemed to be an independent contractor, and not an agent or employee of the City. Services: All services, work and actions by the Contractor performed or undertaken pursuant to the Agreement. Fee: Amount paid to the Contractor as compensation for Services. DocuSign Envelope ID:OB805ADE-4241-45B6-BF11-70DC6F56219C Proposal Documents: Proposal Documents shall mean City of Miami Beach Request for Proposals No. 2020-007-JC for Security Officer Services, together with all amendments thereto, issued by the City in contemplation of this Agreement (the "REP"), and the Contractor's proposal in response thereto (the "Proposal"), all of which are hereby adopted by reference and incorporated herein as if fully set forth in this Agreement. Accordingly, Contractor agrees to abide by and be bound by any and all of the Proposal Documents; provided, however, that in the event of an express conflict between the Proposal Documents and this Agreement, the following order of precedent shall prevail: (i) this Agreement; (ii) the RFP; and (iii) the Proposal. Risk Manager: The Risk Manager of the City, with offices at 1700 Convention Center Drive, Third Floor, Miami Beach, Florida 33139: telephone number (305) 673-7000, Ext. 6435: and fax number (305) 6737023. DocuSign Envelope ID:OB805ADE-4241-4586-BF11-70DC6F56219C SECTION 2 SCOPE OF SERVICES (SERVICES) 2.1 In consideration of the Fee to be paid to Contractor by the City, Contractor shall provide the work and services described in Appendix C and D, "Minimum Requirements, Scope of Services" and "Special Conditions" respectively, of the RFP and as requested and/or assigned by the City's Contract Administrator (the "Services"). 2.2 Contractor's Services, and any deliverables incident thereto, shall be completed in accordance with the specifications of each request and/or assignment from the Contract Administrator and this Agreement. 2.3 Non-displacement of Qualified Workers. Contractor shall offer a right of first refusal of employment to those service employees that are employed under the predecessor contract ("Predecessor Employees"), and whose employment will end as a result of the award of this Agreement. Any question concerning an employee's qualifications shall be decided based upon the individual's education, employment history, with particular emphasis on the Predecessor Employee's experience under the predecessor contract and employment screening processes. Contractor is not required to offer employment to any Predecessor Employee who: (1) will be retained by the predecessor contractor; or (2) who the Contractor reasonably believes, based on the particular Predecessor Employee's past performance or employment screening, that said Predecessor Employee has failed to perform suitably on the job. In the event that the Contractor employs fewer service employees than the predecessor contractor employed in connection with performance of the Services, the Contractor need not offer employment under this Agreement to all Predecessor Employees under the predecessor contract, and instead may offer employment only to the number of qualified Predecessor Employees who Contractor reasonable believes will be necessary to meet its anticipated staffing needs under this Agreement. However, where Contractor does not initially offer employment to all of the Predecessor Employees, Contractor's obligation to offer a right of first refusal of employment shall continue for 90 days after the Contractor's first date of performance under this Agreement. Within one hundred twenty (120) days from the Contractor's first date of performance under this Agreement, the Contractor shall furnish to the City's Contract Administrator a certified list of the names of all Predecessor Employees working under this Agreement at the time the list is submitted. SECTION 3 TERM The term of this Agreement (Term), shall have an initial Term of three (3) years, with two (2) one (1) year renewal options, to be exercised at the City Manager's sole option and discretion (collectively the "Term"), by providing Contractor with written notice of same no less than thirty (30) days prior to the expiration of the initial Term. 2 DocuSign Envelope ID:0B805ADE-4241-45B6-BF11-70DC6F56219C In the event that the Agreement is held over beyond the Term, it shall only be from a month to month basis only and shall not constitute an implied renewal of the Agreement. Said month to month extension shall be upon the same terms of the Agreement and at the same compensation payment provided herein. SECTION 4 FEE 4.1 In consideration of the Services to be provided, Contractor shall be compensated as reflected in Exhibit A attached hereto (the "Fee"). The Fee shall be fixed during the Term, including any renewal options which may be exercised, if at all, at the City Manager's sole option and discretion. 4.2 COST ESCALATION/CONTRACTOR TERMINATION RIGHT Notwithstanding the foregoing paragraph, the Fee may be subject to a cost escalation if labor costs increase as a direct result of an unforeseen governmental mandate, such as increases in payroll taxes, healthcare mandates, living wage increases and other similar labor related governmental mandates ("Cost Escalation"). In such a case, Contractor shall notify the City, in writing, of its request for a Cost Escalation and the City shall consider such a request. The City Manager and Contractor shall negotiate, in good faith, an equitable increase in the Fee, subject to funding availability. If the parties cannot reach an agreement within thirty (30) days, Contractor may terminate the Agreement, upon providing the City with a minimum of one hundred eighty (180) days advance written notice. 4 INVOICING 4.3 Contractor shall invoice the City on a monthly basis for the prior month for which services have been rendered. Upon receipt of an acceptable and approved invoice, payment(s) shall be made within forty five (45) days for that portion (or those portions) of the Services satisfactorily rendered (and referenced in the particular invoice). Invoices shall include a detailed description of the Services (or portions thereof) provided, and shall be submitted to the City at the following address: Account Payables Division: Payables(cr�miamibeachfl.gov SECTION 5 TERMINATION 5.1 TERMINATION FOR CAUSE If the Contractor shall fail to fulfill in a timely manner, or otherwise violates, any of the covenants, agreements, or stipulations material to this Agreement, the City, through its City Manager, shall thereupon have the right to terminate this Agreement for cause. Prior to exercising its option to terminate for cause, the City shall notify the Contractor of its violation of the particular term(s) of this Agreement, and shall grant Contractor ten (10) DocuSign Envelope ID:OB805ADE-4241-45B6-BF 11-70DC6F56219C days to cure such default. If such default remains uncured after ten (10) days, the City may terminate this Agreement without further notice to Contractor. Upon termination, the City shall be fully discharged from any and all liabilities, duties, and terms arising out of, or by virtue of, this Agreement. Notwithstanding the above, the Contractor shall not be relieved of liability to the City for damages sustained by the City by any breach of the Agreement by the Contractor. The City, at its sole option and discretion, shall be entitled to bring any and all legal/equitable actions that it deems to be in its best interest in order to enforce the City's right and remedies against Contractor. The City shall be entitled to recover all costs of such actions, including reasonable attorneys' fees. 5.2 TERMINATION FOR CONVENIENCE OF THE CITY THE CITY MAY ALSO, THROUGH ITS CITY MANAGER, AND FOR ITS CONVENIENCE AND WITHOUT CAUSE, TERMINATE THE AGREEMENT AT ANY TIME DURING THE TERM BY GIVING WRITTEN NOTICE TO CONTRACTOR OF SUCH TERMINATION; WHICH SHALL BECOME EFFECTIVE WITHIN THIRTY (30) DAYS FOLLOWING RECEIPT BY THE CONTRACTOR OF SUCH NOTICE. IF THE AGREEMENT IS TERMINATED FOR CONVENIENCE BY THE CITY, CONTRACTOR SHALL BE PAID FOR ANY SERVICES SATISFACTORILY PERFORMED UP TO THE DATE OF TERMINATION; FOLLOWING WHICH THE CITY SHALL BE DISCHARGED FROM ANY AND ALL LIABILITIES, DUTIES, AND TERMS ARISING OUT OF, OR BY VIRTUE OF, THIS AGREEMENT. 5.3 TERMINATION FOR INSOLVENCY The City also reserves the right to terminate the Agreement in the event the Contractor is placed either in voluntary or involuntary bankruptcy or makes an assignment for the benefit of creditors. In such event, the right and obligations for the parties shall be the same as provided for in Section 5.2. SECTION 6 INDEMNIFICATION AND INSURANCE REQUIREMENTS 6.1 INDEMNIFICATION Contractor agrees to indemnify and hold harmless the City of Miami Beach and its officers, employees, agents, and contractors , from and against any and all actions (whether at law or in equity), claims, liabilities, losses, and expenses, including, but not limited to, attorneys' fees and costs, for personal, economic or bodily injury, wrongful death, loss of or damage to property, which may arise or be alleged to have arisen from the negligent acts, errors, omissions or other wrongful conduct of the Contractor, its officers, employees, agents, contractors, or any other person or entity acting under Contractor's control or supervision, in connection with, related to, or as a result of the Contractor's performance of the Services pursuant to this Agreement. To that extent, the Contractor shall pay all such 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 such costs, judgments, and attorney's fees which may issue from any lawsuit arising from such claims and losses, and shall pay all costs and attorneys' fees expended by the City in the defense of such claims and losses, including appeals. DocuSign Envelope ID:OB805ADE-4241-45B6-BF11-70DC6F56219C The parties agree that one percent (1%) of the total compensation to Contractor for performance of the Services under this Agreement is the specific consideration from the City to the Contractor for the Contractor's indemnity agreement. The provisions of this Section 6.1 and of this indemnification shall survive termination or expiration of this Agreement. 6.2 INSURANCE REQUIREMENTS The vendor shall maintain the below required insurance in effect prior to awarding the contract and for the duration of the contract. The maintenance of proper insurance coverage is a material element of the contract and failure to maintain or renew coverage may be treated as a material breach of the contract, which could result in withholding of payments or termination of the contract. A. Workers' Compensation and Employer's Liability per the Statutory limits of the state of Florida. B. 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). C. Automobile Liability - $1,000,000 each occurrence - owned/non-owned/hired automobiles included. D. Umbrella Liability - $ 5,000.000.00 Additional Insured - City of Miami Beach must be included by endorsement as an additional insured with respect to all liability policies (except Professional Liability and Workers' Compensation) arising out of work or operations performed on behalf of the contractor including materials, parts, or equipment furnished in connection with such work or operations and automobiles owned, leased, hired or borrowed in the form of an endorsement to the contractor's insurance. Notice of Cancellation - Each insurance policy required above shall provide that coverage shall not be cancelled, except with notice to the City of Miami Beach c/o EXIGIS Insurance Compliance Services. Waiver of Subrogation — Vendor agrees to obtain any endorsement that may be necessary to affect the waiver of subrogation on the coverages required. However, this provision applies regardless of whether the City has received a waiver of subrogation endorsement from the insurer. Acceptability of Insurers — Insurance must be placed with insurers with a current A.M. Best rating of A:VII or higher. If not rated, exceptions may be made for members of the Florida Insurance Funds (i.e. FWCIGA, FAJUA). Carriers may also be considered if they are licensed and authorized to do insurance business in the State of Florida. DocuSign Envelope ID:OB805ADE-4241-45B6-BF11-70DC6F56219C Verification of Coverage — Contractor shall furnish the City with original certificates and amendatory endorsements, or copies of the applicable insurance language, effecting coverage required by this contract. All certificates and endorsements are to be received and approved by the City before work commences. However, failure to obtain the required documents prior to the work beginning shall not waive the Contractor's obligation to provide them. The City reserves the right to require complete, certified copies of all required insurance policies, including endorsements, required by these specifications, at any time. CERTIFICATE HOLDER MUST READ: CITY OF MIAMI BEACH c/o EXIGIS Insurance Compliance Services P.O. Box 4668 — ECM #35050 New York, NY 10163-4668 Kindly submit all certificates of insurance, endorsements, exemption letters to our servicing agent, EXIGIS, at: Certificates-miamibeach@riskworks.com Special Risks or Circumstances -The City of Miami Beach reserves the right to modify these requirements, including limits, based on the nature of the risk, prior experience, insurer, coverage, or other special circumstances. Compliance with the foregoing requirements shall not relieve the vendor of his liability and obligation under this section or under any other section of this agreement. 6.3 PERFORMANCE BOND The vendor to whom a contingent award is made shall duly execute and deliver to the City a Performance and Payment Bond, attached hereto as Exhibit (C) in an amount that represents 100% of the vendor's offer price. The Performance and Payment Bond Form supplied by the City shall be the only acceptable form for these bonds. No other form will be accepted. The completed form shall be delivered to the City within 15 calendar days after formal notice of award. If the vendor fails to deliver the payment and performance bond within this specified time, including granted extensions, the City shall declare the vendor in default of the contractual terms and conditions, and the vendor shall surrender its offer guaranty/bid bond, and the City shall not accept any offer from that vendor for a twelve (12) month period following such default. The following specifications shall apply to any bond provided: All bonds shall be written through surety insurers authorized to do business in the State of Florida as surety, with the following qualifications as to management and financial strength according to the latest edition of Best's Insurance Guide, published by A.M. Best Company, Oldwick, New Jersey: Bond Amount Best Rating DocuSign Envelope ID: 0B805ADE-4241-45B6-BF 11-70DC6F56219C 500,001 to 1,500,000 B V 1,500,001 to 2,500,000 A VI 2,500,001 to 5,000,000 A VII 5,000,001 to 10,000,000 A VIII Over 10,000,000 A IX On contract amounts of $500,000 or less, the bond provisions of Section 287.0935, Florida Statutes (2007) shall be in effect and surety companies not otherwise qualifying with this paragraph may optionally qualify by: 1. The surety company is licensed to do business in the State of Florida; 2. The surety company holds a certificate of authority authorizing it to write surety bonds in this state; 3. Providing evidence that the surety has twice the minimum surplus and capital required by the Florida Insurance Code at the time the solicitation is issued; 4. Certifying that the surety is otherwise in compliance with the Florida Insurance Code; and 5. Providing a copy of the currently valid Certificate of Authority issued by the United States Department of the Treasury under SS. 31 USC 9304-9308. Surety insurers shall be listed in the latest Circular 570 of the U.S. Department of the Treasury entitled "Surety Companies Acceptable on Federal Bonds", published annually. The bond amount shall not exceed the underwriting limitations as shown in this circular. For contracts in excess of 500,000 the provisions of Section B will be adhered to plus the company must have been listed for at least three consecutive years or holding a valid Certificate of Authority of at least 1.5 million dollars and on the Treasury List. Surety Bonds guaranteed through U.S. Government Small Business Administration or Contractors Training and Development Inc. will also be acceptable. In lieu of a bond, an irrevocable letter of credit or a cash bond in the form of a certified cashier's check made out to the City of Miami Beach will be acceptable. All interest will accrue to the City of Miami Beach during the life of this contract and/or as long as the funds are being held by the City. The attorney-in-fact or other officer who signs a contract bond for a surety company must file with such bond a certified copy of power of attorney authorizing the officer to do so. The contract bond must be counter signed by the surety's resident Florida agent. SECTION 7 LITIGATION JURISDICTION VENUE/JURY TRIAL WAIVER This Agreement shall be construed in accordance with the laws of the State of Florida. This Agreement shall be enforceable in Miami-Dade County, Florida, and if legal action is necessary by either party with respect to the enforcement of any or all of the terms or conditions herein, exclusive venue for the enforcement of same shall lie in Miami-Dade County, Florida. By entering into this Agreement, Contractor and the City expressly waive DocuSign Envelope ID:OB805ADE-4241-45B6-BF11-70DC6F56219C any rights either party may have to a trial by jury of any civil litigation related to or arising out of this Agreement. SECTION 8 LIMITATION OF CITY'S LIABILITY The City desires to enter into this Agreement only if in so doing the City can place a limit on the City's liability for any cause of action, for money damages due to an alleged breach by the City of this Agreement, so that its liability for any such breach never exceeds the sum of $10,000. Contractor hereby expresses its willingness to enter into this Agreement with Contractor's recovery from the City for any damage action for breach of contract to be limited to a maximum amount of $10,000. Accordingly, and notwithstanding any other term or condition of this Agreement, Contractor hereby agrees that the City shall not be liable to the Contractor for damages in an amount in excess of $10,000 for any action or claim for breach of contract arising out of the performance or non-performance of any obligations imposed upon the City by this Agreement. Nothing contained in this section or elsewhere in this Agreement is in any way intended to be a waiver of the limitation placed upon the City's liability, as set forth in Section 768.28, Florida Statutes. SECTION 9 'INTENTIONALLY OMITTED] SECTION 10 GENERAL PROVISIONS 10.1 AUDIT AND INSPECTIONS Upon reasonable verbal or written notice to Contractor, and at any time during normal business hours (i.e. 9AM — 5PM, Monday through Fridays, excluding nationally recognized holidays), and as often as the City Manager may, in his/her reasonable discretion and judgment, deem necessary, there shall be made available to the City Manager, and/or such representatives as the City Manager may deem to act on the City's behalf, to audit, examine, and/ or inspect, any and all other documents and/or records relating to all matters covered by this Agreement. Contractor shall maintain any and all such records at its place of business at the address set forth in the "Notices" section of this Agreement. City is responsible for any cost of audit unless the audit identifies overcharges that are greater than 5% of the total amount of the contract, in such event Contractor shall reimburse the City for those overcharges plus the cost of the audit. 10.2 [INTENTIONALLY OMITTED] 10.3 ASSIGNMENT, TRANSFER OR SUBCONSULTING Contractor shall not subcontract, assign, or transfer all or any portion of any work and/or service under this Agreement without the prior written consent of the City Manager, which consent, if given at all, shall be in the Manager's sole judgment and discretion. Neither this DocuSign Envelope ID:OB805ADE-4241-45B6-BF11-70DC6F56219C Agreement, nor any term or provision hereof, or right hereunder, shall be assignable unless as approved pursuant to this Section, and any attempt to make such assignment (unless approved) shall be void. 10.3.1 Contractor may subcontract to qualified security guards/firms, with the prior written approval By the City Manager, when requested to provide additional guards for special/major events or on an "as needed" basis. Should the Contractor provide security guards employed by a sub-contractor, the Contractor will be required to provide a Labor and Materials (Payment Bond), in the amount of $100,000. The Contractor will also provide an Employee Dishonesty Bond in the amount of $25,000. Additionally, the City reserves the right to deduct payment(s) in an amount specified in the bid/contract documents for either non-qualified security guard, and/or for unsatisfactory performance in accordance with the specified Terms and Conditions of the RFP. 10.4 PUBLIC ENTITY CRIMES Prior to commencement of the Services, the Contractor shall file a State of Florida Form PUR 7068, Sworn Statement under Section 287.133(3)(a) Florida Statute on Public Entity Crimes with the City's Procurement Division. 10.5 EQUAL EMPLOYMENT OPPORTUNITY In connection with the performance of the Services, the Contractor shall not discriminate against any employee or applicant for employment because of race, color, national origin, religion, sex, intersexuality, gender identity, sexual orientation, disability, marital and familial status, or age. 10.6 CONFLICT OF INTEREST The Contractor herein agrees to adhere to and be governed by all applicable Miami-Dade County Conflict of Interest Ordinances and Ethics provisions, as set forth in the Miami- Dade County Code, and as may be amended from time to time; and by the City of Miami Beach Charter and Code (as some may be amended from time to time); both of which are incorporated by reference herein as if fully set forth herein. The Contractor covenants that it presently has no interest and shall not acquire any interest, directly or indirectly, which could conflict in any manner or degree with the performance of the Services. The Contractor further covenants that in the performance of this Agreement, Contractor shall not knowingly employ any person having such interest. No member of or delegate to the Congress of the United States shall be admitted to any share or part of this Agreement or to any benefits arising there from. 10.7 CONTRACTOR'S COMPLIANCE WITH FLORIDA PUBLIC RECORDS LAW Pursuant to Section 119.0701 of the Florida Statutes, if the Contractor meets the definition of "Contractor" as defined in Section 119.0701(1)(a), the Contractor shall: DocuSign Envelope ID:OB805ADE-4241-45B6-BF11-70DC6F56219C a) Keep and maintain public records that ordinarily and necessarily would be required by the public agency in order to perform the service; b) Provide the public with access to public records on the same terms and conditions 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; and d) Meet all requirements for retaining public records and transfer to the City, at no City cost, all public records created, received, maintained and/or directly related to the performance of this Agreement that are in possession of the Contractor upon termination of this Agreement. Upon termination of this Agreement, the Contractor shall 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 City in a format that is compatible with the information technology systems of the City. For purposes of this Article, the term "public records" shall mean all documents, papers, letters, maps, books, tapes, photographs, films, sound recordings, data processing software, or other material, regardless of the physical form, characteristics, or means of transmission, made or received pursuant to law or ordinance or in connection with the transaction of official business of the City. Contractor's failure to comply with the public records disclosure requirement set forth in Section 119.0701 of the Florida Statutes shall be a breach of this Agreement. In the event the Contractor does not comply with the public records disclosure requirement set forth in Section 119.0701 of the Florida Statutes, the City may, at the City's sole discretion, avail itself of the remedies set forth under this Agreement and available at law. 10.8 LIVING WAGE REQUIREMENT Pursuant to Sections 2-407 thru 2-410 of the Miami Beach City Code ("Living Wage Ordinance"), as same may be amended from time to time, Contractor shall be required to pay all employees who provide services pursuant to this Agreement, the hourly living wage rates listed below: • $11 .78/hr with health benefits; or $15.00/hr without 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, in which case Contractor shall be required to pay its employees such adjusted Living Wage rate under this Agreement. Notwithstanding the preceding, no annual index shall exceed three percent (3%). The City may also, by DocuSign Envelope ID:OB805ADE-4241-45B6-BF11-70DC6F56219C 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). Contractor's failure to comply with this provision shall be deemed a material breach under this Agreement, entitling the City to terminate this Agreement immediately, without further liability to the City, and/or may further subject Contractor to additional penalties and fines, as provided in the City's Living Wage Ordinance, as amended. Any payroll request made by the City during the contract term shall be submitted electronically via the City's electronic compliance portal, LCP Tracker (LCPTracker.net). SECTION 11 NOTICES All notices and communications in writing required or permitted hereunder, shall be delivered personally to the representatives of the Contractor and the City listed below or may be mailed by U.S. Certified Mail, return receipt requested, postage prepaid, or by a nationally recognized overnight delivery service. Until changed by notice in writing, all such notices and communications shall be addressed as follows: TO CITY: Paul Acosta, Assistant Chief of Police MIAMI BEACH POLICE DEPARTMENT OFFICE OF THE CHIEF OF POLICE 1100 Washington Avenue., Miami Beach, FL 33139 paulacosta(a�miamibeachfl.gov TO CONTRACTOR: Security Alliance, LLC. 8323 NW 12 Street, Suite 218 Doral, FL 33126 Attn: William A. Murphy billm(c�securityalliancegroup.com Notice may also be provided to any other address designated by the party to receive notice if such alternate address is provided via U.S. certified mail, return receipt requested, hand delivered, or by overnight delivery. In the event an alternate notice address is properly provided, notice shall be sent to such alternate address in addition to any other address which notice would otherwise be sent, unless other delivery instruction as specifically provided for by the party entitled to notice. Notice shall be deemed given on the day on which personally served, or the day of receipt by either U.S. certified mail or overnight delivery. DocuSign Envelope ID: OB805ADE-4241-4586-BF11-70DC6F56219C SECTION 12 MISCELLANEOUS PROVISIONS 12.1 CHANGES AND ADDITIONS This Agreement cannot be modified or amended without the express written consent of the parties. No modification, amendment, or alteration of the terms or conditions contained herein shall be effective unless contained in a written document executed with the same formality and of equal dignity herewith. 12.2 SEVERABILITY If any term or provision of this Agreement is held invalid or unenforceable, the remainder of this Agreement shall not be affected and every other term and provision of this Agreement shall be valid and be enforced to the fullest extent permitted by law. 12.3 ENTIRETY OF AGREEMENT The City and Contractor agree that this document, inclusive of the RFP, any addenda to the RFP, and the Contractor's proposal, as well as any exhibits and amendments to the documents referenced, is the entire Agreement between the parties. This Agreement supersedes all negotiations, correspondence, conversations, agreements or understandings applicable to the matters contained herein, and there are no commitments, agreements or understandings concerning the subject matter of this Agreement that are not contained in the referenced documents. Title and paragraph headings are for convenient reference and are not intended to confer any rights or obligations upon the parties to this Agreement. SECTION 13 INSPECTOR GENERAL AUDIT RIGHTS 1. Pursuant to Section 2-256 of the Code of the City of Miami Beach, the City has established the Office of the Inspector General which may, on a random basis, perform reviews, audits, inspections and investigations on all City contracts, throughout the duration of said contracts. This random audit is separate and distinct from any other audit performed by or on behalf of the City. 2. The Office of the Inspector General is authorized to investigate City affairs and empowered to review past, present and proposed City programs, accounts, records, contracts and transactions. In addition, the Inspector General has the power to subpoena witnesses, administer oaths, require the production of witnesses and monitor City projects and programs. Monitoring of an existing City project or program may include a report concerning whether the project is on time, within budget and in conformance with the contract documents and applicable law. The Inspector General shall have the power to audit, investigate, monitor, oversee, inspect and review operations, activities, performance and procurement process including but not limited to project design, bid specifications, (bid/proposal) submittals, activities of the DocuSign Envelope ID:OB805ADE-4241-45B6-BF11-70DC6F56219C Contractor its officers, agents and employees, lobbyists, City staff and elected officials to ensure compliance with the Contract Documents and to detect fraud and corruption. Pursuant to Section 2-378 of the City Code, the City is allocating a percentage of its overall annual contract expenditures to fund the activities and operations of the Office of Inspector General. 3. Upon ten (10) days written notice to the Contractor, the Contractor shall make all requested records and documents available to the Inspector General for inspection and copying. The Inspector General is empowered to retain the services of independent private sector auditors to audit, investigate, monitor, oversee, inspect and review operations activities, performance and procurement process including but not limited to project design, bid specifications, (bid/proposal) submittals, activities of the Contractor, its officers, agents and employees, lobbyists, City staff and elected officials to ensure compliance with the contract documents and to detect fraud and corruption. 4. The Inspector General shall have the right to inspect and copy all documents and records in the Contractor's possession, custody or control which in the Inspector General's sole judgment, pertain to performance of the contract, including, but not limited to original estimate files, change order estimate files, worksheets, proposals and agreements from and with successful subcontractors and suppliers, all project-related correspondence, memoranda, instructions, financial documents, construction documents, (bid/proposal) and contract documents, back-change documents, all documents and records which involve cash, trade or volume discounts, insurance proceeds, rebates, or dividends received, payroll and personnel records and supporting documentation for the aforesaid documents and records. 5. The Contractor shall make available at its office at all reasonable times the records, materials, and other evidence regarding the acquisition (bid preparation) and performance of this contract,for examination, audit, or reproduction, until three (3)years after final payment under this contract or for any longer period required by statute or by other clauses of this contract. In addition: i. If this contract is completely or partially terminated, the Contractor shall make available records relating to the work terminated until three (3) years after any resulting final termination settlement; and ii. The Contractor shall make available records relating to appeals or to litigation or the settlement of claims arising under or relating to this contract until such appeals, litigation, or claims are finally resolved. 6. The provisions in this section shall apply to the Contractor, its officers, agents, employees, subcontractors and suppliers. The Contractor shall incorporate the provisions in this section in all subcontracts and all other agreements executed by the Contractor in connection with the performance of this contract. Nothing in this section shall impair any independent right to the City to conduct audits or investigative activities. The provisions of this section are neither intended nor shall they be construed to impose any liability on the City by the Contractor or third parties. DocuSign Envelope ID:OB805ADE-4241-45B6-BF11-70DC6F56219C IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be executed by their appropriate officials, as of the date first entered above. FOR CITY: CITY OF MIAMI BEACH, FLORIDA ATTEST: By: By: Rafael E. Granado, City Clerk Dan Gelber, Mayor Date: Date: FOR CONTRACTOR: SECURITY ALLIANCE, LLC. ATTEST: By: Signature Secretary Signature President Print Name Print Name Date: Date: DocuSign Envelope ID:OB805ADE-4241-45B6-BF11-70DC6F56219C To be Inserted: EXHIBIT A— Billing Rates EXHIBIT B — Payment and Performance Bond form DocuSign Envelope ID:0B805ADE-4241-45B6-BF11-70DC6F56219C EXHIBIT A BILLING RATES Group A: Routine Rates Item Description U/M Rate 1 Security Officer Level I Hourly $21.03 2 Security Officer Level II Hourly $21.35 3 Security Officer Level Ill Hourly $22.72 4 Security Officer Level IV Hourly $23.33 5 Security Officer Level V Hourly $24.14 6 Bicycle —Monthly Each $55.00 7 Bicycle —Daily Each $25.00 8 Golf Cart—Monthly Each $240.00 9 Golf Cart Daily Each $40.00 Group B: Emergency and Special Events Rates Item Description UIM `ate 10 Security Officer Level I Hourly $24.99 11 Security Officer Level II Hourly $24.99 12 Security Officer Level Ill Hourly $26.99 13 Security Officer Level IV Hourly $26.99 14 Security Officer Level V Hourly $28.99 15 Vehicle— Daily Rate Each $70.00 16 Bicycle —Daily Rate Each $25.00 17 Golf Cart— Daily Rate Each $40.00 DocuSign Envelope ID:OB805ADE-4241-45B6-BF11-70DC6F56219C ATTACHMENT B ADDENDUM AND RFP SOLICITATION PROCUREMENT DEPARTMENT MI A M I B E AC H 1755 Meridian Avenue, T d Floor Miami Beach, Florida 33139 www miamibeachfl.gov ADDENDUM NO. 4 REQUEST FOR PROPOSALS (RFP) 2020-007-JC FOR SECURITY OFFICER SERVICES NOVEMBER 27, 2019 This Addendum to the above-referenced RFP is issued in response to questions from prospective proposers, or other clarifications and revisions issued by the City. The RFP is amended in the following particulars only (deletions are shown by strikethrough and additions are underlined). MODIFICATIONS. RFP DUE DATE AND TIME. The deadline for the receipt of bids is extended until 3:00 PM,on Monday, December 9, 2019, at the following location: City of Miami Beach, Procurement Department, 1755 Meridian Ave, 3rd Floor, Miami Beach, FL 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. RESPONSES TO QUESTIONS RECEIVED. Q1: How many vehicles are required? Al: As stated in Appendix C, Section C2 (a), "The City requires the Contractor provide a minimum of three (3) vehicles on a monthly basis, for a 24-hours per day, 7-days per week schedule, at no additional cost to the City." Additionally, regarding Special or Emergency Events (Group B), Section C4 states, "the City has two major annual events for which additional Security Officers are needed. These events are New Year's Eve and Memorial Day... two (2)additional vehicles have been utilized historically." Q2: Can you please provide a link to the City's Living Wage Ordinance? A2. Please see link below: https://library.municode.com/fl/miami beach/codes/code of ordinances?nodeld=SPAGEOR CH2AD ARTVIPR DIV6LIWARESECOEM S2.408LIWA 2. Ix) sers are reminded to acknowledge receipt of this addendum as part of your RFP submission. Jr ih.....,.., Rix_( Deiu ent Director DocuSign Envelope ID:OB805ADE-4241-45B6-BF11-70DC6F56219C /\t\/\ r A r ' PROCUREMENT DEPARTMENT AAI I R t- L1 C f�*�*1 1755 Meridian Avenue,3rd Floor {..► iL.///x-111 1 ' Miami Beach, Florida 33139 www.miamibeachfl,gov ADDENDUM NO. 3 REQUEST FOR PROPOSALS (RFP) 2020-007-JC FOR SECURITY OFFICER SERVICES NOVEMBER 25, 2019 This Addendum to the above-referenced RFP is issued in response to questions from prospective proposers, or other clarifications and-revisions issued-by the City.The RFP-is-amended-in-the-following particulars-only-(deletions-are shown----by strikethrough and additions are underlined). NEW ATTACHMENT(S). The following attachment(s) have been added to the ITB. Exhibit A, as identified below, shall replace the plans already included in Appendix E of the ITB. Exhibit A: Hourly Rate Sheet Exhibit B: Post Hours and Equipment Sheet II. RESPONSES TO QUESTIONS RECEIVED. Q1: Does the awarded contractor have to have a physical operating office in Miami Beach? Al: Operating office within the City of Miami Beach is recommended but not required. Q2: Does the awarded contractor have to have a physical 24-hour dispatch center within the city limits of Miami Beach? A2: No. Q3: Can an alternative mean of communication be considered other than radios? A3: No. Q4: Do radios.need to be on a repeater? A4: Yes. Q5: Would the city consider eliminating the Record Capabilities for all communication equipment? A5: No. ADDENDUM NO.3 RFP 2020-007-JC DocuSign Envelope ID:OB805ADE-4241-4566-BF11-70DC6F56219C Q6: Do the incumbent Officers that the City would like to retain currently have any type of non-compete that would preclude them from staying? A6: No. Q7: Does the city have an objection to using Electric Vehicles? A7: Due to issues created from flooding following storm events,the City prefers that electric vehicles not be utilized for this contract. Q8: Does the city have a preference on the type of vehicle to be used? -- — A8: The City prefers the use of pickup-trucks due to the requirements to maintain and transport various types and sizes of equipment. Q9: Would the city consider allowing the Primary Contractor the use of an adequate Sub-Contractor only to supplement personnel for the two largest holidays, New years Eve and Memorial Weekend assuming they too would meet all of the specified criteria in this RFP? A9: Only with prior written approval by the City's contract administrator, and if approved, sub-contractor(s) must adhere to the applicable personnel terms and conditions as stated in the contract. Q10: Is the city currently using any Bicycles? A10: No. Q11: Is the city currently using any Segways? All: No. Q12: Do any of the special events require Level Ill Officers? Al2: No. Q13: Does the dispatch office have to be in Miami Beach city limits or within Miami Dade County is suffice? A13: A dispatch is not required to be within the Miami Beach city limits. Q14: What kind of radio equipment is the incumbent currently using to record radios communications as required in the RFP? Do we need a radio recording communication device for this RFP? A14: The incumbent was given an opportunity to use a multi-function smartphone device; however,the City is not satisfied with this equipment for public safety. Therefore, under this RFP the City will require two-way radios as the primary radio communications equipment. 2 ADDENDUM NO.3 RFP 2020-007-JC DocuSign Envelope ID:OB805ADE-4241-45B6-BF11-70DC6F56219C Q15: Is there a particular brand of two-way radios required and does it have to be with repeaters? FCC new radio technology does not require repeaters. A15: No particular brand is recommended. Please submit your firm's commonly utilized brand(s)within the RFP response. Q16: Do all guards on duty require a radio? A16: Yes. Q17: Clarify armed security services hours and locations? A17: Armed security services are only provided at-1) City Hall, 4th Floor-1700 Convention Center Drive; 2) Customer Service Center, 1755 Meridian Avenue; 3) Building Department, 1700 Convention Center Drive; and 4) North Beach Building Department, 962 Normandy Drive. Hours are Monday-Friday, eight hours a day, as follows: 1. City Hall, Monday through Friday, 0800.1700hrs, 1 hour non-paid lunch; 2. Customer Service Center, Monday through Friday 0930.1830hrs, 1 hour non-paid lunch; 3. Building Department, Monday through Friday 0730.1630hrs, 1 hour non-paid lunch; and, 4. North Beach Building Department, Monday through Friday 0730-1630hrs, 1 hour non-paid lunch. Q18: Is there set living wages for Level 2, 3, 4, 5 positions? A18: Please refer to Section 2-408 of the City of Miami Beach Code. Q19: How many hours of training is required per position? A19: A minimum of eight (8) hours. More may be required with written notification to the contractor. Q20: Is it possible to use a cellphone instead of a radio? A20: No. Q21: Do the current guards have a "non-compete" with the current vendor that will prevent them to work for the new awarded security service provider? A21: No. Q22: Level 3 requirements were not consistent throughout the RFP sheets, can you clarify it? A22: Security Officer Level III—An armed individual with Class D and G licenses. A minimum two (2) years of experience, either as a Class D licensed Security Officer, Police Officer, or Military Police are required. Level III Security Officer(s) will only be posted at City Hall upon request. Currently, there are no Level III Security Officers at City Hall. 3 ADDENDUM No.3 RFP 2020-007-JC DocuSign Envelope ID:OB805ADE-4241-4586-BF11-70DC6F56219C Q23: Who is the incumbent company? A23: G4S Secure Solutions (USA) Inc. Q24: What is the current bit rate for each guard level? A24: Please refer to attached Exhibit A. Q25: How many vehicles, golf carts and bicycles are currently being used by the incumbent company and how many of them we require to provide? A25: Please refer to attached Exhibit B. Bicycles are not currently being utilized. Appendix D seeks pricing in the event that the City determines to utilize bicycles for future services. Q26: Is the playback feature on the radio a requirement? A26: Yes. Q27: Please confirm that a dedicated Project Manager is required and the cost is to be included in the bill rates? A27: To clarify, the purpose of Section C2, Item J, is for the Contractor to determine and provide a primary point of contact ("POC") to the City in order to communicate on related administrative matters, as needed, with the City's Contract Administrator. This point of contact ("POC") will not have a billable rate. Q28: A) Will the only patrol methods be golf cart and vehicle? B) No bikes or Segways? A28: A)Yes. B) Not at this time. Q29: Please provide the frequency of additional coverage requests (e.g., weekly, monthly), average of additional hours requested and the average lead time given to the security contractor to provide the requested additional coverage? A29: Parking may request five (5) to ten (10) Security Officers weekly, depending on their needs and/or special events. The City will endeavor to provide the contractor with at least a seven (7) day lead time for additional requested personnel coverage. Q30: Can guards ("Officers") be retained or does the current contract have a non-compete clause? A30: The successful Contractor shall offer a right of first refusal of employment to those service employees that are employed under the predecessor contract ("Predecessor Employees"), and whose employment will end as a result of the award of this RFP. Contractor is not required to offer employment to any Predecessor Employee who: (1) will be retained by the predecessor contractor; or (2) who the Contractor reasonably believes, based on the particular Predecessor Employee's past performance or employment screening, that said Predecessor Employee has failed to perform suitably on the job. 4 ADDENDUM NO.3 RFP 2020-007-JC DocuSign Envelope ID:OB805ADE-4241-4586-BF11-70DC6F56219C In the event that the Contractor employs fewer service employees than the predecessor contractor employed in connection with performance of the Services, the Contractor need not offer employment under this Agreement to all Predecessor Employees under the predecessor contract, and instead may offer employment only to the number of qualified Predecessor Employees who Contractor reasonablly believes will be necessary to meet its anticipated staffing needs under this Agreement. However, where Contractor does not initially offer employment to all of the Predecessor Employees, Contractor's obligation to offer a right of first refusal of employment shall continue for ninety (90) days after the Contractor's first date of performance under this Agreement. Within one hundred twenty (120) days from the Contractor's first date of performance under this Agreement, the Contractor shall furnish to the City's Contract Administrator a certified list of-the-names of all Predecessor Employees working under this Agreement at the time the list is submitted. Q31: What is the current bill rate for each guard level? A31: Please see attached Exhibit A. Q32: How many vehicles, golf carts and bicycles are currently being used by the incumbent company and how many of them we require to provide? A32: Please see attached Exhibit B. Q33: Is the playback feature on the radio a requirement? A33: Yes. Q34: What is the estimated usage (number of annual hours) of prior contract? A34: 2,500-2,700 hours weekly. Q35: What was the contract amount spent last year? A35: $2,700,000.00 Q36: Are there any additional services that may be needed that are not listed in the RFP? A36: Fire Watch and Election detail, as needed. Q37: How often /how many times have you assessed liquidated damages, if applicable? A37: In the past, liquidated damages have been assessed as necessary. Q38: Are there any vehicles required for this bid, if so how many? A38: Please see attached Exhibit B, and Appendix C of the RFP for additional information. 5 ADDENDUM NO. 3 --��� RFP 2020-007-JC DocuSign Envelope ID:OB805ADE-4241-4586-BF11-70DC6F56219C Q39: Could you please provide a list of all equipment needed for this job? A39: Please refer to Appendix C of the RFP for required equipment, including but not limited to,flashlights, uniforms, and radios. Q40: When does the living wage ordinances calculate? (day& month) A40: Do not understand the question. Q41: Can you please confirm if the applicable living wage is $14.44 without insurance? A41:Yes,-for-living-wages-rates-effective January-1,-2019.-However,-for--2020-living wage- --- - rates,effective January 1,2020, please refer to Section 2-408 of the City of Miami Beach Code. Q42: Do the living wage requirements apply to all levels of guards? A42: Yes. Any questions regarding this Addendum should be submitted in writing to the Procurement Department to the attention of the individual named below, with a copy to the City Clerk's Office at RafaelGranado@miamibeachfl.gov Procurement Contact: Telephone: Email: Jason Crouch 305-673-7000, ext.26694 JasonCrouch@miamibeachfl,gov Proposers are reminded to acknowledge receipt of this addendum as part of your RFP submission. fog, AlxDe ' P ocure t Director 6 ADDENDUM NO.3 RFP 2020-007-JC DocuSign Envelope ID:OB805ADE-4241-4586-BF11-70DC6F56219C Exhibit A Hourly Rate Sheet ADDENDUM NO.3 REQUEST FOR PROPOSALS(RFP)No.2020-007-JC SECURITY OFFICER SERVICES 0 0 o 11/17/2019 (a)Appendix E"Cost Proposal Form"•REVISED in for Agreement with G4S Pursuant to RFP 2015-013-YG for Security Officer Services. Effective January 1,2018. m N s N 0 O CURRENT HOURLY RATE ADJUSTED HOURLY RATE PROPOSED HOURLY RATE PROPOSED HOURLY RATE o DESCRIPTION (January 1-December 31,2018) (January 1,2019-December 31,2019) (January 1,2020-Expiration) D 0 B (B) (B) (B) r ROUTINE RATE ^' Security Officer Level I $ 18.82 $ 19.45 $ I 20.08 $ 20.71 Security Officer Level II $ 18.82 $ 19.45 $ I 20.08 $ 20.71 c" m Security Officer Level III $ 22.19 $ 22.19 $ I 22.19 $ 22.19 ico n Security Officer Level IV $ 22.87 $ 22.87 $ ! 22.87 $ 22.87 Security Officer Level V $ 23.88 $ 23.88 $ I 23.88 $ 23.88 Security Officer Level VI $ 40.26 $ 40.26 $ i 40.26 $ 40.26 o 0 Vehicle-Monthly $ 4,956.00 $ 1,652.00 $ 11,652.00 $ 1,652.00 n rn Vehicle-Daily $ 75.56 $ 75.56 $ I 75.56 $ 75.56al cn Bicycle-Monthly $ 50.62 $ 50.62 $ I 50.62 $ 50.62 Bicycle-Daily $ 48.89 $ 48.89 $ i 48.89 $ 48.89 `O Golf Cart-Monthly $ 400.00 $ 400.00 $ I 400.00 $ 400.00 Goff Cart Daily $ 182.11 $ 182.11 $ 182.11 182.11 SP-CIAL OR EMERGENCY RATE Security Officer Level I $ 26.35 $ 26.98 $ 27.61 $ 28.24 Security Officer Level II $ 26.35 $ 26.98 $ 27.61 $ 28.24 Security Officer Level III $ 31.07 $ 31.07 $ 31.07 $ 31.70 Security Officer Level IV $ 32.02 $ 32.02 $ 32.02 $ 32.02 Security Officer Level V $ 33.43 $ 33.43 $ 33.43 $ 33.43 Security Officer Level VI $ 56.36 $ 56.36 $ I 56.36 $ 56.36 Vehicle-Daily $ 75.56 $ 75.56 $ 75.56 $ 75.56 Bicycle-Daily $ 48.89 $ 48.89 $ 48.89 $ 48.89 Golf Cart Daily $ 182.11 $ 182.11 $ 182.11 $ 182.11 • I DocuSign Envelope ID:OB805ADE-4241-45B6-BF11-70DC6F56219C Exhibit B Officer Post Hours & Equipment Breakdown ADDENDUM NO.3 REQUEST FOR PROPOSALS(RFP)No.2020-007-JC SECURITY OFFICER SERVICES DocuSign Envelope ID:0B805ADE-4241-45B6-BF 11-70DC6F56219C Police Department Security Operations Security Officer Protection Program CITYwlda buaid„Roal9r 4Y t eCatlon/Pa4f ,' : = x-.,...<. .'-'i. :.._. . --'• ..... ..:_ ,. „..,.,:` Location/Post Hours/Week Hours/Annual Fleet Dept. Goff Cart Vehicle Radios Garage 1 Traffic 39 2,028 1 Parking Garage 1 Rover 188 8,736 1 Parking Garage 2 Traffic 103 5,366 1 Parking Garage 3 Traffic 50 2,600 1 Parking Garage 3 Rover 92 4,784' - -----1 -Parking - --- Garage 4 Rover 168 8,736 1 1 Parking Garage 5Traffic 37 1,924 1 Parking Garage 6 Rover 112 5,824 1 1 Parking Garage 5 Office 168 8,736 1 Parking Garage 6 Traffic 188 8,736 1 Parking Garage 7 Rover 128 6,666 1 Parking Garage 9 Rover 44 2,288 1 Parking Garage 10 Rover 88 4,576 1 Parking P1 Lot 23 1,196 1 Parking Sector 1 Supervisor(G4) 128 6,856 1 1 Parking Sector 2 Supervisor(G5) 168 8,736 1 1 Parking Customer Service Center 40 2,080 1 Finance City HaS 1st floor 0 - 0 Police City Hall 2nd floor Building Dept 40 2,080 1 Building City Hall 3th Floor 40 2,080 1 Police City Hall 4th Floor 40 2,080 1 Police City Hall Evening Guard 40 2,080 1 Police Homeless Outreach 40 2,080 1 Police North Beach Office Building Dept 40 2,080 1 Building • Sanitation(Dickens)Monthly 20 240 1 Sanitation Sanitation(Jefferson)Monthly 20 240 1 Sanitation Normandy Gate 168 8,736 1 Prop Mgmt Normandy Rover 49 2,548 1 1 Parks 8 Rue Biscayne Point 168 8,736 1 Prop Mgmt Weekly Total 2349 122,628 3 2 28 Monthly Total 40 480 Overall Total 2389 123,108 Department Breakdown HoursNveekly Hours/Annually Golf Carts Vehicles Radios Parking Total 1684 87,568 22 16 PD Total 160 8,320 4 Building Dept. 80 4,160 2 Property Management 336 17,472 2 Parke 8 Rue 49 2,548 1 1 Sanitation Dept(Monthly) 40 480 2 • Finance Customer Service Center 40 2,080 1 Overall Total 2349 122628 3 2 28 Monhly Total 40 480 Overall Total 2389 123,108 1 DocuSign Envelope ID:OB805ADE-4241-45B6-BF11-70DC6F56219C H PROCUREMENT DEPARTMENT MIAMIBEAC1755 Meridian Avenue,3rd Floor Miami Beach, Florida 33139 www.miamibeachfl.gov ADDENDUM NO. 2 REQUEST FOR PROPOSALS (RFP) 2020-007-JC FOR SECURITY OFFICER SERVICES NOVEMBER 8, 2019 This Addendum to the above-referenced RFP is issued in response to questions from prospective proposers, or other clarifications and revisions issued by the City.The RFP is amended in the following particulars only(deletions are shown by strikethrough and additions are underlined). I. RFP DUE DATE AND TIME. The deadline for the receipt of proposals is extended until 3:00 p.m., on Tuesday, December 3, 2019. City of Miami Beach Procurement Department 1755 Meridian Ave, 3rd Floor Miami Beach, FL 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. Any questions regarding this Addendum should be submitted in writing to the Procurement Department to the attention of the individual named below, with a copy to the City Clerk's Office at RafaelGranado@miamibeachfl,gov Procurement Contact: Telephone: Email: Jason Crouch 305-673-7000, ext.26694 JasonCrouch@miamibeachfl.gov Pr•pos: -. .re reminded to acknowledge receipt of this addendum as part of your RFP submission. Si,cer•ly, or ° exDe. s \-0- Procurement Director I ADDENDUM NO.2 RFP 2020-007-JC DocuSign Envelope ID:OB805ADE-4241-45B6-BF11-70DC6F56219C MIAMIBEACH City of Miami Beach, 1755 Meridian Avenue, 3rd Floor, Miami Beach, Florida 33139, www.miamibeachfl.gov PROCUREMENT DEPARTMENT Tel: 305-673-7490. ADDENDUM NO. 1 RFP 2020-007-JC SECURITY OFFICER SERVICES OCTOBER 21, 2019 This Addendum to the above-referenced RFP is issued in response to questions from prospective proposers, or other clarifications and revisions issued by the City. The RFP is amended in the following particulars only (deletions are shown by strikethrough and additions are underlined). REVISIONS: The following revision have been made to the RFP. SECTION 0100, 1. GENERAL. Prospective Proposers that have obtained this solicitation in any manner other than via P-u-bti-eP+rchase . .e - •. -. e•• BidSync (www.bidsync.com) are advised that the City utilizes PubficPurchase (www.publicpurchasc.com) BidSync Lwww.bidsync.corn) for automatic notification of competitive solicitation opportunities and document fulfillment, including the issuance of any addendum to this RFP. Any Prospective Proposer who has received this RFP by any means other than through Rub-lie-Purchase BidSync must register immediately with PublicPurehase BidSync to assure it receives any addendum issued to this RFP. Failure to receive an addendum may result in disqualification of proposal submitted. SECTION 0100, 6. PRE-PROPOSAL INTERPRETATIONS. Oral information or responses to questions received by prospective Proposers are not binding on the City and will be without legal effect, including any information received at presubmittal meeting or site visit(s). The City by means of Addenda will issue interpretations or written addenda clarifications considered necessary by the City in response to questions. Only questions answered by written addenda will be binding and may supersede terms noted in this solicitation. Addendum will be released through Pub-lief-au-Fe-hese BidSync. Any prospective proposer who has received this RFP by any means other than through Publ4 Purcba-se BidSync must register immediately with Pubtie urchase BidSync to assure it receives any addendum issued to this RFP. Failure to receive an addendum may result in disqualification of proposal. Written questions should be received no later than the date outlined in the Anticipated RFP Timetable section. 1 ADDENDUM NO. 1 RFP 2020-007-JC DocuSign Envelope ID:OB805ADE-4241-45B6-BF11-70DC6F56219C SECTION 0200, 8. POSTPONEMENT OF DUE DATE FOR RECEIPT OF PROPOSALS. City reserves the right to postpone the deadline for submittal of proposals and will make a reasonable effort to give at least three (3) calendar days written notice of any such postponement to all prospective Proposers through PublicPurchase BidSync. APPENDIX A2, 13. 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, www.bidsync.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. Any questions regarding this Addendum should be submitted in writing to the Procurement Department to the attention of the individual named below, with a copy to the City Clerk's Office at RafaelGranado@miamibeachfl.gov. Procurement Contact: Telephone: Email: Jason Crouch 305-673-7000, ext.26694 JasonCrouch@miamibeachfl.gov Proposers are reminded to acknowledge receipt of this addendum as part of your RFP submission. I Re_ 7Jlex enis Pro rement Director I 2 ADDENDUM NO. 1 RFP 2020-007-JC DocuSign Envelope ID:OB805ADE-4241-45B6-BF11-70DC6F56219C MIAMI BEACH TABLE OF CONTENTS SOLICITATION SECTIONS: 0100 INSTRUCTIONS TO PROPOSERS 0200 GENERAL CONDITIONS 0300 PROPOSAL SUBMITTAL INSTRUCTIONS & FORMAT 0400 PROPOSAL EVALUATION APPENDICES: APPENDIX A PROPOSAL CERTIFICATION and QUESTIONNAIRE APPENDIX B "NO PROPOSAL" FORM APPENDIX C MINIMUM REQUIREMENTS, SCOPE & SPECIAL CONDITIONS APPENDIX D COST PROPOSAL FORM APPENDIX E INSURANCE REQUIREMENTS APPENDIX F ESTIMATED WEEKLY SERVICE HOURS BY OFFICER LEVELS APPENDIX G SAMPLE PERFORMANCE BOND DocuSign Envelope ID: OB805ADE-4241-45B6-BF11-70DC6F56219C MIAMI BEACH SECTION 0100 INSTRUCTIONS TO RESPONDENTS 1. GENERAL. This Request for Proposals (RFP) is issued by the City of Miami Beach, Florida (the "City"), as the means for prospective Proposers to submit proposals for the City's consideration in evaluating qualifications to select a firm with whom it may negotiate an agreement for the purpose noted herein. Prospective Proposers that have obtained this solicitation in any manner other than via PublicPurchase (www.publicpurchase.com) are advised that the City utilizes PublicPurchase (www.publicpurchase.com) for automatic notification of competitive solicitation opportunities and document fulfillment, including the issuance of any addendum to this RFP. Any Prospective Proposer who has received this RFP by any means other than through PublicPurchase must register immediately with PublicPurchase to assure it receives any addendum issued to this RFP. Failure to receive an addendum may result in disqualification of proposal submitted. 2. PURPOSE. The City of Miami Beach is seeking proposals from qualified firms capable of providing the City with high quality and reliable Security Officer services. All work shall be in accordance with Section 493, Florida Statutes, and the requirements as set forth in this RFP. The City of Miami Beach is interested in innovative approaches and incorporating industry best practices, which exceed the requirements listed herein and result in cost-effective solutions to the City's needs. Objectives of the RFP award include accomplishing the following: • Create a visible presence of security personnel within the City of Miami Beach to improve the perception of public safety; • Provide assistance and information to citizens and visitors; • Provide assistance to law enforcement through deterrence, observance and reporting of suspected criminal activity; • Address issues associated with the homeless and others whose behavior conflicts with acceptable community norms; and • Safeguarding the residents, visitors, employees and property of the City of Miami Beach. The City's current Security Officer Services contract is provided by G4S Secure Solutions (USA) Inc. The agreement for these services was executed in April 2016, pursuant to the award of RFP 2015-013-YG, for Security Officer Services. The City's estimated budget for this project is $2,700,000 annually. The successful contractor(s) shall be required to comply with the City's Living Wage law for contractor employees, as well as submit electronic payroll records through the City's compliance portal, LCP Tracker. 3. ANTICIPATED RFP TIMETABLE. The tentative schedule for this solicitation is as follows: RFP Issued October 16, 2019 'I Pre-Proposal Meeting October 23, 2019 at 10:00 AM Deadline for Receipt of Questions November 5, 2019 at 5:00 PM Responses Due November 15, 2019 by 3:00 PM Evaluation Committee Review TBD Tentative Commission Approval Authorizing TBD Negotiations Contract Negotiations Following Commission Approval DocuSign Envelope ID:OB805ADE-4241-45B6-BF11-70DC6F56219C MIAMI BEACH 4. PROCUREMENT CONTACT. Any questions or clarifications concerning this solicitation shall be submitted to the Procurement Contact noted below: Procurement Contact: Telephone: Email. Jason Crouch 305-673-7000 x26694 'asoncrouch • miamibeachfl.•ov dditionally, the City Clerk is to be colied on all communications via e-mail at: RafaelGranado a@miamibeachfl..ov: or via facsimile: 786-394-4188. The Bid title/number shall be referenced on all correspondence. All questions or requests for clarification must be received no later than ten (10) calendar days prior to the date proposals are due as scheduled in Section 0200-3. All responses to questions/clarifications will be sent to all prospective Proposers in the form of an addendum. 5. PRE-PROPOSAL MEETING OR SITE VISIT(S). Only if deemed necessary by the City, a pre-proposal meeting or site visit(s) may be scheduled. A Pre-PROPOSAL conference will be held as scheduled in Anticipated RFP Timetable section 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-Proposal Submission Meeting via telephone must follow these steps: (1) Dial the TELEPHONE NUMBER: 1-877-873-8018 (Toll-free North America) (2) Enter the MEETING NUMBER: 6312925 Proposers who are interested in participating via telephone should send an e-mail to the contact person listed in this RFP expressing their intent to participate via telephone. 6. PRE-PROPOSAL INTERPRETATIONS. Oral information or responses to questions received by prospective Proposers are not binding on the City and will be without legal effect, including any information received at pre- submittal meeting or site visit(s). The City by means of Addenda will issue interpretations or written addenda clarifications considered necessary by the City in response to questions. Only questions answered by written addenda will be binding and may supersede terms noted in this solicitation. Addendum will be released through PublicPurchase. Any prospective proposer who has received this RFP by any means other than through PublicPurchace must register immediately with PublicPurchase to assure it receives any addendum issued to this RFP. Failure to receive an addendum may result in disqualification of proposal. Written questions should be received no later than the date outlined in the Anticipated RFP Timetable section. 7. CONE OF SILENCE. This RFP is subject to, and all proposers are expected to be or become familiar with, the City's Cone of Silence Requirements, as codified in Section 2-486 of the City Code. Proposers shall be solely responsible for ensuring that all applicable provisions of the City's Cone of Silence are complied with, and shall be subject to any and all sanctions, as prescribed therein, including rendering their response voidable, in the event of such non-compliance. 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(a,miamibeachfl.gov 8. ADDITIONAL INFORMATION OR CLARIFICATION. After proposal submittal, the City reserves the right to DocuSign Envelope ID:OB805ADE-4241-45B6-BF11-70DC6F56219C MIAMI BEACH require additional information from Proposers (or Proposer team members or sub-consultants) to determine: qualifications (including, but not limited to, litigation history, regulatory action, or additional references); and financial capability (including, but not limited to, annual reviewed/audited financial statements with the auditors notes for each of their last two complete fiscal years). 9. PROPOSER'S RESPONSIBILITY. Before submitting a response, each Proposer shall be solely responsible for making any and all investigations, evaluations, and examinations, as it deems necessary, to ascertain all conditions and requirements affecting the full performance of the contract. Ignorance of such conditions and requirements, and/or failure to make such evaluations, investigations, and examinations, will not relieve the Proposer from any obligation to comply with every detail and with all provisions and requirements of the contract, and will not be accepted as a basis for any subsequent claim whatsoever for any monetary consideration on the part of the Proposer. 10. VETERAN BUSINESS ENTERPRISES PREFERENCE. Pursuant to City Code Section 2-374, the City shall give a preference to a responsive and responsible Proposer 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 responsive, responsible proposer, by providing such proposer an opportunity of providing said goods or contractual services for the lowest responsive proposal amount (or in this RFP, the highest proposal amount). 11. DETERMINATION OF AWARD. The final ranking results of Phase II evaluation process will be considered by the City Manager who may recommend to the City Commission the Proposer(s) s/he deems to be in the best interest of the City or may recommend rejection of all proposals. The City Manager's recommendation need not be consistent with the scoring results identified herein and takes into consideration Miami Beach City Code Section 2- 369, including the following considerations: (1) The ability, capacity and skill of the Proposer to perform the contract. (2) Whether the Proposer can perform the contract within the time specified, without delay or interference. (3) The character, integrity, reputation,judgment, experience and efficiency of the Proposer. (4) The quality of performance of previous contracts. (5) The previous and existing compliance by the Proposer with laws and ordinances relating to the contract. The City Commission shall consider the City Manager's recommendation and may approve such recommendation. The City Commission may also, at its option, reject the City Manager's recommendation and select another Proposal or Proposals which it deems to be in the best interest of the City, or it may also reject all Proposals. 12. NEGOTIATIONS. Following selection, the City reserves the right to enter into further negotiations with the selected Proposer(s). Notwithstanding the preceding, the City is in no way obligated to enter into a contract with the selected Proposer in the event the parties are unable to negotiate a contract. It is also understood and acknowledged by Proposers that no property, contract or legal rights of any kind shall be created at any time until and unless an Agreement has been agreed to; approved by the City; and executed by the parties. DocuSign Envelope ID:OB805ADE-4241-45B6-BF11-70DC6F56219C MIAMI BEACH SECTION 0200 GENERAL CONDITIONS 1.GENERAL DISCLAIMERS. through 2-490 of the City Code. Proposers shall be solely responsible for a.The solicitation referenced herein is being furnished to the recipient by the ensuring that all applicable provisions of the City's Campaign Finance Reform City of Miami Beach (the"City")for the recipient's convenience.Any action laws are complied with, and shall be subject to any and all sanctions, as taken by the City in response to Proposals made pursuant to this solicitation, prescribed therein, including disqualification of their responses, in the event of or in making any award,or in failing or refusing to make any award pursuant such non-compliance. to such Proposals, or in cancelling awards, or in withdrawing or cancelling this solicitation,either before or after issuance of an award, shall be without 6.CODE OF BUSINESS ETHICS.Pursuant to City Resolution No.2000-37379, any liability or obligation on the part of the City. In its sole discretion,the City the Proposer shall adopt a Code of Business Ethics ("Code")and submit that may withdraw the solicitation either before or after receiving proposals,may Code to the Procurement Division with its response or within five(5)days upon accept or reject proposals,and may accept proposals which deviate from the receipt of request. The Code shall, at a minimum, require the Proposer, to solicitation, as it deems appropriate and in its best interest. In its sole comply with all applicable governmental rules and regulations including,among discretion,the City may determine the qualifications and acceptability of any others,the conflict of interest,lobbying and ethics provision of the City of Miami party or parties submitting Proposals in response to this solicitation. Beach and Miami Dade County. b.The information contained herein is provided solely for the convenience of 7. AMERICANS WITH DISABILITIES ACT (ADA). Call 305-673-7490 to prospective Proposers. It is the responsibility of the recipient to assure itself request material in accessible format; sign language interpreters (five (5)days that information contained herein is accurate and complete. The City does in advance when possible), or information on access for persons with not provide any assurances as to the accuracy of any information in this disabilities. For more information on ADA compliance, please call the Public solicitation. Any reliance on these contents, or on any permitted Works Department,at 305-673-7000,Extension 2984. communications with City officials, shall be at the recipient's own risk. Proposers should rely exclusively on their own investigations,interpretations, 8. POSTPONEMENT OF DUE DATE FOR RECEIPT OF PROPOSALS. The and analyses. The solicitation is being provided by the City without any City reserves the right to postpone the deadline for submittal of proposals and warranty or representation,express or implied,as to its content,its accuracy, will make a reasonable effort to give at least three (3) calendar days written or its completeness.No warranty or representation is made by the City or its notice of any such postponement to all prospective Proposers through agents that any Proposal conforming to these requirements will be selected PublicPurchase. for consideration,negotiation,or approval. 9. PROTESTS. Proposers that are not selected may protest any c.Bidders are hereby advised that this solicitation is subject to the following recommendation for selection of award in accordance with the proceedings ordinances/resolutions, which may be found on the City Of Miami Beach established pursuant to the City's bid protest procedures, as codified in website:http://web.miamibeachfl.qov/procurement/scroll.aspx?id=79113 Sections 2-370 and 2-371 of the City Code (the City's Bid Protest Ordinance). •CONE OF SILENCE—SECTION 2-486 Protest not timely made pursuant to the requirements of the City's Bid Protest •PROTEST PROCEDURES—CODE SECTION 2-371 Ordinance shall be barred. •DEBARMENT PROCEEDINGS—SECTIONS 2-397 THROUGH 2-485.3 •LOBBYIST REGISTRATION AND DISCLOSURE OF FEES—SECTIONS 2- 10.JOINT VENTURES I SINGLE PURPOSE ENTITY. Joint Ventures are not 481 THROUGH 2-406 allowed. Proposals shall be submitted only by the prime contractor. Proposals •CAMPAIGN CONTRIBUTIONS BY VENDORS—SECTION 2-487 may, however, identify other sub-contractors or sub-consultants to the prime •CAMPAIGN CONTRIBUTIONS —SECTION 2-488 Proposer who may serve as team members. •EQUAL BENEFITS FOR DOMESTIC PARTNERS—SECTION 2-373 •LIVING WAGE REQUIREMENT—SECTIONS 2-407 THROUGH 2-410 11. VETERAN BUSINESS ENTERPRISES PREFERENCE. Pursuant to City •FALSE CLAIMS ORDINANCE—SECTION 70-300 •ACCEPTANCE OF GIFTS,FAVORS&SERVICES—SECTION 2-449 Code Section 2-374, the City shall give a preference to a responsive and responsible Proposer which is a small business concern owned and controlled 2. PUBLIC ENTITY CRIME. A person or affiliate who has been placed on the by a veteran(s)or which is a service-disabled veteran business enterprise,and convicted vendor list following a conviction for public entity crimes may not which is within five percent (5%) of the lowest responsive, responsible submit a proposal on a contract to provide any goods or services to a public proposer,by providing such proposer an opportunity of providing said goods or entity, may not submit a proposal on a contract with a public entity for the contractual services for the lowest responsive proposal amount(or in this RFP, construction or repair of a public building or public work, may not submit a the highest proposal amount). Whenever, as a result of the foregoing proposal on leases of real property to public entity, may not be awarded or preference,the adjusted prices of two(2)or more proposers which are a small perform work as a contractor, supplier, sub-contractor, or consultant under a business concern owned and controlled by a veteran(s) or a service-disabled contract with a public entity, and may not transact business with any public veteran business enterprise constitute the lowest proposal pursuant to an RFP entity in excess of the threshold amount provided in Sec. 287.017, for or oral or written request for quotation, and such proposals are responsive, CATEGORY TWO for a period of 36 months from the date of being placed on responsible and otherwise equal with respect to quality and service, then the the convicted vendor list. award shall be made to the service-disabled veteran business enterprise. 3. COMPLIANCE WITH THE CITY'S LOBBYIST LAWS. This RFP is subject 12. AGREEMENT BY BIDDERS. Any individual that submits a proposal in to, and all Proposers are expected to be or become familiar with, all City response to this solicitation agrees to the following. lobbyist laws. Proposers shall be solely responsible for ensuring that all City Any action taken by the City in response to Proposals made lobbyist laws are complied with, and shall be subject to any and all sanctions, pursuant to this solicitation, or in making any award, or in failing or as prescribed therein, including, without limitation, disqualification of their refusing to make any award pursuant to such Proposals, or in responses,in the event of such non-compliance. cancelling awards, or in withdrawing or cancelling this solicitation, 4.DEBARMENT ORDINANCE: This RFP is subject to, and all proposers are either before or after issuance of an award, shall be without any expected to be or become familiar with, the City's Debarment Ordinance as liability or obligation on the part of the City. codified in Sections 2-397 through 2-406 of the City Code. The City may,at its sole and absolute discretion, reject any and all, or parts of 5.COMPLIANCE WITH THE CITY'S CAMPAIGN FINANCE REFORM LAWS. any and all, responses;re-advertise this RFP; postpone or cancel,at any time, This RFP is subject to,and all Proposers are expected to be or become familiar this RFP process; or waive any irregularities in this RFP, or in any responses with, the City's Campaign Finance Reform laws,as codified in Sections 2-487 received as a result of this RFP. DocuSign Envelope ID: OB805ADE-4241-45B6-BF11-70DC6F56219C MIAMI BEACH services provided shall be provided by employees that are educated, trained, Reasonable efforts will be made to either award the proposer the contract or experienced, certified, and licensed in all areas encompassed within their reject all proposals within one-hundred twenty (120) calendar days after designated duties. Proposer agrees to furnish to the City any and all proposal opening date. In accordance with Section 47 below, a Proposer may documentation, certification, authorization, license, permit, or registration withdraw its proposal after expiration of one hundred twenty (120) calendar currently required by applicable laws, rules, and regulations. Proposer further days from the date of proposal opening, by delivering written notice of certifies that it and its employees will keep all licenses, permits, registrations, withdrawal to the Procurement Department. authorizations,or certifications required by applicable laws or regulations in full force and effect during the term of this contract. Failure of Proposer to comply 13. COSTS INCURRED BY PROPOSERS. All expenses involved with the with this paragraph shall constitute a material breach of this contract. preparation and submission of Proposals,or any work performed in connection therewith, shall be the sole responsibility (and shall be at the sole cost and Where Developer is required to enter or go on to City of Miami Beach property expense)of the Proposer,and shall not be reimbursed by the City. to deliver materials or perform work or services as a result of any contract resulting from this solicitation,the Developer will assume the full duty,obligation 14.RELATIONSHIP TO THE CITY. It is the intent of the City, and Proposers and expense of obtaining all necessary licenses, permits, and insurance, and hereby acknowledge and agree,that the successful Proposer is considered to assure all work complies with all applicable laws.The Developer shall be liable be an independent contractor,and that neither the Proposer,nor the Proposer's for any damages or loss to the City occasioned by negligence of the Developer, employees, agents, and/or contractors, shall, under any circumstances, be or its officers,employees, contractors, and/or agents,for failure to comply with considered employees or agents of the City. applicable laws. 15. OCCUPATIONAL HEALTH AND SAFETY. In compliance with Chapter 23.SPECIAL CONDITIONS.Any and all Special Conditions that may vary from 442, Florida Statutes, any toxic substance listed in Section 38F-41.03 of the these General Terms and Conditions shall have precedence. Florida Administrative Code delivered as a result of this proposal must be accompanied by a Material Safety Data Sheet(MSDS)which may be obtained 24.NON-DISCRIMINATION.The Proposer certifies that it is in compliance with from the manufacturer. the non-discrimination clause contained in Section 202,Executive Order 11246, as amended by Executive Order 11375, relative to equal employment 16. ENVIRONMENTAL REGULATIONS. The City reserves the right to opportunity for all persons without regard to race,color,religion,sex or national consider a Proposer's history of citations and/or violations of environmental origin. In accordance with the City's Human Rights Ordinance, codified in regulations in investigating a Proposer's responsibility,and further reserves the Chapter 62 of the City Code,Proposer shall prohibit discrimination by reason of right to declare a Proposer not responsible if the history of violations warrants race, color. national origin, religion, sex, intersexuality, gender identity, sexual such determination in the opinion of the City. Proposer shall submit with its orientation, disability, marital and familial status, age, ancestry, height,weight, proposal, a complete history of all citations and/or violations, notices and domestic partner status, labor organization membership,familial situation, and dispositions thereof. The non-submission of any such documentation shall be political affiliation. deemed to be an affirmation by the Proposer that there are no citations or violations.Proposer shall notify the City immediately of notice of any citation or 25. DEMONSTRATION OF COMPETENCY. The City may consider any violation which proposer may receive after the proposal opening date and evidence available regarding the financial, technical, and other qualifications during the time of performance of any contract awarded to it. and abilities of a Proposer, including past performance(experience)in making an award that is in the best interest of the City,including: 17. TAXES. The City of Miami Beach is exempt from all Federal Excise and A. Pre-award inspection of the Proposer's facility may be made prior to the State taxes. award of contract. B. Proposals will only be considered from firms which are regularly engaged 18. MISTAKES. Proposers are expected to examine the terms, conditions, in the business of providing the goods and/or services as described in this specifications, delivery schedules, proposed pricing, and all instructions solicitation. pertaining to the goods and services relative to this RFP. Failure to do so will C. Proposers must be able to demonstrate a good record of performance for be at the Proposer's risk and may result in the Proposal being non-responsive. a reasonable period of time, and have sufficient financial capacity, equipment,and organization to ensure that they can satisfactorily perform 19.PAYMENT. Payment will be made by the City after the goods or services the services if awarded a contract under the terms and conditions of this have been received, inspected, and found to comply with contract, solicitation. specifications, free of damage or defect, and are properly invoiced. Invoices D. The terms "equipment and organization", as used herein shall, be must be consistent with Purchase Order format. 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 20. COPYRIGHT, PATENTS & ROYALTIES. Proposer shall indemnify and City. save harmless the City of Miami Beach, Florida, and its officers, employees, E. The City may consider any evidence available regarding the financial, contractors, and/or agents, from liability of any nature or kind, including cost technical, and other qualifications and abilities of a Proposer, including and expenses for, or on account of, any copyrighted, patented, or unpatented past performance (experience), in making an award that is in the best invention, process, or article manufactured or used in the performance of the interest of the City. contract, including its use by the City of Miami Beach, Florida. If the Proposer F. The City may require Proposer to show proof that it has been designated uses any design,device or materials covered by letters, patent, or copyright, it as authorized representatives of a manufacturer or supplier,which is the is mutually understood and agreed,without exception,that the proposal prices actual source of supply. In these instances, the City may also require shall include all royalties or cost arising from the use of such design,device,or material information from the source of supply regarding the quality, materials in any way involved in the work, packaging,and characteristics of the products to be supply to the City. 21. DEFAULT. Failure or refusal of the successful Proposer to execute a 26.ASSIGNMENT.The successful Proposer shall not assign,transfer,convey, contract following approval of such contract by the City Commission, or sublet or otherwise dispose of the contract, including any or all of its right,title untimely withdrawal of a proposal response before such award is made and or interest therein, or his/her or its power to execute such contract, to any approved, may result in a claim for damages by the City, and may be grounds person,company or corporation,without the prior written consent of the City. for removing the Proposer from the City's vendor list. 27. LAWS, PERMITS AND REGULATIONS. The Proposer shall obtain and 22.MANNER OF PERFORMANCE.Proposer agrees to perform its duties and pay for all licenses,permits,and inspection fees required to complete the work obligations in a professional manner and in accordance with all applicable and shall comply with all applicable laws. Local, State, County, and Federal laws, rules, regulations and codes. Lack of knowledge or ignorance by the Proposer with/of applicable laws will in no way 28. OPTIONAL CONTRACT USAGE. When the successful Proposer is in be a cause for relief from responsibility. Proposer agrees that the work and agreement,other units of government or non-profit agencies may participate in DocuSign Envelope ID:OB805ADE-4241-4586-BF 11-70DC6F56219C MIAMI BEACH purchases pursuant to the award of this contract at the option of the unit of All records stored electronically must be provided to the public agency in a government or non-profit agency. format that is compatible with the information technology systems of the public agency. 29.VOLUME OF WORK.To the extent applicable,it is the intent of the City to purchase the goods and services specifically listed in this solicitation. However, 33.OBSERVANCE OF LAWS.Proposers are expected to be familiar with,and the City reserves the right to purchase any goods or services awarded from comply with,all Federal,State, State or other governmental contracts, or on an as-needed basis through the County,and City laws,ordinances,codes, rules and regulations,and all orders City's spot market purchase provisions. and decrees of bodies or tribunals having jurisdiction or authority which, in any manner, may affect the scope of services and/or project contemplated by this 30.DISPUTES. In the event of a conflict between the documents,the order of RFP(including,without limitation,the Americans with Disabilities Act,Title VII of priority of the documents shall be as follows: the Civil Rights Act,the EEOC Uniform Guidelines,and all EEO regulations and A. Any contract or agreement resulting from the award of this solicitation, guidelines). Ignorance of the law(s)on the part of the Proposer will in no way then relieve it from responsibility for compliance. B. Addendum issued for this solicitation, with the latest Addendum taking precedence;then 34.CONFLICT OF INTEREST.All Proposers must disclose, in their Proposal, C. The solicitation;then the name(s) of any officer, director, agent, or immediate family member D. The Proposer's proposal in response to the solicitation. (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 31.INDEMNIFICATION.The Developer shall indemnify and hold harmless the who owns,either directly or indirectly, an interest of ten(10%)percent or more City and its officers, employees, agents and instrumentalities from any and all in the Proposer entity or any of its affiliates. liability, losses or damages, including attorney's fees and costs of defense, which the City or its officers, employees, agents or instrumentalities may incur 35. MODIFICATION/WITHDRAWALS OF PROPOSALS. A Proposer may as a result of claims, demands,suits, causes of actions or proceedings of any submit a modified Proposal to replace all or any portion of a previously kind or nature arising out of,relating to or resulting from the performance of the submitted Proposal up until the Proposal due date and time. Modifications agreement by the Developer or its employees, agents, servants, partners, received after the Proposal due date and time will not be considered.Proposals principals or subcontractors. The Developer shall pay all claims and losses in shall be irrevocable until contract award unless withdrawn in writing prior to the connection therewith, and shall investigate and defend all claims, suits or Proposal due date,or after expiration of 120 calendar days from the opening of actions of any kind or nature in the name of the City, where applicable, Proposals without a contract award. Letters of withdrawal received after the including appellate proceedings, and shall pay all costs, judgments, and Proposal due date and before said expiration date, and letters of withdrawal attorney's fees which may be incurred thereon. The Developer expressly received after contract award will not be considered. understands and agrees that any insurance protection required by any agreement with the City or otherwise provided by the Developer shall in no way 36.EXCEPTIONS TO RFP.Proposers must clearly indicate any exceptions limit the responsibility to indemnify, keep and save harmless and defend the they wish to take to any of the terms in this RFP,and outline what, if any, City or its officers,employees,agents and instrumentalities as herein provided. alternative is being offered. All exceptions and alternatives shall be The above indemnification provisions shall survive the expiration or termination included and clearly delineated,in writing,in the Proposal. The City,at its of this Agreement. sole and absolute discretion, may accept or reject any or all exceptions and alternatives. In cases in which exceptions and alternatives are 32.FLORIDA PUBLIC RECORDS LAW.Proposers are hereby notified that all rejected,the City shall require the Proposer to comply with the particular Proposals including, without limitation, any and all information and term and/or condition of the RFP to which Proposer took exception to(as documentation submitted therewith, are exempt from public records said term and/or condition was originally set forth in the RFP and any requirements under Section 119.07(1), Florida Statutes, and s.24(a),Art. 1 of exhibits or Addenda thereto). the State Constitution until such time as the City provides notice of an intended decision or until thirty (30) days after opening of the proposals, whichever is 37. ACCEPTANCE OF GIFTS, FAVORS, SERVICES. Proposers shall not earlier. Additionally, Developer agrees to be in full compliance with Florida offer any gratuities, favors, or anything of monetary value to any official, Statute 119.0701 including, but not limited to, agreement to (a) Keep and employee, or agent of the City,for the purpose of influencing consideration of maintain public records that ordinarily and necessarily would be required by the this Proposal. Pursuant to Sec.2-449 of the City Code,no officer or employee public agency in order to perform the services; (b) provide the public with of the City shall accept any gift, favor or service that might reasonably tend access to public records on the same terms and conditions that the public improperly to influence him in the discharge of his official duties. 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 38. SUPPLEMENTAL INFORMATION. City reserves the right to request records that are exempt or confidential and exempt from public records supplemental information from Proposers at any time during the RFP disclosure requirements are not disclosed except as authorized by law;(d)Meet solicitation process,unless otherwise noted herein. all requirements for retaining public records and transfer, at no cost, to the public agency all public records in possession of the Developer upon termination of the contract and destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. Docusign Envelope ID:OB805ADE-4241-4586-BF11-70DC6F56219C MIAMI BEACH SECTION 0300 PROPOSAL SUBMITTAL INSTRUCTIONS AND FORMAT 1. SEALED RESPONSES. One original 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 proposals. Additionally, ten (10) bound copies and one (1) electronic format (CD or USB format) are to be submitted. The following information should be clearly marked on the face of the envelope or container in which the proposal is submitted: solicitation number, solicitation title, Proposer name, Proposer return address. Proposals received electronically, either through email or facsimile, are not acceptable and will be rejected. 2. LATE BIDS. Phase I 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. 3. NON-RESPONSIVENESS. Failure to comply with the following requirements shall result in a determination of non-responsiveness. Non-responsive proposals will not be considered. 1. Failure to submit a signed copy of Appendix A. 2. Failure to comply with the Minimum Eligibility Requirements (See Appendix C, Section 1). 4. OMITTED OR ADDITIONAL INFORMATION. With exception of the Proposal Certification Form (Appendix A-1) and the Cost Proposal, if applicable, the City reserves the right to seek any omitted information/documentation or any additional information from Proposer or other source(s), including but not limited to: any firm or principal information, applicable licensure, resumes of relevant individuals, client information, financial information, or any information the City deems necessary to evaluate the capacity of the Proposer to perform in accordance with contract requirements. Failure to submit any omitted or additional information in accordance with the City's request shall result in proposal being deemed non-responsive. 5. PROPOSAL FORMAT. In order to maintain comparability, facilitate the review process and assist the Evaluation Committee in review of proposals, it is strongly recommended that proposals be organized and tabbed in accordance with the tabs, and sections as specified below. Hard copy submittal should be tabbed as enumerated below and contain a table of contents with page references. Electronic copies should also be tabbed and contain a table of contents with page references. TAB 1 Cover Letter& Minimum Qualifications Requirements 1.1 Table of Contents. The table of contents should indicate the tabs, sections with tabs and page numbers to facilitate the evaluation committee's review. 1.2 Proposal Certification Form (Appendix A-1). Failure to submit the Proposal Certification Form with the Proposal shall result in Proposal being deemed non-responsive. 1.3 Questionnaire & Requirements Affidavit (Appendix A-2). 1.4 Minimum Qualifications Requirements. Submit verifiable information documenting compliance with the minimum qualification requirements established in Appendix C. DocuSign Envelope ID:OB805ADE-4241-45B6-BF11-70DC6F56219C MIAMI BEACH TAB 2 Project Team Qualifications 2.1 Organizational Chart: An organizational chart depicting the structure and lines of authority and communication I for all firms, principals and personnel involved in the project. Include information that describes the intended structure regarding project management, accountability and compliance with the terms of the RFP. 2.2 Relevant Experience of Prime Proposer: Summarize two (2) or more projects where the Proposer and/or its principals have provided services similar to those described herein. For each project provide the following: a. project name and scope of services provided; b. client; c. client project manager and contact information; d. contract value; and e. term of the engagement. TAB 3 Approach and Methodology Submit detailed information on the approach and methodology that the Proposer and its team has used in past in engagements in providing the scope of services described herein with a focus on the following, at a minimum. a. Describe past experience and approach to conducting security assessments to determine best practice approaches to securing any given location. b. Describe crime prevention strategies that have been successful in past engagements, including the use of innovative technology, such as geolocating methods as one example. c. Provide evidence of on-going training provided to security officers above basic licensing requirements, including the areas of customer service, sensitivity, diversity, non-discrimination, good judgment, ethical behavior and interpersonal skills. d. Describe firm's process for preparing for emergency events and special events. e. Describe the communication protocols between managers, officers and customer agencies related to various incident types and severity of incidents. f. Indicate standard response times for non-emergency and emergency event. g. Describe firm's central dispatch solution(s) as it relates to available technology capabilities, field communications, and staffing. h. Describe the firm's process for recruiting and retaining sufficient personnel to meet the City's staffing needs. i. Describe and provide evidence of the firm's processes for conducting full background checks. j. Describe approach and policies regarding the appearance of personnel (uniforms, grooming, cleanliness etc.). k. Describe approach to deploying guards that are customer-focused while upholding the highest security standards. I. Describe the firm's contract management/administration process to ensure that the City is receiving exceptional customer services within the unit prices bid and guards deployed. m. Describe the firm's process for complying with the City's living wage requirements for contractor personnel, including the firm's process for complying with compliance requirements. TAB 4 Cost Proposal Submit a completed Cost Proposal Form (Appendix D). DocuSign Envelope ID:OB805ADE-4241-45B6-BF11-70DC6F56219C MIAMI BEACH 4. FINANCIAL CAPACITY. Within three (3) business days of request by the City, each Proposer shall arrange for Dun & Bradstreet to submit a Supplier Qualification Report (SQR) directly to the Procurement Contact named herein. No proposal will be considered without receipt, by the City, of the SQR directly from Dun & Bradstreet. The cost of the preparation of the SQR shall be the responsibility of the Proposer. The Proposer shall request the SQR report from D&B at: https://supplierportal.dnb.com/webapp/wcs/stores/servlet/SupplierPortal?storeld=11696 Proposers are responsible for the accuracy of the information contained in its SQR. It is highly recommended that each Proposer review the information contained in its SQR for accuracy prior to submittal to the City and as early as possible in the solicitation process. For assistance with any portion of the SQR submittal process, contact Dun & Bradstreet at 800-424-2495. 5. ADDITIONAL INFORMATION OR CLARIFICATION. After proposal submittal, the City reserves the right to require additional information from Proposers (or Proposer team members or sub-consultants) to determine: qualifications (including, but not limited to, litigation history, regulatory action, or additional references); and financial capability (including, but not limited to, annual reviewed/audited financial statements with the auditors notes for each of their last two complete fiscal years). The City reserves the right to request any documentation omitted, with exception of the Cost (as applicable) Proposal Form (Appendix D), Proposal Certification, Questionnaire & Requirements Affidavit (Appendix A), and Bid Bond (if applicable). 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. Balance of Page Intentionally Left Blank DocuSign Envelope ID. OB805ADE-4241-45B6-BF11-70DC6F56219C SECTION 0400 PROPOSAL EVALUATION 1. Evaluation Committee. An Evaluation Committee, appointed by the City Manager, shall meet to evaluate each Proposal in accordance with the requirements set forth in the solicitation. If further information is desired, Proposers may be requested to make additional written submissions of a clarifying nature or oral presentations to the Evaluation Committee. The evaluation of proposals will proceed in a two-step process as noted below. It is important to note that the Evaluation Committee will score the qualitative portions of the proposals only. The Evaluation Committee does not make an award recommendation to the City Manager. The results of Step 1 & Step 2 Evaluations will be forwarded to the City Manager who will utilize the results to make a recommendation to the City Commission. In the event that only one responsive proposal is received, the City Manager, after determination that the sole responsive proposal materially meets the requirements of the RFP, may, without an evaluation committee, recommend to the City Commission that the Administration enter into negotiations. The City, in its discretion, may utilize technical or other advisers to assist the evaluation committee in the evaluation of proposals. 2. Step 1 Evaluation. The first step will consist of the qualitative criteria listed below to be considered by the Evaluation Committee. The second step will consist of quantitative criteria established below to be added to the Evaluation Committee results by the Procurement Department. An Evaluation Committee, appointed by the City Manager, shall meet to evaluate each Proposal in accordance with the qualifications criteria established below for Step 1, Qualitative Criteria. In doing so, the Evaluation Committee may review and score all proposals received, with or without conducting interview sessions. Step 1 -Qualitative Criteria Maximum Points Proposer Experience and Qualifications 40 Approach and Methodology 35 TOTAL AVAILABLE STEP 1 POINTS 75 3. Step 2 Evaluation. Following the results of Step 1 Evaluation of qualitative criteria, the Proposers may receive additional quantitative criteria points to be added by the Procurement Department to those points earned in Step 1, as follows. Step 2-Quantitative Criteria Maximum Points Cost Proposal 25 Veterans Preference 5 TOTAL AVAILABLE STEP 2 POINTS 30 DocuSign Envelope ID:OB805ADE-4241-45B6-BF11-70DC6F56219C 4. Cost Proposal Evaluation. The cost proposal points shall be developed in accordance with the following formula: Sample Objective Formula for Cost Example Maximum Formula for Calculating Points Vendor Allowable Points (lowest cost I cost of proposal being Total Points Vendor Cost (Points noted are for illustrative evaluated X maximum allowable Proposal purposes only.Actual points are points=awarded points) Awarded noted above.) Round to Vendor A $100.00 20 $100 I$100 X 20=20 20 Vendor B $150.00 20 $1001$150 X 20=13 13 Vendor C $200.00 20 $1001$200 X 20=10 10 5. Determination of Final Ranking. At the conclusion of the Evaluation Committee Step 1 scoring, Step 2 Points will be added to each evaluation committee member's scores by the Procurement Department. Step 1 and 2 scores will be converted to rankings in accordance with the example below: Proposer A Proposer B Proposer C Step 1 Points 82 76 80 Committee Step 2 Points 22 15 12 Member 1 Total 104 91 92 Rank 1 3 2 Step 1 Points 79 85 _ 72 Committee Step 2 Points 22 15 - 12 Member 2 Total 101 100 84 Rank 1 2 3 F Step 1 Points 80 74 66 Committee Step 2 Points 22 15 12 Member 2 Total 102 89 78 Rank 1 2 ' 3 Low Aggregate Score 3 7 8 Final Ranking* 1 2 3 * Final Ranking is presented to the City Manager for further due diligence and recommendation to the City Commission. Final Ranking does not constitute an award recommendation until such time as the City Manager has made his recommendation to the City Commission, which may be different than final ranking results. JocuSign Envelope ID:OB805ADE-4241-45B6-BF11-70DC6F56219C APPENDIX A MIAMI L Proposal Certification and Questionnaire & Requirements Affidavit RFP 2020-007-JC Security Officer Services PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 DocuSign Envelope ID:OB805ADE-4241-4586-BF11-70DC6F56219C APPENDIX Al -PROPOSAL CERTIFICATION FORM This document is a REQUIRED FORM that must be submitted fully completed and executed. FAILURE TO SUBMIT THE PROPOSAL CERTIFICATION FORM WITH ITS PROPOSAL SHALL RESULT IN THE PROPOSAL BEING DEEMED NON-RESPONSIVE. Solicitation No: Solicitation Title: 2020-007-JC Security Officer Services Procurement Contact: Tel: Email: Jason Crouch 305-673-7000 x26694 jasoncrouchmiamibeachfl.qov PROPOSER'S NAME: NO.OF YEARS IN BUSINESS: NO.OF YEARS IN BUSINESS LOCALLY: NO.OF EMPLOYEES: OTHER NAME(S)PROPOSER HAS OPERATED UNDER IN THE LAST 10 YEARS: FIRM PRIMARY ADDRESS(HEADQUARTERS): CITY: STATE: ZIP CODE: TELEPHONE NO.: TOLL FREE NO.: FAX NO.: FIRM LOCAL ADDRESS: CITY: STATE: ZIP CODE: PRIMARY ACCOUNT REPRESENTATIVE FOR THIS ENGAGEMENT: ACCOUNT REP TELEPHONE NO.: ACCOUNT REP TOLL FREE NO.: ACCOUNT REP EMAIL: FEDERAL TAX IDENTIFICATION NO.: Except as stipulated in General Condition 36, Proposer agrees: to complete and unconditional acceptance of the terms and conditions of this document, inclusive of this solicitation, all specifications, attachments, exhibits and appendices and the contents of any Addenda released hereto; to be bound, at a minimum, to any and all specifications,terms and conditions contained herein or Addenda; that the Proposer has not divulged, discussed, or compared the proposal with other Proposals and has not colluded with any other proposer or party to any other proposal; that proposer acknowledges that all information contained herein is part of the public domain as defined by the State of Florida Sunshine and Public Records Laws; that all responses, data and information contained in the proposal are true and accurate. Name of Proposer's Authorized Representative: Title of Proposer's Authorized Representative: Signature of Proposer's Authorized Representative: Date: DocuSign Envelope ID:OB805ADE-4241-45B6-BF11-70DC6F56219C 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: 1. Veteran Owned Business. Is Pro oser claiming a veteran owned business status? YES NO SUBMITTAL REQUIREMENT: Proposers claiming veteran owned business status shall submit a documentation proving that firm is certified as a veteran-owned business or a service-disabled veteran owned business by the State of Florida or United States federal government,as required pursuant to ordinance 2011-3748. 2. 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 3. 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. 4. Suspension, Debarment or Contract Cancellation. Has Proposer ever been debarred, suspended or other legal violation,or had a contract cancelled due to non- erformance by anpublic sector agency? YES NO SUBMITTAL REQUIREMENT: If answer to above is "YES," Proposer shall submit a statement detailing the reasons that led to action(s). 5. 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. 6. Code of Business Ethics. Pursuant to City Resolution No.2000-23879,each person or entity that seeks to do business with the City shall adopt a Code of Business Ethics ("Code")and submit that Code to the Procurement Department with its proposal/response or within five (5) days upon receipt of request. The Code shall, at a minimum, require the Proposer, to comply with all applicable governmental rules and regulations including,among others,the conflict of interest,lobbying and ethics provision of the City of Miami Beach and Miami Dade County. SUBMITTAL REQUIREMENT: Proposer shall attach its Code of Business Ethics. In lieu of submitting Code of Business Ethics, Proposer may submit a statement indicating that it will adopt, as required in the ordinance, the City of Miami Beach Code of Ethics, available at http://www.miamibeachfl.gov/city-hall/procurement/procurement-related-ordinance-and-procedures/ DocuSign Envelope ID: OB805ADE-4241-45B6-BF11-70DC6F56219C 7. 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, 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. 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 and Procedure, as amended. Further information on the Living Wage requirement is available at http://www.miamibeachfl.gov/city-hall/procurement/procurement-related-ordinance-and-procedures/ Any payroll request made by the City during the contract term shall be submitted electronically via the City's electronic compliance portal, LCP Tracker(LCPTracker.net). SUBMITTAL REQUIREMENT: Indicate below that Proposer agrees to the living wage requirement. Failure to agree shall result in proposal disqualification. YES NO 8. 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. A. Does your company provide or offer access to any benefits to employees with spouses or to spouses of employees? YES NO B. 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 NO C. 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 Firm Provides for Firm does not Employees with Employees with Provide Benefit Spouses Domestic Partners Health Sick Leave Family Medical Leave Bereavement Leave If Proposer cannot offer a benefit to domestic partners because of reasons outside your control, (e.g., there are no insurance providers in your area willing to offer domestic partner coverage) you may be eligible for Reasonable Measures compliance. To comply on this basis, you must agree to pay a cash equivalent and submit a completed Reasonable Measures Application (attached) with all necessary documentation. Your Reasonable Measures Application will be reviewed for consideration by the City Manager, or his designee. Approval is not guaranteed and the City Manager's decision is final. Further information on the Equal Benefits requirement is available at http://www.miamibeachfl.gov/city-hall/procurement/procurement-related-ordinance-and-procedures/ DocuSign Envelope ID:OB805ADE-4241-45B6-BF11-70DC6F56219C 9. Public Entity Crimes. Section 287.133(2)(a), Florida Statutes, as currently enacted or as amended from time to time, states that a person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a proposal, proposal,or reply on a contract to provide any goods or services to a public entity; may not submit a proposal, proposal,or reply on a contract with a public entity for the construction or repair of a public building or public work; may not submit proposals, proposals, or replies on leases of real property to a public entity; may not be awarded or perform work as a contractor, supplier, subcontractor,or consultant under a contract with any public entity; and may not transact business with any public entity in excess of the threshold amount provided in s.287.017 for CATEGORY TWO for a period of 36 months following the date of being placed on the convicted vendor list. SUBMITTAL REQUIREMENT: Proposer agrees to the requirements of Section 287.133, Florida Statutes, and certifies it has not been placed on convicted vendor list. Failure to agree shall result in roposal disqualification. YES NO 10. Non-Discrimination. Pursuant to City Ordinance No.2016-3990, the City shall not enter into a contract with a business unless the business represents that it does not and will not engage in a boycott as defined in Section 2-375(a) of the City Code, including the blacklisting, divesting from, or otherwise refusing to deal with a person or entity when such action is based on race, color, national origin,religion,sex,intersexuality,gender identity,sexual orientation, marital or familial status,age or disability. SUBMITTAL REQUIREMENT: Proposer agrees it is and shall remain in full compliance with Section 2-375 of the City of Miami Beach City Code.Failure to agree shall result in proposal disqualification. YES NO 11. 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 disqualification. YES NO 12. Fair Chance Requirement. Pursuant to Section 2-376 of the City Code, the City shall not enter into any contract resulting from a competitive solicitation, unless the proposer certifies in writing that the business has adopted and employs written policies, practices, and standards that are consistent with the City's Fair Chance Ordinance, set forth in Article V of Chapter 62 of the City Code ("Fair Chance Ordinance"),and which,among other things, (i)prohibits City contractors,as an employer,from inquiring about an applicant's criminal history until the applicant is given a conditional offer of employment; (ii) prohibits advertising of employment positions with a statement that an individual with a criminal record may not apply for the position, and (iii) prohibits placing a statement on an employment application that a person with a criminal record may not apply for the position. SUBMITTAL REQUIREMENT: Proposer certifies that it has adopted policies, practices and standards consistent with the City's Fair Chance Ordinance. Proposer agrees to provide the City with supporting documentation evidencing its compliance upon request. Proposer further agrees that any breach of the representations made herein shall constitute a material breach of contract, and shall entitle the City to the immediate termination for cause of the agreement, in addition to any damages that may be available at law and in equity. Failure to agree shall result in pro osal disqualification. YES NO 13. 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 DocuSign Envelope ID:OB805ADE-4241-45B6-BF11-70DC6F56219C APPENDIX B " No Bid " Form RFP 2020-007-JC Security Officer Services PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 'Note: It is important for those vendors who have received notification of ;this solicitation but have decided not to respond, to complete and submi `the attached "Statement of No Bid." The "Statement of No Bid" provide The City with information on how to improve the solicitation process 4Failure to submit a "Statement of No Bid" may result in not being notifie of future solicitations by the City. DocuSign Envelope ID:OB805ADE-4241-45B6-BF11-70DC6F56219C 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: Jason Crouch PROPOSAL #2020-007-JC 1755 MERIDIAN AVENUE, 3' FLOOR MIAMI BEACH, FL 33139 DocuSign Envelope ID:OB805ADE-4241-45B6-BF11-70DC6F56219C APPENDIX C miAmIBEAcr Minimum Requirements , Scope of Services & Special Conditions RFP 2020-007-JC Security Officer Services PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 DocuSign Envelope ID:OB805ADE-4241-45B6-BF11-70DC6F56219C C1. Minimum Eligibility Requirements. The Minimum Eligibility Requirements for this solicitation are listed below. Proposer shall submit, the required submittal(s) documenting compliance with each minimum requirement. Proposers that fail to include the required submittals or fail to comply with minimum requirements shall be deemed non-responsive and shall not have its proposal considered. a. At the time of proposal submission, Proposer shall be licensed in accordance with Chapter 493, Florida Statutes to perform Private Security Services. SUBMITTAL REQUIREMENT: None required. The information will be independently verified by the City during its due diligence process. b. Proposer shall have provided security officer services for at least two (2) public sector entities or two (2) private sector clients within the last ten (10) years. SUBMITTAL REQUIREMENT: For each of the two (2) entities/clients, provide the following: Name of EntitylClient; Entity/Client Representative and Contact Information (including email and telephone number(s); Beginning and Ending Dates of Service; and Brief Description of Service. C2. Statement of Work Requirements. The Contractor shall deploy the Security Officers, and provide all vehicles, and ancillary items listed herein, and further itemized on the Appendix D, Cost Proposal Form. The rates provided in Appendix D shall include all services necessary to fully invoice the City for the services provided, including the following: At a minimum, the contractor shall provide: a. A minimum of three (3), or as otherwise required by the City, roving Level V Security Officers, equipped with a contractor-provided automobile on duty within the City limits of Miami Beach, at all times. The Level V Security Officers must be able to respond to any site within thirty (30) minutes. A personnel list must be submitted in writing, identifying the name(s) of each roving shift Level V Security Officers, and all security personnel undertheir supervision, to the Citys Contract Administrator, or their designee. The City requires the Contractor provide a minimum of three (3) vehicles on a monthly basis, for a 24-hours per day, 7-days per week schedule, at no additional cost to the City. In order to cover various special events, an additional vehicle may be needed approximately fifteen (15) days per year. b. Written activity and incident reports, maintenance requests, visitor logs, and related documents, as dictated by the post assignment. Proposers who utilize web-based security officer reporting software should submit system details under approach and methodology for consideration. c. A guard Tour System, which may include but not be limited to, "Deggy" or near field communications ("NFC") tags at contracted posts to ensure Security Officers are making required rounds at assigned frequencies and times. DocuSign Envelope ID:0B805ADE-4241-45B6-BF11-70DC6F56219C d. A weekly report, downloaded from Deggy's, NFC tags, or other approved reporting system to the City's Contract Administrator, or its designee. e. The location of the Deggy's, NFC tags, or other approved reporting system to the Contract Administrator or their designee for approval. f. The Contractor shall designate its Contract Administrator who will be required to meet with City representatives upon request, included in services at no additional cost. g. All uniforms, radios, firearms, rain gear, traffic vests, tools and equipment necessary to perform the required security services, in accordance with the bid documents. h. Uninterrupted services under all conditions, to include, but not limited to the threat or the actually of a strike, adverse weather conditions, a disaster, or emergency situations, at the agreed upon hourly contractual rate. Rules and Regulations Manual for Security Officers, and one (1) copy provided to the City's Contract Administrator. j. Designate the Project Manager to work with the City's Contractor Administrator to review and/or develop Officer Post Orders for all locations where Security Officers will be utilized with the City of Miami Beach. k. A written, quarterly report of security incidents to the City's Contract Administrator. As required by the Living Wage law, submit electronic payroll records for covered employees via the City's LCP Tracker, as requested by the City. m. Successful Firm shall provide, at no cost to the City, each Security Officer with a flashlight(s) to be worn on their person during every shift, as part of their issued uniform. In addition, the Successful Contractor will be responsible for advertising and recruiting qualified Security Officers, training the Security Officers, preparing paychecks, payroll taxes, Social Security and withholding taxes, preparing W-2's, unemployment and workmen's compensation claims and liability insurance. The Successful Contractor will provide a Schedule of Values/Payment Schedule to the City's Contract Administrator for review and approval, prior to the commencement of work. Any and all costs incurred in order to perform the Services required by the City of Miami Beach, shall be borne by the Successful Contractor. C3. Locations. It is the intent of the City to award the provision of Security Officers for selected facilities as well as DocuSign Envelope ID:OB805ADE-4241-4586-BF11-70DC6F56219C for other facilities as may be required by the City during the term of the contract. Security Officers are needed for a diverse number of posts within the City of Miami Beach to perform a variety of functions and duties. Posts include, but are not limited to, Lincoln Road Mall, City Hall campus, various parking lots and garages, and the Normandy Shores Gatehouse. The amount of service hours, officer levels, required service type and duties shall be determined solely by the City in its best interests. The City reserves the right to add or delete sites that need to be covered by Security Officer services. Contractor shall, at a minimum, provide Security Officers for the levels, locations and estimated weekly hours as indicated in Appendix F, Estimated Weekly Service Hours by Post/Officer Levels. C4. Special or Emergency Events (Group B). At the City's discretion additional Security Officers may be requested for special or emergency events. A "special or emergency event" is generally defined by the City as a temporary use on public or private property that would not be permitted generally or without restriction throughout a particular zoning district, and may include any City declared emergency and other unplanned events. "Special or Emergency Events" do not include planned City events, such as Federal Holidays, New Year's Eve, Memorial Day Weekend, Independence Day Weekend, and Labor Day Weekend. For planned events, the Contractor shall provide the required personnel at the "Routine Rate" contract price. For Special or Emergency Events, the contractor shall provide personnel at the ''Special or Emergency Rate." Any Contractor personnel deployed under Special or Emergency Event circumstances, shall be converted to Routine Rates after three (3) calendar days or as agreed to by the City's contract representative. In particular, the City has two major annual events for which additional Security Officers are needed. These events are New Year's Eve and Memorial Day. For New Year's Eve, approximately 150 additional officer hours and two (2) additional vehicles have been utilized historically. For Memorial Day, the City has required an additional 4500 officer hours (non- supervisor and supervisor). Security officers Level I and II (unarmed) are utilized for special events. No armed guards are utilized. Notwithstanding the above, upon approval of the City Manager, the City may negotiate with the Contractor for additional services or rates as dictated by the situation, at the City's sole discretion. C5. Response Time. For routine requirements, Security Officers are generally required on the next calendar day. For special or emergency events, the Contractor shall have a qualified officer present and ready for duty within three (3) hours of request. The City's contract representative and the Contractor may consider and agree upon alternative response times. C6. Personnel. The City shall approve all Contractor personnel prior to their assignment to the City. The City reserves the right to interview any prospective Contractor employee prior to the person being DocuSign Envelope ID: OB805ADE-4241-45B6-BF11-70DC6F56219C assigned to City assignment. The City additionally reserves the right to relieve any Contractor employee from a duty assignment, and/or bar the employee from further service under this solicitation. 6.1 Personnel Requirements and Services All personnel employed by the selected proposer(s) to perform duties as a result of this solicitation shall be approved prior to performing said duties. Contractor personnel shall keep active, and possess at all times while on duty, those professional, technical licenses or certificates as required by all Federal and Florida State Statutes. This includes a company-issued photo I.D. Card. All are to be conspicuously displayed at all times while on duty. The selected proposer shall provide in all instances radio equipped, uniformed Security Officers, and armed if requested, to provide security service at the designated locations. 6.2 Adherence to Law The selected proposer(s) shall adhere to all Federal, State, and Local Laws that apply to the provision of Security Officer Services, as a result of this solicitation, as well as those laws that regulate the general public. This shall include, but not be limited to, compliance with Federal Tax Laws (e.g. payment of Federal Withholding Taxes) State of Florida Unemployment Taxes, Workers Compensation Federal Wage and Hour Regulations, Living Wage Ordinance and other applicable laws and regulations. 6.3 Background Checks Prior to assigning personnel to the City, the Contractor, at no cost to the City, shall perform background checks on its personnel which comply with, at a minimum, Section 1012.465, Florida Statutes. By virtue of submitting a proposal to this RFP, the Contractor fully indemnifies and holds the City harmless for any and all actions and damages resulting from its failure to comply with this requirement. Any findings shall be reported to the City, through its Human Resources Director, who shall have the ultimate discretion to allow or not any Contractor personnel on City property. Additionally, the City may require, at any time (including annual contract anniversary, change in assignment or any other instance for which an additional background check is deemed necessary by the City through its Human Resources Director), that any Contractor personnel submit to additional background screenings as deemed necessary by the City. The Contractor shall reimburse the City for the cost of said background check, plus an administrative fee of 10%). The City shall have the right to refuse to allow any Contractor personnel to work on City property when it deems that their presence on City property is not in the City's best interest. 6.4 Drug Testing Prior to assigning personnel to the City, the Contractor, at no cost to the City, shall perform and proposed personnel shall pass a drug test following the protocols outlined in 49 CFR, Part 40. The following panel of ten drugs shall be tested for at the Successful Contractor's expense. Bidder shall bear all cost associated with the initial drug tests. Any DocuSign Envelope ID:OB805ADE-4241-45B6-BF11-70DC6F56219C findings shall be reported to the City, through its Human Resources Director, who shall have the ultimate discretion to allow or not any Contractor personnel on City property. The City s current 10-panel drug test and cut-oft levels are as follows. Initial Test GC MS Confirm j prua Test Levu_ •.,:tamines 1000 ne'ml, 500 ne/ml itur te jaaal 150 na/ml :..nzodiaze•ines 300 norm( 1 I .in m t-bohtes j 300no/mt 1 m Man uana metabolites 50 ng ml 15 n4/mi thadone 300 na ml ml th-•ual.., - I 300 na'ml 1 +ml •.gates fj 2000 na'rr� ng ml P nc 25 na'ml 25 rw�'ml j Prppoxvphene n 1 t 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 vrth the procedures in Title 49 Code of Federal Regulations.Part 40 6.5 Minimum Licensure and Performance Requirements for All Levels of Security Officers (Group A&B) a. Possess a valid Class "D" Security Officer license pursuant to F.S. 493. All officers shall maintain this license on their person at all times while providing service to the City under the Contract. b. Shall be a citizen of the United States of America, or an alien who has been lawfully admitted for permanent residence as evidenced by Resident/Alien Registration Receipt Card Form 1-151, or who presents other evidence from U.S. Citizenship and Immigration Services that employment will not affect his/her immigration status. Acceptable evidence shall consist of a birth certificate or appropriate naturalization papers. c. Shall have a valid State of Florida Driver's license. (Required if Security Officer is assigned to vehicular patrol (e.g. motor vehicles or golf cart). d. Shall be at least 21 years of age. e. Shall have a high school diploma or a GED. High school diploma or GED shall be from an accredited and verifiable institution. f. Successfully pass a test for drug and illegal substance use. g. Be able to communicate effectively in English (multilingual preferred). h. Ability to write a report in English. Ability to communicate, provide information and directions in a courteous manner. j. Trained and certified in basic first aid and Cardiopulmonary Resuscitation (CPR). DocuSign Envelope ID:OB805ADE-4241-4586-BF11-70DC6F56219C k. Trained in the use of Automated External Defibrillators (AEDs). Physically capable of pursuing and detaining individuals who have committed criminal acts. m. Pass criminal background checks, FDLE and NCIC III. In addition, Security Officers shall meet the specific requirements for each level as specified below: a. Security Officer Level I —An unarmed individual with a Class D license. Minimum one (1) year of experience as a licensed Security Officer b. Security Officer Level II — An unarmed individual with a Class D license. A minimum of two (2) years of experience as a Class D Licensed Security Officer or in the military or law enforcement. c. Security Officer Level III — An armed individual with Class D and Class G licenses. A minimum two (2) years of experience, either as Class D licensed Security Officer, Police Officer, or Military Police are required. d. Security Officer Level IV - An armed individual with Class D and Class G licenses. A minimum five (5) years of experience, as a Class D licensed Security Officer and two (2) years of experience as a Class G licensed Security Officer or five (5) years of experience as a Police Officer or Military Police are required. e. Security Officer Level V — An armed or unarmed individual with Class D and Class G licenses. A minimum of five (5) years of experience, either as a licensed Class G, Security Officer, Police Officer or Military Police are required. The individual shall have the ability to supervise, monitor, and regulate Security Officers with Class D and Class G licenses in their performance of assigned duties. This level of Security Officer may be a site supervisor when multiple Security Officers are required present at the same time, to coordinate Security Service efforts. What is the required class for the manager? 6.6 Security Officer Levels I-IV Duties 1. Report to work on time and remain on assigned post until relieved or as required. 2. Maintain a professional appearance. Uniforms shall be clean, pressed and include a name tag; shoes polished. 3. Maintain a courteous attitude to the public and City employees at all times. 4. While assigned to a fixed post, patrol of an area or a facility, detect and prevent individuals or groups from committing acts injurious to others or to property. 5. Intervene to terminate injurious acts to persons or to property and detain individuals for further investigation or arrest in accordance the State of Florida's Security Officers Handbook(F.S.S. Chapter 493). 6. Communicate effectively with the public and City of Miami Beach personnel to provide directions and assistance. DocuSign Envelope ID:0B805ADE-4241-45B6-BF11-70DC6F56219C 7. Conduct patrols in accordance to post orders. Where applicable, a guard tour system shall be used to record and report Security Officers' presence at designated posts. 8. Raise and lower flags at designated times where applicable. 9. Lock and unlock gates and doors at designated times. 10. Turn on and off lights as required. 11. Ensure that only authorized personnel are permitted access to closed or restricted facilities or locations. 12. Respond to reports of sick or injured persons and notify appropriate authorities. 13. Report safety hazards, malfunctioning equipment, spills and other such matters to appropriate individuals. 14. Monitor and operate fire alarm systems, intrusion detection systems and CCTV systems as required. 15. Respond to fire/burglar alarms and emergency situations. Evaluate the situation and take appropriate action as prescribed in Post Orders and/or facility emergency procedure/evacuation plan. 16. Investigate questionable acts and behavior on City property. Question witnesses and suspects to ascertain or verify facts and notify appropriate authorities if warranted. 17. Operate a vehicle (bicycle, golf cart, motor vehicle) as required. 18. Maintain daily logs, prepare daily and incident reports. 19. Provide escorts to City employees and visitors to their vehicles when requested. 20. Perform any other duties or functions not specifically mentioned above, but which are identified as falling within the scope and responsibilities of a Security Officer's responsibilities. 6.7 Security Officers Level V Duties In addition to the duties listed above Level V Security Officers shall: 1. Patrol area of assignment and actively supervise all Security Officers under their command. 2. Ensure proper inventory of keys, electronic key cards and supplies. 3. Conduct daily inspections to verify all posts are manned and all Security Officers are fully equipped and in proper uniform. 4. Be knowledgeable of all Security Officer positions and duties. 5. Be knowledgeable of all City/County ordinances related to quality of life issues. 6.8 Personnel Probation All Security Officers working for the City of Miami Beach are subject to a thirty (30) day probation period. If during this probation period, the City of Miami Beach is not satisfied with the performance of a Security Officer, the City of Miami Beach will notify the Successful Contractor of such performance and the Successful Contractor will replace the Security Officer immediately. Additionally, the City of Miami Beach reserves the right to demand in writing that the Successful Contractor relieve an employee from a duty assignment, and/or ban the employee from further service under the contract, at the sole discretion of the City of Miami Beach. DocuSign Envelope ID:OB805ADE-4241-45B6-BF11-70DC6F56219C Personnel employed by the Successful Contractor are ineligible to work for the City of Miami Beach for the following reasons: a. Military conduct resulting in dishonorable or undesirable discharge. b. Any pattern of irresponsible behavior including, but not limited to, bad driving or employment record. 6.9 Limitation on Employee-Hours and Assignments No personnel assigned to the City shall provide more than twelve (12) hours of service, including all break periods, in any twenty-four(24) hour period, unless the work periods are separated by an eight (8) hour non-duty period. This limitation may be waived by the City in emergency situations that are beyond the control of the Contractor, (e.g, weather conditions, civil disturbances, natural disasters, etc.) which prevents the next shift from getting to their assignment. Each occurrence will require an individual waiver provided by the City. 6.10 Overtime No overtime for either regularly scheduled or special events will be paid by City of Miami Beach for security personnel supplied by the Successful Contractor, unless pre-approved in writing by the City of Miami Beach Contract Administrator, or its designee. 6.11 Training Specialized training may be required to assume the duties and responsibilities of some posts within the City of Miami Beach. The cost for such training will be considered part of the Successful Contractor's operational expenses and should be considered when proposing an overall hourly rate. While attending training, Security Officers must be paid at the City's living wage rate. Time spent in training, although required, is not billable to the City of Miami Beach. When required, Security Officers must successfully complete training prior to assuming duty under this contract. Written documentation of having successfully completed the training is to be included in the employee's personnel file. The Successful Contractor is required to ensure that all Security Officers providing traffic control and code enforcement services are certified by Miami Dade College-Southeast Institute of Criminal Justice at the North - Dade Campus. In addition, Security Officers providing traffic control and code enforcement services would be required to attend training provided by the City related to enforcing City of Miami Beach ordinance and codes. C7. Special Equipment As needed, at the request of the City, the Successful Contractor may be required to provide additional licensed and insured off-street motorized carts, Segway vehicles, and bicycles, at an additional cost, as identified in Appendix D. The Successful Contractor may also be required by the City to provide Security Officers equipped DocuSign Envelope ID:OB805ADE-4241-45B6-BF 11-700061-56219C with specialized equipment, including, but not limited to, firearms, Guard Tour systems, Body Cameras, hand-held metal detectors, x-ray screening of packages, walk-through metal detectors, K-9 detection services and other specialized technologies. Such posts or duty assignments shall be requested as needed, and where appropriate, the selected proposer shall receive additional compensation. C8. Contractor Furnished Items The selected Proposer(s) shall provide all working materials necessary for proper performance including, but not limited to, items such bound log books, with preprinted consecutive numbered and lined pages, notebooks, pens, and pencils. The selected Proposer, at no charge to the City, shall supply these materials, unless otherwise specified by the City. All post orders, logbooks, incident reports and records are the sole property of the City of Miami Beach. These records are subject to inspection by the City at any time. Upon termination of any contract issued as a result of this solicitation and all renewals thereof, the selected Proposer(s) shall surrender all records or documents (e.g., log books and incident reports) to the City within thirty (30) days of the contract termination date. C9. Communication The Successful Contractor will be responsible for the following: a. Hand-held Radios Two-way hand-held radios, licensed for use by the Federal Communications Commission (FCC), will be provided by the Successful Contractor to all on-duty contract Security Officers and supervisors as required, unless otherwise exempted by the City of Miami Beach Contract Administrator. b. Central Dispatch The Successful Contractor will maintain a centralized dispatching service through use of a local (Miami Beach) base station manned by experienced personnel on a 24- hour per day basis, to include a recorded back-up system. A mobile transmitter/receiver, operated by field personnel, will not be considered sufficient to adequately provide such service. Regardless of the physical location of the dispatch service offered, total in-building radio communication coverage within the City limits of Miami Beach is required. c. System Quality The Successful Contractor will at all times maintain high quality radio communications (transmitting and receiving). The Successful Contractor will be soley responsible for providing and maintaining required system quality, as follows: 1. The Successful Contractor will provide/lease a network of transceivers and repeaters of sufficient strength and capacity to service all areas of Miami Beach. 2. The Successful Contractor must provide/lease an exclusive radio frequency operated exclusively by the Contractor. Radios will have printout identification and emergency capability. 3. The Successful Contractor must implement a program of maintenance and repair for all equipment used in the performance of this contract. Such a program will ensure the optimum performance of all equipment at all times, thereby allowing the DocuSign Envelope ID:OB805ADE-4241-45B6-BF11-70DC6F56219C system to meet the service requirements and quality standards specified above. 4. The Successful Contractor will ensure that all radio equipment has sufficient operating power at all times during a tour of duty. It is necessary for the Successful Contractor to implement a system by which fresh batteries, adequate supply of flashlights and charged radios are always ready and available. d. Evaluation of Radio Communications System All aspects of the Successful Contractor's radio communications system will be evaluated by the City of Miami Beach prior to award of Contract. Should the system be judged inadequate to provide service within the contractual standards specified herein, and the Successful Contractor is unable and/or unwilling to make changes deemed necessary by the City of Miami Beach, then the Successful Contractor will be considered non-responsive to the required Terms and Conditions of this Contract. Likewise, should there be a deterioration of performance during the term of this contract, and the Successful Contractor is unable or unwilling to make the required improvements, the City of Miami Beach may terminate, in accordance with the Termination for Default Clause of this Contract. The City of Miami Beach will address, in writing to the Contractor, any/all identified inadequacies of the required radio communications prior to any termination procedures. C10. Key Control The Successful Contractor will establish and implement methods of ensuring that all keys issued to the Successful Contractor by the City are not lost, or misplaced, and are not used by unauthorized person(s). No keys issued the Successful Contractor by the City will be duplicated. The Successful Contractor will develop procedures covering key control that will be included in his/her quality control plan, which will be submitted to the City's Contract Administrator and Procurement Director. The Successful Contractor may be required to replace, re-key, or reimburse the City for replacement of locks or re-keying as a result of Successful Contractor losing keys. In the event a master key is lost or duplicated, all locks and keys for that system will be replaced by the City and the total cost deducted from the monthly payment due the Successful Contractor. The Successful Contractor will immediately report a lost key the City's Contract Administrator, but no later than the next workday. C11. Uniforms All Security Officers furnished to the City of Miami Beach will be well-groomed and neatly uniformed. Each Security Officer supplied by the Successful Contractor will wear a nameplate bearing the guard's name. Successful Contractor's name will appear either on guard's nameplate or as a patch on the Security Officer's uniform. Uniforms will be readily distinguishable from the City of Miami Beach Police uniforms. Uniforms must be provided at the contractor's expense or may be charged to the employee (Security Officer), but must not be deducted from the employees' paycheck therefore reducing the hourly pay rate to less than the living wage rate. DocuSign Envelope ID:OB805ADE-4241-4586-BF11-70DC6F56219C C12. Photo Identification Work hereunder requires Successful Contractor's employees to have photo identification on their person at all times. The City of Miami Beach reserves the right to verify a guard's identity and required credentials. C13. Records The Successful Contractor will submit all invoices to the City of Miami Beach containing an itemized employee time record, to include the employee name and hours worked/shift, for the time period identified on the invoice. If applicable, the computerized printout from the guard tour system will accompany the weekly invoices. These printouts will be the same date and time frame of the submitted invoices and submitted in a hard copy or digital (preferred)format. All correspondence, records, vouchers and books of account, insofar as work done under this Contract is concerned, will be open to inspection by an authorized City of Miami Beach representative during the course of the Contract and for a period of two (2) years after expiration of the Contract. Invoicing for special events separate from regular invoicing submittals. The Successful Contractor will maintain a personnel file for each employee employed under the Miami Beach contract. At a minimum, this file will, include: • Personal information of the employee, sex/race/DOB/and social security number. • Copies of Florida Driver license, Class "D" Security Officer license and Class "G" Firearms License (if applicable). • Copies or notification of all disciplinary actions taken by the Contractor or City of Miami Beach to include verbal or written warnings. • Training records. • Proof of successful Background Check and Drug Screening. The City reserves the right to perform an audit(s) of the Successful Contractor's payroll and related records of employees assigned to the City of Miami Beach, in order to ascertain that such employees' records correctly reflect payment received for the specific hours worked for the City. Such audit(s)will be at the discretion and option of the City. Successful Contractor will be required to provide any and all records in its possession which contain information concerning hours worked and payment received based on the Contractor's invoices to the City of Miami Beach. All required documentation and personnel files will be readily available for inspection by any authorized City of Miami Beach representative, during initial research and during the course of this Contract. Failure to have the required documentation will be deemed as non-compliance to the Terms and Conditions of the Contract. C14. Performance Penalties The selected Proposer(s) shall be liable for damages, indirect or direct, resulting from its failure to meet all contractual requirements or standards. The City, in its sole discretion, will determine the damages arising from such failure. The City assessment of all Liquidated Damages will be final. Repeated violations or patterns of violations will result in a doubling or tripling of the amount of Liquidated Damages. Subsequent violations will result in a Vendor Non-Performance. Any of these violations may result in selected Proposer's personnel being removed from the post and/or DocuSign Envelope ID:OB805ADE-4241-45B6-BF11-70DC6F56219C Contract issued as a result of this solicitation at the request of the City. A written notice of a violation and intent to impose liquidated damages shall be provided to the selected Proposer(s) in the form of an Infraction Report. Infraction Reports shall be issued to the selected Proposer(s) promptly by the City, in order to afford the Contractor time to notify the City of extenuating circumstances. The graduation of Liquidated Damages will occur with the involvement of the same facility, selected Proposer's personnel and a pattern of the same incidents at multiple posts (i.e. repeated violations of the same type). Any violations committed by selected Proposer(s)'s personnel may result in the suspension or removal from duty of said personnel at the discretion of the City. Violations that may result in the assessment of Liquidated Damages include, but are not limited to, the following; Management/Administrative Violations ($100 per infraction): 1. Not properly equipped for specific detail. 2. No radio or inoperative radio. 3. Failure to fix an inoperative guard tour system or system component. 4. Leaving a post unattended or failure to fill post assignment within one hour of a scheduled assignment or event. 5. Lack of contract supervision. 6. Excessive hours on duty (more than a 10 hour shift if not approved in advance by the Contract Administrator). 7. Utilization of a Security Officer previously suspended from duty by the Contract Administrator. 8. Failure to follow all Vendor Rules and Regulations. 9. Failure to comply with Living Wage payrolls. Security Officer Violations ($100 per infraction): 1. Unprofessional appearance or behavior. 2. Inappropriate behavior(reading, lounging, talking and texting on cell phone, etc.) 3. Failing to promptly prepare written reports. 4. Not completing required rounds. 5. Failing to follow post orders. 6. Failure to adhere to City of Miami Beach policies and procedures. Security Officer Significant Violations ($250.00): 1. Late for duty. 2. Sleeping on duty. 3. Abandoning post. 4. Failure to report an incident 5. Any action that would cause the City harm, physically, financially, or reputational. Once a violation is identified and written notification of intent to fine ("Contract Discrepancy Report") is issued to the Successful Contractor. The Successful Contractor will have seven (7) days to provide a written response to the Contract Repeated violations will be taken as proof of a general incapacity on the part of the Successful Contractor to perform in accordance with contract requirements. DocuSign Envelope ID:OB805ADE-4241-4586-BF 11-70DC6F56219C Should it not be possible to reach the contractor or supervisor and/or should remedial action not be taken within 48 hours of any failure to perform according to specifications, the City reserves the right to declare Contractor in default of the contract or make appropriate reductions in the contract payment. C15. Conservation of Utilities The Successful Contractor will be directly responsible for instructing employees in utilities conservation practices. The Successful Contractor will be responsible for operating under conditions, which preclude the waste of any/all utilities. C16. Licenses and Permits Successful Contractor will abide by all ordinances and laws pertaining to his operation and will secure, at his expense, all licenses and permits necessary for these operations. C17. Performance Evaluation Meetings The Successful Contractor will assign a Contract Manager to meet with the City of Miami Beach Contract Administrator regularly and as required. A mutual effort will be made to resolve all problems identified. The written minutes of these meetings will be signed by the Successful Contractor's Contract Administrator and the City's Contract Administrator, and a copy will be forwarded to the Procurement Director. Should the Successful Contractor not concur with the minutes, he will state in writing to the Contract Administrator any areas wherein he does not concur. If for any reason, any Successful Contractor employee is terminated, the Contract Administrator will be advised in writing. C18. Service Excellence Standards Excellent Customer Service is the standard of the City of Miami Beach. As contract employees of the City, Security Officers will be required to conduct themselves in a professional, courteous and ethical manner at all times and adhere to the City's Service Excellence standards. C19. Post Order, Rules and Regulation Manual The City of Miami Beach will provide to Successful Contractor, for the duration of the contract, the Post Order and Rules and Regulation Manual. Changes to Post Orders, if needed, will be provided by the Contract Administrator through written addendum to these orders. All Security Personnel shall have access to these Post Orders and any updates at all times while on duty. This may be accomplished by storing the Post Orders on site or, in the instance in which no secure storage is available, delivering them to the site at the beginning of each tour of duty. Should the City elect to utilize the services of the Security Officers for code enforcement, the City will provide guidance, direction and specific training related to the enforcing of City of Miami Beach City ordinances and codes. Additionally, the City of Miami Beach reserves the right to have any Security Officer removed from Miami Beach posts for violations of the Post Orders. C20. Court Appearances The selected Proposer(s) personnel may be required to testify in various judicial proceedings on behalf of the City. These personnel shall coordinate all Contract-related court appearances with the DocuSign Envelope ID: 0B805ADE-4241-45B6-BF 11-70DC6F562190 City when such appearances are required. Any selected Proposer(s) personnel required to make a court appearance shall be remunerated by the selected Proposer(s) at the same hourly rate as would be earned while on duty under any Contract issued as a result of this solicitation and all extensions or renewals thereof, and the selected Proposer(s) shall in turn be remunerated by the City at the stipulated billing rate. The selected Proposer(s) shall invoice for the actual hours the employee spent at court, of whether or not his/her testimony was used and/or provided. (Court delays are common, and multiple appearances by the testifying employee may be required). A copy of the original subpoena shall be submitted with the corresponding invoice. Contract-related Court testimony on behalf of the City shall take priority over all other scheduled duties, and the selected Proposer(s) shall coordinate with the City to ensure that this is done with no impact to daily operations. Contractor's personnel scheduled to testify on behalf of the City, due to their Contract related duties, shall appear for court testimony in full uniform. However, the officer/employee must not appear with chemical weapons, batons, handcuffs or firearms, or other items normally prohibited by a courthouse. C21. SPECIAL CONDITIONS. 1. TERM. Any resulting contract shall remain in effect for three (3) years from the effective date contingent upon funding available as appropriated on an annual basis. Prior to, or upon completion, of that initial term, the City shall have the option to renew this contract for an additional two (2) year(s) period on a year-to-year basis. Continuation of the contract beyond the initial period, and any option subsequently exercised, is a City prerogative, and not a right of the vendor. This prerogative may be exercised only when such continuation is clearly in the best interest of the City. 2. ADDITIONAL EQUIPMENT/ SERVICES. Equipment/Services not specifically identified in this request may be added to, or deleted from, any resultant contract upon successful negotiations and mutual consent of the contracting parties. Additional equipment and or services may include, but not be limited to licensed and insured motor vehicles, off street motorized carts, Segway's, bicycles, guard tour systems, body cameras, hand-held metal detectors, x-ray screening of packages, walk-through metal detectors, K-9 detection services, and related items. 3. INVOICE. The Successful Contractor will submit all invoices to the City of Miami Beach containing an itemized employee time record, to include the employee name and hours worked/shift, for the time period identified on the invoice. Any computerized printout from the guard tour system must accompany the invoices. These printouts will be the same date and time frame of the submitted invoices and submitted in a hard copy or digital (preferred) format. Invoices shall be itemized and must include post location and job number details. A Sign-in sheet is required with each invoice submitted, either written or digital, to corroborate the invoiced times and related amounts. 4. SERVICE LOCATIONS AND ASSIGNMENT HOURS. It will be the sole discretion of the City of Miami Beach as to locations, number of officers and hours of services needed. The City of Miami Beach reserves the right to change possible locations and the required hours of service during the term of the Contract. DocuSign Envelope ID:OB805ADE-4241-45B6-BI-11-70DC6F562190 5. PROTECTION OF PROPERTY. The Successful Contractor will at all times guard against damage to or loss of property belonging to the City of Miami Beach. It is the responsibility of the Successful Contractor to replace or repair any property lost or damaged by any of its employees. The City of Miami Beach may withhold payment or make such deductions as it might deem necessary to ensure reimbursement for loss or damage to property through negligence of the Successful Contractor, its employees or agents. 6. PERFORMANCE BOND. The vendor to whom a contingent award is made shall duly execute and deliver to the City a Performance and Payment Bond in an amount that represents 100% of the vendor's offer price. The Performance and Payment Bond Form supplied by the City shall be the only acceptable form for these bonds. No other form will be accepted. The completed form shall be delivered to the City within 15 calendar days after formal notice of award. If the vendor fails to deliver the payment and performance bond within this specified time, including granted extensions, the City shall declare the vendor in default of the contractual terms and conditions, and the vendor shall surrender its offer guaranty/bid bond, and the City shall not accept any offer from that vendor for a twelve (12) month period following such default. The following specifications shall apply to any bond provided: All bonds shall be written through surety insurers authorized to do business in the State of Florida as surety, with the following qualifications as to management and financial strength according to the latest edition of Best's Insurance Guide, published by A.M. Best Company, Oldwick, New Jersey: Bond Amount Best Rating 500,001 to 1,500,000 B V 1,500,001 to 2,500,000 A VI 2,500,001 to 5,000,000 A VII 5,000,001 to 10,000,000 A VIII Over 10,000,000 A IX On contract amounts of$500,000 or less, the bond provisions of Section 287.0935, Florida Statutes (2007) shall be in effect and surety companies not otherwise qualifying with this paragraph may optionally qualify by: 1. The surety company is licensed to do business in the State of Florida; 2. The surety company holds a certificate of authority authorizing it to write surety bonds in this state; Providing evidence that the surety has twice the minimum surplus and capital required by the Florida Insurance Code at the time the solicitation is issued; Certifying that the surety is otherwise in compliance with the Florida Insurance Code; and DocuSign Envelope ID:OB805ADE-4241-45B6-BF11-70DC6F56219C Providing a copy of the currently valid Certificate of Authority issued by the United States Department of the Treasury under SS. 31 USC 9304-9308. Surety insurers shall be listed in the latest Circular 570 of the U.S. Department of the Treasury entitled "Surety Companies Acceptable on Federal Bonds", published annually. The bond amount shall not exceed the underwriting limitations as shown in this circular. For contracts in excess of 500,000 the provisions of Section B will be adhered to plus the company must have been listed for at least three consecutive years, or holding a valid Certificate of Authority of at least 1.5 million dollars and on the Treasury List. Surety Bonds guaranteed through U.S. Government Small Business Administration or Contractors Training and Development Inc.will also be acceptable. In lieu of a bond, an irrevocable letter of credit or a cash bond in the form of a certified cashier's check made out to the City of Miami Beach will be acceptable. All interest will accrue to the City of Miami Beach during the life of this contract and/or as long as the funds are being held by the City. The attorney-in-fact or other officer who signs a contract bond for a surety company must file with such bond a certified copy of power of attorney authorizing the officer to do so. The contract bond must be counter signed by the surety's resident Florida agent. Balance of Page Intentionally Left Blank DocuSign Envelope ID:OB805ADE-4241-45B6-BF11-70DC6F56219C APPENDIX D m lAmi , Cost Proposal Form RFP 2020-007-JC Security Officer Services PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 DocuSign Envelope ID:OB805ADE-4241-45B6-BF11-70DC6F56219C APPENDIX D COST PROPOSAL FORM Failure to submit, Cost Proposal Form, in its entirety and fully executed by the deadline established for the recei s t of 'ro s osals will result in .ro•osal bein• deemed non-res.onsive and bein. re'ected. Bidder affirms that the prices stated on the cost proposal form below represents the entire cost of the items in full accordance with the requirements of this RFP, 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 (other than rates mandated by the City), 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 shall be completed mechanically or, if manually, in ink. Cost Proposal Form completed in pencil shall be deemed non-responsive. All corrections on the Cost Proposal Form shall be initialed. Proposer rates are to be inclusive of account/contract manager(s) and any vehicles necessary for the successful proposer(s) to carry out the duties of the contract with regard to administrative duties, personnel transport and account management. Gro p A: Routine Rates Ite Description *Estimated U/M Proposed Rate Total Cost m Quantities (a) (b) (c) = (a_X c) 1 Security Officer Level I 30,000 Hourly $ $ 2 Security Officer Level II 30,000 Hourly $ 3 Security Officer Level III 8,700 Hourly $ $ 4 Security Officer Level IV 12,500 Hourly $ $ 5 Security Officer Level V 21,500 Hourly $ $ 6 Bicycle— Monthly 8 Each $ $ 7 Bicycle—Daily 30 Each $ $ 8 Golf Cart—Monthly 4 Each $ $ 9 Golf Cart Daily 15 Each $ $ Group A: Sub-Total (Routine Rates) $ DocuSign Envelope ID:0B805ADE-4241-45B6-BF11-70DC6F56219C Group B: Special or Emergency Rates *** Item Description *Estimated U/M Proposed Rate Total Cost Quantities (a) (b) (c) Ja—X—c) 10 Security Officer Level I 1.000 Hourly $ $ 11 Security Officer Level II 1,000 Hourly $ $ 12 Security Officer Level III 250 Hourly $ $ 13 Security Officer Level IV 500 Hourly $ I $ 14 Security Officer Level V 800 Hourly $ $ 15 Vehicle—Daily Rate 2 Each $ $ 16 Bicycle—Daily Rate 4 Each $ $ 17 Golf Cart—Daily Rate 2 Each $ $ Group B: Sub-Total (Special or Emergency Rates) $ TOTAL COST** (Group A Sub-total + Group B) $ * Estimated quantities are for comparison purposes and are not guaranteed quantities. **The Total Cost shall be utilized to allocate Cost Points in the Evaluation of Proposals. ***Special or Emergency Event circumstances, shall be converted to Routine Rates after three (3) calendar days, or as agreed to by the City's contract administrator. Bidder's Affirmation Company: Authorized Representative: Address: Telephone: Email: Authorized Representative's Signature: DocuSign Envelope ID:OB805ADE-4241-45B6-BF11-70DC6F56219C APPENDIX E miAmi BF Ar Insurance Requirements RFP 2020-007-JC Security Officer Services PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 DocuSign Envelope ID: 0B805ADE-4241-4586-BF11-70DC6F56219C MIAMI BEACH INSURANCE REQUIREMENTS This document sets forth the minimum levels of insurance that the contractor is required to maintain throughout the term of the contract and any renewal periods. XXX 1. Workers' Compensation and Employer's Liability per the Statutory limits of the state of Florida. XXX 2. Comprehensive General Liability (occurrence form), limits of liability $ 1,000000.00 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. XXX 6. Other Insurance as indicated: Builders Risk completed value S .00 Liquor Liability S .00 Fire Legal Liability $ .00 Protection and Indemnity S .00 Employee Dishonesty Bond S .00 X Other(Umbrella Liability) $ 5,000,000.00 XXX 7. Thirty (30) days written cancellation notice required. XXX 8. Best's guide rating B+:VI or better, latest edition. XXX 9. The certificate must state the proposal number and title The City of Miami Beach is self-insured. Any and all claim payments made from self- insurance are subject to the limits and provisions of Florida Statute 768.28, the Florida Constitution, and any other applicable Statutes. DocuSign Envelope ID:OB805ADE-4241-4586-BF11-70DC6F56219C APPENDIX F M I AM I BEACH Estimated Weekly Service Hours by Post/Officer Levels RFP 2020-007-JC Security Officer Services PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 DocuSign Envelope ID:OB805ADE-4241-45B6-BF11-70DC6F56219C Estimated Weekly Service Hours Contractor shall, at a minimum, provide Security Officers for the levels, locations and estimated weekly hours indicated below. Estimated Weekly Service Hours by Security Officer Levels POST LEVEL ESTIMATED WEEKLY SERVICE HOURS Parking Facilities 2 Officers Level V(Supervisor) 224 Hours 7th Street Garage 1 Officer Level I or II 168 Hours 17th Street Garage 1 Officer Level I or II 168 Hours 16th Street Garage 1 Officer Level I or II 168 Hours Customer Service Center 1 Officer Level V (Supervisor) 40 Hours 1 Officer Level I 40 Hours City Hall Campus 3 Officer Level V(Supervisor) 120 Hours Normandy Shores Gatehouse 1 Officer Level 1 or II 168 Hours Biscayne Point Gate 1 Officer Level I or II 168 Hours North Beach Building Department 1 Officer Level V(Supervisor) 40 Hours Sanitation Detail 1 Officer Level I or II 9 Hours DocuSign Envelope ID: 0B805ADE-4241-45B6-BF11-70DC6F56219C APPENDIX G i\AIAMIBBLA Sample Performance Bond RFP 2020-007-JC Security Officer Services PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 DocuSign Envelope ID:OB805ADE-4241-45B6-BF11-70DC6F56219C MAMBEACH 00710 FORM OF PERFORMANCE BOND BY THIS BOND, We , as Principal, hereinafter called Contractor, and , as Surety, are bound to the City of Miami Beach, Florida, as Obligee, hereinafter called City, in the amount of Dollars ($ ) for the payment whereof Contractor and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally. WHEREAS, Contractor has by written agreement entered into a Contract, Bid/Contract No.: , awarded the day of , 20 , with City which Contract Documents are by reference incorporated herein and made a part hereof, and specifically include provision for liquidated damages, and other damages identified, and for the purposes of this Bond are hereafter referred to as the"Contract"; THE CONDITION OF THIS BOND is that if Contractor: 1. Performs the Contract between Contractor and City for construction of , the Contract being made a part of this Bond by reference, at the times and in the manner prescribed in the Contract; and 2. Pays City all losses, liquidated damages, expenses, costs and attorney's fees including appellate proceedings, that City sustains as a result of default by Contractor under the Contract; and 3. Performs the guarantee of all work and materials furnished under the Contract for the time specified in the Contract; then THIS BOND IS VOID, OTHERWISE IT REMAINS IN FULL FORCE AND EFFECT. Whenever Contractor shall be, and declared by City to be, in default under the Contract, City having performed City obligations thereunder, the Surety may promptly remedy the default, or shall promptly: 3.1. Complete the Project in accordance with the terms and conditions of the Contract Documents; or 3.2. Obtain a bid or bids for completing the Project in accordance with the terms and conditions of the Contract Documents, and upon determination by Surety of the lowest responsible Bidder, or, if City elects, upon determination by City and Surety jointly of the lowest responsible Bidder, arrange for a contract DocuSign Envelope ID:OB805ADE-4241-45B6-BF11-70DC6F56219C between such Bidder and City, and make available as work progresses (even though there should be a default or a succession of defaults under the Contract 00710 FORM OF PERFORMANCE BOND (Continued) or Contracts of completion arranged under this paragraph) sufficient funds to pay the cost of completion less the balance of the Contract Price; but not exceeding, including other costs and damages for which the Surety may be liable hereunder, the amount set forth in the first paragraph hereof. The term "balance of the Contract Price," as used in this paragraph, shall mean the total amount payable by City to Contractor under the Contract and any amendments thereto, less the amount properly paid by City to Contractor. No right of action shall accrue on this bond to or for the use of any person or corporation other than City named herein. The Surety hereby waives notice of and agrees that any changes in or under the Contract Documents and compliance or noncompliance with any formalities connected with the Contract or the changes does not affect Surety's obligation under this Bond. Signed and sealed this day of , 20 WITNESSES: (Name of Corporation) Secretary By: (Signature) (CORPORATE SEAL) (Print Name and Title) IN THE PRESENCE OF: INSURANCE COMPANY: By: Agent and Attorney-in-Fact Address: (Street) (City/State/Zip Code) Telephone No.: DocuSign Envelope ID:OB805ADE-4241-45B6-BF11-70DC6F56219C ATTACHMENT C SUNBIZ & PROPOSAL RESPONSE TO RFQ DocuSign Envelope ID:OB805ADE-4241-45B6-BF11-70DC6F56219C Florida Department of State DIVISION OF CORPORATIONS "T+� II`iLtnoi Ul C2-1/ RIP DRAT OPE 9n#404/. rr/Port*oritOr tr Department of State / Division of Corporations / Search Records / Detail By Document Number / Detail by Entity Name Florida Limited Liability Company SECURITY ALLIANCE, LLC Filing Information Document Number L02000014775 FEI/EIN Number 01-0719881 Date Filed 06/13/2002 Effective Date 06/12/2002 State FL Status ACTIVE Last Event LC NAME CHANGE Event Date Filed 04/21/2011 Event Effective Date NONE Principal Address 8323 NW 12TH ST. SUITE#218 DORAL, FL 33126 Changed: 04/17/2006 Mailing Address 8323 NW 12TH ST. SUITE#218 DORAL, FL 33126 Changed: 04/17/2006 Registered Agent Name&Address C T CORPORATION SYSTEM 1200 SOUTH PINE ISLAND ROAD PLANTATION, FL 33324 Name Changed: 10/21/2013 Address Changed: 10/21/2013 Authorized Person(s)Detail Name&Address Title CEO MURPHY, WILLIAM DocuSign Envelope ID:0B805ADE-4241-45B6-BF11-70DC6F56219C 8323 NW 12TH ST. SUITE#218 DORAL, FL 33126 Title Vice President-Finance Vasquez, Francis,VP 8323 NW 12TH ST. SUITE#218 DORAL, FL 33126 Annual Reports Report Year Filed Date 2018 02/16/2018 2019 03/01/2019 2020 01/16/2020 Document Images 01/16/2020--ANNUAL REPORT View image in PDF format 03/01/2019--ANNUAL REPORT View image in PDF format 02/16/2018--ANNUAL REPORT View image in PDF format 02/07/2017--ANNUAL REPORT View image in PDF format 02/04/2016—ANNUAL REPORT View image in PDF format 02/13/2015--ANNUAL REPORT View image in PDF format 02/12/2014--ANNUAL REPORT View image in PDF format 11/07/2013--AMENDED ANNUAL REPORT View image in PDF format 10/21/2013—Reg.Agent Change View image in PDF format 09/12/2013—AMENDED ANNUAL REPORT View image in PDF format 09/10/2013—AMENDED ANNUAL REPORT View image in PDF format 08/05/2013--AMENDED ANNUAL REPORT View image in PDF format 03/08/2013--ANNUAL REPORT View image in PDF format 07/12/2012—ANNUAL REPORT View image in PDF format 04/23/2012--ANNUAL REPORT View image in PDF format 01/23/2012—ANNUAL REPORT View image in PDF format 04/21/2011--LC Name Change View image in PDF format 02/10/2011--ANNUAL REPORT View image in PDF format 02/04/2010--ANNUAL REPORT View image in PDF format 03/19/2009--ANNUAL REPORT View image in PDF format 02/06/2008—ANNUAL REPORT View image in PDF format 01/24/2007—ANNUAL REPORT View image in PDF format 04/17/2006--ANNUAL REPORT View image in PDF format 03/09/2005--ANNUAL REPORT View image in PDF format 04/27/2004--ANNUAL REPORT View image in PDF format 04/22/2003--ANNUAL REPORT View image in PDF format 04/04/2003--Amended and Restated Articles View image in PDF format 08/22/2002--Name Change View image in PDF format 06/13/2002--Florida Limited Liabilites View image in PDF format DocuSign Envelope ID:0B805ADE-4241-45B6-BF11-70DC6F56219C Florida Department of State,Division of Corporations DocuSign Envelope ID:OB805ADE-4241-45B6-BF11-70DC61-56219C 1.1 TABLE OF CONTENTS 1 .1 Table of Contents Tab 1 1 .2 Proposal Certification Form (App A-1) Tab 1 1 .3 Questionnaire & Req. (App A-2) Tab 1 1 .4 Minimum Qualifications Req. Tab 1 2.1 Organizational Chart Tab 2 2.2 Relevant Experience Tab 2 3.1 Approach and Methodology Tab 3 4.1 Cost Proposal Tab 4 1 DocuSign Envelope ID:OB805ADE-4241-45B6-BF11-70DC6F56219C 1.2 PROPOSAL CERTIFICATION FORM APPENDIX Al•PROPOSAL CERTIFICATION FORM This document is a REQUIRED FORM that must be submitted fully completed and executed. FAILURE TO SUBMIT THE PROPOSAL CERTIFICATION FORM WITH ITS PROPOSAL SHALL RESULT IN THE PROPOSAL BEING DEEMED NON-RESPONSIVE. Sofdtetion No So6dt len TOR; 2020-007 Security Officer Services PYoa smint r_'u:.aci. Tit EmsN. Jason Crouch 305-673-7000 x26694 jasoncrouchArr iambeachtt,gov PROPOSERS NATE: SECURITY ALLIANCE.ILC NO.OF YEARS IN BUSIEST i6 YEARS NO.OF YEARS IN 8t151RESS LOCALLY: t8 NO.CF EI,IR.OYEES 1{108 OTHER NAME(S)ARCPQSE R HAS OPERATED UNDER IN THE LAST 10 YEARS WA TIME PRIMARY ADDRESS MEilkDOU.IIRIER4 1,123 MN 12 ST SUITE 215 CITY: Dow STATE: FLORIDA ZPCOO: BIN TELEPHONE No.: 30570.6544 TOLL FREE NO.: 1(666)610.7766 FAX NO,: 3/54704515 FIRM LOCAL ADORES& s3 3 NW 12 ST surtE f N! CITY: DORAL STATE FIARme I PIP CODE 33126 PRIMARY ACC MINT RUSENTATNE FOR THIS ENGAGEMENT imam A.muRpHy ACCOUNT REP TELEPIKIPE NO 5Ci-67t1�x5t1 ACCOUNT REP TOLL FREE NO.: I(888)610-7769 ACCOUNT REP EMAIL: BILLMUSECURITYALIANCEGRaP COM FEDERAL TAX IDENTIFICATION No. 0T07116I11 Except as stipulated in General Condition 36, Proposer agrees: to complete and unconditional acceptance of the terms and conditions of this document,elusive of this solicitation,all specdI atklns,attachments,exhibits and appendices and the contents of any Addenda released hereto;to be bound,at a minimum,to any and al spea'trcations,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 pasty 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 al responses,data and information contained in the proposal are true and accurate. Nam d Nearer`s&larimd Re esentedea Tile of Proposer Is Aulrorzed Pewee/eke A ILLIA14 A.MURPHY PRESIDENT 6441#'13 d( DRY: l�, # 11-22-2018 2 DocuSign Envelope ID:0B805ADE-4241-4586-BF11-70DC6F56219C 1.2 QUESTIONNAIRE & REQUIREMENTS AFFIDAVIT APPENDIX A2•QUESTIONNAIRE AND REQUIREMENTS AFFIDAVIT FORM The purpose of this Proposal Certification, Questionnaire and Requirements Atbdawt 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. 'lame at Prize-Aix'a Authorzed Repeaantalivs. Tito of%pow's AuliairsdRwonssoritavor WI.1NM A MURPHY PRE SCENT spn�a lF7y Dee: r 22-zate — — 1 40 Veteran O i Mimes. dentin owed a veteran oed business status? L. YEs -1 )r—T1 No SUBMITTAL REQUIREMENT;Proposers darning veteran owned business status shall submit a documentation proving That firm is certified as a veteran-owned business or a service-disabled veteran awned business by the State of Florida or United States feoerai government.as required pursuant to ordinance 2011.3748. 2. Conflict Of Interest.Al Proposers must disclose,n their Proposal,the name(s)of any officer,director,agent,or mmediate family member(spouse,parent,sibling,and chid)who is also an employee of the City of Miami Beach. Further,all Proposers must discbse the name of any City employee who owns,either directly or indirectly.en interest of ten(10%)percent or more in the Proposer entity or any of its affiliates. N/A SUBMITTAL REQUIREMENT: Proposers must disclose the names)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,elite/directly or-.ndvectty.an interest of ten(10%)percent or more r the Proposer entity or any of its affiliates NfA 3, References 8 Past Performance.Proposer shall attach at least three(3)references for whom the Proposer nas completed work similar in szn and nature as the work referenced in solicitation. Please see attached 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 4. Suspension,Debarment or Contract Cancellation.Has Proposer ever been debarred.suspended or other legal violation,or had a contract cancelled due to non-perfcrmanoe by an bio sector agency? IYES NO SUBMITTAL REQUIREMENT: It answer to above is"YES,"Proposer shall submit a statement detailing the reasons that led to adonis). 5. Vendor Campaign Contributions.Proposers are ev wcted to be or become familiar with,the City's Campaign Finance Reform tans, as codified n 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 compiled with, and shall be subject to any and all sanctions, as prescribed therein,invading disqualification of their Proposals,in the event of such non-compliance Please see attached SUBMITTAL REQUIREMENT: Submit the names of al individuals or end es ;including your sub-consultants) with a controlling financial interest as defined In soliotafon.For each individual or entity with a controlling financial interest indicate whether or not each individual or entity has contributed to the campaign edher directly or indirectly,et a candidate who has been elected to the office of Mayor or City Commissioner for the City of Miami Beach. 6. Code of Business Ethics.Pursuant to City Resolution No.2000.23879,each person or entity that seeks to do business with Me City shall adopt a Code of Business Ethics('Code')and submit that Code to the Procurement Department with its proposal/response or within five(5)days upon receipt of request The Code shall,at a minimum,require the Proposer, to comply with al applicable governmental rules and regulations including,among others,the conflict of interest.lobbying and ethics provision of the City of Miami Beach and Miami Dade County Please see attached SUBMITTAL REQUIREMENT:Proposer shaal attach its Code of Business Ethics In lieu of submitting Code of Business Ethics, Proposer may submit a statement indicating that k wd adopt,as required in the ordinance,the CO of Miami Beach Code of Ethics, available athltb:;!tiwwwvmiarnibeaohfigcv,icily-haNhrecct+rennin(1 rt ement-seta;ed7ordinanr,-arxi-pra-e4ures,' 3 DocuSign Envelope ID:OB805ADE-4241-4586-BF11-70DC6F56219C 7. Living Wage.Pursuant to Section 2-408 of the City of kiwi Beach Code,as same may be amended from time to time,covered employees shall be paid the required livng wage rates listed below 1. Effective January 1,2019,covered employees must be paid a lying wage rate of no less than 511.70 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. The Ilvng wage rale and health care benefits rate may,by Resolution of the City Commission be indexed annualy for intiaboo using the Consumer Price Index for a1 Urban Consumers(CPI-U)hhamifFt.Lauderdale,issued by the U.S.Department of Labor's Bureau of Labor Statistics. Notwithstanding the preceding, no annual index shat 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 fiscaly sound to implement same(in a particular year), Proposers'failure to amply with this provision shall be deemed a material breach under this proposal,under which the City may,at its sole option,immediately deem said Propose'as rmn-responswe, and may further subject Proposer to additional penalties and Ines, as provided in the Cttys Living Wage Ordinance and Procedure, as amended. Further information on the Living Wage requirement is available at httpitiviviesearnheactill.ecnititelialrorocurementiprocurementeelated-ordinance-sackproceduresl Any payvol request made by the City during the contract term shall be submitted electronically via the Clty's electronic compliance portal,LCP Tracker(LCPTra leer.net). SUBMITTAL REQUIREMENT:Indicate below that Proposer agrees to the living wage requirement.Faure to agree shall resrdi ir, proposal disqualification. X YES I NO B. Equal Benefits for Employees with Spouses and Employees with Domestic Partners.Alien awarding competitively solicitea contracts values at over 5100,000 whose contractors maintain 51 or more full tine employees on their payrolls during 20 or more calendar work weeks,the Equal Benefits for Domestic Partners Ordnance 2035.3494 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 Kann Beach,Florida,and the Contractor's employees located in the United States,but outside of the City et Miami Beach limits,who are directly performing work on the contract within the City of Miami Beach. A. Does your company provide or offer access to any benefits to employees with spouses or to spouses of employees? X YES [ ' NO B. Does yore company provide or oiler access to any benefits to employees with(same or opposite sex)domestic partners'or to domestic partners of employees? X YES [ ] No C. Please check a benefits that apply to your answers above and fist in the`other`section any additional benefits riot 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 Tical insurance, BENEFIT Firm Provides for Firm Provides for Firm does not Employees with Employees with Provide Benefit Spouses Domestic Partners Health Yes _yes Sick Leave en no X Frey Medical Leave yes yes BereevernentLeave no no X If Proposer cannot offer a benefit to danestic partners because of reasons outside your control, (erg., 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 docurinentaben.Your Reasonable Measures Appication whir be reviewed for consideration by the City Manager,or his designee. Approval is not guaranteed and the City Manager's decision is final. Further nformation on the Equal Benefits requirement is available at http liwvrww,rnamibeachB.Qovlcity-hail'procurernent'procurement-related cr'c dance-and•proceduresl 4 DocuSign Envelope ID:0B805ADE-4241-45B6-BF11-70DC6F56219C 9. Public Entity Crimes.Section 287.133(2)(a),Florida Statutes.as currently enacted or as amended from time to tinier states that a person or ablate who has been placed on the convicted vendor list following a conviction for a pubic entity crime may not submit a proposal,proposal,or reply on a contract to provide any goods or services to a pubic entity;may not submit a proposal.proposal,or reply on a contract with a pubic entity for the construction or repair of a pudic building or public wok;may not submit proposals, proposals,or replies on teases of real property to a pubic entity,may not be awarded or perform work as a contractor.supplier, subcontractor,or consultant under a contract with any public entity and may not transact business with any public entity in excess of the threshold amount provided in s.287.017 for CATEGORY TWO for a period of 36 months following the date of being placed on the convicted vendor list. SUBMITTAL REQUIREMENT:Proposer agrees to the requirements of Section 287.133,Florida Statutes,and certifies,t has not :Jeer placed on convicted vendor ist.Failure to agree std result in disqualification. X YES NO 10. Non-Discrimination.Pursuant to City Ordinance No.2016.3990,the City shall not enter into a contract with a business unless the cosiness represents that it does not and will not engage in a boycott as defined r:Section 2-375(a)of the City Code,including the etaackisting,divesting from,or otherwise refusing to deaf with a person or entity when such action is based on race,color,national crign religion,sex,intersexuality.gender identity.sexual orientation,marital or familial status,age or disability. SUBMITTAL REQUIREMENT:Proposer agrees it is and shall remain in full compliance with Section 2-375 of the City of Miami Beach City Code.Failure to agree shat result in proposal dquallficabon. X YES I � NO 11. 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 m North Carina and Mississippi. Proposer shall agree that no travel shat 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. SUBMFTTAL REQUIREMENT:Proposer agrees it is and shalt remain in full compliance with Resolution 2016-29375.Failure to agree shall result in proposal disqualification. I X YES 7 I NO 12, Fair Chance Requirement.Pursuant b Section 2-376 of the City Code.the City shall not enter into any coriract resulting from a competitive soicitatico,unless the proposer oertlfes In writing that the business has adopted and employs written poicies,practices, and standards that are consistent with the City's Fat Chance Ordinance,set forth in Article V of Chapter 62 of the City Code('Fair Chance Ordinance'),and winch.among other things,(i)prohibits City contractors,as an employer,from inquiring about an applicant's criminal history until the applicant is green a; rnnitiartaf offer of employment(l prohibits advertising of employment positions with a statement that an Individual with a crirrvnat record may not apply for the position, and(iii) prcd*ats placing a statement on an employment application that a person with a Grin hal record may not aptly for the position. SUBMITTAL REQUIREMENT:Proposer certifies that it has adopted pokies,practices and standards consistent with the City's Fair Chance Ordinance. Proposer agrees to provide the City with supporting documentation evidencing is compiacrce upon request. Proposer further agrees that any breach of the representations made herein shall constitute a material breach of contract,and shall entitle the City to the remedial.termination for cause of the agreement.a addition to any damages that may be available at law and in equity Failure to agree shall result in proposal disquakficllon X ] YES I NO 13. Acknowledgement of Addendum. .Atter issuance of solicitation the City may rebase one or more addendum to the solicitation Mich may provide additional information to Proposers Cr alter solicitation requirements.The City rwi strive to reach every Proposer having received solicitation through the Citys e-procuremen' system, PubiicPurchasecom. however, Proposers are solely responsibie for assuring they have received any and all addendum issued pursuant to solidtalon This Acknowledgement of Artdendun section certifies that the Proposer has received all addendum released by the City pursuant to this sokitation.Failure to obtain and acknowledge receipt of all addenda may result rr proposal disqualification. tided to Confirm initial to Confirm WWI to Confirm Receet Receipt ( • 4 Addendum I Addendum 6 Addendum 11 • Addendum 2 Addendum 7 Addendum 12 Addendum 3 Addendum B Addendum 13 1 ', �� . Adnrdum 4 Addendum 9 Addendum 14 Addendum 5 Addendum 10 Addendum 15 5 DocuSign Envelope ID:OB805ADE-4241-45B6-BF11-70DC6F56219C Appendix A-2 Attachment 3. References & Past Performance Miami-Dade Count WASD Securit Guard Services Customer Contracting POC Technical POC Miami-Dade County WW ASU Fredrick Taylor 111 NW 1st Street, 24th Floor, Fredrick.Taylor@miamidade.gov Miami, FL 33128 305-375-1078 Contract number and Type Contract size Period and Place of Performance RFP-00188 Contract Value: $31,000,000 September 1, 2017 — Security Guard Services Personnel Employed: 55 September 1, 2021 Time &Material armed and unarmed officers Miami, FL Description of Work. Security Alliance has been providing security services to Miami-Dade County continuously for 14 years. All of these services have been at various facilities of all kinds, located in multiple geographic Sectors. Security Alliance has provided security services for the Miami-Dade County WASD facilities located in Sector 1-D,since September of 2017. The services have spanned 9 different locations, utilizing both Level 2 and Level 3 services. Armed security patrols secure several of the larger facilities, such as Alexander On and Blackpoint. Other locations call for services inside smaller properties with Level 2 armed services. Service schedules have proven to be subject to change on short notice. Security Alliance has been able to meet the demands of the County throughout the term. Comparability to the Work Required under this Solicitation: The work SA provides for the Miami-Dade County WASD is similar to the work required under this contract. We provide 24/7 coverage for 9 different service locations in our coverage area. Additionally, SA provides a 24-hour Dispatch Center and dedicated supervision team. Prime Contractor or Subcontractor: Security Alliance is the prime contractor. Project Results: We are in the third year of a 9-year contract. Security Alliance continues to receive very positive feedback regarding our performance. 6 DocuSign Envelope ID:0B805ADE-4241-45B6-BF11-70DC6F56219C Miami-Dade Coun Public Housin_• Securi Guard Services Customer Contracting POC Technical POC Miami-Dade County Public Housing Fredrick Taylor 11 1 NW 1st Street, 24th Floor, Fredrick.Taylor@miamidade.gov Miami. FL 33128 305-375-1078 Contract number and Type Contract size Period and Place of Performance RFP-00281 Contract Value: $31,000,000 September 1, 2017 — Security Guard Services Personnel Employed: 55 September 1, 2021 Time & Material armed and unarmed officers Miami, FL Description of Work. Security Alliance has been providing security services to Miami-Dade County continuously for 14 years. All of these services have been at various facilities of all kinds, located in multiple geographic Sectors. Security Alliance has provided vehicle patrols, access control, and incident response services for the Miami-Dade County public housing facilities, through a contract with ISD, since September of 2017. The services have spanned 9 different locations,utilizing both Level 1 and Level 2 services. Armed security patrols secure several of the larger districts, such as Annie Coleman and Liberty Square. Other locations call for services inside single building properties with Level 1 unarmed services. Service schedules have proven to be subject to change on short notice. Security Alliance has been able to meet the demands of the County throughout the term. Comparability to the Work Required under this Solicitation: The work SA provides for the Miami-Dade County Housing contract is the same to the work required under the City of Miami. Additionally, SA provides a 24-hour Dispatch Center, dedicated project manager and supervision team. Prime Contractor or Subcontractor: Security Alliance is the prime contractor. Project Results: Security Alliance has received very positive feedback from the customer regarding our performance. 7 DocuSign Envelope ID:OB805ADE-4241-45B6-BF11-70DC6F56219C City of Miami Beach Security Guard Services ustamerontracting POC Technical POC City of Miami Beach Cristina Diaz Ronald Chapman 1700 Convention Center Dr Phone: 305-673-7400 Ronaldchapman@miamibeachfl.gov Miami Beach, FL 33139 305-673-7067 Contract number and Type Contract size Period and Place of Performance 03-04 05/06 Security Services Contract Value: $18,000,000 May 2007—April 2016 Time &Material Personnel Employed: 80 Miami Beach, FL unarmed officers Description of Work The City of Miami Beach uses the services of unarmed security officers to provide access control and patrol functions throughout key City properties, public venues, and parking facilities. The services call for patrols on foot, bicycle, golf cart and marked security vehicles, and cover the City's Boardwalk, Beachwalk, Lincoln Road, and City parks. Security is also provided for every City-owned parking garage, City Hall, and one gated residential community (a Special Taxing District). Security Alliance provides all the manpower, supplies, and equipment, to include vehicles, golf carts and bicycles. We also supply a dedicated supervisory force (two per shift) and a dedicated manager for services at Miami Beach. All patrol locations are required to use the DEGGY® brand of patrol tour management systems with the patrol tour reports being downloaded weekly and supplied to the City as backup for invoicing. Prime Contractor or Subcontractor: Security Alliance was the prime contractor. Project Results: Security Alliance provided services to the City of Miami Beach from 2006 through 2015. For the last 6 years of the contract, there were no documented performance deficiencies or penalties. 8 DocuSign Envelope ID:OB805ADE-4241-4586-BF11-70DC6F56219C Appendix A-2 Attachment 5. Vendor Campaign Contributions Security Alliance Financial Interest Name Contribution made to City of Miami Beach Mayor/Commissioner 1. William A. Murphy—President (9% owner) No 2. SAIG, LLC —Owner (91% owner—8 shareholders) No Bottom of page intentionally left blank 9 DocuSign Envelope ID:OB805ADE-4241-45B6-BF11-70DC6F56219C Appendix A-2 Attachment 6. Code of Business Ethics Security Alliance, LLC certifies that it will adopt, as required in the ordinance, the City of Miami Beach Code of Ethics. The Code of Ethics will apply to RFP 2020-007-JC Security Officer Services contract. Company Name: Security Alliance, LLC Authorized Representative: William A. Murphy Signature: 'William t. .vluryhy Date: 11-22-2019 10 DocuSign Envelope ID: 0B805ADE-4241-45B6-BF11-70DC6F56219C GREATER MIAMI CHAMBER OF COMMERCE MODEL CODE OF BUSINESS ETHICS STATEMENT OF PURPOSE The Greater Miami Chamber of Commerce ('GMCC') seeks to create and sustain an ethical business climate for its members and the community by adopting a Code of Business Ethics, The GMCC encourages Its members to Incorporate the principles and practices outlined here in their Individual codes of ethics which will guide their relationships with customers, clients and suppliers. This Model Code can and should be prominently displayed at all business locations and may be incorporated into marketing materials. The GMCC believes that its members should use this Code as a mode' for the development of their organizations'business codes of ethics, This Model Code Is a statement of pnnceoles to help guide decisions and actions based on respect for the importance of ethical business standards in the community.The GMCC believes the adoption of a meeninghtl code of ethics is the responslldiy of every business end professional organitali on. Compliance with Government Rules&Regulations • . We will property maintain all records and post all licenses and certificates in prominent places easily seen by our employees and customers; • in dealing with government agencies and employees,we witl conduct business in accordance with all applicable rules and regulations and in the open; ▪ We will report contract Irregularities and other improper or unlawfu' business prectkes to the Ethics Commission, the Office of Inspector General or appropriate law enforcement authorities. fecruitment,Selection 8 Compensation of Vendors and Suppliers • We will avoid conflicts of interest and disclose such conflicts when identified; • Gifts which compromise the integrity of a business transaction are unacceptable; we will not kick back any portion of a contract payment to employees of the other contracting party ar accept such a kickback. Business Accounting • Ail our financial transactions will be properly and fairly recorded in appropriate books of account, and there will be no "off the books" transactions or secret accounts. Promotion and Sales of Products and Services • Our products will comply with all applicable safety and quality standards; • We will promote and advertise our business and its products or services in a manner which is not misleading and does not falsely disparage our competitors; DointLBusiness with the Government 11 DocuSign Envelope ID:OB805ADE-4241-45B6-BF11-70DC6F56219C 1 • We will conduct business with government agencies and employees in a manner which avoids even the appearance of impropriety. Efforts to curry political favoritism are unacceptable; • Our bids will be competitive, appropriate to the bid documents and arrived at independently; • Any challenges to contracts awarded will have a substantive basis and riot be pursued merely because we are the unsuccessful bidder; • We will, to the best of our ability, perform government contracts awarded at the price and under the terms provided for In the contract. We will not submit inflated invoices for goods provided or services performed under such contracts, and claims will be made only for work actually performed We will abde by all contracting and subcontracting regulations. • We will not, directly or indirectly, offer to give a bribe or otherwise channel kickbacks from contracts awarded, to government officials, their family members or business associates. • We will not seek or expect preferential treatment on bids based on ow participation in political campaigns. Public Life and Political Campaigns • We encourage all employees to participate in community life, public service and the political process; • We encourage all employees to recruit. support and elect ethical and qualified pubic officials and engage them in dialogue and debate about b.isiness and community issues; • Our contnbutions to political parties, committees or individuals wiil only be made in accordance with applicable law and wili comply with all requirements for public disclosure. All contributions made on behalf of the business must be reported to senior company management; • We will not contribute to the campaigns of persons who are connoted felons or those who do not sign the Fair Campaign Practices Ordinance. • We wilt not knowingly disseminate false campaign information or support t case who do •I iL Ll 4 / • ur+ _LLC Wi ►lura • Mor Y C mpany Name Corporate Officer 11.7)-(9 Date 12 DocuSign Envelope ID:0B805ADE-4241-45B6-BF11-70DC6F56219C 1.4 MINIMUM QUALIFICATIONS REQUIREMENTS State of Florida Security B License YlFLORIDA DEPAR1WNT OF AGRICULTURE AND CONSUMER SERVICES .4. i F'709_ �,; E NICOLE"NIKKI"FRIED ..:- COMMISSIONER i'� 06/10/19 DIVISION OF LICENSING 7 ✓ B 2100072 LICENSE NUMBER DATE ISSUED DATEOF EXPIRATION tsSECURITY ALLIANCE LLC. 8323 NW.12 STREET 07/18/22 SUITE 218 1 tip i ' DORAL,FL 33126 =1 r `:a MURPHY,WILLIAM ANTHONY,PRESIDENT It i 4a`,. ,,' THE SECURITY AGENCY NAMED ABOVE IS LICENSED AND REGULATED UNDER THE PROVISIONS OF CHAPTER 493,FLORIDA STATUTES. -:4 : n 4ii NICOLE"NIKKI'FRN COMMISSIONER . 4.,ruri.w. " - �yS "- ' _ c kyr` 13 .JocuSign Envelope ID:0B805ADE-4241-45B6-BF 11-70DC6F56219C 2.1 ORGANIZATIONAL CHART Security Alliance's Organization Chart for City of Miami Beach IWILLIAM MURPHY President SA Contract Administrator Manages contract compliance,modifications I ANGEL ROSADO &changes RANTER ROQUE VP Operations Contractual Point of Director of Training Corporate SO Contact for the City QA Monitor Point of Contact for the Audits contract County compliance Oversees all daily security Assists in performance operations ANTHONY SOCARRAS improvement I BEATRIZ MULET VANESSA PAULEY --- Ensures all requirements Project Manager --_ _— --- -a Director of Operations Recruitment Manager are met 111 e.,.tat Coordinator nsures ••r s are Candidate recruiting properly equipped,trained, Manages sign in/sign out recruiting Applicant Interviews scheduled,and performing Coordinates guard A PpI to standard communication Hiring Packages Ensures all requirements Manages Incident reports and standards are met Focal point of operational Liaison between City and communications ALEX LEGRA SA Vetting/Packet Preparation JUAN ORTIZ i Dispatch Team Background checks Project Manager Assistant Dispatch Supervisor Drug tests Nllhan Valedon Assists the PM in his duties Employment verification Dispatcher through E,vgn(y A.Capote Dispatcher I CMB Supervisor T.Morgan V DAWN FONG Level Timekeeping/Invoice Dispatcher support Responsible for SO personnel R.Gonzalez on(site)performance, respond to any issue,all Dispatcher Verily timesheets site/post inspections E.Disterfarw. Billing and payroll support Responds to on-site emergencies CMB LEVEL I EMI LEVELII CMS LEVEL III CMB LEVEL IV SECURITY OFFICER SECURITY OFFICER SECURITY OFFICER SECURITY OFFICER 14 DocuSign Envelope ID:OB805ADE-4241-45B6-BF11-70DC6F56219C 2.2 RELEVANT EXPERIENCE OF PRIME PROPOSER Founded in 2001, the management of Security Alliance brings significant experience in providing security to large operations and government entities. In 2002, Security Alliance President, David Ramirez, and his staff handled the transition into more than twenty (20) service locations, in five (5) states, for Rooms-To-Go. Both the current President of Security Alliance, William Murphy, and the Director of Operations, Angel Rosado, have been intimately involved in security operations at many government facilities over the past thirty(30)years. While at a previous employer, both William Murphy and Angel Rosado were the top operational personnel for security guard service operations at federal, state, and local government facilities. As the project manager for both a federal and a county contract, Mr. Murphy was the primary point of contact for the government, on contract security operations that each required over seventy-five (75)personnel posted at multiple(in excess of 25) service locations. As the Senior Vice-President of that previous employer, Security Alliance President William Murphy was ultimately responsible for all security operations at over 125 service locations, including remote locations, requiring over 1,000 employees. Mr. Murphy was the project manager for both the Miami (over 75 high-level armed personnel) and the Fort Lauderdale (approximately 20 high-level armed personnel) General Services Administration (Now DHS) contracts for the United States Federal Government. He was also the contract manager for a Miami-Dade County GSA contract requiring over 150 armed and unarmed security personnel at over fifty(50) separate service locations. More recently, Security Alliance operated security services under multiple contracts with Miami- Dade County and completed a 9-year run with the City of Miami Beach. Security Alliance is the current provider of services to three (3) separate US Embassy projects overseas; and has worked internationally for customers including the European Union, the United Nations, the International Development Bank, the government of the Netherlands, the government of Brazil, American Airlines and Southwest Airlines. Security Alliance currently operates approximately 33,000 hours per week of security guard services, 14,000 of which are in South Florida. Current customers include Miami Dade County (three (3) separate contracts), Miami Dade College, several federal government contracts, and many non-government clients including Johnson and Wales University, the Graham Companies of Miami Lakes,the Homestead Miami Speedway and the Miami Seaquarium Listed below are descriptions of some of our most relevant service contracts: 15 DocuSign Envelope ID:0B805ADE-4241-45B6-BF11-70DC6F56219C Miami-Dade Coun WASD Security Guard Services Customer Contracting POC Technical POC Miami-Dade County WASD Fredrick Taylor 111 NW 1st Street, 24th Floor, Fredrick.Taylor@miamidade.gov Miami, FL 33128 305-375-1078 --_ Contract number and Type Contract size Period and Place of Performance RFP-00188 Contract Value: $31,000,000 September 1, 2017 — Security Guard Services Personnel Employed: 55 September 1, 2021 Time & Material armed and unarmed officers Miami, FL Description of Work. Security Alliance has been providing security services to Miami-Dade County continuously for 14 years. All of these services have been at various facilities of all kinds, located in multiple geographic Sectors. Security Alliance has provided security services for the Miami-Dade County WASD facilities located in Sector 1-D, since September of 2017. The services have spanned 9 different locations, utilizing both Level 2 and Level 3 services. Armed security patrols secure several of the larger facilities, such as Alexander On and Blackpoint. Other locations call for services inside smaller properties with Level 2 armed services. Service schedules have proven to be subject to change on short notice. Security Alliance has been able to meet the demands of the County throughout the term. Comparability to the Work Required under this Solicitation: The work SA provides for the Miami-Dade County WASD is similar to the work required under this contract. We provide 24/7 coverage for 9 different service locations in our coverage area. Additionally, SA provides a 24-hour Dispatch Center and dedicated supervision team. Prime Contractor or Subcontractor: Security Alliance is the prime contractor. Project Results: We are in the third year of a 9-year contract. Security Alliance continues to receive very positive feedback regarding our performance. 16 DocuSign Envelope ID:0B805ADE-4241-45B6-BF11-70DC6F56219C Miami-Dade Coun Public Housin Securi Guard Services Customer Contracting POC Technical POC Miami-Dade County Public Housing Fredrick Taylor 111 NW 1st Street, 24th Floor, Fredrick.Taylor@miamidade.gov Miami. FL 33128 305-375-1078 Contract number and Type Contract size Period and Place of Performance RFP-00281 Contract Value: $31,000,000 September 1, 2017 — Security Guard Services Personnel Employed: 55 September 1, 2021 Time & Material armed and unarmed officers Miami, FL Description of Work. Security Alliance has been providing security services to Miami-Dade County continuously for 14 years. All of these services have been at various facilities of all kinds, located in multiple geographic Sectors. Security Alliance has provided vehicle patrols, access control, and incident response services for the Miami-Dade County public housing facilities, through a contract with ISD, since September of 2017. The services have spanned 9 different locations, utilizing both Level 1 and Level 2 services. Armed security patrols secure several of the larger districts, such as Annie Coleman and Liberty Square. Other locations call for services inside single building properties with Level 1 unarmed services. Service schedules have proven to be subject to change on short notice. Security Alliance has been able to meet the demands of the County throughout the term. Comparability to the Work Required under this Solicitation: The work SA provides for the Miami-Dade County Housing contract is the same to the work required under the City of Miami. Additionally, SA provides a 24-hour Dispatch Center, dedicated project manager and supervision team. Prime Contractor or Subcontractor: Security Alliance is the prime contractor. Project Results: Security Alliance has received very positive feedback from the customer regarding our performance. 17 DocuSign Envelope ID:0B805ADE-4241-45B6-BF11-70DC6F56219C Local Guard Services, American Embass , Belmo•an, Belize LClient Contracting POC Technical POC US Department of State, PO ' Brandon Humphrey RSO Box 9115, Rosslyn Station, Humphreybr(a�state.gov Kirk Heim Alexandria, VA 22219 I Phone: (501) 822-4011 Phone: (501) 822-4011 Contract number and Type Contract size Period and Place of Performance 19AQMM19C0002 Contract Value: $5.5 February 2019—January 2024 Time & Material million Belmopan, Belize Personnel Employed: 65 Labor hours per week Guard Force Commander: 37.5 Supervisor: 168 Senior Guard: 336 Guard: 1502 Guard/Driver: 168 Description of Work. Security Alliance performs all security functions required to protect personnel and assets at the US Embassy compound, residential compound, and Peace Corps compound in Belmopan, Belize. Our security staff provides access control, security screening, security patrols (vehicle and foot patrols), static posts, and incident response functions. Comparability to the Work Required under this Solicitation: The work performed under this contract is marginally relevant to the work required under this solicitation. Specifically, we protect personnel and assets at critical locations, including protecting sensitive facilities, communications, and information. We maintain a surge capability of up to 20% of the guard force at all times. Degree of Public Contact: Security Alliance personnel are the first line of defense for the Chancery and all US Mission related facilities. As such, we are the first point of contact for all entering personnel, whether entering by vehicle or on foot. We follow established protocols for delivering customer service while continuing to maintain the security of the facilities. Prime Contractor or Subcontractor: Security Alliance is the prime contractor. Project Results: As direct evidence of our success, Security Alliance began providing security services in 2009 and, after the successful completion of the first full three (3) year contract term (including all Option periods), Security Alliance was awarded a 5-Year follow on contract. In January of 2019, Security Alliance was awarded a second follow-on contract for another five (5)years through 2024. 18 DocuSign Envelope ID:OB805ADE-4241-45B6-BF11-70DC6F56219C Armed Security Guard Services, New Orleans, Louisiana Customer `' iC Technical POC J US Army Corps of Engineers Melissa K.Kohen Charles Zammit New Orleans District, Melissa.K.Koehn@usace.army.mil Charles.R.Zammit New Orleans, Louisiana @usace.army.mil Contract number and Type Contract size Period and Place of Performance W912P8-13-C-0003-P00020 Contract Value: $9,350,000 June 2006—May 2018 Time & Material Personnel Employed: 38 New Orleans, LA armed security officers Description of Work. Security Alliance provided Armed Level II security services for the New Orleans District of the US Army Corps of Engineers. Services included access control and screening at two facility access points, mobile patrol services, and static post services at a remote facility. Armed personnel were required to meet physical standards and qualify in accordance with weapons proficiency guidelines. Comparability to the Work Required under this Solicitation: The work SA provided for the USACE in New Orleans is similar in that there is some functional crossover. Security provided access control, screening, mobile patrol, and static post functions in accordance with government provided post orders. SA has demonstrated the capability to provide high level services in a branch operation, providing all the resources and support necessary to operate, including fleet services and HR support. 19 DocuSign Envelope ID: OB805ADE-4241-45B6-BF11-70DC6F56219C Security Alliance currently operates seven (7) separate large contracts Miami-Dade County ISD (Housing) (Approx. 1,900 hours per week) Contract Period: 2017 -2020 Miami-Dade County WASD (Approx. 1,800 hours per week) Contract Period: 2017 -2026 Miami-Dade College (Approx. 1,7000 hours per week) Contract Period: 2007 -Present US Embassy—Belmopan, Belize (Approx. 2,300 hours per week) Contract Period: 2009 - 2024 US Embassy—Quito, Ecuador (Approx. 6,500 hours per week) Contract Period: 2010 - 2022 US Embassy— Paramaribo, Suriname (Approx. 3,000 hours per week) Contract Period: 2011 -2022 Bell Helicopter—Amarillo, Texas (Approx. 1,700 hours per week) Contract Period: 2015 -2020 Other large customers include the European Union, the United Nations, the Government of Brazil, Johnson and Wales University, and the Graham Companies of Miami Lakes. Since our founding in 2001, Security Alliance has provided security guard services for more than 20 contracts that each exceeded 1,500 hours per week. 20 DocuSign Envelope ID: OB805ADE-4241-4586-BF11-70DC6F56219C 3.1 APPROACH & METHODOLOGY Below, Security Alliance submits detailed information on the approach and methodology that the Proposer and its team has used in past in engagements in providing the scope of services described herein with a focus on the following, at a minimum. A. Past experience and approach to conducting security assessments At Security Alliance we adhere to the notion that our clients and the general public expect us to comply with regulatory requirements, minimize legal liability, accept fiduciary responsibility and meet security requirements to maintain continuity of operations, reputation and customer/client confidence. Research and constant re-evaluation of our processes drive our efforts in identifying and implementing best practices, assuring our role as industry leaders by providing the highest level of service for our stakeholders. Security Alliance has always offered to provide security assessments for its customers. Security Alliance, through its consulting division, will have subject matter experts survey the location(s) and assess the existing security assets and the vulnerabilities and risks associated with those potential weaknesses. Areas analyzed include physical security attributes, technological enhancements and security protocols and practices. Security Alliance will then provide a written security survey including recommendations for improvements to the security environment of the customer. B. Crime prevention strategies Without exception, successful crime prevention strategies are developed with input and cooperation of the local law enforcement, the security team and the entire business (or community) at large. Security Alliance brings more than 150 years of combined experience in the management of security, military and law enforcement operations to the table, including former high-ranking police professionals and former military training professionals. For each location of service, Security Alliance will coordinate the meetings with law enforcement and the facility stakeholders to help development and optimal crime prevention strategy. Further, we will assist in tracking the success of the program, providing periodic reporting, and spearheading any necessary changes to the strategies developed. C. On-going training provided to Security Alliance officers All security officers on the City of Miami Beach security project will have completed Florida's mandated security training course for licensure as a security officer. In addition to the state 21 DocuSign Envelope ID:OB805ADE-4241-4586-BF11-70DC6F56219C mandated training, Security Alliance, LLC will provide additional basic security training through its own, Security Alliance Training Academy, to include instruction on the following topics: • Customer Service/Public Relations • Crisis Prevention/Intervention • Tourist Interaction • Crime Prevention • Situational Role-plays —homeless, • Script/public response development nuisance, intoxicated subject, revelers etc • Code of Conduct • Uniform and Personal Appearance Standards • Use of Force Policy • Health and Safety Plan • Terrorism Awareness • Access Control • Legal Issues in Security • Patrol Techniques • Fire Response Procedures • Report Writing Skills • Interpersonal Skills • Courtroom Testimony • Equipment Familiarization • Conflict Resolution • Ethics and Code of Conduct • Emerg. Mgmt/Crisis Response Security Alliance will provide additional training in the form of site-specific classroom training, site training, and specialized training, including CPR. The site-specific classroom training will discuss the common elements of the provision of security services with a public service mentality at all City of Miami Beach post locations. All candidates for assignment will be taught how to answer general information questions (and which questions not to answer) about the City of Miami Beach facilities and how to guide authorized visitors within the facilities. They will learn the names, locations and functions of the major tenants of the facility and the names and positions of key facility personnel. The classroom training will consist of four(4)hours of training. The site specific OJT will be supervised by the Project Manager and Site Supervisors for the City of Miami Beach and will review the specific post orders for each post and each location. Officers will learn about all time sensitive duties, and all facility safety and maintenance systems. Security will learn how to respond to signals or malfunctions in facility systems and understand the chain of command and contact lists for each contingency. This site-specific training will consist of eight(8) to sixteen (16) hours of site training, depending on the post and complexity. Orientation and classroom training for the project will be conducted at our own state-licensed security training school by our Director of Training. Site Training will begin at the City of Miami Beach five (5) days prior to the commencement of service. 22 DocuSign Envelope ID: OB805ADE-4241-45B6-BF11-70DC6F56219C Security Alliance further proposes to coordinate with the City of Miami Beach Police Department for the development of some Active Shooter trainings, drills and exercises. Procedures and Process Review Security Alliance will administer tabletop exercises and emergency action drills to evaluate weaknesses in current procedures and potential breach points. Based upon the results of these drills, we will work with the City of Miami Beach to modify and improve the current SOPs and Emergency Action Plans for the guard force. Security Alliance leadership will be dynamically engaged with the efforts of our security team on this contract. SA leadership will constantly endeavor to ensure that the best possible service is being provided to the CMB. The only way this can occur is the through the utility of our senior security experts and the focus on applying best security practices that have been learned in some of the most difficult scenarios. We understand that flexing to the situation is critical to success and we will ensure our people, procedures and capability are well suited to best delivery of service. Potential Drill Evaluation Areas • Emergency Action Response • Crowd Mitigation • Elevated Terror Alerts • Law Enforcement Augmentation • Event Management D. Security Alliance process for preparing for emergency events and special events Security Alliance's Emergency Action Plan addresses our preparation for and response to disaster and emergency events, including hurricanes, civil unrest or disorder, terrorist events, and more. Our plan always ensures continuity of operations including full coverage of posts (including shift changes), as well as any mandated relocations. Points of contact will be set up between Security Alliance assigned security personnel, and all appointed by the City of Miami Beach personnel. For special events, Security Alliance will conduct special meetings with the affected CMB Department(s) (Police Department or Parking Department) to gain a thorough understanding of their needs, and then develop a special event driven staffing plan for each event. Security Alliance will also make special arrangements for parking of its personnel, including the transportation of some personnel from areas where there is free parking to their assigned work locations. See Attachment on the following pages - Security Alliance Emergency Action Plan 23 DocuSign Envelope ID:OB805ADE-4241-45B6-BF11-70DC6F56219C security EMERGENCY ACTION PLAN (EAP) HURRICANE EMERGENCIES & OPERATIONS DEPLOYMENT (HURE OD) AFTER . STORM July 1,2019(REV) 24 DocuSign Envelope ID:OB805ADE-4241-45B6-BF11-70DC6F56219C Security ERReSTQ' SECURITY ALLIANCE July 1,2019 EMERGENCY ACTION PLAN (EAP) HURRICANE EMERGENCIES & OPERATIONAL DEPLOYMENTS (HUREOD) S-�E APL AN 07012019 HUREOD EAPLA_Y S1 M L-.RI' 1. MISSION: To provide guidance and assign responsibihty for emergency response of Security Alliance and any C:rent that may request our services during periods of severe weather associated with tropical storms and hurricanes or any other situation that Security Alliance is tasked with providing security at a moment's notice. 2. CONCEPT OF OPERATIONS: The Operations Director(OD)will order this plan executed based on information received from the National Hurricane Center(NHC)storm advisones.and from security Alliance Chea.. 3. OPERATIONS TO BE CONDUC a. Deployment: The decision to deploy personnel and resources will be lAW Annex X of this plan.See Annex C for detailed procedures to be followed. Deploying personnel and equipment will follow the recall procedures detailed in Annex R when the O.D.directs execution of this EAR b Foreign Use of Resources. Rapidly deploying storm systems and deployment notice of less than 24 hours may deny enough time for deployment of resources from Local Security Alliance resources In this event.the O.D.will direct emergency deploying of non-Secant} Alliance resources. See OPLAN 10 for emergency deployment of foreign resource:procedures. 4. KEY ASSUMPTIONS. a. Accurate and timely hurricane tropical storm advisories and information gathering procedures from our Client's will be received to permit orderly implementation of this plan. b Deployment hour("13-hour)will be established in enough time to permit implementation of officer and equipment delivery at target sites. c. Minimum support personnel and equipment will be provided by the areas where support is needed,Security Alliance will provide these resource:as they come available. d Al]deploying personnel and equipment will be recalled in enough time so as not to hamper Security Alliance day to day operation:under this plan. 5. COMMAND RELATIONSHIP: Normal.Deployed(IDA)personnel-equipment will deploy at the direction of the O.D.and his extended staff. 6. LOGISTICS: See Annex D 25 DocuSign Envelope ID:0B805ADE-4241-45B6-BF11-70DC6F56219C Seciii' i AFTER ire►STORM mance SECURITY ALLIANCE July 1,2019 EMERGENCY ACTION PLAN (EAP) SA EAPLAN 07012019 HUROD TABLE OF CONTE'S'TS COl iTENTS PAGE Plan Summary 1 Table of Content 2 Basic Plan 3 d n Annex A-Tasked Organizations A-1 Annex C-Operations Annex D-Logics D-1 Annex X-Execution Checkhst Appendix 1-Operation:,Director Checklist X-1-1 Appendix 2-Supply Checkhst X-2-1 drrn X-2-2 Appendix 3-Dispatcher Checklist X-3-1 Appendix 4-Deployment Supervisor X-4-I Annex Z-Distribution Z-1 Annex Q-Definitions of Acronyms 23 3 26 DocuSign Envelope ID: OB805ADE-4241-45B6-BF11-70DC6F56219C Security a TERi sTO i Alumnae SECURITY ALLIANCE July 1,2019 EMERGENCY ACTION PLAN (EA) SA E.3,PLAN 07012019 Ht ROD BASIC PLAN REFERENCE: OPLAN32-1 TASKED ORGANIZATIONS: See Annex A 1. SITUATION: Due to Secunty Alliance location in the State of Flonda. we are periodically subjected to severe weather associated with tropical:tortes or hurricane:.AL-o.Security Alliance expanding our :evinces and in meeting our obligations to our Client:. When such situation;are forecasted or implemented. ill department: will take precaution to provide the maximum protection to our Clients resources. Task department_ will assemble thea member:. support personnel and equipment for deployment as necerarv. a. Weather Information: 1) The Nation.Hurricane Center i`ll-IC)will provide hurricane tropical stoma advisory service. 2) For the Client:.the Client Operations Center(COC)wi l provide in:tructions for implementing additional security posting:and openings of shelter. 3) Clients of Commercial account:will provide information on what their tasking will be for deployment. b. Assumptions: 1) The Vice President of Operations for Security Alliance will receive accurate and timely hurncane.tropical storm advr:ones as well a:maintaining contact with the Client and it representatives to permit orderly implementation of the EAP. If the advance warning is not enough to permit orderly progression from Hurricane Condition: IV to Hurricane Conditions H.accelerated actions will be taken by all tasked department to accomplish a rapid change from normal operation:to the designated condition. -) Deployment Hour will be established in enough time to permit implementanon of the deployment schedule 3) Temporary Deployed Officers(TDO)will be recalled in enough time:o a:not to interfere with the implementation of din EAPLAN. c. Definitions: 1) Tropical Storm'Humcane Advisones Advisories are issued by the National Hurricane Centel (AHC) (These advisories will be reviewed and disseminated by the D.O and his staff). 2) Severe Weather Severe Weather is any weather.which can cause damage to C Gent.property.resource:.materia. and personnel. 3) Hurricane Force Winds: Wind:of 64 knots or higher are classified a:hurricane force winds. However_all planning actions will be based on forecast arrival of winds of 50 knot or grater as follows: 4 27 DocuSign Envelope ID:OB805ADE-4241-45B6-BF11-70DC6F56219C Security aFTERTIDSTI '[ Affiance SECURITY ALLIANCE July 1.2019 EMERGENCY ACTION PLAN (EAP) (a) HURRIC ANE CONDITION I'V 72 hour;prior to amval of 50 knots winds. (b) HURRIC ANE CONDITION III: 48 hours prior to arrival of 50 knot winds. (c) HURRIC ANE C O\DITION II: 24 hours prior to arrival of 50 knots wends. (d) HURRICANE C ONDITION I: 12 hours prior to amval of 50 knot wind:. 2. MISSION. To retain the secunry providing capability of Security Alliance to our entire C:tent contract.through resource deployment and enuring that our Client':property. resources. material;. and personnel are evacuated or secured during period of designated severe weather or emergency talking from the C herr 3. E2 C UTION: a. Concept of Operations: 1) General Upon receipt of a hurricane tropical :toren advisor.- that indicates a threat to our Clients property. resources, materia'_:. and personnel the D.O. will initiate precautionary actions for the protection of property. resources. material:. and personnel. The decision to deploy resources will be made by the D.O. and the management staff of Security Alliance. 2) DEPLOYMENT When the decision to deploy resource:is made.all available resource:will be prepared to be deployed to areas where the taskmg i; required If no resource is available for the taking the resource: of subcontracted assistance will be procured to protect ow Client's mterest.All precautionary and protective measure: to prevent damage to or loss of equipment and'Our..to personnel will be taken.(See Annex DI. b. TASK DESCRIPTION (_) The Direct or of Operations D.O.)will. a. Declare hurricane conditions for Security Alliance based on weather forecast b. Direct all departments to review•EAP and prepare to implement applicable porton. c. Have direct contact with Client:and their staff to facilitate the EAP. (2) The Emergency Action Coordinator(EAC)will: a. C aord,nite the dt;:enunaton of hurricane!tropical storm advisories to action agencies and deploying teams a; they are received from the weather:mice. Initiate recall of a..Emergency Service Team:(EST)personnel as directed by the D.O. 28 DocuSign Envelope ID:OB805ADE-4241-45B6-BF11-70DC6F56219C Security :�FTERT,iiima„, t are SECURITY ALLIANCE July 1,2019 EMERGENCY ACTION PLAN (EAP) c. Coordinate all calls with dispatcher for proper logging of information. d. Coordinate the immediate reporting.the receipt of and advisory of impending severe weather conditions to al: EST's deployed. e. Coordinate the immediate reporting of hurricane conditions statues to all EST Commander:Deployed. f Coordinate the deployment of EST's and r or Subcontracted Resources(SR)with the Client's Representative (CR)in the tasking areas. g. Maintam a constant check on the weather conditions. mamta,n a weather board with storm tracking and hunrcane statue,and position plotted(current and forecasted),and keep D.O..managers and staff personnel advised. h. Coordinate Mission Identifier MI) request with Client's. Ensure approved MIs are implemented into appropriate data bases for the proper illicit and invoicing. i. Establish liaison with the Clients Representatres (CR) and Subcontractors Representatives in the tasking areas and coordinate any support limitations and issues. j. Upon completion of local coordination.notify the D.O.. managers and staff personnel of EST's Call Sign:. ETD.ETE,rout,and places of refuge. k- When EST's are directed to deploy to tasking areas.notify the Client's D.O..manager,and staff personnel of EST's ATD of each team. 1. Advice,the D.O.on status of damages found by the EST's at the tasking areas.any delay of EST's recoveries, problem affecting the mission of the EST and notifies the managers and staff personnel. m. Notify the CR in the deployment areas of all information pertarmnE to deployed EST All contact with CR will be recorded by dispatchers log for record keeping. The CR will be an addressee on all message traffic Hurricane reports will be made when: Deployment conditions are set. Deployment is completed. Deployment begin: All deploying resources have returned to home station or are otherwise released from humcane tropical storm statue:and or emergency reactionary statue_.. 6 29 DocuSign Envelope ID:OB805ADE-4241-45B6-BF11-70DC6F56219C Set./!" AFTERieiSTi t;" SECURIIYALLIANCE Jul- 1.2019 EMERGENCY ACTION PLAN (EAP) When deployment is complete_submit a report with the foLowwg data Name and location,of the deployed team: • ?:umber and type of equipment deployed. > Refuge locations of teams. ✓ Estimated Time of Departure(ETD). • Estimated Time of Arnval at location: (ETA) Number of Teams to be expected Any deviations-from current deployment plan r:. Coordinate efforts to prepare the maximum number:of resources and EST's for the deployment (3) The Contact Manager will.ensure that the responsibilities delineated in Annex C and X are followed (4) Deployment Commander will,ensure that responsibilities delineated in Annex D and X are followed (5) LOGISTICS AND ADMINISTRATION: Normal (6) COMMAND AND CONTROL Normal Annexes: Annex A-Tasked Department Annex B-open Annex C -Operations Annex D-Logistics Annex Q-Defrmtions of Acronyms Annex R-Recall Roster Annex X-Executive Check:ist Annex Z-Distribution 7 30 DocuSign Envelope ID:OB805ADE-4241-45B6-BF11-70DC6F56219C Security AFTERTFE+STORM AnarliCe SECURITY ALLIANCE July 1,2019 EMERGENCY ACTION PLAN (EAP) ANNEX A TO SA EAPLAN 07012019111-ROD TASKED DEPARTMENTS DEPARTMENTS PERSONNEL OPERATIONS Vice President of Operation_ Angel Ro:ado Assistant Alex Le gra Contract\f apagers:tifr:.ion Commander:(MC) Harold Lane—WASD Sector D EST Detachment Commander(DETCO) Miami Dade County ISD Gladys Dauphin—Sector 1A Emergency Sen-ice Team:(EST) Emergency Action Coordinator(EAC) Alex Le gra Security Alliance Dispatch Desk(SADD) On Duty OFC Logistics&Supply Alex Le gr Finance Gieg Murphy Administration- Gies Murphy Wendy Ramirez Marcia Baldan ago Dawn Fong Command and Control Managers(C C MI President Bill Murphy Vice President of Operation. Angel RDsado Vice President of Finance Francis Vasquez 8 31 DocuSign Envelope ID:OB805ADE-4241-45B6-BF11-70DC6F56219C Security AFTER m STO' "BIBIfire SECURITY ALLIANCE July 1,2019 EMERGENCY ACTION PLAN (EAP) ANNEX C TO SA E APLAN 07012019 111-ROD OPERATIONS DEPARTMENT MISSION: This Annex provides details mstnrctiots for the deployment of personnel.equipment and resources during :mpendme.severe weather associated with a hurricane tropical storms.and emergency tasking by our Clients. Annex X to this plan is a checklist of actions for specific hurricane conditions These instructions must be followed for a successful execution of a hurricane deployment action. 2. RESPONSIBILITIES: a; The Director of Operations will: (I) Set the Deploiment Hour iD—hour)at the declaration of hurricane condition deployment. (2) Set the D—hour at the declaration of an emergency action deployment notification (3) Establish D—hour based on the information from the Client's or the weather forecast Hurricane or Tropical Storm warane from the NHC. Tropical depletion within 500 nautical miles of the Client's tasking areas. Approximate requirements from the Client's,to a specific tasking order. (4) Monitor all EST pre-deployment actions (5) Appoint a Detachment C ommander(DETC 0)for the deployment location (6) Designate the contract manager for the tasking area as the Mission C ommander(MC)for the deployment and redeployment of all Emer retry Response Officers(ERO). The MC-5 responsibilities will be primarily concerned with the operation aspect of the deployment. If necessary_the MC should be prepared to act as DETCO if so directed. (7) Through the LAC: a) Ensure preparation's and maintenance of a MC's deployment kit for use by the MC and DETCO during the deployment • Post Orders • General briefing guide for redeploymentrecoverv. A copy of assigned and attached ERO's and letters of qualifications. • Etc. b) Prepare and maintain a HUREOD deployment redeployment briefing kit with v iewgraphs covering the Clients present locations of possible emergency tasking. 9 32 DocuSign Envelope ID:OB805ADE-4241-45B6-BF11-70DC6F56219C Security kFTERT,STr. ' /111 SECURITY ALLIANCE July 1,2019 EMERGENCY ACTION PLAN (EAP) c) Acts as operations representative for the deploying and redeploying EST's to include the general deployment and distribution of ERO':information plans. d) Ensure that the deploying ERO's receive an adequate deployment briefing.to Include a weather briefing.no later that.four(4)hours prior to deployment. If time and condition:permit,the deployment briefing will be conducted the day prior to deployment. The fol:owung item:will be emphasized during the briefing. • Suggested operating_procedure:based on lessons learned. - Point of contact_. • Area Maps • Outline mini staff which would coordinate work area:.housing.transportation.Safety. • Etc. (S) Emergency.fiction Notification by EAC: a) Upon notification of a hurricane warning or Clients Emergency Tasking(ET). 1. Recall ERO':a:rece:sary 2. Select an alert DETCO for each EST 3. Etc. b) Upon notification of Hurricane Condition IV: 1. Report status of ERO's to D Q..as change:develop. '_. Provides D.O.with EST ID number_and recommended pnonty^for deployment 3. Etc c) Upon notification of Hurricane Condition III: 1. Report status of ERO's to D.O._as change:develop. 2. Provides D.O.with EST ID members and recommended pnority for deployment_ 3. Etc. d) Upon notification of Hurricane Condition II: 1. Report status of ERO':to D.O..as change:develop. 2. Provides D.O with EST ID mmmbers.and recommended pnonty for deployment. 3. Etc. e) Upon notification of Hurricane Condition I. 1. Report status of ERO':to D.O..a: :hange:develop. 2. Provides D.O.with EST ID numbers. and recommended priority for deployment 3. Etc. 10 33 DocuSign Envelope ID:OB805ADE-4241-45B6-BF11-70DC6F56219C SeClirtirg \FTEMSTO' "11111111/111Cle SECURITY ALLIANCE July 1,2019 EMERGENCY ACTION PLAN (EAP) b) The Emergency Taskuie(ET)DETCO will: (1) If early development is not possible.the DETCO will deploy first. Deployment will normally be as soon as possible after deployment becomes reasonably certain. (2) Exercise supervision over all ERO's for the tasking location. (3) Maintain a liaison with the Client's on-site Representatives (4) Coordinate to ensure EST Integrity is maintained when.and if a hotel stay for ERO s becomes necessary. (5) Ensure that all EST e4lupment and resotuces ate properly secured and maintained. (6) Establishes working relations with Clients site management. (7) Advice:Security Alliance Dispatch(SAD)when all EST members have arrived at the deployment area and submit reports.Status Report:format is in Appendix_'to Annex.X. Updates repot,on EST status will be submitted as change:develop. (8) Initiates redeployment of EST when directed by D.O. (9) Coordinates with deployment locations representative:for proper departure time back to Security Alliance. (10) Schedules las return to Security Alliance a:late a:fea::'o:e to ensure proper command and control of EST. ERO s and equipment: 1,11) If necessary.coordinate local efforts for ERO's to return.s ,omnse7cial air. c) The Mission Commander(MC)will: (1) Assist the deployed DETCO and coordinates deploymentredeployment plans as required. Use DETCO Checklist provided at Appendix 2 A.nax X to accomplish this task. (2) Have appropriate briefing slides available and ensures that ERO's receive an adequate briefing. (3) Have a FM nadto at his disposal. (4) If necessary.coordinate the return of deployed ERO's by Commercial air (5) Etc. 11 34 DocuSign Envelope ID:0B805ADE-4241-45B6-BF11-70DC6F56219C Security A TERT. STI SECURITY ALLIANCE July 1, 2019 EMERGENCY ACTION PLAN (EAP) 3 PROCEDURES. a) PlanConsaderationi. (1) The primary deployment plan covers the worst-case scenano Deploying EST's wn: deploy as a-angle unit or as a 5-member EST squad Recovery-or redeployment will be in 5-member EST squads (2) Vehicle refue:ng will conducted according to Appendix 5 of this EAP Cost of fue:will be calculated in to a total fuel cost on the EST budget plan. (3) All Activities nvoh-ed in deployment of EST resources under this plan a-a_be coordinated with the Director of Operations(DO)through the Security Alliance Dispatch Desk(SADD). (4) Al mo ement of EST's will be coordinated with the D.A.staff and Command and Control(CCM)of Security Alliance. b) Execution (1) Selected EST's and ERO s will be bnefed m advance on deployment lineup and ETD. Upon receipt of the deployment order_the respective DETCO will gave their bnefing as soon as possible. (2) A HL'REOD Deployment Activation Plan(DAP)will be issued for each EST by the EAC- EAC will activate individual DAP when EST's and call signs.pltc plusdeparture time are received from the D.O. (3) The Security Alliance MC or EAC will coordinate any DAP routing changes.with SADD (4) If possible.the MC or EAC will notify SADD eight(8)hour,in advance of the ETD.giving The total number of EST's to be deployed and any requested change and'or mstructions published in the DAP (5) The word"Hurricane Deployment and or Emergency Tasking`will be entered into the remarks section of the DAP Form. (6) EST Call signs will be assigned by the EAC in coordination with the D 0 and deployment management staff (7) After assignment of a tasking to EST all post covered by the ERO s of the tasked EST will be manned by other qualified officers and shafts will go into an Alpha(A) Bravo(B)status. 12 35 DocuSign Envelope ID:OB805ADE-4241-45B6-BF11-70DC6F56219C SeClirifitg FTEMSTOR ijimiance SECURITY AL.LLA_\CE July 1,2019 EMERGENCY ACTION PLAN (EAP) ANNEX D TO SA E_APL AN 07012019 HL-ROD LOGISTICS REFERENCES: See Basic Plan I. MISSION: To provide a::ennal loersnca: support for hunzcane tropical storm and or emergency tasking deployment operations_reque:ted Secunty:._ranee and its Clients. 2 CONC ET OF OPERATIONSi Logistical:upport for deployment operations will be provided from within available Security Alliance resource:.when available. a Assumptions. (1) Airlift support ant'not be available (2) Security A11rance resource;are enough to support plan (3) Talking location logistical:upport will not be a':.e to 1.:pplement ani. cure-critical shortfall of the EST. 3. OPERATIONS TO BE CONDUCTED: Coordinate with the D.O.and EAC t::aueinen-anon force:a:necessary. 4. RESPONSIBILITIES: The Logi:tical Department. will upon nct:f.caton Bathe: a1 it re:ounce; deemed nece:sary to support the EST mr::ion vaskine. Thi:support isc:ude:.but not:muted:a the following area: - Uniform item: Communication eSurpment Mission e::ennal supplies • Hurricane evacuation; pplte: • Emergency ta:king Supplie: • Emereency Ranons tit a. :;a:le! • Etc. Office:upphe: Tran--pc:tation re:ource: • Airline re:en-anon: • Vehic:e rentals • Etc. - Fuel re:omee:(Fuelman Credit C aid) 13 36 DocuSign Envelope ID:OB805ADE-4241-45B6-BF11-70DC6F56219C tr7Cr`Y/ ■�r� t ' ' SECCTRI1Y ALLIANCE July 1,2019 EMERGENCY ACTION PLAN (EAP) ANNEX X TO SA EAPL A-N 06272016 HI-ROES EXCLTION CHECKLIST 1. This Annex lists actions to be completed during specific Hurricane Conditions(HurlCon). The prompted and thorough completion of these actions in conjunction with those listed in Annex C will nttninri7e delay of deployment of EST and endues the Security of our Client";resources and safety of personnel. 2. If enough time is not available to permit an orderly pioenssion from Condition IV to Condition I.the changes from normal to emergency status will be a:directed by the D.O. 3. HURRICANE CONDITION IV or EMERGENCY TASILZNG CONDITION: a. The Chief Emergency Action Coordinator will: (1) Notify the EST's and all department that Secnnty Alliance has initiated Hurricane Condition IV or Emergency Tasking(ET)condition (2) Send appropriate messages to Client's Representatives at asking_orations of the pending emergency action deployment. (3) Disseminate 1)' hour times if the decision is given to deploy EST's based on Hurricane Conditions (Hur Co)II. (4) If directed by the D.O.. assemble the Secnntc Alliance emergency action mission staff and appropnate departments to include dispatch. (5) Comply with al:applicable items in Annex C b. The Director of Operations(D.O.)and Mission Commander ,MMC) (I) Perform prelrrmnsry selection and briefing of EST: If Condition IV is declared during other then normal duty hours. the D.O. wr' make the decision to regia_EST and support personnel. EAC will insure that appropnate order:are prepared for dep:o}ing ESI. (2) Prepare to deploy EST at the declaratons of Hrr C on II or a:directed by the C liens. (3) The MC will ensure that all items included in Annex C are complied with in addition to other applicable item:on the checklist. (4) The Mission Commander(MC)will: (a) Initiate coordination effort with the tasking locations with the assistance of the EAC and Emergency Action Staff (b) Begin preparing EST's for deployment.Personnel duty hours will be adjusted to accomplish this. If required.initiate EST personnel recall and Alpha Bravo Status. 14 37 DocuSign Envelope ID: 0B805ADE-4241-45B6-BF11-70DC6F56219C Secisrity k TER PSTN'' ' ANIMISM SECURITY ALLIANCE July 1,'_019 EMERGENCY ACTION PLAN (EAP) (c r Provide the D.O with regular report:of the EST deployment status. c All department: wil: Review the EAP. Annex's and Appendices to assure accuracy and compliance with all deployment actions. 4. HURRICANE CONDITION III: a. Under certain conditions the D.O.may decide to deploy EST during this phase b. The Chief Emergency Action Coordinator iviD (1) Notify the EST's and all departments that SA has uutuatedHutton III or ET conditions. (2) Send appropriate messages to Client Representatives at tasking locations of the pending E A.deployment (3) Disseminate"D hour times if the decision is given to deploy EST's based on Hur'C on III.or ET tasking. c. The Mission Commander(MO will: (1) Assemble all ERO's and department personae;and bnef them on condition status. (2) Provide the D.O.with regular reports of the EST deployment stew- d. All Departments will: (1) Prepare to marshal support personnel and equipment as necessary. (2) Prepare a 24-hour working schedule to be implemented a:directed. (3) Activate and man the SADD on a 24-hour base: 5. HURRIC AXE CONDITION II: a The Chief Emergency Action C oordinator will: (1) Notify the EST's and all departments that SA has initiated Hui C on II or ET condition.. (2) Send appropriate messages to Client Representatives at tasking locations of the pending L.A.deployment. (3) Initiate a personnel recall of EST if Hur'Con II is declared during non-duty hours of ERO's if a recall was not previously accomplished. (4) Disseminate"D hour times if the decision is given to deploy EST's based on Hui'Con DI.or ET tasking. 38 DocuSign Envelope ID:OB805ADE-4241-45B6-BF 11-70DC6F562190 Sectsrlt[,� ERT. ST1 iiithern„ re SECURITY ALLIANCE Jul}'1,2019 EMERGENCY ACTION PLAN (EAP) b. All Departments will: (1) Maintain readiness posture if.EST's where not deployed in Hinton III. (2) Finalize the preparations of all EST's.equipments.personnel and resource:that are not to be deployed to be used as needed fro support of the deployed EST's. c. If deployment has been directed begin deployment of ready EST's. d. If the decision has been made not to deploy EST:. a-.ERCY,..v.-ill be maintained in a readiness posture to be called at a moment's nonce. 6. HURRICANE CONDITION I: a. The Chief Emergency Action Coordinator will: (1) Notify the EST's and all departments that SA ha:initiated Hut Con II or ET condition:. (2) Send appropriate messages to Client Representatives at to:kuig locations of the pending E.A.deployment (3) Initiate a personnel recall of EST if Hur Con 1 declared during non-duty hour:of ERO s if a recall was not previously accomplished ( ) Disseminate`D`hour time:if the decision i s_z:,.en to deploy EST's based on Hur'Con In or ET tasking. b. All Department:will (1) Prepare to mar:hal:upport personnei and equipment a:nece:lar•. (2) Release all ton-essential peronnel to their home:. (3) Activate and man the SADD on a 24-hour 7. ALL CLEAR DOE REDEPLOYMENT TO HOME BASE: a. The Chief Eme:zencv Action Coordinator will: (1) Notify the EST's and all departments that SA is'ALL CLEAR'from any Hurt on or ET conditions. (2) Notify the DETCO when EST's are to Return to Base(RTB) (3) Send appropriate message:to Client Representatives at tasking location:of the EA redeployment RTB. (4) After all EST:have RTB.or otherwise released from Hut Con or ET conditions,lend the appropriate messages_ 16 39 DocuSign Envelope ID:OB805ADE-4241-45B6-BF11-70DC6F56219C SeraWirg ITERTAE+STO'M AIBRIFICIB SECURITY ALLIANCE Jul}-1,2019 EMERGENCY ACTION PLAN (EAP) b All Dep aliments Ira Notify their assigned per.onnel that SA is "ALL CLEAR' from any Har'Con or ET rosthaon. Appencic e 17 40 DocuSign Envelope ID:OB805ADE-4241-45B6-BF11-70006F56219C ,Security AFTER i'STORM Ai&SIM SECURITY ALLIANCE July 1,2019 EMERGENCY ACTION PLAN (EAP) APPENDLN 1 TO SA EAPLAN 07012019 HUROD DIREC TOR OF OPERATIONS CHECKLIST 1. The D.O.has authonty to deploy EST. 2. The D.O.through the SADD will advice all EST's.DET C O.and ERO:of the following: a) When action listed in the basic polices occur. The MC and EAC will relay this information to the SADD and all appropriate personnel. b) The D.O.will furnish a follow-up immediate precedence message to all CCM I When deploying IS contemplated the D.O.will furnish the following information in the notification to the CCM a.Number of EST's on ready status. b.Number and type of EST's deployed c.Tasking:rte location.. d Number of EST's not deployed. e.Anticipated problem:in protection of EST's deployed. f Eshrnated time when final deployment decision will be made. 4 When the decision to deploy EST's in made,the following information will be furnished to CCM. a.ETD of first and la.-t deploying EST b.ETA of first and last deploying EST and tasking location c.ATD and ATA of(a)and(a)above d Any deviation from cunent EAP 18 41 DocuSign Envelope ID: OB805ADE-4241-45B6-BF11-70DC6F56219C Security ITER TATO AlignIlEle SEC L-RITZ-ALLL4N CE July 1.2019 EMERGENCY ACTION PLAN (EAP) APPEDLX 2 TO E APLA_N 06272016 HL REOD DETC O C HECK IST 1. Open Mr.:ion Identifiers(NIL(i.e.Hur Con or ET). 2. Deploy in the first EST. 3. Coordinate location procedures with tanking location Client representative:. 4. Enure that arnya:of any other EROr:is coordinated with tasking location and communication is established with SADD.and setup a lora:Command Post. Ensure and coordinate hotel or shelter.transportanon.food.accommodations Etc a:necessar for deployed ERO's 6. Emure al:arming ERO-s are met at a given location and asses: status. of all equipment and duect ERO's to their assigned areas ERO`s will take al:personal gear with-hem 7_ Coordinate with hosting :ocation for per;onze: to maintain and service any equipment needing maintenance. Establish to:ephone and radio contact with ERO's and SADD. S. Remain informed of whereaoouts of each ERO The order to redeploy could be reser:ed with little or no warning 9. Eawe all EST equipment are secured and accounted for.Safety and QC of personnel should always be maintained 10. Establish and maintain :raison with tasking site official:. and Client Re?re:entanves on all action: to be handed down and redeployment_ 11. Establish a working location and set up commumcahons procedures fro deployed ERO-s. 12. Advise SADD. EAC. ru landline (l-SSS-610-7769) when all ESTs and ERO': are recovered and give equipment and resources status report:. 13. Ensure return DAP are ready for RIB.Coordinate with SADD as farm advance of redeployment as possible.Due to weather. traffic.and other problems.SADD may request alternate routing alternate routine requiring a change to DAP. 14. Redeployment a) Ensure suitable arrangements have been made to return support personnel (tf necessary) and equipment to Security alliance b) Coordinate departure time with tasking'location to de-conflict as mush a:possible with their normal actr.-itie:. c) Coordinate with tasking location weather reports to assure safety in redeployment and brief all EST':.and ERO- d) RO d) Ensure mass briefing location is reserved and a thorough redeployment briefing is presented to all ERO's. 19 42 DocuSign Envelope ID:OB805ADE-4241-4586-BF11-70DC6F56219C Seccurfty AFTERr,STF0 AMINNICEP SEC IRITY ALLIANCE July 1,2019 EMERGENCY ACTION PLAN (EAP) e) DETCO should be the last to leave the tasking are ensuring all ERO's and equipment has left successfully. f) If necessary. coordinate local resources effort for commercial air transportation if decision is made to return deployed personnel 15. Coles Mission Identifier_(MI) 20 43 DocuSign Envelope ID:OB805ADE-4241-45B6-BF11-70DC6F56219C SeEinlity AFTER1FE+STORT SECURITY ALLIANCE July 1,'_019 EMERGENCY ACTION PLAN (EAP) APPEYDLX 3 SA EAPLAN 07012019 HUROD SEC t-RITY ALLIANCE DISPATCH DESK(SADD)CHECKLIST IF HUR CON OR ET C ONDTIIONS ARE DIRECTED BY THE D.O.COMPLETE THE FOLLOWING 1 P:ot current and forecasted positions of storm'btuncane on hurricane map-. 2 If decision r made to deploy EST.obtain"D' hour from EAC and re;ue:t 1MI 3 Notify: a.Emergency Action Coordinator(EAC) b.Mission Commander(MC) c.Detachment Commander(DETC 0)or EST Commanders(ESTC) d Logistics Department e.Command and Control Manager:(C CM) f.Director of Operation;;DC)", 4.Contact EAC and request the fol:owmg: a.Number of EST":to be recalled. b.Request name of DETC 0 c.Request mane of EST :and ERO:available for deployment. 5.Update any deployment statu:board:. 6.Review any reports book;for EAP reporn a 21 44 DocuSign Envelope ID: 0B805ADE-4241-45B6-BF11-70DC6F56219C S ity AFTERTibSTOAnalFire ' [ SECURITY ALLIANCE July 1,2019 EMERGENCY ACTION PLAN (EAP) APPENDIX!TO SA E.APL.1N 07012019 HUROD 11ISSION CONLM NDER(MC)AND EMERGENCY ACTION COORDLX_4TOR(EAC) C HEC'KLIST IF HUR CON OR ET CONDITIONS ARE DIRECTED BY THE D.O.COMPLEAT THE FOLLOWING: 1.Call EAC and ascertain numbers of EST's and ERO':to be deployed 2.Check available and qualified ERO's and Officer:for the deployment. 3.Assign ERO's with EST's. 4.Ascertain'D-hour front D.O. 5.Pott"IT hour and EST deployment line up. 6.Notify SADD of EST's Line up. 7.Confirm MI's with SADD. 8.Coordinate with tasking locations for transportation:import equipment Etc. 9.Bnef EST's thoroughly on all procedures.event:and cucumstance: 45 DocuSign Envelope ID:OB805ADE-4241-45B6-BF11-70DC6F56219C SeCurlty ,AFTERTATORM itumance SECURIT V ALLIANCE Jul 1,2019 EMERGENCY ACTION PLAN (EAP) ANNEX Z TO SA EAPLAN 07012019 HUROD DLSTRIBLTION DEPARTMENT: NO.OF COPIES COMMAND AND CONTROL MANAGERS(CCM) Bill A_Murphy President 1 Angel Rosado Vice President of Operations 1 OPERATIONS Angel Roado Vice President of Operations ID.O.) 1 Alex Legra Emergency Action Coordinator(EAC or MC 1 Beatnz Mulet Mission Commander(DETC 0) 1 Harold Lane Detachment Commander(DETCO or MC I Gladys Dauphin Assistant Detachment Commander 1 ADMINISTRATION ISTRATION Grey Miuphy Comptroller 1 Wendy Ramirez Office Manager 1 Marco Baldarras0 Payroll HR 1 LOGISTICS N.Valedon Vehicles Radios I Alex Legra Supplies Dept SECURITY ALLIANCE DISPATCH DESK(SADD) N.Valedon Lead Dispatcher 1 Duty Desk On Duty Dispatchers 1 23 46 DocuSign Envelope ID:OB805ADE-4241-45B6-BF11-70DC6F56219C Seri�fty AFTERTFFsSTORM itimanyce SECURITY:&LLIANCE July 1,2019 Ei1[ERGENCY ACTION PLAN (EAP) ANNEX Q TO SA EAPLAN 07012019 H TROD DEFErTTIONS OF ACROM3LS 1. CCM Command and Control Management 2. EAC Emergency Action Coordinator 3_ EAP Emergency Action Plan 4_ DO Director of Operations 5. MC Mission Commander 6_ DETCO Detachment Commander 7. "D' Deplo}went Hour S. OPLAN Operation.Plan 9. NHC Nation Hurricane Center 10. TDA Temporary Duty Assignment 11. ATD Actual Time of Departure 12. EU Estimated Time Enroot 13. ETA Estimated Time of Arn al 14. ETD Estimated Time of Departure 15. HtREOD Hurricane Emergency S Operations Deployment 16. EST Emereencv Service Team 17. ERO Emereency Reponse Officer 18. ERS Emergency Reponse Kit 19. SADD Securin Alhance DI:patch Del 20. OFC Officer 21. QC Qua it C onn o'. 22. ET Emergency Tasking 23. DAP Dep.ovment Action Pim 24. Hur Con Hwir ane Coniition 24 47 0 C CI? to 0 m 0 0 co S2C r 8323 NW 12 Street,suite 218,Miami FL.33126 /��p Telephone: eet,305-670-6544,suFax:305-6706545co co ��1 DEPLOYMENT ,ACTION PLAN pm'Mil'ACT STATEMENT DATE EST CALL TEAMDESG. Om pNI\(_IPAI P1 NP1)$F:• I,,aid m a.rnlle dcnhl eUm. $01 11%i,I uil\ io provide data required to proms FST plan with props SIGN i VD CODE Pecunniel peitieyebng in the til authimbee.A file is retained by the agency prneciemg plan VISCI OS(1IE: Voluntary;however,failurs to provide SSN could result ut improper i enuflanion of team persurutel is r,1.OPERATR)NS ISE co rn -17 lA TYPE POINT PROPOSED EST OF DEPARTURI. RSR Il ROUT REMARKS' TO Ell' PLAN DEPARTURE 1111E G C) cn r.J 1 FUEL ON BOARD ALTN STOP ETE TO ALTN ROUT WEATHER FORCAST EST UNIT NUMBER&HOME STATION MGNATiREOFAPPROVALAUTNORITY TEAM PAw:Nt:F.RI.!$T A(TIIALoar TIME BASE OPERAII(MS'NE A.I- LI 111.11 Uik:N'LI.I I SEE PSGR LIST DUTY NAME AND IN I I'1.%1 S SSN CELL PHONE HOME ADDRESS 1 EMERGENCY CONTACT PHONE LST COMMANDER SA FROM I7S.MAY MOE(EST) EMERGENCY ACTION EST DEPLOYMENT PLAN DocuSign Envelope ID:OB805ADE-4241-45B6-BF11-70DC6F56219C SeCiiritY AFTERTISTORM AilliarniCe SECIRITV July 1,2019 EMERGENCY ACTION PLAN (EAP) EST DEPLOYMENT ITT CHECK LIST Hurricane Survival Materials: • Water(one ra:lon per peron per day) • Meal:Ready to Eat(IME)If available • Fla:hhght(one pet person}and extra batteries.' • Pot table battery-powered lantern. • NOAA Weather Radio • Battery-powered radio • Battery-operated alarm clock • Portable cooler and ice • Waterproofiahter • Butane hehter • Map of the area with landmark::hown Cooking Equipment • Sterno • Portable camp stove or gra and an extra propane tank • Stove fuel or charcoal.lighter fluid • Manual can opener • Diaposable eating uten.r: • Plate:and cup: • Napkins and paper towel: • Aluminum foil • Oven mitt: 26 49 DocuSign Envelope ID:OB805ADE-4241-45B6-BF11-70DC6F56219C Se i . 11'q •TERi STS'' Auffi ninre SECURITY ALLIANCE July 1,2019 EMERGENCY ACTION PLAN (EAP) Medical Emergency Supplies • Fast Aid Kit including pain reliever.antibiotic cream.antacids • Prescriptions(one month's supply) • Mosquito Repellent • Sunscreen(45 SPF recommendedi • Mo:qurto netting • ABC rated fire extinguisher • Cash • Bleach or water punficanon tablets Documentation equipment • Camera and film Per:onal Supplies • Toile:paper • Entertainment:books,magazine:.card eame;.etc • Soap and detergent • Toiletne; • Beddm=_ pi::ow:.blankets.:leepung bag • Change of clothing • Rain poncho:and work gloves • Extra glasses or contact lenses • Sunglasses • Extra sets of keys Other Necessities • Tools Hammer wrenches.screwdrivers.nails.saw.etc. • Trash bag:(lots of them) • C kamng:upphes 27 50 DocuSign Envelope ID:OB805ADE-4241-45B6-BF11-70DC6F56219C Se=WILY kFTERTEYSTORM AllalHIM SEC LRIT V AL.LL-kNCE July 1,2019(revised) EMERGENCY ACTION PLAN (EAP) • !galling or duct tape(for packagmr purpose.) • Outdoor extension cords 28 51 DocuSign Envelope ID:OB805ADE-4241-4566-BF11-70DC6F56219C E. Communication protocols between managers, officers and customer agencies For the City of Miami Beach security guard services project, Security Alliance will operate the services out of its Miami Area (Doral) Headquarters office. If it is deemed necessary, Security Alliance will establish a Miami Beach office to run the project, as it did when we successfully operated the contract between the years 2007 and 2015. The Project Manager will be our former project manager for the Miami Dade County WASD contract. Mr. Anthony Socarras, who brings over ten (10) years of experience in the supervision and management of security forces. Mr. Socarras was formerly a Captain with the Miami Dade Police Department. Mr. Socarras will be the primary contact for the City of Miami Beach with regards to the day to day operations required under this contract. Security Alliance will provide a group of Level V supervisors dedicated for City of Miami Beach project. These supervisors will visit each service location in their assigned zone no less than once per shift to assess the performance of Security Alliance personnel and to obtain feedback for the designated security representative for each location. In addition to the contractually required Level V supervisory services, Security Alliance proposes to provide an additional Supervisor, 7 days per week at no cost (unbill able) to the City of Miami Beach. This additional Supervisor will oversee operations at all posts other than CMB Parking locations, and will improve response time to incidents at all City of Miami Beach posts. For the project on Miami Beach, Security Alliance will utilize the TrackTik program for patrol tour management, GPS tour tracking, and incident reporting. Security Alliance supervisors will carry a tablet device with TrackTik installed. As they travel from location to location, they can document their patrols and add written details to their findings. In the event of an unusual incident, Security Alliance personnel will utilize TrackTik to provide all the basics of the security report, including relevant photographs. Security Alliance will provide designated representatives from the City of Miami Beach with real-time reports in the event of serious incidents. Otherwise, security reporting will presented at pre-determined regular intervals. Security Alliance's Miami headquarters will provide training and administrative support for the project, bringing personnel with abundant relevant experience to the project for training, logistics and transition support. The Security Alliance office also houses our 24-hour Dispatch location, featuring landline, cell phone and two-way radio communications, all of which are being recorded and have printout ID capabilities. Security Alliance dispatch is the focal point for operational communications and provides support in emergency communications and post coverage issues. Security Alliance has an eighteen (18) year track record of exceptional operational performance and sound financial practices. Security Alliance has increased its revenues and profit in each of the last five years, allowing for expansion into new markets. As a result, Security Alliance has become the largest and best managed local (Miami-based) security company in South Florida. 52 DocuSign Envelope ID:OB805ADE-4241-45B6-BF11-70DC6F56219C Security Alliance encourages the City of Miami Beach selection committee to contact any or all of our customers to get a feel for our commitment to service. In the event that any of our key personnel become unavailable, Security Alliance will select replacement staff from our existing management team and pre-qualified candidate database. Security Alliance currently has a staff of 7 well experienced security managers on board to deliver services to our customer base throughout South Florida. We will coordinate with CMB City Administrators for approval of the replacement(s). All back-office support functions have multiple personnel who each possess the knowledge and skills to temporarily fill in should a key-function person be unable to perform. Security Alliance always maintains backup staff with the knowledge and capability to support our security projects. F. Security Alliance standard response times for non-emergency and emergency event Security Alliance will comply with the required response time, per the solicitation. The response time for an unmanned post will be determined by the distance between the supervisor's location and the unmanned posts. In general terms, SA strives to fill unmanned posts within 30 minutes. Dispatchers are trained to respond to these situations swiftly. Our supervision and dispatch team are specifically trained to handle a variety of situations, including emergency events. The project manager will ensure the appropriate urgency and a professional, safe response for any emergency event. G. Security Alliance central dispatch solution Security Alliance operates a 24-Dispatch center since 2005. Our trained dispatchers are on duty 24 hours per day, seven days per week, year-round. The dispatch center is the focal point for all operational communications and provides an oversight function for attendance and post coverage. Our dispatch system handles the substitution of security officers in the event of sickness, injury or absence. Dispatch maintains a log of qualified and available personnel who are available for immediate substitution as necessary. Dispatch coordinates logistics for replacements and verifies replacement security officers are prepared for their temporary assignment. Security Alliance strives to utilize best in class technology to enhance our service offering. Security Alliance uses TrackTik to modernize and help manage our security services. This system is a fully comprehensive tablet or smart phone-based tool that allows real time oversight of all posts. Management and supervisors can monitor all activities and ensure compliance with all post orders and requirements. This system also provides a GPS-enabled time management function that ensures the proper guard is on post according to the specifics of the assigned schedule. 53 DocuSign Envelope ID:0B805ADE-4241-45B6-BF11-70DC6F56219C Monitoring the specific tasks of each guard is crucial to ensuring total compliance with client and customer needs. Because this system uses real time monitoring, corrective action can be taken immediately. Non-compliance alarms and reports can be immediately sent to each relevant supervisor for rapid correction. TrackTik also provides multi-functional communication capabilities thereby enabling rapid dissemination of changes to post orders, BOLO's, training topics, and changes to schedule or staffing for special client requirements. Tracking incidents to determine trends or situations that require additional attention are greatly enhanced by TrackTik. Additionally, this system allows for easy incident report generation that is rapidly accessible to all stakeholders. Based on the collected database of reports, we can proactively supply pertinent data to the City of Miami Beach. In addition, TrackTik assists us with and allows us to do the following: Incident and Activity Reporting: incident alerting software streamlines the process and enforces consistency Creates customized forms Captures photos and videos for detailed reports Allows real-time reports Guard Tours and Patrols: Officers scan barcode checkpoints providing real-time updates Validates tours Delivers detailed and accurate tour logs Alerts when guards enter or exit a site Time and Attendance: Captures data Tracks time by site and shift Provides absolute accuracy Enables immediate supervisory response to coverage needs Geolocation and Dispatch: exact location of officers at any time; aids in alarm responses or medical emergencies based on proximity Identifies (via GPS) officer presence in real-time Allows viewing of status, availability, proximity and estimated drive/on-foot times to incidents Documents task progress and completion in real-time Digital Logbook/Post Order Management: allows management to distribute officer instructions seamlessly in real-time and document compliance Lone Worker Protection: enables officers to get immediate assistance for emergency situations Officers can initiate their own timer-based protection when entering a potentially hazardous situation or risk area GPS data can be used to locate workers in need of help • Protection is customizable per site, per device Additionally, we also engage these features as necessary: *Custom Alerts and Notifications and Instant Message Blasts *Interactive Real-Time Maps *Multi-Lingual Support 54 DocuSign Envelope ID:OB805ADE-4241-45B6-BF11-70DC6F56219C Telephones and Radios The Security Alliance office houses our 24-hour Dispatch location, featuring landline, cell phone and two-way radio communications, all of which are being recorded and have printout ID capabilities. Security Alliance dispatch is the focal point for operational communications and provides support in emergency communications and post coverage issues. SA has established supplier relationships with reliable vendors that will allow for timely delivery of radios, tablets, cell phones, uniforms and other equipment required in accordance with the SOW. SA will use T-Mobile smart phones and tablets (selectively) for communications - expanding the operators' capabilities to include texting, email services, digital/audio recording and report writing. H. Security Alliance recruiting and retaining security personnel We recognize that the distinctive challenge of this contract is providing the required support to the City of Miami Beach in the context of an evolving and dynamic environment with constantly changing security service support needs. As a previous security services provider to CMB, we have experience, receiving and acting on both long-term and short-term Search needs. These needs may include details for extra security services needed for Database the upcoming events as well as other additions or deletions to the recurring services. We understand that the time requirement for these additional Advertise services can fluctuate significantly. We have consistentlydemonstrated our ability ess o to deliver regardless the Network and g Referrals time frame and we are prepared do continue to do so on this contract. Hold Orientation Session Security Alliance's recruiting efforts are focused on reaching the broadest possible group of potentially qualified candidates and subsequently Process Applicants implementing a rapid selection process. Interview Recruitment Policy. We recruit candidates who we believe can pass our rigorous selection and interview process that ensures they meet the City of Test for Skills Miami Beach standards. Our policy is to strictly adhere to the requirements of our contracts and to maintain adequate standby personnel, thereby Confirm enabling us to fulfill all planned and unplanned security services staffing Experience needs. Check Background Recruitment Processes and Procedures. Our overarching / high-level Conduct Psychological recruiting and new-hire training process begins with a database search of Testing previously vetted candidates, continues with our Orientation Session, and 11 Submit to County ends with a qualified, trained Security Officer being posted to a service for Approval fli location. Extend Exhibit 2. Security Alliance Step by Step Recruitment Process. Our Offer methodical recruiting process delivers fully qualified and vetted candidates for the City of Miami Beach. Begin Work and Retention SA Miami Dade-005b 55 DocuSign Envelope ID:OB805ADE-4241-4586-BF11-70DC6F56219C Candidate Identification. To find potential applicants, we advertise in on-line resources, local newspapers/publications, industry websites, our web sites, social media, job fairs and events, military transition organizations, and internet job posting services such as Indeed.com. In addition, word of mouth recruiting has proven to be a source of high-quality candidates, as we have an established reputation for competitive wages and treating our employees with respect and fairness. For potential candidates, we conduct our specialized Orientation Sessions, where we both explain the value and intrinsic reward of security guard duties and we get a chance to prescreen potential candidates' personalities and demeanor. During each session we offer potential applicants' information about Security Alliance, about opportunities currently available, and information about schedules for screening and training courses. Security Alliance will also consider the best performing security officers from the incumbent service provider. Those security officers who have satisfied the needs of the City of Miami Beach will be encouraged to apply for the same postings with Security Alliance. Those candidates who successfully pass our screening process will be given priority for assignment at their same post and schedule. Given the dynamics and requirements of this pending contract, we have augmented our base procedures and tools in order to expand our reach to an even wider candidate talent pool. For example, should our candidate pool pipeline drop below a predetermined level, we will schedule additional periodic orientations to attract potential new hires. Additionally, we have further developed our social media advertising presence, web-based recruiting tools, and seminars to gather and increase a viable candidate pool to populate our orientation sessions. Our recruiting process is both economical and reliable. By asking specific interview questions, we are able to immediately identify an employee's willingness and ability to follow instructions, as well as identify personnel seeking an opportunity to work on the City of Miami Beach contract. Our experience in this area has taught us what it takes for an individual to be a successful member of our team performing on this contract. Recruitment Resources Our continuous recruiting effort reflects our understanding of operational realities based on our experience providing security officers to the City of Miami Beach. Specifically, we are mindful of the 15% historical turnover for these often-high public contact positions, evolving City needs, and position-specific selection criteria. Smart Recruiters enables tracking of previously screened personnel, supporting a swift response to City needs for additional security personnel. Our efforts to maintain an active and relevant database of previously qualified candidates is critical to providing the support required to meet the dynamic needs of City of Miami Beach. Because we have over 600 personnel actively providing services in South Florida, we have a deep pool of qualified, vetted staff that we can access as needed. Security Alliance commits to maintaining sufficient standby personnel ready at a moment's notice. This is why we have been, 56 DocuSign Envelope ID:OB805ADE-4241-45B6-BF11-7013C6F56219C and will continue to be, the company with the "Yes We Can" reputation, ready to support any security need. Methods to Deliver Only Personnel Meeting City of Miami Beach Requirements. We use standardized testing to evaluate intellectual skills, academic qualifications, and specialized skills such as computer acumen. For example, we use Criteria Corporation Pre-Employment Testing Software as a tool for assessing an individual's ability to act appropriately during continuous, prolonged verbal interaction and other situations requiring a calm, collected and focused mindset. This online assessment tool evaluates the academic, intellectual, and specialized skills of potential employees, and assists us in placing people with the proper skills in the correct position. Security Alliance incorporates the most advanced technologies and processes available in the marketplace to enhance and streamline our service offering. This includes: SmartRecruiters Management System; Criteria Corporation Pre-Employment Testing Software, and the Institute for Personality and Ability Training (IPAT) and the Minnesota Multiphasic Personality Inventory(MMPI). The SmartRecruiters Management System significantly enhances the efficiency and effectiveness of our recruitment effort and allows us to organize candidates based on skillsets and levels (I, II, III, IV, & V). It also assists in managing applicant and candidate information, including interview notes, background checks, physicals, drug tests, and employment verification. By introducing technology into the recruiting process, we are more efficient and increase our responsiveness to the City's staffing requirements. Final Interviews and Screenings. After candidates pass preliminary and background screening and are nearing training completion, the Project Manager (PM) conducts a second personal interview and final screening. The PM assesses the following for each candidate: Communication skills Ability to deal with stressful situations Ability to work as part of a team Fitness level General demeanor and presence Overall suitability for assignment Only candidates who successfully pass this final interview/screening with our PM are eligible for submission to the City of Miami Beach as prospective security officers. Turnover Rate Security Alliance has virtually no management or supervisory turnover, and our guard force is approximately 85% stable. We average between 10 andl5% turnover annually, which falls within the industry averages. 57 DocuSign Envelope ID:0B805ADE-4241-45B6-BF 11-70DC6F56219C Employee Retention Our employee retention program for this contract very much mirrors the successful retention programs we have in place on the current County contract and other contracts. Our approach includes: Actively seeking officers who want to serve the City of Miami Beach - Security Alliance team Providing competitive wages and compensation benefits Proactive and visible on-site management and supervision A structured awards and recognition program including cash bonuses, gift cards, letters of commendation, promote-from-within policy Wage increases/merit raises, as possible and appropriate Fair and competent supervision Written performance standards Regular performance feedback Continuing education &training support Promotion possibilities Our various project supervisors speak with each staff member weekly to address potential issues and forestall/resolve concerns before they become a problem. Our management team conducts exit interviews with departing staff when they leave the contract. If the staff member identifies a previously unknown issue, we immediately resolve or mitigate it to eliminate a potential source of future attrition. We also inform the departing staff member of the resolution/mitigation in an attempt to retain their services and eliminate/minimize any impacts to the City. This is a continuous improvement process designed to identify opportunities for increasing our retention rate and the overall happiness and success of our employees. I. Security Alliance process for background checks Through its Human Resources Department and Investigative Division, Security Alliance will conduct a comprehensive pre-employment background check on each candidate for assignment to the City of Miami Beach security project, to include: • Criminal History(FDLE and National) • Employment History Verification • Military Service/Nature of Discharge verification • Security License ("D") verification • Driver's License Check(5 Year History) • Pre-Employment Drug Screen (Florida Drug-Free Workplace) • Personal reference checks • Proof of Work Authorization Upon request, Security Alliance will prepare and provide, to City of Miami Beach Management, a personnel file on each assigned security officer to document all of the above, and other post selection items (e.g. Training documentation). 58 DocuSign Envelope ID:OB805ADE-4241-45B6-BF11-70DC6F56219C J. Security Alliance uniform policy Security Alliance takes great pride in the appearance of its guard force. The Security Alliance uniform policy is detailed below. Grooming Standards The grooming and uniform standards are set both for officer and company image as well as safety, if you are in violation of the policy you may be removed from your post and if violated more than once you may be terminated. Security Alliance uniform regulations for standards of personal appearance and grooming are as specific as practicable in order to establish the parameters with which Officers must comply. Security Alliance uniform standards of grooming do not allow eccentric or faddish styles of hair, jewelry, or eyeglasses. Eccentricities in individual appearance detract from uniformity and team identity. Because it is impossible to provide examples of every appropriate or unacceptable style of"conservative" or "eccentric" grooming and attire, the good judgment of Officers at all levels is key to enforcement of Security Alliance standards in this issue, as in other issues. Articles that are not authorized for wear as a part of a regulation uniform will not be worn exposed with the uniform. Examples of such articles include but are not limited to the following: pencils, pens, watch chains, fobs, pins, jewelry (except as authorized herein), handkerchiefs, combs, cigarettes,pipes,barrettes, hair ribbons/ornaments, flowers (corsages/boutonnieres, etc.), body piercing or other similar items. Except when issued, articles such as cellular phones, pagers, etc. are not authorized for wear on an issued uniform. Articles that may be worn while in uniform include inconspicuous wristwatches and rings. Eyeglasses/sunglasses, when worn,will be conservative in appearance. Eccentric or conspicuous eyepieces are prohibited. Chains, bands, or ribbons will not be attached to eyeglasses; however, eyeglass restraints are authorized for safety purposes. Officers may wear neat and conservative any articles of religious apparel that are not visible or apparent when worn with the uniform. No eccentricities in the manner of wearing head, facial, or body hair will be permitted. If applied, dyes, tints, bleaches, and frostings which result in natural colors are authorized. The hair color must complement the person's complexion tone. Color changes that detract from a professional image are prohibited. Fingernails will be kept clean and neatly trimmed so as not to interfere with performance of duty, detract from a professional image or present a safety hazard. Nail polish for male Officers is not allowed. Nail polish as it applies to female Officers will be conservative in its application. No articles, other than earrings for women specified above, shall be attached to or through the ear, nose, eyelids or any other body part. 59 DocuSign Envelope ID:0B805ADE-4241-4586-BF11-70DC6F56219C Male Officers Hair will be neatly combed or cut and may cover one third of the outside upper portion of the ear. The hair must not extend over the upper edge of the shirt collar when standing in a normal posture. All uniformed personnel will be freshly shaven when reporting to work. If a mustache is worn, it must be neatly trimmed and not of an eccentric style. Sideburns will be neatly trimmed and not to extend below the bottom of the earlobe. Male officers will not wear any visible piercing while on duty. No male Officer will be required to have his chest hair clipped except that which is so long as to protrude in an unsightly manner above the collar of the uniform shirt. Fingernails shall not extend past fingertips and they will be kept clean. Female Officers Hair may cover the ear but not more than one inch below the bottom of the ear lobe. Hair will be styled so that the length in the back will not be longer than two inches past the uniform shirt collar when standing in a normal posture. Hair that exceeds the lengths described above may be neatly pinned up, provided that once pinned up, it meets the above criteria. The bulk of the hair will not exceed two inches in depth at any point. Faddish and exaggerated styles to include shaved portions of the scalp other than the neckline, designs cut in the hair, unsecured ponytails and styles which are distinctly unbalanced or lopsided are prohibited. Multiple braiding is authorized. If hair extensions are used in the braiding of the hair, the extensions must have the same general appearance as the individual's natural hair. Braided hairstyles will be conservative and conform to other guidelines listed herein. Barrettes, combs, rubber bands, etc. are authorized, if concealed by the hair. Inconspicuous hairpins and bobby pins, if required, are authorized. Wigs, if worn on duty, must look natural and conform to the above regulations. Cosmetics, if worn, will be applied conservatively and will complement the individual's complexion tone. Exaggerated or faddish cosmetic styles are inappropriate with the uniform and will not be worn. Non-eccentric lipstick and nail polish colors, to include colorless nail polish, may be worn with all uniforms. Fingernails with multiple colors and decorative ornamentation are prohibited. Nail length will be no longer than 1/4 inch from the tip of the finger. One stud-type earring per ear (centered on earlobe) may be worn while in uniform. Dangling earrings or ear cuffs are not to be worn. 60 DocuSign Envelope ID:OB805ADE-4241-45B6-BF11-70DC6F56219C Male and Female officers Necklaces must be concealed by the uniform shirt or tee shirt. Excessive jewelry placed in piercing of the face will not be worn on duty. Mouth jewelry known as "grills" and the earlobe-stretching practice known as gauging are strictly prohibited while in uniform. Offensive or highly visible tattoos on the hands, neck or face are prohibited. All other tattoos must be covered at all times. Uniform Standards • The seam created down the front of the shirt should align with the right side of the belt buckle and the fly of the trousers (Military alignment or "Gig" line). • The trouser should be long enough to break slightly over the shoe in front and to reach the junction of the welt of the shoe in the rear. A variation of 1/4 inch above or below the top of the heel is acceptable. • Trousers should be finished with a hem from 2 to 3 inches and shall be of sufficient looseness around the hips and buttocks to prevent gapping of the pockets and visible horizontal wrinkles across the fly. • The uniform belt tip will extend 2 to 4 inches beyond the buckle. • On posts that require it, "Security" Cap must be worn at all times. • The uniform shirt will be close to form fitting, without excessive bagginess. • Collar rank insignia will be worn point up, vertically, with the outside edges equally spaced '/2 inch from each collar edge. • You are encouraged to wear a tee shirt which should be a white crewneck with no markings that will show through the uniform shirt. This will keep your uniform cleaner and make it last longer. • Boots or shoes must be black, lace up and socks must be black. Guard Uniforms Security Alliance will provide each officer with a set of hard-look uniforms in accordance with the following package details: Uniform Trousers 2 Security Shirts 3 Security Duty Belt 1 Rain Gear/Heavy Jacket 1 Traffic Vest 1 Security Alliance Badge 1 Name Tag 1 Company Identification Card 1 Flashlight 1 Security officers will be responsible for providing the appropriate black shoes and dark socks to complement the professional security look. 61 DocuSign Envelope ID:OB805ADE-4241-45B6-BF11-70DC6F56219C Security officers at Security Alliance will not be charged for their uniforms. However, a refundable deposit will be deducted over the first couple paychecks to ensure the uniform items bearing the company name or logo (e.g. uniform shirts & badges) are returned upon the termination of employment. Security Alliance can vary the uniform looks to fit the environment, including bicycle patrol look. Please see Security Alliance uniform examples on the following pages. 62 DocuSign Envelope ID:OB805ADE-4241-4586-BF11-70DC6F56219C Security Alliance Officer—Long sleeve and tie look 63 DocuSign Envelope ID:OB805ADE-4241-45B6-BF11-70DC6F56219C iorresik.40° "4101144: r- Ripit 4 i.# minemmissemisiffirk 70- lk Itik . \ Security Alliance Officer—Standard tan hard look 64 DocuSign Envelope ID:0B805ADE-4241-4586-BF11-70DC6F56219C Mt itig I 1 t 10 ,1 Security Alliance Officer— Supervisor white hard look 65 DocuSign Envelope ID:OB805ADE-4241-45B6-BF11-70DC6F56219C Pl_11±1T11 I In I - tir .. •,..ciii.. . _ j t ,� ,, .0. -h: .,*- ,.r _____ • . 9 46. d y.. e~ �f It• `7. ,Uri ail. Armor- . ' i y� •r • -i r i1. Y I /Ip i 1 ' ' `I x Security Alliance Officer—Bicycle patrol look 66 DocuSign Envelope ID:0B805ADE-4241-45B6-BF11-70DC6F56219C K. Approach to deploying guards Security Alliance through its extensive knowledge and experience providing dedicated service to the City of Miami Beach clearly understands the unique issues and dynamics that exist, and the impact that these have in the proper selection of personnel to service on this project. CMB requires articulate, polished and enthusiastic guards. The residents, visitors and merchants of Miami Beach expect a certain level of professionalism and demeanor. The Security team that interacts with them is a critical component to that experience. Our guards will have high-level communication skills and a firm grasp of all aspects of Miami Beach. They will add value and enhance the experience of all who meet them. Our people will be suited to act as a force multiplier to all Miami Beach agencies and be prepared to assist in anything from the filling of sandbags to code enforcement activities. Bottom line, they and we will flex to any and all situations. We have been very proud to serve CMB and we will demonstrate that pride through improvements in our focus and desire to provide outstanding service. The key to providing outstanding service is the assurance that our guard force is properly motivated, and morale and welfare issues are addressed. Enthusiasm, pride, attention to detail, focus and polish will be required of each guard each and every day. Working on the City of Miami Beach contract is a prestigious assignment and we will only present personnel that"get"that notion. L. Security Alliance contract management/administration process Security Alliance is absolutely the best-managed security company in South Florida. We bring all the capabilities and resources of the largest firms in the world, but with a small, local (Miami) company feel; and access to senior management 24 hours per day. Security Alliance has the most stable management team in the industry in South Florida. This will translate into consistent delivery of quality service over the long haul for the City of Miami Beach. William Murphy (President) and Angel Rosado (Vice-president) have worked together in the security industry in South Florida for more than 30 years. As such, we have come to know all of our competitors and watched the turnover in leadership and management at most of the companies. At Security Alliance, our family-like environment has created an atmosphere where all of the team members are treated well and have bought into our management philosophy of treating everyone with respect.... all the time. The result has been longevity. Our management team has had almost no turnover, and the tenure of our managers averages more than 9 years. Thus, the people that learn the requirements and expectations of the City of Miami Beach will be around for years to come to ensure that Security Alliance continues to deliver according to those standards. 67 DocuSign Envelope ID:0B805ADE-4241-4586-BF11-70DC6F56219C Put simply, we are easy to work with. It is our job to implement the requirements and expectations of the City of Miami Beach and then continue to deliver the services accordingly. Security Alliance realizes that from time to time, issues will arise. We are beyond confident that when we become aware of these issues, either through our own quality control efforts or notice from CMB representatives, Security Alliance's management team will take quick, definitive action to resolve the issue. As needed, appropriate follow up action will be taken, to include: • Follow up/interface with City of Miami Beach representative • Follow up with involved employees • Follow up with the City of Miami Beach Police Department • Remedial training • Employee counseling (up to and including termination), as warranted All of this will be handled by professional, pleasant management and supervisory level people, who understands the Customer First approach that Security Alliance takes to conducting all of its business. M. Security Alliance process for complying with the City's living wage requirements Security Alliance will comply with the Living Wage ordinance, Section 2-408 of the City of Miami Beach Code. Security Alliance has a history of compliance with Living Wage contracts dating back to 2006. SA has priced this proposal accordingly, and will remain in full compliance throughout the term of the contract. 68 DocuSign Envelope ID:0B805ADE-4241-4586-BF11-70DC6F56219C 4.1 Cost Proposal APPENDIX D COST PROPOSAL FORM Failure to submit,Cost Proposal Form,in its entirety and fully executed by the deadline established for the receipt of •ro.osals will result in •ro•osal bein. deemed non-res onsive and bein• re'ected. Bidder affirms that the prices stated on the cost proposal form below represents the entire cost of the items in full accordance with the requirements of this RFP, 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(other than rates mandated by the City),material prices,delivery delays, taxes, insurance,cost indexes or any other unless a cost escalation provision is aAowed herein and has been exercised by the City Manager in advance. The Cost Proposal Form shal be completed mechanically or,if manually, in ink.Cost Proposal Form completed in pencil shall be deemed non-responsive.AN corrections on the Cost Proposal Form shall be initialed. Proposer rates are to be inclusive of account contract manager(s)and any vetiides necessary for the successful proposer(s) to carry out the duties of the contract with regard to administrative duties, personnel transport and account management. Group A:Routine Rates Ite Description *Estimated Uiivt Proposed Rate Total Cost m Quantities (a) (b) (ci =(aX.c) 1 Security Officer Level I 30,000 Hourly $ 21.30 $ 639,000.00 2 Security Officer Level II 30,000 Hourly $ 22.01 $ 660,300.00 3 Security Officer Level III 8,700 Hourly $ 22.72 $ 197,664.00 4 Security Officer Level IV 12,500 Hourly $ 23.43 $ 292,875.00 5 Security Officer Level V 21,500 Hourly $ 24.14 $ 519,010.00 6 Bicycle-Monthly 8 Each $ 55,00 $ 440.00 7 Bicycle-Daily 30 Each $ 25.00 $ 750.00 8 Golf Cart-Monthly 4 Each $ 240.00 $ 960.00 9 Golf Cart Daily 15 Each $ 40.00 $ 600.00 Group A:Sub•Total(Routine Rates) $ 2,311,599.00 69 DocuSign Envelope ID:0B805ADE-4241-45B6-BF11-70DC6F56219C Group B:Special or Emergency Rates"' Item Description 'Estimated UIM Proposed Rate Total Cost Quantities (a) (b) (c) °(a_X c) 10 Security Officer Level I 1,000 Hourly $ 26.62 $ 26,620.00 11 Security Officer Level II 1:000 Hourly $ 27.51 $ 27,510.00 12 Security Officer Level III 250 Hourly $ 28.40 $ 7.100.00 13 Security Officer Level IV 500 Hourly $ 29.28 $ 14,640.00 14 Security Officer Level V 800 Hourly $ 30.17 $ 24,136.00 15 Vehide—Daily Rate 2 Each $ 70.00 $ 140.00 16 Bicycle—Daily Rate 4 Each $ 25.00 $ 100.00 17 Golf Cart—Daily Rate 2 Each $ 40.00 $ 80.00 Group B: Sub-Total(Special or Emergency Rates) $ 100,326.00 TOTAL COST"(Group A Sub-total+Group B) $ 2,411,925.00 •Estimated quantities are for comparison purposes and are not guaranteed quantities. •'The Total Cost shall be utilized to allocate Cost Points in the Evaluation of Proposals. 'Special or Emergency Event circumstances,shall be converted to Routine Rates after three(3)calendar days,or as agreed to by the City's contract administrator. Bidder's Alf irmation Company: Security Alliance,LLC Authorized Representative: William A. Murphy Address: 8323 NW 12th St. Suite 218 Telephone: 305-670-6544 Email: billm@securityalliancegroup,com Authorized Representative's S'!nature: , ,/fan/.ALS 70 DocuSign Envelope ID:0B805ADE-4241-4586-BF11-70DC6F56219C ATTACHMENT D INSURANCE REQUIREMENTS DocuSign Envelope ID:OB805ADE-4241-4586-BF11-70DC6F56219C MAM BEACH INSURANCE REQUIREMENTS This document sets forth the minimum levels of insurance that the contractor is required to maintain throughout the term of the contract and any renewal periods. XXX 1. Workers' Compensation and Employer's Liability per the Statutory limits of the state of Florida. XXX 2. Comprehensive General Liability (occurrence form), limits of liability $ 1,000,000.00 per occurrence for bodily injury property damage to include Premises/ Operations; Products, Completed Operations and Contractual Liability. Contractual Liability and Contractual Indemnity (Hold harmless endorsement exactly as written in "insurance requirements" of specifications). XXX 3. Automobile Liability - $1,000,000 each occurrence - owned/non-owned/hired automobiles included. 4. Excess Liability -$ .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. XXX 6. Other Insurance as indicated: Builders Risk completed value $ .00 Liquor Liability $ .00 Fire Legal Liability $ .00 Protection and Indemnity $ .00 Employee Dishonesty Bond $ .00 X Other(Umbrella Liability) $ 5,000,000.00 XXX 7. Thirty (30) days written cancellation notice required. XXX 8. Best's guide rating B+:VI or better, latest edition. XXX 9. The certificate must state the proposal number and title The City of Miami Beach is self-insured. Any and all claim payments made from self- insurance are subject to the limits and provisions of Florida Statute 768.28, the Florida Constitution, and any other applicable Statutes.