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