Loading...
R7E-Accept Recommendation RFP For Security Officer ServicesCOMMISSION ITEM SUMMARY Gondensed Title: A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, AGCEPTING THE RECOMMENDATION OF THE FINANCE AND CITYWIDE PROJECTS COMMTTTEE TO TSSUE REQUEST FOR PROPOSAL (RFp) NO.2015-013-YG FOR SECURITY OFFICER SERVICES. ndation: 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. At its February 11,2015 meeting, the City Commission referred a discussion on RFP 2015-013-WG, for Security Officer Services, to the Finance and City-Wide Projects Committee (the "Committee"). At its March 2, 2015 meeting, the Committee considered the RFP as wellas recommended revisions to the RFP provided Mr. David Custin a lobbyist of G4S Secure Solutions (USA), one (1) of the potential proposers to the RFP. The Committee directed staff reconvene the working group responsible for the development to the RFP specifications to complete an analysis of the recommended revisions to the RFP provided Mr. Custin; and, provide the Committee with feedback on which recommendations were acceptable to the working group and which were not. On March 10,2015, the working group reconvened to complete the analysis directed by the Committee. The analysis and feedback provided by the working group is shown in the attached copy of the Committee Memorandum, dated April 8, 2015. At its April 8, 2015 meeting, the Committee directed staff to revise the minimum requirements for the Security Officer Level I by adding a minimum one (1) year of experience as a licensed security officer. Staff made this change. Furthermore, in effort to differentiate between the Security Officer Level I and Level ll position, Staff has modified the minimum requirements for the Security Officer Level ll position by increasing the minimum experience from one (1) year to two (2) years. The successful proposer(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 Administration recommends that the Mayor and City Commission of the City of Miami Beach, Florida authorize the issuance of RFP 2015-013-WG for Securitv Officer Services. Reform Culture With Customer Service ASIS Supporting Data (Surveys, Environmental Scan, etc.): N/A N/A Financial lnformation: Financial lmpact Summary: fhe annual cost associated with the acquisition of Security Officer Services is subiect to funds availability approved throuqh the City's budqeti Alex Denis, Director Ext # 6641 S\May\PROCUREMENT\RFP 20'1 5-01 3-YG Security Services-ISSUANCE SUMMARY ,n - AEENDA ITE'I'AAIA/\AIMTACH BATE S-6-I(586 MIAMIBEACH City of Miomi Beoch, .l700 Convention Center Drive, Miomi Beoch, Florido 33I39, www.miomibeochfl.gov COMMISSION MEMORANDUM TO:Mayor Philip Levine and Members of FROM: Jimmy L. Morales, City Manager DATE: May 6, 2015 SUBJECT: A RESOLUTION OF THE MAYOR D CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, AC THE RECOMMENDATION OF THE FINANGE AND CITYWIDE PROJECTS COMMITTEE TO ISSUE REQUEST FOR PROPOSAL (RFp) NO. 2015-013-yc FOR SECURITY OFFICER SERV|CES. ADMINISTRATION RECOMM EN DATION 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. At its February 11,2015 meeting, the City Commission referred a discussion on RFP 2015-013-WG, for Security Officer Services, to the Finance and City-Wide Projects Committee (the "Committee"). At its March 2, 2015 meeting, the Committee considered the RFP as well as recommended revisions to the RFP provided Mr. David Custin a lobbyist of G4S Secure Solutions (USA), one (1) of the potential proposers to the RFP. The Committee directed staff reconvene the working group responsible for the development to the RFP specifications to complete an analysis of the recommended revisions to the RFP provided Mr. Custin; and, provide the Committee with feedback on which recommendations were acceptable to the working group and which were not. On March 10,2015, the working group reconvened to complete the analysis directed by the Committee. Representatives from the following City departments were present: Police, Emergency Management, Parking, Parks, Procurement. The analysis and feedback provided by the working group is shown in the attached copy of the Committee Memorandum, dated April 8, 2015. At its April 8,2015 meeting, the Committee discussed the updated draft of the RFP. The Committee directed staff to revise the minimum requirements for the Security Officer Level I by adding a minimum one (1) year of experience as a licensed security officer. Staff made this change. Furthermore, in effort to differentiate between the Security Officer Level I and Level ll position, Staff has modified the minimum requirements for the Security Officer Level ll position by increasing the minimum experience from one (1) year to two (2) years. City 587 City Commission Memorandum - RFP for Security Officer Services May 6, 201 5 Page 2 of 2 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 QUALIFICATIONS. Please Reference, Appendix C, RFP 2015-013- YG for Security Officer Services (attached). . Please Reference Section 0300, RFP 2015- 013-YG for Security Officer Services (attached). o CRITERIA FOR EVALUATION. Please Reference Section 0400, RFP 2015- 013-YG for Security Officer Services (attached). CONCLUSION The Administration recommends that the Mayor and Commission accept the recommendation of the Finance and Citywide Projects Committee to issue Request for Proposal (RFP) No. 2015-013-YG for Security Officer Services. ATTACHMENTS RFP 2015-013-YG for Security Officer Services. JLM/MT/CT/AD T:\AGENDA\2015\May\PROCUREMEN1RFP 2015-013-YG Security Officer Seruices-ISSUANCE MEMO.doc Page 2 of 2 588 REQUEST FOR PROPOSALS (RFP) SECURITY OFFICER SERVICES 20 r 5-01 3-YG RFP ISSUANCE DATE: MAY 8, 2015 PROPOSALS DUE: JUNE 8,2015 @ 3:00 PM ISSUED BY: YUSBEL GONZALEZ, CPPB # MIAIIAINHACH YUSBET GONZAIEZ, 5R. PROCUREMENT SPECIATIST PROCU REMENT DEPARTMENT 17OO Convention Center Drive, 3'd Floor, Miomi Beoch, FL 33.l39 305.6737000 X 6230 | yusbelgonzolez@miomibeochfl.gov www.miomibeochfl.gov 589 g ivitAicisilACH TABLE OF CONTENTS SOLICITATION SECTIONS:PAGE 0100 NoT uTtLtzED ......... .......... N/A O2OO INSTRUCTIONS TO PROPOSERS & GENERAL CONDITIONS ........ .......3 O3OO SUBMITTAL INSTRUCTIONS & FORMAT .............10 0400 PRoPoSAL EVALUATTON ....... ............12 APPENDIGES: APPENDIX A PROPOSAL CERTIFICATION, QUESTIONNAIRE AND AFFIDAVITS ........14 APPENDIX B "NO PROPOSAL" FORM. ,....,,,,..21 APPENDIX C MINIMUM REQUIREMENTS & SPECIFICATIONS .........23 APPENDIX D SPECIAL CONDITIONS .... .........37 APPENDIX E COST PROPOSAL FORM ..,.....,.41 APPENDIX F INSURANCE REOUIREMENTS ..........43 RFP 201 5-01 3-YG Poge 2 590 b \,xtAMtsr&tH 1. GENERAL. This Request for proposals (RFP) is issued by the City of Miami Beach, Florida (the "City"), as the **r* tor prspective iropor.rr to submii theii 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, conditions and obligations of the proposers and, subsequenly, the succesiful Proposer(s) (the "contractor[s]") if this RFP results in an award' The City utilizes publicpurchase (www.publicpurchase ) for automatic notification of competitive solicitation opportunitiesanddocumentfutflttm@eofanyaddendumtothisRFP.Anyprospective fropor., who has received this RFp by any rn.inr other than through PubticPurchase must register immediately with public purchase to assure it receives any addendum issued to this RFP. Failure to receive an addendum may result in disqualification of proposal submitted. 2. puRposE. The city of Miami Beach is soliciting responses from proposers for security officer services in an .ff*t tr *prve publit safety, address quality of-life issues and decrease crime by assisting law enforcement through deterrence and reporting of suspected criminal activity. schedule for this solicitation i follows: 4. PROCUREMENT CONTACT. Any questions or clarifications concerning this solicitation shall be submitted to the Procurement Contact noted below: Procurement Contact: Mr. Yusbel Gonzalez, CPPB Telephone: 305.673.7000 x 6230 Email: yusbelgonzalez@miamibeachfl .gov Additionally, the City Clerk is to be copied on all communications via email at: RafaelGranado@miamibeachfl.qov ; or facsimile: 786-394-4 1 88. The Bid tifle/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' ? qnl ICITATION TIMFTABI F The tentatrve ts sollcllalon ls as RFP lssued May 8,2015 Pre-Proposal Meeting May 18, 2015 at 10:00 AM Deadline for Receipt of Questions lfiay 22,2015 al5:00 PM Responses Due June B, 2015 at 3:00 PM Evaluation Committee Review July 15, 2015 (Tentative) Proposer Presentations TBD Tentative Commission Approval Authorizing Negotiations September 9, 2015 (Tentative) Contract Negotiations Following Commission APProval RFP 20] 5 OI 3 YG Poge 3 591 b \,\lAfr,tl SilACf-{ s. pRe.pRoposRl ueeluc oR sre vt6t(st. onry ir of.*o necessary by the City, a pre-proposal meeting or site visit(s) may be scheduled. A Pre-Proposal conference will be held as scheduled in Solicitation Timeline above at the following address: City of Miami Beach City Hall- 4ttt Floor 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'.4142489 Proposers who are interested in participating via telephone should send an e-mail to the contact person listed in this RFP expressing their intent to participate via telephone. 6. PRE-PROPOSAL INTERPRETATIONS. Oral information or responses to questions received by prospective Proposers are not binding on the City and will be without legal effect, including any information received at pre- submittal meeting or site visit(s). Only questions answered by written addenda will be binding and may supersede terms noted in this solicitation. Addendum will be released through PublicPurchase. 7. CONE OF SILENCE. Pursuant to Section 2-486 of the City Code, all procurement solicitations once advertised and until an award recommendation has been fonvarded to the City Commission by the City Manager are under the "Cone of Silence."The Cone of Silence ordinance is available at http://library.municode.com/index.aspx?clientlD=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 solicitation providing said communication is limited to matters of process or procedure regarding the solicitation. Communications regarding this solicitation are to be submitted in writing to the Procurement Contact named herein with a copy to the City Clerk at RafaelGranado@miamibeachfl,gov, 8. SPECIAL NOTICES. You are hereby advised that this solicitation is subject to the following ordinances/resolutions, which may be found on the City Of Miami Beach website: http ://web. miamibeachfl.qov/procuremenUscroll. aspx?id=235 1 0 . CONE 0F S|LENCE,... CITY CODE SECTION 2486 o PROTEST PROCEDURES CITY CODE SECTION 2-371 . DEBARMENT PROCEEDINGS CITY CODE SECTIONS 2-397 THROUGH 2.485,3 . LOBBYIST REGISTMTION AND DISCLOSURE OF FEES.... CITY CODE SECTIONS 248'1 THROUGH 2-406 o CAMPAIGN CONTRIBUTIONS BY VENDORS CITY CODE SECTION 2487 . CAMPAIGN CONTRIBUTIONS BY LOBBYISTS 0N PROCUREMENT ISSUES .....,.... CITY CODE SECTION 2488 o REQUIREMENT FOR CITY CONTMCTORS TO PROVIDE EQUAL BENEFITS FOR DOMESTIC PARTNERS..... CITY CODE SECTION 2.373 . LIVING WAGE REQUIREMENT......,.... CITY CODE SECTIONS 2407 THROUGH2-410 . PREFERENCE FOR FLORIDA SMALL BUSINESSES OWNED AND CONTROLLED BY VETEMNS AND TO STATE-CERTIFIED SERVICE- DISABLED VETEMN BUSINESS ENTERPRISES CITY CODE SECTION 2.374 RFP 2015-013-YG Poge 4 592 b liAlAAAimfACL{ o FALSE CLAIMS ORDINANCE.. CITY CODE SECTION 70-300 . ACCEPTANCE 0F GIFTS, FAVORS & SERVICES.... CITY CODE SECTION 2-449 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. 11. VETERAN BUSINESS ENTERPRISES PREFERENCE. Pursuant to City of Miami Beach Ordinance No. 2011- 3748, the City shall give a five (5) point preference to a responsive and responsible Proposer which is a small business concern owned and controlled by a veteran(s) or which is a service-disabled veteran business enterprise. 12. DETERMINATION OF AWARD, The final ranking results of Step '1 & 2 outlined in Section V, Evaluation of Proposals, will be considered by the City Manager who may recommend to the City Commission the Propose(s) he/she deems to be in the best interest of the City or may recommend rejection of all proposals. The City Manage/s recommendation need not be consistent with the scoring results identified herein and takes into consideration Miami Beach City Code Section 2-369, including the following considerations: (1) The ability, capacity and skill of the Proposer to perform the contract. (2) Whether the Proposer can perform the contract within the time specified, without delay or interference, (3) The character, integrity, reputation, judgment, experience and efficiency of the Proposer. (4) The quality of performance of previous contracts. (5) The previous and existing compliance by the Proposer with laws and ordinances relating to the contract. The City Commission shall consider the City Manager's recommendation and may approve such recommendation. The City Commission may also, at its option, reject the City Manager's recommendation and select another Proposal or Proposals which it deems to be in the best interest of the City, or it may also reject all Proposals, Upon approval of selection by the City Commission, negotiations between the City and the selected Propose(s) will take place to arrive at a mutually acceptable Agreement, The City may award up to three vendors (primary, secondary, tertiary), as available, by line item, by group or in its entirety. The City will endeavor to utilize vendors in order of award. However, the City may utilize other vendors in the event that: 1) a contract vendor is not or is unable to be in compliance with any contract or delivery requirement; 2) it is in the best interest of the City to do so regardless of reason. 13. ACCEPTANCE OR REJECTION OF PROPOSALS. The City reserves the right to reject any or all proposals prior to award. Reasonable efforts will be made to either award the Contract or relect 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, and/or failure to make such evaluations, investigations, and examinations, will not relieve the Proposer from any RFP 20r 5-013-YG Poge 5 593 g obligation to comply with every detail and with accepted as a basis for any subsequent claim Proposer. A"{IA,\4iBTACF{ all provisions and requirements of the contract, and will not be whatsoever for any monetary consideration on the part of the 15. COSTS INCURRED BY PROPOSERS. Allexpenses 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 Proposer's employees, agents, and/or contractors, shall, under any circumstances, be considered employees or agents of the City. 17. TAXES. The City of Miami Beach is exempt from all Federal Excise and State taxes, 18. MISTAKES. Proposers are expected to examine the terms, conditions, specifications, delivery schedules, proposed pricing, and all instructions pertaining to the goods and services relative to this RFP. Failure to do so will be at the Proposer's risk and may result in the Proposal being non-responsive. 19. PAYMENT. Payment will be made by the City after the goods or services have been received, inspected, and found to comply with contract, specifications, free of damage or defect, and are properly invoiced. lnvoices must be consistent with Purchase Order format. 20. PATENTS & ROYALTIES. Proposer shall indemnify and save harmless the City of Miami Beach, Florida, and its officers, employees, contractors, and/or agents, from liability of any nature or kind, including cost and expenses for, or on account of, any copyrighted, patented, or unpatented invention, process, or article manufactured or used in the performance of the contract, including its use by the City of Miami Beach, Florida. lf the Proposer uses any design, device or materials covered by letters, patent, or copyright, it is mutually understood and agreed, without exception, that the proposal prices shall include all royalties or cost arising from the use of such design, device, or materials in any way involved in the work. 21. MANNER 0F PERFORMANCE. Proposer agrees to perform its duties and obligations in a professional manner and in accordance with all applicable Local, State, County, and Federal laws, rules, regulations and codes. Lack of knowledge or ignorance by the Proposer with/of applicable laws will in no way be a cause for relief from responsibility. Proposer agrees that the services provided shall be provided by employees that are educated, trained, experienced, certified, and licensed in all areas encompassed within their designated duties. Proposer agrees to furnish to the City any and all documentation, certification, authorization, license, permit, or registration currently required by applicable laws, rules, and regulations. Proposer further certifies that it and its employees will keep all licenses, permits, registrations, authorizations, or certifications required by applicable laws or regulations in full force and effect during the term of this contract. Failure of 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. RFP 2015-013-YG Poge 6 594 b i\4iAMtmsAt$-{ 22. SPECIAL CONDITIONS. Any and all Special Conditions that may vary from these General Terms and Conditions shall have precedence. 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 Proposer'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 in the industry, and as determined by the City of Miami Beach. E. The City may consider any evidence available regarding the financial, technical, and other qualifications and abilities of a Proposer, including past performance (experience), in making an award that is in the best interest of the City. F. The City may require Proposers to show proof that they have been designated 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 quality, packaging, and characteristics of the products to be supplied to the City. 25. ASSIGNMENT. The successful Proposer shall not assign, transfer, convey, sublet 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 AND REGULATIONS. The Proposer shall obtain and pay for all licenses, permits, and inspection fees required to complete the work and shall comply with all applicable laws. 27. OPTIONAL CONTRACT USAGE. When the successful Proposer (s) is in agreement, other units of government or non-profit agencies may participate in purchases pursuant to the award of this contract at the option of the unit of government or non-profit agency. 28. VOLUME OF WORK TO BE RECEIVED BY CONTRACTOR. lt is the intent of the City to purchase the goods and services specifically listed in this solicitation from the contractor, However, the City reserves the right to purchase any goods or services awarded from state or other govemmental contract, or on an as-needed basis through the City's spot market purchase provisions. 29. DISPUTES. ln the event of a conflict between the documents, the order of pdority 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, RFP 2015-013-YG Poge 7 595 ID t,;\iA,\\l BilACI-t 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, 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 all costs, 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 otherwise 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 Contractor 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 occur as needed by the City and as mutually agreed upon by the City and the contractor. 32. FLORIDA PUBLIC RECORDS LAW. Proposers are hereby notified that all Proposals including, without limitation, any and all information and documentation submitted therewith, are exempt from public records requirements underSection 119.07(1), Florida Statutes, and s. 24(a), At.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, whicheverisearlier.Additionally,Contractoragreestobeinfull compliancewithFloridaStatutell9.0T0l including, but not limited to, agreement to (a) Keep and maintain public records that ordinarily and necessarily would be required by the public agency in order to perform the services; (b) provide the public with access to public records on the same terms and conditions that the public agency would provide the records and at a cost that does not exceed the cost provided in this chapter or as othenruise provided by law; (c) Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law; (d) Meet all requirements for retaining public records and transfer, at no cost, to the public agency all public records in possession of the contractor upon termination of the contract and destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. All records stored electronically must be provided to the public agency in a format that is compatible with the information technology systems of the public agency. 33, MODIFICATIONTV|THDRAWALS OF PROPOSALS. A Proposer may submit a modified Proposal to replace all or any portion of a previously submitted Proposal up until the Proposal due date and time. Modifications received after the Proposal due date and time will not be considered. Proposals shall be irrevocable until contract award unless withdrawn in writing prior to the Proposal due date, or after expiration of 120 calendar days from the opening of Proposals without a contract award. Letters of withdrawal received after the Proposal due date and before said expiration date, and letters of withdrawal received after contract award will not be considered. 34. EXCEPTIONS TO RFP. Proposers must clearly indicate any exceptions they wish to take to any of the terms in this RFP, and outline what, if any, alternative is being offered. All exceptions and alternatives shall be included and clearly delineated, in writing, in the Proposal. The City, at its sole and absolute discretion, may accept or reject any or all exceptions and alternatives. ln cases in which exceptions and alternatives are rejected, the City shall require the Proposer to comply with the particular term and/or condition of the RFP to which Proposer took exception to (as said term and/or condition was originally set forth on the RFP). RFP 20r 5-013-YG Poge 8 596 g ,\41A,\AlsrACH 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. Balance of Pa,ge lntentionallv Left Blank RFP 20r 5-0r 3-YG Poge 9 597 sEcTloN 0300 b AiltaAArRFarH: I Y ill \i v i![JL-, l\Jl I 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)electronicformat (CD or USB format) are to be submitted. The following information should be cleady 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, 3d 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 proposals will be considered late and not be accepted or wil! be returned to Proposer unopened. The City does not accept responsibility for any delays, natural or othenvise. 3. PROPOSAL FORMAT, ln order to maintain comparability, facilitate the review process and assist the Evaluation Committee in review of proposals, it is strongly recommended that proposals be organized and tabbed in accordance with the sections and manner specified below, Hard copy submittals should be tabbed as enumerated below and contains a table of contents with page references. Electronic copies should also be tabbed and contain a table of contents with page references. Proposals that do not include the required information will be deemed non- responsive and will not be considered. Cover Letter & Minimum Qualifications 1.1 Gover Letter and Table of Contents. The cover letter must indicate Proposer and Proposer Primary Contact for the purposes of this solicitation. 1.2 Proposal Certification, Questionnaire & Requirements Affidavit (Appendix A). Attach Appendix A fully completed and executed. 1.3 Minimum Qualifications Requirements. Submit verifiable information documenting compliance with the minimum alifications requirements established in Appendix C, Minimum Requirements and Specifications. Ex & Qualifications 2.1 Qualifications of Proposing Firm. Submit detailed information regarding the firm's history and relevant experience and proven track record of providing the scope of services similar as identifled in this solicitation, including experience in providing similar scope of services to public sector agencies. For each project that the Proposer submits as evidence of similar experience, the following is required: project description, agency name, agency contact, contact telephone & email, and yea(s) and term of engagement. 2.2 Qualifications of Proposer Team. Provide an organizational chart of all personnel and consultants to be used for this project if awarded, the role that each 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 review the information contained in its SQR for accuracy prior to submittal to the City and RFP 20 r 5-0 r 3-YG Poge 1 0 598 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 Pro 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. b MIAMIBTAChI Submit a com Cost F d Cost Form ix E). Note: After proposal submittal, the City reserves the right to require additional information from Proposers (or Proposer team members or sub-consultants) to determine: qualifications (including, but not limited to, litigation history, regulatory action, or additional references); and financial capability (including, but not limited to, annual reviewed/audited financial statements with the auditors notes for each of their last two complete fiscal years). h and Submit detailed information on how Proposer plans to accomplish the required scope of services, including detailed information, as applicable, which addresses, but need not be limited to: use of innovative technology, training received by security officers above basic licensing requirements, communication protocols, proactive approach to dealing with quality of life issues affecting Miami Beach, crime prevention and retaining sufficient personnel to meet the City's needs. RFP 20r 5-0r 3-YG Poge 1 1 599 IAAAiBTACFI sEcroN 0400 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 fonrvarded to the City Manager who will utilize the results to make a recommendation to the City Commission. 2. Step 1 Evaluation. The first step will consist of the qualitative criteria listed below to be considered by the Evaluation Committee. The second step will consist of quantitative criteria established below to be added to the Evaluation Committee results by the 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 Evaluation Committee may: . review and score all proposals received, with or without conducting interview sessions; or . review all proposals received and short-list one or more Proposers to be further considered during subsequent interview session(s) (using the same criteria). Proposer Experience and Qualifications, including Financial Capability Scope of Services Proposed Approach and Methodology 3. Step 2 Evaluation. Following the results of Step 1 Evaluation of qualitative criteria, the Proposers may receive additional quantitative criteria points to be added by the Department of Procurement Management to those points earned in Step 1, as follows, Cost Proposal /!AA PROPOSAL EVALUATION Veterans Preference 4. Cost Proposal Evaluation. The cost proposal points shall be developed in accordance with the following formula: Sample Objective Formula for Cost Vendor Vendor Cost Proposal Example Maximum Allowable Points (Points noted are for illushative purposes only. Actual points are noted above.) Formula for Calculating Points (lowest cost / cost of proPosal being evaluated X maximum allowable points = awarded points) Round to Total Points Awarded Vendor A $100.00 25 $100 , $100 X25 = 25 25 Vendor B $150.00 25 $100 / $150 X 25 = 'l 6 16 Vendor C $200.00 25 $100/$200X25=13 13 RFP 20r5 0l 3-YG Poge 1 2 600 ID ldlAlt l $IACH 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: ti,, li il'lil L lE, Committe.q r,'r: Mernber. 1 l;:: Step 1 Points 82 76 80 Step 2 Points 25 to 13 Total 107 92 93 Rank 1 3 2 'li;'"':L ri;, : i:':::::: t .ir:ii,ilj:it::= : Committee Member,2 Step'l Points 79 85 72 Step 2 Points 25 16 13 Total 104 101 85 . Rank 1 Z 3 Step 1 Points 80 74 66 Step 2 Points 25 16 13 Total 105 90 79 Rank 1 :,::2 3 * Final Ranking is presented to the City Manager for further due diligence and recommendation to the City Commission. Final Ranking does not constitute an award recommendation until such time as the City Manager has made his recommendation to the City Commission, which may be different than final ranking results. RFP 20r 5-0r 3-YG Poge 1 3 601 APPENDIX A g fu\IAMIMMACM Proposo I Certificotion, auestionnoire & Req uirements Affid ovit 2015-0t 3-YG SECURITY OFFICER SERVICES PROCUREMENT DEPARTMENT lZ00 Convention Center Drive Miomi Beoch, Florido 33139 RFP 20r5-0r 3-YG Poge 1 4 602 Solicitation No: 2015-013-YG Solicitation Title: SECURITY OFFICER SERVICES Procurement Contact: YusbelGonzalez Tel: 305.673.7000 x 6230 Email: vusbeloonzalez@miamibeachfl .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 Years in Business:NoofYeansinBusinessLocally: I No.ofEmployees: OTHER NAME(S) PROPOSER HAS OPERATED UNDER IN THE LAST 1O YEARS: FIRM PRIMARY ADDRESS (HEADQUARTERS): CITY: STATE:ZIP CODE: TELEPHONE NO.: TOLL FREE NO.: FAX NO.: FIRM LOCAL ADDRESS: CITY: STATE:ZIP CODE: PRIMARY ACCOUNT REPRESENTATIVE FOR THIS ENGAGEMENT: ACCOUNT REP TELEPHONE NO.: ACCOUNT REP TOLL FREE NO.: ACCOUNT REP EITIIAIL: 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 capacity of the Proposer to perform in accordance with contract requirements. RFP 2015-013-YG Poge 1 5 603 4. Veteran Owned Business. ls Proposer claiming a veteran owned business status? f-__l vrs f--l uo SUBMITTAL REQUIREMENT: Proposers claiming veteran owned business status shall submit a documentation proving that firm is certified as a veteran-owned business or a service-disabled veteran owned business by the State of Florida or United States federal government, as required pursuant to ordinance 2011-3748. Conflict 0f 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, director, agent, or immediate family member (spouse, parent, sibling, and child) who is also an employee of the City of Miami Beach. Proposers must also disclose the name of any City employee who owns, either directly or indirectly, an interest of ten ('10%) percent or more in the Proposer entity or any of its affiliates SUBMI-TTAt REQUIREMENT: Fer eaeh referenee submitted, the fellewing infermatien is require* 1) Firm Name; 2) eentaet hdividuat Name & Title, 3) Address, l) Telephene, 5) eentaet's Email and 6) Narrative en Seepe ef Serviees Previded, Litigation History. Proposer shall submit a statement of any litigation or regulatory action that has been filed against your firm(s) in the last five years, lf an action has been filed, state and describe the litigation or regulatory action filed, and identify the court or agency before which the action was instituted, the applicable case or file number, and the 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 filed against your firm(s), please provide a statement to that effect. Truthful and complete answers to this question may not necessarily disqualify a firm 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. SUBMITTAL REQUIREMENT: Proposer 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, Debarment or Contract Cancellation. Has Proposer ever been debarred, suspended or other legal violation, or had a contract cancelled due to non-performance by any public sector agency? [-_l ves [---l tto SUBMITTAL REQUIREMENT: lf answer to above is "YES," Proposer shall submit a statement detailing the reasons that led to action(s). Vendor Gampaign Contributions. Proposers are expected to be or become familiar with, the City's Campaign Finance Reform laws, as codified in Sections 2-487 through 2-490 of the City Code, including a prohibition against any vendor giving a campaign contribution directly or indirectly to a candidate, or to the campaign committee of a candidate, for the offices of mayor or commissioner. Proposers shall be solely responsible for ensuring that all applicable provisions of the City's Campaign Finance Reform laws are complied with, and shall be subject to any and all sanctions, as prescribed therein, including disqualification of their Proposals, in the event of such non-compliance. 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. "Vendor" 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. RFP 20r 5-0r 3-YG Poge 1 6 604 8. 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 flve (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 o'tthe Miami Beach City Code, as same may be amended from time to time, Proposers shall be required to pay all employees who provide services pursuant to this Agreement, the hourly living wage rates listed below: The City Commission approved Ordinance 2014-3897 on September 30, 2014 increasing the living wage rate to $13.31/hourly without health benefits or $11.62/hourly with health benefits with an effective date of Janu ary 1,2015. The living wage rate and health care benefits rate may, by Resolution of the City Commission be indexed annually for inflation using the Consumer Price lndex for all Urban Consumers (CP|-U) Miami/Ft. Lauderdale, issued by the U.S. Department of Labo/s Bureau of Labor Statistics. Notwithstanding the preceding, no annual index shall exceed three percent (3%). The City may also, by resolution, elect not to index the living wage rate in any particular year, if it determines it would not be fiscally sound to implement same (in a particular year). Proposers' failure to comply with this provision shall be deemed a material breach under this proposal, under which the City may, at its sole option, immediately deem said Proposer as non-responsive, and may further subject Proposer to additional penalties and fines, as provided in the City's Living Wage Ordinance, as amended. Further information on the Living Wage requirement is available at www.miamibeachfl .gov/procuremenU. SUBMITTAL REQUIREMENT: No additional submittal is required. By virtue of executing this affidavit document, Proposer agrees to the living wage requirement. Equal Benefits for Employees with Spouses and Employees with Domestic Partners. When awarding competitively solicited contracts valued at over $1 00,000 whose contractors maintain 5'1 or more full time employees on their payrolls during 20 or more calendar work weeks, the Equal Benefits for Domestic Partners Ordinance 2005-3494 requires certain contractors doing business with the City of Miami Beach, who are awarded a contract pursuant to competitive proposals, to provide "Equal Benefits" to their employees with domestic partners, as they provide to employees with spouses. The Ordinance applies to all employees of a Contractor who work within the City limits of the City of Miami Beach, Florida; and the Contractor's employees located in the United States, but outside of the City of Miami Beach limits, who are directly performing work on the contract within the City of Miami Beach. A. Does your company provide or offer access to any benefits to employees with spouses or to spouses of employees? [-_] vrs [---l i,to B. Does your company provide or offer access to any benefits to employees with (same or opposite sex) domestic partners* or to domestic partners of employees?f--l vrs [-_l uo 9. RFP 20r 5-0r 3-YG Poge 1 7 605 c.Please check all benefits that apply to your answers above and list in the "othe/' 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 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 Measures Application will be reviewed for consideration by the City Manager, or his designee. Approval is not guaranteed and the City Manage/s decision is final. Further information on the Equal Benefits requirement is available at www.miamibeachfl .gov/procuremenV. Public Entity Crimes. Section 287.133(2)(a), Florida Statutes, as currently enacted or as amended from time to time, states that a person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a proposal, proposal, or reply on a contract to provide any goods or services to a public entity; may not submit a proposal, proposal, or reply on a contract with a public entity for the construction or repair of a public building or public work; may not submit proposals, proposals, or replies on leases of real property to a public entity; may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity; and may not transact business with any public entity in excess of the threshold amount provided in s. 287.017 for CATEGORY TWO for a period of 36 months following the date of being placed on the convicted vendor list. SUBMITTAL REQUIREMENT: No additional submittal is required. By virtue of executing this affidavit document, Proposer agrees with the requirements of Section 287.133, Florida Statutes, and certifies it has not been placed on convicted vendor list. Acknowledgement of Addendum. After issuance of solicitation, the City may release one or more addendum to the solicitation which may provide additional information to Proposers or alter solicitation requirements. The City will strive to reach every Proposer having received solicitation through the City's e-procurement system, PublicPurchase.com. However, Proposers are solely responsible for assuring they have received any and all addendum issued pursuant to solicitation. This Acknowledgement of Addendum section certifies that the Proposer has received all addendum released by the City pursuant to this solicitation. Failure to obtain and acknowledge receipt of all addenda may result in proposal disqualification. lnitlal to Confirm Receiot lnitial to Confirm Receiot lnitial to Conlirm Receint 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 confirmation of addendum is required, submit under separate cover '10. 11 RFP 20r 5-0r3-YG Poge l 8 606 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 limitation, the applicant's affiliates, officers, directors, shareholders, pa(ners and employees, as requested by the City in its discretion. The information contained herein is provided solely for the convenience of prospective Proposers. lt is the responsibility of the recipient to assure itself that information contained herein is accurate and complete. The City does not provide 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 recipient's own risk. Proposers should rely exclusively on their own investigations, interpretations, and analyses. The solicitation is being provided by the City without any warranty or representation, express or implied, as to its content, its accuracy, or its completeness. No warranty or representation is made by the City or its agents that any Proposal conforming to these requirements will be selected for consideration, 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 the provisions of this Disclosure and Disclaimer, is totally relying on this Disclosure and Disclaimer, and agrees to be bound by the terms hereof. Any Proposals submitted to the City pursuant to this solicitation are submitted at the sole risk and responsibility of the party submitting such Proposal. 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. The City and all Proposers will be bound only as, if and when a Proposal (or Proposals), as same may be modified, and the applicable definitive agreements pertaining thereto, are approved and executed by the parties, and then only pursuant to the terms of the definitive 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 Government-in-the-Sunshine Law, and all Proposals and supporting documents shall be subject to disclosure as required by such law. All Proposals shall be submitted 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 alldisclosures and declarations as requested in this solicitation. By submission of a Proposal, the Proposer acknowledges and agrees that the City has the right to make any inquiry or investigation it deems appropriate to substantiate or supplement information contained in the Proposal, and authorizes the release to the City of any and all information sought in such inquiry or investigation. Each Proposer certifies that the information contained in the Proposal is true, accurate and complete, to the best of its knowledge, information, and belief. Notwithstanding the foregoing or anything contained in the solicitation, all Proposers agree that in the event of a final unappealable judgment by a court of competent jurisdiction 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 respectthereto, such liability shallbe limited to $10,000.00 as agreed-upon and liquidated damages. The previous sentence, however, shall not 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, RFP 20r 5-013-YG Poge 1 9 607 I hereby certify that: I, 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 Proposal Certification, Questionnaire and Requirements Affidavit are true and accurate. Name of Propose/s Authorized Representative:Title of Propose/s Authorized Representative: Signature of Propose/s Authorized Representative:Date: 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 RFP 20r 5-0r 3-YG Poge 20 608 APPENDIX B g iv\lAr'v\i mffiCH "No Bid" Form 2015-0 l3-YG SECURITY OFFICER SERVICES PROCUREMENT DEPARTMENT l70O Convention Center Drive Miomi Beoch, Florido 33.l39 RFP 20r 5-0r 3-YG Poge 21 609 WE HAVE ELECTED NOT TO SUBMIT A PROPOSAL AT THIS TIME FOR REASON(S) CHECKED AND/OR TND|CATED BELOW: _ Workload does not allow us to proposal _lnsufficient time to respond _ Specifications unclear or too restrictive _ Unable to meet specifications _Unable to meet service requirements _Unable to meet insurance requirements _Do not offer this producUservice _OTHER (Please specify) We do _ do not _ want to be retained on your mailing list for future proposals of this type product and/or service. Signature: Title: Legal Company Name: Note: Failure to respond, either by submitting a proposal or this completed form, may result in your company being removed from our vendors list. PLEASE RETURN TO: CITY OF MIAMI BEACH PROCUREMENT DEPARTMENT ATTN: Yusbel Gonzalez RFP PROPOSAL #201 5-01 3-YG 1700 Convention Center Drive MIAMI BEACH, FL 33139 RFP-20r 5-0r 3-YG Page 22 610 APPENDIX C g ffiiAMiffiEAilN Minimum Requirements & Specificotions 2015-0r 3-YG SECURITY OFFICER SERVICES PROCUREMENT DEPARTMENT 1700 Conveniion Center Drive Miomi Beoch, Florido 33.l39 RFP-20r 5-0r 3-YG Poge 23 611 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. All work shall be in accordance with Section 493, Florida Statutes. 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 behavior conflicts with acceptable community norms.. Safeguard the citizens, visitors, employees and property of the City of Miami Beach.. Expand and contract to meet the staffing needs of the City and demonstrate where they have done so previously. The City of Miami Beach is very interested in innovative approaches, incorporating industry best practices, which exceed the requirements listed below. C1, Minimum Requirements, The Minimum Eligibility Requirements for this solicitation are listed below. Proposer shall submit detailed verifiable information affirmatively documenting compliance with each minimum requirement. Proposers that fail to comply with minimum requirements will be deemed non- responsive and will not be considered. a. Proposer shall be licensed in accordance with Chapter 493, Florida Statutes to perform Security Services. SUBMITTAL REQUIREMENT: Submit a copy of Proposer's Class "B," "4q," or "AB," as applicable, for the location identified in Proposal. b. Proposer shall have provided similarly scoped security guard services for a minimum of two (2) continuous years for at least three (3)public sector entities, within the last five (5) years. SUBMITTAL REQUIREMENT: For each of the three (3) public sector clients, provide the following: Name of Agency; Agency Contract Representative and Contact lnformation; Beginning and Ending Dates of Service. c. Proposer shall have a Dun and Bradstreet (D&B) Supplier Evaluation Risk (SER) score rating of not higher than 6. SUBMITTAL REQUIREMENT: As required in Tab 2.3, Section 0300, Proposer shall arrange for Dun & Bradstreet to submit a Supplier Qualification Report (SOR) directly to the Procurement Contact named herein, which indicates Proposer's SER. C2. Statement of Work Requirements. The Successful Contractor Shall Provide: a. A minimum of three (3) roving Level V Security Officers equipped with an automobile on duty within the City limits of Miami Beach at all times. The Level V Security Officers must be able to respond to any site within 15 minutes. A list must be submitted in writing, identifying the name(s) of each roving shift Level V Security Officers, and all security personnel under their supervision, b te Contract Administrator or their designee. RFP 20r 5-0r 3-YG Poge 24 612 b. c. d. o Written activity and incident reports, maintenance requests, visitor logs, etc. as dictated by the post assignment. Bidders who utilize web-based security officer reporting software should submit system details under approach and methodology for consideration. A guard Tour System (which may include (but not be limited to) Deggy or near field communications (NFC) tags) at contracted posts to ensure security officers are making required rounds at assigned frequencies and times. Bidders who utilize web-based security officer reporting software should submit system details under approach and methodology for consideration. A weekly report, downloaded from Deggy's, NFC tags or other approved reporting system to the Contract Administrator or its designee. . Bidders who utilize web-based security officer reporting software should submit system details under approach and methodology for consideration. The location of the Deggy's, NFC tags or other approved reporting system to the Contract Administrator or their designee for approval. A Project Manager who will be required to meet with City representatives upon request. All uniforms, radios, firearms, rain gear, traffic vests, tools and equipment necessary to perform the required security services in accordance with the bid documents. Uninterrupted services under all conditions, to include, but not limited to the threat or the actually of a strike, adverse weather conditions, a disaster, or emergency situations, at the agreed upon hourly contractual rate. Rules and Regulations Manual for Security Officers. Prolect Manager to 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. A written, quarterly report of security incidents to the Contract Administrator or its designee. ln additlon, the Successful Contractor will be responsible for advertising and recruiting qualified security officers, training the security officers, preparing paychecks, payroll taxes, Social Security and withholding taxes, preparing W-2's, unemployment and workmen's compensation claims and liability insurance. The obligation of the City of Miami Beach will be solely to compensate the Successful Contractor for the number of hours provided monthly in accordance with the contract price schedule. The Successful Contractor will provide a Schedule of Values/Payment Schedule to the City's Contract Administrator for review and approval, prior to the commencement of work. Any 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. Locations. 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 g. h. l. j RFP 20r 5-0r 3-YG Poge 25 613 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. The amount of service hours, officer levels, required service type and duties shall be determined solely by the City in its best interests. The City reserves the right to add or delete sites that need to be covered by security guard seruices. C4. Special or Emergency Events. At the City's discretion additional security officers may be requested for special or emergency events. A "special or emergency event" is generally defined by the City as a temporary use on public or private property that would not be permitted generally or without restriction throughout a particular zoning district, and may include any City declared emergency and other unplanned events. "Special or Emergency Events" do not include planned City events, such as Holidays, New Year's Eve, Memorial Day Weekend, lndependence Day Weekend, Labor Day Weekend, etc. For planned events, the Contractor shall provide the required personnel at the "Routine Rate" contract price. For Special or Emergency Events, the contractor shall provide personnel at the "special or Emergency Rate." Any Conkactor personnel deployed under Special or Emergency Event circumstances, shall be converted to Routine Rates after three (3) calendar days or as agreed to by the City's contract representative. Notwithstanding the above, the City approve, upon approval of the City manager, negotiate with the Contractor for additional services or rates as dictated by the situation. C5. Response Time, For routine requirements, Security Officers are generally required on the next calendar day. For special or emergency events, the Contractor shall have a qualified officer present and ready for duty within three (3) hours of request. The City's contract representative and the Contractor may consider and agree upon alternative response times. C6. Approval and Removal of Personnel. The City shall approve all Contractor personnel prior to their assignment to the City. The City reserues the right to interview any prospective Contractor employee prior to the person being assigned to City assignment, The City additionally reserves the right to relieve any Contractor employee from a duty assignment, and/or bar the employee from further service under this solicitation. Personnel Requirements and Services All personnel employed by the selected propose(s) to perform duties as a result of this solicitation shall be approved prior to performing said duties. Contractor personnel shall keep active, and possess at all times while on duty, those professional, technical licenses or certificates as required by all Federal and Florida State Statutes. This includes a company-issued photo l.D. Card. All are to be conspicuously displayed at all times while on duty. The selected proposer shall provide in all instances radio equipped, uniformed Security Officers, and armed if requested, to provide security service at the designated locations. Adherence to Law 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 with Federal Tax Laws (e.9. payment of FederalWithholding Taxes) State of Florida Unemployment Taxes, Workers Compensation Federal Wage and Hour Regulations, Living Wage Ordinance and other applicable laws and regulations, RFP 20r 5-0r 3-YG Poge 26 614 Backqround Checks Prior to assigning personnel to the City, the Contractor, at no cost to the City, shall perform background checks on its personnel which comply with, at a minimum, Section 1012.465, Florida Statutes. By virtue of submitting a proposal to this RFP, the Contractor fully indemnifies and holds the City harmless for any and all actions and damages resulting from its failure to comply with this requirement. Any findings shall be reported to the City, through its Human Resources Director, who shall have the ultimate discretion to allow or not any Contractor personnel on City property. Additionally, the City may require, at any time (including annual contract anniversary, change in assignment or any other instance for which an additional background check is deemed necessary by the City through its Human Resources Director), that any Contractor personnel submit to additional background screenings as deemed necessary by the City. The Contractor shall reimburse the City for the cost of said background check, plus an administrative fee of 10%). The City shall have the right to refuse to allow any Contractor personnel to work on City property when it deems that their presence on City property is not in the City's best interest. Druq Testinq Prior to assigning personnel to the City, the Contractor, at no cost to the City, shall perform and proposed personnel shall pass a drug test following the protocols outlined in 49 CFR, Part 40. The following panel of ten drugs shall be tested for at the Successful Contractor's expense. Bidder shall bear all cost associated with the initial drug tests. Any findings shall be reported to the City, through its Human Resources Director, who shall have the ultimate discretion to allow or not any Contractor personnel on City property. The City's tuned I &$enel dng tsst ard cut*ff hvelr are as iollo$rs: Dnm loulel&e! Laual 6efil8 eonfirm tesr Loval Amphelem[nes l$ff) ndrnl 5{X} ruaiml Befiihrrel+s 3911 natnt 15{ nEfml Benzodiazeoines 3ff! ldml 15S na/ml Cocainr mrteMi{:c .3ffirdrnl lSotujml l!,ladiuana netaboliles 50 rcdml '15 nalnl Medradoae 30fi rdml 308 n*lml l{*flraque-lqne 3M n*fml 1$ru/ml Ooi*tes 2000 n#rnl ffi0$ruJml Ph*ncvdidiru ?5 nf,lprl 25 na"Iml Frqsoxvphene 3ffi n*Jml 154;plmt ln tlrc ca*s of sn slcohol test e re*ult of 0.0{ or gr€atcr slndihrtes a positirre rrsult A *nfimation heathalyr* te$ shall be admiriEtered fdbrring $e initial test in accordaffia with fie pro*durm in TiXe 49 Cod€ of Federa: Reguhtisns. Fst 40. Minimum Requirements for All levels of Securitv Officers Possess a valid Class "D" security officer license pursuant to F.S. 493. All officers shall maintain this license on their person at all times while providing service to the City under the Contract. Shall be a citizen of the United States of America, or an alien who has been lawfully admitted for permanent residence as evidenced by ResidenUAlien Registration Receipt Card Form 1-151, or who presents other evidence from U.S. Citizenship and lmmigration Services that employment will not affect his/her immigration status. Acceptable evidence shall consist of a birth certificate or a. b. RFP 20r 5-0r 3-YG Poge 27 615 appropriate naturalization papers. c. Shall have a valid State of Florida Driver's license. (Required if Security Officer is assigned to vehicular patrol (e.9. motor vehicles or golf cart). d. Shall be at least 21 years of age. e. Shall have a high school diploma or a GED. High school diploma or GED shall be from an accredited and verifi able institution. f. Successfully pass a test for drug and illegal substance use. g. Be able to communicate effectively in English (multilingual prefened). h. Ability to write a repoft in English. i. Ability to communicate, provide information and directions in a courteous manner. j. Trained and certified in basic first aid and Cardiopulmonary Resuscitation (CPR). k. Trained in the use of Automated External Defibrillators (AEDs). L Physically capable of pursuing and detaining individuals who have committed criminal acts. m. Pass criminal background checks, FDLE and NCIC lll. ln addition, Security Ofiicers shall meet the specific requirements for each level as specified below: a. Security dfficer Level I - An unarmed individual with a Class D license. Minimum one (1) year of experience as a licensed Security Officer. b. Security Officer Level ll - An unarmed individual with a Class D license. A minimum of two (2) years of experience as a Class D Licensed Security Officer or in the military or law enforcement. c. Security Officer Level lll - An armed individual with Class D and Class G licenses. A minimum two (2) years of experience, either as Class D licensed Security Officer, Police Officer, or Military Police are required. d. Security Officer Level lV - An armed individual with Class D and Class G licenses. A minimum five (5) years of experience, as a Class D licensed Security Officer and two (2) years of experience as a Class G licensed Security Officer or flve (5) years of experience as a Police Officer or Military Police are required. e. Security Officer Level V - An armed or unarmed individual with Class D and Class G licenses. A minimum of five (5) years of experience, either as a licensed Class G, Security Officer, Police Officer or Military Police are required, The individual shall have the ability to supervise, monitor, and regulate Security Officers with Class D and Class G licenses in their performance of assigned duties. This level of Security Officer may be a site supervisor when multiple Security Officers are required present at the same time, to coordinate Security Service efforts. f. Security Officer Level Vl - An armed or unarmed individual with Class D and Class G licenses. A minimum of ten (10) years of experience either as a licensed Class G Security Officer, Police Officer or Military Police are required. The individual shall have the ability to supervise, monitor, and regulate Security Officers with Class D and Class G licenses in their performance of assigned duties. This level of Security Officer may be a project manager when multiple site supervisors are required for large or complex sites, to coordinate Security Service efforts. Personnel Probation Ail secunty offrcers working for the City of Miami Beach are subject to a thirty (30) day probation period. lf during this probation period, the City of Miami Beach is not satisfled with the performance of a security officei, the City of Miami Beach will notify the Successful Contractor of such performance and the Successful Contractor will replace the security officer immediately. RFP 20r5-013-YG Poge 28 616 Additionally, the City of Miami Beach reserves the right to demand in writing that the Successiul Contractor relieve an'employee from a duty assignment, and/or ban the employee from further service under the contract, at the sole discretion of the City of Miami Beach. Personnel employed by the Successful Contractor are ineligible to work for the City of Miami Beach for the following reasons: a. Military conduct resulting in dishonorable or undesirable discharge. b. Any pattern of irresponsible behavior including, but not limited to, bad driving or employment record. Securitv Officer Levels l-lV Duties l leport to"lvork on time and remain on assigned post until relieved or as required. 2. Maintain a professional appearance. Uniforms shall be clean, pressed and include a name tag, shoes polished. 3. Maintain a courteous attitude to the public and City employees at all times' 4. While assigned to a fixed post, patrol of an area or a facility, detect and prevent individuals or groups from committing acts injurious to others or to property. S. lntervene to terminate injurious acts to persons or to property and detain individuals for further investigation or arrest in accordance the State of Florida's Security Officers Handbook (F.S.S. Chapter 493). 6. Communicate effectively with the public and City of Miami Beach personnel to provide directions and assistance. 7, Conduct patrols in accordance to post orders. Where applicable, a guard tour system shall be used to record and report security officers' presence at designated posts. 8. Raise and lower flags at designated times where applicable. L 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 facillties or locations. 12. Respond to reports of sick or injured persons and notify appropriate authorities. 13. Report safety hazards, malfunctioning equipment, spills and other such matters to appropriate individuals. 14. Monitor and operate fire alarm systems, intrusion detection systems and CCTV systems as required. 15. Respond to fire/burglar alarms and emergency situations. Evaluate the situation and take appiopriate action ai prescribed in Post Orders and/or facility emergency procedure/evacuation plan. 16. investigate questionable acts and behavior on City property. Question witnesses and suspects to ascertain or verify facts and notify appropriate authorities if warranted. 17. Operate a vehicle (bicycle, golf cart, motor vehicle) as required. 18. Maintain daily logs, prepare daily and incident repofts. 19. Provide escorts to City employees and visitors to their vehicles when requested. 20. Perform any other duiies or functions not specifically mentioned above, but which are identified as falling within the scope and responsibilities of a security officer's responsibilities. Securitv Officers Level V Duties ln addition to the duties listed above Security Officers shall: 1. Patrol area of assignment and actively supervise all security officers under their command. 2. Ensure proper inventory of keys, electronic key cards and supplies' RFP 20r 5-013-YG Poge 29 617 3. Conduct daily inspections to verify all posts are manned and all security officers are fully equipped and in proper uniform.4. Be knowledgeable of all security officer positions and duties.5. Be knowledgeable of all City/County ordinances related to quality of life issues. Security Officers Level Vl Duties1. Functions as the Project Manager for the City of Miami Beach.2. Prolect Manager will be required to meet with City representatives upon request.3. Prolect 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. lmmediately report any unusual incident to the Contract Administrator or their designee.5. Coordinate with Contract Administrator or its designee all security operations and services 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. 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.9, weather conditions, civil disturbances, natural disasters, etc.) which prevents the next shift from getting to their assignment. Each occunence will require an individual waiver provided by the City. Overtime No overtime for either regularly scheduled or special events will be paid by City of Miami Beach for security personnel supplied by the Successful Contractor unless pre-approved by the City of Miami Beach Contract Administrator or its designee. Trainino Specialized training may be required to assume the duties and responsibilities of some posts within the City of Miami Beach. The cost for such training will be considered part of the Successful Contracto/s operational expenses and should be considered when proposing an overall hourly rate. While attending training, security officers must be paid at the City's living wage rate. Time spent in training, although required, is not billable to the City of Miami Beach. When required, security officers must successfully complete training prior to assuming duty under this contract. Written documentation of having successfully completed the training is to be included in the employee's personnel file. The Successful Contractor is required to ensure that all security officers providing traffic conkol and code enforcement services are certified by Miami Dade College-Southeast lnstitute of Criminal Justice at the North - Dade Campus. ln addition, security officers providing traffic control and code enforcement services would be required to attend training provided by the City related to enforcing City of Miami Beach ordinance RFP 20r5-0r 3-YG Poge 30 618 and codes. Soecial Equipment Tlre selected propose(s) may be required to provide licensed and insured motor vehicles, off street motorized carts, Segway's and bicycles at an additional cost. Such posts or duty assignments shall be requested as needed, and when appropriate, 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, hand- held metal detectors, x-ray screening of packages, walk-through metal detectors, K-9 detection services and other specialized technologies. Such posts or duty assignments shall be requested as needed, and where appropriate, the selected proposer shall receive additional compensation. Contractor Fumished ltems The ielected 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 othenrrise 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.g. log books, incident repofts, etc) to the City within 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 othenrvise exempted by the City of Miami Beach Contract Administrator. b. CENTRAL DISPATCH The Successful Contractor will maintain a centralized dispatching service through use of a local (Miami Beach) base station manned by experienced personnel on a 24- hour per day basis, to include a recorded back-up system. A mobile transmitter/receiver, operated by field personnel, will not be considered sufficient to adequately provide such service. Regardless of the physical location of the dispatch service offered, total in-building radio communication coverage within the City limits of Miami Beach is required. c. SYSTEM QUALITY The Successful Contractor will at all times maintain high quality radio communications (transmitting and receiving). The Successful Contractor will be totally responsible for providing and maintaining required system quality, as follows: 1. The Successful Contractor will provide/lease a network of transceivers and repeaters of sufficient strength and capacity to service all areas of Miami Beach. 2. The Successful Contractor must provideilease an exclusive radio frequency operated exclusively by the Contractor. Radios will have printout identification and emergency capabilitY. 3. The Successful Contractor must implement a program of maintenance and repair for all RFP 20r 5-0r 3-YG Poge 31 619 equipment used in the performance of this contract. Such a program will ensure the optimum performance of all equipment at all times, thereby allowing the system to meet the service requirements and quality standards specifled above. 4. The Successful Contractor will ensure that all radio equipment has sufficient operating power at all 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 charged 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, 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 Successful Contractor will develop procedures covering key control that will be included in his/her quality control plan, which will be submitted to the City's Contract Administrator and Procurement Director. The Successful Contractor may be required to replace, re-key, or reimburse the City for replacement of locks or re-keying as a result of Successful Contractor losing keys. ln the event a master key is lost or duplicated, all locks and keys for that system will be replaced by the City and the total cost deducted from the monthly payment due the Successful Contractor. The Successful Contractor will immediately report a lost key the Contract Administrator, but no later than the next workday. Uniforms All security officers fumished to the City of Miami Beach will be well-groomed and neatly uniformed. Each security officer supplied by the Successful Contractor will wear a nameplate bearing the guard's name. Successful Contractor's name will appear either on guard's nameplate or as a patch on the security office/s uniform. Uniforms will be readily distinguishable from the City of Miami Beach Police uniforms. Uniforms must be provided at the contracto/s expense or may be charged to the employee (guard), but must not be deducted from the employees' paycheck therefore reducing the hourly pay rate to less than the living wage rate. Photo ldentification Work hereunder requires Successful Contractor's employees to have photo identification on their person at all times. The City of Miami Beach reserves the right to verify a guard's identity and required credentials. lf for any reason, any Successful Contractor employee is terminated, the Contract Administrator will be RFP 20r 5-0r 3-YG Poge 32 620 advised in writing. Records The Successful Contractor will submit all invoices to the City of Miami Beach containing an itemized employee time record, to include the employee name and hours worked/shift, for the time period identified on the invoice. lf applicable, the computerized printout from the guard tour system will accompany the weekly invoices. These printouts will be the same date and time frame of the submitted invoices and submitted in a hard copy or digital (preferred) format. All correspondence, records, vouchers and books of account, insofar as work done under this Contract is concemed, 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/D0B/ and social security number. . Copies of Florida Driver license, Class "D" Security Guard license and Class "G" Firearms License (if applicable).. bopies or notification of all disciplinary actions taken by the Contractor or City of Miami Beach to include verbal or written wamings.. 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 tne City of Miami Beach to ascertain that such employees' records 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 this Contract. Failure to have the required documentation will be deemed as non-compliance to the Terms and Conditions of the contract. Liquidated Damaqes The selected Propose(s) shall be liable for damages, indirect or direct, resulting from its failure to meet all contractual requirements or standards. The City, in its sole discretion, will determine the damages arising from such failure. The City assessment of all Liquidated Damages will be final. Repeated violations or patterns of violations will result in a doubling or tripling of the amount of Liquidated Damages. Subsequent violations will result in a Vendor Non-Performance. Any of these violations may result in selected Proposer's personnel being removed from the post and/or Contract issued as a result of this solicitation at the request of the City. A written notice of a violation and intent to impose liquidated damages shall be provided to the selected Propose(s) in the form of an lnfraction Report. lnfraction Reports shall be issued to the selected Propose(s) promptly by the City, in order to afford the selected Propose(s) time to notify the City of extenuating circumsianies. The graduation of Liquidated Damages will occur with the involvement of the same facility, selected Propose/s personnel and a pattern of the same incidents at multiple posts (i.e. repeated violations of the same type). Any violations committed by selected Propose(s)'s personnel may result in the suspension or removal from duty of said personnel at the discretion of the City. Violations that may result in the assessment of Liquidated Damages include, but are not limited to, the following; RFP 20r 5-0r 3-YG Poge 33 621 ManagemenUAdministrative Violations ($1 00 per infraction):1, Not properly equipped for specific detail. 2. No radio or inoperative radio, 3. Failure to fix an inoperative guard tour system or system component.4. Leaving a post unattended or failure to fill post assignment within one hour of a scheduled assignment or event.5. Lack of contract supervision. 6. Excessive hours on duty (more than a 10 hour shift if not approved in advance by the Contract Administrator). 7 . Utilization of a security officer previously suspended from duty by the Contract Administrator. 8. Failure to follow all Vendor Rules and Regulations. Security Officer Violations ($100 per infraction). 1. Unprofessional appearance or behavior.2. lnappropriate behavior (reading, lounging, talking and tefing on cell phone, etc.) 3. Failing to promptly prepare written reports. 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. 4. Failure to report an incident 5. Any action that would cause the City harm, physically, financially, or reputational. Once a violation is identified and written notification of intent to fine ("Contract Discrepancy Report") is issued to the Successful Contractor. The Successful Contractor will have seven (7) days to provide a written response to the Contract Repeated violations will be taken as proof of a general incapacity on the part of the Successful Contractor to perform in accordance with contract requirements. Should it not be possible to reach the contractor or superuisor and/or should remedial action not be taken within 48 hours of any failure to perform according to specifications, the City reserves the right to declare Contractor in default of the contract or make appropriate reductions in the contract payment. Conservation Of Utilities The Successful Contractor will be directly responsible for instructing employees in utilities conservation practices. The Successful Contractor will be responsible for operating under conditions, which preclude the waste of any/all utilities. Licenses And Permits Successful Contractor will abide by all ordinances and laws pertaining to his operation and will secure, at his expense, all licenses and permits necessary for these operations. Performance Evaluation Meetinqs The Successful Contractor will assign a Contract Manager to meet with the City of Miami Beach Contract Administrator regulady and as required. A mutual effort will be made to resolve all problems identified. The RFP 20r 5-0r 3-YG Poge 34 622 written minutes of these meetings will be signed by the Successful Contractor's Contract Administrator and the City's Contract Administratoi, and a copy will be forwarded to the Procurement Director. Should the Successful Contractor not concur with the minutes, he will state in writing to the Procurement Director any areas wherein he does not concur. Service Excellence Standards ffithestandardoftheCityofMiamiBeach'AscontractemployeesoftheCity, security officens will be required to conduct themselves in a professional, courteous and ethical manner at all times and adhere to the City's Service Excellence standards. Post Order, Rules and Reoulation Manual SuccessfulContractor,forthedurationofthecontract,thePost 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 Personnelshall have access to these post Orders and ariy updates at all times while on duty. This may be accomplished by storing the post Orders on site or, in the instance in which no secure storage is available, delivering them to the site at the beginning of each tour of dutY. Should the City elect to utilize the services of the Security Officers for code enforcement, the City will provide guidante, 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 Apoearances Tfle selected propose(s) personnel may be required to testify in various judicial proceedings on behalf of the City. These personnel'shall coordinjte all Contraclrelated court appearances with the City when such appearances are required. Any selected Propose(s) personnel required to make a court appearance shall be'remunerated by ihe setected Propose(s) at the same hourly rate as would be earned while on duty under any Contrait issued as a result of this solicitation and all extensions or renewals thereof, and the selected irropose(s) shall in turn be remunerated by the City at the stipulated billing rate. The selected propose(s) shall invoice for the actual hours the employee spent at court, of whether or not his/her testimony was used and/or provided. (Court delays are common, and multiple appearances by the testifying employel 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) shail coordinate with the City to ensure that this is done with no impact to daily operations. Selected propose(s) personnel scheduled to testify on behalf of the City due to their Contract ielated duties shall appear for court testimony in full uniform however, without chemical weapons, batons, handcuffs or firearms. RFP 20r 5-013-YG Poge 35 623 tstlmated W Service Hours by Security Officer Levels POST EE\I.EL ESTIMATED WEEKLY SERVICE HOURS Open Spaces (Parks, Boardwalks, etc.)1 Officer Lercl V (Supervisor)112 Hours Parking Facilities 2 Officers Lercl V (Supervisor)224 Hours 7tr-r Street Garage 1 Offcer Lercl I or ll 168 Hours 17th Street Garage 1 Offcer Lercl I or ll '168 Hours 16tr Street Garage 1 Offcer Lerel I or ll 168 Hours South Beach Walk (14-21 St.)1 Offcer Level I or ll 105 Hours Alaska Bay Walk (1-4 St.)1 Officer Lercl I or ll 42 Hours N. Beach Recreation Conidor (64-79 St.)2 Oficer Lerel I or ll 176 Hours City Hall Campus 1 Offcer Leuel lll 3 Offcers Lerel lV 1 SuperUlor f-er,ef V 168 Hours 120 Hours 40 Hours 3 Offcers Lercl lV '120 Hours 1 Offcer Lercl V (Suoervisor)40 Hours Normandy Shores Gatehouse 1 Offcer Ler,el 1 or ll 168 Hours Bass Museum 5 Offcers Lercl lor ll 150 Hours Sanitation Detail 1 Offcer Lerel I or ll 9 Hours Citywide 1 Officer Lerel Vl/Project Manager 40 Hours RFP 20r5-0r 3-YG Poge 36 624 APPENDIX D g N$&&ntryffi&ffN Speciol Conditions 2015-0.l3-YG SECURITY OFFICER SERVICES PROCUREMENT DEPARTMENT 1700 Convention Center Drive Miomi Beoch, Florido 33139 RFP 20r 5-0r 3-YG Poge 37 625 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 quoted in the awardee's bid submittal shall remain firm and fixed, unless amended in writing by the City. COST ESCALATION" The hourly rates proposed by successful vendo(s) shall remain fixed for the term of the contract, however the City may consider requests for markup adjustment in the event of unforeseen governmental mandates (e,9,, taxes, healthcare mandates, Living Wage, etc.) imposed upon the contractor, Requests for adjustment to hourly rates shall be submitted to the City's Procurement Department for review. lf the requested adjustment is approved, the Procurement Department will formalize the adjustment by formal contract modification. It shall be further understood that the 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. ADDITIONAL EQUlPMENT/ SERVICES. EquipmenU Services not specifically identified in this request may be added to, or deleted from, any resultant contract upon successful negotiations and mutual consent of the contracting parties. Additional equipment and or services may include, but not be limited to licensed and insured motor vehicles, off street motorized carts, Seqwav's, bicycles, ouard tour svstems, bodv cameras, hand-held metal detectors, x-rav screeninq of packaoes, walk-throuqh metal detectors, K-9 detection services etc. FAILURE TO PERFORM. The City reserves the right to take any action necessary to ensure that the security forces are fully staffed in order to protect the City of Miami Beach property, personnel, and assets. This may include contractual arrangements with others contractors for the purpose of obtaining alternative resources in the event that the successful contractor can not perform lf such arrangements are deemed necessary, then the successful contractor may, at the sole discretion 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, 3. 7. RFP 20r 5-0r 3-YG Poge 38 626 10. 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 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 reseryes the right to change possible locations and the required hours of service during the term of the Contract, PROTECTION OF PROPERTY, The Successful Contractor will at all times guard against damage to or loss of property belonging to the City of Miami Beach. lt is the responsibility of the Successful Contractor to replace or repair any property lost or damaged by any of its employees. The City of Miami Beach may withhold payment or make such deductions as it might deem necessary to ensure reimbursement for loss or damage to property through negligence of the Successful Contractor, its employees or agents. PERFORMANCE BOND. The vendor to whom a contingent award is made shall duly execute and deliver to the City a Performance and Payment Bond in an amount that represents 100% of the vendor's offer price. The Performance and Payment Bond Form supplied by the City shall be the only acceptable form for these bonds. No other form will be accepted, The completed form shall be delivered to the City within 15 calendar days after formal notice of award. lf the vendor fails to deliver the payment and performance bond within this specified time, including granted extensions, the City shall declare the vendor in default of the contractual terms and conditions, and the vendor shall surrender its offer guaranty/bid bond, and the City shall not accept any offer from that vendor for a twelve (12) month period following such default. The following specifications shall apply to any bond provided: All bonds shall be written through surety insurers authorized to do business in the State of Florida as surety, with the following qualifications as to management and financial strength according to the latest edition of Best's lnsurance Guide, published by A.M, Best Company, Oldwick, New Jersey: Bond Amount Best Rating 500,001 to 1,500,000 B V 1,500,001 to 2,500,000 A 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 RFP 20r 5-0r 3-YG Poge 39 627 On contract amounts of $500,000 or less, the bond provisions of Section 287,0935, Florida Statutes (2007) shall be in effect and surety companies not otherwise qualifying with this paragraph may optionally qualify by: 1. The surety company is licensed to do business in the State of Florida; 2. The surety company holds a certificate of authority authorizing it to write surety bonds in this state; Providing evidence that the surety has twice the minimum surplus and capital required by the Florida lnsurance Code at the time the solicitation is issued; Certifying that the surety is otherwise in compliance with the Florida lnsurance 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. Surety insurers shall be listed in the latest Circular 570 of the U.S. Department of the Treasury entitled "surety Companies Acceptable on Federal Bonds", published annually. The bond amount shall not exceed the underwriting limitations as shown in this circular. For contracts in excess of 500,000 the provisions of Section B will be adhered to plus the company must have been listed for at least three consecutive years, or holding a valid Certificate of Authority of at least 1.5 million dollars and on the Treasury List. Surety Bonds guaranteed through U.S. Government Small Business Administration or Contractors Training and Development lnc. will also be acceptable. ln lieu of a bond, an irrevocable letter of credit or a cash bond in the form of a certified cashier's check made out to the City of Miami Beach will be acceptable. All interest will accrue to the City of Miami Beach during the life of this contract and/or as long as the funds are being held by the City, The attorney-in-fact or other officer who signs a contract bond for a surety company must file with such bond a certified copy of power of attorney authorizing the officer to do so. The contract bond must be counter signed by the surety's resident Florida agent. RFP 20r 5-0r 3-YG Poge 40 628 APPEN DIX E g ffi$AMIMffiACN Cost Proposol Form 2015-0 l3-YG SECU RITY OFFICER SERVICES PROCUREMENT DIVISION 1700 Convention Center Drive Miomi Beoch. Florido 33139 RFP 20r 5-0r 3-YG Poge 41 629 APPENDIX E PROPOSAL TENDER FORM Bidder affirms that the prices stated on the proposal price form below represents the entire cost of the items in full accordance with the requirements of this RFP, incluslve of its terms, conditions, specifications and other requirements stated herein, and that no claim will be made on account of any increase in wage scales, material prices, delivery delays, taxes, insurance, cost indexes or any other unless a cost escalation provision is allowed herein and has been exercised by the City Manager in advance. 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 shall be initialed. DESCRIPTION ESTIMATED QUANTITIES PROPOSED HOURLY RATE (B) TOTAL COST PER LEVEL (c) 1 Securitv Officer Level I 30,000 $f $$ 2 Security Officer Level ll 30,000 $$ 3 Security Officer Level lll 8,700 $$ 4 Security Officer Level lV 12,500 $$ 5 Security Officer Level V 21,500 $$ 6 Security Officer Level Vl 2,000 $$ 7 Vehicle - Monthly 2 $$ 8 Vehicle - Daily 15 $$ I Bicycle - Monthly 8 $$ 10 Bicycle - Daily 30 $$ 11 Golf Caft - Monthly 4 lil $$ 12 Golf Cart Daily 15 $$ $ Securitv Officer Level I 1,000 $$ Security Officer Level ll 1,000 $$ Security Officer Level lll 250 $$ Security Officer Level lV 500 E+i,:1. ;,$ffi:,1,$ Security Ofiicer Level V 800 $ W1tl., i!.1=$ Security Officer Level Vl 100 r;T"i$.\$$ Vehicle - Daily 2 $$ Bicycle - Daily 4 $$ Golf Cart Daily 2 'ii;.r.'7rt:. $$ $ RFP 20r 5-0r 3-YG Poge 42 630 APPENDIX E PROPOSAL TENDER FORM (coNTINUED) . The Total Cost shall be utilized to allocate Cost Points in the Evaluation of Proposals. Company: Authorized Representative: Authorized Representative's Signature: RFP 2015-013-YG Poge 43 631 APPENDIX F w$&&e}ffiffi&ffih$ I nsuro nce Requirements 2015-0 l3-YG SECURITY OFFICER SERVICES PROCUREMENT DIVISION,l700 Convention Center Drive Miomi Beoch, Florido 33,l39 RFP 20r 5-0r 3-YG Poge 44 632 tn M*S,ffi$Wffi&ffih{ INSURANCE REQUIREMENTS PROFESSIONAL SERVICES The provider shallfurnish to the Human Resources Department, Risk Management Division, Gity 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 Beach must be shown as an additional insured with respect to this coverage. C. Automobile Liability lnsurance covering all owned, non-owned and hired vehicles used in connection with the work, in an amount not less than $1,010,000 combined single limit per occurrence for bodily injury and property damage. D. professional Liability Insurance in an amount not less than $1,000,000 with the deductible per claim, if any, not to exceed 10% of the limit of liability. The insurance coverage required above must include a waiver of subrogation in favor of the City' The insurance coverage reiulreU shall include those classifications, as listed in standard liability insurance -manuals, which most nearly reflect the operations of the provider. All insurance policies required above shall be issued by companies authorized to do business under the laws of the state of Florida, with the following qualifications: The company must be rated no less than "B+" as to management, and no less than "Class Vll" as to financial strengih, Uy tne latest edition of Best's lnsurance Guide, published by A.M. Best Company, Oldwick, New- Jersey, or its equivalent, subject to 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 MIAMI BEACH 17()O 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 ihis section or under any other section of this agreement' RFP 2015-013-YG Poge 45 633 RESOLUTION TO BE SUBMITTED 634 THIS PAGE INTENTIONALLY LEFT BLANK 635