R2A-Issue RFP Security Guard ServicesCOMMISSION ITEM SUMMARY
Condensed Title:
NCOUEST FOR APPROVAL TO AUTHORIZE THE ISSUANCE OF A REQUEST FOR
PROPOSAL (RFP) NO. 2015.013.WG FOR SECURITY OFFICER SERVICES.
Item Summarv/Recommendation :
lntended Outcome Su
Reform Policinq Culture With Customer Service E SIS
Supporting Data (Surveys, Environmental Scan, etc.): NiA
The City of Miami Beach requires security guard services to augment law enforcement efforts City-
wide and during special events. As a result, the Administration is seeking approval to issue the
aforementioned RFP to seek proposals from qualified firms to provide security officer services to the
City.
The successful propose(s) will be responsible for providing security officer services in an effort to
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, safeguard citizens, visitors and employees,
and property of the City of Miami Beach. Staffing levels shall have the capability to expand and
contract to meet the staffing needs of the City for routine and special events.
CITY MANAGER'S RECOMMENDATION
To seek proposals from interested parties, the Administration recommends that the Mayor and City
Commission of the City of Miami Beach, Florida authorize the issuance of RFP 2015-013-WG for
Officer Services.
Board Recommendation:
NiA
Financial lnformation :
Source of
Funds:
Financial lmpact Summary:The annual cost associated with the acquisition of Security Officer
Services is subiect to funds
Clerk's Office
Alex Denis, Director Ext # 6641
AGENDA lrclut R2A* MIAMTBTACH onrr J-//-ts312
MIAMIBEACH
City of Miomi Beqch, l700 Convention Center Drive, Miomi Beoch, Florido 331 39, www.miomibeochfl.gov
N MEMORANDUM
Mayor Philip Levine and Members
Jimmy L. Morales, City Manager
DATE: February 11,2015
SUBJECT: REQUEST FOR APPROVAL T THE ISSUANCE OF A REQUEST
FOR PROPOSALS (RFP) FOR URITY OFFICER SERVICES.
ADMINISTRATION RECOMMENDATION
Authorize the issuance of the RFP.
BACKGROUND
The City of Miami Beach requires security guard services to augment law enforcement
efforts City-wide and during special events. As a result, the Administration is seeking
approval to issue the aforementioned RFP to seek proposals from qualified firms to
provide security officer services to the City.
SCOPE OF SERVICES
The successful propose(s) will be responsible for providing security officer services in
an effort to 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, safeguard citizens, visitors and employees, and property of the City of
Miami Beach. Staffing levels shall have the capability to expand and contract to meet the
staffing needs of the City for routine and special events.
OTHER RFP REQUIREMENTS. MINIMUM QUALIFIGATIONS. Please Reference, Appendix C, RFP 2015-013-
WG for Security Officer Services (attached).
. SUBMITTAL REQUTREMENTS. Please Reference Section 0300, RFP 2015-
013-WG for Security Officer Services (attached).
. CRITERIA FOR EVALUATION. Please Reference Section 0400, RFP 2015-
013-WG for Security Officer Services (attached).
CONCLUSION
The Administration recommends that the Mayor and Commission authorize the issuance
of the RFP 2015-013-WG for Security Officer Services.
o ATTACHMENTS
RFP 2015-013-WG for Security Officer Services.
JLM/MT/CT/AD
T;\AGENDAt201 S\February 1 5\Procurement\RFP lssuance for Security Ofricer Seruices - MEMO.doc
TO:
FROM:
the City ssion
313
REQUEST FOR PROPOSALS (RFP)
SECURITY OFFICER SERVICES
20 r 5-01 3-wG
l:ltii"
... ii .
::l.li! i\::t.,i f., . i:\;i,'.ti... :
{,il l\" ..,fl
" ""'::'i a.::aa:.:-.:.,
.:
.:*,.:,-,
,,..,.., ,:,.., -" ="ry ' .lr:::::.: :, ,llijii::i.:
.
RFP ISSUANCE DATE:' FEBRUABY 11, 2015
PROPOSALS DUE: MARGFI 11, 201'5@ 3:00 PM
:
ISSUED BY: WILLIAM GARVISO, CPPB
# E*IAAAIBTACH
WIILIAM GARVISO, PROCUREMENT COORDINATOR
PROCU REMENT DEPARTMENT
1700 Convention Cenler Drive, 3'd Floor, Miomi Beoch, FL 33.l 39
30 5 .67 3 .7 OOO X6650 | www. m iomibeochfl.gov
314
lb l,AIa,\AIRFarHt:' ivil/ \rYiluL, lvt t
TABLE OF CONTENTS
SOLIGITATION SEGTIONS: PAGE
0100 Nor urLlzED ......... .......... N/A
0200 TNSTRUCTIONS TO PROPOSERS & GENERAL CONDITIONS ................................3
0300 suBMlrTAL INSTRUCTIONS & FORMAT ,,,=r, i,,....................10
': ' ,,,..120400 PROPOSAL EVALUATION ....... -5
APPENDICES: ,Z -u='=1,
' tfii'i' i;r ii l'
APPENDIXA PROPOSALCERTIFICATON, QUESTIONNAIREIANDAFFI.DAVITS
APPENDIX B -NO PROPOSAL'FORM
i
=,
APPENDIX C MINIMUM REQUIREMENTS & SPECIFICATIONS .. H
.r,.::= , -S
APPENDIX D SPECIAL CONDITIONS
- -l===..,,,=.APPENDIX E COST PROPOSAL FORIETB;,,,...,,,,-
,
APPENDIX F INSURANCE REQUIREMENTS "..====.. j
RFP 2015-0r 3-WG
315
b fu\1A,,\Ai Sil$\il1-{
SECTION O2OO INSTRUCTIONS TO RESPONDENTS & GENERAL CONDITIONS
1. GENERAL. This Request for Proposals (RFP) is issued by the City of Miami Beach, Florida (the "City"), as the
means for prospective Proposers to submit their qualifications, proposed scopes of work and cost proposals (the
"proposal") to the City for the City's consideration as an option in achieving the required scope of services and
requirements as noted herein. All documents released in connection with this solicitation, including all appendixes
and addenda, whether included herein or released under separate cover, comprise the solicitation, and are
complementary to one another and together establish the complete terms, c-q,,,.q$tions and obligations of the
Proposers and, subsequently, the successful Proposer(s) (the "contractor[s]') if thiB=RFP results in an award.
.:
The City utilizes PublicPurchase (www.publicpurchase.com) for autom.gffe notificatipn of competitive solicitation
opportunities and document fulfillment, rncluding the issuance of any'"i$H'denduillF*: it RFP. Any prospective
Proposer who has received this RFP by any means other than through Pib$cPurchaSd must register immediately
with PublicPurchase to assure it receives any addendum issued to this RFP. Failure td-ir ive an addendum
may result in disqualification of proposal submitted. ,,. -,;a.
2. PURPOSE. The City of Miami Beach is soliciting responses"fu proposers for Security Offi€i Services in an
effort to improve public safety, address quality of life issues and&crease crime by assisting law enforcement
through deterrence and reporting of suspected criminal activity.
schedule for solicitation i follows
+. pnOCUnemEruf COUflCf. Any questions or clarifications concerning this solicitation shall be submitted to the
Procurement Contact poted below:
Procurement Contact:
William Garviso
Additionally, the City Clerk is to be copied on all communications via email at: RafaelGranado@miamibeachfl.qov ;
or facsimile: 786-394-41 88.
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
Telephone:
305.673 7000 x6650
Email:
williamgarviso@miamibeachfl .gov
3.Ihe tentatlve scnedule tor.mts soltcttatton ls as
RFP lssued F,,ebruary 11,2015
Pre-Proposal Meeting Febiuary'18;2015 at 10 a.m.
Dead I i n e, fffieiF.t of Qu estion s March 2,2015
Rdtpnses Due March 11,2015 @ 3:00PM
TBD
Proposer Pffidntatiohe ;TBD
Tentative Commission Approval $uthorizing TBD
Coritract N eg dliatio ns Following Commission Approval
RFP 20 r5 01 3-WG
316
b ,,'\,iIAiV\i *ilAil$-{
site visit(s) may be scheduled.
A Pre-Proposal conference will be held as scheduled in Solicitation Timeline above at the following address:
City of Miami Beach
City Hall - 4tt'FIoor
City Manager's Large Conference Room
1700 Convention Center Drive
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) Dialthe TELEPHONE NUMBER: 1- 888-270-9936 (Toll-free North America)
(2) Enter the MEETING NUMBER' 1142644
il
,,,,
' ,
Proposers who are interested in participating via telephone should send an+mail to the contact person listed in this
RFPexpressingtheirintenttoparticipateviatelephone.
6. PRE-PROPOSAL INTERPRETATIONS. Oral information or reSp-iBes to questions received by prospective
Proposers are not binding on the City and will be without legal effect; inoluding any information received at pre-
submittal meeting or site visit(s). Only questions answered by written addenda will be binding and may supersede
terms noted in this solicitation. Addendum will be released through PublicPurchaffi . i
7. CONE OF SILENCE. Pursuant to Section 2-486 af the Ci Code, all procuiement solicitations once advertised
and until an award recommendation hal been fonruarded to the City Commission by the City Manager are under the
"Cone of Silence." The Cone of Silence ordinance is available at
http://library.municode.comfindex.aspx?CIientlD= 13097&statelD=9&statename=Florida. Any communication or
inquiry in reference to this solicitation with any City employee or City official is strictly prohibited with the exception
of communications with the Procurement Director, or his/her administrative staff responsible for administering the
procurement process for this solieitation providin$ sai$ communication is limited to matters of process or procedure
regarding the solicitation. Communications regarding this solicitation are to be submitted in writing to the
Procurement Contact named l.:.,f, with a
1o 1ne
CitV Clerk at RafaelGranado@miamibeachfl.gov.
8. SPECIA.L NOTICES. You are hereby advised that this solicitation is subject to the following
ordinances/resolutions, which may Db found on the City Of Miami Beach website:
http://web.miamibeachfl.qov/procuremenUscroll.aspx?id=2351 0
. CONE 0F SILENCE..'...;.,,... . .. ,.,,.,,;.....,.,.,. PROTEST PROCEDURtr,S
o DEBARMENT PROCEEDINGS,.:...,...,,....,...,,. LOBBYIST REGISTMTION AND DISCLOSURE 0F FEES.. .. CAMPAIGN CONTRIBUTIONS BY VENDORS. CAMPAIGN CONTRIBUTIONS BY LOBBYISTS ON PROCUREMENT
ISSUES....,. .... REQUIREMENT FOR CITY CONTRACTORS T0 PROVIDE EQUAL
BENEFITS FOR DOMESTIC PARTNERS . . .
CITY CODE SECTION 2486
CITY CODE SECTION 2-37,1
CITY CODE SECTIONS 2-397 THROUGH 2-485.3
CITY CODE SECTIONS 2481 THROUGH 2-406
CITY CODE SECTION 2-487
CITY CODE SECTION 2488
CITY CODE SECTION 2-373
. LIVING WAGE REQU|REMENT....... . . CITY CODE SECTIONS 2407 THR0UGH2-410
r PREFERENCE FOR FLORIDA SI/ALL BUSINESSES OWNED AND
CONTROLLED BY VETEMNS AND TO STATE-CERTIFIED SERVICE.
DISABLED VETEMN BUSINESS ENTERPRISES CITY CODE SECTION 2-374
o FALSE CLAIMS ORDINANCE ... CITY CODE SECTION 70-300
RTH 2U I5.U I 3.WG
317
. ACCEPTANCE OF GIFTS FAVORS & SE
\,\tAMisrAilx-{
CITY CODE SECTION 2449
&
RVICES. . .
9. POSTPONEMENT OF DUE DATE FOR RECEIPT OF PROPOSALS. The 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.
10. PROTESTS. Protests concerning the specifications, requirements, and/or terms; or protests after the proposal
due date in accordance with City Code Section 2-371, which establishes procedures for protested proposals and
proposed awards. Protests not submitted in a timely manner pursuant to the requirements of City Code Section 2-
371 shall be barred, A '
.::.
.::::::::=
11. VETERAN BUSINESS ENTERPRISES PREFERENCE. Pursuant to Clty iif=.B+,qrni Beach Ordinance No. 2011-
3748, the City shall give a five (5) point preference to a responsive and respollig,,!-q!q. Proposer which is a small
business concern owned and controlled by a veteran(s) or which is a servipisablednebrar business enterprise.
12. DETERMINATION OF AWARD. The final ranking results of 'Step 1 & 2 outlined in Sd0tion V, Evaluation of
Proposals, will be considered by the City Manager who may recommend to the City Commissiono;f$e;Propose(s)
he/she deems to be in the best interest of the City or may recommend relection of all proposals. Thi$€ity Manage/s
recommendation need not be consistent with the scoring results iOehtifieO herein and takes into con'iideration 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 perfoffi the contract within the time specified, without delay or
interference
(3) The character, integrity, reputatiorilfuOgmeiltlHxperience and efficiency of the Proposer.
(4) The quality ofperformance of previ@ conHcts.
(5) The previousEnd existing compliance'by'the Propos@ith laws and ordinances relating to the
contract, .',
The City Commission shalf consider the City Manager's recbmmgndation 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,,1ldeems to be.in'the best interest of thelity, or it may also reject all Proposals. Upon approval of
selection bylhe'Gffi','0 ission, negotiations betWeen'the City and the selected Propose(s) will take place to
arrive at a m-tually acceptab,le Agreem0nt=
The 0ity=ffiv;ward up to three*ndors (primary, secondary, tertiary), as available, by line item, by group or in its
entirety. f ily will endeavor tffilize vendors in order of award. However, the City may utilize other vendors in
the event that:1) a contract vendo@not or is unable to be in compliance with any contract or delivery requirement;
2) it is in the best inter, f the City-.itb do so regardless of reason.
"::::=,:r:: .r:l
13. ACCEPTANCE OR'REIEeiiON OF PROPOSALS. The City reserves the right to reject any or all proposals
prior to award. ReasonabFfforts will be made to either award the Contract or reject all proposals within one-
hundred twenty (120) calendar days after proposals opening date. A Proposer may not withdraw its proposals
unilaterally before the expiration of one hundred and twenty ('120) calendar days from the date of proposals opening.
14. PROPOSER'S RESPONSIBILITY. Before submitting a Proposal, 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, lgnorance of such conditions and requirements,
andior 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
318
accepted as a basis for any
Proposer.
,i'{iA,'\,\i SfAil*-'{
whatsoever for any monetary consideration on the part of the
15. COSTS INCURRED BY PROPOSERS. All expenses involved with the 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
expense) of the Proposer, and shall not be reimbursed by the City.
16. RELATIONSHIP TO THE CITY. lt is the intent of the City, and Proposers hereby acknowledge and agree, that
the successful Proposer is considered to be an independent contractor, and that neither the Proposer, nor the
Propose/s employees, agents, and/or contractors, shall, under any circumstanc 'ft,considered employees or
agents of the City.
17. TAXES. The City of Miami Beach is exempt from all Federal Excise aq-qCtate taies,,
18. MISTAKES. Proposers are expected to examine the termsftnditiohs, specifictti$, delivery schedules,
proposed pricing, and all instructions pertaining to the goods qr.d services relative to this RF,i..r,pr;lure to do so will
be at the Proposer's risk and may result in the Proposal bein@+esponsivg, .,,,,. i
19. PAYMENT. Payment will be made by the City after the goodC oi services have been receiveil, inspected, and
found to comply with contract, specifications, free of damage or defedJnd are properly invoiced. lnvoices must be
consistent with Purchase Order format. \
,
,,,.,
20. PATENTS & ROYALTIES. Proposer shall indemnify and save harmless thffiity-5 Miami Beach, Florida, and its
officers, employees, contractors, and/or agents, from liability of any nature or kind; including cost and expenses for,
or on account of, any copyrighted, patented, or unpatehted invention, process, or article manufactured or used in the
performance of the contract, including,its use by the Ci$'of Miami Beach, Florida, lf the Proposer uses any design,
device or materials covered by.tettersfttent, or copyright, it is mutually'understood and agreed, without exception,
that the proposal prices s.,haf! include al@alties or cost arising from the use of such design, device, or materials in
any way involved in the work.
. ni*t l.
21. MANNER OF PERFORMANC,E Pr:dpd$ei ag,T..e to peilorm its duties and obligations in a professional manner
and in accordance with all applicable Local, State, C6unty, and Federal laws, rules, regulations and codes. Lack of
knowledge or ignorance by, the Propri$,,,,i with/oJ applicable laws will in no way be a cause for relief from
responsibiiit . Proposer agrees that the sefutces prdvided shall be provided by employees that are educated, trained,
experienced, certified, and licensed in all ar,e,-,,aS encompassed within their designated duties. Proposer agrees to
furnish to the City any and all doCilmentat'r'6'n, certification, authorization, license, permit, or registration currently
required by appticabte laws, rules, and regulations. Proposer further certifies that it and its employees will keep all
licenses, permits, re$istrations, authdrizations, or certifications required by applicable laws or regulations in full force
and effect during thelerm of this contract. Failure of Proposer to comply with this paragraph shall constitute a
material breach of this contract.
Where contractor is required to enter or go on to City of Miami Beach property to deliver materials or perform work or
services as a result of any contract resulting from this solicitation, the contractor will assume the full duty, obligation
and expense of obtaining all necessary licenses, permits, and insurance, and assure all work complies with all
applicable laws, The contractor shall be liable for any damages or loss to the City occasioned by negligence of the
Proposer, or its officers, employees, contractors, and/or agents, for failure to comply with applicable laws.
22. SPECIAL CONDITIONS. Any and all Special Conditions that may vary from these General Terms and
Conditions shall have precedence,
b
subsequent claim
RFP 2015 01 3-WG
319
tb &{lA\,\lmil&il}-{
23. ANTI-DISCRIMINATION. The Proposer certifies that he/she is in compliance with the non-discrimination clause
contained in Section 202, Executive Order 11246, as amended by Executive Order 11375, relative to equal
employment opportunity for all persons without regard to race, color, religion, sex or national origin.
24. DEMONSTRATION OF COMPETENCY.
A. Pre-award inspection of the Propose/s facility may be made prior to the award of contract.
B. Proposals will only be considered from firms which are regularly engaged in the business of providing the
goods and/or services as described in this solicitation.
C. Proposers must be able to demonstrate a good record of performance for a reasonable period of time, and
have sufficient financial capacity, equipment, and organization to ensure that they can satisfactorily perform the
services if awarded a contract under the terms and conditions of this solicitation.,-
D. The terms "equipment and organization", as used herein shall, be construed to mean a fully equipped and
well established company in line with the best business practices l! the industry, and-as determined by the City
of Miami Beach. =":" :'
E. The City may consider any evidence available regardin@financLl, technical, and other qualifications and
abilities of a Proposer, including past performance (experiencg), in making an award that is in the best interest of
F. The City may require Proposers to show proof that they haVabeen de'SigEated as authorized representatives
of a manufacturer or supplier, which is the actual source of supply;',ln these instances, the City may also require
material information from the source of supply regarding the quHlity, packaging, and characteristics of the
products to be supplied to the City.
lrt-
25. ASSIGNMENT. The successful Proposer shall not assign, transfer, convey, iuOtet or othenruise dispose of the
contract, including any or all of its right, title or interest therein, or his/her or its power to execute such contract, to
any person, company or corporation; without the prior written consent of the City
26. LAWS. PERMITS ANU.=:BEGULAf::tgNS. The Proposer shall obtain and pay for all licenses, permits, and
inspection fees required to ffiete the nd shall comply with all applicable laws.
27. OPTIONAL CONTRACT USAGE. WhEh ttre successful Proposer (s) is in agreement, other units of government
or non-profit agencie's may participate in chases purSuant to the award of this contract at the option of the unit of
governm1,Yr non-profit agency "':
28. VoLuflE OF WORK TO BE RECEIVED. BY CONTRACT IT is the intent of the city to purchase the goods
ontromthecontiactor'However,theCityreSeryeStherightto
purchase any goods or services aWarded from state or other governmental contract, or on an as-needed basis
through the City's spot market purchase provisions.
,, -
29. DISPUTES. ln the eVenl of a conflict between the documents, the order of priority of the documents shall be as
follows:
A. Any contract or agreement resulting from the award of this solicitation; then
B. Addendum issued for this solicitation, with the latest Addendum taking precedence; then
C. The solicitation; then
D. The Proposer's proposal in response to the solicitation.
30. INDEMNIFICATION. The contractor shall indemnify and hold harmless the City and its officers, employees,
agents and instrumentalities from any and all liability, losses or damages, including attorney's fees and costs of
defense, which the City or its officers, employees, agents or instrumentalities may incur as a result of claims,
RFP 2015 OI 3 WG
320
g tu\iAtr,\:srAili"{
demands, suits, causes of actions or proceedings of any kind or nature arising out of, relating to or resulting from the
performance of the agreement by the contractor or its employees, agents, servants, partners, principals or
subcontractors" The contractor shall pay all claims and losses in connection therewith, and shall investigate and
defend all claims, suits or actions of any kind or nature in the name of the City, where applicable, including appellate
proceedings, and shall pay allcosts, judgments, and attorney's fees which may be incurred thereon. The contractor
expressly understands and agrees that any insurance protection required by this Agreement or othenruise provided
by the contractor shall in no way limit the responsibility to indemnify, keep and save harmless and defend the City or
its officers, employees, agents and instrumentalities as herein provided. The above indemnification provisions shall
survive the expiration or termination of this Agreement.
,:,..:,,,,..===::=
31. CONTRACT EXTENSION. The City reserves the right to require the Contiactor to extend contract past the
stated termination date for a period of up to 120 calendar days in the event that a subsequent contract has not yet
been awarded. Additional extensions past the 120 calendar days may orcui as needed by the City and as mutually
agreed upon by the City and the contractor, .=
=r,i:i,r32. FLORIDA PUBLIC RECORDS LAW. Proposers are hereby notified that all Proposals including, without
limitation, any and all information and documentation submitted therewjth, are exempt from public records
requirements underSection 119.07(1), Florida Statutes, and s.24(a), Art. 1 of the State Constitution until such time
as the City provides notice of an intended decision or until thirty (30) calendar days after opening'of the proposals,
whichever is earlier. Additionally, Contractor agrees to be in full compliance with Florida Statute 1 1 9.0701 including,
but not limited to, agreement to (a) Keep and.q.raintain public recordS that ordinarily and necessarily would be
required by the public agency in order to performE$ervrces; (b) provide the public with access to public records on
the same terms and conditions that the public age--y wo'u'l#.p,.rpvide the record$d at a cost that does not exceed
the cost provided in this chapter or as othenruise provided bi ; (c) Ensure that public records that are exempt or
confidential and exempt from public records disclosure requirer,nents are not dlsclosed except as authorized by law;
(d) Meet all requirements for retaining public records and transfer, at no:.cOst, to the public agency all public records
in possession of the contractor upon termination of the contract and de$troy any duplicate public records that are
exempt or confidential and exempt from public records di$closure requirements. All records stored electronically
must be provided to the pubtiC:gency in a format that is compatible wlth the information technology systems of the
public agency.
33. MODIFICATIONffiTHDRAWALS OF PROPOSALS. A Proposer may submit a modified Proposal to replace all
theProposalduedateandtime'Modificationsreceived
after thefuposal due date and time will not be considered. Proposals shall be irrevocable until contract award
unlesS wit"Flfl?hwn in writing prior to the Proposal due date, or after expiration of 120 calendar days from the opening
of Proposal-Without a contract award. Letters of withdrawal received after the Proposal due date and before said
expiration date, and |fiff: of withdiiiwal received after contract award will not be considered.
34. EXCEPTIONS TO'RF?. Pro@rs must clearly indicate any exceptions they wish to take to any of the terms in
this RFP, and outline whdtlLlirlaRy, alternative is being offered. All exceptions and alternatives shall be included and
clearly delineated, in writindiiin the Proposal. The City, at its sole and absolute discretion, may accept or reject any
or all exceptions and alterhatives. ln cases in which exceptions and alternatives are rejected, the City shall require
the Proposer to comply with the particular term andior condition of the RFP to which Proposer took exception to (as
said term and/or condition was originally set forth on the RFP).
35. ACCEPTANCE OF GIFTS. FAVORS, SERVICES. Proposers shall not offer any gratuities, favors, or anything of
monetary value to any official, employee, or agent of the City, for the purpose of influencing consideration of this
Proposal. Pursuant to Sec. 2-449 of the City Code, no officer or employee of the City shall accept any gift, favor or
service that might reasonably tend to improperly influence him/her in the discharge of his official duties.
m
321
b r\,,,\lAMtmil&t$-"$
Balance of Page lntentionallv Left Blank
RFP 2015 O1 3 WG
322
b ,,'\'''\ t A,\t i $ il.&t *-"$
SECTION ()3OO 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. Proposals are to be delivered to City of Miami Beach
Procurement Department, 1700 Convention Center Drive, 3'd Floor, Miami Beach, Florida 33139,
2. LATE BIDS. Bid Proposals are to be received on or before the due date established herein for the receipt of Bids.
Any Bid received after the deadline established for receipt of proposafs will be considered late and not be
accepted or will be returned to Proposer unopened. The City does not accept iesponsibility for any delays,
natural or othenruise.
3. PROPOSAL FORMAT. ln order to maintain comparability, facilitate the review process and assist the Evaluation
Committee in review of proposals, it is strongly recorqpended that prgposals be organized and tabbed in
accordance with the sections and manner specified belovfi"'Hard copy submittals should be tabbed as enumerated
below and contains a table of contents with page references. Electrfinie copies should also be tabbed and contain a
table of contents with page references, Proposals that do not includE#lfequired information will be deemed non-
responsive and will not be considered.
Cover Letter & Minimum Qualifications irements
ustindicateProposerandProposerPrimaryContactforthe
purposes of this solicitation. :t:
1.2 Proposal Certification, Quegti.or-r,tlaire & Requirements Affidavit (Appendix A). Attach Appendix A fully
completed and executed. =.::::,:::: ': i'::::= ' ::
1.3 Minimum Qualificatio*E*quireme-h Submit veriflable information documenting compliance with the minimum
alifications reouirements established in AEmndix C, Minimum Requirements and Specifications.
Exoerience & Qualifications
Zf Ouaiiiications of Proposing Firm, qlbmit detailed information regarding the firm's history and relevant experience
and proven track record of providJng the 5$p;p-,8 of services similar as identified in this solicitation, including experience in
providing.-imilar scope of servi to publidit$bctor agencies. For each proiect that the Proposer submits as evidence of
similar: experience, the following ii required: project description, agency name, agency contact, contact telephone &
2.2 Qualifications of Proposer fei*. Provide an organizational chart of all personnel and consultants to be used for
this project if awarded, the role that €ach team member will play in providing the services detailed herein and each team
members' qualificationS.,-.A resume of each individual, including education, experience, and any other pertinent
information, shall be included for each Proposal team member to be assigned to this contract.
2.3 Financial Capacity. Each Proposer shall arrange for Dun & Bradstreet to submit a Supplier Qualification Report
(SOR) 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/servleUsupplierPortal?storeld=11696
Proposers are responsible for the accuracy of the information contained in its SQR. lt is highly recommended
that each Proposer review the information contained in its SQR for accu ior to submittal to the City and
RFP 2015 OI 3 WG t0
323
b l.ri I ,'\ ,\ 4 i RF Af*Hr Y l,J t, Y t MkJ Iv* I
Cost
Submit a completed Cost Prooosal Form (Aooendix E).
Note: After proposal submrttal, the City reserves the right to require additional information from Proposers (or
Proposer team members or sub-consultants) to ietermine: 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 n*.r ,:j ..r:h of their last two complete fiscal years).
' ::: ird,\ . li
as early as possible in the solicitation process. For assistance with any portion of the SQR submittal process,
contact Dun & Bradstreet at800-424-2495.
of Services
Submit detailed information addressing how Proposer will achieve each portion of the scope of services and
technical requirements outlined in Appendix C, Minimum Requirements and Specifications.
Responses shall be in sufficient detail and include supporting documentation, as applicable, which will allow the
Evaluation Committee to complete a full review and score the proposed scope of services,
and Methodol
issues affecting Miami Beach, crime prevention and retaininq sufficient to meetithO,Citv's needs.
Submit detailed information on how Proposer plans to accomplish the requiredt$eiope of services, including detailed
information, as applicable, which addresses, but need not be limited t"o,: uie of innovative technology, training
received by security officers above basic licensing requirements, proactive approach todealing with quality of life
Rl-P 20 t5-O I 3-WG
324
sEcTtoN 0400
lb ,n .11 a,',,,\ I RF sru
=: I V \lI \: / 'r UL' l\vl I
PROPOSAL EVALUATION
Proposer Experience and Qualiflcations, including Financiat Capability
Scope of Services Proposed
Approach and Methodology
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. lf 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. lt 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 ma1ce a recommendation to the City
Commission.
2. Step 1 Evaluation. The first step will consist of the qualitative criteria listed hElow to be considered by the
Evaluation Committee. The second step will consist of quantitative eriteria established below to be added to the
Evaluation Committee results by the Department of Procurement Management. 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. ln doing so, the Evaluatieiil ommittee may:
. review and score all proposals received, with or'ffitlout conducting interview sessions; or
. review all proposals received and short-list one ofurefroposers to be further considered during
subsequent interview session(s) (using the same critdria},:,
3. Step 2 Evaluation. Following the res*I!s.of Step
ad d ition al q u an titative criteri a poi n!s. to t b6: deGb,v
earned in Step 1, as llows, 1, :
1 Evaluation of qualitatlve criteria, the Proposers may receive
.,tii,ir.Ornrent
of Procurement Management to those points
Cost Proposal
Veterans Preference
4. Cost Proposal Evaluilion. The cost proposal points shall be developed in accordance with the following formula:
Samole Obiective Formula for Cost
Vendor Vendor
Cost
Proposal
Example Maximum
Allowable Points
(Points noted are for
illustrative purposes only.
Actual points are noted
above.)
Formula for Galculating Points
(lowest cost / cost of proposal
being evaluated X maximum
allowable points = awarded
points)
Round to
Total
Points
Awarded
Vendor A $1 00 00 20 $100 / $100 X20 = 20 20
Vendor B $150.00 20 $100/$150X20=13 13
Vendor C $200.00 20 $100 / $200 X 20 = 10 10
RFP20I5O13WG 12
325
&iutlAi\,\i *fAil$-l
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 Department of Procurement Management. Step
1 and 2 scores will be converted to rankings in accordance with the example below:
Committee
Membei:1
Step 1
Points 82 76 80
Step 2
Points 22 15 12
Total 104 9'1 92
Rank 1 3 2
-.;, llrl
,'t l' =
Committee
Member 2
Step 1
Points 79 85 72
Step 2
Points 22 15 12
Total 101 100 84
Rank I 2 J
C mittee
Mcmber 2
Step 1
Points 80 74 66
Step 2
Points i22 15 12
Total 1A2 89 78
Rank 1 2 3
* Final Ranking is presented,to the City Manager for further due diligence and
recommendation to the City Commission. Final Ranking d6. +ot constitute
an award recommendation until such time as the City Managei has made his
recommendation to the City Commission, which may be different than final
ranking results.
''i}ia
#r
itli:tn
326
APPENDIX A
,h
.g Mg&,w$ wffieffiN
P ro poso l, C ertlfic o tio n,
auestio=fuoire &
Req uire mehts Affid ovit
P*.Er.; s*f'*j;;: lllilh 2015_0 l3_WG,-i. =,
....,. ..- SECU@ITY OFFICER SERVICES
PROCU REMENT DEPARTMENT,l700 Convention Center Drive
Miomi Beoch, Florido 33139
327
Solicitation No:
2015-013-WG
Solicitation Title:
SECURITY OFFICER SERVICES
Procurement Contact:
William Garviso
Tel:
305.673 7000 x 6650
Email:
wil liamo arviso[D miam ibeachfl .oov
PROPOSAL CERTIFICATION, QUESTIONNAIRE & REQUIREMENTS AFFIDAVIT
Purpose: 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. This Proposal Certification, Questionnaire and Requirements
Affidavit Form is a REQUIRED FORM that must be submitted fully completed and executed.
General Proposer lnformation.
FIRM NAME:
No of YeaE in Business:No ofYears in Business Locally: I No, of Employees:
OTHER NAME(S) PROPOSER HAS OPERATED UNDER IN THE LAST 1O YEARS:,t,'t
FIRM PRIIVARY ADDRESS (HEADAUARTERS):
CITY:
STATE:ZIP.CODE:
TELEPHONE NO,:
..r:Ljlt'
TOLL FREE NO.:
FAX NO.:
FIRM LOCAL ADDRESS:
CITY:
STATE:ZIP CODE:
PRIMARY ACCOUNT REPRESENTATIVE EORTTIIS ENGAGEMENT:
i F;:ilLi
ACCOUNT REP TELEPHONE NO,:
ACCOUNT REP TOLL FREE NO.:
'A0€OUNT REP El\ilAlL:
FEDERAL TAX IDENTIFICATION NO::
The City reserves the right to seek 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 capacify of the Proposer to perform in accordance with contract requirements.
328
Veteran Owned Business. ls Proposer claiming a veteran owned business status?
YES f--l No
2.
SUBMITTAL REQUIREMENT: Proposers claiming veteran owned business status shall submii 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.
Conflict Of lnterest. 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, diiector, agent, or immediate family member
(spouse,parent,sibling,andchild)whoisalsoanemployeeoftheCityofMiamiBeach. Proposersmustalsodisclosethenameof
any City employee who owns, either directly or indirectly, an interest of ten (10%) percent or more in the Proposer entity or any of
its affiliates
References & Past Performance. Proposer shall submit 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, fhE$h.wing information is required: 1) Firm Name,2) Contact
lndividual Name & Title, 3) Address, 4) Telephone, 5) Contact's Emaili{ftd16) Narrative on Scope of Services Provided.
Litigation History. Proposer shall submit a statement of any litigation or r@t{atory action that has b_een filed against your firm(s)
in the last five years. lf an action has been filed, state and describe the litigatidMfegulatory action flled, and identify the court or
agency before which the action was instituted, the appticable case or file numbei,'andthe status or disposition for such reported
action. lf no litigation or regulatory action has been filed against your firm(s), provide a statement to that effect. lf "No" litigation or
regulatory action has been flled against your firm(s), please provide a statement to that effect. Truthful and complete answers to
this question may not necessarily disqualify a fiim from consideration but will be a factor in the selection process.
Untruthful, misleading or false answers to this question shall result in'the disqualification of the firm for this project.
eruf: Pfioser shall submit history of litigation or regulatory action filed against proposer, or any
proposer team member firm, in the past 5 years. lf Proposer has no litigation history or regulatory action in the past 5 years, submit
a statement accordingly.
Suspension, Oeb3lment or Contract Cancellation. Has Proposer ever been debarred, suspended or other legal violation, or had
a contract cancelled due to non-performance by any public sector agency?
[-_l vrs [--l No
SUBfrl|ffAL REQU|REMENT,i lf answer to@ve is "YES," Proposer shall submit a statement detailing the reasons that led to
action(s).
Vendor Campaign Contributioh5, Proposers are expected to be or become familiar with, the City's Campaign Finance Reform
laws, as codified in Sections 2-48? through 2-490 of the City Code, including a prohibition against any vendor giving a campaign
contribution direCtly or..indireellf to a candidate, or to the campaign committee of a candidate, for the offices of mayor or
commissioner. ProposeiS,:shall be solely responsible for ensuring that all applicable provisions of the City's Campaign Finance
Reform laws are compiied 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.A fine of up to $500.00 shall be imposed on every person who violates this
section. Each act of giving or depositing a contribution in violation of this section shall constitute a separate violation.
"Vendo/' shall include natural persons and/or entities who hold a controlling financial interest in a vendor entity. The term
"controlling financial interest" shall mean the ownership, directly or indirectly, of ten percent or more of the outstanding capital stock
in any corporation or a direct or indirect interest of ten percent or more in a firm.
SUBMITTAL REQUIREMENT: Submit the names of all individuals or entities (to which the definition of vendor as defined above
may apply), including your sub-consultants), who has contributed to the campaign either directly or indirectly, of a candidate who
has been elected to the office of Mayor or City Commissioner for the City of Miami Beach.
5.
329
7.Code of Business Ethics. Pursuant to City Resolution N0.2000-23879, 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 Division 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 submit firm's Code of Business Ethics. ln 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 www.miamibeachfl . gov/procuremenU.
Living Wage. Pursuant to Section 2-408 of the Miami Beach City Code, as same may be arnended from time to time, Proposers
shall be required to pay all employees who provide services pursuant to this Agreement, thg-..liotirlV,.,ltving wage rates listed below:
The City Commission approved Ordinance 2014-3897 on September 30, 201{..,;1110reasing the living wage rate to
$13.31/hourlywithouthealth benefitsor$11.62/hourlywith health benefitswith ?,..rylPff6ctivedafeof January I,2015.
The living wage rate and health care benefits rate may, by Resolution of the€ity Commission be indexed annually for inflation
using the Consumer Price lndex for all Urban Consumers (CPl-U) MiamilFt. Laudeidale, issued by&e-U.S. Department of Labo/s
Bureau of Labor Statistics. Notwithstanding the preceding, no annual.index shallexceed three percent'(3%). The City may a1so, by
resolution, elect not to index the living wage rate in any particular yOar, if it determines it would not be ftscally sound to implement
same (in a particular year). ':i:
Proposers' failure to comply with this provision shall be deemed a material breach under this proposal, unddi which the City may,
at its sole option, immediately deem said Proposer as non-responsive, and may further subject Proposer to additional penalties
and fines, as provided in the City's Living Wag-q rdinance, as amended. Further information on the Living Wage requirement is
available at www. miamibeachfl .gov/procurementl.
SUBMITTAL REQUIREMENT: No additional submittal is red'*.i-=e-.dJy virtue of executing$is affidavit document, Proposer agrees
to the living wage requirement
8.
9.Equal Benefits for Employees with Spouses and Employees with Domestic Partners. When awarding competitively solicited
contracts valued at over$'100,000whose contractors maintain 51 or more fullilfime employees on their payrolls during 20 or more
calendar work weeks, therEqual Benefits for Domestic Partne.r:s Ordinance 2005-3494 requires certain contractors doing business
with the City of Miami Beach, who are -awarded a contract piiisuant to competitive proposals, to provide "Equal Benef(s" to their
employees with domestic partners, as fuy provide to emplol€..es. th spouses. The Ordinance applies to all employees of a
Contractor who work within the City limiMf the City of Miami Beffi Florida; and the Contractor's employees located in the United
States, but outside of the City of Miami Beach limrts, who are directly performing work on the contract within the City of Miami
Beach ;n '
A. -Does your company pt-g,,,vtOe or offer access to any benefits to gmployees with spouses or to spouses of employees?
,,1,i? t""'?,,.. f'. .ves [-_l ruo
B Does your company provi€or offer acc'e$s to any benefits to employees with (same or opposite sex) domestic partners* or to
domestic partners of employees?
330
10.
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
Employees with
Soouses
Firm Provides for
Employees with
Domestic Partners
Firm does not
Provide Benefit
Health
Sick Leave
Family Medical Leave
Bereavement Leave
lnitial to Confirm
Receiot
{nitial to Confirm
., -: q"a",ot
lnitial to Conflrm
Rcccinl
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
lf additional confiifiation of addendum is required, submit under separate cover.
lf Proposer cannot offer a benefit to domestic partners because of reasons outside your control, (e.9., 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 MeasuresApplication willbe reviewed for consideration by the City
Manager, or his designee. Approval is not guaranteed and the City Enagels,decision is flnal. Further information on the Equal
Benefits requirement is available at www.miamibeachfl .gov/procurefnEhU.
Public Entity Crimes. Section 287.133(2)(a), Florida Statutes, as curlently enacteds as amended from timE to,time, states that a
person or affiliate who has been placed on the convicted vendor list to, lg a conviction for a public entity crime may not submit
a proposal, proposal, or reply on a contract to provide any goods or.Seiruim to a plblic entity; may not submit a proposal,
proposal, or reply on a contract with a public entity for the construction oriepairlf 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.Say.pot transact business with any public entity
in excess of the threshold amount provided in s.287.017 for CATEGORY TWO foiaperiod of 36 months following the date of
being placed on the convicted vendor list.
SUBMITTAL REQUIREMENT: No additional submittal is required. ay virtue'=Oiexecuting this affidavit document, Proposer agrees
with the requirements of Sec!1on 28,,]{, Florida Statutes, and certifies it has not been placed on convicted vendor list.
Acknowledgement of Aiidendum. Afiei issuance of solicitation, the City may release one or more addendum to the solicitation
which may provide additi-o{ral informa@ to Proposers or alter solicitation requirements. The City will strive to reach every
Proposer having received citation t@1gh the City's e-procurement system, PublicPurchase.com. However, Proposers are
solely responsible for assurin$ they have receive-d- any and all addendum issued pursuant to solicitation. This Acknowledgement of
Addendum seclion certifies that the PropoSdi.has*cg d al[''bddendum released by the City pursuant to this solicitation. Failure
to obtain andacknowledge receipt of 6fLaddendum may result in proposal disqualification.
a4tt
331
The solicitation referenced herein is being furnished to the recipient by the City of Miami Beach (the "City") for the recipient's convenience.
Any action taken by the City in response to Proposals made pursuant to this solicitation, or in making any award, or in failing or refusing to
make any award pursuant 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 any liability or obligation on the part of the City.
ln its sole discretion, the City may withdraw the solicitation either before or after receiving proposals, may accept or reject proposals, and
may accept proposals which deviate from the solicitation, as it deems appropriate and in its best interest. ln its sole discretion, the City may
determine the qualifications and acceptability of any party or parties submitting Proposals in response to this solicitation.
Following submission of a Bid or Proposal, the applicant agrees to deliver such further details, information and assurances, including
financial and disclosure data, relating to the Proposal and the applicant including, without timitation, the applicant's affiliates, officers,
directors, shareholders, partners and employees, as requested by the City in its discretion.
The information contained herein is provided solely for the convenience of prospective Proposers. tt is the responsibility of the recipient to
assure itself that information contained herein is accurate and complete. The City does notlrovide any assurances as to the accuracy of any
information in this solicitation.
Any reliance on these contents, or on any permitted communications with City officials, shall be at the recipienls own risk. Proposers should
rely exclusively on their own investigations, interpretations, and analyses. Ihe solicitation is being provided by the City wlthout any warranty
or representation, express or implied, as to its content, its accuracy, orits compteteness. N'(i rranty or representation is,made by the City
or its agents that any Proposal conforming to these requirements will be selectbd fdr, nside n, negotiation, or approval.
The City shall have no obligation or liability with respect to this solicitation, the selection and the award process, or whether any award will be
made. Any recipient of this solicitation who responds hereto fully acknowledges all thdrproliSions of this Disclosure and Disclaimer, is totally
relying on this Disclosure and Disclaimer, and agrees to be bound by the terms hereof. Any Pl,gposals submitted to the City pursuant to this
solicitation are submitted at the sole risk and responsibility of the party submitting such ProPo-Q$ i, . .=
This solicitation is made subject to correction of errors, omissions, or withdrawal from the market without notice. lnformation is for guidance
only, and does not constitute all or any part of an agreement. !,,, |
:;i.:
The City and all Proposers will be bound only as, if and when a Propo.slir'(or Proposalsli as same may be modified, and the applicable
definitive agreements pertaining thereto, are approved and executed bi the parties, afid tnen only pursuant to the terms of the deflnitive
agreements executed among the parties. Any response to this solicitation may be accepted or rejected by the City for any reason, or for no
reason, without any resultant liability to the City.
The City is governed by the Govemment-in-the-sunshine Law, and all Proposals and suppo(ing documents shall be subject to disclosure as
required by such law. All Proposals shall be subrnited in sealed proposal form and shall remain confidential to the extent permitted by
Florida Statutes, until the date and time selected for opening the responses. At that time, all documents received by the City shall become
public records. .-, . . '.
Proposers are expected to make*ildi'sclosures and declaraiions as requested in this solicitation. By submission of a Proposal, the Proposer
acknowledgei and agrees that the City has the right to make any inquiry or investigation it deems appropriate to substantiate or supplement
information ed in the Proposal, and althorizes the release to the City of any and all information sought in such inquiry or investigation.
Each Proposffiertifies that the information contained in the Proposal is true, accurate and complete, to the best of its knowledge,
information, and belief.
Notwithstanding the foregbing or anything cantained in the solicitation, all Proposers agree that in the event of a final unappealable judgment
by a court of competent juihdiction which:imposes on the City any liability arising out of this solicitation, or any response thereto, or any
action or inaction by the City with res_pect thereto, such liability shall be limited to $10,000.00 as agreed-upon and liquidated damages. The
previous sentence, however, shalli6ot be construed to circumvent any of the other provisions of this Disclosure and Disclaimer which
imposes no liability on the City.
ln the event of any differences in language between this Disclosure and Disclaimer and the balance of the solicitation, it is understood that
the provisions of this Disclosure and Disclaimer shall always govern. The solicitation and any disputes arising from the solicitation shall be
governed by and construed in accordance with the laws of the State of Florida.
332
I hereby certify that: l, as an authorized agent of the Proposer, am submitting the following information as my firm's
proposal; Proposer agrees to complete and unconditional acceptance of the terms and conditions of this document,
inclusive of this solicitation, all attachments, exhibits and appendices and the contents of any Addenda released hereto,
and the Disclosure and Disclaimer Statement; Proposer agrees to be bound to any and all specifications, terms and
conditions contained in the solicitation, and any released Addenda and understand that the following are requirements
of this solicitation and failure to comply will result in disqualification of proposal submitted; Proposer has not divulged,
discussed, or compared the proposal with other Proposers and has not colluded with any other Proposer or party to any
other proposal; 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; all responses, data and information contained in this proposal,
inclusive of the Cerlification, Questionnaire and Requirements Affidavit are true and accurate.
Name of Propose/s Authorized Representative:Title of Propose/s Authorized Representaiive:
Signature of Proposet,s Authorized Representative:
State of On this
-day
of
-,
20-, personally
appeared before me
-
who
County of _) stated that (s)he is the
, a corporation, and that the instrument was signed in behalf of
the said corporation by authority of its board of directors and acknowledged said
instrument to be its voluntary act and deed. Before me:
Notary Public for the State of
My Commission Expires:
of
.:!.:'?ffi
"t.;
t::1\:;
tl:,
rili,,;l i{
,$*'
333
APPENDIX B
M!&,W$ffim&ffi$d
"No =Bid" F.'b,r-m
ilr5-013-wG
PROCU REMENT DEPARTMENT
1700 Convention Center Drive
Miomi Beoch, Florido 33139
SECARITV OFFICER SERVICES
334
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
_lnsufficient time to respond
.,.=
-
Specifications unclear or too restrictive
.
_ Unable to meet specifications
::
_Unable to meet insurance requirements
-Do
not offer this producVservice ,,:
-OTHER
(Please specify) i
_liralr -',.,..:.;1t1f;i:
We do do not '':'waot to be retained on your mailing list for future proposals
Signature:
Tft i,. "
.#dt ::,,,..,.
l,rdffi Legal Compang{ame:
Notefailure to re-pond, either by submitting a proposal or this completed form,
,rV t"q,lll]n-rou, company being removed from our vendors list.
PLEASE RETUEN TO:
CITY OF MIAMISEACH
PROCU REMENT DEPARTM ENT
ATTN: William Garviso
RFP PROPOSAL #201 5.013-WG
1700 Convention Center Drive
MIAMI BEACH, FL 33139
335
APPENDIX C
g AAI&M$ wffi&ffih{
Mi n i m U rTl=Re q uirem e n ts
:::::':'] 'i]"''"""'-& Spe6iffuotidhs
,
: ::t '.,r
:::: 2015-€13-WG.
SE@URITY OFFICER SERVICES
- _riili,
PROCU REMENT DEPARTMENT
1700 Convention Center Drive
Miomi Beoch, Florido 33,l39
336
The City of Miami Beach is seeking proposals from qualified firms for Security Officer Services in a manner
that ensures the highest level of security for a diverse number of posts, while performing a variety of
functions and duties.
The objective is to accomplish 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-fthavior conflicts with acceptable
. Safeguard the citizens, visitors, employees and property of the City of Miami Beach.. Expand and contract to meet the staffing needs of thq i$ and demonstrate where they have done
so previously iS
The City of Miami Beach is very interested in innovative approach&incorporating industry best
practices, which exceed the requirements listed below.
#*..l!:=.t.::.:t::::.
C1. Minimum Requirements. The Minimum Eligibility Requiremei*t'ior this solicitation are listed below.
Proposer shall submit detailed verifiable ihformation affirmatively dmumenting compliance with each
minimum requirement. Proposers that fail to comply with minimum reQili,E-m,g!,. will be deemed non-
responsive and will not be considered.
a. Proposer shall be licensed in accordance with Clrapter 493, Florlda Statutes to perform Security
Services. .= ,='
I
b. Proposer shall have proVkfiricontinuous security guard services for a minimum of five (5) years for
other public'seetr entitieEfiith similar scope. Provide at least five (5) references for which like
services have been performed within the past five (5) years. The City reserves the right to contact
any party that thehjdder ha$ uugrkedJs,r.i{J$p past and to reject a bidde(s) based on past poor
Performance. '',; '
.:. c. Proposer shall have a Dun and Bradstreet (D&B) Supplier Evaluation Risk (SER) score rating of
C2. Statement of Work ReQuired,
The SuccessfU..?,,,. actor ShaII Provide:
a. A minimii*#thiee (3) roving LevelV Secunty fficers equipped with an automobile on duty within the
City limits ol trliami Beach at all times. The Lsd V Seqxty Ofices must be able to respond to any site
within 15 minutes. A list must be submitted in writing, identifying the name(s) of each roving shift l-ad
VSeqdyOfuas, and all security personnel under their supervision, b tre Contract Administrator or their
designee.
b. Written activity and incident reports, maintenance requests, visitor logs, etc. as dictated by the
post assignment. Preference will be given to Bidders who utilize web-based security officer
reporting software.
337
c. A guard tour system (Deggy or near field communications (NFC) tags) at contracted posts to
ensure security officers are making required rounds at assigned frequencies and times. Preference
will be given to Bidders who utilize web-based security officer reporting software.
d. A weekly report, downloaded from Deggy's or NFC tags installed at each post, to the Contract
Administrator or its designee. Preference will be given to Bidders who utilize web- based guard
tour tracking software.
"=e. The location of the Deggy's or NFC tags to the Contract Administr,at6inr,,,fheir designee for
approval.
r y
..:=-::':"=,,f. A Project Manager who will be required to meet with City representativ€SUpon request.
g Att uniforms, radios, firearms, rain gear, traffic vests, tools and "liipr.nt...l [*t perform the
required security services in accordance with the bid{ocuments.
,.:,.:. . ....
h. Uninterrupted services under all conditions, to include, but not limited to the threat or the dually of
a strike, adverse weather conditions, a disaster, or emergency situations, at the agiEed upon
hourly contractual rate.
i. Rules and Regulations Manual for $ U$-ty,,,,.9 icers.
't-j. Pro1ect Manager to work with the Cdntradt@$rninistrator or their designee to review and/or
develop Post Orders for all locations whefe Secriri$'Ofiicerwill be utilized with the City of Miami
Beach. . iii
,i "==
k. A written, quarterly ieport of security incidents to the ContractAdministrator or its designee.
ln addition, the'successful Contractor will be responsibEftii advertising and recruiting qualified security
officers, training the security offic , preparing paych.q,,q , payroll taxes, Social Security and withholding
taxes, prepari.ng,=..@'s, unemployment and woikmenjd compensation claims and liability insurance. The
obligation of th6=e@f,Miami Beach will be solely to compensate the Successful Contractor for the number
c,,f ours provided mOnthly in accordance with the contract price schedule. The Successful Contractor will
BfuOe a Schedule of Values/Payment Schedule to the City's Contract Administrator for review and
aB@val, prior to the commen6ement of work.
Any costs incurred in order to perform the Services required by the City of Miami Beach, is a business
expense the Successful Contractor must assume.
C3, Specifications:,,.=::
tocation of nequired SArvices
It is the intent of the City to award the provision of Security Officers for selected facilities as well as 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, parking lots and garages, the beach and
board walks, the Bass Museum, and the Normandy Shores Gatehouse. ln addition, security officers are
sometimes needed to assist with special events.
The amount of service hours, officer levels, required service type and duties shall be determined solely by
338
the City in its best interests. The City reserves the right to add or delete sites that need to be covered by
security guard services.
The City shall approve all prospective Proposer personnel prior to their assignment to the City. The City
reserves the right to interview any prospective employee of the selected proposer prior to the person being
assigned to City assignment. The City additionally reserves the right to relieve any employee from a duty
assignment, and/or bar the employee from fufther service under this solicitation.
Personnel Requirements and Services ,.g;
All personnel employed by the selected propose(s) to perform duties as a result bf this solicitation shall be
approved prior to performing said duties. Contractor personnel shall keep.adtiU,e, and possess at all times
while on duty, those professional, technical licenses or certificates as requiie 'dl Federal and Florida
State Statutes. This includes a company-issued photo l.D. Card. All are to be conspicuously displayed at
all times while on duty. The selected proposer shall provide in all instances radio equip,ped, uniformed
Security Officers, and armed if requested, to provide security service at the designated loc#i0ns.
Adherence to Law i,:'4,.=
The selected propose(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 withfederal Tax Laws (e.9. payment of
FederalWithholding Taxes) State of Florida,Unemployment Taxes, Workers Compensation Federal Wage
and Hour Regulations, Living Wage OrdinafiL$ d other applicable laws and regulations.
Backqround Checks i
Prior to assigning personnel to the City, the Cdn:tractor, at no cost to the City, shall perform background
checks on its personnelwhich complies with, at a minimum, Section 10.12 65, Florida Statutes' By virtue
of submitting a proposal to this RFP, the Contract6F'{ul$'indemnifieS*d holds the City harmless for any
and all actions and damages resulting from its failure to comply with this requirement. Any findings shall be
reported to the City, through its Human Resources Director, who shall have the ultimate discretion to allow
or not any Contractor personnel on C[ty property. Additiohq!.! the City may require, at any time (including
annual contract anniversary, change in assignment or any other instance for which an additional
background check is deemed necessary by the City thiough its Human Resources Director), that any
Contractor pe.rs-4.*-nelrubmit to additional background screenings as deemed necessary by the City. The
Cofrtradtor shdlf=iffifurse the Clty for the cost of said background check, plus an administrative fee of
10%)
T@ity shall have the right to refuse to allow any Contractor personnel to work on City propeily when it
deems tft0t their presence on'City property is not in the City's best interest.
Prior to assignlng personnel{$ the City, the Contractor, at no cost to the City, shall perform and proposed
personnel shall passa drug trist following the protocols outlined in 49 CFR, Paft 40. The following panel of
ten drugs shall be te*ted for at the Successful Contractor's expense. Bidder shall bear all cost associated
with the initial drug tests. 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.
339
a.
b.
The Cily"s cunen l Sprne} drug ieet rnd out-aff leveis are ffi follssie:
9ss lniti*lTs*t
ieml
GClliSConfim
?s*l L*lel
Arnphelamher 1000 ndml Sffimlrnt
Berhifurat?!300 ndrnl 1!0 tEyml
EerEodiezeoinac 3ff1 n<rrml {5tr1 m,tml
eocain* mslEbolnEa 3e rsfml 150 nofnl
l,lariiuane rneiabodites 58 nalml l5 nalmi
Lkfisdolr*3[H m$rnl 3()f m/ml
Medraoualon*300 ndm|150 rulml
ODiatEs 2000 nolml 20Snrlml
Phmerclidins 25 no{ml 25 ndml
Froooxvuhene 3ffi ndrrli {50mjml
in ttre ca*o of an alcohol tesl e r€$ull of 0.Or* er praater conslilitet 8 positive resull- A
roflth$*tion kaathrty:er te3l ihrlt be idftiilisterqd folh*ing the initiat test in atcsfdants wilh
,fieproeedures in Ti0e d9 Code of Federal Regulali*ns.,Pal 40,
ln addition, Security Officers shall meet the specific requirements for each level as specified below.
SecurityOfficerLevell-AnunarmedindividualwithaClassDlicense. Minimum one (1) year of
experience as a licensed Security Officer.
Security Officer Level Il - An unarmed individual with a Class D license. A minimum of two (2)
years experience as a Class D, Licensed Security Officer or in the military or law enforcement are
required.
Possess a valid Class "D" security officer license pursuant to F.S. 493. All officers shall maintain
this license on their person at all times while providln$*rvice Io the Oity under the Contract.
Shall be a citizen of the United States of America, or an allen who has been laMully admitted for
permanent residend** evidenced by ResidenUAlien Registration Receipt Card Form 1-151, or
who presents{ther eniat6nce from U.S. Citizenship and lmmigration Services that employment will
not affect'Ei$/ er immigdon status. Acceptable evidence shall consist of a birth certificate or
appropriate naturalization papers.
Shall have a Valid State of=.F.=ta{d,q Driver's license. (Required if Security Officer is assigned to
vehicular patrol (e.9. motor vehiCies or golf cart).
Shall be at least 21 yeans of age.
Shall have a high schtlUlllrftlploma or a GED. High school diploma or GED shall be from an
accredited and venfi able insiitution.
Successfully pass i test for dfug*d illegal substance use.
Be able to communicate effecti$6ly in English (multilingual preferred).
Ability to write a report in English.
Ability to communicate, provide information and directions in a coudeous manner.
frained and certified in basic first aid and Cardiopulmonary Resuscitation (CPR).
Trained in the use of Automated External Defibrillators (AEDs).
Physically capable of pursuing and detaining individuals who have committed criminal acts.
Pass criminal background checks, FDLE and NCIC lll.
b.
340
c. Security Officer Level lll - An Armed individual with Class D and Class G licenses. A minimum two
(2) years experience, either as Class D, Iicensed Security Officer or in the military or law
enforcement.
d. Security Officer Level lV - An armed individual with Class D and Class G licenses. A minimum five
(5) years experience, as a Class D licensed Security Officer and two(2) years experience as a
Class G licensed Security Officer or five (5) years in the military or law enforcement.
.. t:;')t 'e. Security Officer Level V - An armed or unarmed individual with Class,D bnd Cfass G licenses. A
minimum of five (5) years experience, either as a licensed Class"GJecurity Officer or in the
military or law enforcement, are required. The individual shblt heVF.,......1,9 ability to supervise,
monitor, and regulate Security Officers with Class D and Clais C ticeniEifueir performance of
assigned duties. This level of Security Officer may be a site supervisor wl]& multiple Security
Officers are required present at the same time, to coordinate Security Service n*T,.,
""1::,;.:::,, ..f. Security Officer Level Vl - An armed or unarmed individual with Class D and Class GliCerrses A
minimum of ten (10) years experience either as a licensed Class G Security Officer r'1n the
military or law enforcement are required. The individualshall haVe the ability to supervise; monitor,
and regulate Security Officers with Class D and Class G'lhenses in their performance of assigned
duties. This level of Security Officer may be a prolect manager when multiple site supervisors are
required for large or complex sites, to co.o!9inate Security Service efforts.
Personnel Probation
All security officers working for the City of Miami Beach arei$Ubject to a thirty (30) day probation period. lf
during this probation period, the City of Miami Beach is fiot sbtis-fi. ;;qu-l- the performance of a security
officer, the City of Miami Beach will notify the $uc06ssful Contraitor of such performance and the
Successful Contractor will replace the security officer immediately. :
Additionally, the City of Miami Beach reserves the right tq OernanO in writing that the Successful Contractor
relieve an employee fiom a duty assignment, and/or bdn'1he employee from further service under the
contracl at fhf
,so!
discretionoJ the Oity 0f Miami Beach
Persohhbl employed',hyge Suc sful Contractor are ineligible to work for the City of Miami Beach for the
following reasons: ,.,.== ,,
,i:.
a.=- .Jilitary conduct resulting in dishonorable or undesirable discharge.
b. = ny pattern of irreef'bnsible behavior including, but not limited to, bad driving or employment'"ffi1
'i'l
Securitv Officel ll' fgls l-lV'Duties
1. Report td #6rkEn 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. lntervene to terminate injurious acts to persons or to property and detain individuals for fufther
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
341
and assistance.
7. Conduct patrols in accordance to post orders. Where applicable, a guard tour system shall be
used to record and repoft 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
12. Respond to reports of sick or injured persons and notify appropriate autho-ltiti s.'13. Report safety hazards, malfunctioning equipment, spills and othersilch matters to appropriate
individuals.
14. Monitor and operate fire alarm systems, intrusion detection $!stems- d CCTV systems as
required. : ,,.-15. Respond to fire/burglar alarms and emergency situations.'{valuate the-ituation and take
appropriate action as prescribed in Post Orders and/or facility dmergency pioiedure/evacuation
plan.
16. lnvestigate questionable acts and behavior on City properly. Question witnesses and suspects to
ascertain or verify facts and notify appropriate autharities if warranted .
17 . Operate a vehicle (bicycle, golf cart, motor vehicle) as,iequired. jr'
18. Maintain daily logs, prepare daily and incident repofts.
19. Provide escorls to City employees and visitors to their vehicles when requested.
20. Perform any other duties or functiols4 specifically mentioned above, but which are identified as
falling within the scope and responsibi$ths of a security office/s responsibilities.
',Security Officers LevelV Duties + -'*'iiii==t""-.=,.=
ln addition to the duties listed above Security Offi$halhl,' =
,
.i ,..:::=:. ti1. Patrol area of assignment and actively supeF,ise all security officers under their command.
3. Ensure proper inventory of keys, electronic key cards and supplies.4. Conduct daily inspections to verify all posts arefunned and all security officers are fully equipped
5. Be knowledgeable of all sedurity officer positionS'?nd duties.
6. Be know-ledgeable of all City/County ordinances related to quality of life issues.
Security Officers LevelVl Duties "=:..
1-"1., Functions as the Project Mana$er for the City of Miami Beach.
1.",:,:.' Prolect Manager will be required to meet with City representatives upon request.
3. : Project Manager will work with the Contractor Administrator or their designee to review and/or
develop Post Orders for all locations where Security Officers will be utilized with the City of Miami
Beach.4. lmmediatety report any unusual incident to the Contract Administrator or their designee.
5. Coordinate with Contract Administrator or its designee all security operations and seruices for
regular and special events to insure proper staffing.6. lnstall guard tour system sensors where directed by the City of Miami Beach Contract
Administrator or its designee.7. Provide weekly downloads of all the City of Miami Beach posts where guard tour system sensors
are installed. The downloaded information will accompany the weekly invoices.
8. Be knowledgeable of all security officer positions and duties.9. Be knowledgeable of all City/County ordinances related to quality of life issues.
342
Limitation on Emplovee-Hours and Assiqnments
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.
0vertime
No overtime for either regularly scheduled or special events will be paid by Cily of Miami Beach for security
personnel supplied by the Successful Contractor unless pre-approved bylhe City of Miami Beach Contract
Administrator or its designee. :.,,:.::' ,
, ,
,.
Traininq
Specialized training may be required to assume the duties and,r:esponsibilities of some posts within the City
of Miami Beach.
The cost for such training will be considered part of tn$:tii&gslul Contractor's operational expenses and
should be considered when proposing an overall hourly rate. W[ii|e qttending training, security officers must
be paid at the City's living wage rate. Time spent in training, althdu$h'iequired, is not billable to the City of
Miami Beach. When required, security ofiicers must successfully compl,e-.,te 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'
. .--.::,:::::.r,.
The Successful Contractor E@ulr.ed to ensure that all security officers providing traffic control and code
enforcement serviqe$l2rg certified.ib! Miami Dade College-Southeast lnstitute of Criminal Justice at the
Norlh - Dade Cathpus, ln addition,security officers p@ing traffic control and code enforcement services
would be required to aftend training= ided by the City iOlated to enforcing City of Miami Beach ordinance
and codes.
;.
Special Equipment E*
The selected propo-er(s) may be,recutred to provide licensed and insured motor vehicles, off street
,motorized carts, Segway's and bicycEs*an additional cost. Such posts or duty assignments shall be
requested as needed, and'when appro@e, the selected proposer shall receive additional compensation.
The selected propose(s) may also be required by the City to provide Security Officers equipped with
specialized equipment, including, but not limited to, firearms, Guard Tour systems, Body Cameras and other
specialized technologies..,r Such posts or duty assignments shall be requested as needed, and where
appropriate, the setecte{ p'roposer shall receive additional compensation.
Contractor Furnished ltems
The selected Propose(s) shall provide all working materials necessary for proper performance including,
but not limited to, items such as 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
Propose(s) shall surrender all records or documents (e.9. log books, incident reports, etc) to the City within
343
thirty (30) days of the contracts termination date.
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 othenivise exempted by the City o-f==!M,|qr-ni Beach Contract
=ib. CENTRAL DISPATCH ,1 i',r,.
The Successful Contractor will provide a centralized dispatching serviie:through use of a local
(Miami Beach) base station manned by experienced personndl on a 24- hour per day basis, to
include a taped back-up system. A mobile transmitter/receiver, operated by field#rsonnel, will
not be considered sufficient to adequately provide such service. Note: Repeatei niu$tbe located
within the city limits of Miami Beach. However, dispatch does not have to be on Miami&ach,,6u1
must reside in Miami- Dade County
Successful Contractor personnel must be available at the Miami Beach Central Dispatch Station
with the ability and authority to take immediate action on behalf of the Successful Contractor. The
Successful Contractor will provid6:,the names, with all pertinent information, of these assigned
personnel to the City of Miami Beach Cor1ti,,-ae,.!,,.,, inistrator.
c. SYSTEM QUALITY
The Successful Contractor will at all time$ maintain'high lua radio communications (transmitting
and receiving). Tte Successful Contractoi will be totally res@nsible for providing and maintaining
required system luality, as follows:
1. The Successful Cohtractor 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' :"e,xe sively by the Contractor. Radios will have printout identification and emergency
".' 3, ThFsubcessful,Contractor must implement a program of maintenance and repair for all
,- 'r,.,, equipment;used in the performance of this contract, Such a program will ensure the
,, optimum pedormance of all equipment at all times, thereby allowing the system to meet'"= the servic*requirements and quality standards specified above.
4 ,.,. The Successful Contractor will ensure that all radio equipment has sufficient operating
=, power at Hll times during a tour of duty. lt may be necessary for the Successful
=,'Contractor to implement a system by which fresh batteries, adequate supply of flashlights
or char$ed radios, are delivered to the posts in order to meet this requirement.
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,
344
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.
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 Sugcessful Contractor will
develop procedures covering key control that will be included in his/her quality,cglfiitipl plan, which will be
submitted to the City's Contract Administrator and Procurement Director. The Succes5ful Contractor may
be required to replace, re-key, or reimburse the City for replacement of ,lffi-keying as a result of
Successful Contractor losing keys. 7ki
ln the event a master key is lost or duplicated, all locks and keys for that System will be:'mplaced 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 Contract Administrator, Ort i-'ffiaithgn'the
next workday.
Uniforms ,,. i
All security officers fumished to the City o!..,Miami Beach will be well.$roomed and neatly uniformed. Each
security officer supplied by the SuccessfutiContractor will wear a nameplate bearing the guard's name.
Successful Contracto/s name will appear either on guarp-s nameplate or as a patch on the security officer's
uniform. Uniforms will be readily distinguishable from tfi$iq1*gj Miami Beach Police uniforms.
r-:
Uniforms must be provided at the contractor's expense or may bb Charg0d to the employee (guard), but
must not be deducted from lhe'ernployees' paycheck t@fore reduci66s hourly pay rate to less than the
Photo ldentificatio#{rL ir E
Work hereunder requii$s Srccessf.q[ Contractor's employees to have photo identification on their person at
all times. The City of Miami Beach%serves the right to veiity a guard's identity and required credentials.
' -
'.=", illlr',, rr rLl
lf for any reason, any Successful{ontractor employee is terminated, the Contract Administrator will be
advised in writing.
Records
The Successful Contractor:*ill submit all invoices to the City of Miami Beach containing an itemized
employeeffie record, to inctude the employee name and hours worked/shift, for the time period identified
on the inv6ffi lf applicable, the computenzed 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.
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.
345
. Copies of Florida Driver license, Class "D" Security Guard 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 of the Successful Contracto/s payroll and related records of
employees assigned to the City of Miami Beach to ascerlain that such employees- eords correctly reflect
payment received for the specific hours worked for the City. Such audit 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 lhis Contract.
Failure to have the required documentation will be deemed as non-compliance to the Terms ahd Conditions
of the contrac
Liquidated Damaqes
The selected Propose(s) shall be liable for damages, indirect or dirc-€,;,esulting from its failure to meet all
contractual requirements or standards. The City, in its sole discretioh; determine the damages arising
from such failure. The City assessment of atl Liquidated Damages willti$ final.,:Repeated violations or
patterns of violations will result in a doubling or tripling of the amount of LiqUif,ated 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 Contract rssued as a result of this solicitation at the request
of the City. A written notice#a violation and intent to lmpose liquidated damages shall be provided to the
selected Propose(s),,i* the form of an lnfraction Report. lnfraction Reports shall be issued to the selected
Propose(s) prompt$fu the Citffi order to afford the selected Propose(s) time to notify the City of
extenuating circumstafiees. The @uation of Liquidated Damages will occur with the involvement of the
same facility, selected=E=t6,poseis*lp3rs-ontrel and a pattem of the same incidents at multiple posts (i.e.
repeated violations of the' e ti'ii$irij . tions oommitted by selected Propose(s)'s personnel may
result in the suspension or re{dilal from duty:d,5-id personnel at the discretion of the City. Violations that
may result in the assessment oftiUl]!.A!9d Damages include, but are not limited to, the following;
ManagemenUAdministrative Violationi {$tAO per infraction) :
1. -, , Not properly equipped for specffe detail.
2. '" ' No radio or inoperative radio.
3. Failure to fix an inoperative guard tour system or system component.
4. Leaving a post unattended or failure to fill post assignment within one hour of a scheduled
assignment or event.
5. Lack of contract supervision.
6. Excessive hours on duty (more than a 10 hour shift if not approved in advance by the Contract
Administrator).
7. Utilization of a security officer previously suspended from duty by the Contract Administrator.
8. Failure to follow allVendor Rules and Regulations.
Security Officer Violations ($'100 per infraction):
1. Unprofessional appearance or behavior.
2. lnappropriate behavior (reading, Iounging, talking and texting on cell phone, etc.)
3. Failing to promptly prepare written repo(s.
346
4. Notcompleting 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. :=
5. Any action that would cause the City harm, physically, financially, or rerputational:'
..:::::::::i-it'i:l!'a=
Once a violation is identified and written notification of intent to fine (i nt Discrepancy Report") is
issued to the Successful Contractor. The Successful Contractor will have seven {7) days to provide a
written response to the Contract )
1.: ' ,, .
Repeated violations will be taken as proof of a general incapacity on the part of the SuccessfUllColtractor to
perform in accordance with contract requirements.
Should it not be possible to reach the contractor or supervisOi and/or should remedial action not f. trt .n
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 alRropriate reductions iE the contract payment.
The Successful Contractor will be directly reSponsible for iqstructing employees in utilities conservation
practices. The Successful Contractor will be respnsible foi'ryt1X,9- ,nOer conditions, which preclude the
::]:::i:i;:;:'
Successful Contractor will abide by all ordinances and lHws pertaining to his operation and will secure, at his
;:::::. ff-#.!#;;*
ecessary ror these operations
@signaContractManagertomeetwiththeCityofMiamiBeachContract
Adrninistratoi iegulail't and as reqtil+d. A mutual effo( will be made to resolve all problems identified. The
written minutes of theii meetings will be signed by the Successful Contracto/s Contract Administrator and
fie{ity's Contract Adm@rator, and a copy will be forwarded to the Procurement Director. Should the
Su@essful Contractor not'@ur with the minutes, he will state in writing to the Procurement Director any
areaSw.herein he does not cenCIur.
Standards
Excellent Custd r'Elnservice iS the standard of the City of Miami Beach. As contract employees of the City,
security officers vfitf'be r:equired to conduct themselves in a professional, courteous and ethical manner at all
times and adhere toithe City's Service Excellence standards.
Post Order, Rules and Requlation 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.
347
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.
Court Appearances
The selected Propose(s) personnel may be required to testify in various judle[al'proce6dings on behalf of
the City. These personnel shall coordinate all Contract-related court appear:ance,g with the City when such
appearances are required. Any selected Propose(s) personnel required to make a ourt appearance shall
be remunerated by the selected Propose(s) at the same hourly rate'as would-E ,,., ned while on duty
under any Contract issued as a result of this solicitation and all extensions or ren6Wd+.Jhereof, and the
selected Propose(s) shall in turn be remunerated by the City at the stipulated billin$t\ratsJhe selected
Propose(s) shall invoice for the actual hours the employee spent at court, of whethef or ,not his/her
testimony was used and/or provided. (Courl delays are common, and multiple appearances b| the&s.t8inS
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 Propose(s) shall coordinate with the City to ensure that this is done with no impact
to daily operations. Selected Propose(s) personnel scheduled to testifu on behalf of the City due to their
Contract related duties shall appear for court
weapons, batons, handcuffs or firearms.
testimony in full Uniform however, without chemical
i{i
ffi
348
Estimated W Service Hours U
POST LE1/EL ESTIMATED WEEKLY
SERVICE HOURS
Open Spaces (Parks, Boardwalks, etc.)1 Officer Lerel V (Supervisor)1 12 Hours
Parking Facilities 2 Offcers Lercl V (Supervisor)224 Hours
7tn Street Garage 1 Offcer Level I or ll 168 Hours
17th Street Garage 1 Officer Levrel I or ll 168 Hours
16tn Street Garage 1 Officer Lewl I or ll 168 Hours
South Beach Walk (14-21 St.)1 Officer Level I or ll 105 Hours
Alaska Bay Walk (1-4 St.)1 Officer Lelel I or..ll 42 Ho0rs
N. Beach Recreation Corridor (64-79 St.)2 Officer LeveLjd ll 176 Hours
City Hall Campus
'1 Officerlevel lll
3 Offcers Lerel lV '
1 Supervisor Level V
168 Hours
120 Hours
40 Hours
3 Offcers Lerel lV 120 Hours
1 Offcer Level V (Supervisor)40 Hours
Normandy Shores Gatehouse 1 Offcer Level.f,.,oi.It 168 Hours
Bass Museum 5 Offcers Lelel I or ll 150 Hours
Sanitation Detail""::.-.-=..-= lg,1 Offcer Level I or ll 9 Hours
x.
i.i:::
Offcer Lerrel Vl/Project Manager 40 Hours
Sec Officer Levels
349
APPENDIX D
ffi$,&tu&$mffi&ffiNN
SpecioL Conditions
,', 20] 5-013-WG
S ECU RITY OFFICER SERVICES
PROCU REMENT DEPARTMENT
1700 Convention Center Drive
Miomi Beoch, Florido 33.l39
350
1.TERM OF CONTRACT. The contract shall commence upon the date of notice of award
and shall be effective for two (2) years.
OPTION TO RENEW. The City, through its City Manager, will have the option to extend
for three (3) additional one-year periods subject to the availability of funds for succeeding
fiscal years.
Continuation of the contract beyond the initial period is a City prerogative; not a right of the
bidder, This prerogative will be exercised only when such continuation is clearly in the
best interest of the City. \
PRICES SHALL BE FIXED AND FIRM: All prices quotbilln tnd%warOee's bid submittal
shall remain firm and fixed, unless amended in writin ...b,,l CitV
,i,
COST ESCALATION. The hourly rates propr$d by successful vendo(S)'ffill remain
fixed for the term of the contract, howevefL:ffie. City maf'.consider requests foi markup
adjustment in the event of unforeseen goveftEental ma [es (e.9., taxes, healthcare
mandates, Living Wage, etc.) imposed upon thetont@r. Requests for adjti'itment to
hourly rates shall be submitted to the City's Procui@nt Department for review. lf the
requested adjustment is appr:oved, the Procurement Department will formalize the
It shall be further understood that rthe City reserves the right to reject any adjustment
submitted by the vendor, and/or terminate the contract with the vendor based upon such
price adjustments.
ADDITIQN:AL SERVleffi Services not specifically identified in this request may be
added to eteted from, any resultant contract upon successful negotiations and mutual
consent of the contracting parties.
rnLUnE To PEI{iQEU-1. L. cii .r.s the right to take any action necessary to
ensure ihittne securi[Ff*orces are fully staffed in order to protect the City of Miami Beach
property, persdnnel, and aisets. This may include contractual arrangements with others
contractors for the purpose of obtaining alternative resources in the event that the
successful contractor cannot perform
lf Such arrangements are deemed necessary, then the successful contractor may, at the
sole dlscretion of the City of Miami Beach, be terminated, and any cost incurred by the City
of Miami Beach may be withheld from funds owed to the Successful Contractor.
SUB.CONTRACTING. Contractors/Proposers may subcontract to qualified security
guards/firms, with the prior written approval by the City, when requested to provide
additional guards for special/major events or on an "as needed" basis.
Should the Successful Contractor provide security guards employed by a sub-contractor,
the Successful Contractor will be required to provide a Labor and Materials (Payment
Bond), in the amount of $100,000. The successful contractor will also provide an
4.
7.
351
9.
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,
SERVICE LOCATIONS AND ASSIGNMENT HOURS. lt will be the sole discretion of the
City of Miami Beach as to locations, number of guards and hours of services needed, The
City of Miami Beach reserves the right to change possible locations asrd the required hours
of service during the term of the Contract. :=
,itl ,t all times guardPROTECTION OF PROPERTY. The Successful Contractor
against damage to or loss of property belonging to the City of Miami Beach. lt is the
responsibility of the Successful Contractor to replace or repair any property lost or
damaged by any of its employees. The City oJ Miami Beach may withhold.-,payment or
make such deductions as it might deem necessary to ensure reimbursemeht.1qr loss or
damage to property through negligencerf Successful Contractor, its emplqyees or
PERFORMANCE BOND ==#
The vendor to whom a contingent award is made shall dE@-xecute and deliver to the City
a Performance and Payment Bond in an amount that repiedp.ptsl00% of the vendor's
offer price. The Performance and Payment Bond Form supptied by the City shall be the
only acceptable form for these bonds. No other form will be bccepted, The completed
form shall be delivered to the City within '15 calendaidays@r formal notice of award, lf
the vendor fa]]@ deliver the payment and performance bond within this specified time,
including -g=@d eiGdsions, the City shall declare the vendor in default of the contractual
terms a=e onditions, ffi tfre vendor shall surrender its offer guaranty/bid bond, and the
City shall nEi ept an-@Jfer from that vendor for a twelve (12) month period following
such default ln, ,,1
The folloWinO sOec ftd ll apply'to any bond provided:
All bonds shall be written thE@h surety insurers authorized to do business in the State of
Florida as surety, with the fofhwing qualifications as to management and financial strength
according to the latest edition of Best's lnsurance Guide, published by A.M. Best
Company, Oldwick, New Jersey:
10.
Bond Amount Best Rating
500,001 to 1,500,000 B V
1,500,001 to 2,500,000 A Vl
2,500,001 to 5,000,000 A Vll
5,000,001 to 10,000,000 A Vlll
Over 10,000,000 A lX
On contract amounts of $500,000 or less, the bond provisions of Section 287.0935, Florida
Statutes (2007) shall be in effect and surety companies not othenruise qualifying with this
352
paragraph may optionally qualify by:
1. The surety company is licensed to do business in the State of Florida;
2. The surety company holds a certificate of authority authorizing it to write surety
bonds in this state;
Providing evidence that the surety has twice the minimum surplus a dcapital required by
the Florida lnsurance Code at the time the solicitation is issued; ='-:'::"':"':'"-
Certifying that the surety is otherwise in compliance with the'Fffidp rance Code; and
Providing a copy of the currently valid Certificate of Authority issued'by, the United States
Department of the Treasury under SS. 31 USC 9304-9308.
i,'' l[t='
Surety insurers shall be listed in the latest Circular 570 of the U,S. DepartitieEkfthe
Treasury entitled "surety Companies Acceptabte, Federal Bonds", published !nnually.
The bond amount shall not exceed the undenrvritin$,limitations as shown in this circular,
For contracts in excess of 500,00{ the provisions of SectiOn B will be adhered to plus the
company must have been listed$r at least three consecutiVe years, or holding a valid
Certificate of Authority of at least 1.5 million,do:1.9.=, 0 on the Treasury List.
Surety Bonds guaranteed through U-S. qoveinment'Smafl Business Administration or
Contractors Training and Development lnc. will also be acceptable.
ln lieu ota:bond, an irrevocable letter of dredit or a cash bond in the form of a certified
cashie/s fuk made out to the City of Miami.Beach will be acceptable. All interest will
accrue to the Gily of t\4iami Eeach during thb lite of this contract and/or as long as the
funds are being h6ld by. the City: ,"',"',;,
The attoi@inJact or other officer who signs a contract bond for a surety company must
file with such'bond a certifibd copy of power of attorney authorizing the officer to do so.
The contract boh'd:must be counter signed by the surety's resident Florida agent.
353
APPENDIX E
& eA!&eAtmw&ffM:- f v t$f \J Y \lN#&*, \kE $
..-:1.: -
.il.:i;::::::::::;;;
Cost Proposol$'Form
20r s-Or 3-wG
:,
S ECURITH WFICER S ERVICES
lr,-
I . ,l's=. . PROCUREMENT DIVISION' ]700 Convention Center Drive
Miomi Beoch, Florido 33139
354
APPENDIX E
PROPOSAL TENDER FORM
Bidder affirms that the pnces stated on the proposal price 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, matedal 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. This Proposal Tender Form shall be completed mechanically or, if
manually, in ink. Proposal Tender Form completed in pencil shall be deemed non-responsive, All corrections
DESCRIPTION EST QTY ANNUAL EST QTY TOTAL
1 Security Officer Level I 30,004 hours $ /Hour $
2 Security Officer Level ll 30,004 hours $ lHour $
3 Security Officer Level lll 8,736 hours \rr:$;-1HoUr:,$
4 Security Officer Level M 12,480 hours $' ir/,.,Hour $
5 Security Officer LevelV 21,632 hours
L rfls_/p,rflr$r $
6 Security Officer Level Vl 2080 hours $ ,-. /Hour $
7 Vehicle 2 each $ _ '_/monthly $
Ootion $ / hourly
8 Bicycle fgach $ lmonthly $
$ / hourlv
9 Golf Cart 4.,ea,eh $ /monthlY $
Option $ / hourlv
TOTAT s
Company:
Authorized Representative:
Telephone;
Email:
Authorized Representative's Signature:
Prompt Payment Terms % _Days
355
APPENDIX F
.silil
l],r''
& eA$&&Arffi$-&flM=- $v\$/ \ivt$Mks \M$ B
I ns u ro n c d'",Re q u ire m e n ts
201 5-0 ltQ,,,,r G
S EC U RITYOFFICER S ERVIC ES
PROCUREMENT DIVISION,l700 Convention Center Drive
Miomi Beoch, Florido 33.l39
356
ffiiAMXmWeffiN
INSURANCE REQUIREMENTS
PROFESSIONAL SERVICES
The provider shallfurnish to the Human Resources Department, Risk Management Division, City of Miami
Beach, 1700 Convention Center Drive, 3rd Floor, Miami Beach, Florida 33139, Certificate(s) of lnsurance
which indicate that insurance coverage has been obtained which meets the requirements as outlined below:
A. Worker's Compensation and Employer's Liability lnsurance for all employees of the provider as required
by Florida Statute 440.
B. Commercial General Liability on a comprehensive basis in an amount not less than $1,000,000 combined
single limit per occurrence, for bodily injury and property damage. City of Miami Beaeh must be shown as an
additional insured with respect to this co-verage.
C. Automobile Liability lnsurance covering all owned, iion-6 and hi vehicles used ih connection with
the work, in an amount not less than $1,010,000 combined sffii6limitFer Uccurrence for bodily injury and
property damage. {
&.
D. Professional Liability tnsurance in an amount not less than $1,000,000 ifuith th9 deductible per claim, if any,
not to exceed 10% of the limit of liability.
-:r::: = :. ::.r ..,. ..i.]:lf'
The insurance coverage required above must iiituOe a Waiver of subrogation in favor of the City. The
insurance coverage required shall include those clasSifications, aS listed in standard liability insurance
manuaii, which most nearly reflect the operations of the provider.
.
All insurance policies redUiieC abov6=6hall be issued by companies authorized to do business under the
IawS-F of FIorida, with the following qualifications:
The company must be rated no leiE'=fu,"B+" as to management, and no less than "Class Vll" as to financial
strengih, Uy ttre latest edition of Beit;tlfnsurance Guide, published by A.M. Best Company, Oldwick, New
Jersey, or its equivalent, subj ffiit-o, the approval of the City Risk Management Division.
Certificates will indicate no modification or change in insurance shall be made without thirty (30)days
' advance notice to the certificate holder.
:
CERTIFICATE HOLDER MUST READ:
CITY OF MIAM] BEACH
17OO CONVENTION CENTER DRIVE
3rd FLOOR
MIAMI BEACH, FL 33139
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.
357