Loading...
HomeMy Public PortalAboutResolution No. 23-134 Selecting Crispin Special Investigations Inc as Background ScreenerSponsored by: City Commission RESOLUTION NO. 23-134 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF OPA-LOCKA, FLORIDA, SELECTING CRISPIN SPECIAL INVESTIGATIONS, INC. AS THE CITY'S INDEPENDENT PROFESSIONAL BACKGROUND SCREENER TO CONDUCT A LEVEL 2 BACKGROUND SCREENING AND ALL OTHER BACKGROUND CHECKS NECESSARY TO COMPORT WITH THE CITY'S ESTABLISHED PROCEDURES FOR THE SELECTION OF A CITY MANAGER, FOR AN AMOUNT NOT TO EXCEED TEN THOUSAND DOLLARS ($10,000.00) FOR SERVICES; PROVIDING FOR INCORPORATION OF RECITALS; PROVIDING FOR CONFLICT; PROVIDING FOR AN EFFECTIVE DATE WHEREAS, pursuant to Resolution 23-002, the City of Opa-Locka ("City") established a search committee for the selection of a permanent City Manager, which consisted of the City Commission of the City of Opa-Locka; and WHEREAS, Section 2-3.1 of the City of Opa-Locka's Code of Ordinances requires, among other things, that the City conduct a state and national criminal history background check for the position of City Manager; and WHEREAS, further, the City Commission is required to adhere to existing Policies and Procedures requiring a Level 2 background check for City Manager candidates; and WHEREAS, on August 29, 2023, the City Commission authorized a procurement process through a Request for Qualifications for an independent professional background screener to conduct a Level 2 background screening and all other background checks necessary to comport with the City's established procedures for the selection of a City Manager; and WHEREAS, the City Commission desires to select Crispin Financial Investigations Inc. as the independent professional background screener for the City in the City's City Manager selection process; and Resolution No. 23-134 WHEREAS, the City Commission of the City of Opa-Locka, Florida finds that it is in the best interest of the City and its residents to select Crispin Financial Investigations Inc. as the independent professional background screener, for an amount not to exceed Ten Thousand Dollars ($10,000.00) for services. NOW THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF OPA LOCKA, FLORIDA: SECTION 1; RECITALS ADOPTED. The recitals to the preamble herein are incorporated by reference. SECTION 2. AUTHORIZATION The City Commission of the City of Opa-Locka, Florida hereby selects Crispin Financial Investigations Inc. as the City's independent professional background screener to conduct a Level 2 background screening and all other background checks necessary to comport with the City's established procedures for the selection of a City Manager, for an amount not to exceed Ten Thousand Dollars ($10,000.00) for services. SECTION 3. SCRIVENER'S ERRORS. Sections of this Resolution may be renumbered or re -lettered and corrections of typographical errors, which do not affect the intent of this Resolution may be authorized by the City Attorney without need of public hearing, by filing a corrected copy of same with the City Clerk. SECTION 4. CONFLICT To the extent that there is conflict with this Resolution and any prior, Resolution or policy of the City, this Resolution shall control. SECTION 5. EFFECTIVE DATE This Resolution shall take effect upon the adoption and shall be provided to Governor or Governor's Designee. PASSED and ADOPTED this 13th day of September, 2023. John H. ¶. y or Jr., Mayor TEST: a Flores, City Clerk Resolution No. 23-134 APPROVED AS TO FORM AND LEGAL S IENCY: Bette NoP is -Weeks, P.A. City Attorney Moved by: Commissioner Williams Seconded by: Commissioner Bass VOTE: 5-0 Commissioner Bass YES Commissioner Kelley YES Commissioner Williams YES Vice Mayor Ervin YES Mayor Taylor YES 3 City of Opa-locka RFQ NO: 23-0913200 REQUEST FOR QUALIFICATIONS (RFQ) INDEPENDENT PROFESSIONAL BACKGROUND SCREENER CITY OF OPA-LOCKA RFQ NO. 23-0913200 INDEPENDENT PROFESSIONAL BACKGROUND SCREENER TABLE OF CONTENTS Subject Page Number Cover 1 Table of Contents 2 Advertisement 3 Pan' - Proposal Guidelines 4 PanII - Nature of Services Required 8 P III - Proposal Requirements 10 Part IV- Evaluation of Proposals Proposer Qualifications 12 14 Debarment, Suspension Certification 16 Drug -Free Certification. 18 Non -Collusion Affidavit... 19 Non-biscrimination Affidavit E -Vey, Form 20 21 CITY OF OPA-LOCKA REQUEST FOR QUALIFICATIONS RFQ NO: 23-0913200 Independent Professional Background Screener Se 1- 13 Pr°hal for Independent Professional Background Screener Services for the Ci of 0 a-locka the CitY's Clerk Office, 780 Fisherman S 41� will be received b �a3, � t, Floor, Opa-locks, Florida 33054, Package received after the designated dosing time will be d unopened. The City will be c pr,oP t'sals b➢mail; however, it is your responsibility to submit yo p proposal the date. In addition, roposal mayY be submitted via ww.demandstar.com (e -bid) by 2:00pm. w ThLe a ddressto submit sealed proposal is listed below: CITY OF OPA-LOCKA Office of the City Clerk 780 Fisherman Street, 4th Floor Opa-locka, Florida 33054 An original and six (6) copies for a total of seven plus 1 copy of the Proposal package on USB Flash Drive in PDF format shall be submitted in sealed envelopes/packages addressed to the City Clerk, City of 0pa-locka, Florida, and marke for hiaepexident Professional Background Screener. d Q proposers desiring information for use in preparing to at P P g proposals may obtain a set of such documents by visiting the City's websi y'�.obalockafl gov or www.demandstar.com. The City C°41Inission reserves the right to accept or reject any and all proposals and to waive any technicalities or irregularities therein. The City Commission further reserves the right to award the contract to that proposer proposal, best complies with the RFQ NO: 23-0913200 requirements. Proposers may not withdraw thir proposal for a period °f Iiil1ety (90) days from the date set for the opening thereof. Joanna Flores, CMC City Clerk CITY OF OPA-LOCKA REQUEST FOR QUALIFICATIONS RFQ NO: 23-0913200 Independent Professional Background Screener PART I PROPOSAL GUIDELINES 1--1• Introduction: The City of Opa-locks seeks proposals for Independent Professional 13ackground Screener Services. The City is soliciting bids on behalf of the City Commission under the laws Othe State of Florida. These services must be efficient and economical, adhere to industry standards and best practices, and utilise the latest nonproprietary or authorized technology. The COntrartwilI be awarded to the highest ranked Proposer, as described in the Evaluation Procedures Secliolibelow. 1--2. Proposal Submission and Withdrawal: The City of Opa-locka will be accepting proposes by mail, however it is Proposer's responsibility to submit Proposer's proposal by the clue date. In addition, proposals may be submitted via www.demandstar.com (e -bid). The City must receive all proposals by 2:00 p.m. on Wednesday. September 13.2023. The address to submit sealed proposes is listed below: CITY OF OPA-LOCKA Office of the City Clerk 780 Fisherman Street, 4th Floor Opa-locka, Florida 33054 To facilitate processing, please clearly mark the outside of the proposal package as follows: RFQ NO. 23-0913200 - Independent Professional Background Screener Services. This package shall also include the Proposer's return address. ProPosers may withdraw their proposals by notifying the City in writing at any time prior to the deadline for proposal submittal. After the deadline, the proposal will constitute an irrevocable offer, for a Period of 90 days. Once opened, proposals become a record of the City and will not be returned to the Proposer. The City cautions Proposers to assure actual delivery of mailed or hand -delivered proposals directly to the City Clerk's Office at 780 Fisherman Street, 4th Floor, Opa-locks, Florida 33054 prior to the deadline set for receiving proposals. Proposals may also be presented on DemandStar. Telephone confirMation of timely receipt of the proposal may be made by calling (305) 688-4611 before proposal closing time. Any proposal received after the established deadline will not be considered and will be returned unopened to the Proposer(s). f-3• IV -timber of Copies: Proposers shall submit an original and six (6) copies (a total of 7) plus one copy on USB flash drive in PDF format of the proposal in a sealed, opaque package marked as noted above. The Proposer will be responsible for timely delivery, whether by personal delivery, US Mail or anY other delivery medium. 1-4• Development Costs: Neither the City nor its representatives shall be liable for any expenses inctuTect in connection with preparation of a response to this Request for Proposal. Proposers 4 should prepare their proposals simply and economically, providing a straightforward and concise description of the Proposer's ability to meet the requirements of the RFQ. 1-5. hquiries: The City Clerk will receive written requests for clarification concerning the meaning or Interpretations of the RFQ, until eight (8) days prior to the submittal date. City personnel are oluthorized only to direct the attention of prospective Proposers to various portions of the RFQ so that they may read and interpret such for themselves. No employee of the City is authorized to interpret any portion of this RFQ or give information as to the requirements of the RFQ in addition tO what is contained in the written RFQ document -6• Addendum: The City may record its response to inquiries and any supplemental instructions in the form of written addenda. The City may mail written addenda up to three (3) calendar days before the date fixed for receiving the proposals. Proposers shall contact the City to ascertain Whether any addenda have been issued. Failure to do so could result in an unresponsive proposal. AnY oral explanation given before the RFQ opening will not be binding. All Proposers are expected to carefully examine the proposal documents. Any ambiguities or inconsistencies should be brought to the attention of the City's Purchasing Agent through written G°mliztinication prior to the opening of the proposals. 1-7• Contract Awards: The City anticipates entering into an Agreement with the Proposer who submits the proposal judged by the City Commission to be most advantageous. The Proposer understands that this RFQ does not constitute an offer or an Agreement with the ProPoser. An offer or Agreement shall not be deemed to exist and is not binding until proposals are reviewed, accepted by the City Commission. The City Commission reserves the right to reject all proposals, to abandon the project and/or to solicit and re -advertise other proposals. 1-8. Cobtractual Agreement: This RFQ and Consultant/Contractor proposal shall be included and incorporated in the final award. The order of contractual precedence will be the Contract or Agreement document, original Terms and Conditions, and Proposer response. Any and all legal aeon necessary to enforce the award will be held in Miami -Dade County and the contractual obligations will be interpreted according to the laws of Florida. Any additional contract or agreefent requested for consideration by the Proposer must be attached and enclosed as part of the proposal. 1-9. Sel fection Process: The proposals will be evaluated and assigned points. The firm with the highest kiuniber of points will be ranked first however, nothing herein will prevent the City from assigniul$ work to any firm deemed responsive and responsible. The City reserves the right to further negotiate any proposal, including gr P P � price, with the highest rated propose . If an agreement cannot be reached with the highest rated Proposer, the City reserves the right to negotiate and recommend award to the next highest Proposer or subsequent Proposers until an agreement is reached. 1"10- Public Records: Upon award recommendation or ten (10) days after opening, whichever 5 occurs first, proposals become "public records" and shall be subject to public disclosure consistent vvithChapter 119 Florida Statutes. Proposers must invoke the exemptions to disclosure provided by 1awipthe response to the RFQ and must identify the data or other materials to be protected, and estate the reasons why such exclusion from public disclosure is necessary. Document files may be eamined, during normal working hours. 1.-11,News Releases: The Proposer shall obtain the prior approval of the City Commission for all newsreleases or other publicity pertaining to this RFQ or the service, study or project to which it relates, 1'12.lusurance: The awarded Proposer(s) shall maintain appropriate insurance coverage as may be required by the City Commission. Proposers' unwillingness to secure insurance coverage, policies or capabilities may be grounds for rejection of the proposal and rescission of any ensuing Agreement. 1-43.Licenses: Proposers should list all appropriate licenses. t-14. Public Entity Crimes: Award will not be made to any person or affiliate identified on the DePamnent of Management Services' "Convicted Vendor List". This list is defined as consisting of Persells and affiliates who are disqualified from public contracting and purchasing processes because they have been found guilty of a public entity crime. No public entity shall award any contract to, or transact any business in excess of the threshold amount provided in Section 287.017 Florida Statutes for Category Two (currently $25,000) with any person or affiliated on the Convicted Vendor List" for a period of thirty-six (36) months from the date that person or affiliate Was Placed on the "Convicted Vendor List" unless that person or affiliate has been removed from the list By signing and submitting the RFQ proposal forms, Proposer attests that they have not been placed on the "Convicted Vendor List". 1-15. Code Of Ethics: If any Proposer violates or is a party to a violation of the code of ethics of the City of Opa-locka or the State of Florida with respect to this proposal, such Proposer may be disqualified from performing the work described in this proposal or from furnishing the goods or services for which the proposal is submitted and shall be further disqualified from submitting any future Aroposals for work goods or services for the City of Opa-locka. 1-16, IIrug-Free Workplace: Preference shall be given to businesses with Drug -Free Workplace (DFW) »rograms. Whenever two or more proposals which are equal with respect to price, quality, and service are received by the City for the procurement of commodities or contractual services, a pr°P°Shc received from a business that completes the attached DFW form certifying that it is a DFW shall be given preference in the award process. 1"17' Permits and Taxes: The Proposer shall procure all permits, pay all charges, fees, and taxes, and give all notices necessary and incidental to the due and lawful execution of the work. 1-18- a' * otests: Protests of the plans, specifications, and other requirements of the request for propos l and bids must be received in writing by the City Clerk's Office at least ten (10) working days Poor to the scheduled bid opening. A detailed explanation of the reason for the protest must be inclined. Protests of the award or intended award of the bid or contract must be in writing and 6 r-ecewed in the City Clerk's Office within seven (7) working days of the notice of award. A detailed explanation of the protest must be included. 1-19.Termination for Convenience: A contract may be terminated in whole or in part by the City at an➢time and for any reason in accordance with this clause whenever the City shall determine that such nation is in the best interest of the City. Any such termination shall be affected by the deliver, to the contractor at least five (5) working days before the effective date of a Notice of Tern1ation specifying the extent to which performance shall be terminated and the date upon 'which termination becomes effective. An equitable adjustment in the contract price shall be made for the completed service, but no amount shall be allowed for anticipated profit on unperformed services. 7 PART 11 NATURE OF SERVICES REQUIRED Z-1 PURPOSE AND SCOPE OF WORK FurPose The C�iy of Opa-Locka seeks proposals for an Independent Professional Background Screener, individual ®r firs experienced in conducting background checks for governmental entities and/or companies .0ngaged in the hiring of high-level professionals for employment positions. The screener will be reSPoflsible for screening three (3) shortlisted candidates for the position of City Manager for the City of Opa-locks, Florida. 'The Professional background screener shall be independent not having ever been employed or worked in any capacity for the City previously. The Independent Professional Background Screener shall facilitate professional background screenings to comport with Section 2-3.1 of the City of Opa-Locka's Code of Ordinances and existing Procedures of the City of Opa-Locka relating to state and national criminal history background Level 2 checks for the position of City Manager. Pursuant to the City's Background Screening process "an acceptable background screening will verify that an individual is who they claim to be; check and confirm the validity of the person's criminal record, education, employment history, and other activities from their past An employee background check reviews a person's criminal records, driving records, and whether they are on a terror watch list or sex offender registry and may include a credit and credential check. Background Screening shall include reference checks, employment and educational verification, license verification, social security verification, motor vehicle records checks, credit history and other specialized checks deemed appropriate by the screener. The Independent Professional Background screener is contemplated in the City's Policy and Procedures for Background Screening and the City's definition of "professional Background Screener", See Exhibit "A" attached hereto. The City's Human Resources Deparent shall receive all information once collected and analyzed by the Professional Background Screener. scope Of Work SCOPE: a) This solicitation is a request for proposal to provide services for criminal background checks, motor vehicle checks, financial checks, and miscellaneous background screenings for the City of Opa-Locka for the City Manager search process. The solicitation is also a request for all of the matters covered within the kesolution approving these services as passed by the City Commission at its Special Meeting held on August 9, 2023. b) Ita proposal is selected, it will be the most advantageous regarding price, quality of service, and the Vendor's clualifications and capabilities to provide the specified service which may include modifications, and other factors which the City may consider. 8 Required checks for this RFQ should include a State of Florida and federal criminal history background checkto be inclusive of all the categories listed below: a. SSN Verification b. Complete address history c. Criminal history d. National sex offender registry e. Motor vehicle report f. Employment verification g. Educational background verification h. Terrorist database i. All additional items and services referenced within the Resolution that approved these services as passed by the City Commission on September 29, 2023. Resolution information is available from the City Clerk or on the City's website. `2 PROPOSER QUALIFICATIONS Adequate information and documentation must be provided in the Proposal to support or confirm satisfaction of the required qualifications below: The City of Opa-Locka seeks proposals for an Independent Professional Background Screener, in.dividttai or firm experienced in conducting background checks for governmental entities and/or compaies engaged in the hiring of high-level professionals for employment positions. The Proposer shall have experience, expertise, and reliability in background screening services; established reputation, particularly with governmental clients. Proposer must have a minimum of five (5) years of successful experience in the aforementioned areas. Please provide a list of current and relevant projects. 2-3 TERM OF CONTRACT The terms of the contract is anticipated to be for ninety (90) days. 9 PART III PROPOSAL REQUIREMENTS 3-1 RULES FOR PROPOSALS in order to maintain comparability and enhance the review process, proposals shall be organized in -the miner specified below and include all information required herein. The proposal must name 011 persons or entities interested in the proposal as principals. The proposal must declare that it is in adeMthout collusion with any other person or entity submitting a proposal pursuant to this RFQ. 3-2 SUBMLSSION OF PROPOSALS The proposal shall be submitted on 8 1 "x 11" paper, portrait orientation, with headings and se�o1s numbered appropriately. Ensure that all information is written legibly or typed. The fav0W ig should be submitted for a proposing firm to be considered: 3,2.1 Cover Page - Show the name of Proposer's agency/firm, address, telephone number, name of contact person, date, and the proposal number and description. 3-2.2 Tab 1- Table of Contents include a clear identification of the material by section and by page number. 3-2.3 Tab 2 - Letter of Transmittal 3.2.3.1 Limit to one or two pages. 3.2.3.2 Briefly state the Proposer's understanding of the work to be done and make positive commitment to perform the work. 3.2.3.3 Give the names of the persons who will be authorized to make representations for the Proposer, their titles, addresses and telephone numbers. 3.2.3.4 Provide an official signature of a Corporate Officer certifying the contents of the Proposer's responses to the City's Request for Proposal. 3.2.4 Tab 3 - General Information 3.2.4.1 Name of Business. 3.2.4.2 Mailing Address and Phone Number. 3.2.4.3 Names and contact information of persons to be contacted for information or services if different from name of person in charge. 3.2.4.4 Normal business hours. 3.2.4.5 State if business is local, national, or international and indicate the business legal Status (corporation, partnership, etc.). 3.2.4.6 Give the date business was organized and/or incorporated, and where. 3.2.4.7 Give the location of the office from which the work is to be done and the number of Pr ofessional staff employees at that office. 3.2.4.8 Indicate whether the business is a parent or subsidiary in a group of firms/agencies. If it is, please state the name of the parent company. 3-2.4.9 State if the business is licensed, permitted and/or certified to do business in the 10 State of Florida. 3.2.5 Tab 4 - Project Approach Descrte in detail the proposal to fulfill the requirements of the scope of services listed in section 2.2 ofdRFQ. 3.2.6 Tab 5 - Experience and Qualifications 3.2.6.1 Specify the number of years the Proposer has been in business. 3.2.6.2 Identify the Proposer's qualifications to perform the services identified in this RFQ as listed in section 2-2 of the Scope of Services. include resumes, not exceeding one page each, of all key personnel who will be assigned to the City for this project. 3.2.7 Tab 6 - Schedule 3.2.7.1 Include a timetable that identifies the amount of time required to complete each component of the Program. 3.2.7.2 Indicate the earliest available start date for Proposer's project team. 3.2..7.3 Indicate the project completion date based on the date provided in 3.2.7.1. Dote the search is ongoing and time is of the essence. This work is to include background screening only). 3.2.8 Tab 7 - Pricing of Services 3.2.8.1 Fee basis should be an all-inclusive, base fee. 3.2.9 Tab 8 - References 3.2.9.1 List a minimum of three (3) references in Florida for which the Proposer has provided the services requested. Include the name of the organization, brief description of the project, 1arne of contact person telephone number and email address. 3.2.10 Tab 9 - Additional Forms Proposers must complete and submit as part of its Proposal all of the following forms and/or documents • Proposer Qualifications o Certification regarding debarment and suspension o Drug Free workplace certification a E -Verification FADE TO SUBMIT ALL OF THE ABOVE REQUIRED DOCUMENTATION MAY DISQUALIFY PROPOSER. 11 PART IV EVALUATION OF PROPOSALS 4-1 SELECTION COMMITTEE A Selection Committee shall consist of the City Commission. The City Commission will convene, review and discuss all proposals submitted on September 13, 2023 at 7 PM, or soon thereafter clurillgthe regular city commission meeting. The Selection Committee will use a point formula during the review process to score proposals and assign Points in the evaluation process in accordance with the evaluation criteria. The Proposer Shall satisfy and explicitly respond to all the requirements of the RFQ including a detailed cxPlaeation of how the services shall be performed. Each Proposal will be reviewed to determine if the Proposal is responsive to the submission requirements outlined in the Solicitation. A responsive Proposal is one which follows the requirements of this Solicitation that includes all documents submitted in the format outlined in this Solicitation, is of timely submission, and has the appropriate signatures as required on each d ent Failure to comply withthese requirements may result in the Proposal being deemed non- responsive. The Contract (s) will be awarded to the most responsive Proposer whose Proposal best serves the interest of and represents the best value to the City of Opa-locks. 4-2 EVALUATION CRITERIA The City Commission may select and choose to invite any and/or or all firms to make presentation s and be interviewed by the City Commission. efence and Qualifications. t The technical expertise and professional competence in areas directly related to this RFQ; required number of years of experience in performing similar work demonstrated. 40 eferences 1• Provide a minimum of three (3) references of recent demonstrated experience in providing services similar in nature and size to the Scope of Work and include any government references. Provide a short description of the work performed, dates of service, names, addresses, telephone numbers, fax numbers, locations, remedies, and contract amount esolirces and approach 1• The methodology and systems reflecting the ability to provide the requested services; thorough discussion of objectives; sensitive approach to public and regulatory concerns; management, coordination of services and quality controls; attention to detail and creativity in finding background information. rice Proposal 1, Workload 20 30 10 TOTAL 100 13 4-3 ORAL PRESENTATIONS Proposers may be required to make individual presentations to the City Commission to clarify their proposals. Only those firms with the highest rated scores in accordance with the stated criteria and -their weights will be invited to give oral presentations. However, the City has the right to accept the best proposal as submitted, without discussion or negotiation. If the City determines that such presentations are needed, a time and place will be scheduled for oral preseptations which could be September 13, 2023 at 7:00 PM or soon thereafter. Each Proposer shall he prepared to discuss and substantiate any of the areas of the proposal submitted, and its elliahfirations to perform the specified services. During the oral presentations, the Proposers should relate their discussion to the evaluation criteria, which will include (but not be limited to) their approach to the project. The proposed Project Manager or any other person who will be involved with the background screening must be in attendance. The Evaluation Criteria may be changed for the oral presentation evaluation phase, if applicable. Additionally, prior to award of an Agreement pursuant to this RFQ the City may require Proposers to submit such additional information bearing upon the Proposer's ability to perform the services in the Agreement as the City deems appropriate. 4-4 FINAL SELECTION The City of 0pa-locka City Commission will select the firm that meets the best interests of the City. The City Commission shall be the sole judge of its own best interests, the proposals, and the resulting negotiated Agreement The City Commission's decisions will be final. Following the selection of firm, the eXPectation is that an Agreement will be executed between both parties. The City Commission Will recommend award to the responsible Proposer whose Proposal is determined to provide overall best value to the City, considering the evaluation factors in this RFQ. 4-5 AWARD AND CONTRACT EXECUTION The City Commission shall make the final award. Upon Commission authorization, contract negotiations will be initiated with the first ranked firm. If those negotiations are unsuccessful, the City will formally terminate negotiations with the first ranked firm and will commence contract negotiations with the next ranked firm, etc. Upon successful contract negotiations with the Prevailing firm, the remaining firms will be notified that the process has been completed and that they were not selected. 14 cm}jAt EVENTS telease Date lie Date/Bid Opening Award DATE/LOCATION 9/6/23 City Commission Meeting @ 7:00 pm on September 13, 2023, 3rd Floor, 780 Fisherman Street, Opa- locka FL. Due on September 12, 2023 at 2:00 PM: City of Opa-locka Clerk Office 780 Fisherman Street, 4th Floor Opa-locker, Florida 33054 OR Electronic Bid on www.Demandstar.com September 13, 2023 15 RFQ NO. 23-0913200 Independent Professional Background Screener The P@poser, as a result of this proposal, MUST hold a County and/or any City Occupational License thearea of their fixed business location. The following information MUST be completed and Ubinlited with the proposal to be considered: 1. Legal Name and Address: Kame: Crispin Special Investigations. Inc. Address: 101 N. Riverside Drive, Suite 207 Pompano Beach, FL 33062 City, State, Zip: Phone/Fax: (954) 767-2007 / (954) 241-5955 2. Check One: Corporation (A Partnership 9 ) Individual ( ) 3. If Corporation, indicate: Date of Incorporation: 12/06/2005 State in which Incorporated: Florida 4. If an out-of-state Corporation, currently authorized to do business in Florida, give date of such authorization: N/A 5• Name and Title of Principal Officers Date Elected: Robert W. Crispin, CEO 12/06/2005 6. The length of time in business: 17 years 7' The length of time (continuous) in business as a service organization in Florida: 17 years 8' Provide a list of at least three commercial or government references that the bidder has supplied service/commodities meeting the requirements ofthe City of 0pa-locka RFQ during the last twenty-four months. 9• A copy of County and/or Municipal Occupational License(s) N of°ration requested herein and submitted by the Proposers will be analyzed by the City of Opa-locka and wt� be a factor considered in awarding resulti' 9 contract The purpose is to insure that the all the rev,' Contractors in the sole opinion of the City of Opa-locks, can sufficiently and e�icientiy perform ed services in a timely and satisfactory manner as will be required by the subject contract 1f there are any terms and/or conditions that are in conJiici: themoststringentrequirementshed'apply, 16 S IJBMIrrED THIS 13 13 ID SI* ITTED BY: DAY OF September �rispingpecial Investigations, Inc. (954) 767-2007 2023. C ompapy Telephone Number R®bert W Crispin lsr e OPerson Authorized to Submit gad Signature Title CEO 17 CITY OF OPA-LOCKA CERTIFICATION REGARDING DEBARMENT, SUSPENSION PROPOSED DEBARMENT AND OTHER MATTERS OF RESPONSIBILITY • ThProposer certifies, to the best of its knowledge and belief, that the Proposer and/or any of its I'rmclpals: A. Are not presently debarred, suspended, proposed for debarment, or declared ineligible for the award of contracts by any Federal agency. B. Have not, within a three-year period preceding this offer, been convicted of or had a civil judgment rendered against them for: commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, state, or local) contract or subcontract; violation of Federal or state antitrust statutes relating to the submission of offers; or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, tax evasion, or receiving stolen property; and C. Are not presently indicted for, or otherwise criminally or civilly charged by a governmental entity with, commission of any of the offenses enumerated in paragraph 1-B of this provision. Z. The Proposer has not, within a three-year period preceding this offer, had one or more contracts terminated for default by any City, State or Federal agency. A. "Principals," for the purposes of this certification, means officers; directors; owners; partners; and persons having primary management or supervisory responsibilities within a business entity (e.g., general manager; plant manager; head of a subsidiary, division, or business segment, and similar positions). This Certification Concerns a Matter Within the Jurisdiction of an Agency of the United States and the Making of a False, Fictitious, or Fraudulent Certification May Render the Maker Subject to Prosecution Under Section 1001, Title 18, United States Code. B. The Proposer shall provide immediate written notice to the Contracting Officer if, at any time prior to contract award, the Proposer learns that its certification was erroneous when subrnitted or has become erroneous by reason of changed circumstances. C. A certification that any of the items in paragraph (a) of this provision exists will not Necessarily result in withholding of an award under this solicitation. However, the certification will be considered in connection with a determination of the Proposer's 2'esponsibility. Failure of the Proposer to furnish a certification or provide such additional Lformation as requested by the Contracting Officer may render the Proposer non- responsive. D. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render, in good faith, the certification required by paragraph Ca) of this provision. The knowledge and information of a Proposer is not required to exceed -that which is normally possessed by a prudent person in the ordinary course of business dealings. 18 E. The certification in paragraph (a) of this provision is a material representation of fact upon which reliance was placed when making award. If it is later determined that the Proposer knowingly rendered an erroneous certification, in addition to other remedies available to the Government, the Contracting Officer may terminate the contract resulting from this solicitation for default. AS Tit PERSON AUTHORIZED TO SIGN THE STATEMENT, I CERTIFY THAT THIS FIRM COMPLIES FULLYWITH THE ABOVE REQUIREMENTS. Signaqu.e /64a4ttGt% printed Name Robert W. Crispin 19 CITY OF OPA-LOCKA RFQ NO. 23-0913200 1Nhelliver two (2) or more bids/proposals, which are equal with respect to price, quality, and Sennce, are received by the CITY OF OPA-LOCKA for the procurement of commodities or contractual services, a bid/proposal received from a business that certifies that it has implemented a drug -free -workplace program shall be given preference in the award process. In order to have a drug -free Workplace program, a business shall: 1. Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession or use of controlled substances 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 number (1). 4- In the statement specified in number (1), notify the employees that as a condition for working on the commodities or contractual services that are under bid, the employee will abide bythe terms of the statement and will notify the employer of any conviction on or plea of guilty or no contest to any violation of Chapter 893, Florida Statutes or of any controlled substance law of the United States or any singular 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 Section 287.087, Florida Statutes. This Certification is submitted by Robert W. Crispin CEO (Name) of Crispin Special Investigations, Inc. the (Title/Position) (Company) who do E,s hereby certify that said Company has implemented a drug -free workplace program, which meets the requirements of Section 287.087, Florida Statutes, which are identified in numbers (1) dough (6) above. 09/13/2023 ,e6,6 G). Date Signature 20 CITY OF OPA-LOCKA NON -COLLUSION AFFIDAVIT STATE OF FLORIDA - COUNTY OF MIAMI DADE Robert W. Crispin being first duly sworn, deposes and says that (1) He/She/They is/are the _ owner and CEO [Owner, Partner, Officer, Representative or Agent) of - Crispin Special Investigations, Inc. the PROPOSER that has submitted the attached proposal; (2) He/She/They is/are fully informed respecting the preparation and contents of the attached Proposal and ofall pertinent circumstances respecting such Proposal; (3) Such Proposal is genuine and is not a collusive or sham Proposal; (4) Neither the said PROPOSER nor any of its officers, partners, owners, agents, representatives, employees or parties in interest, including this affiant, have in any way colluded, conspired, connived or agreed, directly or indirectly, with any other PROPOSER, firm, or person to submit a collusive or sham Proposal in connection with the Work for which the attached Proposal has been submitted; or to refrain from Proposing in connection with such Work; or have in any manner, directly or indirectly, sought by agreement or collusion, or communication, or conference with any PROPOSER, firm, or person to fix any overhead, profit, or cost elements of the Proposal or of any other PROPOSER, or to fix any overhead, profit, or cost elements of the Proposed Price or the Proposed Price of any other PROPOSER, or to secure through any collusion, conspiracy, connivance, or unlawful agreement any advantage against (Recipient), or any person interested in the proposed Work; (5) The price or prices quoted in the attached Proposal are fair and proper and are not tainted by any collusion, conspiracy, connivance, or unlawful agreement on the part of the PROPOSER or any other of its agents, representatives, owners, employees or parties of interest, including this affiant:. Signed, sealed and delivered in the presence of: }(aria Alvarez Witness Witness Robert W. Crispin, CEO Print Name and Title 21 NON-DISCRIMINATION AFFIDAVIT the undersigned, hereby duly sworn, depose and say that the organization, business or ill'tiiYtepresented herein shall not discriminate against any person in its operations, activities or ae1IVeryof services under any agreement it enters into with the City of Opa-locka. The same shall 01-n' dvely comply with all applicable provisions of federal, state and local equal employment laws arld shall not engage in or commit any discriminatory practice against any person based on Ice, age, religion, color, gender, sexual orientation, national origin, marital status, physical or rclental disability, political affiliation or any other factor which cannot be lawfully used as a basis for serviCedelivery. By: Robert W. Crispin Title: CEO Sworn and subscribed before this t 3 y of September 2023 NatarY Fublil� to of Florida 14.174,44,0 rm � i t�t/ro?Z My cotnhiission expires: 51 6/2.6 Notary Public State of Florida Richard Dean Truntz lar My Commission k HH 261465 Exp. 5!5/2026 22 E -VERIFY Effective January 1, 2021, public and private employers, contractors and subcontractors will be required to register with, and use of the E -Verify system in order to verify the work authorization Status of all newly hired employees. Vendor/Consultant/Contractor acknowledges and agrees to '-'-tilhe the U.S. Department of Homeland Security's E -Verify System to verify the employment eligibility of: a) Persons employed by Vendor/Consultant/Contractor to perform employment duties within Florida during the term of the contract; and b) All Persons (including sub-vendors/sub-consultants/sub-contractors) assigned by Vendor /Consillit/ Contractor to perform work pursuant to the contract with the Department. The Vendor /Consultant/ Contractor acknowledges and agrees that use of the U.S. Department of Homeland Security's E -Verify System during the term of the contract is a condition of the contract -oath the City; and By entering into a Contract, the Contractor becomes obligated to comply with the provisions of Section 448.095, Fla Stat, "Employment Eligibility," as amended from time to time. This includes but is not /Muted to utilization of the E -Verify System to verify the work authorization status of all newly hired employees, and requiring all subcontractors to provide an afidavit attesting that the subcontractor does not employ, contract with, or subcontract with, an unauthorized alien. The contractor shall Tnaintoin a copy of such affidavit for the duration of the contract Failure to comply will lead to termingtion of this Contract or f a subcontractor knowingly violates the statute, the subcontract must be terminated immediately, .1ft contract is terminated for a violation of the statute by the Contractor, the Centractor may not be awarded a public contract for a period of 1 year after the date of te ingtion. The Contractor acknowledges it is liable to the City for any additional costs as a result of termination of the contract due to Contractor's failure to comply with the provisions herein. 23 E -VERIFY FORM JJefthilions: "Contractor" means a person or entity that has entered or is attempting to enter into a contract with a public employer to provide labor, supplies, or services to such employer in exchange for salary, wages,or other remuneration. "Subcoatractor" means a person or entity that provides labor, supplies, or services to or for a contractor or another subcontractor in exchange for salary, wages, or other remuneration. Effective January 1, 2021, public and private employers, contractors and subcontractors will begin required registration with, and use of the E -Verify system in order to verify the work authorization staff of all newly hired employees. Vendor/Consultant/Contractor acknowledges and agrees to util1ze the U.S. Department of Homeland Security's E -Verify System to verify the employment eligibility of a) All persons employed by Vendor/Consultant/Contractor to perform employment duties within Florida during the term of the contract; and b) All persons (including sub-vendors/subconsultants/subcontractors) assigned by Vendor/Consultant/Contractor to perform work pursuant to the contract with. the Department. The Vendor/Consultant/Contractor acknowledges and agrees that use of the U.S. Department of Homeland Security's E -Verify System during the term of the contract is a condition of the contract with the City of 0pa-locka; and ShOUld vendor become successful Contractor awarded for the above -named ct jroe project, by entering into thus Contract, the Contractor becomes obligated to comply with the provisions of Section 448.095, Fla Stat, "Employment Eligibility," as amended from time to time. This includes but is not limited to util ration of the E -Verify System to verify the work authorization status of all newly hired employees, and requiring all subcontractors to provide an affidavit attesting that the subcontractor does not employ, contract with, or subcontract with, an unauthorized alien. The contractor shall luanitin a copy of such affidavit for the duration of the contract. Failure to comply will lead to termination of this Contract, or if a subcontractor knowingly violates the statute, the subcontract must be terminated immediately. 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 terrt ination. ComPany Name: Crispin Special Investigations, Inc. Auth°rized Signature: X6421, print Name: Robert W. Crispin Title: CEO Date: 09/13/2023 24 �trss C 1 -EfTIFICATE E0IE/_OW. E RESDIT p RTAHT: S ILl6ROGA f m certificate PRO® °R Aoripa Insurance 4g gam!/ Monterey St Fl. 34954 ieessLIRJESX 1 AGES 1s is To cTIFI �CCLL1S10N5 Poo MIRE LTR- A G Nt AGGA K POLICY OTHER: A�OMOBILEL ANYAUTO OWNED AUTOS HIRED ON AUTOS ON, UMHREI EXCESS on, gilIPLO AYR'RIET CER Bp NMa� dtIbieY describe Iyu D CRIPTION Op DEs nON °F, F oPp) Detective or Inve5 NDtrs ADDITION CED cEATTA S—ufred by Valid CE TEH ' CERTIFICATE OF LIABILITY INSURANCE 8 TI DATE(a9M1DDrYYYY) 07/05/2023 CATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED IBY THE POLICIES CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED TIVE OR PRODUCER, AND THE CERTIFICATE HOLDER 1 the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. ON IS WANED, subject to the terms and conditions of the policy, certain policies may require an endorsement A statement on does not confer rights to the certificate holder in lieu of such endorsement(s). Agency Rd. whrL�� Anthony Agrillo 144MME 772-287-1560 FAX U/C. No. En): No): __(A/C, E-MAILAD Ss: tony@agrilIoins.com INSURER(S) AFFORDING COVERAGE NAIC 444u444 A: Peleus Insurance Company 84118 pin Special Investigations, Inc N. Riverside Drive # 207 INSURER B INSURER C: INSURER D : INSURER E: NUMBER. SION NUMBER: • • ,m ..r eet,= ua I Cu DriuVY I1AVt 13±1-N ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD bTW THSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, l0 CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. ADOL BURR POLICY EFF ' POLICY `E OF INSURANCE e150 YYVo POLICY NUMBER (prM/DDXYYYYL (MM/DO/YYYY) UNITS cIIIL GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 4 -MADE X OCCUR DAMAGETO RENTED PREMISES (Ea occurrence) S 100,000 MED EXP (My one person) S 5000 GGLV0000353 03/24/2023 03/24/2024 PERSONAL s,ovINJuRY s 1,000,000 ATE LIMRAPPLIES PER: GENERAL AGGREGATE $ 2,000,000 JPEC"r ` I LOC PRODUCTS - COMP/OP AGG s 1,000,000 S i;B1LM COMBINED SINGLE UNIT $ (Ea accident) BODILY INJURY (Per person) S LY SCHEDULED BODILY INJURY (Peracddent) $ AUTOS lY NON-0WNEO PROPERLY DAMAGE AUTOS ONLY 1P a0ctd it y $ OCCUR EACH OCCURRENCE $ ill CLAIMS -MADE RETENTIONS AGGREGATE $ ENSATION a OT I• UAsernr Y 1 N STATUTE ERµ FXCLUD iPARTNER/EKECLITIVE ' 1 N 1 A EL EACH ACCIDENT $ 10. ELDISEASE - EA EMPLOYEE $ OPERATIONS below E.L DISEASE - POLICY LIMIT 5 ATIDNS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached I1 more space is required) tigative Agency dL INSURED — "OWNERS, LESSEES OR CONTRACTORS — SCHEDULED PERSON OR ORGANIZATION 'ORM# (CG2010 07 04) - Any Person or Organization for whom the insured is fatten Contract" M mime, CELLATION Sanlzis Harbor Resort & Marina LLC, Santis Resort & Marina LLc 101/125 N. Riverside Drive, 1 POrnt:lano Beach, FL 33062. AC010 25 (20163) SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE W1LL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROM _r AUTHORIZEDREPRE AWE 1:7157/0702-3 Nl rights ® 1988- r 5 ACORD CORPO reserved. The ACORD name and logo are reglstered marks CORD CELLATION Sanlzis Harbor Resort & Marina LLC, Santis Resort & Marina LLc 101/125 N. Riverside Drive, 1 POrnt:lano Beach, FL 33062. AC010 25 (20163) SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE W1LL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROM _r AUTHORIZEDREPRE AWE 1:7157/0702-3 Nl rights ® 1988- r 5 ACORD CORPO reserved. The ACORD name and logo are reglstered marks CORD POLJCYNUMBER: GLV0000353 COMMERCIAL GENERAL LIABILITY CG 20 10 07 04 ims ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - SCHEDULED PERSON OR ORGANIZATION -This eorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s): Any Peron or Organization for whom the insured is required by Valid Written Contract. Location(s) Of Covered Operations Any Person or Organization for whom the insured is required by Valid Written Contract. Inf��on required to complete this Schedule, if not shown above, will be shown in the Declarations. A. Section 11 — Who Is An Insured is amended to include as an additional insured the person(s) or °rahization(s) shown in the Schedule, but only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused in whole or in part, by: 1. Your acts or omissions; or 2. The acts or omissions of those acting on your behalf; in the performance of your ongoing operations for the additional insured(s) at the location(s) desig- nated above. CG20 1Q 07 04 B. With respect to the insurance afforded to these additional insureds, the following additional exclu- sions apply: This insurance does not apply to "bodily injury" or "property damage" occurring after: 1. All work, including materials, parts or equip- ment fumished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the location of the covered operations has been completed; or 2. That portion of "your work" out of which the injury or damage arises has been put to its in- tended use by any person or organization other than another contractor or subcontractor en- gaged in performing operations for a principal as a part of the same project. © ISO Properties, Inc., 2004 Page 1 of 1 ❑ 4 Sign sf m of Form 1l (Rev. kat 2018) emaof the Treasury Nnue Service t o,p ij o. titheree lnstructions).. in Address (number, stmt, and apt or suite no.) See instnictions: co N. Riverside Drive, Ste. 207 airy state, and ZIP code _°mpano Beach, Fl. 33062 (1st account numbers) here (optional) Request for Taxpayer Identification Number and Certification is Go to www.irs.gov/Formw9 for instructions and the latest information. 'llama (as shown on your income tax return). Name is required on this line; do not leave this line blank. Clspin Special Investigations, Inc. !Business name/disregarded entity name, if different from above lispin Special. Investigations, Inc. (Check appropriate box for federal tax classification of the parson whose name is entered on line 1. Check only one of the (lowing seven boxes. 11 Individual/sole proprietor or single -member LLG CI limited liability company. Enter the tax 'classification (C=C corporation, S=S corporation, P=Partnership). Note Check the appropriate box in the line.above for thetax classification of the single -member owner. Do not check LLO if the LLQ Is classified as a single -member LLC that is disregarded -from the owner unless the owner of the LLC Is another:LL.G.that is not disregarded from the owner for US. federal talc purposes. Otherwise, a single -member LEG that is disregarded frorn:the owner should check theappropjate box for the fait classification of its owner. ❑ C Corporation ❑✓ s Corporation 0 Partnersh{ p 0 Trust/estate Give Form to the requester. Do not send to the IRS. 4 Exemptions (codes apply only to certain entities, not individuals; sae instrudtions on page 3): Exempt payee code (f any) Exemption from FATCA reporting code (f any) Pkoottea io •oocW t., mehrteined outside the U.S:) Requester's name and address (optional) Part I Taxpayer Identification Number:(T rater YarTIN in the appropriate brick, The TIN rovided must Match the name backup W green on tine 1 to avoid resldePt nhhoiding For individuate, this is general(yyour social security number (SSN). However, for a glen sole proprietor, or disregarded entity, seethe Instrucfions for Part I, later. For other enUttes, %Is your enipioyeridenfification timber (EIN).lfyou do not have.a number, see Now to geta 77N; late', Note: _.11.1)e account is in more than one name, see the instructions for line 1. Also see What Name and Number re, Give the Requester far guidelines on. whose number to enter. Part iI Certification Socra(.security nureber or. Empioyet'Ideritiffcation number 2 0 0 6 4 Under pegalties of perjury, i certify that: 1..'ftien. uhiber shown on this form is my correct taxpayer identification nurriber.(ar I am waiting fora number to. be issued to me); and 2 5eivce subject to backup withholding because. (a)1 am exempt horn backup withholding, or (b) I have.net been notified by the internal Revenue no lori(IRS)•that'I am subject to backup withholding as a result of afailure to report all interest er dividends, o"r (c) the IRS -has notified me that I am 9ersubjectto backup withholding; and 3.1 alit.a U,S. citizen. or other U.s: person (defined below); and 4. The.FgT0A.code(s) entered on this form (if any) indicating that 1 am exemptfrom FATCA reporting is correct. Ge tatlon instructions. You must cross out item 2 above if you have been notified by the IRS that you are currently subject to backup withholding because you 'led to report all interest and dividends on your tax return: For real estate t ansaction5, item 2 does not apply. For mortgage interest paid, otherfhan interest abandonment. of secured. property cancellation of debt, contributions to an individual retirement arrangement (IRA), and generally; payments and dividends, you ate not. required sign the certificafion, but you must provide ycur correct TIN. See the instructions for Patti!, later. Here s a Omen ► Genet'al Instruct s Section refaces are to the ntemal Revenue Code unless otherwise rioted. Fute doh,eiopments, For the latest information about developments related'to -orrn W-9 and its instructions, such as legislation enacted aft* they were published, go to 8 w.irs.gov/Form Purpose of Form An i dRal or entity (Form W-9 requester) who is required to file an identificati return wilt' the IRS must obtain your correct taxpayer oh number f1iN) which may your social.secu ' number (SSM' d"idual taxpayer iderit(fication number (ITN), adoption taXP8 zie rtification number (ATIN), or.erriployer ideritificafion number (EN), to tport on an information return the.aniount paid to. °rt rereAortabie on an information return. Exam ems of inforrii�ation other am or returns .inclUde, but are not limited to, the following. • Form 10 9-11\11- (interest eamed or paid) Date. 5/30/.20a3 • form 1099-DIV (dividends, inducting those from stocks or mutual funds) • Form 1 099-MISC (various types of income, prizes, awards, or gross proceeds) • Form 1099-B (stock or mutual fund sales and certain other transactions by brokers) • Form 1.099-S (proceeds from real estate transactions) • Form 1099-K (merchant card and third party netwotk transactions) • Form 1098 (home mortgage interest), 1098-E (student loan interest), 1098-T (tuition) • Form 109943 (canceled debt) • Form 1099-A (acquisition or abandonment of secured property) Use Form W-9 only if you area U.S. person (including a resident alien), to provide your correct TIN. if you do not return Form 14/9 3o the requester with a 77N, you might be subject to backup withholding. See What is backup withholding, later. Gat No. 10231X Form W-9 (Rev. 10-2018) 1; corn Detail by Entity Name .•1j1 Ji i f Ii! AILmE‘ vF Fluridt 5Pr'L t_ coartme St t= / Division of Corporatons / Search Records / Search by Entity Name / Detail by Entity Name FloridaProftt Corporation CRISPgt SPECIAL INVESTIGATIONS, INC. F— AV 1 ormation Docutlient Number FEI/EIN Number Date Filed State Status Princi I Address 101 N. Riverside Drive Ste. 201 Pompano Beach, FL 33062 Changed: 11/01/2021 Mailing Address 101 N. Riverside Drive Ste. 20) Pompalo Beach, FL 33062 P05000160019 20-3900643 12/06/2005 FL ACTIVE Changed: 11/01/2021 ftegiste`ed Agent Name & Address CRISPIN, ROBERT W 101 N. Riverside Drive Ste. 201 pompano Beach, FL 33062 Name Changed: 01/18/2011 Address Changed: 11/01/2021 Officer/t igector Detail Name $ Address Title DPST CRISPIN, ROBERT W 101 N. Riverside Drive Ste. 20? httpsllse sunbtorg/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=EntityName&directionType=initial&searchNameOrder=CRISPIN... 1/2 9/13s03 1:188 Pono Beach, FL 33062 Detail by Entity Name AmuReports RepogYear Filed Date 2021 01/06/2021 2022 01/06/2022 2023 01/05/2023 15)22Ant Images C1/055. —ANNUAL REPORT 01/06. —ANNUAL REPORT 11101; —AMENDED ANNUAL REPORT 01/06!$ —ANNUAL REPORT View image in PDF format View image in PDF format View image in PDF format View image in PDF format 01/15/, —ANNUAL REPORT View image in PDF DF format 02/06/26, _ANNUAL REPORT View imaoe in PDF format 01/16/204 —ANNUAL REPORT View image in PDF format 02/09 2 �T —ANNUAL REPORT View image in PDF format 01/1. '—'-5/24 —ANNUAL REPORT View image in PDF format 06/29/4s Reg. Agent Change View imaoe in PDF format 01/09/2015 —ANNUAL REPORT View imaoe in PDF format 01/13/2% —ANNUAL REPORT View Image in PDF format 01/30/20i, — ANNUAL REPORT View image in PDF format 01/06120\ _AtNNUALREPORT View image in PDF format 01/18/201, _ANNUAL REPORT View image in PDF format 01/08/201A _ANNUAL REPORT View image in PDF format 03/24/2009 _ANNUAL REPORT View image in PDF format 01/14120\ ANNUAL REPORT View image in PDF format 03/12/200\ —ANNUAL REPORT View image in PDF format 08/04/2006 —ANNUAL REPORT View image in PDF format 12/06/2005 — Domestic Profit View imaoe in PDF format h $ rcfl.sunb for /In ui /Co orationSearch/SearchResultDetail?in ui 9 q rP q tytype=EntityName&directionType=lnitial8searcttNameOrder--CRISPIN... 2/2 a o Borida` Wirth est W6lciime tusuness_lT' Receipt Vai 447409 I-Augll\T EcJ it 314-0$ 'I'IGATI 101 NRIVERSIDE DR 207 C/MANE'BEAc1I FI. 33062 CITY OF POMPANO BEAM TUSINES.. TAX RECEIPT CAL NEB: 2I 2 2.23 tob6i , 2022 tittough Se ten . i0 3:0, 2023. NOTA 91.2012022 1141S YOUR BUSINESS TAX RECEIPT. PLEASE POST IN A CONSPICIJOU S LACE AT T 13 OgitESS LObt11614. BUS . INESS OWNER.: CRISPIN SPECIAL INVESTIGATIONS BU�IESS LOcAONY 101 1 RIVERSIDE DR 207 POMPANO BEACH JCIIPT NO: CLASSIFICATION 2S 10648S PRIVATE 1 VSTIGATOR:H PTbgT`ATE (C S A • 23-00106487 PRIVATE INVESTIGATOR DEPT/STATE (CLASS C NoTrc)t : A NEW APPLICATON MUST BE FILED IF THE BUSINESS NAME OWNERSHIP OR ADDRESS IS CHANGED. THE ISSUANCE OF A E BiI$IIQESg TAX RB['i~.TPT SHALL NOT BE DEEMED A WWIY: R. OF ANY PROVISION OF THE CITY CODE NOR SHALL_ili.b ISSUANCE OF A 131 iESg TAX' T 3ZCONS 2UED TO <.r 7UpF EtcifOF i CrT A TO"THE COMPETENCE&T E IC 'T PO TRANSACT .i301 SS T boe t,imut EE'ALd.' g13.. . BUSINESS TAX RECEIPTS EXPIRE SEPTEMBER 30.1.11 OF EACH YEAR