Miami-Dade Legislative Item
File Number: 091289
Printable PDF Format Download Adobe Reader  Clerk's Official Copy   

File Number: 091289 File Type: Resolution Status: Adopted
Version: 0 Reference: R-917-09 Control: Board of County Commissioners
File Name: TRANSIT METROMOVER SECURITY GUARD SERVICE CONTRACT AWARD Introduced: 4/24/2009
Requester: Procurement Management Department Cost: Final Action: 7/2/2009
Agenda Date: 6/30/2009 Agenda Item Number: 8O1A
Notes: kgm Title: RESOLUTION AUTHORIZING AWARD OF A COMPETITIVE CONTRACT TO PROFESSIONAL PROTECTION & INVESTIGATIONS AGENCY, INC. / SECURITY ALLIANCE (A JOINT VENTURE) AND 50 STATE SECURITY SERVICE, INC. IN AN AMOUNT NOT TO EXCEED $36,300,000.00 FOR TWO YEARS FOR SECURITY GUARD SERVICES FOR MIAMI-DADE TRANSIT METROMOVER, METRORAIL AND FACILITIES, AND AUTHORIZING THE COUNTY MAYOR OR COUNTY MAYOR’S DESIGNEE, TO EXERCISE OPTIONS-TO-RENEW IN AN AMOUNT NOT TO EXCEED $72,600,000.00 AND AUTHORIZE THE USE OF CHARTER COUNTY TRANSIT SYSTEM SURTAX FUNDS
Indexes: CONTRACT AWARD
Sponsors: NONE
Sunset Provision: No Effective Date: Expiration Date:
Registered Lobbyist: None Listed


Legislative History

Acting Body Date Agenda Item Action Sent To Due Date Returned Pass/Fail

Board of County Commissioners 7/2/2009 8O1A Adopted P
REPORT: Commissioner Edmonson asked if the firms recommended for this contract were financially sound and capable of managing a contract of this magnitude. Ms. Miriam Singer, Director, Procurement Management, affirmed that they were, and noted staff conducted specific responsibility reviews of each firm to determine if their financial capacity was sufficient to carry out this work. Commissioner Rolle noted he previously requested a status report on the outcome of the lawsuit involving Wackenhut Security and asked if it had been resolved yet. He also asked what monitoring methods were put in place to prevent security companies from billing the County for ghost employees. County Attorney Cuevas noted the Court recently issued an order denying a preliminary injunction sought by Wackenhut. He further noted that the Court recognized this Board had the authority to take action on this contract, if it chose to consider it. Responding to Commissioner Rolle’s question regarding what oversight/monitoring methods were put in place to ensure that billings of ghost employees would not recur, Ms. Singer noted this solicitation required the installation of the Biometric identification system to capture data about the officers’ assigned locations and hours. She noted the proposal included stronger contract management tools as well. Commissioner Rolle noted his primary concern was that Miami-Dade Transit (MDT) took the appropriate action to ensure oversight so that billings of ghost employees would not recur once the responding security firms installed the Biometric system. Mr. Harpal Kapoor, Director, MDT, noted staff reviewed the audit and addressed all of the gaps in the system. He also noted the Biometric system would verify the hours and attendance of security guards at designated posts, and the invoices would be base on those hours. Additionally, Mr. Kapoor noted all of the collected data would be controlled by the Chief of Security at the central control office, and he assured the Board that MDT made the necessary internal changes to ensure ghost billing would not occur again. Hearing no further questions or comments, the Board proceeded to vote on this resolution as presented.

Board of County Commissioners 6/30/2009 8O1A Carried over 7/2/2009

Board of County Commissioners 6/2/2009 8O1F Deferred 6/30/2009 P
REPORT: Chairman Moss noted Commissioner Seijas had sent a memorandum requesting this proposed resolution be deferred. Commissioner Sorenson questioned the impact of the Commission deferring this proposal. County Manager Burgess noted this proposed resolution could be deferred to the June 30, 2009, County Commission meeting, however, this proposal would be time sensitive and require a vote on that day. Hearing no other questions or comments, the Commission proceeded to vote to defer this proposed resolution.

County Manager 5/29/2009 Scrivener's Errors 6/2/2009
REPORT: Handwritten page 5, add to the title of the resolution “AND AUTHORIZE THE USE OF CHARTER COUNTY TRANSIT SYSTEM SURTAX FUNDS”

Budget, Planning and Sustainability Committee 5/12/2009 3N Forwarded to BCC with a favorable recommendation P
REPORT: Assistant County Attorney Jess McCarty read the foregoing proposed resolution into the record. Responding to Commissioner Gimenez’s inquiry regarding the use of People’s Transportation Plan (PTP) funds, Assistant County Manager Susanne Torriente noted this proposed resolution would use PTP funds. Commissioner Martinez questioned whether the Lobbyist Register had been updated for 50 State Security Service, Inc. Assistant County Attorney Jess McCarty advised that a scrivener’s error existed that should be corrected to delete the word “million” throughout this proposal. Hearing no other questions or comments, the Committee proceeded to vote. Later in the meeting, the Clerk of the Board’s office provided Commissioner Martinez with the information he requested regarding 50 State Security Service, Inc. Commissioner Martinez noted, for the record, notwithstanding his “No” vote, he could support this proposed resolution based on the information provided by the Clerk of the Board.

County Manager 4/24/2009 Assigned Sue Torriente 4/24/2009 4/24/2009

County Manager 4/24/2009 Assigned County Attorney 6/2/2009
REPORT: DPM (Replace pages to correct scrivener's error) (BPSC 5/12/2009)(Attached. Contract Award)

County Manager 4/24/2009 Referred Budget, Planning and Sustainability Committee 5/12/2009

County Attorney 4/24/2009 Assigned Bruce Libhaber 4/26/2009

Legislative Text


TITLE
RESOLUTION AUTHORIZING AWARD OF A COMPETITIVE CONTRACT TO PROFESSIONAL PROTECTION & INVESTIGATIONS AGENCY, INC. / SECURITY ALLIANCE (A JOINT VENTURE) AND 50 STATE SECURITY SERVICE, INC. IN AN AMOUNT NOT TO EXCEED $36,300,000.00 FOR TWO YEARS FOR SECURITY GUARD SERVICES FOR MIAMI-DADE TRANSIT METROMOVER, METRORAIL AND FACILITIES, AND AUTHORIZING THE COUNTY MAYOR OR COUNTY MAYOR�S DESIGNEE, TO EXERCISE OPTIONS-TO-RENEW IN AN AMOUNT NOT TO EXCEED $72,600,000.00 AND AUTHORIZE THE USE OF CHARTER COUNTY TRANSIT SYSTEM SURTAX FUNDS

BODY
WHEREAS, this Board desires to accomplish the purposes outlined in the accompanying memorandum, a copy of which is incorporated herein by reference,

NOW, THEREFORE, BE IT RESOLVED BY THE BOARD OF COUNTY COMMISSIONERS OF MIAMI-DADE COUNTY, FLORIDA, that this Board authorizes award of a competitive contract to Professional Protection & Investigations Agency, Inc. / Security Alliance (A joint venture) and 50 State Security Service, Inc., in substantially the form attached hereto and made a part hereof, in an amount not to exceed $36,300,000 for security guard services for Miami-Dade Transit Metromover, Metrorail and Facilities, and authorizing the County Mayor or County Mayor�s designee, to exercise options-to-renew in an amount not to exceed $72,600,000.

HEADER
Date:


To: Honorable Chairman Dennis C. Moss
and Members, Board of County Commissioners


From: George M. Burgess
County Manager


Subject: Award of Contract No. 8724-2/11: Security Guard Services for Miami-Dade Transit Metromover, Metrorail and Facilities

STAFF RECOMMENDATION
It is recommended that the Board of County Commissioners approve award of this contract to the vendors listed below.

CONTRACT NUMBER: 8724-2/11

CONTRACT TITLE: Security Guard Services for Miami-Dade Transit

TERM: Two years with two, one-year County options-to-renew (OTR)

APPROVAL TO ADVERTISE: June 10, 2008

CONTRACT AMOUNT: $36,300,000 for two years
*Should the County choose to exercise the two one-year options-to-renew, the total contract value will be $72,600,000 for a total of four years. This includes the 5.8% Living Wage rate increase of October 2008.

USING/MANAGING AGENCY
Department Allocation Funding Source Transit $36,300,000 MDT Operating AND FUNDING SOURCE:

CURRENT CONTRACT AMOUNT APPROVED BY THE BOARD: $89,500,000 for five years

METHOD OF AWARD: To the lowest responsive and responsible bidder for each of the two contract groups.

VENDORS RECOMMENDED FOR AWARD: Vendor Address Principal Award Professional Protection & Investigations Agency, Inc. / Security Alliance (A joint venture) (Local vendors) 7125 SW 47th Street Suite #302 Miami, FL 33155
James J. Fernandez Group I 50 State Security Service, Inc. (Local vendor) 1125 NE 125th Street North Miami, FL 33161 Ted L. Kretzschmar Group II

PERFORMANCE DATA: There are no performance issues with the two firms.

COMPLIANCE DATA: There are no compliance issues with the two firms.

VENDORS NOT RECOMMENDED FOR AWARD:
Bidder Reason Alanis, Inc. The total bid price was higher than the recommended vendor�s price. Allegiance Security Group, LLC The total bid price was higher than the recommended vendor�s price. Allied Barton Security Services LLC The total bid price was higher than the recommended vendor�s price. Corporate Security Solutions Inc. / CSS USA The bid is non-responsive because the bid prices excluded fuel costs, a specific required component in the solicitation. (Re: Legal opinion dated September 11, 2008). Delad Security, Inc. The total bid price was higher than the recommended vendor�s price. Feick Security Corporation. The total bid price was higher than the recommended vendor�s price. JMG Insystem, Inc. d/b/a Sereca Corp. Bidder did not satisfy Small Business Enterprise (SBE) participation provision (Re: SBD Compliance Review). Kent Security Services, Inc. Total bid price was higher than the recommended vendor�s, and bid is non-responsive because it failed to meet the solicitation�s SBE participation provisions (Re: Legal Opinion of 8/12/08). P. G. Security, Inc. The total bid price was higher than the recommended vendor�s price. Securitas Security Services USA, Inc. The total bid price was higher than the recommended vendor�s price. Security Alliance, LLC Total bid price for Group II was higher than the recommended vendor�s, and bid is non-responsive because bidder did not submit subcontractor agreement to meet the solicitation�s SBE participation provisions (Re: Legal Opinion of 8/12/08). Security Management Innovations Inc. The total bid price was higher than the recommended vendor. Westmoreland Protection Agency. The total bid price was higher than the recommended vendor�s price.
CONTRACT MEASURES: Group I: Small Business Enterprise (SBE) Set-Aside
Group II: 14% SBE Subcontractor Goal

LIVING WAGE: The Living Wage Ordinance will be applied in accordance with the Ordinance.

USER ACCESS PROGRAM: The User Access Program provision is included. The 2% program discount will be collected on all purchases.

LOCAL PREFERENCE: The Local Preference Ordinance did not affect the outcome of this award. Recommended bidders are local vendors.

CONTRACT MANAGERS: Eric Muntan, Miami-Dade Transit
Maggie R. Reynaldos, Department of Procurement Management

ESTIMATED CONTRACT EFFECTIVE DATE: Upon approval by the Board and waiver of ten day mayoral veto period, approval by Citizens� Independent Transportation Trust and coordination of implementation schedule by MDT Project Manager.

MANAGER'S BACKGROUND
This contract will provide security guard services for Miami-Dade Transit (MDT) facilities, Metrorail, Metromover, and MDT�s public parking areas. The contract award is divided in two groups: Group I will provide unarmed security guard services for Transit facilities and Group II will provide armed security guard services for Metrorail, Metromover, and Metrorail parking facilities. The contract is awarded to the lowest responsive and responsible bidder by group.

The current contract, which expires on November 2, 2009, was awarded on July 13, 2004 as a bid waiver without competition. MDT and Department of Procurement Management (DPM) staff conducted extensive market research to determine current sources of supply for the services required to properly provide security at all MDT facilities. This research identified a number for firms capable of providing the security services.

The resultant contract provides security coverage using armed guards for Metrorail and Metromover stations, and unarmed guards for other Transit facilities such as bus and rail maintenance shops. The requirements in the solicitation include a biometric identification system for security officers. This will allow for attendance verification of the guards at their designated posts.

DPM and MDT have conducted responsibility reviews of each of the recommended firms. The firms have been deemed responsible as to management and financial capacity sufficient to effectively carry out and maintain the required security services. The Miami-Dade Police Department, Homeland Security Division, has also reviewed the requirements and the firms to confirm capacity.

Based on the MDT�s projections for the contract�s term and the competitive bid prices, the actual labor and vehicle costs are estimated at $36,300,000, and represent a cost reduction of approximately 10 percent.

_________________________
Assistant County Manager



Home  |   Agendas  |   Minutes  |   Legislative Search  |   Lobbyist Registration  |   Legislative Reports
2024 BCC Meeting Calendar  |   Miami-Dade County Code of Ordinances   |   ADA Notice  |  

Home  |  Using Our Site  |  About Phone Directory  |  Privacy  |  Disclaimer

E-mail your comments, questions and suggestions to Webmaster  

Web Site � 2024 Miami-Dade County.
All rights reserved.