HomeMy WebLinkAboutR-96-0125J-96-181
2/29/96
RESOLUTION NO. 9 6 r 1 2 5
A RESOLUTION ACCEPTING THE PROPOSAL OF
GABRIEL SECURITY CORP., INC., TO PROVIDE
SECURITY SERVICES AT THE CITY OF MIAMI
RIVERSIDE CENTER, LOCATED AT 444 SOUTHWEST
2ND AVENUE, MIAMI, FLORIDA; ALLOCATING FUNDS
THEREFOR, AT AN ESTIMATED ANNUAL COST OF
$230,000.00, FROM ACCOUNT CODE NO. 921135 FOR
SAID SERVICES; AUTHORIZING THE CITY MANAGER
TO EXECUTE AN AGREEMENT, IN A FORM ACCEPTABLE
TO THE CITY ATTORNEY, WITH GABRIEL SECURITY
CORP., INC., FOR AN INITIAL PERIOD OF ONE
YEAR WITH THE OPTION TO EXTEND FOR TWO
ADDITIONAL ONE YEAR PERIODS, UPON THE SAME
TERMS, PRICES, AND CONDITIONS, AND SUBJECT TO
THE AVAILABILITY OF FUNDS.
WHEREAS, the City of Miami issued a Request for Proposals
("RFP") on January 4, 1996, for the provision of security
services for the City of Miami Riverside Center (the "Center"),
located at 444 Southwest 2nd Avenue, Miami, Florida; and
WHEREAS, said RFP was mailed to thirty (30) vendors; and
WHEREAS, on January 21, 1996, five proposals were received
in response to said Request for Proposals, with one being deemed
non -responsive; and
WHEREAS, a review panel composed of City of Miami staff and
members from the public sector rated the proposals and determined
the proposal submitted by Gabriel Security Corp., Inc. to be the
most advantageous to the City according to the selection
criteria; and
-CITY COMMISSION
MEETING OF
FEB 2 9 1996
Resolution No.
96- 125
WHEREAS, Gabriel Security Corp. employees assigned to work
at Riverside Center shall receive an hourly wage of no less than
$6.50 per hour;
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 proposal of Gabriel Security Corp., Inc.,
to provide security services at the City of Miami Riverside
Center, located at 444 Southwest 2nd Avenue, Miami, Florida, is
hereby accepted, with funds therefor for said services, hereby
allocated, at an estimated annual cost of $230,000.00, from
Account Code No. 921135.
Section 3. The City Manager is hereby authorized!' to
execute an agreement, in a form acceptable to the City Attorney,
with Gabriel Security Corp. Inc., for an initial period of one
year with the option to extend for two additional one year
periods, upon the same terms, prices and conditions, and subject
to the availability of funds.
1/ The herein authorization is further subject to compliance
with all requirements that may be imposed by the City
Attorney, including but not limited to those prescribed by
applicable City Charter and Code provisions.
- 2 -
96- 125
Section 4. This Resolution shall become effective
immediately upon its adoption.
PASSED AND ADOPTED this 29th da of February 1996.
ST HEN P. CLA K, MAYOR
ATTEST: /
WALTER ,,-POEMAN
CITY CLERK
PREPARED BY:
EDUA O RO GUE , DIRECTOR
DEP TMENT F ASSET MANAGEMENT
APPROVED AS TO FORM AND CORRECTNESS:
A. QJJYNN JPNVS, III'
CITY ATTO
BSS:W643 7
- 3 -
(iF:- 1 9N
SENT BY: 2-22-96 ; 5:20PM : PUBLIC WORKS/ADMIN., CITY XANAGER'S OFF.;* 21 6
CITY OF MIAMI. FLORIDA
INTEROFFICE MEMORANDUM
ro ; The Honorable Mayor and Members DATE : FEB 2 0 )996 Fn.E .
of the City Commission
SUBACT : Accepting Proposal for
Security Services
FROM , ue REFERENCES
Cit er
ENCLOSURES:
RECOMMENDATION:
Tt is respectfully requested that the City Commission adopt the attached Resolution
accepting the proposal of Gabriel Security Corp., Inc. (a blacknocal vendor) to
furnish security services at the City of Miami. Riverside Center located at 400 SW 2
Avenue, Miami, Florida, at an estimated annual cost of $280,000; allocating funds
therefor from Account Code No. 921135; authorizing the City Manager to execute an
agreement in a form acceptable to the City .Attorney, with Gabriel Security Corp.,
Inc. for an initial term of ono ,year and authorizing the City Manager to thereafter
extend the agreement for two additional nne your periods, upon the 'same terms,
conditions and prices, subject to the availability of funds; further authorizing the
City Manager to instruct the Chief Procurement Officer to issue a' purchase order
for these services.
BACKGROUND.
The Office of ilsset Management has prepared the attached Resolution for
consideration by the City Commission. The City issued a Request for. Proposals
(f7P) on January 4, 1996 for security services at the City of Miami, Riverside
Center. •These services are necessary to protect the health, safety and -welfare of the
City, its employees and visitors.
Thirty AFPa were mailed to potential bidders. On January 24, 1996, five proposals
were received in, response to this RFP with one proposal being deemed ,non-
respunsive. A review panel composed of City staff and members from the public
sector. reviewed I,he proposals and rated the proposal submitted by Gabriel lqecurity
Corp., 1nc. as being the moat advantageous to the City according to the Selection
criteria. The cost of said services shall be at the rate of $9.80/hr per security guard.
Additi.omMy, there is a $250 monthly charge for providing a golf, cart for roaming
the premises inclusive of the parking lots.
It is recommended at this time that the City Commission adopt the attached
Resolution accepting the propusal of Gabriel Security Corp., Inc. and authorizing
the City Manager to execute an agreement for these services.
6- 125
SENT BY: 2-22-96 : 5:21Pb1 ; PUBLIC WORKStAD'.NIN.-+ CITY KkNAGER'S OFF.:# 31 6
CITY OF MIAMI. FLORIDA
INTER -OFFICE MEMORANDUM
To : Judy Carter GATE : February 21, 1996 FILE
Chief Procurement Officer
suBaecT : Security Services.
FROM : Edu<oranageniant
ez, Director. REFERENCES
(af
ENCLOSURES:
This office has verified available funding with the Department of Finance that funds
are available to cover the cost of security services at the City of Miami Riverside
Center, on a contract basis for one year, at an estimated annual cost of $230,000,
Account Code No. 921136.
BUDGETARY REVIEW AND APPROVAL
Manuhar Surana, Directur
Department of Finance
9o-- 125 3
BID-SECDRITT LIST
BID ITE1Ys SECURITY GUARD SERVICES FOR THE MIAMI RIVERSIDE CENTER
MrNOM-�rrr -O�--rNloNe-NorOo-ro--M-
Os------ -O----ONM-.Y-o Mor--o---Nrr-r-
95-96-036
Nr-rN-
BID 1C.s
--- -
JANUARY 24, 1996 10:00 a.m.
DATEDID (S) 0lENHDs �rN---. ------- --NN----------------------- ----- --
/ % f'o
TOTAL DID_DOWD(orl
DIDDIR 'ID AMOUNT G iRIBR:S CBECR___
MILEX CORPORATION (1985) INC.
1 BOX
INTERAMERICAN PROTECTIVE SERVICES
2 ENVELOPES
•DALAD SECURITY INC.
N
1 BOX
Gabriel Security Corp.
1
COMMAND SECURITY CORPORATION
OMON-ie-
1 "
NO BID:
N-oN-
50 STATE SECURITY SERVICES, INC.
ARGENBRIGHT
HOTCHKISS GROUP.
.._ .
received timely as of the aborej
other otters su mitte-% in n eT
laig.'
nsz_
time. X..-
n, any;- --
-N-M--N- oN----- --
opening date an
To'�i�is oHcc'i akI
Oo00N-O-
----N-oN
oorYNlr�.
-NN---No-Orr-
-rN-r--N--
oONN-
-o00-N0,N-o0
-l-N.iN
--
NMI-O�NN
Nye- -0�1
-
N�oo-Y
OYO-M-----oN
N-O--Fd----N---N--
L0,etj ova received (.L) envelopes on behalf of
eSsssos sseoiviaR bids)
GSA/SOLID WASTE -PROCUREMENT DIVISION oa
--r-r-r--a----�-
(City Dapart�aat)
SIGNBDa ----- -- T--------- ---
aputy C Clerk)
'96 JAN 211 P10
V; ALTO
;IT Y
LEGAL ADVERTISEMENT
ISINK� • • • .
Sealed proposals will be received by the City of Miami City Clerk at his office
located at City Hall, 3500 Pan American Drive, Miami, Florida 33133 no later
than 10:00 a.m. January 24, 1996 from qualified firms or entities regularly
engaged in the security guard business to perform unarmed Security Guard Services
for the Miami Riverside Center located at 400 S.W. 2nd Avenue, Miami, Florida.
A Mangy pre -Proposal conference will take place at the Miami Riverside Center,
Lobby area, on January 10, 1996 at 9.00 a.m. Failure to attend shall disqualify
any proposal submitted.
Proposals submitted after the deadline and/or submitted to any other location or
office shall be deemed non -responsive and shall be rejected.
Ordinance No. 10062, as amended, established a goal of awarding 51 % of the
City's total dollar volume of all expenditures for all good and services to Black,
Hispanic and Women Minority Business Enterprises on an equal basis.
Minority and women vendors who are interested in submitting proposals and who
are not registered with the City as minority or women vendors are advised to
contact the City's Procurement Office located at 300 Biscayne Blvd. Way, Suite
210; Telephone (305) 579-6845.
Detailed specifications for the proposals are available upon request aft the City)s -
Procurement Office.
The City Manager may reject all proposals and readvertise.
(Ad No. 2096)
Cesar H. Odio
City Manager
'- City of Miami
. .... This number must
REQUISITION FOR ADVERTISEMENT appear in the
advertisement.
Q
INSTRUCTIONS: Please type and attach a coov Of-theadvertisement it
1. Department:
Procurement for Asset Management
2. Division:
3. Account Code number:
921135--287
4. Is this a confirmation:
❑ Yes ®, No
5. Prepared by:
Pamela E. Burns
6. Size of advertisement:
Lai al
7. Starting date:
January 4, 1996
8. Telephone number:
579-6845
9. Number of times this advertisement is to be
ublished: One (1)
10. Type,, of advertisement:
1 Legal ❑ Classified ❑ Display
11. Remarks:
,?1' NO. 95--96-036 SECURITY GUARD SERVICES FOR THE MIAMI RIVERSIDE CENTER
12.
Publication
Date(s) of
Advertisement
Invoice No.
Amount
Miami Review
Miami TiInes
Diario Lai; Americas
13.
❑ Approved
❑ Disapproved
Department Director/Designee Date
Approved for Payment Date
C GS/PC 503 Rev. 12/89 1 Routing: Forward White and Canary to G.S.A. (Procurement Management) and retain Pink co
DISTRIBUTION: White - G.S.A.; Canary - Department py'
1
CITY OF MIAMI, FLORIDA
$FP NO. 9596-036
SECURITY GUARD SERVICES FOR THE
MIAMI RIVERSIDE CENTER
RFP DOCUMENT CHECK LIST
a)
Proposal / Letter of Interest including
YES
all required documentation
b)
Statement of Relevant Experience
YES
c)
Five (5) Letters of Reference
YES
d)
Current Copy of Occupational License
YES
e)
Current Copy of Class "D" License.
YES
f)
Proof of Insurance/Acknowledgement
YES
g)
M/WBE Participation Compliance Form
YES
h)
Minority/Women Business Affidavit
YES
i)
Affirmative Action Policy/Plan
YES
j)
Primary Office Location Affidavit
YES
k)
Disclosure of Interest
YES
1)
Public Entity Crimes Affidavit
YES
m)
Debarment and Suspension Certificate
YES
n)
List of subconsultant(s), if applicable.
YES
o)
Copy of Financial Statement.
YES
p)
Copy of Proposer's Standard Operating
Procedures, if any.
YES
FAILURE TO PROVIDE ALL REQUIRED DOCUMENTATION
REFLECTED WITHIN THIS
REQUEST FOR PROPOSALS MAY CAUSE YOUR PROPOSAL TO BE DEEMED NON-
RESPONSIVE.
`PROPOSAL SHEET
SUBMIT BIDS TO:
SEVEN {7) COPIES OF
Office of the Clty Clark
THIS SET OF FORMS
CITY OF MIAM1, FLORIDA
3$00 Pan American Drive
MUST BE RETURNED OR
Request fSF Proposal Tem Contract
P.O. Box 33t)8
DISQUALIFIED. BE
Q
Proposer Acknowledgment Form
Miami, Floridad33133
Page t of
TELEPHONE NUMBER
MAILING DATE (City)
,RFP No.
pages 2
575-5174
JANUARY 4, 1996
195-96-036
)gyp will be opened
P I
SECURITY GUARD SERVICES FOR MIAMI RIVERSID
JANUARY 24, 1996 at 10 : 0 0 a.m.
'
Reason for "no prbposal
and may not be withdrawn within ninety days
after such date and time.
All awards made as a result of this bid shall conform to applicable
sections of the charter and code of the CRY of Miami.
NAME OF VENDOR
A CORPORATiON GF THE ' '
AREA CODE
TELEPHONE NUMBER
STATE OF:
MAILING ADDRESS
VENDOR MAILING DATE:
CiTY-STATE-ZIP
CI RTiFIED OR CASHIERS CHECK IS
ATTACHED. WHEN REQUIRED. IN THE AMOUNT OF f
KITE: ALL REFERENCES TO B 6IDD R SHALL BE REDEFI 'PROPOSAL OR'PROPOSER
I Candy that this bid is made without prior understanding, agrooment or '
connection with a" corporation. firm formesarne AUTHORIZED SIGNATURE (Manual)
materials, suppllea, or equipment. and is in ail respects lair and without
collusion or fraud. I agree to abide by all conditions of this Old and certify mat I
am authortzed to sign this bid for rare bidder.
AUTHORIZED SIGNATURE (Typed) TITLE I
GENERAL CONDi ONS
BIDDER: To Insure acetptsnce of the ttld, follow these Instructions.
SEALED BIDS: All bid sheet and this form must be executed and
a) TAXES: Do not include state or federal taxes not applicable to
submitted in a scaled envelope. The faeeotthe envelope sluil contain,
municipalities.
in addition to the above address. the data and time of the bid opening,
b► i ISTAISE3: Bidders am expected to examine the specifications.
and the bid number. Bids not submitted on attached bid form may be
delivery schedule, bid prices. extensions and all instructions
relactad. All bids we subject to the conditions specified herein. Those
pertaining to supplies and services. Failure to do sd will be at
which do not comply with these Conditions are subject to rejection.
bidder's risk.
c) DISCOUNTS: WIII be considered in determining the lowest net
1. EXECUTION OF BID: Bid must contain a manual signature of an
Coat
authorized representative in the space provided above. The
d) CONOMON AND PACKAGING: It is understood and agreed
Cpmpafiy name must also appear on each page of the bid as
that any Item offered or shipped as a result of this bid snail be
required.
new (Current production model at the time of this bid). All
2. NO BID: It not submitting a bid. respond by returning one copy of
containers shall be suitable for swrage.or anipment, and all
prices "I Include standard commercial packaging.
this forts, marking it "NO 810". and explain On reason in the
space provided above. Repeated failure to quota without sufHtdant
e) SAFETY STANOAROS: stipulated in the bid. all
justification snail because for nmat ofthesuppllersname from
manufactured items and fabricated assemblies shall comply
Me bid mailing list
with SVPliatble requirements of Occupational Safety and
NOTE: To quality as a respondent, bidder must submit a "NO
Health Act and any standards thereunder.
910". and it must be received no latarthan the stated bid opening
1) UNOERWRITERW LABORATORIES: Unless otherwise sti-
date and hour.
pulated in the bid. all manufactured items and fabricated
3. BID OPENING: She!! be public, on the data and the time specifiedwhere
assemblies shall Carry U.L approval and reexamination listing
such has per established.
on the bid porn. it is the bidder's responsibility to asaure that his
bid Is delivered at Vie proper time and place of the bid opening.
g) PAYMENT: Payment will be made by the city after the items
Bids which for any reason are not so delivered. will not be
awarded to a vendor haw been received, inspected, and found
Considered. Often by telegram or telephone am not aecepteble.
to Comply with award specifications, free of damage or defect
and Property invoiced. All invoices shall bear the purchase
a. 910 TABULATIONS: Will not be furnished. Bid files may be
order number.
examined during normal working nuts.
5. PRICES, TERMS and PAYMENT: Firm prices shall be quoted;
6. DELIVERY: Unless actual date of delivery to specified (or if
typed orpdnted in ink and Include all p*cking; handling; shiPping
k0oL964d Lim veryannot be mat) show number or days required
charges and delivery to the destination shown herein. Bidder is
?"quested to offer man discount for prompt invoice payment
to make delivery atter receipt of pucheseorder in apaceprovided.
Dlacoum time will be computed from the date of satisfactory
Delivery time may become oasis for making an award (see Special
delivery at place of acceptance or from receipt of correct Invoice
Conditions). Delivery shall be within the normal working hours
at the Office specified, whicnever is labor.
of the user. Monday through Friday.
I
I
FAILURE TO COMPLETE, SIGN AND RETURN THIS FORM MAY DISQUALIFY THIS BID
CTR
NOTE; ALL REFERENCES TO 'BID' AND/ 'BIDDER' SHALL BE REDEFINED TO MEAN 'P
7. MANUFACTURER'S NAMES AND APPROVED EQUIVALENTS:
Any manufacturers names, trade names, brand -model names.
information and or catalog numbers listed In a specification are
far (nformatlon. not to limit competition. The bidder may otter any
brand for which he Is an authorized mprosent+tbie•'hich M06131
or exceeds the specification for any items(s). if the bida are based
on squ"ent products, indicate on the bid form the mamrfactur-
ses name and number and indicate any devistlon from Me speci-
fications. YOUR 810. LACKING ANY WRITTEN INDICATION OF
INTENTTO QUOTEAN ALTERNATE BRAND, WILLSE RECEIVED
AND CONSIDERED AS A QUOTATION IN COMPLETE COM-
PLIANCE WITH THE SPECIFICATIONS AS LISTED ON THE SIO
FORM.
11 INFORMATION AND DESCRIFTiVE LITERATURE: SiddM must
furnish all Information requested In the spaces provided on the
bid form. Further, as may be specified stsewtwm, each bidder
must submit for bid evaluation cuts. sketches, and descriptive
literature and technical specifications covering the products
offered. Reference to literawre submitted with a previous bid or on
His with the buyer will not satisfy this provision.
9. INTERPRETATiON& Any questions concerning conditions and
stecifieatlona should be directed to the Procurement Office In
writing no later than three (3) days prior to the bid opening.
Inquires must reforen a me data of bid opening and bid number
tQ CONFLICT OF INTEREST: The award hereunder. issubjscttoall
conflict of Interest provisions of the CIty of Miami, Dade County,
of the State of Florida.
11. AWARDS: As the best Interest of the city may require, the right Is
reserved to reject any and all bids and to waive arty irregularity in
bids received: to accept any item or group of items unless quali-
fied by bidder.
12. ADDITIONAL QUANTITIES: For a period not exceeding ninety
(90) days from the date of acceptance of this after by the buyer,
the right Is reserved to acquire additional quammos at the prices
bid in this invitation. If additional quantities are not is=ptable, the
bid sheets must be noted "SID IS FOR SPECIFIED QUANTITY
ONLY".
13. SERVICE AND WARRANTY: Unless otherwise specified, the
bidder shall define any warranty, service and replacements that
Will be provided. Bidders must explain on an attached sheet to
what extent warranty and service facilities are provided.
14. SAMPLES: Samples of Items, when called for, must be furnished
free of expense. and if not destroyed will, upon request. be
returned at tin bidder's expense. Request for the rewm of sam-
pies may be made within (10) days following opening of bids.
Each individual sample must be labeled with bidders name,
manufacturer's brand name and number, bid number and item
reference.
15. NONCONFORMANCE TO CONTRACT CONDITIONS: Items
may be tested for compliance with specifications undorUm direc-
tion of the Florida Oepartmem of Agriculture and consumer Ser-
vices or by other appropriate testing Laboratories. The data
derived tram any teat for compliance with specifitad" are pub-
lic records and open to examination thereto in accordance with
Chapter 119. Florida Statutes.1971. Items dellverad not conform-
ing to specifications may be rejected and returnod at vendoes
expense. items delivered not conforming to specifications may be
rejected and returned at vendor's expense. These itenta and items
not delivered as per delivery date in bid and or purchase order
may result in bidder being found In default in which event arty and
ail reprocurement cosh may be charged against tin defaulted
contractor. Any violation of these stipulations may also result in
the suppller's name being removed from the City of Miami's
vendor mailing list
1Q INSPECTIONS., ACCEPTANCE AND TiTLE: Inspection and
acceptance will be at destination unless otherwise provided. Title
toor risk of lose or damage to all its., Shall be trio tesponsibility
of the successful bidder until acceptsnce by the city unless loss or
damage results from negligence by the city.
17. DISPUTES. In case of any doubt or difference of opinion as to the
items to be furnished hereunder, the decision of the city manager
shall be final and binding on both parties.
IS. GOVERNMENTALRESTRICTION& Inthe event arty 9overnmen-
bU restrictions may be Imposed which would necessitate altera-
tions of Mica to list. quality, workmanship or performance of
the items offered on this proposal prior to their delivery, it shall be
the responsibility of the successful bidder to notify the city at
once. indicating in his letterthe specific regulation which required
an alteration. The city reserves the right to accept arty such altera-
tion including any price adjustments occasioned thereby, or to
cancel the contrnct at no expense to tin city.
1111. LZQAL REQUIREMENTS. Federal. state. county, and city laws,
ordinancaa, rules, and regulations that In any manner affect the
items covered herein apply. Lack of knowledge by the Wdder will
in no way be a cause for rellef from responsibility.
20. PATENTS AND ROYALTiMThobidder, Without axcepdOn.shall
indemnify and saw harmless the city and Its employees from
liability of any nature or kind, including coat and expanses for or
on aceaunt of any copyrighted, patented. or unpatented irtven-
tlon. Piet oes Or article menufacwnsrd or used In the performance
of the contract. including its uses by the City of Miami. If the
bidder uses any design, device. or materials covered by lettem
patent or copyright, it Is mutually agreed and understood without
exception that the bid prices shall include all royalties or cost
arising from the use of such design, device, or materials in any
way involved in the work.
21. ADVERTISING: In submitting a proposal. bidder agrees notto use
the results therefrom as a part of arty commercial advertising.
Violation of this stipulation may be subject to action covered
under Paragraph 15 of this document
22. ASSIGNMENT. Any Purchasrs Order issued pursuant to this bid
invitation and the monies which may become due hereunder are
not assignable except with the prior written approval of the City.
23. UAIIILITY: The supplier shall hold and save the City of Miami,
Florida, its officers, agents. and employees harmless from liability
of arty kind in the performance of this contract
24. In the event of an error on the part of the bidder in extending unit
prices or in totalling the extended prices, Uw unit price shall
prevail, except when the bidder dearly states that the total price is
based on an all or none basis.
25. PiIICE ADJUSTMENTS: Any price decrease effectuated during
Um contract period either try reason of market change or on the
part of the contractor to other customers shall be passed on to the
City of Miami.
2& CANCELLATION: All contract obligationsshallprevail foratleast
180 days after effective date Of the contract For the protection of
both parties, this contract may be cancelled in whole or in part
upon the mutual assent of me parties.
27. EXTENSION: The CIty of Miami reserves the option to extend the
period of this contract or any portion thereof. for an additional
contract period. Extension of the contract period shall be by
mutual agreement in writing.
21L ABNORMAL QUANTITiE3: White itIsnot anticipated. should any
unusual or abnormal quantity requirements arise. the city
reserves the right to call for separate proposals thereon.
BE REDEFINED TO MEAN '
NOTE: ANY AND ALL SPECIAL CONDITIONS ATTACHED HERETO WHICH VARY FROM THESE
GENERAL CONDITIONS SHALL HAVE PRECEDENCE.
CITY OF MIAMI, FLORIDA
A RFP SHEET (Continued)
RFP NO. 95-96-036
IMPORTANT: RFP SHEET AND ATTACHMENTS MUST BE RETURNED IN TRIPLICATE IN THE
ATTACHED ENVELOPE IDENTIFIED BY RFP NUMBER, TIME AND DATE OF RFP OPENING.
IF SECURITY IS REQUIRED, A PROPOSAL WILL NOT BE ACCEPTED UNLESS THE DEPOSIT
OR BOND IS SUBMITTED IN THIS ENVELOPE.
Terms:
(Include cash discount for prompt payment, if any)
Additional discount of
Warranty and/or guarantee:
% if awarded all items.
Delivery: calendar days required upon receipt of Purchase Order or Notice
of Award.
Number of calendar days required to complete work after start.
In accordance with the Request for Proposal, the specifications, General Conditions, Special
Conditions, and General Information to Proposers, we agree to furnish the Items) at Prices
indicated on the attached RFP Sheet(s).
NAMES OF COMPANY OWNER(S): NAMES OF COMPANY OFFICER(S):
a) List principal business address: (street address)
b) List all other offices located in the State of Florida: (street address)
(Please use the back of this page if more space is necessary)
MTNORTTY PROCUREMENT COMPLIANCE
The undersigned proposer acknowledges that (s)he has received a copy of ordinance #10062 as
amended, the Minority Procurement Ordinance of the City of Miami and agrees to comply with all
applicable substantive and procedural provisions therein, including any amendments thereto.
Proposer: Signature:
(company name)
Date: Print Name:
Indicate if Business is 51% Minority -owned: (Check one, box only)
BLACK f 1 HISPANIC ( 1 FEMALE
If firm has an existing plan, effective date of implementation:
If firm does not have an existing plan, the Successful Proposer(s) shall be required to
establish an Affirmative Action Policy, pursuant to Ordinance #10062 as amended. See Appendix
I for sample.
Proposer:
Signature:
(company name)
F-CLURE Tn COMPLETE i SIG N .-RETURN-THIS FORK MAY DISOUALIEY THIS PROPOSAL
CITY OF MIAMI, FLuRIDA RFP NO. 95-96-036
RFP SHEET (Continued)
INSURANCE REQUIREMENTS
INDEMNIFICATION
Proposer shall pay on behalf of, indemnify and save City and its
officials harmless from and against any and all claims,
liabilities, losses, and causes of action, which may arise out of
Proposer's performance under the provisions of the contract,
including all acts or omissions to act on the part of Proposer,
including any person performing under this Contract for or on
Proposer's behalf, provided that any such claims, liabilities,
losses and causes of such action are not attributable to the
negligence or misconduct of the City and, from and against any
orders, judgements or decrees which may be entered and which may
result from this Contract, unless attributable to the negligence
or misconduct of the City, and from and against all costs,
attorneys' fees, expenses and liabilities incurred in the defense
of any such claim, or the investigation thereof.
The vendor shall furnish to City of Miami, c/o Procurement
Management Division, 1390 NW 20th Street, Miami, Florida 33142,
Certificate(s) of Insurance which indicates that insurance
coverage has been obtained which meets the requirements as
outlined below:
A. Worker's Compensation Insurance for all employees of the
vendor as required by Florida Statute 440.
B. Public Liability Insurance on a comprehensive basis in an
amount not less than $1,000,000.00 limit per occurrence for
bodily injury and property damage. City must be shown as an
additional insured with respect to this coverage.
C. Automobile Liability Insurance covering all owned, non -owned
and hired vehicles used in connection with the work in an
amount not less than statutory combined single limit per
occurrence for bodily injury and property damage.
The City needs to be named as additional insured. BINDERS ARE
UNACCEPTABLE.
The insurance coverage required shall include those
classifications, as listed in standard liability insurance
manuals, which most nearly reflect the operations of the vendor.
All insurance policies required above shall be issued by
companies authorized to do business under the laws of the State
of Florida, with the following qualifications:
CITY OF MIAMI, FLOhIDA
RFP SHEET (Continued)
kr'P NO. 95-96-036
The Company must be
management, and no
financial strength,
Key Rating Insurance
company which holds
Authority issued by
of Insurance, and
Guarantee Fund.
rated no less than "B" as to
less than "Class V" as to
by the latest edition of Best's
Guide or acceptance of insurance
a valid Florida Certificate of
the State of Florida, Department
are members of the Florida
Certificates will indicate no modification or change in insurance
shall be made without thirty (30) days written advance notice to
the certificate holder.
NOTE: CITY PROPOSAL NUMBER AND/OR TITLE OF PROPOSAL MUST APPEAR
ON EACH CERTIFICATE.
Compliance with the foregoing requirements shall not relieve the
vendor of his liability and obligation under this section or
under any other section of this Agreement.
The Proposer shall be responsible for assuring that the insurance
certificates required in conjunction with this Section remain in
force for the duration of the contractual period; including any
and all option terms that may be granted to the Proposer.
--If insurance certificates are scheduled to expire during the
contractual period, the Proposer shall be responsible for
submitting new or renewed insurance certificates to the City at a
minimum of ten (10) calendar days in advance of such expiration.
--In the event that expired certificates are not replaced with
new or renewed certificates which cover the contractual period,
the City shall:
A) Suspend the contract until such time as the new or renewed
certificates are received by the City in the manner
prescribed in the Invitation To Proposal.
B) The City may, at its sole discretion, terminate this contract
for cause and seek re -procurement damages from the Proposer
in conjunction with the General Terms and Conditions of the
Proposal.
The undersigned proposer acknowledges that (s)he has read the
above information and agrees to comply with all the above City
requirements.
Proposer: Signature:
(Company name)
Date: Print Name:
A PURCHASE ORDER WILL NOT BE ISSUED UNTIL THIS FORM HAS BEEN
COMPLETED, SIGNED AND RETURNED TO THE PROCUREMENT MANAGEMENT
DIVISION.
CITY OF MIAMI
REQUEST FOR PROPOSALS
SECURITY GUARD SERVICES FOR THE
MIAMI RIVERSIDE CENTER
RFP 95-96-036
SERVICE PRICE SHEET
PROPOSERS SHALL SUBMIT PROPOSALS FOR EACH OF THE FOLLOWING TWO (2) ITEMS.
FAILURE TO PROVIDE COSTS FOR EACH ITEM MAY RESULT IN YOUR PROPOSAL BEING
DEEMED NON -RESPONSIVE.
ITEM #1:
HOURLY/ MONTHLY RATES
SECURITY GUARD
UNIT COSTS
/HOUR
/u1�:7
Proposers are reminded that personnel requirements are subject to change based on the needs of the City, and that
no guarantees are made as to the number of hours afforded. Regardless of the number of personnel utilized, the
hourly rate shall remain unchanged.
ITEM #2:
PROVISION FOR THE USAGE OF A 24 HOUR,
7 DAYS PER WEEK ELECTRIC POWERED GOLF
CART -TYPE OF VEHICLE.
LIMITATIONS/CLARIFICATIONS TO THE ABOVE
ITEMS:
NAME OF PROPOSER: TITLE:
SOCIAL SECURITY OR FEDERAL EMPLOYER IDENTIFICATION NUMBER
OCCUPATIONAL LICENSE NO.: EXPIRES:
SIGNATURE: DATE:
UNIT COSTS
/MONTH
FAILURE TO COMPLETE, SIGN, AND RETURN THIS FORM AND ALL OTHER REQUIRED
DOCUMENTS SHALL DEEM THIS PROPOSAL NON -RESPONSIVE
CITY OF MIAMI, FLORIDA
RFP SHEET (Continued)
RFP NO. 95-96-036
VENDOR BACKGROUND INFORMATION
This questionnaire is to be submitted to the designated City Office by the
proposer, along with the proposal being submitted for the goods and/or
services required by City. Do not leave any questions unanswered. When
the question does not apply, write the word(s) "None", or "Not Applicable",
as appropriate. Failure to complete this form, when applicable, may
disqualify your proposal.
L I C E N S E S
1. County or Municipal Occupational License No. (if any)
(attached copy)
2. Occupational License Classification:
3. License Expiration Date:
4. Metro -Dade County Certificate of Competency No.
(attached copy if requested in Proposal)
I N S U R A N C E
5. Name of Insurance Carrier:
6. Type of Coverage:
7. Limits of Liability:
B. Coverage/Policy Dates:
9. Name of Insurance Agent:
Agent's Phone (with area code):
E X P E R I E N C E
10. Number_ of Years your organization has been in business:
11. Number of Years experience PROPOSER
(person, principal of firm, owner) has had
in operations of the type required by
the specifications of the Proposal:
12. Number of Years experience PROPOSER
(firm, corporation, proprietorship) has
had in operations of the type required by
the specifications of the Proposal:
PROPOSER NAME:
CITY OF MIAMI, FLORIDA
RFP SHEET (Continued)
RFP NO. 95-96-036
13. Experience Record: List past and/or present contracts, work, jobs,
that PROPOSER has performed of a type similar to that required by
specifications of the City's Proposal:
FIRM NAME/ADDRESS DATE OF JOB DESCRIPTION OF JOB
14. References: List at least three (3) references who may be contacted to
ascertain experience and ability of PROPOSER.
NAME/FIRM ADDRESS CONTACT PERSON PHONE NO.
i
16. Has PROPOSER carefully inspected the job site:
17. TO PROVIDE ANY ADDITIONAL INFORMATION AS TO QUALIFICATIONS AND
EXPERIENCE, ATTACH DOCUMENTATION TO THIS FORM.
Name of Proposer FIRM
Signature of Authorized Agent
(Owner, Principal)
Date Type or Print Name of Agent
CITY OF MIAMI, FLORIDA RFP NO.95-96-036
RFP SHEET (Contlinued-)
MINORITY STATUS INFORMATION SHEET
MINORITY CLASSIFICATION AND PARTICIPATION
Please check one box only and complete any and all sections applicable to
your firm.
I. Indicate Minority/Women Classification of Business Enterprise
(PROPOSER): [ ] B=BLACK [ ] H=HISPANIC [ ] F=FEMALE [ ] NM=NON-MINORITY
2. If ONE OF THE FOLLOWING, give details of Minority/Women Participation
within firm(s), or as it may apply to this Proposal, if awarded.
Indicate Minority/Women Classification of each company:
A. JOINT VENTURE: Provide information regarding Minority/Women firms
participating and the extent of participation.
% of Dollar
Firm Name Business Address Contract Amount
[]
B. SUBCONTRACTORS: Provide information regarding Minority/Women firms
participating and the extent of participation.
% of Dollar
Firm Name Business Address -Contract Amount
C. SUPPLIERS: Provide details regarding Minority/Women firms that
supply you with goods or services; state the extent.
% of Dollar
Firm Name Business Address Contract Amount
FAILURE TO COMPLETE, SIGN AND RETURN THIS FORM MAY DISQUALIFY THIS PROPOSAL
APPENDIX #1
SAMPLE
AFFIRMATIVE ACTION POLICY
for
EQUAL EMPLOYMENT OPPORTUNITY
AFFIRMATIVE ACTION
EQUAL EMPLOYMENT OPPORTUNITY - POLICY STATEMENT
It is the policy of (Company Name) to base its hiring and
promotions on merit, qualifications and competency and that its
personnel practices will not be influenced by an applicant's or
employee's race, color, place of birth, religion, national origin,
sex, age, marital status, veteran and handicapped status.
One of the management duties of all principals at (Company Name) is
to ensure that the following personnel practices are being
satisfied:
1. Take every necessary affirmative action to attract and
retain qualified employees, regardless of race, color,
place of birth, religion, national. origin, sex, age,
marital status,.veteran•and handicapped status.
2. Maintain equitable principles in the recruitment, hiring,
training, compensation and promotion -of employees:
3. Monitor and review personnel practices to guarantee that
equal opportunities are being provided to all employees,
regardless• of race, color, place 'of" birth, religion,
national origin, sex, age, marital status, veteran and
handicapped status.
(Company Name) is committed to "take affirmative action and
aggressively pursue activities that will serve to enable all
employees and applicants opportunities available throughout this
organization:
Clearly, the above actions cannot be accomplished as a secondary
duty for any individual, despite the full support of management.
And so, to monitor our efforts, (Company Name) has assigned one of
its principals as the'Affirmative Action Director to monitor all
activities of this program.
Employees may contact (Name of assigned principal) - at (telephone
number) regarding this Affirmative Action Policy.
DATE:
(Signature/Title)
DEBARMENT AND SUSPENSION
City of Miami Code Sec. 18-56.4
(a) Authority and requirement to debar and suspend:
After reasonable notice to an actual or prospective contractual party, and after reasonable
opportunity to such party to be heard, the city manager, after consultation with the chief
procurement officer and the city attorney, shall have the authority to debar a contractual
party for the causes listed below from consideration for award of city contracts. The
debarment shall be for a period of not fewer than three (3) years. The city manager shall
also have the authority to suspend a contractor from consideration for award of city
contracts if there is probable cause for debarment, pending the debarment determination, the
authority to debar and suspend contractors shall be exercised in accordance with regulations
which shall be issued by the chief procurement officer after approval by the city manager,
the city attorney, and the city commission.
(b) Causes for debarment or suspension include the following:
1. Conviction for commission of a criminal offense incident to obtaining or attempting to
obtain a public or private contract or subcontract, or incident to the performance of such
contract or subcontract;
2. Conviction under state or federal statutes of embezzlement, theft, forgery, bribery,
falsification or destruction of records, receiving stolen property, or any other offense
indicating a lack of business integrity or business honesty;
3. Conviction under state or federal antitrust statutes arising out of the submission of bids
or proposals;
4. Violation of contract provisions, which is regarded by the chief procurement officer to be
indicative of nonresponsibility. Such violation may include failure without good cause to
perform in accordance with the terms and conditions of a contract or to perform within the
time limits provided in a contract, provided that failure to perform caused by acts beyond
the control of a party shall not be considered a basis for debarment or suspension;
5. Debarment or suspension of the contractual party by any federal, state or other
governmental entity;
6. False certification pursuant to paragraph (c) below; or
7. Any other cause judged by the city manager to be so serious and compelling as to affect
the responsibility of the contractual party performing city contracts.
(c) Certification:
All contracts for goods and services, sales, and leases by the city shall contain a
certification that neither the contractual party nor any of its principal owners or personnel
have been convicted of any of the violations set forth above or debarred or suspended as set
forth in paragraph (b)(5).
The undersigned hereby certifies that neither the contractual party nor any of its principal
owners or personnel have been convicted of any of the violations set forth above, or debarred or
suspended as set forth in paragraph (b)(5).
Company name:
Signature:
Date:
---•••.�= vn rnuw rTr. SIGN__AND RETURN THIS FORM MAY DISQUALIFY THIS 81D.
Op City of Miami
PRIMARY OFFICE LOCATION
Affidavit
Please type or print clearly. This Affidavit must be completed In full, signed and notarized for local preference consideration.
Legal Name of Firm:
Entity Type: (dwck one box only) UPartnership
1
0 Sole Proprietorship OCarporation
Corporation Doc. No:
Date Established:
Occupational License No:
Date of Issuance:
0,406=14 Ile
Street Address:
Z
LU
co
Cr LU
City.
State:
How long at this location:
CL
Street Address:
State:
How long at this location:
According to the City of Miami's Charter 29-A as amended:
All contracts..shall shall be awarded by the commission to the lowest responsible bidder.... provided, however, that if the amount of a bid or proposal
submitted by a vendor whose primary office is located in the City of Miami is not more than ... 10% in excess of the lowest other responsible bidder or
proposer, such local vendor may be awarded the contract..."
The Intention of this section is to benefit local bona fide vendorstproposers to promote economic development within the City of Miami.
I (we) certify, under penalty of perjury, that the primary office location of our firm has not been established with the sole purpose of obtaining the
advantage granted bona fide local vendors/proposers by this section.
Authorize Signature
Print Name
Title
Authorize Signature
Print Name
Title
(Must be signed by the corporate secretary of a Corporation or one general partner of a partnership or the proprietor of a sole proprietorship or all
partners of a joint venture.)
STATE OF FLORIDA, COUNTY OF DADE C) Personally known to me; or
Subscribed and Sworn before me that this is a true statement this _day of _1 99 El Produced identification:
Notary Public, State of Florida
Printed Name of Notary Public My Commission Expires
Please submit with your bid, copies of occupational License, professional and/or trade License to verity local status. The City of Miami,
also reserves the right to request a copy of the corporate charter, corporate income tax filing return and any other document(s) to verify
the location of the firm's primary office.
CITY OF MIAMI
It]
Please Check One Box Only
[ ] Hispanic [ ] Woman [ ] Black
I (We), the undersigned agree to the following conditions:
1) that we have read City of Miami's Ordinance No. 10062 as amended and meet the
fifty-one percent (510) ownership and management requirement for
minority/women registration status and will abide by all of the policies and
regulations governing the City of Miami Minority and Women Business Enterprise
Procedures;
2) that if at any time information submitted by the undersigned applicant in
his/her Vendor Application should prove to be false, inaccurate, or
misleading, applicant's name will be struck from the City of Miami's Master
Vendor list with no further consideration given to this applicant;
3) that the City of Miami maintains the right, through award of bid/contract,-to
revoke the award, should•it-be found that false, inaccurate or misleading
information or a change in the original information have occurred;
4) to notify the City of Miami within thirty (30) days of any change in the
firm's ownership, control, management or status as an ongoing minority/women
business concern as indicated on the Vendor Application, and that the City of
Miami, upon a finding to the contrary, may render a.firm's registration with
the City null and void and cease to include that firm in its registered list
of minority and women -owned businesses;
5) that the City of Miami has a right to diligently verify all information
submitted by applicant in his/her Vendor Application to monitor the status of
the Minority/Women Business Enterprise, once registered;
6) that the City of Miami may share a firm's registration information, concerning
its minority/women status and its capability, with other municipal or state
agencies for the sole purpose of accessing the firm to their procurement
opportunities, unless otherwise specified by the firm in writing.
I (We) certify under the penalties of perjury that the information contained in any and all
application documents submitted to the City of Miami is correct as per Ordinance No. 10062 as
amended.
Firm Name:
(If signing as a corporate officer, kindly affix corporate seal)
(Name, Title & Date) . (Name, Title & Date)
This application must be signed by at least one general partner of a partnership or .the
proprietor of a sole proprietorship or all partners of a joint venture.
COUNTY, SS
NOTARIZATION
COUNTY OF DADE
Date:
That personally appeared before me and
acknowledged the foregoing instrument as his/her act and deed.
That he/she has produced
as identification.
NOTARY PUBLIC:
My fnmmi« inn Fxnirpc:
SWORN STATEMENT PURSUANT TO SECFION 287AW(:)(a),
FLORIDA STATUTES. ON PUBLIC EN M CRIMES
THIS FORM MUST BE SIGNED AND SWORN TO IN THE PRESENCE OF A NOTARY PUBLIC OR OTHER
OFFICIAL AUTHORIZED TO ADMINISTER OATHS.
1. This sworn statement is submitted to
[print name of the public entity]
by
[print individual's name and title]
for
[print name of entity submitting sworn statement]
whose business address is
and (if applicable) its Federal Employer Identification Number (FEIN) is
(if the entity has no FEIN, include the Social Security Number of the individual signing this
sworn statement: ,)
2 1 understand that a 'public entity crime" as defined in Paragraph 287133(1)(g), Florida Statutes, means a
violation of any state or federal law by a person with respect to and directly related to the transaction of
business with any public entity or with an agency or political subdivision of any other state or of the United
States, including, but not limited to, any bid or contract for goods or services to be provided to any public
entity or an agency or political subdivision of any other state or of the United States and involving antitntst,
fraud, theft, bribery, collusion, racketeering, conspiracy, or material misrepresentation.
3. I understand that "convicted" or *conviction" as defined in Paragraph 287.133(1)(b), Florida Statutes, means
a finding of guilt or a conviction of a public entity Grime, with or without an adjudication of guilt, ;n any
federal or state trial court of record relating to charges brought by indictment or information after July 1,
1989, as a result of a jury verdict, nonjury trial, or entry of a plea of guilty or nolo contendere.
4. 1 understand that an "affiliate* as defined in Paragraph 287.133(1)(a), Florida Statutes, means:
I. A predecessor or successor of a person cuavictW ut a public endiy crime; or
2 An entity under the control of any natural person who is active in the management of the entity and
who has been convicted of a public entity chime. The term "affiliate includes those officers, directors,
executives, partners, shareholders, employees, members, and agents who are active in the management of
an affiliate. The ownership by one person of shares constituting a controlling interest in another person,
or a pooling of equipment or income among persons when not for fair market value under an arm's length
agreement, shall be a prima facie case that one person controls another person. A person who knowingly
enters into a joint venture with a person who has been convicted of a public entity crime in Florida during
the preceding 36 months shall be considered an affiliate.
5. I understand that a "person" as defined in Paragraph 287.133(1)(e), Florida Statutes. means any natural
person or entity organized under the lays of any state or of the United States with the legal power to enter
into a binding contract and which bids or applies to bid on contracts for the provision of goods or sen-ices
let by a public entity, or which otherwise transacts or applies to transact business with a public entity. The
term "person" includes those officers, directors, executives, partners, shareholders, employees, members, and
agents who are active in management of an entity•.
6. Based on information and belie a statement which I have marked below f to in relatidn to the paUty,,
submitting this sworn. statemem..indicate which statement appltes.j
Neither the entity submitting this sworn statement, nor any of its offloets, directors, executiw.s,
partners, re shareholders, employees, members, or agents who aactive in the management of the entity, nor
any affiliate of the entity has been charged with and convicted of a public entity trine subsequent to July
A_ 1, 1989. ,
The entity submitting this sworn statement, or one or more of its officers, directors, executives,
partners, shareholders, employees, members, or agents who are active in the management of the entity, or
an affiliate of the entity has been charged with and convicted of a public entity crime subsequent to July
1, 1989.
The entity submitting this sworn statement, or one or more of its officers, directors, executives,
partners, shareholders, employees, members, or agents who are active in the management of the entity, or
an affiliate of the entity -has been charged with and convicted of a public entity crime subsequent to July
1, 1989. However, there has been a subsequent proceeding before a Hearing Officer of the State of Florida,
Division of Administrative Hearings and the Final Order entered by the Hearing Officer determined that
it was not in the public interest to plaoe the entity submitting this sworn statement on the convicted vendor
list. [attach a copy of the final order)
I UNDERSTAND THAT THE SUBMISSION OF THIS FORM TO THE CONTRACTING OFFICER FOR THE . -
PUBLIC ENTITY IDENTIFIED IN PARAGRAPH I (ONE) ABOVE IS FOR THAT PUBLIC ENTITY ONLY AND,
THAT THIS FORM IS VALID THROUGH DECEMBER 31 OF THE CALENDAR YEAR IN WHICH IT IS FILED.
I ALSO UNDERSTAND THAT I AM REQUIRED TO INFORM THE PUBLIC ENTITY PRIOR TO ENTERING
INTO A CONTRACT IN EXCESS OF THE THRESHOLD AMOUNT PROVIDED IN SECTION 287.017, FLORIDA
STATUTES FOR CATEGORY TWO OF ANY CHANGE IN THE INFORMATION CONTAINED IN THIS FORM.
Sworn to and subscribed before me this
Personally known
OR Produced identification
(Type of identification)
Form PUR 7068 (Rev. 06/11/92)
[signature]
day of . 19
Notary Public - State of
My commission expires
(Printed typed or stamped
commissioned name of notary public)