Loading...
HomeMy WebLinkAboutR-01-1294J-01-1000 11/27/01 0 (! 'O , ) i'_ - RESOLUTION NO),'_ A RESOLUTION OF THE MIAMI CITY COMMISSION AUTHORIZING AN INCREASE IN THE CONTRACT AMOUNT WITH SECURITY ENFORCEMENT PROTECTIVE AGENCY FOR THE ACQUISITION OF SECURITY GUARD SERVICES FOR THE DEPARTMENT OF PURCHASING TO BE USED BY VARIOUS CITY DEPARTMENTS, ON AN AS -NEEDED CONTRACT BASIS, UNDER EXISTING INVITATION FOR BIDS NO. 99-00-030, IN AN AMOUNT NOT TO EXCEED $60,000, FROM $190,000 TO $250,000 ANNUALLY; ALLOCATING FUNDS FROM EACH OF THE GENERAL OPERATING BUDGETS OF VARIOUS USER DEPARTMENTS, AUTHORIZING PURCHASES AS NEEDED, SUBJECT TO AVAILABILITY OF FUNDS. BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI, FLORIDA: Section 1. An increase in the contract with Security Enforcement Protective Agency for the acquisition of security guard services for the Department of Purchasing to be used by various City departments, on an as -needed contract basis, under existing Invitation for Bids No. 99-00--030, in an amount not to exceed $60,000, from $190,000 to $250,000 annually, with funds allocated from each of the General Operating Budgets of various F4 'J�'3�` +L"L7M'SSION TING 0'? nr. C s ��.. 01 0 user departments, authorizing purchases as needed, subject to availability of funds. Section 2. This Resolution shall become effective immediately upon its adoption and signature of the Mayor.!' PASSED AND ADOPTED this 13th day of December , 2001. ATTEST: WALTER J. FOEMAN CITY CLER� APPROVED AO F, DRO 7TLARELLO ATTORNEY W5817:tr:LB AND CORRECTNESS: MANUEL A. DIAZ, MAYOR In accordance with Miami Code Sec. 2416, since the Mayor did not indicate apprmon.1 of this legislation by signing it in the designated pfaoe Voyided. s old Iq I, i siic,�n t,vw becomes effective with the olapse of tin �10j cia�„ifr date of Go -Ir rllct� on regarding same, without the Mayor e. is#og v J J Walter 1 If the Mayor does not sign this Resolution, it shall become effective at the end of ten calendar days from the date it was passed and adopted. If the Mayor vetoes this Resolution, it shall become effective immediately upon override of the veto by the City Commission. Page 2 of 2 {k� 0 CITY OF MIAMI, FLORIDA '* CA=1 INTER-OFFICE MEMORANDUM TO: Honorable Mayor and Members of the City Commission FROM: Aim ez City Manage RECOMMENDATION DATE: NOV 2 7 ``'J] FILE: SUBJECT: Resolution Authorizing Contract Increase for the provision of REFERENCES: Security Guard Services Bid No. 99-00-030 ENCLOSURES: It is respectfully recommended that the City Commission adopt the attached Resolution increasing the contract with Security Enforcement Protective Agency, a Hispanic/Miami-Dade County vendor located at 13418 SW 128 Street, Miami, FL 33186, in an amount of $60,000.00 thereby increasing the total contract amount from $190,000 to $250,000 annually, for the provision of security guard services for various user departments. Funds are allocated from the operating budgets of the various user departments. BACKGROUND Resolution No. 00-001, adopted January 13, 2000, accepted the bid of Inter -American Protective Services for the provision of security guard services for various user departments, on an as needed, when needed contract basis, for one (1) year with the option to renew for two (2) additional one (1) year periods. The Purchasing Department has experienced a trend in the heavy utilization of said contract from various user departments. This heavy utilization has caused a need to increase the contract at an annual amount not to exceed $250,000 for the remaining term of the current contract and for the renewal terms. The terms and conditions of the original contract remain the same. CAG / /adm ResoMemo J-00-41 1/3/00 RESOLUTION NO. A RESOLUTION OF THE MIAMI CITY COMMISSION ACCEPTING THE BID OF INTER -AMERICAN PROTECTIVE SERVICES, FOR THE PROVISION OF SECURITY GUARD SERVICES CITYWIDE, ON AN AS NEEDED CONTRACT BASIS FOR ONE (1) YEAR, WITH THE OPTION TO RENEW FOR TWO (2) ADDITIONAL ONE-YEAR PERIODS; AT AN ANNUAL AMOUNT NOT TO EXCEED $130,000, ALLOCATING FUNDS THEREFOR FROM THE VARIOUS USER DEPARTMENT BUDGETS AT TIME OF NEED. WHEREAS, the Department of Purchasing requires a citywide contract for security guard services for various user departments; and WHEREAS, pursuant to public notice, Invitattions for Bid No. 99-00-030 were mailed to fifty-six (55) potential providers of said services; and WHEREAS, thirteen (13) bids were received on November 10, 1999; and WHEREAS, Inter -American Protective Services, the lowest bidder, (based on an hourly rate, plus a two-way radio cost), made an exception to the specifications of invoicing holidays at time and a half; and 01--1.204 crIT CObMSSION N EEMG OF J A P 1 13 flw"2a R"Oluum NR WHEREAS, the Department of Purchasing conducted a cost analysis of this exception revealed that even if the City agrees to the exception, Inter -American Protective Services remains the lowest responsive and responsible bidder; and WHEREAS, funds are available from various user departments at the time of need; and WHEREAS, the City Manager and the Director of Purchasing recommends that the bid received from Inter -American Protective Services, be accepted as the lowest responsive and responsible bid; NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI, FLORIDA: Section 1. The recitals and findings contained in the Preamble to this Resolution are hereby adopted by reference thereto and incorporated herein as if fully set forth in this Section. Section 2. The bid received on November 10, 1999, from Inter -American Protective Services, for the provision of .security guard services citywide, on an as needed contract basis for one (1) year, with the option to renew for two (2) additional one- year periods, is hereby approved, at an annual amount not to exceed $130,000, from various user departments at time of need. Page 2 of 3 'x .21%)4 Section 3. This Resolution shall -become effective immediately upon its adoption and signature of the mayor. I` PASSED AND ADOPTED this 13th day of Januar , 2000. JOE CAROLLO, MAYOR In accordance with Miami Code Sec. 2-36, since the Mayor did nos indicate eonron! of this lc;:islation by sic-ning it in the de:;-nated pface pravidwu becomes effective with the e,apce of trn (t 0) d;gf. srom ti:a date Cf C.C.r�r regarding same, without the Mayo^xero9%%o. (� i ATTEST: W et J. F man, City Clerk WALTER J. FOEMAN CITY CLERK i CORRECTNESS:& 57:RCL:hdb Z/ If the Mayor does not sign this Resolution, it shall become effective at the end of ten calendar days from the date it was passed and adopted. If the Mayor vetoes this Resolution, it shall become effective immediately upon override of the veto by the City Commission. Page 3 of 3 J-01-471 7/10/01 0 RESOLUTION NO. r� A RESOLUTION OF THE MIAMI CITY COMMISSION AMENDING RESOLUTION NO. 00-001, ADOPTED JANUARY 13, 2000, ACCEPTING THE BID OF INTER -AMERICAN PROTECTIVE SERVICES, FOR THE PROVISION OF SECURITY GUARD SERVICES CITYWIDE, ON AN AS NEEDED CONTRACT BASIS FOR ONE (1) YEAR, WITH THE OPTION TO RENEW FOR TWO (2) ADDITIONAL ONE (1) YEAR PERIODS, TO REFLECT A NAME CHANGE TO SECURITY ENFORCEMENT PROTECTIVE AGENCY, INC. BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI, FLORIDA: Section 1. Resolution No. 00-001, adopted January 13, 2000, is amended in the following particulars:11 "Resolution 00-001 Section 2. The bid received on November 10, 1999, from iFn lte: "*ei SecuritV Enforcement Protective A enc , Inc., for the provision of security guard services citywide, on an as needed contract basis for one (1) year, with the option to renew for two (2) additional. i� Words and/or figures stricken through shall be deleted. Underscored words and/or figures shal-1 be added. The remaining provisions are now in effect and remain unchanged. Asterisks indicate omitted and unchanged material.. 1ULf02001 04.-1204 00 0 . one-year periods, is hereby approved-, at an annual amount not to exceed $130,000, from various user departments at time of need. * // Section 2. This Resolution shall become effective immediately upon its adoption and signature of the Mayor.!' PASSED AND ADOPTED this 10th day of _ July 1 2001. JOE CAROLLO, MAYOR In P di P, i with Miami Code Sec. 2-B, since the Mayor did not Indicate approve! of We b9blafta by signing it in the designated piece provided, said legislation now ATTEST: Wires e#ecfte with the elapse of ten (10) a from the date of Commission actio: Fqprft am m, without the Mayor WALTER J. FOEMAN IlVam J. Fes, CITY CLERK APPROVED AS TO FORM AND CORRECTNESS :/ If the Mayor does not sign this Resolution, it shall become effective at the end of ten calendar days from the date it was passed and adopted. If the Mayor vetoes this Resolution, it shall become effective immediately upon override of the veto by the City Commission. Page 2 of 2 f� — 9 4 VILAR LOATTORNEY 7CINDRO W5365:db:LB If the Mayor does not sign this Resolution, it shall become effective at the end of ten calendar days from the date it was passed and adopted. If the Mayor vetoes this Resolution, it shall become effective immediately upon override of the veto by the City Commission. Page 2 of 2 f� — 9 4 NOU-02--201 1 10:07 CITY CLERKS OFF I C8 305 @58 1610 P.- 3-00 1.075 1a/ -_x/00 "SOLUTIor No - A REaMt1'I'ION OF TlIE MIMT. CITY VVMt41SSICyIV AUTHORIZING AN :NCP.EA6E IN THR CONTTR4rT WITH INT�.*�-?iMIaRICv'iN vRQTEG72v'E SER1'rrPs, rOR MID PRDVI4=JDN OV $2CURI7-,' STTARD BEFvicin rOR THE DEIpARTmENT OF P'URCF': LING . TO ME USED �i X VARICUS CITY'' DEPARTMEM-b, UN AN 315 -KEET ."' COMPACT SAA _= m, ZN A1+T AMOUNT NnT TO EXCEED SkV,000, FROM $130,000 TO AN ANNUAL AMQUNT OF �190, OnO; ALLOCATING I'UNDS THERLYUk PROM THE OpE LkTINC BUDCETS Qy ':'#iE INDI'J=DUAL VAMP DDPARTMENTE, SLJSIECT TO BUDGETARY APPRi]iTAL— W�MRSASI pursr ttai.. r.o Resclut_ien No. 00-001, adopted January 1:�, 2000, the City Commigg.on acceple.r.i rhe bid of inter-AmerIcan Prot.ecl.ivw ".rvi:es, for the provision Of Citywide aecur i.ty guard szrvicGo, on an as -needed contract k,tiy.i h foo one } yepr , with the up L ian to renew for r wo '2; addit i,onal one (1) year periods, i.r. an annual amount not to exceed $130,000; omd W&'T.M, ZX$, an a:;dit3.0rYa1 amount of $60,000 annually iH reTalred Cf) MAW—. T'.}:P iriu.Eesaeid dw; nd cf varirua user departmcnt3 for the rcmainanq t arra of tra current contracc and for F;iib;fgrguent renewal FRrtcnds; and C= COMOSMON MF="Piiia OF j DEC + 4 ?M0 I nunsgMian coo. 011-- 129111 h)" _2-2001 10-08 CITY CLERKS OFFICE 305 858 161O P.03/04 is • WKExk,ps, funds a rr available for said i=rpasA izUlu the iaLrjlyp.r.z of the irdividuaI usor 8eparr,.mRTILe, Subject to budgetary A'p'CY'oYal l NV jw, T'dER9FORE, AS IT RESOLVID BY THE COMMISSION OF THS CITY OF MIJ011 , FLORIDA: ftc-; ;.on I. The reresta-r. and f in Iinw;s contairled in the Prearnbla to this Ttw.oLuticn are adoptcd by refereaoe and ii„-xirporated as if fu' -1y cet forth ir, thig sect. -inn. Section 2. An increase it the c:onLraCt with 1ntex- xicasa PratecL). vo q*rvjaas, for the proviq�,on of seouri.ty gk,qr-rl sezvi.ceis for the Dcpartment of Purchasing, co be users by various City departments on cat, +ti -nice -de -d contract baa -8. in an 'mount -riot to exceed 060. 000, Bram $130,000 to an R=ual amount of $15oo, 000, 1s aut:zorized, wl0i fondm therefor allocated frog, the Wezatirg bttdgeta Of the izidividual user departments, subject to budgetary approval. section 3. T11.16 R®soluticit wtI'll 1 be -come effective immediately upon =tri adoptiorL urza oiqnature of the Nayor.1; -� If Lilt: M.3yar d0e6 .lot sign thin Renclution, �-t shall b0come et#aotiva At the tTd ntr rwr enleadar dreym tiuir, Lhe date it was passed and adoated- i£ the Mayor vetoes this Reser] xir.; nm, 4 r. steals beeow,e effective inxiiads.etiely UPOn avaxrfda Of the veto by thQ City C0WNi21t-%=. Page 2 of 3 NOU-02-2001 10:08 CITY CLERKS OFFICE 305 E58 16,10 P.04/04 ?AsS= AM ADOPTED this 14th ll'iy of a0E. CARO L,'LO, MYOR 091 m Aml Code Sac. 2.36, Fd, -%'T! Jif', p M,ui bs' N. p­ �min�, if in the d90"", A 4:1 0 icA.Uy a Will ti I of (lC;' ATTES'l WAL-TER wl. FOEMAN CITY MPRK domo APPROV= A001a, CI TYANTORNEY 4/4902:LE;B33 A I tl Page 3 of 3 TOTAL P.04 () J, - 12 9 4 NOU-02-2001 10;07 CITY CLEWS OFFICE 305 e58 1610 P.01iO4 www*vmmQDw**w4# -^Xtn. J"s GATC H01,L-M-2Ms -V MIX *""*aw+ r1.A E - I+IF]q r 11651 al Fla NO.-Ift wIw h0. C�]firt. POOR 10. $1w L0N i4v E"TEL fro, Fi1Ja�8 :111kHrJ Bel 01: Y 54.Gxe=Q541QV"iLr -ctrr ci-mcF OFFIM - city of �am OTIC t of the GiT Clerk F.acsie Yrs�ttI Sheet oor To. FAX NO FROK. 305458.1610 i�i.'YLW� y I 2 C i 3'UTAL )dL"4i IR OF P40R-5. INCLUOM Cp1�tlit. SHKET: ..-r omm of 1w CIT cum mw PMA=Wam cvm P.O. an. �3J)T0i -% IML Vim-,& SUM Mom M337 -11-40'A NO -M -13M �.4!, L.l ...-. _ . F� Q f '.4: • INCREASE OF CONTRACT ITEM: DEPARTMENT: TYPE OF PURCHASE: BID NO. 99-00-030 • Security Guard Services Citywide Increase Contract REASON: The Department of Department of Purchasing has seen a need to increase said contract for the provision of security guard services. RECOMMENDATION: It is recommended that an increase to the contract amount awarded to Security Enforcement Protective Agency, in the amount of $60,000 thereby increasing the total contract amount from $190,000 to $250,000 annually, for the provision of security guard services, under existing Bid No. 99-00-030, be approved, for the Department of Purchasing to be utilized citywide; allocating funds therefor from the Operating Budgets of the various user departments. Date AwardIncrease CITY OF MIAMI OF THE CITY CLERK BID SECURITY LIST BID ITEM: OMNI AREA PAVING PROJECT B-4641 BID NO: 01-012 DATE BID(S) OPENED: NOVEMBER 6, 8001 TIME10:00 a.m. AS M 1 �'� L received �} renvelops on behalf of Pe eceiving bid(s) PUBLIC WORKS (City Department) on SIGNED eputy City Clerk W__ i� CT (Date) • TO: Walter J. Foeman City Clerk < �— FROM : ony Prat Depart PublieWorks 0 CITY OF MIAMI, FLORIDA INTEROFFICE MEMORANDUM DATE: October 11, 2001 SUBJECT: "Omni Area Paving Project" REFERENCES: ENCLOSURES: 1 Please note that contractors will submit bids for the following project: FILE B-4641 "OMNI AREA PAVING PROJECT, B-4641" on Tuesday, November 6th, 2001 at 10:00 A.M. Any bid submitted after the time listed above, will not be accepted. Please make necessary provisions for this bid opening. The Project Manager Jose Lago, a representative overseeing the project is going to be present at the time of opening. Should there be cancellation or postponement, we will notify you in writing, prior to the opening date of the bids. If you have any questions, please contact me at 416-2131. Albert Dominguez Yvette Smith Project Manager File CJ , 0 BID NO. 01-02-012 ADVERTISEMENT FOR BIDS Sealed bids for "OMNI AREA PAVING PROJECT, B-4641" will be received by the City Clerk of the City of Miami, Florida at 10:00 AM on the 6th day of November, 2001, at the City Clerk's Office, first floor of the Miami City Hall, 3500 Pan American Drive, Dinner Key, Miami, Florida, 33133, at which time and place they will be publicly opened and read. Any bid submitted after the above appointed time will not be accepted by the City Cleric. The project consists of adjusting manhole rims to grade and paving the existing roadways with new 1" asphaltic concrete overlay in the Omni Area. In addition, new pavement markings shall be placed subsequent to the pavement overlay. These improvements shall take place at the following locations: 1) Along North Bayshore Drive between N.E. 15' Street and N.E. 17th Street, 2) Along N.E. 18th Street between Biscayne Boulevard and North Bayshore Drive, 3) Along N.E. 4th Avenue between N.E. 17th Terrace and N.E. 19th Street, 4) Along N.E. 19th Street between Biscayne Boulevard and N.E. 4th Avenue. Bidders will furnish performance and bid bonds in accordance with Resolutions No. 86-983 and No. 87-915. For technical questions or clarifications regarding lans specifications, or City requirements, please submit written requests to Mr. John H. Jackson, P.E., Director, Department of Public Works 444 S.W. 2 Avenue, 8 Floor Miami Florida 33130. The written request may be faxed to (305) 416- 2153 followed by mailing or hand delivering the written copy. Under Miami -Dade County Ordinances Nos. 98- 106 and 99-1, there will be a "Cone of Silence" during the bid period and the City's responses to _questions must be in writing only. Prospective bidders must be an Engineering Contractor in Miami -Dade County as issued by Miami -Dade County Code, which authorizes the Bidder to perform the proposed work. All bids shall be submitted in accordance with the Instructions to Bidders and Specifications. New City regulations will require each bidder to submit proposals in duplicate originals. Specifications and Contract documents may be obtained at the Department of Public Works, 444 S.W. 2"d Avenue, 81h Floor, Miami, Florida 33130, on or after October 17, 2001. There will be a 20 deposit required for the first set of specifications. Specs can also be mailed to bidders upon written request to the Public Works Department including a separate check in the amount of $8. Additional sets may be purchased for a non- refundable fee of $20. Deposits will be refunded only upon return of one set of specifications to the Department of Public Works, unmarked and in good condition within two (2) weeks after the opening of the bids. Bidders are alerted to the provisions of Ordinance Nos. 10062, 10538 and 10332 regarding allocations of contracts to minority vendors, contractors and sub -contractors. THIS PROJECT HAS BEEN DESIGNATED AS A SET-ASIDE FOR CITY OF MIAMI CERTIFIED BLACK, FEMALE, AND HISPANIC - OWNED FIRMS. DETAILS ARE CONTAINED IN BID SPECIFICATIONS. ALL BIDDERS WILL BE REQUIRED TO SUBMIT AN AFFIRMATIVE ACTION PLAN AS REQUIRED IN SAID ORDINANCES AND THEIR CURRENT MIWBE CERTIFICATION, UPON REQUEST. (Ordinance is contained in bid specifications). The City of Miami has adopted Ordinance No. 10032, which implements the "First Source Hiring Agreement". The object of this Ordinance is to provide employment opportunities to City of Miami residents on contracts resulting in the creation of new permanent jobs. Contractors may be eligible for wage reimbursement under this program. For further information contact the Department of Public Works, City of Miami, at (305) 416-1200. Proposal includes the time of performance, and specifications contain provisions for liquidated damages for failure to complete the work on time. The City Commission reserves the right to waive any informality in any bid, and the City Manager may reject any of all bids, and readvertise. (B-4641, Req. 05516). Carlos A. Gimenez City Manager