Loading...
HomeMy WebLinkAboutR-91-0835J-91-842 11/6/9l. RESOLUTION NO. A RESOLUTION APPROVING THE CHIEF PROCUREMENT OFFICER'S DECISION TO REJECT THE PROTEST RECEIVED FROM ANDY FRAIN SERVICES IN CONNECTION WITH THE CITY'S REQUEST FOR PROPOSALS (RFP) FOR USHERS, TICKET TAKERS AND PEER GROUP SECURITY SERVICES FOR THE ORANGE BOWL CLASSIC GAME AND OTHER EVENTS AT THE ORANGE BOWL, AS IT HAS BEEN DETERMINED TO BE WITHOUT MERIT. WHEREAS, on August 19, 1991, the City of Miami issued a Request for Proposals (RFP) for ushers, ticket takers and peer group security services for the Orange Bowl Classic Game and other events; and WHEREAS, on August 26, 1991, the City of Miami received a protest from Andy Frain Services (the Firm) in connection with said RFP; and WHEREAS, the Firm alleged that the RFP's requirements that ` the bidder provide the above listed services within the last three years to college football games in the Miami area was unreasonable and restrictive; and j WHEREAS, the Chief Procurement Officer, pursuant to (� Section 18-56.1 of the City Code, in her role as arbiter, investigated the matter and determined that the evaluation t criteria outlined in the proposal specifications were not unduly CITY Sa N O V 1.4 1991 restrictive, but rather sought to ensure that the City procure the services of the best qualified and experienced firm, with a demonstrated record of fulfilling its obligations; and WHEREAS, the Chief Procurement Officer has determined that the protest was without merit and has rejected the protest; and WHEREAS, the City Manager and the City Attorney concur with and approve the finding of the Chief Procurement Officer and recommend rejection of the protest filed by Andy Frain Services; :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 Chief Procurement Officer's decision to reject the protest received from Andy Frain Services in connection with the City's Request for Proposals (RFP) for ushers, ticket takers and peer group security services for the Orange Bowl Classic Game and other events at the Orange Bowl is hereby approved. Section 3. This Resolution shall become effective immediately upon its adoption. 2 - -. . ...-.. �.�._ x '�.--. .r.. --:�:, .:,.::.. P:_"R:{im£v+v✓.AnKNI w PASSED AND ADOPTED this 14th day of November _—, 1991. XAVIER �a./SL�ARF' ; MAYO ATTEST* Cam' MATT HIRAI CITY CLERK PREPARED AND APPROVED BY: CARMEN L. LEON / ASSISTANT CITY ATTORNEY APPROVED AS TO FORM AND CORRECTNESS: AQUINPJONRS, III71 C TY ATTORN CLL:gb:M2639 — 3 — s W INTER -OFFICE MEMORANDUM Honorable Mayor and Members E �' of the City Commission SUHJE(- 01 RFrERENCEs Cesar H . Odio City Manager FWLOSURE, RECOMMENDATION Resolution of Protest for Ushers, Ticket - Takers, Peer Group Security It is respectfully recommended that the City Commission adopt the attached resolution approving the Chief Procurement Officer's decision to reject Andy Frain Services' protest, in connection with the City's Request for Proposals (RFP) for ushers, ticket - takers and peer group security services for the Orange Bowl Classic Game and other events at the Orange Bowl. BACKGROUND On August 26, 1991, a protest was received from Andy Frain Services, relative to the above noted RFP. In its protest the firm alleged that the City's insistence that the Proposer have experience in college football games in the Miami area within the last three (3) years was unreasonable and restrictive. Pursuant to Section 18-56.1 of the City Code, the Chief Procurement Officer investigated the matter and determined that the protest lacked merit. The Special Conditions in the RFP document clearly outlined several factors relevant to the City's requirements for acquiring the desired services, including the criteria for evaluating the proposals. Items 3 and 4, Section 17, of the Special Conditions state: "The company must have at least three (3) years of experience dealing with local (Dade/Broward counties) events at major local facilities of over 50,000 crowd capacity with approximate equal attendance or over." "The company must have done at least twenty (20) large (30 to 50 thousand attendance) events during the last three (3) years using local staffing. At least five (5) of those events must have been k Honorable Mayor and Protest for Ushers, Members of the City Commission Ticket Takers and Peer Group Security College football games with crowds over 30,000 per event and at least ten (10) other events with crowds over 50,000 in attendance each." The above criteria enable the City to evaluate the proposer Is current experience, expertise in the field, and use of local staffing. The Orange Bowl Classic Game is an important, annual event in the City of Miami which draws national attention. Effective vendor performance is crucial to the success of such an event to ensure that the City must fulfill its responsibilities to the community at large and to the many game patrons in attendance. The criteria established in the RFP enable the City to obtain the most qualified and experienced company to effectively perform the required services at these events. In addition, it is the City's plan to foster local business growth and employment, to the greatest extent possible. This objective also coincides with sound business practice. In accordance, requirements were placed in the RFP document to utilize firms which employ local staffing, not only to effectuate this plan, but to encourage the ethnic diversity needed to deal with a multi -cultural crowd. These criteria were not intended to be restrictive but to assist the City in procuring the service provider most compatible with our needs. Therefore, the protest is deemed without merit and is rejected. Attachments: Proposed Resolution Copy of Protest Letter ON CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM TO Cesar H. Odio, City Manager DATE September 25, 1991 FILE A. Quinn Jones, Acting City Attorney SUBJECT protest in connection with RFP 90-91-134 for Ushers, Ticket -Takers FROM REFERENCES. Judy S. Carter Chief Procurem Off icer ENCLOSURES Department of eneral Services and Solid I hereby request your approval of my rejection of the bid protest by Andy Frain Services, in connection with the City's Request for Proposals (RFP) for Ushers, Ticket -Takers and Peer Group Security services for the Orange Bowl Classic Game and other events at the Orange Bowl. The grounds for my decision, as set forth in the attached letter, include among others, the fact that the requirements in the specifications for the RFP were not unduly restrictive. APPROVED: Cesar H. Odio, City Manager APPROVED: A. Quinn Jones, III, Acting City Attorney `u.Tag 1E RON E. WILLIAMS Administrator September xx, 1991 CERTIFIED MAIL CESAR H. O DIO City Manager Mr. Bram L. Bottfield Andy Frain Services 1000 Lincoln Road, Suite 220 Miami Beach, FL 33139 DRAFT Re: Protest - Re RFP No. 90-91-134 Ushers, Ticket Takers, Peer Group Security Dear Mr. Bottfield: I, as Chief Procurement Officer of your protest of August 23, 1991, reviewed the pertinent documents, Section 18-56.1, City of Miami Solicitations and Awards. the City of Miami, have read investigated the issues, and pursuant to my duties under Code, Resolution of Protest You allege that the bid specifications for the above noted services were restrictive, specifically the requirement that the bidder have experience 'within the last three years to college football games in the Miami area'. For the record, this is not a bid but a Request for Proposal (RFP), which allows the City to establish criteria which directly meet its needs. In addition, the RFP did not request experience in the 'Miami area' but experience dealing with local events - local being defined as within Dade and Broward counties. Iin your letter, it appears as though you may have extrapolated certain provisions from items 3 and 4 to create your own perception of the requirements outlined in Section 17, Evaluation Criteria, of the Special Conditions. According to the proposal document, the Evaluation Criteria, in particular items 3 and 4, state: "The company must have at least three (3) years of experience dealing with local (Dade/Broward counties) events at major local.facilities of over 50,000 crowd capacity with approximate equal attendance or over." "The company must have done at least twenty (20) large (30 to 50 thousand attendance) events during the last three (3) years using local staffing. At least five (5) of those events must have been College football games with crowds over 30,000 per event and at least ten (10) other events with crowds over 50,000 in attendance each." These criteria enable the City to evaluate the proposer's current experience, expertise in the field, and use of local staffing. DEPARTMENT Of GENERAL SERVICES ADMINISTRATION AND SOLID WASTE/Procurement Management Division 1390 N.W. 20th Street/Miami, Florida 33142/(305) 575-5174/FAX: (305) 575-5180 sF\"1 RY:F'RO(l RF11F\T M1\AGF11F\T:10-28-91 : 4:02PNI CITY OF M10 1- 3058381707:# 3/ 3 Andy Frain Servi'NI Page 2 The requirement that the proposer have experience within the last three years is to assure the City that the service provider is knowledgeable of up-to-date methods and techniques in managing and controlling large crowds in attendance at these events. For business reasons, the only practical and feasible option is for the City to hire a service provider with recent experience in handling large crowds. Anything less could jeopardize the City's ability to fulfil its responsibilities to the community at large and could adversely affect its national image. The RFP required an overall experience with 20 events, only one- fourth of which required experience with college football games attended by large crowds. In your letter, you agreed that the proposer should have the appropriate experience in the field. Since the majority of events held at the Orange Bowl are college football games, it is reasonable for the City to require that the service provider have expertise in dealing with these types of crowds. In regards to the local staffing requirement, it is reasonable for the City to require the service provider to use local staffing which is reflective of the diversity of the peoples attending these events. It is anticipated that such staff would be able to more effectively respond to patrons' needs. I do not believe that these requirements are unreasonable or unduly restrictive. The City of Miami is mandated to procure services from offerors whose proposals are most practicable and advantageous to the City. For the above reasons, your protest is deemed without merit and is, therefore, rejected. _ The City Manager and City Attorney have approved my decision. You will be notified as soon as the protest is scheduled for inclusion on the City Commission agenda. Sincerely, Judy S. Carter Chief Procurement Officer cc: Max Cruz, Assistant Director, Conferences & Conventions Carmen L. Leon, Assistant City Attorney Ron E. Williams, Administrator, GSA/SW Department File A 5EN1 BY:PROC1.REMLM MIA'NaGEMENT:10-28-91 : 4:02PNI CITY OF '111IAMI- A IN DY FRAIIN SERVICES 3038581707:r 3/ 3 ECEIVED I w CROWD ENOIWA1NG SECURITY • CONSULTANTS L /,UG 2 G 1991 eUT_� City Of NiQmi MinorigjWomeo 8uslflez Affairs August 23, 1991 Chief Procurement Officer to City of Miami " 3500 Pan American Drive, Dinner K.ey C P.O. Box 330708, Coconut Grovc Station Miami, Florida 33233 - 0706 v�i c =� Dear Sir, With regard to your bid #90-91-134, which is for Ushering, On Ticket Taking and peer group security services at the MiamiN Lf orange Bowl, our firm protests the bad as currently written. Per section 18-56.1 of the city code, this letter is being sent in conformity with the times indicated. It is logical to request that a bidder have experience in the field. It is logical to request that the bidder have a certain number of years in the field. Howover, it is most unreasonable and restrictive to insist that the bidder must have provided these services within the last th a ears to collogEL football games in the Miami area. This is specif-Ie-a in section 4 of special conditions which is part 17 of the bid. With L•hi: restriction placed into the bid, the bid has been rendered non competitive and has been made into a "sweetheart deal" for someone. As there have only been t.wm--firms t11aL itdve provided such service in the last three years, it would seem to be a 50/50 shot as to whom. If this restriction is not lifted, we will appeal to the city commission and request further information as to why it was not. Thank you for your attention to this matter. Si rely, am L. feld Director o Security BLB/me 1000 Lincoln Road, Suite 220 • Miami Beach, Florida 33139 (305) 532-481 S 0 FAX (305) 531.1391 MIAMI • CHICAGO • LOUISVILLE • LEXINGTON • DENVER • SALT LAKE CITY • CLEVELAND k15