HomeMy WebLinkAboutR-96-0734J-96-1020
10/10/96
RESOLUTION N09 6.," 7 3 4
A RESOLUTION ACCEPTING THE BID OF INTER-AMERICAN
PROTECTIVE SERVICES FOR THE FURNISHING OF
SECURITY GUARD SERVICES TO VARIOUS CITY
DEPARTMENTS, ON AN AS NEEDED BASIS, FOR A PERIOD
OF ONE (1) YEAR WITH THE OPTION TO EXTEND FOR TWO
(2) ADDITIONAL ONE (1) YEAR PERIODS, AT A TOTAL
ESTIMATED ANNUAL AMOUNT OF $175,000.00, FOR THE
DEPARTMENT OF FINANCE; ALLOCATING FUNDS
THEREFOR FROM THE FY '96-97 OPERATING BUDGETS OF
THE USING DEPART MENTS AS NEEDED; AUTHORIZING THE
CITY MANAGER TO INSTRUCT THE CHIEF PROCUREMENT
OFFICER TO ISSUE PURCHASE ORDERS FOR SAID
SERVICES AND THEREAFTER TO EXTEND SAID CONTRACT
FOR TWO (2) ADDITIONAL ONE (1) YEAR PERIODS AT THE
SAME PRICE, TERMS, AND CONDITIONS, STIPULATED ON
BID NO. 95-96-117, AND SUBJECT TO THE AVAILABILITY OF
FUNDS.
WHEREAS, pursuant to public notice, sealed bids were received July 29, 1996 for the
furnishing of security guard services to various City Departments, on an as needed basis, for a
period of one (1) year with the option to extend for two (2) additional one (1) year periods for
the Department of Finance; and
WHEREAS, invitations for Bid No. 95-96-117 were mailed to nineteen (19) potential
bidders and three (3) bids were received; and
WHEREAS, funds for this service will be available from the FY '96-97 Operating
Budgets of the various City Departments using this service; and
:CITY COMMISSION
MEETING OF
O C T 1 0 1996
Resolution No.
96,- 734
WHEREAS, this service will be used to provide armed and unarmed security guard
services to various City Departments, as needed; and
WHEREAS, the employees providing such security services shall be paid at a rate of
$6.00 per hour; and
WHEREAS, the City Manager, the Assistant City Manager in charge of the Department
of Finance recommend that the bid received from Inter -American Protective Services be
accepted as the lowest most responsible and responsive 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 July 29, 1996 bid of Inter -American Protective Services for the
furnishing of security guard services to various City Departments, on an as needed basis, for a
period of one (1) year with the option to extend for two (2) additional one (1) year periods, at a
total estimated annual amount of $175,000.00, for the Department of Finance is hereby
accepted, with funds therefor hereby allocated from the various City Departments' FY 1996-97
Operating Budgets.
Section 3. The City Manager is hereby authorized to instruct the Chief Procurement
Officer to issue purchase orders for said service and thereafter to extend said contract for two
(2) additional one (1) year periods, at the same price, terms and conditions as stipulated on
Bid No. 95-96-117, and subject to the availability of funds.
2
96,--734
CITY OF MIAMI, FLORIDA
INTER -OFFICE MEMORANDUM39
Honorable Mayor and Member _
sEP 8 isss
of the City Commission
sus =c- Resolution and Award of Bid
Security Guard Services Citywide
Bid No, 95-96-117
RON1
Merrett Stier r RE-_RENC s
City Man I
',CLO�GR�S
IRECOMMENDATION:
It is respectfully recommended that the City Commission pass the attached resolution accepting
the bid of Inter -American Protective Services, a City of Miami certified Hispanic/Dade County
vendor located at 175 Fontainebleau Blvd., 42D-2, Miami, Florida, as the lowest most
responsible and responsive bidder to provide security guard services on an as needed basis, in
accordance with Bid No. 95-96-117 (a minority set -aside) at a total estimated amount of
+
$175,000.00 annually. Services to be provided as needed to various City departments on a
contract basis for one (1) year with the option to extend for two (2) additional one (1) year
periods, subject to the availability of funds. Funds are available from the FY'96-97 operating
budget of the various requesting departments.
BACKGROUND:
Procurement Management Division has analyzed bids received pursuant to Bid No. 95-96-117 for
the furnishing of security guard services on an as needed basis to various City departments.
Inter -American Protective Services, is the lowest most responsible and responsive bidder at a cost
of $8.20/$8.40 per hour for unarmed and armed guard service, with a two-way radio; and is
therefore recommended for award. Funding for this service shall be the responsibility of the
contracting departments.
I
- I
I
t
I
96— 734
BID NUMBER: 95-96-117
COMMODITY / SERVICE: Security Guard Service Citywide
DEPARTMENT/CONTACT PERSON: Procurement Management Division
DIRECTIONS TO COMPLETE BID AWARD RECOMMENDATION FORM ON THE REVERSE SIDE:
The top portion of the reverse side of this Bid Award Recommendation Form has been completed by the
Procurement Management Division (PMD). The user department (s) is required to complete all remaining
sections of this form, including the funding source(s), contract value (if applicable), and all other
required approvals prior to forwarding to PMD.
Within 10 days, FAX this completed form along with approved and signed Bid Tabulation Form to Finance/PMD,
ATTN: Bid/Contract Section, at 579-6853. These forms will be utilized by PMD to prepare the resolution memo
and the Resolution for submission to the Agenda Office for Commission approval.
i
Should the department not concur with the recommendation for award, FAX separate justification memo to
PMD immediately. Emergency procurements are exempt.
Contact Maritza Fresno of the Bid/Contract Section at 579-6845 should you have any
questions.
C
J
APPROVAL TO FORWARD
TO DEPARTMENT/OFFICE : G_
6r Judy S. Carter
Chief Procurement Officer
i
i
/ i
DATE: �— /�i
}
E
ti
}
F
{
t
BIDRECOM.DOC 5/16/96 PAGE 1 OF 2 PAGES
f
3
96- 734
c7i
BID AWARD RECOMMENDATION FORM
BID NUMBER: 95-96-117 COMMODITY/SERVICE: Security Guard gPrvi raG Ci rywii d,
DEPARTMENT / DIVISION: Procurement Management Division
TERM OF CONTRACT: Contract basis for (1) year with motion to extend for two (2) Additional
one (1) year periods.
NUMBER OF BIDS DISTRIBUTED: Nineteen (19) NUMBER OF BIDS RECEIVED: three (3)
METHOD OF AWARD: Lowest most responsible and responsive bidder and mPPrjng
M/WBE Set aside requirements.
RECOMMENDED VENDOR(S): STATUS: CONTRACT VALUE:
Inter —American Protective Services Hispanic/Dade $A-?n/hr & $R.& /hr.
TOTAL: $175, 000.00/annually
THE FOLLOWING TO BE COMPLETED BY USER DEPARTMENT:
JUSTIFICATION: The services will be used to provide armari anti „nar.r,P� zPr,lrit3-
guard services to various City Departments as needed
ACCOUNT CODE(S): Various City Departments
using this service
DEPARTMENT APPROVAL: BUDGET REVIEW APPROVAL:
Department Director/ Dipak M. Parekh
Designee Deputy Director
OTHER FUNDING APPROVALS, IF APPLICABLE:
PROCUREMENT APPROVAL:
j�vL-%•�G�ly��
✓�' Judy S. Carter
Chief Procurement Officer
TITLE:
96- 734
. •._ BID NO.
CITY OF MIAMI, FLORIDA 5 g6=117
BID SHEET (Continued)
IMPORTANT: BID SHEET AND ATTACHMENTS MUST BE RETURNED IN TRIPLICATE IN THE
ATTACHED ENVELOPE IDENTIFIED BY BID NUMBER, TIME AND DATE OF BID OPENING.
IF SECURITY IS REQUIRED, A BID WILL NOT RE ACCEPTED UNLESS THE DEPOSIT OR
BOND IS SUBMITTED IN `HIS ENVELOPE.
Terms: Nee 30 (Include cash discount for prompt payment, if any)
Additional discount of if awarded all items.
Warranty and/or guarantee:
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 Invitation to Bid, the specifications, General Conditions, special
Conditions, and General Information to Bidders, we agree to furnish the Item(s) at Prices
indicated on the•attached bid sheet(s).
Q NAMES OF COMPANY OWNER(S): NAMES OF COMPANY OFFICER(S):
05ccc 7�11 e z
1 , List principal business address: (street address)
gl 6u--�elow(, �L 33l7,2
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)
MINORLU PROCUREMEUT CQMPTjjNCB
The undersigned bidder 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, inclu 'ng any amendments thereto.
Bidder:_Tm4e_c-AwteftcarltPry ed-'1\/e-Signature:
( compan name ) y��//
Date: 7 " 6 — 6 Print Name: / C� pi u e_ RoGc f l to e
Indicate if Business is 51% Minority -owned: (Check one box only)
[ ] BLACK HISPANIC [ ] FEMALE
AFFIRMATIVE ACTION PLAN 90
If firm has an existing plan, effective date of implementation:
if firm does not have an existing plan, the Successful Bidder(s) shall be required to
ablish an Affirmative Action Policy, pursuant to Ordinance 110062 as amended. See Appendix
I sor sample.J -
Bidder: �tiler-Amecicoo P(6-%P_d i Ve Signature:
(company name)
FAILURE TO COtAeLEI 5-
��- 734
CITY OF MIAMI-, FLORIDA BID NO. -95-96-117
BID SHEET (Continued)
VENDOR DAMGRAND INFORMATION
This questionnaire is to be submitted to the designated City Office by tl-p-
hr-idder or proposer, along with the bid or 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 bid.
L I C E N S E S
1. County or Municipal Occupational License No. ( if any) 3G%/ 9
(attached copy) -1
2. Occupational License Classification: Guard Q7'(Ol A emc
3. License Expiration Date: % - 30 - /6 . I l
4. Metro -Dade County Certificate of Competency No. �.j O ,�pp� I co I ,
(attached copy if requested 'in Bid or Proposal)
I N S U R A N C E 1 �f/ 11
5. Name of Insurance Carrier: 5 _ I5s a(e TmSUTauCe
6. Type of Coverage: 6e lle c a t 41 0 1 t Ty.
;7 . Limits of Liability: moon, O n D
8. Coverage/Policy Dates: g - 3 1 - q.5— -�% frD�q�n F` 96.
9. Name of. Insurance Agent: Tr(kuoe A oeNCV _Tmc .
Agent's Phone ( with area code) : Lyb %�
E X P E R I E N C E
10. Number of Years your organization has been in business: 7 v rS .
11. Number of Years experience PROPOSER/BIDDER
(person, principal of firm, owner) has had
in operations of the type* required by
the specifications of the Bid or Proposal:
12. Number of Years experience PROPOSER/BIDDER
(firm, corporation, proprietorship) has
had in operations of the type required by
the specifications of the Bid or Proposal: 7 yy-5 .
BIDDER/PROPOSER NAME: Jv14,_-(--AMe(I C'421A Poke_' Ive_ SuC-s .
FAILURE TO COMPLETE SIGN, AND RETURN THIS FORM MAY DISQUALIFY THIS BID.
96- 734
CITY OF MIAMI, FLORIDA BID
NO. 95-96--117
BID SHEET (Continued)
13. Experience Record: List past and/or present contracts, work, jobs,
that BIDDER/PROPOSER has performed of a type similar
to that required
by specifications of the City's Bid or Proposal:
FIRM NAME/ADDRESS DATE OF JOB DESCRIPTION OF JOB
Cu�c�C eau�'�x�ks. From: `�'-9/ �(lgrehouse f 0��;ce �u�%i��,
-
5ecuc_ i �.
7YyS la 5 fo Q fe5em -�L-
Glbba�� aria etxc�r�. �rovh 8-93 �h �pp, 0g
7 -I en o tese�
S-F. RaociS ?Cry >rrovK 7-93 Nucsi✓+q Novme Ho-5;0�441
Se�ur�
ao I N. . la 51. o re5e
- a a /ti{av+uc E�rf- VOW. ra-93 `0ed ica ( 6f�'-ce CovK leX
/, a Cat RJA[_E. �O ��e5e✓r
-
14. References: List references who may be contacted to ascertain
experience and ability of BIDDER/PROPOSER.
,
NAMEFIRM ADDRESS CONTACT PERSON
PHONE NO.
ih Jua.te2.
i0oA i t,331,z(o.
(�lobo,(11uaHa�ew�euf. -7-S - DorvvA V,leC-z>.
7,-;� /,;13V-
Pics i-�crrr ,01 A). ea�3q 1' tnd 70/oc.
— V-200
44VA F& 31,6 L
oi4C4 liege AAeaa e. Gar
�ocrz(6A0ICf) F/331`/6.
15. TO PROVIDE ANY ADDITIONAL INFORMATION AS TO QUALIFICATIONS AND
EXPERIENCE, ATTACH DOCUMENTATION TO THIS FORM.
cam R&4ec� lye SeCy Ices .
Name of Bidder Proposer FIRM Si/giiature df Authoriz ent
(Owner, Prin.ci
7- a20 _96
Date Type or Print_i&Jine of Agent
FAILURE TO COMPLETE, 9IQN AND RETURN THIS FORM MAY D1,9QUALIFY THIS BID.
96-w 734
CITY WIDE CONTRACT
SECURITY GUARD
BID NO, 95-96-117
DEPARTMENTS AMOUNT
REQUIRING OF ANITICIPATED
SECURITY GUARD SERVICES EXPENDITURE
FOR THE
FISCAL YEAR
COMMUNITY DEVELOPMENT $20,000.00
Elbert Waters
DEVELOPMENT & HOUSING CONSERVATION $72,000.00
Jeffrey Hepbum
GSA/SOLID WASTE
$34,000.00
Ron E. Williams
PUBLIC; FACILITIES
$32,500.00
Cdstina Abrams
SUB TOTAL:
$158,500.00
Other Depts. not listed
who will have need of this
service on an as needed
basis.
$16,500.00
TOTAL:
$175,000.00
GUARD.XLS
i
BID NO. 95-96-117
SECURITY GUARD SERVICES CITYWIDE
TABULATION OF SIDS
VENDORS:
b Rf7TE i ' E ;ART HALL PROTECTION SVC INC
, MiLEX SECURITY SVCS :<
::'TS_CJi€'1tdLEAt!
BI.Lf3 #Cr 6500 NW 27 AVENUE #110
5190 NW 167 ST #215
IAI3�IIw 37 MiAMi FL
MIAM! FL 33014 ;
BLACKIDADE
BLACK/DADE
MINORITY CERT.
CITY
CITY <:>
ITEM NO DESCRIPTION:
....:...... :.;
>::::: : ....: UNIT PRICE
UNIT PRICE
Una Guard
Unarmed r
9.05
$ 9 8.9
2
Arm :::;:.::>......
Armed Guard
:::.:.:...;.:.;::..:::..:;...:...
>:.......;:::> :::.::::::>:.: ;»:.::;..>:::;::>::::; ::
5 1 Q75
.::::.:..::.::.........:::::::.::::..._::::.:::::
10.74
TOTAL:
'>.'GRAND <> >`<«`><<`>><<> $19 80
19.7
3
O I MS
TI OP NAL ITEMS:
Radio
<<><``<<�<>'><>><<'
<
0.250.45Two-WaR
<. $
b.
Marine radio $
- $ -
$ 0.50
C.
Pager and/or beeper $
- <' $ 0.10
$ 0.05
d.
Marked vehicle $
1.05 `' $ 1.50
$ 1.75
e.
Marked 4-wheel driver vehicle. > $
1.58 ><< $ 1.80
>'< $ 2.00
f.
Golf car ` $
0.50 $ 0.51
$ 0.75
g.
Marine boat >; $
1.99 NB
$ 4.00
G^
1
TOTAL: $
5.67 4.36
: $ .......
>`s $ 9.30
Approval:
Prepared by Maritza Fresno, 7/31/96
Depa m nt Di ector/Designee
-'
1 of 1
D_ID-RSCURITT LIST
iiD ITIffi& ARMED AND UNARMED SECURITY GUARD SERVICES
--•----•tee
---...-----..�...e-ww�,.�
sID gO>i 95-90-117
�. e.w w----- ---'"—w'—'--ems.----.a.--e--
SATZ S ID (S) OPISID t -? U LY -29, - - 1996 ---p10��0 0 -. iip.-
TAL ID SO91D o�
pinDER PIP AX01MT IAIMI13-2 CHxCK_....e
INTER-AMERICAN PROTECTIVE_SERVI
ES See attach
d bid
CROWN SECURITY INC.
-e
BOYD SECURITY, INC.
ease
GABRIEL SECURITY
��• ��
REMP SERVICES
ART HALL PROTECTION INC.
MILEX CORPORATION
We received on
-y one copy of the i
DL'LAD SECURITY INC.
which was sent
to Procurement Department
r�.�mjti.`i`' 1
i,' ..'.'.D:.i.? t:'.: it.•
Q, :� ��®.®®All
z �r
s.®
--M---M--ee--
!/
pe-ee•NAO-
MS--ele-�-Owmi -
ee
else--e.0oeeee-
Ne�b-�-ew e
eeee �
eeuoee p—e—e�O—swMee
L
rses4®oa (�' envelopes on behalf of
C Oga®s ssc®ly ss bi
GSA/SOLID WASTE -PROCUREMENT DIVISiON ®a
(City Department)
2 1 revs D//�//
AINM
LEGAL ADVERTISEMENT re
BID NO. 95-96-117
Sealed bids 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 July 29, 1996 at
10:00 a.m. for the furnishing of Armed and Unarmed Security Guard Services City -Wide,
on an as needed basis, for a period of one (1) year for the Department of Finance.
Bids submitted after the deadline and/or submitted to any other location or office shall
be deemed non -responsive and shall be rejected. 1
i
This bid has been designated as a set aside for Black, Hispanic and Female vendors
certified with the City of Miami's Minority/Women Business Enterprise (M/WBE) Program.
M/WBE firms currently certified with Dade County Public Schools or Metro -Dade County
must be certified with the City's M/WBE program, prior to bid award. M/WBE
certification as a Black, Hispanic or Female vendor must be current and valid at the
time of bid opening and proof must be submitted with your bid. (See Special
Conditions No. 2 Page 1 of 9 for complete M/WBE requirements)
j
f
FAILURE TO MEET THE ABOVE SET ASIDE REQUIREMENTS MAY DEEM YOUR BID NON- i
RESPONSIVE.
i
Ordinance No. 10062, as amended, established a goal of awarding 51 % of the City's
total dollar volume of all expenditures for all goods and services to Black, Hispanic and
Women Minority Business Enterprises, on an equal basis. (See Ordinances 10062 and
10538) .
Section 18-52.1(h) of the City Code, as amended, states that the City Commission may {
offer to a responsible and responsive local bidder, whose primary office is located in I
the City of Miami, the opportunity of accepting a bid at the low bid amount, if the
original bid amount submitted by the local vendor does not exceed 110 percent of the t
lowest other responsible and responsive bidder.
i
The City reserves the right to request copies of the occupational license, professional
and/or trade licenses, corporate chart and tax return and any other documents to
verify the location of the firm's primary office.
i
All vendors whose primary office is located within the City of Miami must provide a I
copy of their City Occupational License with their bids. E
I
Detailed specifications for the bids are available upon request at the City's
Procurement Office.
The City Manager may reject all bids and readvertise.
i
(Ad No. 04154)
Cesar H. Odio !
City Manager i
f
i
i
=�
City of Miami
,w REOUISITION
FOR ADVERTISEMENT
This number must
appear in the
advertisement.
INSTRUCTIONS: Please type and attach a coov of the advertisement with th' r2tagisition.
1. Department:
2. Division:
3. Account Code number:
4. Is this a confirmation:
5. Prepared by:
,. , i;
❑ Yes ❑ No
6. Size of advertisement:
7. Starting date:
8. Telephone number:
9. Number of times this advertisement is to be
10. Type of advertisement:
published: '
❑ Le al El Classified El
Display
11. Remarks:
12.
G..A. P r m M m tit
F 0 1'
Publication
Date(s) of
Advertisement
Invoice No.
Amount
C�
bp
�or-
7
.
l .<XJ
'
=_
-. is M
j • 1
>
i
13.
❑ Approved
❑ Disapproved
Department Director/Designee
Date
Approved for Payment
Date
C GS/PC 503 Rev. 12189 Routina: Forward White and Canary
to (,RA (Prnmir—ant hAnnonomnnt, -a
DISTRIBUTION: White - G.S.A.; Canary - Department