Loading...
R25-262 RESOLUTION NO. R25-262 1 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF BOYNTON 2 BEACH, FLORIDA, APPROVING A PIGGYBACK AGREEMENT BETWEEN 3 THE CITY AND WATERFIELD FLORIDA STAFFING LLC D/B/A ACTION 4 LABOR MANAGEMENT FOR SCHOOL CROSSING GUARD SERVICES IN 5 AN AMOUNT NOT TO EXCEED $450,000 PER YEAR; AND FOR ALL 6 OTHER PURPOSES. 7 8 9 WHEREAS, on June 8, 2021, the City of Boca Raton issued an Invitation to Bid ("ITB") No. 10 2021-014 to solicit responses from qualified contractors for School Crossing Guard Services, for 11 which they received a total of three (3) responses; and 12 WHEREAS, the City of Boca Raton found Waterfield Florida Staffing, LLC dba Action Labor 13 Management ("Vendor") to be a responsive, responsible bidder and awarded it a one (1) year 14 contract commencing August 1, 2021, through July 31, 2022, with the option to automatically 15 renew for four (4), one-year renewal periods through July 31, 2026, (ITB) No. 2021-014, ("Master 16 Agreement"); and 17 WHEREAS, on August 17, 2021, the City Commission approved utilizing the City of Boca 18 Raton, Florida, ITB No. 2021-014 and the issuance of a Purchase Order; and 19 WHEREAS, the City's Purchasing Policy Section X — Alternatives to Formal Sealed Bids, 20 provides authority for the City to acquire or contract for services without utilizing a sealed 21 competitive method or the written quotations method where the desired services are the subject 22 of an agreement that utilizes another government entity's contract, provided that the contract 23 was awarded based strictly on competitive bidding; and 24 WHEREAS, to provide continuity of the school crossing guard program, enhancing safety 25 for school children crossing roadways in the City of Boynton Beach, the City's Police Department 26 desires to enter into a Piggyback Agreement with the Vendor for the City's School Crossing Guard 27 Program Services; and 28 WHEREAS, the Vendor has agreed to allow the City to piggyback the Master Agreement; 29 and 30 WHEREAS, the City Commission, upon the recommendation of staff, has deemed it in the 31 best interests of the City's citizens and residents to approve a Piggyback Agreement between the RESOLUTION NO. R25-262 32 City and Waterfield Florida Staffing LLC d/b/a Action Labor Management for School Crossing 33 Guard Services in an amount not to exceed $450,000 per year. 34 35 NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF BOYNTON 36 BEACH, FLORIDA, THAT: 37 SECTION 1. The foregoing "Whereas" clauses are hereby ratified and confirmed as 38 being true and correct and are hereby made a specific part of this Resolution upon adoption. 39 SECTION 2. The City Commission of the City of Boynton Beach, Florida, does hereby 40 approve a Piggyback Agreement between the City and Waterfield Florida Staffing LLC d/b/a 41 Action Labor Management for School Crossing Guard Services in an amount not to exceed 42 $450,000 per year (the "Agreement"), in form and substance similar to that attached as Exhibit A. 43 SECTION 3. The City Commission of the City of Boynton Beach, Florida, hereby 44 authorizes the Mayor to execute the Agreement. The Mayor is further authorized to execute any 45 ancillary documents required under the Agreement or necessary to accomplish the purposes of 46 the Agreement, including any term extensions as provided in the Agreement, provided such 47 documents do not modify the financial terms or material terms. 48 SECTION 4. The City Clerk shall retain the fully executed Agreement as a public record 49 of the City. A copy of the fully executed Agreement shall be provided to Andrew Rozwadowski to 50 forward to the Vendor. 51 SECTION 5. This Resolution shall take effect in accordance with the law. 52 [SIGNATURES ON THE FOLLOWING PAGE) 53 RESOLUTION NO. R25-262 54 PASSED AND ADOPTED this I-11day of o, Qr'1\ r 2025. `T 55 CITY OF BOYNTON BEACH, FLORIDA 56 YES /NO 57 Mayor- Rebecca Shelton ✓ 58 59 Vice Mayor-Woodrow L. Hay1. 60 61 Commissioner-Angela Cruz 62 63 Commissioner-Thomas Turkin AurrttS 64 65 Commissioner-Aimee Kelley 66 67 VOTE 6 AT 6 Q & 71 Mayleh sus, MPOMC Rebecca_ Shelton 72 City Cler —- Mayor ,OYNr`N., 73 . O .•••....�0� N i ; oRPOR 14 74 f`�: ° qle:•v I APPROVED AS TO FORM: 75 (Corporate Seal) f �'; SEAL 76 ;INCORppRATEp� i 77 ... 1920 Aina •. .• 78 1 �►,\`ZORIDP Shawna G. Lamb 79 ``% „ .0.0- City Attorney PIGGYBACK AGREEMENT BETWEEN THE CITY OF BOYNTON BEACH AND WATERFIELD FLORIDA STAFFING, LLC D/B/A ACTION LABOR MANAGEMENT Kr This Piggyback Agreement is made as of this /6 day ofl pi-Crii>./, 2025, by and between Waterfield Staffing, LLC d/b/a Action Labor Management,ta Florida Profit Corporation authorized to transact business in the State of Florida with a principal address of 6555 N.Powerline Road, Suite#306, Fort Lauderdale, FL 33309, hereinafter referred to as "Vendor," and the City of Boynton Beach, a municipal corporation organized and existing under the laws of Florida, with a business address of 100 East Ocean Avenue, Boynton Beach, Florida 33435, hereinafter referred to as "City." RECITALS WHEREAS, on June 8, 2021, the City of Boca Raton issued an "Invitation to Bid" (ITB) No. 2021-014 to solicit responses from qualified contractors for School Crossing Guard Services, for which they received a total of three (3) responses; and WHEREAS, the City of Boca Raton found Waterfield Florida Staffing, LLC dba Action Labor Management ("Vendor") to be a responsive, responsible bidder and awarded it a one (1) year contract from August 1, 2021, through July 31, 2025, with the option to automatically renew for four (4), one-year renewal periods through July 31, 2026, (ITB) No. 2021-014, ("Master Agreement"); and WHEREAS,on August 17,2021,the City Commission approved utilizing the City of Boca Raton, Florida Bid No. 2021-014 and the issuance of a Purchase Order; and WHEREAS,the City's Purchasing Policy Section X—Alternatives to Formal Sealed Bids, provides authority for the City to acquire or contract for services without utilizing a sealed competitive method or the written quotations methods where the desired services are the subject of an agreement that utilizes another government entity's contract, provided that the contract was awarded based strictly on competitive bidding; and WHEREAS,to provide continuity of the school crossing guard program, enhancing safety for school children crossing roadways in the City of Boynton Beach, the City's Police Department desires to enter into a Piggyback Agreement with the Vendor for the City's School Crossing Guard Program Services; and WHEREAS,the Vendor has agreed to allow the City to piggyback the Master Agreement, a copy of the Master Agreement, and all Amendments to the Master Agreement are attached as Exhibit "A." Piggyback Contract—School Crossing Guard Services NOW, THEREFORE, in consideration of the mutual covenants contained herein, and for other valuable consideration received, the receipt and sufficiency of which are hereby acknowledged, the parties agree as follows: AGREEMENT 1. The foregoing recitals are true and correct and are hereby incorporated in this Agreement. 2. TERM: The term of this Agreement retroactively commences on August 1, 2025, regardless of the later date of full execution by the parties and will remain in effect until July 31, 2026. The Mayor is authorized to execute any renewal or extension amendments. The initial term and any subsequent renewals of this Agreement are subject to the renewal or extension of the Master Agreement. If the Master Agreement expires or is terminated during the Tenn, this Agreement shall terminate no later than six months after such expiration or termination of the Master Agreement. 3. CONTRACT TERMS: The Vendor shall complete the Services on the same terms and in the same manner as set forth in the Master Agreement,except as otherwise provided herein. All recitals, representations, and warranties of Vendor made by Vendor in the Master Agreement are restated as if set forth fully herein, made for the benefit of the City, and incorporated herein, except that all references to the "City of Boca Raton" are hereby replaced with the "City of Boynton Beach." The City shall compensate the Vendor for all Services ordered pursuant to the Vendor's price rates attached hereto as Exhibit B, in an amount not to exceed Four Hundred Fifty Thousand Dollars ($450,000.00)per year. 4. NOTICES: All Notices to the City shall be in writing by certified mail return receipt requested, or customarily used overnight transmission with proof of delivery, sent to: City: Daniel Dugger, City Manager City of Boynton Beach P.O. Box 310 Boynton Beach, Florida 33425 Telephone: (561) 742-6010 /Facsimile: (561) 742-6090 Copy: Shawna G. Lamb, City Attorney City of Boynton Beach P.O. Box 310 Boynton Beach, Florida 33425 Telephone: (561) 742-6010/Facsimile: (561) 742-6090 Vendor: Waterfield Florida Staffing, LLC dba Action Labor Management, LLC Contact Name: Sharron Cook 6555 N. Powerline Road, Suite#306 Fort Lauderdale, FL 33309 Telephone: (954) 776-3444 /Email: scook@actionlabor.com Piggyback Contract—School Crossing Guard Services 2 5. INVOICES AND PAYMENT: Invoices must identify the PO number and should be mailed to: Boynton Beach Finance Department Attn: Accounts Payable P.O. Box 310 Boynton Beach, FL 33425 Invoices shall show the nature of the service and dates(s) of service. Invoices based on hourly rates shall show the actual hours worked, person performing services, nature of the service,hourly rate, and dates(s)of service. Invoices may be submitted no more frequently than monthly. However, all services rendered prior to September 30th of any given year are required to be invoiced by September 30th of that year. Vendor shall provide W-9 with first invoice. The fee shall be paid based on receipt of a proper invoice in accordance with the invoice schedule indicated above. Payment will be made within 45 days of receipt of a proper invoice in accordance with the Local Government Prompt Payment Act, Section 218.70, et al., Florida Statutes. No payment made under this Agreement shall be conclusive evidence of the performance of this Agreement by Vendor, either wholly or in part, and no payment shall be construed to be an acceptance of or to relieve Vendor of liability for the defective, faulty, or incomplete rendition of the Services. 6. TAX EXEMPT: Prices applicable to City do not include applicable state and local sales, use, and related taxes. The City is exempt from state and local sales and use taxes and shall not be invoiced for the same. Upon request, City will provide Vendor with proof of tax- exempt status. 7. SOVEREIGN IMMUNITY: Nothing contained in this Agreement nor contained herein shall be considered nor construed to waive City's rights and immunities under the common law or section 768.28, Florida Statutes, as may be amended. 8. ATTORNEY'S FEES: In the event that either Party brings suit for enforcement of the Agreement, each Party shall bear its own attorney's fees and court costs. 9. PUBLIC RECORDS: Sealed documents received by the City in response to an invitation are exempt from public records disclosure until thirty (30) days after the opening of the Bid unless the City announces intent to award sooner, in accordance with Florida Statutes 119.07. The City is a public agency subject to Chapter 119, Florida Statutes. The Vendor shall comply with Florida's Public Records Law. Specifically, the Vendor shall: A. Keep and maintain public records required by the City to perform the service; B. Upon request from the City's custodian of public records, provide the City with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in chapter 119, Fla. Stat. or as otherwise provided by law; Piggyback Contract—School Crossing Guard Services 3 C. Ensure that public records that are exempt or that are confidential and exempt from public record disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and, following completion of the contract, Vendor shall destroy all copies of such confidential and exempt records remaining in its possession once the Vendor transfers the records in its possession to the City; and D. Upon completion of the contract, Vendor shall transfer to the City, at no cost to the City, all public records in Vendor's possession All records stored electronically by Vendor must be provided to the City,upon request from the City's custodian of public records, in a format that is compatible with the information technology systems of the City. E. IF THE VENDOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE VENDOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS: CITY CLERK OFFICE 100 E. OCEAN AVENUE BOYNTON BEACH, FLORIDA, 33435 561-742-6060 CitvClerk aabbfl.us 10. SCRUTINIZED COMPANIES - 287.135 AND 215.473: By execution of this Agreement, Vendor certifies that Vendor is not participating in a boycott of Israel. The Vendor further certifies that Vendor is not on the Scrutinized Companies that Boycott Israel list, not on the Scrutinized Companies with Activities in Sudan List, and not on the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or has Vendor been engaged in business operations in Syria. Subject to limited exceptions provided in state law, the City will not contract for the provision of goods or services with any scrutinized company referred to above. Submitting a false certification shall be deemed a material breach of contract. The City shall provide notice, in writing, to the Vendor of the City's determination concerning the false certification. The Vendor shall have five (5) days from receipt of notice to refute the false certification allegation. If such false certification is discovered during the active contract term, the Vendor shall have ninety (90) days following receipt of the notice to respond in writing and demonstrate that the determination of false certification was made in error. If the Vendor does not demonstrate that the City's determination of false certification was made in error, then the City shall have the right to terminate the contract and seek civil remedies pursuant to Section 287.135, Florida Statutes, as amended from time to time. 11. E-VERIFY: VENDOR shall comply with Section 448.095, Fla. Stat., "Employment Eligibility," including the registration and use of the E-Verify system to verify the work authorization status of employees. Failure to comply with Section 448.095, Fla. Stat. shall result in termination of this Agreement. Any challenge to termination under this provision must be filed in the Circuit Court no later than 20 calendar days after the date of Piggyback Contract—School Crossing Guard Services 4 termination. If this Agreement is terminated for a violation of the statute by Vendor, Vendor may not be awarded a public contract for a period of one (1)year after the date of termination. 12. DISPUTES: Any disputes that arise between the parties with respect to the performance of this Agreement,which cannot be resolved through negotiations, shall be submitted to a court of competent jurisdiction in Palm Beach County, Florida. This Agreement shall be construed under Florida Law. 13. EXECUTION OF THE AGREEMENT: This Agreement will take effect once signed by both parties. This Agreement may be signed by the parties in counterparts, which together shall constitute one and the same agreement among the parties. A facsimile signature shall constitute an original signature for all purposes. Each person signing this Agreement on behalf of either Party individually warrants that he or she has full legal power to execute the Addendum on behalf of the Party for whom he or she is signing and to bind and obligate such Party with respect to all provisions contained in this Agreement 14. TERMINATION FOR CONVENIENCE: This Agreement may be terminated by the City for convenience upon fourteen(14)calendar days of written notice by the terminating party to the other party for such termination in which event the Vendor shall be paid its compensation for services performed to the termination date,including services reasonably related to termination. In the event that the Vendor abandons the Agreement or causes it to be terminated, the Vendor shall indemnify the City against loss pertaining to this termination. 15. TERMINATION FOR CAUSE: In addition to all other remedies available to City, this Agreement shall be subject to cancellation by City for cause, should Vendor neglect or fail to perform or observe any of the terms, provisions, conditions, or requirements herein contained,if such neglect or failure shall continue for a period of thirty(30) calendar days' after receipt by Vendor of written notice of such neglect or failure. 16. INDEMNIFICATION: Vendor shall indemnify and hold harmless the City, its elected and appointed officers, agents, assigns and employees, consultants, separate Vendors, any of their subcontractors,or sub-subcontractors,from and against claims,demands,or causes of action whatsoever, and the resulting losses, damages, costs, and expenses,including but not limited to attorneys' fees, including paralegal expenses, liabilities, damages, orders, judgments, or decrees, sustained by the City arising out of or resulting from (A) Vendor's performance or breach of Agreement, (B) acts or omissions, negligence, recklessness, or intentional wrongful conduct by Vendor's, its agents, employees, subcontractors, participants, and volunteers, and (C) Vendor's failure to take out and maintain insurance as required under this Agreement. Vendor 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 attorneys' fees which may issue thereon. The obligations of this section shall survive indefinitely regardless of termination of the Agreement. 17. INSURANCE: At the time of execution of this Agreement,Vendor shall provide the City with a copy of its Certificate of Insurance reflecting the insurance coverage required by the Master Agreement. The Certificate of Insurance shall name the City of Boynton Beach, Piggyback Contract—School Crossing Guard Services 5 and its officers, employees and agents as an additional insured. 18.LIMITATION OF LIABILITY: Notwithstanding any provision of the Agreement to which it is applicable, City shall not be liable or responsible to Vendor beyond the amount remaining due to Vendor under the Agreement,regardless of whether said liability be based in tort, contract, indemnity or otherwise; and in no event shall City be liable to Vendor for punitive or exemplary damages or for lost profits or consequential damages. 19. NO SPECIAL DAMAGES. In no event shall either Party be liable to the other for any special damages, speculative damages, indirect, special, incidental, consequential, loss of profits, or other damages or losses of any kind whatsoever, no matter what the cause. 20. INDEPENDENT CONTRACTOR: The Agreement does not create an employee/employer relationship between the Parties. It is the intent of the Parties that Vendor is an independent contractor pursuant to the Agreement and shall not be considered the City's employee for any purpose. 21. COMPLIANCE WITH LAWS: Vendor hereby warrants and agrees that at all times material to the Agreement, Vendor shall perform its obligations in compliance with all applicable federal, state, and local laws, rules, and regulations, including section 501.171, Florida Statutes.Non-compliance may constitute a material breach of the Agreement. 22.ASSIGNMENT: In the event this Agreement and any interests granted herein shall be assigned, transferred, or otherwise encumbered, under any circumstances by Vendor, Vendor must gain prior written consent from City thirty (30) business days before such transfer. For purposes of this Agreement, any change of ownership of Company shall constitute an assignment that requires City's approval. Notwithstanding the foregoing, Vendor may,without City's consent, assign this Agreement in whole or in part as part of a corporate reorganization, consolidation, merger, or sale of substantially all of its assets related to this Agreement. Vendor shall provide City written notice of any such corporate reorganization, consolidation,merger,or sale of substantially all of its assets related to this Agreement within thirty(30)calendar days of such event. 23.AGREEMENT SUBJECT TO FUNDING: The Agreement shall remain in full force and effect only as long as the expenditures provided for in the Agreement have been appropriated by the City Commission of the City of Boynton Beach in the annual budget for each fiscal year of this Agreement and is subject to termination based on lack of funding. Early termination by City due to loss of funding shall not obligate Vendor to refund any prepaid fees. 24. ENTIRE AGREEMENT.The Agreement,including the Master Agreement,sets forth the entire Agreement between the City and the Vendor with respect to the subject matter of this Agreement. This Agreement supersedes all prior and contemporaneous negotiations, understandings, and agreements,written or oral,between the parties. This Agreement may not be modified except by the parties' mutual agreement set forth in writing and signed by the parties. 25. SEVERABILITY.If any provision of this Agreement or application thereof to any person or situation shall, to any extent, be held invalid or unenforceable, the remainder of this Piggyback Contract—School Crossing Guard Services 6 Agreement, and the application of such provisions to persons or situations other than those as to which it shall have been held invalid or unenforceable, shall not be affected thereby, and shall continue in full force and effect, and be enforced to the fullest extent permitted by law. 26.ANTI-HUMAN TRAFFICKING. On or before the Effective Date of this Agreement, Vendor shall provide City with an affidavit attesting that the Vendor does not use coercion for labor or services, in accordance with Section 787.06(13), Florida Statutes. Signature Page to follow Piggyback Contract—School Crossing Guard Services 7 IN WITNESS OF THE FOREGOING, the parties have set their hands and sealed the day and year first written above. CITY OF BOYNTON BEACH, FLORIDA WATERFIELD FLORIDA STAFFING, LLC dba ACTION LABOR MANAGEMENT, LLC Rebecca Shelton. Mayor (Signature) Waterfield Florida Staffing, LLC, dba Action Labor Management, LLC Paul Chase Print Name of Authorized Official Approved as to Form: CEO Title Jaethia X-r)4 Shawna G. Lamb. City Attorney (Corporate Seal) Attest/Authenticated: Att . 4/Authenticated: tr. (Signature), Witness I t •71,11,-"Q_Y 4,4 -(----6F-„goloPf MayleepeJlus, City Clerk Print Name -'�pYNTo4IN G RPORil..�F 11 • •O .90 t • SEAL ; .. INCORPORATED; i 1920 ;: s ,,4 . FLORO1/4 Piggyback Comract School Crossing Guard Services 8 EXHIBIT "A" MASTER AGREEMENT BETWEEN THE CITY OF BOCA RATON AND WATERFIELD FLORIDA STAFFING,LLC,DBA ACTION LABOR MANAGEMENT, LLC Piggyback Contract—School Crossing Guard Services 9 City of Boca Raton School Crossing Guard Services Bid No. 2021-014 SECTION I: GENERAL TERMS AND CONDITIONS These instructions are standard for all contracts for commodities or services issued through the City of Boca Raton Purchasing Division (hereafter referred to as "City"). The City may delete, supersede, or modify any of these standard instructions for a particular contract by indicating such change in any document related to the Invitation to Bid (ITB). PART I INSTRUCTIONS TO BIDDERS: 1.01 STATEMENT OF PRECEDENCE OF GENERAL TERMS AND CONDITIONS: Any and all Special Conditions contained in this ITB that may be in conflict with these General Terms and Conditions shall have precedence over these General Terms and Conditions. If no changes or deletions to General Terms and Conditions are made in the Special Conditions, then the General Terms and Conditions shall prevail in their entirety. 1.02 GENERAL INFORMATION: These documents constitute the complete set of specification requirements and Bid forms. The Bid submittal, including all Bid sheets and attachments, must be filled in completely, executed and submitted. Bid Tabulations and Award Recommendations will be posted on the Purchasing Division Website at httos://www.mboca.us/253/Tabulations-Award-Recommendations. 1.03 BIDDER NOTIFICATION: Notice of the ITB's will be emailed first to Bidders who have fully registered on the City's online registration system. The City maintains automated vendor e-mail lists for each specific Commodity Code for sending the ITB. Unregistered Bidders may request a notice of a particular Bid, which will be faxed or emailed within a reasonable time frame, for that Bid only. Neither the faxing or emailing of one ITB notice to vendor, or a Bid in return, will register a vendor on the City's registration system. Bidders may register on the City's website by visiting httos://www.mvboca.us/244/Suoolier-Reaistration 1.04 SUBMISSION, RECEIPT,AND OPENING OF BIDS: No Bid shall be considered unless received prior to the Bid opening date and time. No Bidder shall submit more than one Bid response to the ITB. Multiple Bid responses from same Bidder shall be cause for City to reject all Bids from that Bidder. Bidders are encouraged to submit their Bid document via electronic submission when permitted. Bidder's submitting a hard copy Bid in person or by mail should use the proposal forms provided by the City. Failure to use the City ITB forms may cause the Bid to be rejected. No Bid shall be accepted by facsimile, and therefore. any Bid submittals sent via facsimile shall be reiected by the City. For hardcopy Bid submittals, the following applies: (1) Bid shall be submitted directly to the Purchasing Office at 201 W. Palmetto Park Road, Boca Raton,FL,33432 in a sealed opaque envelope; (2)Any erasures or corrections on the ITB forms must be made in ink and initialed by Bidder; (3) All information submitted by the Bidder in the Bid document shall be printed, typewritten or handwritten in ink; (4) Bids shall be signed in ink; (5) When a particular ITB requires multiple copies of Bids, all must be included in a single envelope or package properly sealed and identified with the Bid number and name of Bidder on outside of the package. Bids will be publicly opened in the Purchasing Office, City Hall, 201 W. Palmetto Park Road, Boca Raton, FL or other designated area. Bids will be opened, tabulated and made available for review by Bidders and the public in accordance with applicable regulations. 1.05 ADDENDUMS: The issuance of an addendum(s)is the only official method whereby interpretation, clarification, changes or additional information may be provided by the City. It shall be the responsibility of each Bidder, during and prior to Bid submittal to visit the City of Boca Raton Purchasing Division Bidding Opportunities link at httas://braurch.ionwave.net/CurrentSourcinaEvents.asox or contact the Purchasing Division at 561-393-7871 to determine if addendums were issued to any particular ITB and to obtain such addendums from the Purchasing Division Online bidding website. The City will make every effort to notify registered Bidders by email that an addendum has been made to the Bid. The City shall not be responsible for providing notice of addenda to potential Bidders who receive a Bid package from other sources. Bidders requesting addendums to be sent via U.S. mail or a mail service will be at Bidders' cost and the risk of misdelivery shall be Bidder's. 1.06 NO BIDS: If you do not intend to Bid, please indicate the reason and return a no-bid response to the City. Failure to Bid or return no Bid comments, prior to the Bid due date, may result in your firm being deleted from the City's Bidder registration system. Page 1 City of Boca Raton School Crossing Guard Services Bid No. 2021-014 Part II DEFINITIONS: 2.01 BIDDING DEFINITIONS The City will use the following definitions in its General Terms and Conditions, Special Conditions, technical specifications, instructions to bidders, addenda, and any other document used in the bidding process: AWARD—The written notice from the Purchasing Manager of the acceptance of a Bid or proposal deemed by the proper authority of the City to be in the best interests of the City. BID—a price and terms quote received in response to an ITB. BIDDER/SUPPLIER — Person or firm submitting a Bid. BUSINESS DAYS- Monday through Friday, excluding National Holidays CALENDAR DAYS— Monday through Sunday, including National Holidays CONTRACT — Any agreement, regardless of style or form, for the procurement of commodities, services, or construction. CONTRACTOR — Successful Bidder or Proposer who is awarded a Purchase Order, award Contract, Blanket Purchase Order agreement, or Term Contract to provide goods or services to the City. DAYS—Calendar Day, Monday through Sunday, including National Holidays INVITATION TO BID (ITB)—All documents, whether attached or incorporated by reference, utilized for soliciting sealed Bids. MAY—Denotes the permissive. RESPONSIBLE BIDDER or Offeror—A person who has the capability in all respects to perform fully the contract requirements, and the tenacity, perseverance, experience, integrity, reliability, capacity, facilities, equipment, and credit which will assure good faith performance. RESPONSIVE BIDDER — A person who has submitted a Bid that conforms in all material respects to the requirements set for in the ITB, or solicitation. SHALL—Denotes the imperative. SUCCESSFUL BIDDER - The best, qualified, Responsible, and Responsive Bidder to whom the City makes an award. PART III BIDDING AND AWARD PROCEDURES: 3.01 BIDS FIRM FOR ACCEPTANCE: Bidder warrants, by virtue of bidding, that the Bid and the prices quoted in the Bid will remain valid for acceptance by the City for a period of ninety(90)days from the date of Bid opening. 3.02 AWARD AND REJECTION OF BIDS: The City will award to the low Responsive Responsible Bidder whose product or service meets the terms, conditions, and specifications of the ITB as deemed in the City's best interest. The City reserves the right to: (1) accept or reject any or all Bids, part of Bids, and to waive minor irregularities or variations to specifications contained in Bids, and minor irregularities in the bidding process, and at its discretion, request a re-bid; (2)award the contract in accordance with the Special Conditions. In determining the responsiveness of the offer and the responsibility of the Bidder,the following may be considered when applicable: (1) the ability, capacity and skill of the Bidder to perform as required; (2) whether the Bidder can perform promptly, or within the time specified, without delay or interference; (3) the character, integrity, reputation,judgment, experience and efficiency of the Bidder; (4)the quality of past performance by the Bidder; (5)the previous and existing compliance by the Bidder with related laws and ordinances; (6)the sufficiency of the Bidder's financial resources; (7)the availability, quality and adaptability of the Bidder's supplies or services to the required use; and (8)the ability of the Bidder to provide future maintenance, service or parts. The City reserves the right to inspect all facilities of Bidders in order to make a determination as to the foregoing. Failure of Bidder to comply with the conditions set forth in the ITB may result in the Bid being considered non- responsive by the City. 3.03 PRICES QUOTED: Bidder shall deduct trade discounts, and quote firm net prices. If required, the Bidder shall give both unit price and extended total. In the case of a discrepancy in computing the amount of the Bid, the unit price quoted will govern. All prices quoted shall be F.O.B. destination, freight prepaid (Bidder pays and bears freight charges, Bidder owns goods in transit and files any claims), unless otherwise stated in Special Conditions. Each item must be Bid separately. No attempt shall be made by the Bidder to tie any item or items contained in the ITB with any other business with the City. Page 2 City of Boca Raton School Crossing Guard Services Bid No. 2021-014 3.04 MISTAKES: Bidders are cautioned to examine all documents pertaining to the ITB. In the event of extension error(s), the unit price will prevail and the Bidder's total offer will be corrected accordingly. In the event of addition errors, the extended totals will prevail and the Bidder's total will be corrected accordingly. 3.05 TAXES: The City of Boca Raton is exempt from Federal and State taxes on direct purchase of tangible property. The Purchasing Office will supply the successful bidder with an exemption certificate or it may be obtained from the City's website at https://www.mvboca.us/239/Supplier-Information-Help. Vendors or Contractors doing business with the City of Boca Raton shall not be exempted from paying sales tax to their suppliers for materials to fulfill contractual obligations with the City, nor shall any Vendor/Contractor be authorized to use the City's Tax Exemption Number in securing such materials. 3.06 BUSINESS TAX RECEIPT: Bidder shall comply with Business Tax Receipt requirements for their business location. A copy of the business tax receipt or proof of exemption shall be submitted prior to awarding the Bid. 3.07 CONTRACTOR LICENSE: The Bidder Name identified on the Signature of Bidder form shall be fully licensed, to the extend required by Florida or Federal law, at time of Bid opening for type of work to be performed in order for their Bid to be considered. County or locally licensed contractors must be registered with the State of Florida DBPR Construction Industry Licensing Board at time of Bid opening. Copies of all applicable certificates, registrations and licenses must be submitted with the Bid and must be in the name of the Bidder shown on the Signature of Bidder Form. Should the Bidder not be fully licensed/certified, the Bid shall be rejected. 3.08 WARRANTIES OF USAGE: Any quantities listed in the ITB as estimated or projected are provided for tabulation and information purposes only. No warranty or guarantee of quantities is given or implied. The City reserves the right to increase or decrease the total quantities as necessary to meet actual requirements. 3.09 ALTERNATIVES/APPROVED EQUAL/DEVIATIONS: Unless otherwise specified, the mention of the particular manufacturer's brand name or number in the specifications does not imply that particular product is the only one that will be considered for purchase. This reference is intended solely to designate the type or quality of merchandise that will be acceptable. An alternate will be considered, but shall be equal to or better in quality to what was specified and must include descriptive literature and/or specifications. It is the Bidder's responsibility to provide adequate information regarding an alternate to ensure that the Bid meets the required criteria. If adequate information is not submitted with the Bid, the Bid may be rejected. The determination as to whether any alternate is equal or better or is not equal shall be made solely by the City of Boca Raton and such determination shall be final and binding upon all Bidders. 3.10 MINIMUM AND MANDATORY SPECIFICATIONS: The Bid specifications may include items that are considered minimum or required. If any Bidder is unable to meet, or exceed these items, and is of the opinion that the specifications are overly restrictive, Bidder must notify the Purchasing Division immediately. Such notification must be received in writing by the Purchasing Office prior to the deadline contained in the Special Conditions, for questions of a material nature, or prior to seven (7) business days before Bid due date, whichever occurs first. If no such notification is received prior to that deadline, the City will consider the technical specifications to be acceptable to all Bidders and all objections are waived by the Bidder. 3.11 SAMPLES AND DEMONSTRATIONS: Samples or inspection of product may be requested by the City to determine suitability. Samples shall be requested after the date of Bid opening, and if requested,shall be provided by Bidder to the City within seven (7) business days of request. Samples, when requested, must be furnished free of expense to the City and if not used in testing or destroyed, and upon request of the Bidder, will be returned within thirty(30)days of Bid award at Bidder's expense. When required, the City may request full demonstrations of units prior to award. When such demonstrations are requested, the Bidder shall respond promptly and arrange a demonstration at a location selected by the City. Failure to provide samples or demonstrations as specified by the City may result in rejection of the Bid. 3.12 PUBLIC RECORDS: Bidders are advised that the Sunshine Law and Public Records Act(Chapters 286 and 119, Florida Statutes, respectively) are applicable to the City. Information and materials received by the City in connection with an ITB response, as provided by Florida law, are public records. 3.13 DRUG FREE WORKPLACE PROGRAMS: Preference shall be given to business with Drug-Free Work Place programs. Whenever two or more Bids which are equal with respect to price, quality, and service are received by the City for the procurement of commodities or contractual services, the Bidder that provided proof to the City that it has a written Drug Free Work Place program shall be given preference in the award process. Page 3 City of Boca Raton School Crossing Guard Services Bid No. 2021-014 3.14 LEGAL REQUIREMENTS: Bidder shall comply with applicable provisions of all federal, state, county laws, City of Boca Raton Code of Ordinances, rules and regulations and the City of Boca Raton Procurement Code. Lack of knowledge of any such provision, by any Bidder, shall not constitute a cognizable defense against the legal effect thereof. Pursuant to Chapter 2(Administration),Article VIII (Lobbyist Registration), Sections 2-351 through 2-357, Palm Beach County, Florida, Code of Ordinances, any person who acts as a lobbyist must register with Palm Beach County's Central Lobbyist Registration Site, prior to engaging in lobbying activities before City of Boca Raton staff, boards, committees and/or the City Council, or any member thereof. Lobbyist Registration Forms are available at: https://secure.co.palm-beach.fl.us/Irs/Main/Locin.asax?ReturnUrl=%2flrs%2f 3.15 PROCUREMENT CODE: A copy of the Procurement Code is available for your review at https://www.mvboca.us/239/Supplier-lnformation-Help. 3.16 PUBLIC ENTITY CRIMES: In accordance with the provisions of paragraph (2)(a) of Section 287.133, Florida Statues, 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 Bid on a contract to provide any goods or services to a public entity, may not submit a Bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit Bids 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 Section 287.017,for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list. 3.17 CODE OF ETHICS/CONE OF SILENCE: If any Bidder is found to be in violation of the Code of Ethics of the City of Boca Raton and/or the State of Florida with respect to this Bid,such Bidder may be disqualified from performing the work described in this Bid or from furnishing the goods or services for which the Bid is submitted and may be further disqualified from bidding on any future Bids for work or for goods or services for the City of Boca Raton. A copy of the City and State Ethics Codes is available at the office of the City Clerk, City of Boca Raton, 201 W. Palmetto Park Road, Boca Raton, Florida. Bidder shall comply with all Florida laws relating to conflicts of interest, including Section 112.313, Florida Statutes and shall under appropriate circumstances, submit Form 3A, Interest in Competitive Bid for Public Businesses. This form may be obtained from the City of Boca Raton website at: https://www.mvboca.us/230/Purchasing-Division The Palm Beach County Lobbyist Registration Ordinance (Sections 2-351 through 2-357 of the Palm Beach County Code of Ordinances) is applicable in the City of Boca Raton. Section 2-355 of the Palm Beach County Lobbyist Registration Ordinance includes a "Cone of Silence" provision that limits communication during the City's procurement process in regard to this Bid. You are required to comply with Section 2-355 of the Palm Beach County Lobbyist Registration Ordinance during this procurement process. The complete Palm Beach County Lobbyist Registration Ordinance, including Section 2-355, may be found on the Palm Beach County Ethics website at htto://www.oalmbeachcountvethics.com/odf/Lobbvist Reaistration Ordinance-2012.pdf. 3.18 NON-COLLUSION: Bidder certifies that this Bid is made without prior understanding, agreement, or connection with any corporation,firm or person submitting a Bid for the same materials, services, supplies, or equipment and is in all respects fair and without collusion or fraud. No premiums, rebates or gratuities permitted; either with, prior to or after any delivery of material or provision of services. Any violation thereof may result in contract cancellation, return of materials or discontinuation of services and may be removed from the vendor Bid list(s). 3.19 USE OF OTHER GOVERNMENTAL CONTRACTS: The City reserves the right to reject any part or all of any Bids received and utilize other available governmental contracts, as provided by law, if such action is in its best interest. PART IV INSURANCE 4.01 INSURANCE: The Contractor shall assume full responsibility and expense to obtain all necessary insurance as required by the City. The Contractor shall provide to the Purchasing Division original certificates of current coverage meeting all such requirements and specifications prior to engaging in any activities under this contract. The certificates must list the City as an ADDITIONAL INSURED and shall provide no less than thirty (30) days written notice to the City of cancellation or material change. Further modification of the insurance requirements may be made if circumstances change or adequate protection of the City is not presented. Page 4 City of Boca Raton School Crossing Guard Services Bid No. 2021-014 4.02 INDEMNITY/HOLD HARMLESS AGREEMENT: Contractor shall, in addition to any other obligation to defend, indemnify the City of Boca Raton Florida and to the fullest extent permitted by law, indemnify and hold harmless the City of Boca Raton, its officials, and employees, from and against all claims, actions, liabilities, losses (including economic losses), and costs arising out of any bodily injury, sickness, disease or death, or injury to or destruction of tangible property including the loss of use resulting therefrom, or any other damage or loss caused by any negligent act, error or omission, recklessness, or intentionally wrongful conduct of the Contractor, any subcontractor, or anyone directly or indirectly employed by any of them. The indemnification obligations hereunder shall not be limited by any limitation on the amount, type of damages, compensation or benefits payable by or for the Contractor or any subcontractor under any contract or agreement or under worker's compensation acts; disability benefit acts, other employee benefit acts or any statutory bar. Any cost of expenses, including attorneys fees, appellate, bankruptcy or defense counsel fees incurred by the City of Boca Raton to enforce this Indemnification clause shall be borne by the Contractor. The obligations contained in this Indemnification Clause shall continue indefinitely and survive the cancellation, termination, expiration, lapse or suspension of this agreement. This provision shall not be deemed to waive any of the rights or immunities accorded to the City by section 768.28, Florida Statutes, or any other applicable law. PART V PURCHASE ORDER AND CONTRACT TERMS: 5.01 METHOD OF ORDERING: Items shall be ordered via an individual purchase order. 5.02 DELIVERY: Time will be of the essence for any orders placed as a result of this ITB. The City reserves the right to cancel any orders, or part thereof, without obligation, if delivery is not made in accordance with the schedule specified in the ITB or as otherwise accepted by the City. Deliveries shall be made in accordance with City of Boca Raton security procedures. 5.03 ACCEPTANCE, CONDITION, AND PACKAGING: The material delivered in response to a Bid award shall remain the property of the Bidder until a physical inspection is made and the material accepted to the satisfaction of the City. The material must comply fully with the terms of the Bid, be of the required quality, new, and the latest model, unless specified in the Special Conditions. All containers shall be suitable for storage and shipment by common carrier, and all prices shall include standard commercial packaging. The City will not accept substitutes of any kind. Any substitutes or material not meeting specifications will be returned at the Bidder's expense. Payment will be made only after City receipt and satisfactory acceptance of materials or services. 5.04 COMPLIANCE TO SPECIFICATIONS, LATE DELIVERIES: Items offered may be tested for compliance to Bid specifications. Items delivered which do not conform to Bid specifications may be rejected and returned at Contractor's expense. Any violation resulting in contract termination for delivery of items not conforming to specifications, or late delivery may result in enforcement of all remedies in law or equity or as specified in the City's Procurement Code. 5.05 CHANGES I MODIFICATIONS: No negotiations, decisions, or actions shall be initiated or executed by the Contractor as a result of any discussions with any City employee that changes or modifies the requirements of the ITB and or Contract. Only those communications, which are in writing from an authorized representative of the City and the Contractor, in accordance with the City of Boca Raton Procurement Code and or purchasing operating procedures, may vary the terms of the written Bid or contract. 5.06 PAYMENT TERMS, CASH DISCOUNTS AND INVOICES: Payment terms, unless otherwise stated in this ITB, will be considered to be net 30 days after the date of satisfactory delivery at the place of acceptance and receipt of correct invoice at the office specified, whichever occurs last. Bidder may offer cash discounts for prompt payment but they will not be considered in determination of award. If a Bidder offers a discount, it is understood that the discount time will be computed from the date of satisfactory delivery at the place of acceptance, and receipt of a correct invoice at the office specified, whichever occurs last. Partial billing will not be accepted unless authorized specifically in the Special Conditions. Invoices must be submitted against each individual purchase order. Invoices without a correct and valid purchase order number may not be processed for payment. Page 5 City of Boca Raton School Crossing Guard Services Bid No. 2021-014 Request for payment for any and all invoice(s) that may arise as a result of a contract or purchase order issued pursuant to this Bid specification shall minimally meet the following conditions to be considered as a valid payment request: (a) Timely submission of a properly certifiable invoice(s), in strict accordance with the price(s) and delivery elements as stipulated in the contract or purchase order document, submitted to: invoicesamvboca.us or The City of Boca Raton, Financial Services Department City Hall, 201 W. Palmetto Rd, Boca Raton, FL 33432 PH: 561-393-7727 (b) All invoices submitted shall: consist of an original and one(1)copy; clearly reference the subject contract or purchase order number; provide a sufficient salient description to identify goods or service for which payment is requested; contain the date of delivery; contain an original or legible copy of signed delivery receipt including both manual and printed name of a designated City of Boca Raton employee or authorized agent who received the goods; and identify invoice as"partial"or "final". (c) The invoice shall contain the Bidder's Federal Employer Identification number and clearly reference the Contractor's Business name and address for payment. 5.07 SAFETY STANDARDS: Manufactured items,fabricated assemblies and on-site contractor services shall comply with all applicable federal, state and local requirements. For on-site contractor services, the City reserves the right to request documentation of contractor compliance with OSHA standards to include but not be limited to: required employee safety & health training, written safety and health programs, provision of required personal protective equipment(PPE),and/or provision and use of required atmospheric monitoring equipment. Hazardous chemicals must be accompanied by a Material Safety Data Sheet(MSDS),as required by the Occupational Safety and Health Act(OSHA)of 1970; as amended, and any other applicable federal, state and local regulations. 5.08 ASBESTOS STATEMENT: All material supplied must be 100% asbestos free. Bidder, by virtue of bidding, certifies that if awarded any portion of the ITB, Bidder will supply only material or equipment that is 100%asbestos free. 5.09 OTHER GOVERNMENTAL ENTITIES: When there is sufficient capacity or quantities available, awarded bidder may provide to other governmental agencies,so requesting,the products or services awarded in accordance with the terms and conditions of the ITB and resulting contract. Prices shall be F.O.B. Destination to the requesting agency. Each governmental entity allowed to use this contract shall do so independent of any other governmental entity. 5.10 INDEPENDENT CONTRACTOR: Contractor undertakes performance of the services as an independent contractor and shall be wholly responsible for the methods of performance. The Contractor,nor the sub-contractor or their employees or their agents, shall not receive any City benefits, stipend or privileges afforded to City employees. 5.11 ASSIGNMENT: The City and Contractor each binds itself and its directors, officers, partners, successors, executors, administrators, assigns and legal representatives to the other party to this contract. Any assignment, sale, pledge or conveyance of this contract by Contractor must be previously approved in writing by the City. 5.12 NON EXCLUSIVE CONTRACT: Contractor agrees and understands that the contract shall not be construed as an exclusive arrangement and further agrees that the City may, at any time, secure similar or identical services at its sole option. 5.13 TERMINATION FOR CAUSE: If, through any cause, the Contractor shall fail to fulfill in a timely and proper manner its obligations under this ITB/Contract, or if the Contractor shall violate any of the provisions of this contract,the City may, upon written notice to the Contractor,terminate the right of the Contractor to proceed under this contract, or with such part or parts of the contract as to which there has been default, and may hold the Contractor liable for all damages caused to the City by reason of such default and termination. In the event of such termination, any completed services performed by the Contractor under this contract shall, at the option of the City, become the City's property and the Contractor shall be entitled to receive equitable compensation for any work completed to the satisfaction of the City. The Contractor, however, shall not be relieved of liability to the City for damages sustained by the City by reason of any breach of the contract by the Contractor, and the City may withhold any payments to the Contractor for the purpose of setoff, until such time as the amount of damages due to the City from the Contractor can be determined. Page 6 City of Boca Raton School Crossing Guard Services Bid No. 2021-014 5.14 TERMINATION FOR CONVENIENCE: The City reserves the right, in its best interest as determined by the City, to cancel contract in whole or in part by giving written notice to the Contractor thirty (30) days prior to the effective date of such cancellation. In the event of such termination, any completed services performed by the Contractor under this contract shall, at the option of the City, become the City's property and the Contractor shall be entitled to receive equitable compensation for any work completed to the satisfaction of the City. 5.15 TERMINATION FOR GOVERNMENTAL NON-APPROPRIATIONS: The obligation of the City for payment to a Contractor is limited to the availability of funds appropriated in a current fiscal period. Continuation of the contract into a subsequent fiscal period is subject to appropriation of funds, unless otherwise authorized by law, and contract, and shall be terminated without penalty to the City and without any default upon the last day in which funds were last appropriated. 5.16 RECORDS/AUDIT: The Contractor shall maintain during the term of the contract all books of account, reports and supporting records in accordance with generally accepted accounting practices and standards for records directly related to this contract for a minimum of(1)year beyond the last day of the contract term. The form of all records and reports shall be subject to the approval of the City. The Contractor agrees to make available for review and audit to the City and or City Consultant, during normal business hours and in Broward, Miami Dade or Palm Beach Counties, all books of account, reports and supporting records relating to this contract for the duration of the contract and for one year following the last day of the contract. 5.17 POST SALE AUDIT ADJUSTMENT: All items sold to the City of Boca Raton as a result of this Bid are subject to Post Sale Audit Adjustment. In the event that an audit reveals the vendor has not honored quoted pricing, price lists or discount structures, vendor will be liable and will be invoiced and collected with (30) days for any and all overstated charges. Failure to remit may result in termination of the contract. 5.18 PERMITS, TAXES, LICENSES: The successful Contractor shall, at his own expense, obtain all necessary permits, pay all licenses, fees and taxes, which comply with all local ordinances, state and federal laws, rules and regulations applicable to business to be carried on under this contract. City of Boca Raton permit fees will be waived by the City; however, fines and penalties will be assessed based upon standard fee structure. 5.19 CONTRACTOR REGISTRATION: If applicable, the Contractor must first register with the Department of State of the State of Florida, in accordance with Florida State Statutes, prior to entering into a contract with the City. Contractors awarded work involving a permit shall register with the City of Boca Raton License Office prior to performing the work. 5.20 PATENTS AND ROYALTIES: The Contractor, without exception, shall indemnify and save harmless the City and its employees from liability of any nature and kind, including cost and expenses for or on account of any copyrighted, patented or un-patented invention, process, or article manufactured or used in the performance of the contract, including its use by the City. If the Contractor uses any design, device, or materials covered by letters, patent or copyright, it is mutually agreed and understood without exception that the Bid prices shall include all royalties or costs arising from the use of such design, device, or materials in any way involved in the work. 5.21 LAWS/ORDINANCES: The Contractor shall observe and comply with all Federal, state, county, local and municipal laws, ordinances rules and regulations that would apply to this contract. Further, Contractor acknowledges and without exception or stipulation shall be fully responsible for complying with the provisions of the Immigration Reform and Control Act of 1986 as located at 8 U.S.C. 1324, et seq. and regulations relating thereto, as either may be amended. Failure by the awarded firm(s)to comply with the laws referenced herein shall constitute a breach of the award agreement and the City shall have the discretion to unilaterally terminate said agreement. 5.22 COMPLIANCE WITH CITY OF BOCA RATON ORDINANCE: Awarded vendor shall comply with all applicable Boca Raton City Ordinances, including, but not limited to, 16-57, "Display of Identification on Trucks and Related Commercial Vehicles", which mandates vehicles be designated by lettering of two inches minimum size on either side of the vehicle indicating the name and address of the person owning or operating the same for commercial use. 5.23 GOVERNING LAW AND VENUE: Contracts shall be governed by the laws of the State of Florida. Any and all legal action necessary to enforce the contract will be held in Palm Beach County and the Agreement will be interpreted according to the laws of Florida. By entering into this award, Contractor and City hereby expressly waive any rights either party may have to a trial by jury of any civil litigation related to this award. Page 7 City of Boca Raton School Crossing Guard Services Bid No. 2021-014 5.24 NON-DISCRIMINATION: The City of Boca Raton is an equal opportunity employer and prohibits discrimination on the basis of race, color, religion, national origin, sex, age, marital status, disability, and/or political affiliation in all aspects of its personnel policies and procedures, programs, practices and operations. 5.25 CITY POLICIES: Awarded contractor shall comply with the City of Boca Raton Equal Employment Opportunity Policy,Violence in the Workplace Policy, Drug and Alcohol Free Workplace Policy, General Complaint Policy and Sexual Harassment Policy. Copies of these policies may be obtained from the City of Boca Raton Human Resources Division. Violations of these policies may result in cancellation of the contract. 5.26 ADDITIONAL DISCOUNTS: Should sales promotions occur during the term of the contract that lower the price of the procured item or items, the vendor shall extend to the City the lower price offered by the manufacturers or Vendors on any such promotional item. Further, any price decreases effectuated during the contract period by reason of market change, quantity discounts, or otherwise, should be passed on to the City of Boca Raton. 5.27 PUBLIC RECORDS: A. The City of Boca Raton is a public agency subject to Chapter 119, Florida Statutes. A Contractor providing services shall comply with Florida's Public Records Law and therefore shall comply with Section 119.0701, Florida Statutes. Specifically, Contractor shall: 1) Keep and maintain all public records related to the performance of the services. 2) Upon request from the City's custodian of public records, provide the City with a copy of the requested records, or allow the records to be inspected or copied within a reasonable time, at a cost that does not exceed that provided in chapter 119, Florida Statutes, or as otherwise provided by law. 3) Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and following completion of the contract. 4) Upon completion or other termination of the contract, keep and maintain the public records required by the City to perform the services. Contractor shall meet all applicable requirements for retaining public records set out in Florida law. 5) In addition to maintaining the records pursuant to Paragraph Number 4 above, provide to the City all records that were stored electronically by Contractor, upon request from the City's custodian of public records, in a format that is compatible with the information technology systems of the CITY. B. The failure of Contractor to comply with the provisions set forth in this Article, or to comply with the City's request for records, shall constitute a default and breach of this Agreement, and the City shall, in its discretion, pursue any and all remedies against Contractor provided for under this contract or at law. C. IF CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT 561-393-7740, BRCITYCLERK ar,MYBOCA.US, CITY HALL, CITY CLERK, 201 W. PALMETTO PARK ROAD, BOCA RATON, FL 33432. 5.28 SCRUTINIZED COMPANIES A. Pursuant to Section 287.135, Contractor is ineligible to enter into, or renew, this Contract if Contractor is on the Scrutinized Companies that Boycott Israel List (as identified in Section 215.4725, Florida Statutes), or is engaged in a boycott of Israel. B. By entering into this Contract, Contractor certifies that Contractor is not on the Scrutinized Companies that Boycott Israel List, and that Contractor is not engaged in a boycott of Israel. C. Contractor shall notify the City if, at any time during the term of this Contract, Contractor is placed on the Scrutinized Companies that Boycott Israel List, or that Contractor is engaged in a boycott of Israel. Such Page 8 City of Boca Raton School Crossing Guard Services Bid No. 2021-014 notification shall be in writing and provided by Contractor to the City within ten (10) days of the date of such occurrence. D. In the event the City determines, using credible information available to the public, that Contractor has submitted a false certification or Contractor is found to have been placed on the Scrutinized Companies that Boycott Israel List or engaged in a boycott of Israel,the City may, in its sole discretion,terminate this Contract and seek a civil penalty, and other damages and relief, against Contractor, pursuant to Section 287.135, Florida Statutes. In addition, the City may pursue any and all other legal remedies against Contractor. E. Contractor shall not seek damages,fees,or costs against the City in the event the City terminates the Contract pursuant to this provision. 5.29 E-VERIFY By entering into this Contract,the Contractor becomes obligated to comply with the provisions of Section 448.095, Fla. Stat., "Employment Eligibility."This includes but is not limited to utilization of the E-Verify System to verify the work authorization status of all employees hired after January 1, 2021 (as well as contractual employees whose contract is renewed after January 1, 2021), and requiring all subcontractors to provide an affidavit attesting that the subcontractor does not employ, contract with, or subcontract with, an unauthorized alien. Failure to comply will lead to termination of this Contract, or if a subcontractor knowingly violates the statute, the subcontract must be terminated immediately. Any challenge to termination under this provision must be filed in the Circuit Court no later than 20 calendar days after the date of termination. If this Contract is terminated for a violation of the statute by the Contractor, the Contractor may not be awarded a public contract for a period of 1 year after the date of termination. Should Contractor violate the requirements of Section 448.095, Fla. Stat., they shall be liable for any additional costs incurred by the City as a result of the termination of the Contract. Page 9 City of Boca Raton School Crossing Guard Services Bid No. 2021-014 SECTION II: SPECIAL CONDITIONS PART I INSTRUCTION TO BIDDERS: 1.01 INSTRUCTIONS TO BIDDERS: The City of Boca Raton, Florida is seeking Bids from qualified bidders for School Crossing Guard Services, Bid No. 2021-014. The purpose of this bid is to establish a term contract for School Crossing Guard Services at locations specified by the City. This Bid package contains all of the information and documents necessary to prepare and submit a responsive Bid. Bidders are cautioned to read all of the documentation provided. Bidder will be responsible for complying with all requirements identified herein. The City of Boca Raton shall not be responsible for the content of Bid response packages or addenda received from any third party source. Due date and time for Bid response: Bid shall be received prior to 3:00 p.m. on June 8, 2021. HOW TO RESPOND TO THIS BID 1. Either of the following two options may be utilized by a Bidder to submit a sealed Bid response. A. Submission of the Bid response by electronic transmission using the City's electronic bid system located at https://brpurch.ionwave.net/Loain.aspx. In order to submit the bid electronically: (1) the Bidder must print the Bid documents; (2)all required bid data/information must be added to the Bid documents and included forms; (3) an individual authorized to contractually bind the Bidder must sign all required Bid forms; (4)the entire Bid response and all signed forms must be scanned to PDF format; and (5) the Bidder shall upload the scanned Bid response and signed Bid forms to the City's electronic bid system pursuant to the directions in the electronic bid system. Please note that the maximum file size is 100 MB for an uploaded file. Bidder's response shall not contain any alteration to the Bid documents that were posted by the City other than entering data, information and signatures required by the Bid in the spaces provided for such data, information and signatures, and by including attachments as necessary. By submission of an electronic Bid response, Bidder affirms that a complete set of Bid documents was obtained from the City's electronic bid system and that Bidder made no alteration of any kind or nature to the Bid documents other than entering data, information and signatures required by the Bid or by including attachments as part of the Bid response. Electronic Bid submissions are only permitted to be upload prior to 3:00 p.m. on the Bid due date. Any attempt to upload a late Bid response at or after 3:00 p.m. on the Bid due date will be rejected by the City's electronic bid system. It is highly recommended that Bidders submit their Bid response as an electronic submission using the City's electronic bid system. B. Delivery of the Bid response as a sealed paper bid response: City will receive Bids at the following address: City of Boca Raton City Hall/Attn: Purchasing Division 201 W. Palmetto Park Road Boca Raton, FL 33432 i. The envelope shall be identified on the outside with the Bidder's name and address, and the notation: " Bid No. 2021-014, School Crossing Guard Services. ii. Bidders are instructed to enter building through the front entrance door (North side of City Hall Building) when hand delivering bids. iii. Check in at the reception area and identify that you have a Bid package for delivery to the Purchasing Division. A representative from the Purchasing Division will be contacted to receive the Bid submittal or Page 10 City of Boca Raton School Crossing Guard Services Bid No. 2021-014 will already be at the reception area. The Purchasing Division representative will place a date/time stamp on your Bid submittal package to confirm receipt is prior to the closing date and time. Please note: The City may have special procedures for COVID-19 that person delivering the Bid will be required to follow(i.e. masks must be worn for entrance to City Hall). iv. Bidders are responsible for verifying that they have received and viewed all bid pages. Bidders are requested to submit an original and no copy of their bid document for review by the City. 2. A Bid response submitted either by upload or by hand-delivery after the specified due date and time will be rejected. As indicated above, the City's electronic bid system will not accept Bid responses that are attempted to be submitted after the due date/time. As to a hand-delivered Bid response, it will be rejected and returned unopened when the Bidder attempts to hand-deliver it or it will be rejected when it is attempted to be hand-delivered by a third party mail service. If the Bid response is delivered after the required date and time and a City representative is not available to reject it, that Bidder will be notified that the Bid response was submitted after the required/specified date and time and the City will return the Bid response, as long as the Bidder name and address is available on the Bid response package. The names of the Bidders who have submitted a Bid response will be made available on the Purchasing Division Web page: https://www.mvboca.us/253/Tabulations-Award-Recommendations 3. A Bidder's Bid response (either uploaded or hand-delivered)shall be signed only by an individual authorized by the Bidder to both execute such bids and to bind the Bidder. For electronic submissions, the signature included shall be deemed an original signature, shall be binding on the Bidder, and shall be relied upon by the City as a document authorized by the Bidder for all purposes. Online real-time viewing of sealed Bid openings, in lieu of physical assembly for viewing, will proceed in the same manner as procurement ordinarily performs such openings as detailed in Exhibit A, as attached herein. 1.02 INFORMATION: Any questions by prospective Bidders should be directed to Micha Caldwell, Buyer, Purchasing Division, by email at mcaldwell@myboca.us, who is authorized only to direct inquiries to various portions of the Bid so Bidders may read and interpret such for themselves. No authorization is allowed by any City of Boca or Purchasing Division personnel to interpret, or give information as to Bid requirements in addition to that, which is contained in the written Bid document. Interpretations of the Bid or additional information as to its requirements, where necessary, shall be communicated to Bidders only by written addendum after written requests have been received from the Bidder. Written requests must be received by 6/2/2021. Any ambiguities, inconsistencies or questions should be brought to the attention of the City by submitting an email to mcaldwell@myboca.us with reference to the Bid number and title in the subject line. PART II DEFINITIONS: 2.01 DEFINITIONS 1. The term "Successful Bidder" shall be referred to as the "awarded vendor" and/or"Contractor" throughout this document. 2. The term "Project Manager" and "City Contact" shall be used interchangeably throughout this document. 3. The term "Public Entity" shall mean one of the following: A local agency, state agency, federal agency, county, municipality, public school/university. PART III BIDDING AND AWARD PROCEDURES: 3.01 QUALIFICATION OF BIDDERS This bid shall be awarded only to a responsive and responsible bidder, qualified to provide the work specified and meets or exceeds the qualification requirements listed below. The bidder should submit the following information with their bid package to be considered responsive in order for the City to fully evaluate the firm's qualifications. If information is not included,the City reserves the right to solicit bidder for the submission of this information. Failure by bidder to provide the omitted information within the specified time frame(s) communicated in writing may result in bidder's bid response being considered non- responsive and thereby rejected. Response for each qualification requirement should be submitted by use of the City provided Qualification of Bidders Form. Page 11 City of Boca Raton School Crossing Guard Services Bid No. 2021-014 A. Bidder shall provide three (3) satisfactory references from Public Entity accounts that have serviced a minimum of twenty five (25) school crossing guards/posts within the time period 1/1/2017 through 6/1/2021. Each reference provided by Bidder, shall be for a different entity/organization. Each reference shall reflect that Bidder's firm was the Contracted vendor for services. References where bidder's firm was the subcontractor are not acceptable. B. Bidder shall have and maintain a minimum of two(2)field supervisors employed by their firm that have a valid FDOT trainer certification. Copy of certificate to be submitted at time of bid. C. The City will not award a bid to any bidder who cannot provide evidence that their Firm Name identified on the "Signature of Bidder " form has been in business for a minimum of one (1) year, excluding any affiliate or parent companies. Evidence of a minimum of one (1) year shall be verified in accordance with filing date by the State of Florida or the Firm's State of Origin of Bidder's firm. Bidder to indicate number of years their firm has been in business. Proof may be required. 3.02 COMPETENCY OF BIDDERS Pre-award inspection of the bidder's facility may be made prior to award of Contract. Bids will be considered only from firms which are regularly engaged in the business of providing the goods and/or services as described in this Bid and who can provide evidence that they have established a satisfactory record of performance to ensure that they can satisfactorily execute the services under the terms and conditions stated herein. The term "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 proper authorities of the City. 3.03 BACKGROUND INFORMATION The City reserves the right, before awarding the Contract to require a Bidder to submit such evidence their qualifications as it may deem necessary, and may consider any evidence available to it as to the financial, technical and other qualifications and abilities of a Bidder,including past performance(experience)with the City. Moreover,the City reserves the right to make investigations of the qualifications of the Proposer as it deems appropriate, including but not limited to, a background investigation conducted by the City of Boca Raton Police Department. As part of the Bid evaluation process, the City may conduct an investigation of references including a record check of consumer affairs complaints. Bidder's submission of a Bid constitutes acknowledgment of the process and consent to investigate. City is the sole judge in determining Bidder's qualifications. 3.04 REFERENCES As part of the Bid evaluation process, the City may conduct an investigation of references including a record check of consumer affairs complaints. Bidder's submission of a Bid constitutes acknowledgment of the process and consent to investigate. City is the sole judge in determining Bidder's qualifications. 3.05 TERMS. CONDITIONS AND SPECIFICATIONS Pre-award inspection of the bidder's facility may be made prior to award of Contract. Bids will be considered only from firms which are regularly engaged in the business of providing the goods and/or services as described in this Bid and who can provide evidence that they have established a satisfactory record of performance to ensure that they can satisfactorily execute the services under the terms and conditions stated herein. The term "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 proper authorities of the City. 3.06 METHOD OF AWARD The City reserves the right to award to a single vendor on an all or none basis. Bidder is required to bid all items to be considered. Bid evaluation of pricing will be based on the Grand Total of Bid Form Group I, Items one (1)and two (2). 3.07 TIE BID RESPONSES Preference shall be given to the business with a Drug-Free Work Place program that is in accordance with Florida Statute 287.087 whenever two or more quotes which are equal with respect to price, quality, and service are received by the City for the procurement of commodities or contractual services. Upon Bidder(s)providing proof to the City that it has a written Drug Free Work Place program, Bidder(s)shall be given preference in the award process for a tie bid. In the event none or multiple firms have the Drug-Free Work Place in accordance with Florida Statute 287.087 and the tie bid still remains, the following shall apply. A. Whenever two Request for Quotes,which are equal with respect to price and are deemed the low responsive and responsible bidders are received by the City for the procurement of commodities or contractual services, Page 12 City of Boca Raton School Crossing Guard Services Bid No. 2021-014 the City will make the decision by way of a coin toss to determine the single awarded bidder. Notice of using a coin toss to determine the award will be provided to the two tie bidders. B. Whenever three or more Request for Quotes which are equal with respect to price and are deemed the low responsive and responsible bidders are received by the City for the procurement of commodities or contractual services, the City will make the decision by way of a drawing to determine the single awarded bidder. Notice of using a drawing to determine the award will be provided to the three or more tie bidders. 3.08 POST AWARD MEETING Within five (5) business days after receipt of notification of bid award, successful bidder shall have their assigned account representative meet with the City Project Manager. PART IV INSURANCE 4.01 INSURANCE REQUIRED (Proof of ability to obtain insurance to be submitted with bid document) 4.02 COMMERCIAL GENERAL LIABILITY Contractor agrees to maintain Commercial General Liability at a limit of liability not less than $1,000,000 Each Occurrence, $2,000,000 Annual Aggregate. Contractor agrees its coverage will not contain any restrictive endorsement(s) excluding or limiting Product/Completed Operations, Independent Contractors, Broad Form Property Damage, X-C-U Coverage, Contractual Liability, Cross Liability or Separation of Insureds. The Contractor agrees any self-insured retention or deductible shall not exceed $25,000. Additional Insured Endorsements The Contractor agrees to endorse the City of Boca Raton as an Additional Insured on the Commercial General Liability policy on a primary and non-contributory basis. 4.03 WORKER'S COMPENSATION & EMPLOYER'S LIABILITY The Contractor agrees to maintain its own Worker's Compensation & Employers Liability Insurance in compliance with Florida Statute 440. (NOTE: Elective exemptions or coverage through an employee leasing arrangement will NOT satisfy this requirement). 4.04 BUSINESS AUTOMOBILE LIABILITY Contractor agrees to maintain Business Automobile Liability at a limit of liability not less than $500,000 Each Occurrence. Coverage shall include liability for Owned, Non-Owned & Hired automobiles. In the event Contractor does not own automobiles, Contractor agrees to maintain coverage for Hired & Non-Owned Auto Liability, which may be satisfied by way of endorsement to the Commercial General Liability policy or separate Business Auto Liability policy. In the event that the Contractor does not own any vehicles, we will accept hired and non-owned coverage in the amounts listed above. In addition, we will require an affidavit signed by the Contractor indicating the following: does not own any vehicles. "Company Name" In the event we acquire any vehicles throughout the term of his Contract/Agreement, agrees to purchase"Any Auto" or "Company Name" Comprehensive Form coverage as of the date of acquisition. Contractor's Signature: 4.05 SUBCONTRACTOR'S INSURANCE The Contractor shall require each of his subcontractors to take out and maintain during the life of his subcontract the same insurance coverages required of the successful Contractor. Each subcontractor shall furnish to the successful Contractor two copies of the Certificate of Insurance, and successful Contractor shall furnish one copy of the Certificate to the City of Boca Raton. 4.06 SUPPLEMENTAL PROVISIONS A. The insurance policy coverage as outlined herein shall remain in effect for the entire contract period. In the event of coverage cancellation, non-renewal, material change, modification or lapse of coverage, Contractor shall notify the Page 13 City of Boca Raton School Crossing Guard Services Bid No. 2021-014 City within thirty (30) business days with written notice of such to the Purchasing Division by email to mcaldwell(a mvboca.us. B. All renewal or replacement certificates of insurance specific to the contract/agreement/award shall be forwarded to the City of Boca Raton Purchasing Division with a copy to the Boca Raton Department as identified in the Purchase Order/Agreement. Original certificates to be sent attention of City of Boca Raton, Purchasing Division, 201 W. Palmetto Park Road, Boca Raton, FL 33432. PART V PURCHASE ORDER AND CONTRACT TERMS 5.01 CONTRACT PERIOD AND RENEWAL The initial contract period shall be for one (1)year, automatically renewed thereafter for four(4), one-year renewal periods subject to termination clause(s)as provided herein. Automatic contract renewal shall be subject to the appropriation of funds, satisfactory performance and determination that the contract renewal is in the best interest of the City. The City requires a firm price for initial contract period. Automatic annual renewals will be based on the same terms, conditions, pricing and specifications herein. For the purpose of re-bidding, the contract may be extended at the City's option for a defined period of time, not to exceed one (1) year. Option for extension will only be exercised upon mutual written agreement and with all terms, conditions and unit prices adhered to with no deviations. Non-Minimum Wage Increase(s) Prior to each annual renewal,the City may consider price adjustment(s)only when a written request is received by the Buyer identified herein a minimum of ninety (90) days prior to the renewal date for review by the City. Contractor is responsible for verifying that written price request was received by the Buyer within ninety (90) days. Contractor's written request shall identify each bid item affected and proposed price with written justification and supporting documentation attesting that the request is a bonafide cost increase/decrease to the Contractor. Failure to submit the required supporting documentation may result in the price adjustment request being denied. Contractor's requested price adjustment is subject to City approval and shall require written acknowledgement from Purchasing. In the event that the City does not wish to accept the adjusted cost(s)and the matter cannot be resolved to the satisfaction of the City, the Contract may be terminated by the City by giving written notice to the Contractor. In the event that a cost decrease is realized due to changes in the economy (CPI/CPU and/or decreases that are industry specific), the City shall have the right to request and receive from the Contractor a reasonable reduction in costs. Minimum Wage Increase(s) No price increase for the initial contract period will be accepted unless necessitated by an adjustment to the Florida Minimum Wage, or an adjustment to the Federal Minimum Wage to a higher level than the Florida Minimum Wage. If the minimum wage rate should increase throughout the duration of the contract period, such will be approved as a contract alteration for the new daily rate if the following conditions exist and are provided: (1) Notice referencing proper agency on increase(s)of the minimum wage rate. (2) Receipt of formal notification by the Buyer in Purchasing, of all employees servicing the contract and of this number of employees how many are affected by the minimum wage increase. (3) Contractor must be able to submit proof that employees were receiving the minimum wage rate in the form of check stubs and/or payroll printouts denoting Contractor's payout of the minimum wage rate to each employee. (4) Request for price increases due to minimum wage rate increases are subject to the Purchasing Manager or appointed designee's approval. Adjustments in contract pricing due to the minimum wage increase will be executed under item 5.02 "Contract Alterations" of Section II of this bid/contract. The City will only consider the increase amount that is directly correlated to the minimum wage increase. 5.02 CONTRACT ALTERATIONS The City reserves the right to delete, add or revise items and services under this bid at any time during the contract period when and where deemed necessary. Deletions may be made at the sole discretion of the City at any time during the contract period.The Contractor,the City's Project Manager and Purchasing Manager or appointed designee must mutually agree upon items added or revised. 5.03 QUANTITY The City of Boca Raton reserves the right to increase or decrease estimated annual quantities as required. Page 14 City of Boca Raton School Crossing Guard Services Bid No. 2021-014 5.04 ACCEPTANCE AND PAYMENT(For Servicesl In conjunction with General Term and Condition No. 5.03 and 5.06, The City of Boca Raton will pay 100% of the contract price after all services have been provided and accepted by the City. The using department will make final inspection of the services as referenced in this bid to ensure services are in accordance with the specifications and must be approved before payment is made. Failure in the awarded Contractor's responsibility as outlined may result in either one or any of the following as determined by the City: • Request for immediate replacement of services of partial or entire order. • Payment withholding until compliance is received and approval granted. • Cancellation of partial or entire order at no cost to the City. If an agreement cannot be reached between the City and the Contractor to resolve the problem to the City's satisfaction, the City reserves the right to negotiate with the Contractor on a payment for the work completed and usable to the City. Invoice must reflect purchase order number. 5.05 METHOD OF ORDERING (The following supersedes and replaces General Condition 5.01) School crossing guard services shall be ordered via individual purchase order acting as the Contract with reference to Bid No. 2021-014. Invoice must be submitted against individual purchase order. 5.06 PERFORMANCE The City of Boca Raton heavily monitors the quality and performance of work performed and/or supplies furnished by the awarded Contractor for future consideration and/or reference purposes. A sample Vendor Performance Report may be obtained upon request of the Purchasing Division. The City may return, for full credit, any item(s) received which fail to meet the City's performance standards. Page 15 City of Boca Raton School Crossing Guard Services Bid No. 2021-014 SECTION III: SCOPE OF WORK AND SPECIFICATIONS PART I GENERAL 1.01 Introduction The purpose of this bid is to obtain responses from qualified firms that provide for School Crossing Guard Services. Contractor will be responsible for providing school crossing guards at locations specified by the City and shall be completely responsible for the supervision of such personnel in accordance with terms, conditions and specifications. It is the City's intention to have contract services referenced in this bid commence in time for the 2021 Fall School session. Definition(s): Field Supervisor—shall mean Supervisor, Crossing Guard Supervisor, Certified Trainer, Certified Guard Trainer and School Crossing Guard Trainer as referenced in the Florida Department of Transportation (FDOT)" Florida School Crossing Guard Training Guidelines". Post -shall mean designated area where School Crossing Guard is placed and works, or guard. 1.02 Scheduling a) The Contractor shall assign an account representative to oversee the services in this bid/contract and to ensure the services are scheduled, staff is trained and certified, background checks are completed and weekly logs are managed and sent to the City Contact throughout the contract period. Account representative shall also be responsible for troubleshooting any concerns or complaints by the City and making any necessary staff changes as required. b) Regular and Summer School Sessions: The regular school session begins in August and will run until approximately June, with appropriate holidays and teacher work days that do not require coverage. In addition to the regular school session, summer school at all schools usually begins around the first of July and lasts for approximately six (6)weeks. For the regular school session, the City anticipated eighty-six (86) school crossing guards or posts and two (2)field supervisors. For the regular school session, the Contractor shall be required to provide school crossing guard services in accordance with the locations, times and number of guards/posts referenced on Exhibit B attached herein, Monday through Friday in accordance with the School Board of Palm Beach County school days. The last summer school session was in 2018 and held at one school location. At the end of each school year, the City will contact each school to determine if a school crossing guard schedule for the summer will be necessary. The school crossing guard schedule referenced on Exhibit B references the regular school session and is subject to change based on school and summer requirements. Exhibit C,as attached herein, references a "Written Notice" letter to be used for changes to the school crossing guard schedule for the regular and summer school sessions. The City will provide Contractor with three (3) business days written notice. The number of Field Supervisors required to oversee operations for the Summer School Session will be determined by the City. Daily rates shall remain the same for any modifications made to Exhibit B. c) The Contractor shall provide two (2) experienced field supervisors for the regular school session to oversee the operations when school crossing guards are on duty. The Contractor's field supervisors shall ensure that all crossings are properly staffed. d) The Contractor shall ensure that adequate employees are available for the backup of any school crossing guard in case of absenteeism. Each backup school crossing guard shall be fully trained in accordance with Florida Statute 316.75 and familiar with the specific crossing location. Each working school crossing guard shall be provided with the name and telephone number of a backup school crossing guard and field supervisor in case the working school crossing guard cannot be at his/her post. The City will not pay for post services not rendered by Contractor. Failure to perform required services under this contract may result in termination of contract. Field supervisors are permitted to work a post only on an emergency basis; field supervisors are to be active in the field, not working posts. 1.03 Training and Certification At no cost to the City,the Contractor shall provide all school crossing guards and field supervisors for the services in this bid/contract. Contractor shall ensure that school crossing guards and field supervisors receive proper initial Page 16 City of Boca Raton School Crossing Guard Services Bid No. 2021-014 and annual re-training. School crossing guards and field supervisors assigned to the City shall comply with all terms and conditions set forth in the latest edition and any updated editions of the"Florida School Crossing Guard Training Guidelines" published by the Florida department of Transportation (FDOT). The Contractor shall comply with Title XXIII, Chapter 316 Section 316.75, Florida Statutes "School Crossing Guards" (previously Section 234.302, Florida Statutes, the "Ramon Turnquest School Crossing Guard Act", by providing FDOT certified field supervisors to ensure that all persons employed as school crossing guards receive proper training as required by law. Contractor shall provide evidence of training to the City Project Manager (i.e. FDOT issued training certificate or FDOT training performance checklist if no certificate has yet been issued by the State) of school crossing guard or field supervisor prior to post assignment. The field supervisors shall be a FDOT certified trainer. It is the Contractor's responsibility to keep all training documentation up to date and to provide copies to the City Project Manager. All FDOT issued training certificates shall be signed by Contractor before forwarding to City Project Manager. The Contractor shall be responsible for compliance with all applicable Florida Statutes as it relates to the training requirements and shall only place a school crossing guard at locations that have met the state-mandated training requirements. The City shall not be responsible for the non compliance of the Contractor and will only make payment for services provided that are in compliance. The City will not be responsible for making payment for school crossing guards and/or field supervisors who have not successfully met the training criteria and may result in termination of contract. 1.04 Equipment/Appearance a) The Contractor shall provide their personnel with uniforms and all assigned equipment (reflective vest, whistle, gloves, stop paddle, rain gear, etc.) pursuant to the Florida School Crossing Guard Training Guidelines under Florida Statute 316. The preferred color uniform shall be a white shirt or blouse and khaki/tan bottoms. Contractor personnel shall under no circumstances be permitted to wear open toed shoes, sandals, sling backs or slip-ons, or suggestive clothing. Contractor shall be responsible for the cost of uniforms and/or equipment. The Contractor's personnel shall wear on their uniform an identification badge indicating that they are Contractor's employee. b) All Contractor employees shall present a professional appearance, be neat, clean, well groomed, courteous, properly uniformed, conduct themselves in a respectable manner, and be a minimum of eighteen (18)years old. 1.05 Monitoring Prior to assignment of school crossing guards, Contractor shall provide the City Project Manager with a list of names and telephone numbers and training dates of all school crossing guards, back-up guards and field supervisors. Contractor shall provide to the City Project Manager any changes to the list as they occur throughout the year with copies of any new personnel's FDOT training certificates. Contractor must maintain a weekly log referencing each employee's work shift and the location of the employee's guard post. Upon City request, Contractor shall submit a copy of the weekly log to the City Project Manager, Cory Mandel, Police Services CSO Supervisor cmandel(a)mvboca.us 1.06 Conduct/Changes / Removal of Post a) Contractor's personnel shall not be permitted to exercise the following activities while providing services under this contract: • Use of tobacco products • Listening to, or using a multimedia device, including but not limited to IPod, MP3 player, portable radio, headset, or cell phone. Note: Using a communications device other than for emergencies, or official business related to this contract is prohibited. b) The City acknowledges that all employees of the Contractor shall be considered to be, at all times, the sole employees or contractors of the Contractor under its sole discretion and not an employee, Contractor, or agent of the City. Contractor understands that their employees shall be independent thereof and shall have no claim against the city as to pension,workers compensation, unemployment compensation,federal income withholding, insurance, salary, wages, or other employee rights or privileges granted by operation of law or by the City. Contractor shall also provide all Human Resources related services applicable for their employees, including, but not limited to; all record keeping, payroll (including the payment of all appropriate taxes), background checks and all other Human Resource applications as necessary or required by the City. Page 17 City of Boca Raton School Crossing Guard Services Bid No. 2021-014 c) The City reserves the right to request the Contractor to remove any Contractor employee it deems careless, incompetent, insubordinate, or otherwise objectionable and whose continued performance of the services is not in the best interest of the City. Such employee of the Contractor will be replaced with an acceptable substitute employee. The City reserves the right to require the change of any of Contractor's personnel upon not less than three (3) business days written notice, setting forth the name of the person to be replaced, or in the absence of a name, the description and location of the post location. 1.07 F.O.B. Point/Travel Expenses The F.O.B. point shall be destination. All travel expenses incurred by Contractor and/or their personnel (to and from guard/post location)shall be at no cost to the City. 1.08 Commencement of Services Contractor to train and assign guards to their locations within a minimum of thirty(30)calendar days of issuance of City purchase order for services herein, or by designated date referenced on City purchase order provided the date exceeds the thirty (30)calendar days. 1.09 Background Checks Contractor shall be responsible for supplying and administering background screenings at no additional cost to the City. At a minimum, Contractor shall perform a Level 1 Background screening as defined in Florida Statutes Chapter 435 for staff assigned to perform services for the City's contract. Contractor shall only provide staff to perform services for the City that pass and maintain a passing Level 1 Background screening. Contractor's personnel,who is currently under investigation or has been convicted of a crime delineated in section 435.03, Florida Statues, shall not be assigned to the City's account. Lack of knowledge by the Contractor will in no way constitute cause for relief from responsibility. At the request of the City, Contractor shall submit proof of background screening. 1.10 Subcontracting Subcontracting is NOT permitted for any of the services under this bid/contract. 1.11 Post Award Meeting Within seven (7)calendar days after receipt of Purchase Order, Contractor shall have their assigned account representative meet with the City Project Manager and/or other City designees. Items to be reviewed include, but are not limited to: • Scheduling of services. • Training and Certification overview. • Designated FDOT certified employees assigned. • Time frame for background checks to be performed. • Discussion and protocol of monitoring and weekly logs. 1.12 Annexation In the event that additional areas are annexed into the City of Boca Raton, the Contractor shall assume responsibility for providing school crossing guard services to designated schools in the annexed areas. The level of service and daily rate for services provided in an annexed area must be equal to the service and daily rate provided within the original City limits at the time the annexation is effective. The Contractor will be required to provide school crossing guard services at locations in the annexed areas,as directed by the City Project Manager. As soon as the annexation is approved, the City Project Manager shall provide all information regarding the additional number of school crossing guards and a transition plan before the date of required service by use of Exhibit C "Written Notice" letter with three (3) business days written notice to the Contractor and corresponding Purchase Order must reflect increase. Page 18 City of Boca Raton School Crossing Guard Services Bid No. 2021-014 EXHIBIT B CITY OF BOCA BATON SCHOOL CROSSING GUARD SCHEDULE I. REGULAR SCHOOL SESSION AS PUBLISHED BY PALM BEACH COUNTY SCHOOL BOARD NOTE: Two (2) Field Supervisors are required to oversee the operations of the school crossing guard services for all of the referenced locations within the Regular School Session. Location 1 A.M. Shift P.M. Shift 1 Guards/Posts 1. Boca Elementary School-103 S.W. 1st Ave A Glades &Dixie 7:05-8:00 2:10-2:55 3 B 200 N. Dixie 7:10-8:00 2:00-2:40 1 C Palmetto &Dixie 7:10-8:00 2:00-2:40 2 D 1 S.W. 1St Ave. 7:10-8:00 2:00-2:40 1 E 1 W. Royal Palm Rd. 7:10-8:00 2:00-2:40 1 F 200 S.W. 2nd Ave. 7:05-8:00 2:00-2:30 2 G 300 W. Camino 7:15-8:00 2:05-2:45 1 2. Addison Mizner Elementary School- 199 S.W. 12th Ave A 1800 SW 12th Ave. 7:10-8:00 2:05-2:50 1 B 1200 W. Camino 7:10-8:00 2:00-2:40 3 C 199 S.W. 12th Ave. 7:15-8:05 2:00-2:35 2 D 1200 W. Palmetto 7:15-8:00 2:00-2:45 3 E 1100 W. Palmetto 7:15-8:00 2:00-2:45 1 F 500 S.W. 12th Ave. 7:10-8:00 2:00-2:35 1 3. Addison Mizner Middle School- 199 S.W. 12th Ave A 1800 SW 12th Ave. 8:30-9:25 4:05-4:50 1 B 1200 W. Camino 8:30-9:25 4:05-4:50 3 C 199 S.W. 12th Ave. 8:30-9:25 4:05-4:50 2 D 1200 W. Palmetto 8:30-9:25 4:05-4:50 3 E 1100 W. Palmetto 8:30-9:25 4:05-4:50 1 F 500 S.W. 12th Ave. 8:30-9:25 4:05-4:50 1 4. J.C. Mitchell School-2470 N.W. 5th Ave A 400 W. Glades Rd. 7:05-8:00 2:05-3:00 2 B 2800 N. Dixie Hwy. 7:05-8:00 2:05-2:45 1 C 1999 NW 4Ave 7:05-8:00 2:05-2:40 3 D 2200 N.W. 5th Ave. 7:05-8:00 2:00-2:45 1 E 2300 N.W. 2"d Ave. 7:10-8:00 2:00-2:40 1 F 300 N.W. 23'd St. 7:10-8:00 2:00-2:40 1 Page 19 City of Boca Raton School Crossing Guard Services Bid No. 2021-014 Cont. Exhibit B Location A.M. Shift I P.M. Shift I Guard/Posts 5. Verde Elementary School-6590 Verde Trail A I Verde & Powerline I 7:10-8:00 I 2:00-2:40 I 1 B I 6590 Verde Trl I 7:10-8:00 I 2:00-2:40 I 1 C I Verde Trl& Verde Trl S. I 7:10-8:00 I 2:00-2:40 I 1 D I Verde Tr/S. & St. Andrews I 7:10-8:00 I 2:00-2:40 I 3 6.Verde Middle School-6590 Verde Trail A I Verde &Powerline I 8:30-9:25 I 4:05-4:50 I 1 B I 6590 Verde Trl I 8:30-9:25 I 4:05-4:50 I 1 C I Verde Trl& Verde Tr/S. I 8:30-9:25 I 4:05-4:50 I 1 D I Verde Trl S. & St. Andrews I 8:30-9:25 I 4:05-4:50 I 3 7. Calusa Elementary School-2051 Clint Moore Road A I 2051 Clint Moore Rd. I 7:15-8:05 I 1:55-2:25 4 B I Clint Moore Rd. &Jog Rd I 7:15-8:05 I 1:55-2:25 I 3 8. Boca Raton Middle School- 1200 N.W. 8th Street A 1200 W. Palmetto 8:30-9:25 4:05-4:50 3 B 1100 W. Palmetto 8:30-9:25 4:05-4:50 1 C 1200 N.W. 8th St. 8:35-9:30 4:00-4:50 4 D 400 W. Glades Rd. 8:35-9:30 4:05-4:55 2 E 1200 N.W. 13th St. 8:35-9:30 4:00-4:50 4 F 1 S.W. 12th Ave. 8:35-9:30 4:05-4:55 1 9. Omni Middle School-5775 Jog Road A I Clint Moore &Jog I 8:25-9:15 3:50-4:40 I 2 B I 5500 Jog Rd. I 8:25-9:15 I 3:50-4:40 I 2 C I Jog& Yamato I 8:25-9:15 I 3:50-4:40 I 3 10. Don Estridge School- 1798 N.W.40th Street A I 3200 N. Military I 8:45-9:30 I 4:00-4:45 I 2 B I 1798 NW 40 St I 8:45-9:30 I 4:00-4:30 I 1 Total Guards/ Posts: I 86 Page 20 City of Boca Raton School Crossing Guard Services Bid No. 2021-014 EXHIBIT C WRITTEN NOTICE OF CHANGES TO SCHOOL CROSSING GUARD SCHEDULE Date: Contractor Name Address City, State, Zip Phone Email Subject: Bid 2021-014, School Crossing Guard Services Re: Exhibit B—Change No. Attention: Pursuant to the above subject bid, your firm is hereby being provided a minimum of three (3) business days written notification from the date of this letter referencing the attached changes made to Exhibit B, School Crossing Guard Schedule for the: Select which applies: Regular School Session from August-June. Summer School Session from June- July Such changes shall be made effective on and all billing shall be reflective of the changes. City Purchase Order No. will be amended to reflect such changes. Thank you for your cooperation and attention to this matter. Please feel free to email me at cmandel(c�mvboca.us or call me at 561-620-6108 if you should have any questions. Thank you for your cooperation and attention to this matter. Please feel free to email me at cmandelamvboca.us or call me at 561-620-6108 if you should have any questions. Sincerely, Cory Mandel, Police Services Project Manager Page 21 City of Boca Raton School Crossing Guard Services Bid No. 2021-014 I BID FORM PAGE Bidder is to provide "Daily Rate" pricing for items 1, 2, 3, and 4 in boxes highlighted in yellow below for Regular and Summer School Sessions. Estimated annual quantities are not known for the summer school session, bid evaluation of pricing will be based on the total of line items 1 &2 of bid form page. Bidder is not relieved from providing daily rate pricing for items 3 &4, and if such unit pricing is omitted by bidder, bidder shall understand that the same daily rates bidder provides for items 1 &2 shall apply to items 3 &4 respectively and bidder's authorized signature on the"Bidders Certification"form attests to this. All terms, conditions and specifications shall apply. Bidder shall not change pricing structure (i.e. daily rate to hourly rate) or impose any minimums, such as, but not limited to minimum amounts or minimum quantities. Any changes to pricing structure and/or minimum order requirements imposed shall cause bidder's bid response to be considered non responsive and thereby rejected. I. Regular School Session Bidder shall provide their daily rate for services provided during the A.M. and P.M. shifts on the schedule provided in Exhibit B. For future school sessions, daily rate shall remain the same. Throughout the contract period, the City reserves the right to increase and/or decrease estimated annual quantities based on actual needs. Daily rate shall cover the entire shift time (A.M. and P.M.). Item Type of Service Estimated Annual Quantity Daily Rate Extended Price Per Guard/Posts 1 School Crossing Guard 15,480 $ /Daily $ (86 Guards X 180 School Days Rate 2 Field Supervisor 360 $ /Daily $ (2 Field Supervisors X 180 Rate School Days Grand Total (Bid Items 1 &2): $ II. Summer School Session Bidder to provide their daily rate for services intended for future summer school sessions that may or may not occur throughout the contract period. For future summer sessions, daily rate shall remain the same. The City's last summer school session was in 2018 and held at one school location. The maximum amount of summer school days in a session is 20 summer days. If a summer session is exercised throughout the contract period, the City reserves the right to decrease summer days based on actual needs. Item Type of Service Estimated Annual Quantity Daily Rate Per Guard/Posts 3 School Crossing Guard Not Known $ /Daily Rate 4 Field Supervisor Not Known $ /Daily Rate COMPANY NAME: DATE: Page 22 City of Boca Raton School Crossing Guard Services Bid No. 2021-014 BID NO. 2021-014 BIDDERS CERTIFICATION (This form must be signed in the presence of a Notary Public or other officer authorized to administer oaths). I certify that I am authorized to bind performance of this Bid for the Bidder. I certify that this Bid is made without collusion or fraud. I certify acceptance of the terms, conditions, and specifications of this Invitation to Bid. I certify that this Bid submittal is in accordance with the specifications in its entirety and with full understanding of the conditions governing this Bid. *Bidder must submit proof that their firm name is registered with their State of origin. *Name of Bidder: (Firm Name as Registered with their State of origin) Federal I.D. No.: Above Bidder is: ( )Corporation ( ) Limited Liability Corporation ( ) Sole Proprietorship ( ) Partnership/Joint Venture Business Address: Street Address : (P.O.Box Address is not permitted) City, State,Zip: Mailing Address: ( ) check if same as Business Address above Street Address: City, State,Zip: Business Phone No: Business Fax No.: Authorized Signer: Name of Authorized Signer: Title of Authorized Signer: President or other Authorized Officer/Member/Manager Email for Authorized Signer: Authorized Written Signature: STATE OF: COUNTY OF The foregoing instrument was acknowledged before me by means of physical presence or online notarization this day of ,20 ,by , who is personally known to me (or who has produced as identification). NOTARY PUBLIC SIGNATURE: NOTARY NAME: Commission Number: My Commission Expires: Page 23 City of Boca Raton School Crossing Guard Services Bid No. 2021-014 CHECKLIST All bids should be submitted on the City provided Bid Package forms.All blanks on the proposed forms must be completed. Bidder is to return a complete set of all bid package forms listed as follows. Failure to submit the required documents may result in your bid being considered non-responsive and thereby rejected. 1. Is Qualification of bidder's information included? a. 3 References as requested on City form(s) herein Yes No b. Copies of valid FDOT trainer certifications for two field supervisors Yes No c. Evidence of Bidder's firm being in business a minimum of one year Yes No 2. Is Questionnaire of bidder's information included? Yes No 3. Is copy of bidder's valid Business Tax Receipt submitted? Yes No 4. Is proof or copy of Insurance submitted? Yes No 5. Is bid form pages completed in full? Yes No 6. Is bidder's certification form signed, notarized and submitted? Yes No 7. Are addendum (if any issued)submitted? Yes No 8. Is proof that firm name is registered with their State of origin. Yes No 9. Is Drug Free Workplace Form submitted? Yes No 10. Initial confirming that your firm is not subcontracting any services in this bid. 11. Name of individual submitting Bid: Email address: Ph: 12. Contact person in your office for Insurance Certificate: Phone: Email: COMPANY NAME: DATE: Page 24 City of Boca Raton School Crossing Guard Services Bid No. 2021-014 QUALIFICATION OF BIDDERS This bid shall be awarded only to a responsive and responsible bidder, qualified to provide the work specified and meets or exceeds the qualification requirements listed below.The bidder should submit the following information with their bid package to be considered responsive in order for the City to fully evaluate the firm's qualifications. 1. Bidder shall provide three (3) satisfactory references from Public Entity accounts that have serviced a minimum of twenty five (25) school crossing guards/posts within the time period 1/1/2017 through 6/1/2021. Each reference provided by Bidder, shall be for a different entity/organization. Each reference shall reflect that Bidder's firm was the Contracted vendor for services. References where bidder's firm was the subcontractor are not acceptable. REFERENCE 1: Company/Entity Name: Address: City, State, Zip: Contact Name: Title: Phone: Email: Contract Start Date: Is Contract still in place? Yes No, If No, when did Contract End: Quantity of Posts/Guards provided: Summary of Services Performed: REFERENCE 2: Company/Entity Name: Address: City, State, Zip: Contact Name: Title: Phone: Email: Contract Start Date: Is Contract still in place? Yes No, If No, when did Contract End: Quantity of Posts/Guards provided: Summary of Services Performed: COMPANY NAME: DATE: Page 25 City of Boca Raton School Crossing Guard Services Bid No. 2021-014 REFERENCE 3: Company/Entity Name: Address: City, State, Zip: Contact Name: Title: Phone: Email: Contract Start Date: Is Contract still in place? Yes No, If No, when did Contract End: Quantity of Posts/Guards provided: Summary of Services Performed: 2. Bidder shall have and maintain a minimum of two (2) field supervisors employed by their firm that have a valid FDOT trainer certification. Copy of certificate to be submitted at time of bid. Proof of certification submitted as attachment Yes No 3. The City will not award a bid to any bidder who cannot provide evidence that their Firm Name identified on the "Signature of Bidder " form has been in business for a minimum of one (1) year, excluding any affiliate or parent companies. Evidence of a minimum of one (1) year shall be verified in accordance with filing date by the State of Florida or the Firm's State of Origin of Bidder's firm. Bidder to indicate number of years their firm has been in business. Proof submitted as attachment Yes No COMPANY NAME: DATE: Page 26 City of Boca Raton School Crossing Guard Services Bid No. 2021-014 QUESTIONNAIRE 1. Bidder must have an office phone number, Cell number and Email address where staff can be contacted Monday through Friday between the hours of 8:00 a.m. — 5:00 D.M. Staff listed should include, owner, supervisors, office staff, etc. Contact Name Office Phone Cell Phone Email Address 2. Of the 86 guards/posts that will be assigned to this contract, will your firm have to hire and employ them or does your firm currently have on staff. Please explain. If you have to hire and employ these individuals, what hiring requirements do you utilize and do you require them to already be FDOT trained and certified. If not, please explain how they get FDOT trained and certified? 3. Of the 2 field supervisors that will be assigned to this contract, will your firm have to hire and employ them or does your firm currently have on staff. Please explain. If you have to hire and employ the 2 field supervisors, what hiring requirements do you utilize and do you require them to already possess their FDOT trainer certification. If not, please explain how they get their FDOT trainer certification? COMPANY NAME: DATE: Page 27 City of Boca Raton School Crossing Guard Services Bid No. 2021-014 4. As referenced in item 1.08 Commencement of Services in Section III of this bid, Contractor will be required to train and assign guards to their locations within a minimum of thirty (30) calendar days of issuance of purchase order. Please indicate on a step by step basis how your firm intends to orchestrate and put in place. 5. As referenced in item 1.02 (a)of Section III of this bid, Contractor shall assign an account representative to oversee services. Please indicate below the name and title of this individual and cell phone number. COMPANY NAME: DATE: Page 28 City of Boca Raton School Crossing Guard Services Bid No. 2021-014 DRUG-FREE WORKPLACE FORM The undersigned vendor in accordance with Florida Statute 287.087 hereby certifies does: (Name of Business) 1. Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. 2. Inform employees about the dangers of drug abuse in the workplace, the business's policy of maintaining a drug-free workplace, any available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations. 3. Give each employee engaged in providing the commodities or contractual services that are under bid a copy of the statement specified in subsection (1). 4. In the statement specified in subsection (1), notify the employees that, as a condition of working on the commodities or contractual services that are under bid, the employee will abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or nolo contendere to, any violation of Chapter 893 or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later than five (5) days after such conviction. 5. Impose a sanction on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employee's community by, any employee who is so convicted. 6. Make a good faith effort to continue to maintain a drug-free workplace through implementation of this section. As the person authorized to sign the statement, I certify that this firm complies fully with the above requirements. Signature of Bidder Date Page 29 City of Boca Raton School Crossing Guard Services Bid No. 2021-014 STATEMENT OF NO BID (No Bid may be submitted electronically within the electronic bidding system.) If you are not bidding on this service/commodity,please complete and return this form to:City of Boca Raton Purchasing Department,201,W. Palmetto Park Road, Boca Raton,Florida 33432. COMPANY NAME: ADDRESS: TELEPHONE: SIGNATURE: DATE: We,the undersigned have declined to bid on service/commodity because of the following reasons: Insufficient time to respond to the Invitation to Bid We do not offer this product or an equivalent Our product schedule would not permit us to perform Unable to meet specifications Other(specify below) REMARKS: Page 30 City of Boca Raton School Crossing Guard Services Bid No. 2021-014 BID FORM PAGE Bidder is to provide "Daily Rate" pricing for items 1, 2, 3, and 4 in boxes highlighted in yellow below for Regular and Summer School Sessions. Estimated annual quantities are not known for the summer school session, bid evaluation of pricing will be based on the total of line items 1 & 2 of bid form page. Bidder is not relieved from providing daily rate pricing for items 3 &4, and if such unit pricing is omitted by bidder, bidder shall understand that the same daily rates bidder provides for items 1 &2 shall apply to items 3 &4 respectively and bidder's authorized signature on the "Bidders Certification"form attests to this. All terms, conditions and specifications shall apply. Bidder shall not change pricing structure (i.e. daily rate to hourly rate) or impose any minimums, such as, but not limited to minimum amounts or minimum quantities. Any changes to pricing structure and/or minimum order requirements imposed shall cause bidder's bid response to be considered non responsive and thereby rejected. I. Reaular School Session Bidder shall provide their daily rate for services provided during the A.M. and P.M. shifts on the schedule provided in Exhibit B. For future school sessions, daily rate shall remain the same. Throughout the contract period, the City reserves the right to increase and/or decrease estimated annual quantities based on actual needs. Daily rate shall cover the entire shift time (A.M. and P.M.). Item Type of Service Estimated Annual Quantity Daily Rate Extended Price Per Guard/Posts 1 School Crossing Guard 15,480 $ y Z. LO/Daily $ 2— (86 Guards X 180 School Days Rate 2 Field Supervisor 360 $ (4Z IL) / Daily $ LJ 2— (0 (2 Field Supervisors X 180 Rate School Days Grand Total (Bid Items 1 &2): $ 8'3 • ZO II. Summer School Session Bidder to provide their daily rate for services intended for future summer school sessions that may or may not occur throughout the contract period. For future summer sessions, daily rate shall remain the same. The City's last summer school session was in 2018 and held at one school location. The maximum amount of summer school days in a session is 20 summer days. If a summer session is exercised throughout the contract period, the City reserves the right to decrease summer days based on actual needs. Item Type of Service Estimated Annual Quantity Daily Rate Per Guard/Posts 3 School Crossing Guard Not Known $ L.�Z. (G/ Daily Rate 4 Field Supervisor Not Known $ 1-+Z,1.-70/ Daily Rate COMPANY NAME:wprA_ri_.\---k6A _kkiciA , s5_0.firF.. LLE pATE:Iv'L I.7CZ/ Page 22 City of Boca Raton School Crossing Guard Services Bid No. 2021-014 CHECKLIST All bids should be submitted on the City provided Bid Package forms.All blanks on the proposed forms must be completed. Bidder is to return a complete set of all bid package forms listed as follows. Failure to submit the required documents may result in your bid being considered non-responsive and thereby rejected. 1. Is Qualification of bidder's information included? a. 3 References as requested on City form(s)herein Yes k No b. Copies of valid FDOT trainer certifications for two field supervisors Yes X No c. Evidence of Bidder's firm being in business a minimum of one year Yes X No 2. Is Questionnaire of bidder's information included? Yes X No 3. Is copy of bidder's valid Business Tax Receipt submitted? Yes X No 4. Is proof or copy of Insurance submitted? Yes X No 5. Is bid form pages completed in full? Yes X No 6. Is bidder's certification form signed, notarized and submitted? Yes X No 7. Are addendum(if any issued)submitted? Yes X No 8. Is proof that firm name is registered with their State of origin. Yes X No 9. Is Drug Free Workplace Form submitted? Yes X No 10. Initial confirming that your firm is not subcontracting any services in this bid. c}.3C---- 11. Name of individual submitting Bid: 'PALAL C C.CC Email address: .5CC t ici kctt,_ Ctrl Ph: c-'15-14 T J -3(-1`{'-1 12. Contact person in your office for Insurance Certificate: AU-0U' C '! .T( (LA LO , C n Phone: Rt 3 L t'tr,rk - C•Q v�f;AQutt ,�ftek i�.�1 Email: 'Cie* ("I 3- 1 21 l L.►x,z_C COMPANY NAME: U•.)�1T i e‘` "T\Cr? rkA <SSAtt{ CIL LW. DATE: (p-Li•2CZ, Page 24 City of Boca Raton School Crossing Guard Services Bid No. 2021-014 QUALIFICATION OF BIDDERS This bid shall be awarded only to a responsive and responsible bidder, qualified to provide the work specified and meets or exceeds the qualification requirements listed below.The bidder should submit the following information with their bid package to be considered responsive in order for the City to fully evaluate the firm's qualifications. 1. Bidder shall provide three (3)satisfactory references from Public Entity accounts that have serviced a minimum of twenty five (25) school crossing guards/posts within the time period 1/1/2017 through 6/1/2021. Each reference provided by Bidder,shall be for a different entity/organization. Each reference shall reflect that Bidder's firm was the Contracted vendor for services. References where bidder's firm was the subcontractor are not acceptable. REFERENCE 1: Company/Entity Name: et LA ¢( Car-L ,p, r-16; 3 Address: 2301 Corp k ,5-0.6 Ms 1) I City, State,Zip: _Cce A\ 5 pet s , '�•.,• 3 3Cie> Contact Name:—s,� __ m -o-\ Title: 3P 2 L t Phone: 9.54• 34L • 12 g-1 Email: "3 Cot•p\slyti r\5S .Grp Contract Start Date: 200'4 Is Contract still inace.l p � �Yes No, If No, when did Contract End: Quantity of Posts/Guards provided: "10 /8O Summary of Services Performed: 5Chock C'tO5Sit,ci C j1 QA ice REFERENCE 2: Company/Entity Name: C k iNg ( ,\ft r Ach Address: 100 ek\s Y'>urrkrx e h "R\cri • City, State, Zip: .UOLi n'iGn 'c- - 3'4 Contact Name: i, 1 1.-.-1 P.t.,.1 k.►:‘S Title: ,5erg, Phone: SG 1- 1 y-z- 6. 1 ( !QI Email: ���..)k+n5�� �h�� - �l5 Contract Start Date: Z(jpZ.. Is Contract still in place? x Yes No, If No, when did Contract End: Quantity of Posts/Guards provided: y,-f ,c5- Summary 55Summary of Services Performed: .5C }••0(-; ( t-C�=�S►nom, Ct COMPANY NAME: WCvr erk e V\ciCl(SA (.9.4\41)1 (AL PATE: to'1 2C2.,I Page 25 City of Boca Raton School Crossing Guard Services Bid No. 2021-014 REFERENCE 3: Company/Entity Name: C:t 4"i c C/:-v2-kc ' Address: (,o6n0 l ant i ersk. Dn - City, State, Zip: lPAe_ \Ctrc , L ,330/-„—/ Contact Name: `:raccLtp 1. erre'-icr Title:D eck, Phone: 4- 15^1 • 9 ‘3L-1 Email:Zl.c)E % EV Gtt4 1 -ws(4,Or& Contract Start Date: 2nr Is Contract still in place? )( Yes_No, If No, when did Contract End: Quantity of Posts/Guards provided: ,2y Summary of Services Performed: -5e A ern t sal- u a c 5 2. Bidder shall have and maintain a minimum of two (2) field supervisors employed by their firm that have a valid FDOT trainer certification. Copy of certificate to be submitted at time of bid. Proof of certification submitted as attachment Yes x No 3. The City will not award a bid to any bidder who cannot provide evidence that their Firm Name identified on the "Signature of Bidder " form has been in business for a minimum of one (1) year, excluding any affiliate or parent companies. Evidence of a minimum of one (1) year shall be verified in accordance with filing date by the State of Florida or the Firm's State of Origin of Bidder's firm. Bidder to indicate number of years their firm has been in business. 3 Proof submitted as attachment Yes X( No COMPANY NAME:\I)A Vere T-NI 4(,,1]..1(1/4A K-1 DATE: CV• '- • ZC1 ( Page 26 City of Boca Raton School Crossing Guard Services Bid No. 2021-014 QUESTIONNAIRE 1. Bidder must have an office phone number, Cell number and Email address where staff can be contacted Monday through Friday between the hours of 8:00 a.m.- 5:00 D.m. Staff listed should include, owner, supervisors, office staff, etc. Contact Name Office Phone I Cell Phone Email Address ,51,nrr .r. COO K ctsz1.r,,- -t4g} i Li-bsO.O3tc :-;000r.ADArti .cc,k PI &L C. ChA36 544- net-1z3oI 9 h. k Ac-1&LALC,-al'-'t 1 tu-i 0 eAc+0 ctst+ ci,z-I• 294- 2( - C-c�yloy4o cvcte4icxtai tt.crr1 I k)F`t :rune Z '?71, y Z75. 3Z3 I N 3troentz ctct ic,ILAkx2.c ( 1 2. Of the 86 guards/posts that will be assigned to this contract, will your firm have to hire and employ them or does your firm currently have on staff. Please explain. Our -11rr-t t-05 k 'r f-N r tc F\c1 .cince . 20)b. L3' rt.-%5\ r:(.-c> .(r, c-t..e -*co Cb'JeL .tst S• W.C. t ‘1 hF ;-ca_ uA-1;rti & ks n.,n,I.1 A Vh cvti -t-%-' rchet- 40 ,.500)-C P ..5-tCce.SS-La 2Z I-202Z- If you have to hire and employ these individuals, what hiring requirements do you utilize a d do you require them to already be FDOT trained and certified. If not, please explain how they get FDOT trained and certified? IQ g ^M PHP ,P '-t'k Frx7T � � {',eck A re)C1 r<Crs. The -sip,c 1 �rlciic rtc kArt> -Coo- S1 c (-k cr. cc.t A'\ ne pees({da-u r pet ^.iC1°e \f icm i o't c r rec •c.4 Lf\ crf A Schc,t,\ rif%\11-1 6,44eA. W rcyytuelk L.AecEL4 ArAi Mite Olr^SSrsen,,, oe he -s C elL4ikLrcf CtC stye) 10-Ad2c5 A0A' 1Ablt At) rxre-E- c % es re co.) r+'r•rkS •' 3. Of the 2 field supervisors that will be assigned to this contract, will your firm have to hire and employ them or does your firm currently have on staff. Please explain. Ib 1�%P ha.JL c f 21' C.-‘e0 rte;�er.5 AS 5L LvoSa7, C ei rrr-1 t•-t t n t he Ci.4-t1 CAI gcc, }/cin. Cu e_. C rz.-t h AS bac..) ` C -k /r-,-,x Ac-k .c ince, 2CIL. WC 'C On e J tt ?eC *t et • If you have to hire and employ the 2 field supervisors, what hiring requirements do you utilize and do you require them to already possess their FDOT trainer certification. If not, please explain how they get their FDOT trainer certification? -F-D)T -i rAi r-e re_s -k r VN5S-cr-e kLAA k t-e hG,c * iec"- .1 ,rAi Lcr i n't eOvn-\ t S . OUB \s tcecss s .t1 a h cent ( '1. tat)e .ic, [•ros 'ir.t� �,�ct3 40 st�ie '�S A 1;A r-ci MC7 :,rCk i!N•� -1 hel -4o }1-eACk A)D4*LA SCIS • COMPANY NAME1 9-VerC c 4-6CRic� 4 � DATE: e=7 ("4' 2C2__J Page 27 City of Boca Raton School Crossing Guard Services Bid No. 2021-014 4. As referenced in item 1.08 Commencement of Services in Section III of this bid, Contractor will be required to train and assign guards to their locations within a minimum of thirty(30) calendar days of issuance of purchase order. Please indicate on a step by step basis how your firm intends to orchestrate and put in place. G\C-A r 'R._k"\61 f i iaC t-16 D . 5. As referenced in item 1.02(a)of Section III of this bid, Contractor shall assign an account representative to oversee services. Please indicate below the name and title of this individual and cell phone number. Ac-eL. e.�.5G2 - qsN2 2 i,S ti� tr 1C,►-N Cork l_ - c15 (-1• 1,05-0-6 \Q KJ An TatA71 - Ci sti •1l ic- 3"-1-`41-{ COMPANY NAME: 1 -(uk1e\Ck \Ctic . Sk%M,!' • L DATE: ( y• 2C2 Page 28 City of Boca Raton School Crossing Guard Services Bid No. 2021-014 11-1) - EWORKPLACE F -Iii1G-F---REORM1 The undersigned vendor in accordance with Florida Statute 287.087 hereby certifies WAAer'-t►e 0 c c. Cr\G-c- r L (IC does: (Name of Business) 1. Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. 2. Inform employees about the dangers of drug abuse in the workplace,the business's policy of maintaining a drug-free workplace, any available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations. 3. Give each employee engaged in providing the commodities or contractual services that are under bid a copy of the statement specified in subsection (1). 4. In the statement specified in subsection (1), notify the employees that, as a condition of working on the commodities or contractual services that are under bid, the employee will abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or nolo contendere to, any violation of Chapter 893 or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later than five (5)days after such conviction. 5. Impose a sanction on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employee's community by, any employee who is so convicted. 6. Make a good faith effort to continue to maintain a drug-free workplace through implementation of this section. As t per n Au nzed to sign the statement, I certify that this firm complies fully with the above requirements. J(Ic Sigr(ature of Bidder (c... - y- 2C7,11 Date Page 29 City of Boca Raton School Crossing Guard Services Bid No. 2021-014 STATEMENT OF NO BID (No Bid may be submitted electronically within the electronic bidding system.) NIA If you are not bidding on this service/commodity,please complete and return this form to:City of Boca Raton Purchasing Department,201,W. Palmetto Park Road,Boca Raton,Florida 33432. COMPANY NAME: • ADDRESS: TELEPHONE: SIGNATURE: DATE: We,the undersigned have declined to bid on service/commodity because of the following reasons: Insufficient time to respond to the Invitation to Bid We do not offer this product or an equivalent Our product schedule would not permit us to perform Unable to meet specifications Other(specify below) REMARKS: Page 30 ACTION PLAN FOR THE CITY OF BOCA RATON QUALIFICATIONS AND COMPANY INFORMATION Waterfield Florida Staffing, LLC purchased Action Labor of Florida in 2018. Our management team and staff has remained the same since the acquisition. Action Labor and Staffing Connection are dba's of Waterfield Florida Staffing, LLC. The School Crossing Guard division of our company opened in 1999. We employ over 700 crossing guards and 40 Certified Trainers. Our company is the current vendor for the Cities School Crossing Guard program. We privatized the City in 2016 and have provided a program that covers all posts on a regular basis. The 2020-2021 school year was extremely challenging with COVID 19 laying off our crossing guards in March of 2020. Our team maintained good communication with the crossing guards during the lay off and we have provided the City with a comprehensive program. Staffing Connection will schedule a meeting with all the current guards in July 2021 to prepare for the 2021-2022 school year. RECRUITING and TRAINING Our strength in recruiting is proven by servicing over 35 City/County contracts. Our office maintains a direct focus on recruiting candidates that understand the commitment to be a school crossing guard. We have training classes weekly and accept applications daily. We would also recruit within the City for additional staff. We utilize our extensive data base to recruit qualified candidates. A database that has been developed for over 20 years. Additionally, we have found our employees to be an excellent source for identifying good candidates. We offer an incentive to all our school crossing guards that refer individuals that are hired by our company. POST EVALUATIONS AND STATE MEETINGS Staffing Connection will visit each post location and map out all current post locations. Staffing Connection will tabulate the number of children crossing at each post on an ongoing basis. The data received will be shared with our designated city contact and used to determine if post locations can be eliminated, or the need for additional post assignments. Our goal is to maximize safety and make sure the City's cost is being minimized where possible. Staffing Connection attends all required state meetings and has relationships with all the necessary state departments that are involved with the School Crossing Guard Program. Page 1 SCHOOL CROSSING GUARD TRAINING Ensure that all School Crossing Guards have been properly trained to the "Florida School Crossing Guard Training Guidelines" before post assignment. Facilitate School Crossing Guard Training, sessions are held weekly. Each School Crossing Guard candidate is required to successfully complete a 4-hour classroom training session conducted by a Staffing Connection trainer, who is a FDOT state certified trainer. They will also be required to complete a 2 hour in-the-field training session without and with children at a post. Staffing Connection will be responsible for completing all training documentation and obtaining the guards' certifications from the state. Guards are re-certified every 12 months. Maintain School Crossing Guard Training as required for all new personnel hired, scheduled on an "as need basis". NOTIFICATION TO SCHOOLS A letter of introduction/notification will be sent to each school principal,advising who the contact person is at Staffing Connection. This will serve as a reference for the School Resource Office or any parent wishing to contact our office. SCHOOL CROSSING GUARD MAINTENANCE The Field Supervisor will be responsible to verify the coverage of all posts each day and that the Guards are on their posts for the required post time. This allows Staffing Connection the ability to control the attendance/punctuality of all guards on a day-to-day basis. We will always have substitutes available and the supervisors will also be available to fill in where needed. Each guard will have the supervisor's phone number and a 24-hour contact at our office, in the event the guard has a problem during nonworking hours. Our staff supervisor meets with the Field Supervisors on a weekly basis, to verify time is being reported correctly and to get a weekly report of events. Forms are turned into our office and kept in an employee file. Forms include: Weekly supervisor report. Absence Report. Complaint Resolution. Employee Discipline Warning Notice and a Weekly Time Sheet. A Staffing Connection school crossing guard liaison will travel with the supervisor on a periodic basis to ensure that policies and procedures are being met. Additionally, our management team does unscheduled observations. Page 2 EQUIPMENT AND DRESS CODE Staffing Connection will provide the state required equipment including: Ansi Il Retro-Reflective Vest, Whistle, Reflective Stop Paddle. All guards are required to wear a white polo type shirt and navy or black pants/shorts. Tennis shoes are mandatory as proper foot attire. Guards are always required to be neat and clean. BADGES City of Boca Raton School Crossing Guard will be issued a Staffing Connection photo I.D. Badge that must always be worn while on their post. This will identify who they are to the children, parents and teachers while on their respective posts. PAY SCHEDULE Employees are paid on a weekly basis upon submission of a group time sheet by the field supervisor CONTACT PERSON The City of Boca Raton will provide a contact person to call if situations arise and for informational purposes. Page 3 c-., rc--'- '''' .,-., .67, .Fi.43, --,,zci,„ --.tbs, „tio. .„6-0„. . , 4 STATE OF FLO°1 !DA 0 D;EP A °'T , _iEN• ' OFTRANSPORTATION 41 FLORIDA SCHOOL CROSSING GUARD TRAINING PROGRAM V This is to certify that t ?fancy3Imenez 11 has successfully completed the training and is a certified Florida School Crossing Guard Trainer Q 2. 12. 15 UDate �� C9— ()---,----C Y\=--J`---t Cente?ania! / Dana Crosby Y':. _J? 1 v Jim Boxold 1 Program Administrator 1J:>:. 3 i Secretary of Transportation Florida School Crossing Guard Training Program79120>> • {.) E STATE OF FILOIDA 0 IIVPI! o r IENT OF 4!\ fSPOR' tATION FLORIDA SCHOOL CROSSING GUARD TRAINING PROGRAM 0 This is to cert that \, 10 Catherine Casta(c(o c, \, has successfully completed the • training and is a certified . Florida School Crossing Guard Trainer T 4} November 20, 2019 Date „.. 4;,jcs.,_ -c____Th/ ... , ) , 1 aritil 'J Dana Crosby FD OTevin J.Thibault,P.E. , 'r1 Program Administrato Secretary of Transportation i' Florida School Crossing Guard Trai ' Program •- - a 4`1cwTR4N, PURCHASING DIVISION ! 'i , 'Y CITY OF 201 WEST PALMETTO PARK ROAD •BOCA RATON, FL 33432 (0,.i'"',,.0 PHONE (561)393-7871 r Boca Raton (FOR HEARING IMPAIRED)TDD(561)367-7043 ` <= www.mvhoca.us �4,0aa Date May 24,2021 Addendum No. 1 Bid No.2021-014 Title: Crossing Guard Services The following Addendum items are amendments to the original Bid document and shall be considered as an integral part of said Bid document and bindings thereon as if bound therein. All items of the Bid document shall remain intact unless amended by this addendum. Addendum No.1 is 1 page and includes 1 attachment. This addendum serves as notice of the following change(s). Clittederiated.biiietifoutithriffilitioUtrokaiifid wow*tow. A. SPECIAL CONDITIONS. PART I INSTRUCTIONS TO BIDDERS Instructions to Bidders,the following paragraphs are amended as follows,as denoted by strike out. HOW TO RESPOND TO THIS BID iii. Check in at the reception area and identify that you have a Bid package for delivery to the Purchasing Division. A representative from the Purchasing Division will be contacted to receive the Bid submittal or will already be at the reception area. The Purchasing Division representative will place a date/time stamp on your Bid submittal package to confirm receipt is prior to the closing date and time. Online real-time viewing of sealed Bid openings,' ,will proceed in the same manner as procurement ordinarily performs such openings as detailed in Exhibit A as attached herein. B. Exhibit A Exhibit A is deleted and replaced with Exhibit A,Addendum No. 1 and is attached. Digitally signed by Micha Micha Caldwell Date 2021.05.2407:37:17 x'00' Name of Buyer Title Bidder to acknowledge this addendum by completing the section below and submission of this form with their Bid document. Company Name:lnpt'- ,--k IC-V1"� �2iA 5fa I, ,01/Signed: y,7„L ,„ STAY CONNECTED -AN EQUAL OPPORTUNITY EMPLOYER- Addendum No. 1 CITY OF BOCA RATON PURCHASING DIVISION VIRTUAL PUBLIC MEETING PROCEDURES UTILIZING COMMUNICATIONS MEDIA TECHNOLOGY(CMT) 1. Intent. The intent of these Virtual Public Meeting procedures ("Procedures") is to conduct official business in accordance with Florida Statutes and/or to meet requirements of the Procurement Code of the City of Boca Raton. It is the intent of the City to provide an equitable and efficient method to provide public access to all matters that are to be addressed through public meetings ("Proceedings"). 2. Aoolicability. These Procedures shall be utilized for Public Meetings utilizing CMT. 3. Definitions. The following words, terms and phrases, when used in these Procedures, and notwithstanding any other definitions in the City Code, shall have the meanings ascribed to them in this section. Attendees. shall mean members of the general public who wish to view Proceedings via CMT. Notice. Notice requirements as contained in Florida Statutes and the City Code of ordinances shall apply to the Proceedings. Any notice of a meeting, and any agenda for such meeting, to be conducted as a Proceeding, shall include a reference to the Virtual Public Meeting Procedures for information on the method to view the Proceedings. Official file. All written communication received by Staff (from any source) concerning any matter on a Proceeding Agenda shall be filed in the record, which shall be maintained by Staff. Virtual Public Meeting Procedures and Technical Information for CMT Meetings. The technical information for CMT Meetings (utilizing the Go To Meeting platform) as detailed below, and a copy of these Procedures shall be posted on the City website. 4. General Procedures. (a) Proceedings(or Meeting). The Meeting shall be held through the use of CMT(electronic transmission of printed material, audio, full-motion video, freeze-frame video, compressed video, and digital video by any method available,as provided in Section 120.54(5)(b)(2), Florida Statutes),which is accessible to all Attendees, to the extent technologically practicable. (b) Attendance. The Purchasing Division will make its best efforts to take attendance at all Meetings or events held pursuant to these Procedures,to the extent technologically practicable through the CMT. (c) In the event the City's CMT malfunctions during the Proceeding, the Purchasing Division shall use its best efforts to address the malfunction and, if the Meeting is continued to a specific date and time, or rescheduled, to provide notice as to the date and time of the continuation of the Proceeding. Malfunction of an Attendee's CMT equipment, including, but not limited to computer and/or telephone, shall not require continuation of the Proceeding, provided the Purchasing Division CMT Equipment continues to function. 5. Technical Information for CMT Meetings. The notice of Proceedings will provide that instructions, as detailed below, for accessing the Meeting using CMT and will be available on the City's website. (a) Public Bid Openings — Attendees may view and/or listen to the opening of the bids but may not participate or provide comments/questions. 6. Technical Information for CMT. • Mute: Attendees will be automatically placed in Listen Only (mute) mode during the Meeting. The Meeting organizer(Staff)will control mute/unmute. • Live Video: Attendees will have their video capabilities automatically placed on off mode. • Attendance: In order to keep a log with attendance, we are asking everyone to type your name and the name of the supplier/contractor you represent under the chat feature. • First Time Using Go To Meeting: Get the App in advance by clicking on the link provided below. Page 1 of 2 Go To Meeting Invitation: Bid Opening for Bid No.2021-014 Crossing Guard Services Date and Time as stated in the Special Conditions, Item 1.1 *Please join my meeting from your computer,tablet or smartphone. httos://alobal.00tomeetina.com/ioin/884822093 You can also dial in using your phone. United States: +1 (224) 501-3412 Access Code: 884-822-093 New to GoToMeeting? Get the app now and be ready when your first meeting starts: httos://global.aotomeetinq.com/instal1/884822093 V 5/20/21 Page 2of2 6/8/2021 Detail by Entity Name DIVISION..r Gar•acamn•,n; of li911• rg r l(1)t i P 11) > 'f'f r.)! TA/Jig U! N/3 Qgpartment of Sticic / Division of corporations / Search Rr r.oisa / Search by Entity Name / Detail by Entity Name Florida Limited Liability Company WATERFIELD FLORIDA STAFFING, LLC Filing Information Document Number L18000046941 FEI/EIN Number 82-4558588 Date Filed 02/21/2018 State FL Status ACTIVE Last Event LC STMNT OF RA/RO CHG Event Date Filed 04/25/2019 Event Effective Date NONE Principal Address 624 NOTTINGHAM BOULEVARD WEST PALM BEACH, FL 33405 Changed: 04/09/2021 Mailing Address 624 NOTTINGHAM BOULEVARD WEST PALM BEACH, FL 33405 Changed: 04/09/2021 Etgistered Agent Name &Address CORPORATE CREATIONS NETWORK INC. 801 US HIGHWAY 1 NORTH PALM BEACH, FL 33408 Name Changed: 04/25/2019 Address Changed: 03/25/2020 Authorized Persons)Detail Name&Address Title AMBR WO PARTNERS, LLC 4779 COLLINS AVENUE SUITE 4405 search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=EntityName&directionType=initial&searchNameOrder=WATERFIELDFL... 1/2 6/8/2021 Detail by Entity Name MIAMI BEACH, FL 33140 Annual Reports Report Year Filed Date 2019 03/27/2019 2020 03/11/2020 2021 04/09/2021 Document Imagga 04/09/2021 —ANNUAL REPORT I View image in PDF format 03/11/2020--ANNUAL REPORT View image in PDF format 04/25/2019—CORLCRACHG I View image in PDF format 03/27/2019—ANNUAL REPORT I View image in PDF format 07/13/2018—LC Amendment I View image in PDF format 02/21/2018—Florida Limited Liability View image in PEW fonnat search.sunbiz.org/Inquiry/CorporationSearch/Search ResultDetai I?i nq u irytype=E ntityName&d irectionType=1 nitial&searchNameOrder=WATE RFIELDFL... 2/2 nw M r+v%•I Oe. WATERFIELD PARTNERS LL( Receipt #05A-19-00010792 624 NOTTINGHAM BLVD Paid 09/02/2020 33.00 WEST PALM BEACH, FL 33405 2020 - 2021 BROWARD COUNTY LOCAL BUSINESS TAX RECEIPT 115 S. Andrews Ave., Rm. A-100, Ft. Lauderdale, FL 33301-1895— 954-831-4000 VALID OCTOBER 1, 2020 THROUGH SEPTEMBER 30, 2021 DBA: STAFFING CONNECTION ACTION LABOR Receipt#: 329-34749 Business Name: Business Type:ALL OTHERS (STAFFIN( AGENCY) Owner Name: WATERFIELD PARTNERS LLC Business Opened:08/05/2007 Business Location: 6555 N P)WERLINE RD 306 State/County/Cert/Reg: FT LAUDE kDALE Exemption Code: Business Phone: 954-776-3444 Rooms Seats Employees Machines Professionals 5 Signature For Vending Business Only Number of Machlripes: Vending Type: I Tax Amount I Transfer Fee I NSF Fee Penalty I Prior Years I Collection Cost I Total Pala 33.001 0.001 0.001 0.001 0.001 . 01 33. )0I Receipt #05A-19-00010792 Paid 09/02/2020 33.00 AC oRo® CERTIFICATE OF LIABILITY INSURANCE I DATE(MDD/ / YYYY) 12/311/2019 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT NAME: August Quartararo Risk Transfer Insurance Agency LLC PHONEFAX 47 E.Robinson Street, Suite 200 (�A�IC1 No.E1): 561-683 1211 �'A,c•"°'' Orlando FL 32801 ADDRESS: aquartararo@actionlabor.com INSURER(S)AFFORDING COVERAGE NAIC• I INSURER A:Zurich America Insurance Company INSURED WOPARTN-01I INSURER B:American Zurich Insurance,Inc 40142 Waterfield Florida Staffing, LLC 624 Nottingham Boulevard I INSURER c:American Guarantee&Liability 26247 West Palm Beach FL 33405 INSURER D:United Wisconsin Insurance Company INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER:1896193863 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR !ADM SUBRI POLICY EFF POLICY EXP ITR TYPE OF INSURANCE •Nsb p POLICY NUMBER IMMl11 MMIDD/YYYY1 LIMITS A X COMMERCIAL GENERALLIABIUTY Y ! PRA0990931012 1/1/2020 1/1/2021 EACH OCCURRENCE $1,000,000 CLAIMS-MADE X OCCUR OAMAGETO RENTED PREMISES(Ea occurrence) $100,000 MED EXP(Any one person) $10,000 IPERSONAL&ADV INJURY $1,000,000 GEM.AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $2,000,000 X POLICY JET LOC PRODUCTS-COMP/OP AGG $2,000,000 OTHER: $ B AUTOMOBILELIABIUTY PRA013080600 1/1/2020 1/1/2021 COMBINED SINGLE LIMIT $1,000,000 A PRA0990931012 1/1/2020 1/1/2021 (Ea accidents ANY AUTO BODILY INJURY(Per person) $ OWNED X AUTOS (Per AUTOS ONLY BODILY INJURY acci ) dent $1,000,000 X HIRED X NON-OWNED PROPERTY DAMAGE $ AUTOS ONLY AUTOS ONLY (Per accident) $ C X UMBRELLALIAB X OCCUR UMB036953202 1/1/2020 1/1/2021 EACH OCCURRENCE $5,000,000 EXCESS LAB CLAIMS-MADE AGGREGATE $5,000,000 DED i X I RETENTION S n I $ D WORKERS COMPENSATION WC500-00041-020SZ 1/1/2020 1/1/2021 X I STATUTE I I ETH- AND EMPLOYERS'LIABIU Y Y l N ANYPROPRIETOR/PARTNERJEXECUTIVE E.L.EACH ACCIDENT $1,000,000 OFFda(Mandatory NH)EREXCLUDED9 n N/A E.L.DISEASE-EA EMPLOYEE $1,000,000 In If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $1,000,000 A Professional Liability PRA0990931012 1/1/2020 1/1/2021 General Aggregate 2,000,000 Each Occurence 1,000,000 DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES(ACORO 101,Additional Remarks Schedule,may be attached N more space is required) Subsidiaries: •dba Action Labor of Florida,LLC •dba Action Labor of the Carolinas,LLC •dba Action Labor Management dba Staffing Connection Contract#2016-222 School Crossing Guard Services Additional Insured status is provided to the City of Boca Raton and the Greater Raton Beach and Parks District where required by written contract,per the terms,conditions,and exclusions of the policy. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DEUVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. City of Boca Raton 201 West Palmetto Paris Road A ORI�DREPRESENTATIVE Boca Raton FL 33432 I ©1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD CITY OF BOCA RATON CONTRACT ALTERATIONS FORM DATE: 7/14/2025 CONTRACT NO: 2021-014 Price Increase per Special Condition 5.01 TITLE: School Crossing Guard Services TO: Waterfield Florida Staffing, LLC dba FROM: City of Boca Raton, Purchasing Division Action Labor ATTN: Alexis Forbes ATTN: Sharron Cook 201 W. Palmetto Park Road 6555 N. Powerline Road Suite #306 Boca Raton, FL 33432 Fort Lauderdale, FL 33309 Phone: 561-393-7872 Phone: 954-776-3444 Fax: 561-393-7983 Fax: 954-776-8476 Email: Alexis.Forbes@myboca.us Email: scook(cy�actionlabor.com DESCRIPTION OF CONTRACT ALTERATION: Pursuant to Special Conditions 5.01 CONTRACT PERIOD AND RENEWAL The initial contract period shall be for one (1) year, automatically renewed thereafter for four(4), one-year renewal periods subject to termination clause(s) as provided herein. Automatic contract renewal shall be subject to the appropriation of funds, satisfactory performance and determination that the contract renewal is in the best interest of the City. The City requires a firm price for initial contract period. Automatic annual renewals will be based on the same terms, conditions, pricing and specifications herein. For the purpose of re-bidding, the contract may be extended at the City's option for a defined period of time, not to exceed one (1) year. Option for extension will only be exercised upon mutual written agreement and with all terms, conditions and unit prices adhered to with no deviations. Non-Minimum Waae Increases)Prior to each annual renewal, the City may consider price adjustment(s) only when a written request is received by the Buyer identified herein a minimum of ninety (90)days prior to the renewal date for review by the City. Contractor is responsible for verifying that written price request was received by the Buyer within ninety (90)days. Contractor's written request shall identify each bid item affected and proposed price with written justification and supporting documentation attesting that the request is a bonafide cost increase/decrease to the Contractor. Failure to submit the required supporting documentation may result in the price adjustment request being denied. Contractor's requested price adjustment is subject to City approval and shall require written acknowledgement from Purchasing. In the event that the City does not wish to accept the adjusted cost(s) and the matter cannot be resolved to the satisfaction of the City, the Contract may be terminated by the City by giving written notice to the Contractor. In the event that a cost decrease is realized due to changes in the economy (CPI/CPU and/or decreases that are industry specific), the City shall have the right to request and receive from the Contractor a reasonable reduction in costs. The above listed items and referenced attachment is hereby incorporated and made part of BID 2021-014 and shall become effective upon signature and mutual consent. All other terms, conditions and specifications of BID 2021-014 remain unchanged. The undersigned acknowledges a mutual agreement for implementation of the contract alterations stipulated herein by signing in the space provided below and such services shall become effective on August 1, 2025. -21(7(-> -P"ALt - l NASe. CC° kA �cr1i�,a . ,LIL - (c 2L2S e'dmpany Authorized Signature Company Name Date Approved by: , 'La / 7/22/2025 Ivelsa Guzman, Purchasing Manager, City of Boca Raton Fredrick Laurie, Police Lieutenant, City of Boca Raton Staffing C tion, 6555 N.Powerline Road, Suite#306•Fort Lauderdale, FL 33309 & Action Labor TARGETING SAFETY p:954-776-3444 f:954-776-8476 May 3`d, 2025 Victor Guerrier Buyer City of Boca Raton 201 W. Palmetto Park Road Boca Raton, FL 33432 CC: Lieutenant Laurie RE: Bid No. 2021-014-School Crossing Guard Services Dear Victor: Please accept this letter as a request for a change to our current bill rate for SCG services. Our company has provided school crossing guard services for the City of Boca since 2015. Over the years we have focused on keeping our rates cost-effective and we have not requested an increase. Many factors are impacting our ability to continue to successfully recruit and staff the program at the current bill rate. Neighboring agencies have increased pay rates for school crossing guards to $19.00 per hour.The contract is a two-hour per day contract. Crossing guards are paid two hours per day and work a split shift that requires them to travel to the post location twice daily.The price of gasoline is over$3.00 per gallon, cost of living and the consumer index is at an all-time high. We are currently paying crossing guards$15.00 per hour.We are requesting an increase in the bill rate to bring the pay rate to$18.25 per hour. Please let me know if the City would like to maintain the contract-School Crossing Guard Services at a proposed bill rate of$25.92 per hour.The markup will remain at 1.42 and the increase will go towards employee wages, not company profit. $18.25 per hour x 1.42 =$25.92. I have spoken with Lieutenant Laurie he has given approval for the increase and has informed me to notify purchasing. I appreciate your prompt attention to this request, so we know what our recruiting mission will be for the upcoming 2025-2026 school year that begins August 11th, 2024. Sincerely, Sharron Cook Branch Manager School Crossing Guard Division Price Increase per Special Condition 5.01 ! Waterfield Florida Staffing, I. Regular School Session LLC the schedule provided in Exhibit B.For future school sessions,daily rate shall remain the uauly Kate Item I Type of ServiceI Estimated Annual Quantity I Per Guard/Posts I Extened Price 1 School Crossing Guard I 15,480 1$51.84$ I $802483.20 (86I Guards X 180 School Days) I+ I Daily Rate 360 i$51.84$42,6 2 Field Supervisor $18662.40 I (2 Field Supervisors X 180 School Days) Daily Rate $46336:00 Grand Total (Bid Items 1 & 2): $821,145.601 II. Summer School Session that may or may not occur throughout the contract period.For future summer sessions, Item I Type of Service I Estimated Annual Quantity I Per Guard/Posts 1 I School Crossing Guard I NOT KNOWN I ilim Daily Rate 2 I Field Supervisor I NOT KNOWN $51.84$4276 I Daily Rate Stalling C ionJ &Action Labor TARGET/NG SAFETY 6555 N. Powerline Road, Suite#306• Fort Lauderdale, FL 33309 p:954-776-3444 f:954-776-8476 August 20th, 2025 Sergeant Munro Boynton Beach Police Department 2100 High Ridge Road Boynton Beach, FL 3342 RE: Contract No. 2021-014, City of Boca Raton - School Crossing Guard Services Sergeant Munro, Our office is writing to confirm that the school crossing guard services will be extended per the contract Bid No. 2021-014. The City of Boynton Beach is piggybacking on this contract. The City of Boca Raton has agreed to our request to increase the payrate for all crossing guards. The bill rate will be $25.92 for the 2025-2026 school year. The contract was awarded to Waterfield Florida Staffing, LLC dba, Staffing Connection on July 28th, 2021. Contract terms have an initial contract period of(1) one year, with 4 renewal one-year options. We look forward to continuing to provide the City of Boynton Beach with School Crossing Guard Services for the 2025-2026 school year. Please see attachment A with current schools and post locations that are staffed with school crossing guards. Please respond at your earliest convenience to the renewal of services for a one-year term. Sincerely, i �-- 4,0 ,ZC� G� Sharron Cook Branch Manager-School Crossing Guard Services Approved for renewal through July 28th, 2026 Authorized Signature: Title: Date: