Unarmed Security Guard Services Certification of Contract
(9 MIAMI BEACH
)001- l~yr7
A 7 r;. - 3//07
CITY OF MIAMI BEACH
CERTIFICATION OF CONTRACT
TITLE:
Unarmed Security Guard Services for the City of Miami Beach
CONTRACT NO.:
34-05/06
EFFECTIVE DATE(S): May 1, 2007 through April 30, 2010, with two (2) Additional one (1)
year renewal options
CONTRACTOR(S):
Security Alliance of Florida, LLC
A. AUTHORITY - Upon affIrmative action taken by the Mayor and City Commission of the
City of Miami Beach, Florida, on March 14, 2007, a Contract has been approved for
award and subsequent execution between the City of Miami Beach Florida and
Contractor( s).
B. EFFECT - This Contract is entered into to provide Unarmed Security Guard Services for
the City of Miami Beach. Therefore, all required services shall be made under the terms,
prices, and conditions of this contract and with the Contractor specified.
C. ORDERING INSTRUCTIONS - All blanket purchase orders shall be issued in
accordance with the City of Miami Beach Procurement Division policies and procedures,
at the prices indicated, exclusive of all Federal, State and local taxes.
All blanket purchase orders shall show the City of Miami Beach Contract Number (34-
05/06), with the current expiration date of April 30, 2010.
D. CONTRACTOR PERFORMANCE - City of Miami Beach departments shall report any
failure of Contractor to perform according to the requirements of the Contract Documents
to Cornelius "Tim" 0' Reagan, City of Miami Beach Police Department, and Contract
Administrator at 305-673-7920.
E. INSURANCE CERTIFICATE(S) - The Contractor shall file Insurance Certificates, as
required, which must be signed by a Registered Insurance Agent licensed in the State of
Florida, and approved by the City of Miami Beach Risk Manager.
1
----------
" -~-
Page 2
Certification of Contract
F. ASSIGNMENT AND PERFORMANCE - Neither this Contract nor any interest herein
shall be assigned, transferred, or encumbered by either party. In addition, Contractor
shall not subcontract any portion of the work and/or services required by the Contract
Documents. Contractor warrants and represents that all persons performing any work
and/or services required by the Contract Documents have the knowledge and skills, either
by training, experience, education, or a combination thereof, to adequately and
competently perform same, to City's satisfaction, for the agreed compensation.
Contractor shall perform the work and/or services required under the Contract
Documents in a skillful and respectable manner. The quality of Contractor's performance
and all interim and final product(s) provided to or on behalf of City shall be comparable
to the best local and national standards.
G. SERVICE EXCELLENCE STANDARDS - Excellent Customer Service is the standard
of the City of Miami Beach. As a Contractor of the City, Contractor will be required to
conduct itself in a professional, courteous and ethical manner, and at all times and adhere
to the City's Service Excellence standards. Training will be provided by the City's
Organizational Development and Training Specialist.
H. PUBLIC ENTITY CRIMES - In accordance with the Public Crimes Act, Section
287.133, Florida Statutes, a person or affiliate who is a contractor, consultant or other
provider, who has been placed on the convicted vendor list following a conviction for a
public entity crime may not submit a bid on a contract to provide any goods or services to
the City, may not submit a bid on a contract with the City for the construction or repair of
a public building or public work, may not submit bids on leases of real property to the
City, may not be awarded or perform work as a contractor, supplier, subcontractor, or
consultant under a contract with the City, and may not transact any business with the City
in excess of the threshold amount provided in Section 287.017, Florida Statutes, for
category two purchases for a period of 36 months from the date of being placed on the
convicted vendor list. Violation of this section by Contractor shall result in cancellation
of the Contract and may result in Contractor debarment.
I. INDEPENDENT CONTRACTOR - Contractor is an independent contractor under this
Contract. Services and/or work provided by Contractor pursuant to the Contract
Documents shall be subject to the supervision of Contractor. In providing such work
and/or services, neither Contractor nor its agents shall act as offIcers, employees, or
agents of the City. This Contract shall not constitute or make the parties a partnership or
joint venture.
J. THIRD PARTY BENEFICIARIES
Neither Contractor nor City intends to directly or substantially benefit a third party by
this Contract and/or the Contract Documents. Therefore, the parties agree that there are
no third party beneficiaries to this Contract and that no third party shall be entitled to
assert a claim against either of them based upon this Contract and/or the Contract
Documents.
2
Page 3
Certification of Contract
The parties expressly acknowledge that it is not their intent to create any rights or
obligations in any third person or entity under this Contract and/or the Contract
Documents.
K. NOTICES - Whenever either party desires to give notice to the other, such notice must be
in writing, sent by certified United States Mail, postage prepaid, return receipt requested,
or by hand-delivery with a request for a written receipt of acknowledgment of delivery,
addressed to the party for whom it is intended at the place last specified. The place for
giving notice shall remain the same as set forth herein until changed in writing in the
manner provided in this section. For the present, the parties designate the following:
For City:
Procurement Division
1700 Convention Center Drive
Miami Beach. Florida 33139
Attn: Gus LODez. Procurement Director
With copies to:
City Attorney
City of Miami Beach
1700 Convention Center Drive
Miami Beach, Florida 33139
For Contractor:
Security Alliance of Florida. LLC
8323 NW 12th Street, Suite 218
Doral, Florida 33126
Attn: William A. Mumhv. Vice-President
L. MATERIALITY AND WAIVER OF BREACH - City and Contractor agree that each
requirement, duty, and obligation set forth in the Contract Documents is substantial and
important to the formation ofthis Contract and, therefore, is a material term hereof.
City's failure to enforce any provision of the Contract Documents shall not be deemed a
waiver of such provision or modification of this Contract. A waiver of any breach of a
provision of this Contract shall not be deemed a waiver of any subsequent breach and
shall not be construed to be a modification of the terms of this Contract.
3
Page 4
Certification of Contract
M. SEVERANCE - In the event a portion of this Contract and/or the Contract Documents is
found by a court of competent jurisdiction to be invalid, the remaining provisions shall
continue to be effective unless City or Contractor elects to terminate this Contract. An
election to terminate this Contract based upon this provision shall be made within seven
(7) days after the finding by the court becomes fmal.
N. APPLICABLE LAW AND VENUE - This Contract and/or the Contract Documents shall
be enforceable in Miami-Dade County, Florida, and if legal action is necessary by either
party with respect to the enforcement of any or all of the terms or conditions herein
exclusive venue for the enforcement of same shall lie in Miami-Dade County, Florida. By
entering into this Contract, Contractor and City hereby expressly waive any rights
either party may have to a trial by jury of any civil litigation related to, or arising
out of the Contract and/or the Contract Documents. Contractor, shall specifically
bind all subcontractors to the provisions of this Contract and the Contract
Documents.
O. AMENDMENTS - No modification, amendment, or alteration in the terms or conditions
contained herein, or in the Contract Documents, shall be effective unless contained in a
written document prepared with the same or similar formality as this Contract and
executed by the City and Contractor.
P. This Contract shall not be effective until all bonds and insurance( s) required under the
Contract Documents have been submitted to, and approved by, the City's Risk Manager.
Q. The RFP and all addendas issued, and Contractor's bid in response thereto, are attached
to this Contract and are hereby adopted by reference and incorporated herein as if fully
set forth in this Contract. Accordingly, Contractor agrees to abide by and be bound by
any and all of the documents incorporated by the Contract Documents. Where there is a
conflict between any provision set forth within (i) this Contract; (ii) the RFP; (iii)
contractor's bid in response thereto, the more stringent provision (as enforced by the
City) shall prevail.
R. LIVING WAGE ORDINANCE - The Contractor has agreed to pay a minimum of
$10.00 per hour to all employees who provide services under this contract for compliance
with the Living Wage Ordinance, 2-408 thru 2-410 of the Miami Beach City Code.
Contractor will provide a wage raise of twenty five cents ($.25) per hour to all covered
employees after the first year. Contractor shall issue paychecks on a bi-weekly basis
which will be available for pick-up at designated locations or direct deposit. In addition,
the Contractor will pay employee training at the minimum Living Wage rate of$9.8l per
hour.
4
S. EQUAL BENEFITS ORDINANCE - Contractor acknowledges that they are required to
comply with all applicable provisions of the City Ordinance No. 2005-3494, which
requires certain City contractors to provide equal benefits for domestic partners (the
Ordinance). This Ordinance applies to all employees of a contractor who work within the
City limits of the City of Miami Beach, Florida, and the contractor's employees located
in the United States, but outside of the City of Miami Beach limits, which are directly
performing work on a contract within the City of Miami Beach. A copy of the City's
Ordinance is attached as Exhibit" C" hereto. Notwithstanding the preceding, it shall be
Consultant's sole responsibility and obligation to familiarize itself with this Ordinance, as
well as any subsequent amendments thereto.
5
Page 5
Certification of Contract
AGREEMENT
l'~ ~ '\
THIS AGREEMENT made this ()) day of c, 20~, A.D. between the
CITY OF MIAMI BEACH, a Florida municipal corporation~ hereinafter called the City, which
term shall include its successors and assigns, party of the one part, and
Security Alliance of Florida. LLC
8323 NW 12th Street, Suite 218
Doral, Florida 33126
Estimated Annual Contract Amount $3.600.000.
IN WITNESS WHEREOF the said City has caused this Certification Agreement to be signed
by the Mayor of the City of Miami Beach, Florida and its corporate seal to be affIxed, attested by
the City Clerk of the City of Miami Beach and the said Contractor has caused this Agreement to
b' it its name.
Contract
(SEAL)
Mayor
David Dermer
BY~~ (b ~Arv::.'\e'~ 1
(Authorized Corporate Officer)
\>c~ ~~~Q-~
Title
ATTEST:
_~~ r~
City Clerk .....
Robert Parcher
F:\PURC\$ALL \/0 HN\Contracts\Security Alliance.doc
,/'"
/'"
,/
.,.....'
~/
APPROVED AS TO
FORM & LANGUAGE
FOR CUTION
)
./
1101
~D te
5
!!!iecurity
July 28, 2006
The City of Miami Beach
Procurement Division -- Third Floor
1700 Convention Center Drive
Miami, FL 33128
Re:
RFP 34-05/06
Unarmed Security Guard Services
Thank you for the opportunity to present this proposal for unanned security guard services to The
City of Miami Beach in response to the above-referenced RFP.
Security Alliance is a Miami-based provider of full-spectrum security services, specializing in
security guard services. We currently operate services out six (6) offices in five (5) states. Our
Miami headquarters office is located in the Doral area, approximately fifteen (15) minutes away
from Miami Beach.
Security Alliance is certified as a Minority Business Enterprise by the State of Florida, a Small
Disadvantaged Business by the United States Small Business Administration, and a Small Business
Enterprise by Miami-Dade County's Department of Business Development.
For the security project with the City of Miami Beach, Security Alliance will establish a strategically
located local office in the City of Miami Beach from which contract operations will be run. Security
Alliance looks forward to working with the City's designated representatives to develop the best
possible training and operational plan in an effort to meet or exceed the City's "Service Excellence"
standards.
Security Alliance is an experienced provider of services to government agencies, and as such, has
established a reputation as a quality service provider and a responsive management team. We
strongly believe that our credentials, our history of exemplary performance, and our commitment to
quality make Security Alliance a positive choice for The City of Miami Beach.
Following is our proposal, laid out as prescribed in the RFP. In the proposal, Security Alliance
describes, as concisely as possible, its relevant experience, its ability to perform, and specifically its
approach to providing the services required by the City of Miami Beach.
We look forward to the opportunity to prove our commitment to service with The City of Miami
Beach.
Respectfully,
/',
i( '"// ,'.. '/", .' '. ,'/
Willi~ A. Murphy,
V ice-President
MIAMI. ATLANTA · CHARLOTTE · RALEIGH · DALLAS · TAMPA
NATIONAL HEADQUARTERS
8323 NW 12TH STREET. SL'ITE 218 . DORAL . FLORIDA. 33126
PHONE: (305) 670-6544 . FAX: (305) 670-6545
www.securityalliancegroup.com
TABLE OF CONTENTS
Cover Letter
Executive Summary........... ........ ............... ......... 1
Experience and Past Performance.. ................................. 3
Key Personnel .................................................. 6
Proj ect Plan ..................................................... 9
Financial Information.......................................... 28
Cost Information. . .. . .. ... . .. . .. . .. .... .. . .. . .. . . .. ... . .. . .. . .. N/ A
Required Documents.... ... .... ..... ... .... .... ... ... ...... .... N/A
Attachments .................................................... N/ A
PROVIDE UNARMED SECURITY GUARD SERVICES
REQUEST FOR PROPOSALS NO. 34-05/06
COST PROPOSAL
BILLING RATE:
The billing rate quoted shall include full compensation for labor, equipment use, travel time, hiring of
security guards and any and all cost associated to the proposer in order to provide the City of Miami
Beach with a Best Value Contract for Unarmed Security Guard Services.
We propose to furnish Unarmed Security Guard Services for the City of Miami Beach, in
accordance with the complete/required Scope of Services, as follows:
OPTION 1:
ITEM DESCRIPTION EST. HOURS HRlBILUNG TOTAL
RATES
:) ,
#1 L~VEL i-UNARMED 20iJ,000; yeLli' $J_~__'lJ) $:' : \' () C'o,,; U
~TI-(.L--t----- -
$-~~Jt-P C "0. f!:2
#2 LEVEL 11- UNARMED 20,000/ year $hif:
..'-'fJ
#3 SUPERVISOR(S) 10,000/year $~:..- o-i) /80 ~.-
$____J___
u-o
ANNUAL GRAND TOTAL: $~-, 7 ..9 ~_()7>--0 ~
r~~-'\~./.I~~~ ~~.~~_( ?L-~,
(WRITTEN AMOUNT)
June12. 2006
City of Miami Beach
RFP No: 34,05i06
48 of 52
PROVIDE UNARMED SECURITY GUARD SERVICES
REQUEST FOR PROPOSALS NO. 34-05/06
COST PROPOSAL
BILLING RATE:
The billing rate quoted shall include full compensation for labor, equipment use, travel time, hiring of
security guards and any and all cost associated to the proposer in order to provide the City of Miami
Beach with a Best Value Contract for Unarmed Security Guard Services.
We propose to furnish Unarmed Security Guard Services for the City of Miami Beach, in
accordance with the complete/required Scope of Services, as follows:
OPTION 2:
ITEM DESCRIPTION EST. HOURS HRlBILLlNG TOTAL
RATES
#1 LEVEL II - UNARMED 220,000/ year $.1 7 .,.. 3 773 ~~
___LL $--:,<.-____L___
,~)
$ J_!i~_Q-P $ / L51 0 u~ . ..!::.--
#2 SUPERVISOR(S) 10,OOO/year _______-1____
ANNUAL GRAND TOTAL:
(.)1:)
$ 3, 9~~. 0-0-0.'-
--'- ,
-;::-4 VV\~.
.,
/'-----l~ t-~ /t-~,- /&.~~~ ~~-~ .
(WRITTEN AIM U )
;A........~
The City reserves the right to recommend negotiations and award a contract(s) based on
the City's Best Value Procurement process.
June12,2006
City of Miami Beach
RFP No: 34-05/06
49 of 52
Risk Assessment Plan :p=, ( l
Major Risk Items:
Risk I:
Impact:
Solution:
Risk 2:
Impact:
Solution:
Risk 3:
Impact:
Solution:
Inability to recruit and maintain quality security officer personnel
Poor representation and less than satisfactory service to the City. Not measurable in dollars.
By far, the biggest challenge to quality performance in the security industry today, is the lack of
quality personnel in the labor pool.
Our Company has priced the City of Miami Beach (hereinafter the City) project at a level that
will allow it to pay a competitive wage that is higher than the industry average in South Florida
and exceeds the Living Wage Ordinance of the City of Miami Beach.
Our Company has developed some unique strategies for the recruitment and development
quality personnel for the project with the City.
Our Company has developed a reputation as a fair and responsible employer which treats its
employees with respect at all times. This has proven to be a large factor in the retention of good
security officers and the reduction of turnover.
Assigned security officer(s) does not report for duty
User agency has less than adequate or no security coverage/possible closure of City facilities.
Not measurable in dollars.
In the event that a regularly scheduled officer does not report for duty, Our Company will
recognize and react immediately to the opening. All officers working for Our Company are
required to call on duty to our 24 hour local dispatch, at the beginning of their work shift. The
dispatcher for Our Company is required to monitor a computer-generated chronological
schedule, showing each officer scheduled to arrive, and their starting time.
If an officer has failed to call on duty at their scheduled starting time, Our Company dispatcher
follows an established protocol to find resolution. The dispatcher will first attempt to contact
the scheduled officer at his/her home or cellular telephone number. If contact is made, then the
dispatcher will inquire as to their status, and their anticipated arrival time for duty. If no contact
can be made, then the dispatcher will immediately dispatch the nearest field supervisor to the
location of need. The supervisor will go directly to the location of need, and will work the post
until such time as a trained replacement has arrived for duty.
In situations where the oncoming officer is relieving another security officer, the off-going
officer can not leave the post, until such time as they are properly relieved.
Post-Storm (Tropical Storm/Hurricane) Manpower Shortages
User agency has less than adequate or no security coverage. Not measurable in dollars.
In order to remain prepared for growth and coverage contingencies, Our Company strives to
maintain a surplus level of manpower. For each shift (day, afternoon, midnight) of the day, Our
Company has an excess number of security officers available to quickly respond to customer
service needs.
When necessary, Our Company is adept at modifying existing schedules to create the ability to
cover the short-term and/or emergency needs of its customers. In extreme cases of need, Our
Company imposes "Alpha-Bravo", twelve (12) hour schedules for all of its officers. In doing
- I -
Risk 4:
Impact:
Solution:
Risk 5:
Impact:
Solution:
Risk 6:
Impact:
Solution:
Risk 7:
Impact:
Solution:
so, Our Company can reduce the number of persons required for regular recurring coverage and
free up manpower for additional short-term/ emergency needs.
Loss of Electrical Power in the County
Potential loss of some forms of communications and inability to respond to City service needs.
Our Company has already prepared for loss of power contingencies. Our 24-Hour Dispatch
center is equipped with generator power back-up that will supply the power to operate our office
in the event of power loss.
In addition, our operations team is experienced in pre-storm preparations and post-stornl
activations which will minimize service interruption. All operational personnel will understand
prior to a power loss event, their roles and responsibilities in the recovery plan. All personnel
will know where and when to report for duty following such an event. Schedules will be
changed to "Alpha-Bravo" status to free up additional manpower, and on each shift, extra
security personnel will report to a pre-established meeting point for deployment as needed.
Our Company has also purchased a satellite telephone to enable communications in the most
extreme conditions.
Slow pay by City (60,90 Days)
Cash flow problems for vendor
Our Company maintains a strong cash posItIon and an outstanding relationship with our
financial institution. Our company currently maintains a "zero balance" on our revolving credit
line, and has the balance sheet strength and capability to extend the credit line beyond
$1,000,000 if necessary.
Untrained or inadequately trained security officers on post
Damage or loss of City property, unreported hazardous conditions, or poor representation of the
City.
All of our personnel have completed the training required by the State of Florida for licensure as
a security officer. In addition to that, Our Company requires each officer to undergo between
sixteen (16) and twenty-four (24) hours of additional classroom training, and eight (8) to sixteen
(16) hours of specific site training. Our Company will develop a different training curriculum
for each different type of assignment (e.g., Museum, Parking, Bicycle Patrol, Residential).
Supervisors will undergo forty (40) additional hours of training and will be qualified to train
and/or stand post (in extreme emergencies only) at every service location.
Improperly equipped security personnel or posts
Less than adequate security coverage, inability to communicate or report, or poor representation
of the City.
Our Company will meet the City's initial requirements for security officer and post equipment
requirements.
Our Company will have its field supervisory personnel, who will travel in marked security patrol
vehicles, carrying a supply of extra equipment and supplies (e.g., two-way radios, flashlights,
Deggy (patrol tour management) wands) for issuance as needed. As equipment or supply
shortages are reported to our 24-Hour Dispatch, our field supervisory personnel will be
dispatched and can arrive within thirty (30) minutes to supply the required items.
- 2 -
Value Added Options or Differentials
Item 1:
Cost:
Item 2:
Cost:
Item 3:
Cost:
Item 4:
Cost:
Item 5:
Cost:
Our Company will operate the services for the City security project from a strategically
located office in the City of Miami Beach. Required manpower, equipment and supplies
will be available and nearby, allowing a quick response to any service related issues.
Our Company has established some unique strategies for the quick deployment of bicycle
patrol units. Our approach will minimize or eliminate the travel time from equipment
(bicycle) retrieval to arrival time at the designated patrol areas.
$ -- 0 --
Our Company will provide additional supervIsIon, traveling in a marked security patrol
vehicle, at no cost to the City, during the peak service hours (i.e., afternoon shifts Thursday
thru Sunday). This will enable increased oversight of service functions and improved
response time to incidents of need.
$ -- 0 --
Our Company will have GPS tracking devices on all security vehicles assigned to the City
project. It will allow us to monitor and report the movements of our supervisory personnel
to the City.
$ -- 0 --
Our Company will provide the supervisory and management personnel dedicated to the City
security project with cellular telephones with Blackberry (or equivalent) capabilities that
will allow us and the City to communicate at any time through email.
$ -- 0 --
Our senior management team has extensive experience in the development and execution of
plans for successful security operations on major government (federal, state and local)
service contracts, having successfully operated over $100,000,000 dollars in government
services without ever receiving default or cure notices.
$ -- 0 --
- 3 -
(9 MIAMIBEACH
City of Miami Beach, 1700 Convention Center Drive, Miami Beach, Florida 33139. www,miamibeochll.gov
PROCUREMENT Division
Tel: 305-673-7490, Fox: 305-673-7851
REQUEST FOR PROPOSALS (RFP) NO. 34-05/06
ADDENDUM NO.3
July 14, 2006
PROVIDE UNARMED SECURITY GUARD SERVICES is amended as follows:
I. CHANGE: The deadline for receipt of proposals, Risk Assessment Plans and
Performance Evaluation Surveys to July 28, 2006 at 3:00 p.m.
II. See Ordinance No. 2005-3494, entitled "Requirement for City Contractors to
Provide Equal Benefits for Domestic Partners" (the "Ordinance") (Attached)
III. DELETE: The last four (4) Pages of Addendum No.1, as they are not applicable.
This includes the "Substantial Compliance Authorization Form" (3 Pages) and the
"Drug and Criminal Record Backgrounds Check Acknowledgement" (1 Page that
states "RFQ NO. 27-05/06" and the" Scott Rakow Youth Center")
IV. CLARIFY: Reference Page 13, Paragraph c. "Personnel employed by the
contractor to provide services for the City of Miami Beach must successfully
complete a polygraph examination, "to be conducted at the Successful Proposer(s)
expense, prior to assignment, and whose minimum testing parameters will include":
(Items 1-5 listed in the RFP)
V. ADD: Proposers shall submit their Operation Plan as described below:
OPERATION PLAN:
The contractor shall submit with their proposal, a proposed operation plan with the
following information:
o A listing of all equipmentto be utilized for this contract
o Supervisor qualifications
o Operation schedule
o Crew size and experience (include number of full time and part time employees are
currently available, and how many will become available for this contract)
o Training/Safety plan
o Emergency plan
VI. CLARIFY: At this time the Post Orders and the addresses of the locations are being
revised by the City's Contract Administrator, however the deadline for receipt of
proposals will not be extended due to these reasons, as proposers shall submit their
cost proposals based on the estimated annual hours and hourly billing rates as stated
on Pages 48 and 49 of the RFP (Cost Proposal).
"We ore commlt/ed 10 providing excel/elll pub/,e seIVlce ond solety /0 011 who !Jve, walk, olld ploy in our Vibrant, tropical, h,s/alfe community
VII. ADD: A copy of the current Unarmed Security Guard contract and/or other
documentation relative to said contract can be provided to prospective proposers
upon written request.
VII. QUESTIONS AND ANSWERS:
Question #1: How many security guards does the City anticipate being utilized for this
contract?
Answer #1: The City estimates a total of 75 security guards will be required to
provide the required scope of services for this contract. This would
be based on the number of full time and part time employees
required to fill the hours needed. There is a considerable amount of
4 - 5 hour shifts being worked/provided by employees of the current
contractor. Keep in mind the City will not compensate/pay the successful
proposer for overtime charges, should the successful proposer
determine a need for an employee(s) to work overtime as a result of this
contract.
Question #2: How often should the contractor invoice the City for services
provided, weekly or bi-weekly?
Answer #2: Either weekly or bi-weekly will be acceptable. Currently the City is
being invoiced weekly.
Question #3: How soon will the City pay the invoices?
Answer #3: The City's policy is to pay all valid invoices within 30 calendar days from
receipt of said invoice. This is contingent upon the City's acceptance of
the services provided by the contractor, and upon the Administrations'
review of the submitted invoices for accuracy and completion.
Question #4: Reference (Page 8 of the RFP) is made to Holiday and Sick time being paid to
assigned employees. Are there specific requirements to pay Holiday and Sick
time or are you requesting what Holiday and Sick time benefits the bidder
provides?
Answer #4: See Answer #1. The reference above is stating that the City will not payor
provide compensation for Holidays, and Sick Time worked or accrued by
an employee(s). The successful proposer shall take this into consideration
when preparing their Cost Information proposal, as the successful proposer
will be required to pay their employees based on company policy and or
any/all applicable labor laws relative to holidays worked.
Question #5: Page 10 of the RFP refers to having officers with valid "D" and "G" licenses in
their possession while on duty. The bid specification does not require any
armed security officers, why is it necessary for the assigned officers to have
the "G" license?
Answer #5: There is not a requirement for "armed" security guards; therefore the "G"
Iicense(s) are not required.
We ore comm,lIed to providing excellen' public 5eIVlce and 50lely /0 011 who live, work. olld ploy In our Vibrant, tropical, hi510ric communi/}',
Question #6: Page 15 of the RFP refers to having a high quality radio communications
system which will be evaluated by the City after the award. Does the Nextel
Radio equipped with National Direct Connect capabilities meet your
requirements?
Answer #6: Yes. This is the system currently being utilized by the current contractor.
The system to be utilized at a minimum shall have the ability to record
and store all conversations.
Question #7: Page 22 of the RFP refers to the Risk Assessment Plan. In my review of this
plan it appears to be geared to a construction project more so than a security
operation. On page 24 of the Risk Assessment Plan Format there is a space
for an impact cost and scheduled days. Could the City be more specific as to
how this can be answered?
Answer #7: There is/may be risk involved with any type of contract. (supplies, services,
construction, etc.) Please see Page 22 and 23 entitled Risk Assessment
Plan Guide. There is valuable information to guide you in the preparation of
your Risk Assessment Plan submittal. Keep in mind that the Risk Assessment
Plan will become part of the contract. The City will not assist prospective
contractors in identifying possible risk. One example you may want to
consider, is, what risk would/may be realized should it take the City more than
30/60/90 days to make payment, regardless of the possible reason(s). Also,
some information relative to your Operation Plan submittal may contain
possible scenarios of risk.
Question #8: Regarding the Cost Proposal Sheets, Options 1 and Options 2 on pages 48
and 49. Under paragraph .C" page #20 of bid documents to include it
indicates that the prices will be negotiated with the successful bidder. If the
Cost Proposal Sheet is to be filled out with rates, I do not understand why a
price will be negotiated with the successful bidder. This is a three year
contract with 3 one year options, what is Option 1 and Option 2?
Answer #8: The City is requesting that prospective contractors submit hourly billing rates
for two different options. Option 1 is for Levell and Level II - Unarmed
security guards based on the number of estimated hours/year, identified in the
RFP for each Level. Option 2 Is for Level II . Unarmed security guards
ONLY. Based on the Procurement Best Value method, the Evaluation
Committee will make a recommendation to the City Manager based on the
highest total scores for each contractor relative to the evaluation criteria. Keep
in mind that a contractor can only receive a maximum of 20 points for the
"Cost" criteria. There is a possibility that the contractor submitting the
"lowest bid" (cost) will/may not be recommended if they happen to score low in
the remaining evaluation criteria, whereby they do not have one of the
top/highest total scores. Based on the number of highly qualified/high
performance contractors that submit a proposal, the Committee may
recommend more than just the top-ranked firm, to authorize negotiations for
either/both Option 1 and Option 2 cost proposals, depending on the difference
of the hourly billing rates proposed for the two Options (1 and 2). This gives
the Administration flexibility to negotiate the best value pricing and/or to
negotiate with the next highest ranked contractor, should negotiations be
unsuccessful with the top-ranked contractor, etc.
We Orp. com milled /0 providing excel/ell' poblic Sp.Ntee alld safety '0 all who live, work, and ploy In our vibrant, 'roplcol, hi5/orie commullIty,
After the initial three (3) year contract, the only known issues subject to
negotiations, will be the hourly billing rates for a CPI-U Index
increase/decrease and the hourly billing rates should the Living Wage
Ordinance be amended that requires an Increase to said minimum hourly
labor rates.
Question #9: Is the living wage to be paid to the Officers at the rate of $8.56 plus $1.25
towards the health insurance?
Answer #9: Employers have the option of paying their employees either: 1) a minimum
wage rate of $9.81 per hour without any contributions toward health benefits;
or 2) a minimum wage rate of $8.56 per hour with a contribution of at least
$1.25 per hour towards health benefits.
Question #10: If the employee does not want the health insurance, do they forfeit the
$1.25?
Answer #10: No. The decision as to whether an employee is paid option 1 or 2 as stated
above is the sole decision of the employer. If an employee declines the heallh
benefits contribution for whatever reason, the employer must decide whether
to pay the employee the $9.81 per hour wage rate, or not hire the employee.
Question #11: If we have per Company policy a waiting period of 6 months towards benefits
(health insurance), are we then obligated to pay only the $8.56 per hour
during the waiting period?
Answer #11: No. You are obligated/required to pay a living wage of $9.81 per hour,
commencing on the date of hire of the employee utilized for this contract.
Question #12: Is the living wage indexed every year to increase the employees hourly rate
and do we get an increase in our billable rate as well?
Answer #12: Should the City Commission amend the Living Wage Ordinance in a manner
that results in the living wage requirements being increased, then the billable
rate would be subject to a mutual agreement of the contracting parties.
Question #13: If the health insurance costs more than the allowance provided, can we make
the employee responsible for the difference?
Answer #13: This is a decision of the employer and employee.
Question #14: We are a public Company who owns different security firms. We did not see
any clause regarding collusion on the RFP. We all operate independently. Are
all our companies allowed to present a bid and not expect any collusion?
We Ole commi/ted '0 prov.ding excellent public selV'ce and salety /0 011 who live, war/:. and ploy In our v,bron', Irop/cal, historic communiry
Answer #14:
Yes, all independently operated companies may submit a proposal contingent
upon compliance of the COLLUSION Clause below.
COLLUSION
Bids from related parties. Where two (2) or more related parties each submit
a bid or proposal for any contract, such bids or proposals shall be presumed
to be collusive. The foregoing presumption may be rebutted by presentation
of evidence as to the extent of ownership, control and management of such
related parties in the preparation and submittal of such bids or proposals.
Related parties mean bidders or proposers or the principals thereof which
have a direct or indirect ownership interest in another bidder or proposer for
the same contract or in which a parent company or the principals thereof of
one (1) bidder or proposer have a direct or indirect ownership interest in
another bidder or proposer for the same contract. Bids or proposals found to
be collusive shall be rejected. Bidders or Proposers who have been found to
have engaged in collusion may be considered non-responsible, and may be
suspended or debarred. and any contract resulting from collusive bidding may
be terminated for default.
Question #15: In the section titled "Personal Probation," the RFP states that employees of
the incumbent must take a polygraph. Does this mean that if the selected
contractor hires incumbent employees, they are subject to a polygraph? Or
did they mean to say that all employees will be subject to a polygraph?
Answer #15: All employees providing services under this contract will be required to
take and pass a polygraph. Should a new contractor decide to employ current
security guards, the scheduling of the required polygraph shall be discussed
during negotiations and coordinated prior to contract execution, between the
successful proposer and the City's Contract Administrator.
Question #16: Is there a standard required uniform?
Answer #16: Not at this time. However, all security guards shall wear a uniform that meets
industry standards. The uniform at a minimum shall have the following: a)
name tag. b) two (2) shoulder patches with the Company's name on each. All
security guards shall wear shirts that identify the company's name and/orthe
words "Security" on the back. The same shall apply for all jackets and other
outerwear that may be worn by the security guards.
The uniform shirt shall not be dark blue or black in color or anything that may
resemble in any way the MBPD uniform. If a white shirt is going to be utilized
by bicycle officers a distinguishing patch shall be worn on the sleeves and the
name of the company and/or the words "SECURITY" shall be highly visible
on the back.
All security guards assigned to the BASS MUSEUM shall be dressed in
a Grey sport jacket. The company logo and/or patch shall be located on the
jacket pOCket. Dark pants, white shirt, dark tie, and dress shoes are also
required. This same uniform may be a requirement of the security guard
assigned to City Hall however this will be discussed during negotiations.
Question #17: The RFP states the City is seeking unarmed security guards. However, the
"Contract Requirements" and "Performance of Contract" sections identify a
requirement for firearms. What firearms are required, specifically? How
many guards need to be licensed to use firearms?
We ore commllfed 10 provldmg excel/ent publtc selVlce ofld sofety 10 01/ who Itve, work, ond ploy If) our v.bronl, Iroplcol, h,slone communIty
Answer #17: None of the security guards need to be licensed to use firearms. The City of
Miami Beach has no intention of contracting for ARMED SECURITY
GUARDS.
Question #18: Does our command dispatch center have to be open and running before the
RFP is submitted? Or does it have to be in place before the desired start date
if awarded the contract?
Answer #18: The command center does not have to be up and running before the RFP is
submitted. However this is an important element of the contract and the
successful vendor will be required to show that the command dispatch center
is 100% functional/operational prior to the execution of the contract. The
details of the command dispatch center will be discussed during
negotiations. Because this is such an important part to the success of the
contract, it may be a good idea that this issue be discussed by the vendor
during presentations before the Evaluation Committee.
Question #19: What is the exact breakdown of radio equipment needed for the Dispatch
Center?
Answer #19: The radios must be such that the guard can communicate and receive
throughout the City Limits of Miami Beach without interference or bleed-in.
Each Guard on Duty will need to have in his/her possession a radio when on
duty. Radio Transmissions must be recorded and stored through the main
communications center.
Contractors are required to acknowledge receipt of this Addendum No. 1 on proposal Page 36,
"Acknowledgement of Addenda", or the proposal may be considered non-responsive.
CITY OF MIAMI BEACH
Gus lopez, CPPO
Procurement Director
je
F:\PURC\$ALL \JOHN\RFP\RFP-34-05-06A3.doc
We ore commilfed 10 ploviding excellenl public selYlce and safety /0 all who live, wOlk, and ploy Ifl Olll viblOIlI, Imp/co I. hislOlic community
------/
~
EXHIBIT lie"
\
) .
ORDINANCE NO. 2005-3494
AN ORDINANCE OF THE MAYOR AND THE CITY COMMISSION OF THE
CITY OF MIAMI BEACH, FLORIDA,. AMENDING MIAMI BEACH CITY CODE
CHAPTER 2, ARTICLE VI, , DIVISION. 3, BY CREATING SECTION 2-373
THEREOF, ENTITLED "REQUIREMENT ,FOR. CITY. CONTRACTORS TO
PROVIDE EQUAL BENEFITS.. FOR." DOMEsne PARTNERS," BY
MANDATING THAT CITY CONTRACTORS PROVIDE EQUAL BENEFITS FOR
DOMEsne PARTNERS;, PROVIDING FOR REPEALER,SEVERABILtTY,
CODIFICATION AND AN EFFECTIVE DATE.
...
WHEREAS, it is in the best interest of the City to be responsible to the changing
needs of society and to treat all persons fairty and equitably; and
WHEREAS, the City recognizes that. long-term. committed relationships foster
economic stability and emotional and physiological bonds; and
WHEREAS, the City has adopted a human rights ordinance and seeks to compJy
with the full spirit of It.
NOW, THEREFORE, BElT ORDAINED BY THE MAYOR AND CITY
COMMISSION OF THE CITY OF MIAMI.SEACH, FLORIDA:
SECTION 1. That Miami Beach City Code Chapter 2, Article VI, Division 3, is hereby
amended to create a new Section 2.373 thereof, entitled "Requirement for City
Contractors to Provide Equal Benefits for Domestic Partners", to read as follows:
ARTICLE VI. PROCUREMENT
...
DlvrSION 3, CONTRACT PROCEDURES
...
SECTION 2-373. REQUIREMENT FOR. CITY CONTRACTORS TO PROVIDE
EQUAL BENEFITS FOR DOMESTIC PARTNERS
1Al Definitions.
For ooreoses of this section only. the followlna definitiQll' sO~1I apelv:
\
ill Benefits mean the foIlowina Dlan. orogramor DOllcv DrovJded or offered bv a .
Contractor to its ernelovesss. Dart of the emelover'~ totalcomeen;ation DaCkt.ge:
sick leave. bereayementJeave. familY medical leave. and health bin fits.
}
m Bid shall mean a competitive bid procedure established by the City throuah the
issuance of an invitation to bid. reQuest for proposals. reQuest for Qualifications. or
reQuest for letters of interest.
.@} Cash Eauivalent means the amount of monev paid to an emplovee with a
Domestic Partner (or spouse. if applicable) In lieu of providina Benefits to the
employee's Domestic Partner (or spouse. if applicable), The Cash Eauivalent is
equal to the emplover's direct expense of providing Benefits to an employee for his
or her spouse.
Cash Eauivalent. The cash eauivalent of the following benefits aoply:
~ For bereavement leave. cash oayment for the number of days that
would be allowed as paid time off for the death of a soouse. Cash
oayment would be in the form of the waaes of the domestic partner
employee for the number of days allowed.
b. For health benefits. the cost to the Contractor of the Contractor's
share of the sinale monthly oremiums that are being paid for the
domestic partner employee. to be paid on a regular basis while the
domestic partner employee maintains such insurance in force for
himself or herself.
c. For familY medical leave. cash payment for the number of days that
would be allowed as time off for an emplovee to care for a sPouse
who has a serious health condition. Cash payment would be in the
form of the waces of the domestic partner employee for the number
of days allowed.
M.1 Contract means any written agreement. purchase order. standino order or
instrument entered into pursuant to the award of a Bid whereby the City is committed
to exoend or does exoend funds In return for work. labor. professional services.
consultina services. SUPPlies. eQuipment. materials. construction. construction
related services or any combination of the foreaoina.
@ Contractor means any person or persons. sole proprietorshio. partnership. iolnt
venture. corporation. or other form of doina business. that is awarded a Bid and
enters Into a Covered Contract with the City. and which maintains 51 or more full-
time employees on the oayroll durlna twenty (20) or more calendar work weeks in
either the current or the preceding calendar Year. Work weeks include consecutive
and non-consecutive work weeks.
!ID Covered Contract means a Contract between the City and a Contractor awarded
subseauent to the date when this section becomes effective valued at over
$100.000.
ill Domestic Partner shall mean anv two (2) adults of the same or different sex.
who have reaistered as domestic oartners with a aovernmental bodY oursuant to
347
state or local law authorizina such registration. or with an internal registry maintained
by the employer of at least one of the domestic oartners. A Contractor may institute
an internal registrY to allow for the provision of equal benefits to employees with
domestic partner who do not reaister their partnerships pursuant to a governmental
body authorizinQ such registration. or who are located in a iurisdlctlon where no such
governmental domestic partnership registrY exists. A Contractor that institutes such
registry shall not impose criteria for registration that are more strinaent than those
reQuired for domestic partnership reaistration by the Citv of Miami Beach.
@ Eaual Benefits means the eaualitv of benefits between employees with spouses
and emplovees with Domestic Partners. and/or between spouses of emplovees and
Domestic Partners of employees.
.au Eaual Benefits Reauirements.
ill All Bids for Covered Contracts which are issued on or after the
effective date of this section shall include the reouirement to provide Eoual Benefits
in the procurement soecifications for such Bids.
ill The Citv shall not enter into anv Covered Contract unless the
Contractor certifies that such Contractor does not discriminate in the provision of
Benefits between emoloyees with Domestic Partners and employees with soouses
and/or between the Domestic Partners and spouses of such employees.
m Such certification shall be in writing and shall be sianed by an
authorized officer of the Contractor and delivered. along with a descriotion of the
Contractor's emoloyee benefits olan. to the City's Procurement Director orior to
enterino into such covered Contract.
ill The City Manager or his/her designee shall reiect a Contractor's
certification of compliance if he/she determines that such Contractor discriminates in
the orovision of Benefits or if the City Manager or desianee determines that the
certification was created. or is bein~ used for the puroose of evedino the
reauirements of this section.
!ID The Contractor shall provide the Citv and/or the City Manaaer or
his/her desi~nee. access to its records for the Duroose of audits and/o(
investigations to ascertain compliance with the provisions of this section. and upon
reQuest shall orovlde evidence that the Contractor is in comoliance with the
Drovlsions of this section uoon each new Bid. Contract renewal. or when the City
Manager has received a comelaint or has reason to believe the Contractor may not
be in comollance with the orovisions of this section. This shall include but not be
limited to providing the City and/or the City Manaaer or his/her designee with
certified copies of all of the Contractor's records oertainino to Its Benefits policies
and its emoloyment DOI/cies and oractices.
348
!ID. The Contractor must Dost a COPV of the following statement in
conspicuous places at its Dlace of business available to employees and aPDlicant~
for emeloyment:
"During the performance of a Contract with the City of Miami
Beach. Florida. the Contractor will provide EQual Benefits to its
employees with seouses and its employees with Domestic
Partners".
The posted statement must also include a City contact telephone number which will
be provided each Contractor when the Coyered Contract is executed.
ill The Contractor may not set UP or use its contracting entity for the
purpose of evadinQ the reQuirements imeosed by this section.
,(g Other Options for Compliance.
Provided that the Contractor does not discriminate in the provision of Benefits. a
Contractor may also comply with this section In the followinQ ways:
.1l The Contractor may provide an employee with the Cash Equivalent of
such Benefit or Benefits. if the City Manaaer or his/her designee determines that
either:
!ll The Contractor has made a reasonable yet unsuccessful effort to
provide EQual Benefits. The Contractor shall' proYlde the City Manaaer or his/her
desianee with sufficient proof of such inability to provide such Benefit or Benefits
which shall include the measures taken to provide such Benefits or Benefits and the
Cash Eaulvalent prooosed. alono with its certificate of compliance. as Is reauired
under subsection (8) of this section. The City Manaaer or his designee shall. based
on submitted evidence. determine whether the Contractor's failure to provide such
Benefit or Benefits precludes such Contractor from enterlna Into a Covered Contract
pursuant to the reauirements of this section: or
.
Q) Under the circumstances. it would be unreasonable to reauire the
Contractor to provide Benefits to the Domestic Partner (or spouse. if applicable).
~ The Contractor provides benefits neither to emplovees' spouses nor to
employees' Domestic Partners.
349
,(Q} Applica bility.
.u Unless otherwise exempt. a Contractor is subiect to and shalf comply with
all applicable provisions of this section.
2) The reQuirements of this section shall applv to Contractor's ooerations as
follows:
m Emplovees of a Contractor with a Covered Contract who work
within the City limits of the City of Miami Beach. Florida: and
!ll The Contractor's emolovees located in the United States. but
outside of the City of Miami Beach limits. if those emolovees are directly oerforming
work on the Covered Contract within the City of Miami Beach.
n;) Mandatory Contract Provisions Pertaining to EQual Benefits.
Unless otherwise exemot. everv Covered Contract shall contain lanouaae that
obliaates the Contr~ctor to comply with the applicable provisions of this section. The
lanauaae shall include provisions for the followina:
1) Durina the performance of the Covered Contract. the Contractor certifies
and reoresents that it will comply with this section.
2.} The failure of the Contractor to comply with this section will be deemed to
be a material breach of the Covered Contract.
~ If the Contractor falls to comply with this section. the City may terminate
the Covered Contract and all monies due or to become due under the Covered
Contract may be retained by the City. The City may also pursue any and all other
remedies at law or in eQuity for any breach.
~ If the City Manager or his desiQnee determines that a Contractor has set
up or used its contractlna entity for the ouroose of eyadina the reQuirements of this
section. the City may terminate the Covered Contract.
ID Failure to comolv with this section may subiect the Contractor to the
orocedures set forth in Division 5. entitled "Debarment of Contractors from City
Work."
!E1 Enforcement.
11 If the Contractor fails to comelv with the provisions of this section:
350
1.} The failure to comply may be deemed to be a material breach of
the Covered Contract: or
~ The City may terminate the Covered Contract: or
~ Monies due or to become due under the Covered Contract may be
retained bv the City until compliance is achieved: or
~ The City may also pursue anv and all other remedies at law or in
ecuity for any breach:
ID Failure to comply with this section may also subiect Contractor to
the procedures set forth in Division 5. entitled "Debarment of Contractors from City
Work."
ill.} Non-applicability. Exceotions and Waivers.
1.1 The provisions of this section shall not applv where:
!U The Contractor provides Benefits neither to employees' spouses
nor to employees' Domestic Partners.
Q} The Contractor is a religious organization. association. society or
any non-profit charitable or educational institution or organization operated.l
suoelVised or controlled by or in coniunction with a reliaious oraanizatlon:
association or society.
~ The Contractor is a covemmental entity.
~ The orovisions of this section shall not aoply to Covered Contracts which
involve:
.sU The sale or lease of City oropertv.
Q} Development aareements entered Into pursuant to Chaoter
163.3220. Florida Statutes. (the "Florida Local Government DeveloDment
Aareement"). as same may be amended.
fl The award. Dursuant to comeetitive erocesses. of CDBG. HOME.
SHIP and Surtax Funds administered by the City's Office of Community
Develoement.
Q) The award. pursuant to comeetitive processes. of Cultural Arts
Council Grants.
351
~ The aCQuisition of professional a rchitectu ral. engineerin9.t
landscape architectural. or survev and mapeina services orocured pursuant to
Chaoter 287.055. Florida Statutes (the "Consultants' Comoetitlve NeaotiatiQn Act"~
as same may be amended.
f) The procurement of life. health. accident. hoseitalization. leaal
expense. annuity insurance. or all or anv kinds of other insurance for the officers and
emoloyees of the C/ty. and for the deoendents of such officers and emoloyees. from
a croup insurance olan.
~ Uoon the reauest and written recommendation of the City Manager. the
City Commission mav. bv resolution adopted bva five-seventh l5l7ths) vote of the
City Commission. waive compliance of this section under the following
circumstances:
!!1 The Covered Contract is necessary to respond to an emergency. '
where the existence of an emeraency is reQuested. upon written recommendation of
the City Manaaer. and same is determined bv the City Commission. For purposes of
waiver under this subsection only. in determininc whether there is an emergency.
the Citv Commission may consider the follow/no non-exclusive factors:
II The nature of the Covered Contract:
ill The lenoth of the Covered Contract:
ill) The cost of the Covered Contract:
!Y) Whether arants are involved in the Covered Contract and the
reQuirements of those grants
y} Whether there Is a need to have materials. ooods. and
services furnished immediately and the conseQuences of a
delay in hav/no those materials. coads. and services
furnished:
Y.U The monetary conseQuences if action is not taken
immediately:
Yill Anv health. safety. and welfare Issues that may be Involved.
viii} Increased labor costs. and schedulina of labor:
llQ The need to oomelete work before a strict deadline: or
~ The Imoact of delavlnQ one chase or portion of a eroiect on
the other ohase(s) or oortion(s) of the oroject.
Ql Where only one Bid response is received:
Q} Where more than one Bid resoonse is received. but the Bids
demonstrate that none of the bidders can comely with the reaulrements of this
section. and one or more of the Bids received would otherwise have been
resDonsive If comellance with this section would not have been listed as a
reauirement in the Bid seecifications:
352
.Ql Where more than one Bid resoonse is received and Bid responses
are received from:
il
ill
one or more bidders that complv with the reauirements of
this section and are otherwise resoonsive: and
one or more bidders that do not or cannot comply with the
reauirements of this section. but would otherwise have been
resoonsive if comoliance with this section would not have
been listed as a reauirement in the Bid specifications: and
the Procurement Director's review of the Bids demonstrates
that the cost of the Bid (and/or the proposed Covered
Contract which mav be negotiated for such Bid). as
submitted bv the lowest resoonsive bidder which comoli~s
with the reauirements of this section (or. in the case of a
proposal. the prooosal of the too-ranked oroDOserl. would be
at least fIVe percent (5%), or two hundred fifty thousand
dollars ($250.000) (whichever is less). greater than the
lowest resoonsive bid. submitted bv the bidder which does
not complv with the reauirements of this section but would
otherwise have been responsive if compliance with this
section would not have been listed as a reauirement in the
Bid specifications (or. In the case of a proposal. where the
too-ranked proposer which does not complv with the
reauirements of this section. but would otherwise have been
responsive if compliance with this section would not have
been listed as a requirement in the Bid specifications):
!ill
then. upon reauest and written recommendation of the City Manager. the City
Commission mav. bv resolution adopted bv a 5f7ths vote of the City Commission.
waive compliance of this section. and award the Bid to the lowest bidder (or. if a
proposal. to the too ranked oroPOser) which does not complv with the reauirements
of this section but would otherwise have been resoonsive if comoliance with this
section would not have been listed as a requirement In the Bid specifications.
.Q:U Conslstencv with Federal or State Law.
The provisions of this section do not apply where the application of these provisions
would violate or be inconsistent with the laws. rules or reou/ations of federal or state
law. or where the aoplicatlon would violate or be inconsistent with the terms or
conditions of a arant or contract with the United States of America. the State of
Florida. or the instruction of an authorized representatives of any of these aaencieJ!
with respect to anv arant or contract.
ill Nothina in this section shall be construed to limit the City's authority to cancel or
terminate a Contract. deny or withdraw aooroval to oerform a subcontract or provide
suoclies. issue a non~resDOnslbilitv findino. Issue a non-responsiveness findino.
353
deny a person or entity ore-Qualifications. or otherwise deny a Derson or entity City
business.
W Timina of Application.
This section shall be aoolicable only to Covered Contracts awarded oursuant to Bids
which are issued six (6) months from the date when this section becomes effective.
SECTION 2. REPEALER
All ordinances or parts or ordinances in conflict herewith be the same are hereby
repealed.
SECTION 3. SEVERABILITY
If any section, sentence, clause or phrase of this ordinance is held to be invalid or
unconstitutional by any court of competent jurisdiction, then said holding shall In no
way affect the validity of the remaining portions of this ordinance.
SECTION 4. CODIFICATION
It is intention of the Mayor and City Commission of the City of Miami Beach, and it is
hereby ordained that the provisions of this ordinance shall become and be made a
part of the Code of the City of Miami Beach, Florida. The sections of this ordinance
may be renumbered or relettered to accomplish such intention, and the word
"ordinance" may be changed to "section", "article", or other appropriate word.
SECTION 5. EFFECTIVE DATE
This Ordinance shall take effect the
day of
,200_.
,200_.
PASSED and ADOPTED this _ day of
ATTEST:
MAYOR
CITY CLERK
APPROVED AS TO
FORM & LANGUAGE
& FOR EXECUTION " ,
F:\atto\AGUR\RESOS-ORD\Equal Benefits OrdInance (Flnal),doc
~ !rP-/o--oS
Date
354
e MIAMIBEACH
CI1Y OF MIAMI BEACH
PRE-PROPOSAL SUBMISSION MEETING
SIGN-IN SHEET
DATE: June 27. 2006
RFP No.: 34-05/06
TITLE: PROVIDE UNARMED SECURITY GUARDS SERVICES
/tfr:, O~/k~
PaCl\ :::J oh t') So r\
7/.,1""'1) ~t.GIt; "I':>
&b. ~S
tJA\J\S) R~r-vt..
~~~
PHONE# FAX.#
3o~ '9(G-~Cj#, 3OS-'<1.?~~02&~
.3 ,S-(;,/,-Ia loZ
qs~ qs'l
31t-OS3a2. 3J'c~OSyL}
-J 1.)--
?6jiN
$
7 8'--~4Z""" 9 (( % -2-(, z
'0:191
7~ro ~, "-11l!iJ (~) //
54'). -' ~~ ~
~ ~10 "dX-
b-~~ L! ;;, 70 ~~y.
3 os- - (P 10
CeSYlf
60S-S,:S-
'1-312
F:\PURC\$AlL \JOHN\RFP\RFP NO. 34-05-06Prebld_SIGN_'N.sHT.doc
)C:6'
~7()-'mJ
~~-
~9T -tS-4LJ
e MIAMI BEACH
CITY OF MIAMI BEACH
PRE-PROPOSAL SUBMISSION MEETING
SIGN-IN SHEET
DATE: June 27. 2006
RFP No.: 34-05/06
TITLE: PROVIDE UNARMED SECURITY GUARDS SERVICES
NAME (PLEASE PRINT) FAX.#
3c>~
YS~371o
3 Dr
3.rJ.r, g/(16/7 Jt/~ ztf~g
~~61Og-9~o.s
t...'77(f-S (1)
W ~c J(e,,v h u'+ Se.co,)~, '-I-
LeA~oc:.~s
'3 b --Z'lJ -)77/s .?o 5 -~.2e D -]$'3'7
30 s- t$o~
"";3 -.;:J.. It' J7J ~ '13-.s:::;, s-c..
'"305- .:300-
-z~(i;,~zoo"" 2fal - t,..f" j I
-
~~ ,..w~f;Z
11 VI' a. "1. f M)t'A. W\...-y-
30r
ch.l- CfTT'!
r, () i:)
f V' i- 16-j-J
30r
hl- i '6
~,,~'"
q ~fr.gar1
F:\PURC\$AlL\JOHN\RFP\RFP NO. 34-05-06Prebld_SIGN_IN.SHT.doc
CITY OF MIAMI BEACH
PRE-RFP SUBMISSION MEETING
First Floor CONFERENCE ROOM
J sf FLOOR CllY HAll
JUNE 27, ~OO6 @ 1:00 pm
RFP Number:
Bid Title:
34-05/06
PROVIDE UNARMED SECURITY GUARDS
Contact Person:
John Ellis, Tel. 305-673-7494. Fax. 305-673-7851
E-mail: johnellis@miamibeachfl.gov
No
Friday, July 14.2006 @ 3:00PM.
City Hall 31'd Floor. Procurement Division
Mandatory Pre-RFP:
Bid Opening Date:
Last Day for Questions:
Bid Bond:
PaymenUDlshonesty Bonds:
July 5, 2006 by 5:00 PM. (Fax or e-mail your questions)
NIA
Payment Bond in the amount of $100,000, If security guards are
employed by other contractor (sub-contracting) and Employee
Dishonesty Bond in the amount of $25,000.
Term of Contract:
Three year from time of execution of contract.
Option to Renew:
(3) Three additional years, on a year to year basis
See Page 13 and 14, under paragraph ".E!!!!".
Liquidated Damages:
Documents to be
Submitted w/Bld:
Signed Original and Ten Copies of the Complete Proposal submittal
which shall contain at a minimum the following Forms:
Risk Assessment Plan (Pages 24-25 to be submitted in separate
envelope without company namelidentification on the Forms)
Financial Statements (Page 21)
- Acknowledgement of Addenda (Page 36)
Declaration (Page 37)
Public Entity Crimes (Pages 38-39)
Contractor's Questionnaire (Pages 40-44)
Client Surveys (Pages 4647)
Cost Information (Pages 4849)
You are hereby advised that this Invitation to Bid is subject to the "Cone of Silence~ in accordance with
Ordinance No. 2002-3378. From the time of advertising until the City Manager issues his recommendation,
and said Bid is awarded, there is a prohibition on oral communication with the City's Administrative staff.
F:\PURC\$ALL\JOHNlRFPIRFP 34-05-06 pre-bid. doc
(9 MIAMIBEACH
City of Miami Beach, 1700 Convention Center Drive, Miami Beach. Florida 33139, www,miamibeachR.gov
PROCUREMENT Division
Tel: 305-673-7490, Fox: 305-673-7851
REQUEST FOR PROPOSALS (RFP) NO. 34-05/06
ADDENDUM NO.2
July 6,2006
PROVIDE UNARMED SECURITY GUARD SERVICES is amended as follows;
I. CHANGE; The deadline for receipt of questions from July 5, 2006 to July 7,2006 at
5:00 p.rn. and the deadline for receipt of proposals from July 14. 2006 to July 21,
2006 at 3:00 p.m.
II. A subsequent Addendum (No.3) will be issued to answer questions from prospective
proposers.
Contractors are not required to acknowledge receipt of this Addendum No.2 on proposal Page
36, "Acknowledgement of Addenda".
CITY OF MIAMI BEACH
L-
Gus Lopez, CPPO
Procurement Director
je
F:\PURC\$ALL \JOHN\RFP\RFP-34-05-06A 1 ,doc
I'Ve ore cammilled 10 providing excel/enl public service and safety to 0/1 who live, work, and ploy ill ou, vibron', Iropicol, h,510ric community
e MIAMIBEACH
City of Miami Beach, 1700 Convention Center Drive, Miami Beach, Florida 33139, www,miarnibeachfl.gov
PROCUREMENT Division
Tel: 305-673-7490, Fox: 305-673.7851
REQUEST FOR PROPOSALS (RFP) NO. 34-05/06
ADDENDUM NO.1
June 16, 2006
PROVIDE UNARMED SECURITY GUARD SERVICES is amended as follows:
I. Proposers are advised that this RFP and any contract awarded pursuant to this
procurement process shall be subject to the applicable provisions of Ordinance
No. 2005-3494, entitled "Requirement for City Contractors to Provide Equal
Benefits for Domestic Partners (the "Ordinance")." The Ordinance applies to all
employees of a Contractor who work within the City limits of the City of Miami Beach,
Florida; and the Contractor's employees located in the United States, but outside of the
City of Miami Beach limits, who are directly performing work on the contract within the
City of Miami Beach.
All proposers shall complete and return, with their proposal, the "Declaration:
Non-discrimination in Contracts and Benefits" form contained herein. The City shall
not enter into any contract unless the proposer certifies that such firm does not
discriminate in the provision of Benefits between employees with Domestic Partners and
employees with spouses and/or between the Domestic Partners and spouses of such
employees. Contractors may also comply with the Ordinance by providing an employee
with the Cash Equivalent of such Benefit or Benefits, if the City Manager or his designee
determines that:
a. The Contractor shall complete and return the "Reasonable Measures Application"
contained herein, and the Cash Equivalent proposed; AND.
b. The Contractor shall complete and return the "Substantial Compliance
Authorization Form" contained herein.
It is important to note that Contractors are considered in compliance if Contractor
provides benefits neither to employees' spouses nor to employees' Domestic Partners.
Attached to this addendum please find the following documents that need to be returned
to the City with your proposal:
· Declaration: Nondiscrimination in Contracts and Benefits Form
· Reasonable Measures Application Form
· Substantial Compliance Authorization Form
\iVe we comrrJltir-:d Ie. prov!dmg n\u~i!en'! r>uUic 5erV1C(' ond sufety to 0/1 I"vho jive. '.hKt unci piu;, (jl..r vib!C1ni, i((J,lHU1( f;:s!or.'c u..l!!!,7i",rlii,~'
II. Drug and Criminal Record Backgrounds checks are required for ALL Security
Guard personnel that will be involved pursuant to the subsequent contract. All drug
screening and background criminal record checks (including convictions as sexual
offenders) for all Contractor's and subcontractor's employees assigned to work on the
Unarmed Security Guard Services Contract shall be the responsibility and expense of the
selected Contractor(s).
All bidders shall submit the attached DRUG AND CRIMINAL RECORD
BACKGROUNDS CHECK ACKNOWLEDGEMENT FORM with their bid or within ten
(10) calendar days upon request from the Procurement Office, acknowledging and
attesting that the bidder will comply will all required drug screening and background
criminal record checks (including convictions as sexual offenders). The test can be an
approved Florida Department of Law Enforcement (FDLE) criminal background check or
from any other agency that is approved by the City's Administration.
III. QUESTIONS AND ANSWERS:
Question #1 :
Answer #1 :
Question #2:
Answer #2:
Question #3:
Answer #3:
How extensive should the background checks be that the agencies perform? Are
backgrounds performed at both State and Federal level? How does the City
handle foreign national background checks?
The City conducts a background check consisting of a criminal background. This
would include a check for the State of Florida, and any other states in which the
person has lived. If a nationwide check is done, this would pull up any information
about the person that was ever entered into the judicial system anywhere within
the United States. It would not include anything that they may have done abroad
if they came from another country. The City has no way of obtaining accurate
information regarding an international criminal check.
It is also mandatory to screen to see whether the person is a registered sexual
predator.
What is the City looking for in a background check?
We are looking for any crimes that the person may have committed, We look at
the disposition and look for a disposition of "guilty". If the disposition is
adjudication withheld, or if the person pled nolo contendere, then we will consider
the nature of the crime, when it was committed, and the overall picture,
We look for things like violent crimes such as domestic violence, crimes of a
sexual nature, etc. Some of these individuals may be working around children,
and so we need to be mindful of the children's safety.
We also look for crimes involving perjury or falsification of documentation or
information.
Can you address the issue of performing background checks on foreign
nationals, and the questionable feasibility of performing accurate checks in other
countries?
The only way that any international criminal background information can be
obtained, is if the country in which the crime was committed has communicated
this information to Interpol. (Interpol is like a clearing house which logs criminal
information about people from other countries. This is usually only done by
countries that have a relationship with Interpol. It is not possible to verify the
accuracy of any of the information that Interpol receives). If Interpol has received
(';:'(";
any information, they would communicate this to the United States via the F.B.I.
Thus, a nationwide check would reveal such information.
Question #4:
What type of drug testing must be performed on all security guard personnel prior
to assignment to the City?
Answer #4:
A five panel test, which must have negative results, consisting of the following:
Initial Test Level
GS/MS Confirm
T est Level
Amphetamines
Cocaine Metabolites
Marijuana Metabolites
Opiates
Phencyclidine
1000 ng/mL
300 ng/mL
50 ng/mL
2000 ng/mL
25 ng/mL
500 ng/mL
150 ng/mL
15 ng/mL
2000 ng/mL
25 ng/mL
Contractors are required to acknowledge receipt of this Addendum No.1 on proposal Page 36,
"Acknowledgement of Addenda", or the proposal may be considered non-responsive.
CITY OF MIAMI BEACH
t-
Gus Lopez, CPPO
Procurement Director
je
F:\PURC\$ALL\JOHN\RFP\RFP-34-05-06A 1,doc
\-,Ve Ole' committed to
e,\ce!Jen! public SONiC:'-; one! sc:k:ty to 00 '..vhcj live \80d, end in ()I)[ viblUnt; tropicof, h,'-,<.;!(YiC u-,mrnU{)i!,;/
PROPOSED EQUAL BENEFITS ORDINANCE SUMMARY
The foregoing analysis provides a summary of the major points of the proposed Ordinance:
1) What is the intent of the Ordinance?
The proposed Ordinance will require certain contractors doing business with the City of
Miami Beach, who are awarded a contract pursuant to competitive bids, to provide "Equal
Benefits" to their employees with Domestic Partners, as they provide to employees with
spouses.
2) How are "Equal Benefits" defined and what kind of "Benefits" does the
Ordinance cover?
"Equal Benefits" means that contractors doing business with the City who are covered by
the Ordinance shall be required to provide the same type of benefits that they offer to
employees and their spouses, to employees with Domestic Partners.
The type of "Benefits" defined by the Ordinance and which may be offered by a contractor
include: sick leave, bereavement leave, family medical leave, and health benefits.
The "Benefits" defined in the Ordinance are the same type of benefits that the City provides
to Domestic Partners of City employees, pursuant to Section 62-128 of the City Code].
Notwithstanding the definition of "Benefits" in the Ordinance, to comply with the Ordinance a
Contractor is not required to provide all the above-described benefits. Contractors are only
required to offer the same type of Benefits they offer to their employees with spouses, to
employees with Domestic Partners. Additionally, a Contractor who offers no benefits to
employees or their spouses, would not be required to offer any benefits to employees with
Domestic Partners (and would still be in compliance with the Ordinance).]
3) Who is considered a "Domestic Partner" under the Ordinance?
A "Domestic Partner" shall mean any two (2) adults of the same or different sex who have
registered as domestic partners with a government body pursuant to state or local law
authorizing such registration, or with an internal registry maintained by the employer of at
least one of the domestic partners.
4) What type of Contracts and/or which Contractors are covered by the
Ordinance?
The Ordinance only applies to the following:
· Competitively bid City contracts (bids, RFP's, RFQ's, RFLI's, etc.).
· Contracts valued at over $100,000.
· Contractors who maintain 51 or more full time employees on their payrolls during 20 or
more calendar work weeks in either the current or the preceding calendar year.
· Contractors covered by the Ordinance are only required to comply as to employees
who: 1) either work within the City limits of the City of Miami Beach; or 2) the
contractor's employees located in the United States, but outside of the City limits, only
if those employees are directly performing work on the City contract (covered by the
Ordinance).
5) In what cases does the Ordinance not apply?
The provisions of the Ordinance do not apply where:
· The City contract has been has been entered into prior to the effective date of the
Ordinance (including renewal terms contained in such contracts).
· The City contract is not competitively bid.
· The City contract is valued at less than $100,000.
· The contractor has less than 51 employees.
· The contractor does not provide Benefits either to employees' spouses or to
employees' Domestic Partners.
· The contractor is a religious organization, association, society or any non profit
charitable or educational institution or organization operated, supervised or
controlled by or in conjunction with a religious organization, association or society.
· The contractor is another government entity.
The following City contracts are not covered by the Ordinance:
· Contracts for sale or lease of City property.
· Development Agreements.
· Contracts/grants for CDBG, HOME, SHIP, and Surtax funds administered by the
City's Office of Community Development
· Cultural Arts Council grants
· Contracts for professional AlE, landscape A/E, or survey and mapping services
procured pursuant to Chapter 287.055, Florida Statutes ("The Consultants
Competitive Negotiation Act".
· Contracts for the procurement of life, health, accident, hospitalization, legal
expense, annuity insurance, or any and all other kinds of insurance for the officers
and employees of the City and their dependents, from a group insurance plan.
The Ordinance provides, upon written recommendation of the City Manager, that the City
Commission may, by 5/7ths vote, waive application of the Ordinance for the following:
· Emergency contracts.
· Contracts where only one bid response is received.
· Contracts where more than one bid response is received, but none of the bidders
can comply with the requirements of the Ordinance.
The City's ability to apply the Ordinance may also be preempted in instances where the
Ordinance impacts health, retirement, or pension program which fall within the jurisdiction of
the Employee Retirement Income Security Act (ERISA), and may under certain
circumstances be held invalid under Federal preemption.
6) How is the Ordinance enforced by the City?
.
City contracts that are covered by the Ordinance shall notify potential
bidders/proposers of the Ordinance and its requirements in the issued bid
documents.
\."-/r:' (J'('
n
· At the time of entering into the contract with the City, the proposed City contractcr
shall certify to the City that it intends to provide Equal Benefits, along with the
description of its employee benefits plan, which needs to be delivered to the
Procurement Director prior to entering into the contract.
· The City has the ongoing right to investigate/audit contracts for compliance with
the provisions of the Ordinance.
· The contractor is required to post notice to its employees at its place of business
that it provides Equal Benefits.
7) Is there another way for a Contractor who does not provide Equal Benefits to
comply with the Ordinance?
If a contractor covered by the Ordinance has made a reasonable yet unsuccessful effort to
provide Equal Benefits, it can still comply with the Ordinance by providing an employee with
the "Cash Equivalent" of the similar benefit(s) offered to the contractor's employees and
their spouses.
8) What are the penalties for non compliance?
Failure of a contractor to comply with the requirements of the Ordinance may
result in the following:
. Breach/default under the contract.
. Termination of the contract.
· Monies due under the contract may be retained by the City until
compliance is achieved.
· Debarment of contractors from City work, as prescribed by the City
Code.
\",'r?
e MIAMIBEACH
City of Miomi Beoch, 1700 Convention Center Drive, Miami Beach, Florida 33139, www,miamibeachfLgov
PROCUREMENT Division
Tel: 305,673-7490, Fax: 305,673,7851
DRUG AND CRIMINAL RECORD BACKGROUNDS CHECK ACKNOWLEDGEMENT
Date
RFP. No. 34-05/06
Company Name
Address
City
Florida
Zip Code
By signing this document the "Bidder" (the entity providing the bid) acknowledges and attests
that it will abide by all requirements in providing Drug and Background Criminal Record check
(including convictions as sexual offenders) for all employees including any subcontractor's
employee that will be working on the Unarmed Security Guard Services Contract(s). It is
understood that if this form is not submitted with the bidder's proposal, the Procurement Office
will have ten (10) days to request this form from the bidder. If and after that date, this form is not
submitted by the bidder, the bidder's RFP/ proposal may be deemed non-responsive.
PROPOSER
Attest
Company Name
Secretary
Signature/President
Print Name
vVe ore (\')/l'!rnitlr::d to
e,\c(~!/er;! public ,;;'(HV,lC~:-' ond y;:/ety to u.ii who Jive, k~A~. ond piu'y mOl;/" v,lb;ont,. Impicol. historic cOI~)rriU,,-'i.lv
tr:a
....
CITY OF MIAMI BEACH
DECLARATION: NONDISCRIMINATION IN CONTRACTS AND BENEFITS
Section 1, Vendor Information
Name of Company:
Name of Company Contact Person:
Phone Number:
Fax Number:
E-mail:
Vendor Number (if known):
Federal 10 or Social Security Number:
Approximate Number of Employees in the U,S,:
Are any of your employees covered by a collective bargaining agreement or union trust fund? _Yes_No
Union name(s):
Section 2, Compliance Questions
Question 1, Nondiscrimination - Protected Classes
A, Does your company agree to not discriminate against your employees, applicants for
employment, employees of the City, or members of the public on the basis of the fact or
perception of a person's membership in the categories listed below? Please note: a "YES"
answer means your company agrees it will not discriminate; a "NO" answer means your
company refuses to agree that it will not discriminate, Please answer yes or no to each
category,
Race
Color
Creed
Religion
National origin
Ancestry
Age
Height
Yes _ No
Yes _ No
Yes _ No
Yes _ No
Yes No
Yes _ No
Yes No
Yes No
Sex
Sexual orientation
Gender identity (transgender status)
Domestic partner status
Marital status
Disability
AIDS/HIV status
Weight
_Yes No
Yes No
Yes No
Yes No
Yes _ No
Yes No
Yes No
Yes No
8, Does your company agree to insert a similar nondiscrimination provIsion in any
subcontract you enter into for the performance of a substantial portion of the contract you
have with the City? Please note: you must answer this question, even if you do not intend
to enter into any subcontracts,
Yes _ No
Question 2, Nondiscrimination - Equal Benefits for Employees with Spouses and Employees with Domestic
Partners
Questions 2A and 2B should be answered YES even if your employees must
pay some or all of the cost of spousal or domestic partner benefits,
A. Does your company provide or offer access to any benefits to employees with
spouses or to spouses of employees?
Yes No
B. Does your company provide or offer access to any benefits to employees with
(same or opposite sex) domestic partners' or to domestic partners of
employees? Yes _No
*The term Domestic Partner shall mean any two (2) adults of the same or different
sex, who have registered as domestic partners with a government body pursuant to
state or local law authorizing such registration, or with an internal registry
maintained by the employer of at least one of the domestic partners, A Contractor
may institute an internal registry to allow for the provision of equal benefits to
employees with domestic partner who do not register their partnerships pursuant to
a governmental body authorizing such registration, or who are located in a
jurisdiction where no such governmental domestic partnership exists, A Contractor
that institutes such registry shall not impose criteria for registration that are more
stringent than those required for domestic partnership registration by the City of
Miami Beach
If vou answered "NO" to both Questions 2A and 2B, go to Section 4 (at the bottom of
this page), complete and sign the form, filling in all items requested,
If vou answered "YES" to either or both Questions 2A and 2B, please continue to
Question 2C below,
Question 2, (continued)
C, Please check all benefits that apply to your answers above and list in the "other" section
any additional benefits not already specified, Note: some benefits are provided to
employees because they have a spouse or domestic partner, such as bereavement leave;
other benefits are provided directly to the spouse or domestic partner, such as medical
insurance,
BENEFIT Yes for Yes for Employees No, this Benefit Documentation of this
Employees with with Domestic is Not Offered Benefit is Submitted
Spouses Partners with this Form
Health c u [J ~J
Dental L [J U 1]
Vision c D LJ U
Retirement (Pension, c 0 0 ::J
401(k), etc~
Bereavement c 0 0 :J
Family Leave c 0 r1 -]
Parental Leave c [] [l :J
Employee Assistance c 0 0 0
Program
Relocation & Travel c 0 [J :J
Company Discount, c lJ [J u
Facilities & Events
Credit Union c 0 0 0
Child Care L u [J :J
Other c 0 [J :J
Note: If you can not offer a benefit in a nondiscriminatory manner because of reasons
outside your control, (e.g" there are no insurance providers in your area willing to offer
domestic partner coverage) you may be eligible for Reasonable Measures compliance,
To comply on this basis, you must agree to pay a cash equivalent, submit a completed
Reasonable Measures Application with all necessary attachments, and have your
application approved by the City Manager, or his designee,
Section 3, Required Documentation
YOU MUST SUBMIT SUPPORTING DOCUMENTATION to venfy each benefit marked in Question 2C, Without
proper documentation, your company cannot be certified as complying with the City's Equal Benefits
Requirement for Domestic Partner Ordinance, For example, to document medical insurance submit a statement
from your insurance provider or a copy of the eligibility section of your plan document; to document leave
programs, submit a copy of your company's employee handbook, If documentation for a particular benefit does
not exist, attach an explanation,
Have you submitted supporting documentation for each benefit offered?
_Yes No
Section 4, Executing the Document
I declare under penalty of perjury under the laws of the State of Florida that the foregoing is true and
correct, and that I am authorized to bind this entity contractually,
Executed this
day of
, in the year
, at
City
State
Signature
Mailing Address
Name of Signatory (please print)
City, State, Zip Code
Title
m
"IliiiF
CITY OF MIAMI BEACH
REASONABLE MEASURES APPLICATION
Declaration: Nondiscrimination in Contracts and Benefits
Submit this form and supporting documentation to the City's Procurement Division ONLY IF
you:
a. Have taken all reasonable measures to end discrimination in benefits; and
b. Are unable to do so; and
c. Intend to offer a cash equivalent to employees for whom equal benefits are not available.
You must submit the following information with this form:
1. The names, contact persons and telephone numbers of benefits providers contacted for the
purpose of acquiring nondiscriminatory benefits;
2. The dates on which such benefits providers were contacted;
3. Copies of any written response(s) you received from such benefits providers, and if
written responses are unavailable, summaries of oral responses; and
4. Any other information you feel is relevant to documenting your inability to end discrimination
in benefits, including, but not limited to, reference to federal or state laws which preclude the
ending of discrimination in benefits.
I declare (or certify) under penalty of perjury under the laws of the State of Florida that the
foregoing is true and correct, and that I am authorized to bind this entity
contractually.
Name of Company (please print)
Mailing Address of Company
Signature
City, State, Zip
Name of Signatory (please print)
Telephone Number
Title
Date
Definition of Terms
A. REASONABLE MEASURES
The City of Miami Beach will determine whether a City Contractor has taken all reasonable
measures provided by the City Contractor that demonstrates that it is not possible for the City
Contractor to end discrimination in benefits. A determination that it is not possible for the City
Contractor to end discrimination in benefits shall be based upon a consideration of such factors as:
(1) The number of benefits providers identified and contacted, in writing, by the City Contractor,
and written documentation from these providers that they will not provide equal benefits;
(2) The existence of benefits providers willing to offer equal benefits to the City Contractor; and
(3) The existence of federal or state laws which preclude the City Contractor from ending
discrimination in benefits.
B, CASH EQUIVALENT
"Cash Equivalent" means the amount of money paid to an employee with a Domestic Partner (or
spouse, if applicable) in lieu of providing Benefits to the employees' Domestic partner (or spouse, if
applicable), The Cash Equivalent is equal to the employer's direct expense of providing Benefits to
an employee for his or her spouse.
Cash Equivalent. The cash equivalent of the following benefits apply:
a. For bereavement leave, cash payment for the number of days that would be allowed as paid
time off for death of a spouse. Cash payment would be in the form of wages of the domestic partner
employee for the number of days allowed.
b. For health benefits, the cost to the Contractor of the Contractor's share of the single monthly
premiums that are being paid for the domestic partner employee, to be paid on a regular basis while
the domestic partner employee maintains the such insurance in force for himself or herself.
c, For family medical leave, cash payments for the number of days that would be allowed as time
off for an employee to care for a spouse that has a serious health condition. Cash payment would
be in the form of wages of the domestic partner employee for the number of days allowed.
&
...,
^ t
I v \
CITY OF MIAMI BEACH
SUBSTANTIAL COMPLIANCE AUTHORIZATION FORM
Declaration: Nondiscrimination in Contracts and Benefits
This form, and supporting documentation, must be submitted to the Procurement
Division by entities seeking to contract with the City of Miami Beach that wish to delay
ending their discrimination in benefits pursuant to the Rules of Procedure, as set out
below.
Fill out all sections that apply. Attach additional sheets as necessary.
A. Open Enrollment
Ending discrimination in benefits may be delayed until the first effective date after the
first open enrollment process following the date the contract with the City begins,
provided that the City Contractor submits to the Procurement Division evidence that
reasonable efforts are being undertaken to end discrimination in benefits. This delay
may not exceed two years from the date the contract with the City is entered into, and
only applies to benefits for which an open enrollment process is applicable.
Date next benefits plan year begins:
Date nondiscriminatory benefits will be available:
Reason for Delay:
Description of efforts being undertaken to end discrimination in benefits:
B. Administrative Actions and Request for Extension
Ending discrimination in benefits may be delayed to allow administrative steps to be
taken to incorporate nondiscriminatory benefits into the City Contractor's infrastructure.
The time allotted for these administrative steps shall apply only to those benefits for
which administrative steps are necessary and may not exceed three months. An
extension of this time may be granted at the discretion of the Procurement Director,
upon the written request of the City Contractor. Administrative steps may include, but
are not limited to, such actions as computer systems modifications, personnel policy
revisions, and the development and distribution of employee communications,
Description of administrative steps and dates to be achieved:
If requesting extension beyond three months, please explain basis:
C. Collective Barqaininq Aqreements (CBA)
Ending discrimination in benefits may be delayed until the expiration of a City
Contractor's Current collective bargaining agreement(s) where all of the following
conditions have been met:
1. The provision of benefits is governed by one or more collective bargaining
agreement(s);
2. The City Contractor takes all reasonable measures to end discrimination in benefits
either by requesting that the Unions involved agree to reopen the agreements in order
for the City Contractor to take whatever steps necessary to end discrimination in
benefits or by ending discrimination in benefits without reopening the collective
bargaining agreements; and
3. In the event that the City Contractor cannot end discrimination in benefits despite
taking all reasonable measures to do so, the City Contractor provides a cash
equivalent to eligible employees for whom benefits are not available. Unless otherwise
authorized in writing by the Procurement Director, this cash equivalent payment must
begin at the time the Unions refuse to allow the collective bargaining agreements to be
reopened, or in any case no longer than three (3) months from the date the contract
with the City is entered into.
For a delay to be granted under this provision, written proof must be submitted with
this form that:
· The benefits for which the delay is requested are governed by a collective
bargaining agreement;
· All reasonable measures have been taken to end discrimination in benefits (see
Section C,2, above); and
· A cash equivalent payment will be provided to eligible employees for whom benefits
are not available.
I declare (or certify) under penalty of perjury under the laws of the State of Florida that
the foregoing is true and correct, and that I am authorized to bind this entity
contractually,
Name of Company (please print)
Mailing Address of Company
Signature
City, State, Zip
Name of Signatory (please print)
Telephone Number
Title
Date
ita
....
MIAMIBEACH
City of Miami Beach, 1700 Convention Center Drive, Miami Beach, Florida 33139, www,miamibeochflgov
PROCUREMENT Division
Tel: 305-673-7490, Fax: 305-673-7851
DRUG AND CRIMINAL RECORD BACKGROUNDS CHECK ACKNOWLEDGEMENT
Date
RFQ, No. 27-05/06
Company Name
Address
City
Florida
Zip Code
By signing this document the "Bidder" (the entity providing the bid) acknowledges and attests that it
will abide by all requirements in providing Drug and Background Criminal Record check (including
convictions a sexual offenders) for all employees including any subcontractor's employee that will be
working at the Scott Rakow Youth Center construction site. It is understood that if this form is not
submitted with the bidder's proposal, the Procurement Office will have ten (10) days to request this
form from the bidder. If and after that date, this form is not submitted by the bidder, the bidder's RFQ
proposal may be deemed non-responsive.
PROPOSER
Attest
Company Name
Secretary
Signature/President
Print Name
V\/~-;- ()Ie' (Xl,lmmtinrJ to
c.'cot/en!
<;urVICl.-' ond sn(ety to o/i.".J,() livc: wo,.,~, und piu'y In our vibront, Iror'icol. hiS!r:)!IC cClfnnluni.l}'
EXECUTIVE SUMMARY
Below, Security Alliance will describe, concisely and as requested in the RFP, its ability
to provide the basic services described in the RFP, and its experience and qualifications
to provide the services:
Proposer's Ability: As a current provider of similar security guard services to Miami-
Dade County, Security Alliance brings the most relevant kind of experience to the
project.
Security Alliance has both the financial and the operational capacity to perform the
services required under this contract at an optimwn level. Our management team brings
a combined 50+ years of security management experience to the project for Miami
Beach.
Security Alliance currently operates security guard services at over 90 geographically
dispersed locations in six (6) states in the southeastern United States. In all, Security
Alliance employs approximately 450 security officers in six (6) states, operating a
combined 16,000+ hours per week of security guard services.
Security Alliance has never lost a security contract for service reasons in its history.
Proposer's Background and Experience: The management of Security Alliance
brings even more significant experience in providing security to large operations and
government entities. In 2001, Security Alliance President, David Ramirez, and his staff
handled the transition into more than twenty (20) service locations, in five (5) states, for
our premier commercial services customer, Rooms to Go.
Both the Vice-President of Security Alliance, William Murphy, and the Director of
Operations, Angel Rosado, have been intimately involved in security operations at many
government facilities over the past fifteen (15) years.
While at a previous employer, both William Murphy and Angel Rosado were the top
operational personnel for security guard service operations at federal, state, and local
government facilities. As the project manager for both a federal and a county (Miami-
Dade GSA) contract, Mr. Murphy was the primary point of contact for the government,
on several contract security operations that each required over seventy-five (75)
personnel posted at multiple (in excess of 25) service locations.
As the Senior Vice-President of that same previous employer, Security Alliance Vice-
President, William Murphy was ultimately responsible for all security operations at over
125 service locations, including remote locations, requiring over 1,000 employees. Mr.
Murphy was the project manager for both the Miami (over 75 high-level armed
- 1 -
personnel) and the Fort Lauderdale (approximately 20 high-level anned personnel)
General Services Administration contracts for the United States Federal Government. He
was also the contract manager for two separate contracts with Miami -Dade County
requiring over 150 armed and unarmed security personnel at over fifty (50) separate
service locations.
In 1996 (approximately), when the incumbent service provider of screening services to
all Miami-Dade courthouses faced bankruptcy, Miami -Dade County called Mr. Murphy
at his previous employer. Upon the request of GSA Security Management, Mr. Murphy
and Mr. Rosado spearheaded the takeover of security screening services at eighteen (18)
county courthouses and screening locations within twenty-four (24) hours.
Mr. Murphy was also the first contact for the Federal government on three separate
occasions, when the government required emergency services due to the financial or
performance failure of incumbent security contractors. On each occasion, Mr. Murphy
and Mr. Rosado spearheaded the assumption of duties on contracts requiring more than
fifty (50) security officers with less than twenty-four (24) hours notice.
While working for the same previous employer, Security Alliance Director of Operations
Angel Rosado, began his career as an armed security officer on the Miami Federal GSA
security contract. Mr. Rosado was later promoted through the ranks, and ultimately
became the lead supervisor at a major service location under that contract. Mr. Rosado
continued to progress in his career, ultimately reaching the position of Director of
Operations. As Director of Operations, Mr. Rosado oversaw a staff of twelve (12)
management level personnel, and 1,000 security officers, providing over 35,000 hours
per week (over 1.8 million hours annually) of security guard service.
Qualifications of Personnel: In addition to the management personnel mentioned
above, Security Alliance will assign a Project Manager and utilize no less than six
supervisory personnel for the project for the City of Miami Beach. The Project Manager
and the Supervisors under the project will meet or exceed the minimum qualifications for
security personnel as described in the RFP.
Supervisors for the City of Miami Beach's security project will have a minimum of two
years experience in a supervisory capacity or more than one year of exemplary service on
the City of Miami Beach security contract.
Security Officers assigned for productive hours under the Miami Beach security services
project will meet or exceed the minimum qualifications as described in the RFP.
Other Relevant Information or Exceptions: Security Alliance stands prepared to
provide the services under this contract in accordance with specifications provided in
RFP 34-05/06, without exception.
- 2 -
EXPERIENCE AND PAST PERFORMANCE
In this section, Security Alliance will provide information related to its relevant
experience and past performance.
Key Facts: Security Alliance has been providing security guard services since 2001. In
that time, Security Alliance has grown from 20 employees to over 450 employees,
providing an estimated 850,000 hours per year of security guard services.
Security Alliance currently operates out of six (6) offices in five (5) states, including its
Miami headquarters. Other primary markets served include Tampa, Florida; Dallas,
Texas; Atlanta, Georgia; Charlotte, North Carolina; and Greenville, South Carolina.
Security Alliance currently employs over 300 security offIcers in the South Florida
market to provide services for its customers, including Miami-Dade County and Rooms
to Go.
Similar Contract Experience: Security Alliance is the current provider of armed and
unarmed security guard services to Miami-Dade County in the geographic Sector knO\\TI
as IB. As such, Security Alliance has established itself as a committed service provider,
and a responsive management team.
The contact for Miami-Dade County on the GSA Security Services contract is Mr. Daniel
Payne, Chief of Security for Miami Beach General Services Administration. His
telephone number is 305375-1011.
Security Alliance has been providing these services since April of 2005, and the expected
termination date for these services is March, 2007. The current annual value of the
services is estimated at $4,000,000+.
It should be noted that Security Alliance was recently informed that it will be
recommended for award for seven (7) more years of service to Miami-Dade County
GSA, pursuant to their recent RFP process.
Top Five (5) Accounts:
Client:
Description of Work:
Total Dollar Value:
Contract Duration:
Dollars Expended:
Customer Contact:
Miami-Dade County General Services Administration
Access Control, Facility Security
$4,000,000 + per year
2005 - Present
$4,000,000+ per year
Daniel Payne, (305) 375-10 11
- 3 -
Client: Rooms To Go
Description of Work: Access Control, Facility Security, Cargo Tracking
Total Dollar Value: $5,800,000 per year
Contract Duration: 2001 - Present
Customer Contact: Brian Ouellette 813 503-8500
Client: Johnson and Wales University
Description of Work: Campus Patrol, Access Control, Building Security
Total Dollar Value: $900,000 per year
Contract Duration: OS/2006 - Present
Customer Contact: Frank Mahon - (305) 216-7743
Client: The Graham Companies of Miami Lakes
Description of Work: Vehicle Patrol, Facility Security
Total Dollar Value: $550,000 per year
Contract Duration: OS/2006 - Present
Customer Contact: Jorge Ferbeyre - (305) 528-3399
Client: Community Partnership for Homeless (CPHI)
Description of Work: Access Control, Facility Security
Total Dollar Value: $400,000 per year
Contract Duration: 2005 - Present
Customer Contact: Dan Vincent - (305) 329-3000
Other Relevant Experiences: In addition to the services currently being provided by
Security Alliance, the management team at Security Alliance brings much experience in
the performance of related services. The combined experience of the President, Vice-
President and Director of Operations for Security Alliance amounts to over thirty-five
(35) years of experience in delivering service to government agencies.
While at a previous employer, Mr. Murphy was the point man for over forty separate
government contracts with local, state, and federal agencies. Approximately thirty of
those contracts were with Miami-Dade County (GSA and Public Works), and over
twenty required compliance with the County's Living Wage Ordinance (99-44).
Security Alliance Director of Operations, Angel Rosado, also brings over 15 years of
experience in supervising and managing security guard service operations at local, state,
and federal government contracts. Mr. Rosado started as a security officer on a federal
government contract and was promoted through the ranks. Mr. Rosado has worked as a
Site supervisor, Field Supervisor, Project Manager, Operations Manager, and finally as
the Director of Operations at a previous employer, where he directed a management staff
of twelve (12) and a security force of 1,000.
- 4 -
Emergencyffemporary Service Capabilities: In order to remain prepared for growth
and coverage contingencies, Security Alliance strives to maintain a surplus level of
manpower. For each shift (day, afternoon, midnight) of the day, Security Alliance has an
excess number of security officers available to quickly respond to customer service
needs.
When necessary, Security Alliance is adept at modifying existing schedules to create the
ability to cover the short-term and/or emergency needs of its customers. In extreme cases
of need, Security Alliance imposes "Alpha-Bravo", twelve (12) hour schedules for all of
its offIcers. In doing so, Security Alliance can reduce the number of persons required for
regular recurring coverage and free up manpower for additional short-term! emergency
needs.
Security Alliance has a proven track record in providing emergency coverage and is
proud of its record for providing service in critical situations. We urge the evaluation
committee to contact any of the individuals listed below to inquire about our abilities to
provide emergency assistance:
Miami-Dade County GSA Mr. Daniel Payne
305-375-1011
Rooms to Go Mr. Brian Ouellette
813-503-8500
University of Miami Ms. Barbara Singletary
305-284-6666
Tulane University Ms. Ivette Jones
504-669-8314
- 5 -
KEY PERSONNEL OUALIFICA TIONS
In this section, Security Alliance will describe the qualifications of the security
management team that will operate the services for the City of Miami Beach under a
contract awarded pursuant to RFP 34-05/06.
Organization Chart: Attached immediately following this section is an Organization
Chart reflecting the table of organization used for the project with the City of Miami
Beach.
Key Individual Experience: The management of Security Alliance brings significant
experience in providing security to large operations and government entities.
In 2001, Security Alliance President, David Ramirez, and his staff handled the transition
into more than twenty (20) service locations, in five (5) states, for our premier
commercial services customer, Rooms to Go.
Both the Vice-President of Security Alliance, William Murphy, and the Director of
Operations, Angel Rosado, have been intimately involved in security operations at many
government facilities over the past fifteen (15) years.
While at a previous employer, both William Murphy and Angel Rosado were the top
operational personnel for security guard service operations at federal, state, and local
government facilities. As the project manager for both a federal and a county (Miami-
Dade GSA) contract, Mr. Murphy was the primary point of contact for the government,
on several contract security operations that each required over seventy-five (75)
personnel posted at multiple (in excess of 25) service locations.
As the Senior Vice-President of that same previous employer, Security Alliance Vice-
President William Murphy was ultimately responsible for all security operations at over
125 service locations, including remote locations, requiring over 1,000 employees. Mr.
Murphy was the project manager for both the Miami (over 75 high-level armed
personnel) and the Fort Lauderdale (approximately 20 high-level armed personnel)
General Services Administration contracts for the United States Federal Government. He
was also the contract manager for a Miami Beach contract requiring over 150 armed and
unarmed security personnel at over fifty (50) separate service locations.
In 1996 (approximately), when the incumbent service provider of screening services to
all Miami-Dade courthouses faced bankruptcy, Miami-Dade County called Mr. Murphy
at his previous employer. Upon the request of GSA Security Management, Mr. Murphy
and Mr. Rosado spearheaded the takeover of security screening services at eighteen (18)
county courthouses and screening locations within twenty-four (24) hours.
- 6 -
Mr. Murphy was also the first contact for the Federal government on three separate
occasions, when the government required emergency services due to the fmancial or
performance failure of incumbent security contractors. On each occasion, Mr. Murphy
and Mr. Rosado spearheaded the assumption of duties on contracts requiring more than
fifty (50) security offIcers with less than twenty-four (24) hours notice.
While working for the same previous employer, Security Alliance Director of Operations
Angel Rosado, began his career as an armed security offIcer on the Miami Federal GSA
security contract. Mr. Rosado was later promoted through the ranks, and ultimately
became the lead supervisor at a major service location under that contract. Mr. Rosado
continued to progress in his career, ultimately reaching the position of Director of
Operations. As Director of Operations, Mr. Rosado oversaw a staff of seven (7)
management level personnel, and 1,000 security officers, providing over 35,000 hours
per week (over 1.8 million hours annually) of security guard service.
For the project with Miami Beach, all of the individuals above will play an active role in
ongoing operations.
Both the President, David Ramirez, and the Vice-President, William Murphy, will be
conducting regular quality control inspections in the field, and reporting back to the
Director of Operations on their findings. Both will also be involved in high-level
meetings regarding both contractual and operational issues.
The Chief Financial OffIcer, Carl St. Philip, of Security Alliance brings just under twenty
years of experience in professional accounting and fmancial management to Security
Alliance. Mr. St. Philip was formerly the CFO of a publicly traded company with annual
revenues of over $300,000,000 annually. Through Mr. St. Philip's sound philosophy,
Security Alliance has gained tremendous stability, with a strong balance sheet position,
positive cash flow, and borrowing power that exceeds our current needs.
Angel Rosado, Director of Operations, will be intimately involved in day-to-day
operations for services under the contract. Mr. Rosado will maintain daily contact with
the Project Manager, and will conduct weekly meetings with the Project Manager and all
field supervisory personnel. Mr. Rosado will perform high-level troubleshooting and will
be ultimately responsible for providing trained and qualified personnel for all City service
needs.
The Project Manager for Miami Beach, Mr. Miguel de la Paz, will take primary
responsibility for the selection, training, scheduling, supervision, and management of all
security offIcers assigned under the City project. The Project Manager will produce the
schedules, coordinate the training, direct and meet with the supervisors, and provide the
disciplinary and counseling functions for assigned security personnel.
- 7 -
The Director of Human Resources, Edwin Ortega, will coordinate all required Hwnan
Resources functions. Mr. Ortega will oversee the recruitment efforts, all required
background and experience verifications, documentation of same to each employee file,
and high-level disciplinary actions. Mr. Ortega will ensure that all personnel files for
assigned offIcers are in complete compliance with the requirements of Miami Beach.
The Training Coordinator for the City of Miami Beach project, James Fernandez, will be
responsible for preparing the training curriculum, and presenting the material to each
candidate for assignment. Upon completion of all requisite training, Mr. Fernandez will
document the completion of training to each individual's employee file.
Key Personnel Resumes: Attached immediately following this section are
resumes/bios for key individuals from the management team for the City of Miami Beach
project.
- 8 -
ell"
a
.!III
~.
iJ
&Ii
-<
~
~ C2
~ 0
-< ~
== ~
u
~ ==
-< u
z~-<
oo~
l-l ==
~~l-l
~ ~
l-l -<
~ ~
t:.:l ~
~ 0
o >
~
l-l
U
N
(j)
~
(j) 's
"0 C'::l
'Vi ~
~"O
'" .-
..... ~
C'::l
Q
...- ~
~~
~e-
en ;::l
~::E
0.. E
I C'::l
(j) .-
u=
>~
~ N
o (j)
E.@
en ,C'::l
.- ~
.@ .s
"0 ~
<~
bO
.s
SE
a:le-
t~
=bO
g ~
gel
u
~ C'::l
.... bO
g ~
.!:l 0
Q ~
~ .~
. "0
~~
~
(j)
"0
a
~~
oCIJ
u'E:
q::M
:.a
CIJ
en
~
o
'';:: 0
e"O
(j) Cl:l
0.. en
2~
0-
~ (j)
o bO
E~
~
cs
~ N
.8 (j)
C'::l-
~ C'::l
._ N
"0 ~
~ 0
go
u ~
(j)
cj '2
. C'::l
O'~
~
(j)
"0
~
C'::lq::
E .-
E~
oCIJ
ut;
......
~, ,. .~..." ..._,-.-
:.... ',' . '.' -'~"" . .
>.- ..... ... _',',r...'...,' ,..".,
DA VID RAMIREZ
PROFESSIONAL EXPERIENCE
SECURITY ALLIANCE, LLC
President
Miami, Florida
2001-Present
Principal of this security firm. with offices in Raleigh/Durham, Olarlotte, Atlanta, Dallas, Tampa and Miami.
Responsible for all strategic planning, investigative assignments and personally oversees all consulting services.
Member and president of ASIS for the period 2004.
BUSINFSS RISKS INfERNATIONAL, INC
Director/Investigator
Miami, Florida
1996-Present
Principal of this investigative firm, which handles economic crimes cases including mortgage, insurance, identity and credit card fraud.
Provides vulnerability assessments to assist risk managers in making key security decisions. Provides litigation support services to the
legal community to determine financial viability, net worth, and sophistication. Prepares security risk assessment programs and security
management plans to enhance physical security, crisis management, business continuity planning, and information security.
PINKERTON INVF5TIGATION SERVICES
Manager of Operations
Miami, Florida
1994-19%
Responsible for 12 investigators and handled all fraud cases with special emphasis in the analysis and investigation of embezzlement,
credit card fraud, employee theft, and securities trading. Coordinated and conducted complex investigations involving interviewing
and interrogation of suspects, litigation support, database searches, executive protection, surveillance, and security surveys. Established
Pinkerton's first investigative office in Bogota, Colombia. The first for any US based investigative company to be given authority to
establish operations in this country. Handled fraud investigations for a major retailer that ultimately reduced their losses to such an
extent that they retained a full-time investigator from the firm to handle all investigations as warranted.
Manager of Operations/Senior Investigator
New York, New York
1992-1994
Managed all operations for the Financial/Legal Department of Pinkerton's New York office. Led a staff of 3 supervisors and 22
investigators that handled primarily white-collar crimes and other fraud-related cases. Specialized in proving financial sophistication
and net worth of investors to NASD's Arbitration Board. Handled litigation support services for attorneys and their firms throughout
New York City.
1HE W ACKENHlTT CORPORATION
District Supervisor
New York. New York
1992-1992
Managed Wackenhut's investigative NY /NJ office, covering the Northeastern region of the United States. Provided due diligence and
litigation support services to New York-based clients. Responsible for a major victory of a law firm defending investors in a civil action
in which it had to be proven that the defendant had failed to perform due diligence for an !PO and had withheld information significant
in the decision to purchase those stocks. As District Supervisor, turned a failing office with consistent monthly losses into a viable profit
center.
Senior Investigator
Miami, Florida
1990-1992
Attached to the Speci.aI Investigation's Division to conduct asset tracing and due diligence investigations. Handled litigation support cases,
undercover operations, pre-employment and fraud investigations until being promoted and transferred to the New York office. Worked
and trained in electronic eavesdropping countermeasures. Conducted numerous fraud cases for clients requiring to ascertain economic
losses incurred due to poor internal controls.
UNITED STATES MARINE CORPS
Intelligence Analyst
Camp Lejeune, North Carolina
1985-1990
Analyzed foreign political, economic, social, and military issues of US interest. Compiled and reviewed reports from intelligence sources
and submitted intelligence reports to national-level intelligence centers. Attached to a special operations team. Maintained a Top
SecretjSCI security clearance.
~
~ ':: . .~....
WILLIAM MURPHY
PROFESSIONAL EXPERIENCE
SECURITY ALUANCE, LLC
Vice-President
Miami, Florida
2004 - Present
Ultimately responsible for all company operations including oversight of management in Raleigh/Durham,
Charlotte, Atlanta, Dallas, Tampa and Miami. Provide direction of critical processes to include employee
selection and processing, training, scheduling, counseling, client relations, incident handling, emergency
response and new business development
50 STATE SECURITY SERVICES, INe.
Senior Vice President
North Miami, Florida
1987-2004
Senior management person on a daily basis responsible for all company functions. Made high-level decisions regarding for all
departments including Operations, Human Resources, Marketing, and Finance. Oversaw growth from $5,000,000 to $25,000,000 in
annual sales, and growth from 125 employees to over 1,000. Increased profits in every year of responsible charge.
KWIC, Inc.
Private Investigator
Miami, Florida
1982-1987
Responsible for all facets of investigations including case intake, lead development, surveillance, research, report preparation, and time
and cost tracking.
EDUCATION
BARRY UNIVERSITY, Miami Shores, Florida
Bachelor of Science Degree in Accounting, Graduated 1986
ARCHBISHOP CURLEY HIGH SCHOOL, Miami, Florida
Diploma, 1979
f~
11". _
j , ; " .~. .
CARL ST. PHILIP
PROFESSIONAL EXPERIENCE
SECURITY ALUANCE, LLC
Sr. Vice President and Chief Financial Officer
Miami, Florida
2003-Present
A prindpal of the firm, with offices in Raleigh/Durham, Charlotte, Atlanta, Dallas, Tampa and Miami.
Oversees all financial, administrative and compliance functions within the organization. In addition,
reviews all service proposals and participates in strategic planning and business development.
Member and Treasurer of ASIS for the period 2004.
SfElNER LEISURE LIMITED. NASDAQ: STNR
Sr. Vice President and Chief Financial Officer
Miami, Florida
1999 -2003
Set all financial policy within the company which has annual sales of approximately $270 million spread over a dozen countries.
Oversaw approximately 40 individuals in Accounting, Finance, and MIS. Directed all internal and external financial reporting, including
all SEC reporting. Oversaw and consolidated the entire budget process for all subsidiaries. Maintained all banking relationships and
tended to ongoing issues related to the company's $50 million credit facility. Oversaw tax compliance and made strategic decisions on
structure. Participated in all cruise line and hotel partner contract and lease negotiations. Participated in the Florida College, Mid
Atlantic Massage, Mandara, Greenhouse and C.spa acquisitions from performing due diligence to integration after closing.
SfEINER LEISURE UMITED. NASDAQ; STNR
Vice President, Finance
Miami, Florida
1997 -1998
Directed all internal and external financial reporting, including all SEC reporting. Oversaw day-to-day MIS operations. Oversaw tax
compliance.
cr MARITIME SERVICES, LLC.
Controller
Miami, Florida
1993 -1991
Oversaw all day to day accounting functions in the US and UK. Automated staff logistics and payroll by creating a system specification
for, and then implementing, custom software. Prepared due diligence package during Steiner acquisition and took over the
administration after the acquisition took place. Prepared documentation for IPO that became effective in November of 1996. Assisted in
the preparation of all publicly filed documents. Oversaw day-t(Hiay MIS operations.
BERKOWITZ, DICK AND POLLACK
Certified Public Accountants
Senior Auditor
Miami, Florida
1990 -1991
LA VEN1HOL AND HORWATH
Certified Public Accountants
Staff Auditor
Coral Gables, Florida
1989 -1990
EDUCATION
FLORIDA INTERNATIONAL UNIVERSITY, Miami Florida
Masters of Business Administration, Graduated 1993
UNIVERSITY OF FLORIDA, Gainesville, Florida
Bachelor of Science Degree in Accounting, Graduated 1989
~,..
". " -, .' '- , -.; .,~ <
""'.', . ....
ANGEL ROSADO
PROFESSIONAL EXPERIENCE
SECURITY ALLIANCE, LLC
Director of Operations
Miami, Florida
2004 - Present
Oversee the daily operations in management and field supervision for offices in Raleigh/Durham, Charlotte,
Atlanta, Dallas, Tampa and Miami. To include the monitoring of employee selection and processing,
training, scheduling, counseling, client relations, incident handling, emergency response and new business
project coordination.
50 STATE SECURITY SERVICES, INC.
Director of Operations
North Miami, Florida
2003-2004
Monitored the day to day operations to include employee selection, training, scheduling, counseling, client retention and project
coordination for thirty-five thousand Security Service contract hours in Dade, Broward and Palm Beach conn ties. Monitored expenses
and controlled cost created by overtime hours. Supervised the fleet management of thirty vehicles for proper maintenance and care.
Operations Manager
North Miami, Florida
1996-2003
Supervised six accoUllt managers and monitored the day to day operations to include a field supervision crew of twellty-four and the
communications department of five dispatchers in a 24/7 caIl center. Held weekly meetings with the management staff to review
overtime cost and service issues.
AccoUllt Manager
North Miami, Florida
1994-19%
Managed a portfolio of Commercial, Residential and Special Taxing Districts services. Coordinated schedliling, training and maintained
client relations through regularly scheduled meetings to evaluate officer performance and proper service to the customers.
FEDERAL PROTECTION SERVICES
Federal Facilities Patrol Supervisor
Miami, Florida
1993-1994
Inspected Federal Government facilities to include D.B.A., F.B.I., Customs and Immigration offices to ensure that all officers we.re in
compliance with the standards set forth by G.S.A. and the Federal Protective Services.
U.S Attorney's Office Site Supervisor
Miami, Florida
1988-1993
Worked as the Site Supervisor for the U.S Attorney's Office in Miami and supervised twenty-five officers and supervisors. Generated
reports and assigned case numbers through the Federal Police and coordinated scheduling and officer placement. Conducted access
control for the U.S Attorneys office and its visitor's. Conducted bomb sweeps for weekly press conferences and screened all media
personal that entered in to the facility. Scanned all packages entering the facility for explosives. Coordinated evacuations when necessary
after random bomb threats were phoned in to the building and worked with local law enforcement agencies and its bomb squad unit
members to ensure the safety and well being of the U.S Attorney for the Southern District of Florida and his supporting staff.
CITY OF MIAMI PARKING SYSTEMS
Parking Enforcement Specialist Supervisor
Miami, Florida
1982-1987
Responsible for scheduling, providing training and technical assistance to the enforcement staff, responding to questions and complaints
from the Department's staff and the public and maintaining unit records.
United States Army
Infantry Combat Medical Specialist
1981-1987
Served as an Infantry Medic supporting the soldiers of various infantry units during strategic combat training missions in the field to include
missions in Panama and the Caribbean.
~
" ,"., c~_ "
WENDY RAMIREZ
PROFESSIONAL EXPERIENCE
SECURITY ALUANCE, LLC
OFFICE MANAGER
Miami, Horida
2002-Present
For the past 4 years, Wendy Ramirez has been and is currently the office manager for Security Alliance's nationwide operations. She
also was the office administrator for Business Risks. Prior to coming to Security Alliance, she worked for a well-respected church in her
community as administrator. She was able to experience and understand personal issues that plagued the parishioners and those less
fortunate. One of the benchmarks of her gratifying career is solving problems for the people in her
community.
Ms. Ramirez was affected by this experience which prompted her to devote much of her free time by helping those in need. She began
visiting the sick and infirm at local hospitals and assisting the elderly at their homes. She joined The Faith Center MinislIy in March 2004
and is currently involved in the Nursing, Women's Board, Guest Relation's Ministry. She is also the Director of the Single's Ministry.
~",,:-:~..
.... ", ... .. -. - "
.'.,.. . .. ...
RANIER GONZALEZ
PROFESSIONAL EXPERIENCE
SECURITY ALLIANCE, LLC
Quality Control Coordinator
Miami, Florida
2005-Present
Investigator and Quality Control (Qq. Supervise, and perform Security Police, and Law Enforcement activities,
including installation, weapon systems, and resource security; antiterrorism; Civilian, and Military law enforcement,
investigations; military working dog function; Air Base Defense; armament and equipment; trained for Pass and
Registration; information security; Law Enforcement Desk Sgt / Controller; Armorer. Combat capability through the
functions of air base defense and participation in contingency operations. Deployable and employable in sensitive or
hostile environment created by terrorism, sabotage nuclear, chemical, biological, or conventional warfare. Knowledge, of
USAF Technical Order Program, FAA Maintenance Regulations, and its certification procedures. Trained as an Aircraft
Pneudraulic system technician, and In-flight refueling system technician, and electro-mechanic technician. Trained and
certified as an aviation maintenance inspector in the field of non-destructive inspection and testing using florescent
penetrant and electromagnetic testing.
Mh!:uel de la Paz
Project Manager: Community Partnership for Homeless, Inc.
Miguel has been involved in the Private Security / Law Enforcement field since 1983. A
former member of the US Marine Corps. He participated in Special Operations with the
Navy SEALS. He has been involved at the leadership level in the security industry since
1992. In his professional life he has been an Account Manager, Director of Security,
Crime Prevention Coordinator, Assistant Director, Training Director, Self Defense
Coordinator, First Team Leader, Manager on Duty and Hotel Assistant Manager. Miguel
is currently a Project Manager with Security Alliance. Mr. de la Paz has attained a
Bachelor of Liberal Studies with a concentration on Psychology. He is currently seeking
a Masters in Industrial Organizational Psychology in order to become a better leader.
Security Alliance - Project Manager 2005- Present
Barry University - Assistant Director of Security 2004-2005
50 State Security - Site Supervisor - Barry University 2003-2004
Robert Castellon
FIELD SUPERVISOR
Will be responsible for vIsItIng all posts and checking for post orders,
inspecting the security offIcers for uniform and post order compliance, and
vehicle inspection. Will also respond to emergencies and alarms and will be
responsible for writing reports summarizing the facts surrounding any such
occurrence.
OBJECTIVE
An accomplished and motivated customer service professional with then years
of security experience.
QUALIFICATIONS
Proficient in Windows XP, Microsoft office works also experienced in closed
circuit TV monitoring and programming.
EMPLOYMENT
2003 - Security Alliance, LLC / Filed Supervisor
Duties consist inspecting post/officers, working procedures, uniforms attire,
making sure work is being performed to expectations of the company and the
client. Assist Account Manager with various tasks of the daily operations.
1997-2003 Security Services of America/ Security Site Supervisor
Supervised and motivated ten security officers. Responsible for department
scheduling, payroll and written employee evaluations and site training
procedures and equipment.
1996-1997 Car World / Vehicle Prep Specialist
Duties to maintain vehicle ready for sales, do quality inspection, make
necessary repairs before vehicle are ready for selling.
1991-1995 American Savings 1 Customer Service Representative
Handled high call volume for consumer loans department. Make outbound
calls to existing client to promote new services and products. Worked as
assistant security manager responsible for daily operations of branches.
Alarms monitoring CentraScan systems and security dept.
1991- Sterling Marketing 1 Auction Assistant
Handled all inventory in preparing for weekly actions. In charged of making
deliveries to clients for items purchased.
Capt. Gibbons. Oscar
FIELD SUPERVISOR
Will be responsible for visiting all posts and checking for post orders, inspecting the security officers for uniform
and post order compliance, and vehicle inspection. Will also respond to emergencies and alarms and will be
responsible for writing reports summarizing the facts surrounding any such occurrence.
Midni2:ht shift Supervisor
Capt. Gibbons, is responsible for all of Security Alliance, GSA Midnight shift personnel, Administrates the filing of
reports, time sheets, and other documentations requiring a response; ensures that subordinate supervisors are
properly trained; maintains an Quality Control of all under his supervision; responds to contract discrepancy and
reports on a daily basis as required; formulates and implements disciplinary standards for all Security Alliance
officers under him, he reports directly to the Operations Manager. The on-duty supervision for every shift covers on
a 24-hour per day, year-round basis. These Shift Supervisors performs inspection, of personnel assigned to a
Contract. The supervisors will conduct inspections in the field on all shifts, answer questions, resolve problems,
respond to emergencies, and otherwise complete tasks as identified by Contract, or in other applicable Contract
documents. While conducting such inspections, Shift Supervisors must record such visit and any deficiencies found
during inspections in the site logbook and in the form. of an incident report. During any shifts, upon the Field
Supervisor completing the minimum required post inspections he/she will remain in the Contractors assigned sector
for the remainder and continuously patrol and complete additional post inspections.
EMPLOYMENT
SECURITY ALLIANCE. LLC
Shift Supervisor
9350 South Dixie Highway, Penthouse V, Miami Fl. 33156
APR. 2005 TO PRESENT
DEPARTMENT OF DEFENSE USMC
US Marine Corp / E-4/ Assault Amphibious Crewman
Department of Defense Washington DC. VA.
DEC, 1996 TO DEC, 2000
EDUCATION:
· Assault Amphibious Vehicle Combat Crewman
1997
LICENSES/CERTIFICATES
"G" STATE FIREARMS
"D" SECURITY OFFICER
"W" Concealed Weapons Permit
PROJECT PLAN
In the following pages, Security Alliance will detail its teclmical plan, methodology and
its recommended strategies for the performance of quality security services for the City
of Miami Beach.
Whether the City of Miami Beach chooses to operate with two levels of unarmed security
or to utilize only Level 2 security personnel, the following plan applies.
Overall Approach
Security Alliance prides itself on having the most competent and responsive management
team in South Florida. Security Alliance will bring to the Miami Beach security services
project a team of experienced and committed individuals who will manage, administrate,
and supervise the services in full compliance with the specifications provided in RFP 34-
05106.
Managerial and Supervisory Staffing Levels: If awarded the service contract
with the City of Miami Beach, Security Alliance will provide one (1) project
manager to work with our Director of Operations in overseeing our performance
on the project. The project manager will be the primary contact with regards to
operational issues for the City of Miami Beach and facility managers at assigned
service locations. The Project Manager will be available, by cellular telephone, to
respond to questions or concerns twenty-four (24) hours per day, seven days per
week.
The Project Manager will have a field supervisory staff sufficient to provide no
less than one (1) supervisor, twenty-four (24) hours per day, seven (7) days per
week, continuously conducting random inspections of service locations and
responding to calls for assistance. The on-duty supervisor for Security Alliance
will travel in a late-model, full-marked patrol vehicle, and will be available to
respond to any service location within the City of Miami Beach within fifteen
(15) minutes.
On a weekly basis, the Security Alliance Project Manager will meet with the
Security Contract Administrator to provide a summary report to include: 1) any
major incidents, 2) any disciplinary reports, 3) any terminations, and 4) any new
hires. New hire reports will be accompanied by documentation of successful
background checks, polygraph tests, drug tests, and training completion.
- 9 -
The field supervisory force will consist of one (1) Assistant Project Manager
(carrying the rank of Captain), who will be a uniformed officer working a
productive schedule of no less than 40 hours per week, and three (3) Shift
Commanders, each carrying the rank of Lieutenant.
Security Alliance Vice-President William Murphy will serve as the second
contract manager for the City of Miami Beach security project and accordingly
will attend all scheduled Performance Evaluation Meetings.
Authority Levels: Both the President, David Ramirez, and Vice-President,
William Murphy, will be actively involved in the oversight of services provided
under the project. The Vice-President of Security Alliance, William Murphy, will
represent Security Alliance with regards to contractual matters with Miami Beach.
The Director of Operations at Security Alliance, Angel Rosado, will be in regular
communication with the security contract administrator of the City of Miami
Beach and his designees. Mr. Rosado will have full authority to make operational
decisions pursuant to the needs and requests of Miami Beach and the best
interests of Security Alliance.
The Project Manager assigned will be responsible for the day-to-day performance
of services required under the project. The Project Manager will have authority to
make changes and decisions only at the request of City of Miami Beach
management or designated facility managers. For situations requiring a decision
beyond the authority ofthe Project Manager, the Project Manager will involve the
Director of Operations.
The field supervisory force of Security Alliance will provide a constant visible
supervisory presence in the active areas of service. The field supervisors will
have the authority to address deficiencies observed while in the field, and to
initiate disciplinary action against security officers who are failing to meet the
requirements of the City and/or the standards of Security Alliance.
Technical Plan and Project Schedule
The following project schedule addresses, concisely and in chronological order, all of the
critical components of Security Alliance's approach to providing high level services in
accordance with the specifications of the City of Miami Beach Security Services project.
Below, Security Alliance will describe in detail how it proposes to accomplish each
critical task; and provide a timeline for completion of each task, culminating with the
commencement of services under the contract as ofthe City's stated target date.
- 10-
Upon being given Notice to Proceed, or 60 days prior to service inception, whichever is
later, Security Alliance will begin implementation of the following operational and
administrative functions:
Contract Administration
Security Alliance will gather, prepare and submit all required administrative
documentation, to include: proof of insurance, required bonding, copies of all
licenses and permits, and all required City documents and affidavits.
Target Completion Date
45 Days prior to service inception
ODerational SUPDort and LOl!istics
Security Alliance will establish and/or confirm relationships with vendors
providing required equipment and supplies to include motor vehicles, patrol
bicycles, tour patrol management systems, uniforms supplies, and field supplies.
As a current provider of similar services to Miami-Dade County, Security
Alliance has current vendor relationships with suppliers for all operational needs.
Target Completion Date
45 Days prior to service inception
Post Orders PreDaration
Security Alliance will conduct site visits to each service location identified by the
City of Miami Beach. We will make contact with the designated facility manager
and request input for consideration in the preparation of specific post orders for
each facility.
Upon completion of an initial draft of post orders for each location, Security
Alliance will forward for review, to the City's security contract administrator, a
complete set of 1) General Post Orders, 2) Site and Shift Specific Post Orders, and
(3) Emergency Contact information.
After receiving proposed changes, additions or deletions to the draft Post Orders
from the security contract administrator and/or facility managers, Security
Alliance will finalize the working set of Post Orders. A copy of the final Post
Orders for each location will be delivered to the City of Miami Beach, posted on
our proprietary "T.A.B.S." software system online, and delivered to the service
location at the time of service inception.
Target Completion Date
15 Days prior to service inception
- 11 -
Recruitment
Approximately forty (40) days prior to service inception, Security Alliance will
begin its recruiting efforts. It should be understood that recruiting efforts made
too far in advance of service inception would be senseless, as the selected
candidates generally cannot afford (financially) to wait an extended period
without earning wages.
Security Alliance will use all of the standard methods of recruitment, including
newspaper advertising, employment guides, armed forces publications, and word
of mouth for security officer recruitment.
Security Alliance will also select the best candidates from its own state-licensed
security training school, the Protective Security Training Academy (a sister
company). Qualified candidates who excel in the classroom and written test
portions of the training program will be given an opportunity for assignment on
the Miami Beach security project.
Security Alliance will first focus on hiring officers at the higher level (Level 2) of
service. This will allow Security Alliance more time to recruit from the limited
qualified labor pool, and to conduct the necessary background checks and
experience verifications required under the contract.
Those security officers currently providing service for the incumbent contractor to
the City of Miami Beach, who have excelled in the performance of their duties
will be welcome to submit an application to Security Alliance. Upon successful
completion of the application and background process, those officers who meet
the qualifications will receive priority for assignment on the Miami Beach
security project.
Please note that the wage and benefit package (shown below) being offered
by Security Alliance is likely more attractive than that of other proposers for
these services.
Security Officers assigned to the Miami Beach security project will be
compensated in accordance with the following wage and benefits package:
Base \Val!e After 1 Year
Level 1 Security Officers $10.00 per hour $10.25 per hour
Level 2 Security Officers $11.00 per hour $11.25 per hour
Field Supervisors $13.00 per hour $13.50 per hour
Lead Supervisor $15.00 per hour $15.50 per hour
- 12 -
· One week vacation after each year of service
· Five paid Holidays at time and one-half
· HMO Health Insurance *
· Annual Holiday Bonus (employees with more than 1 year of
service)
· Employee of the Month program
· Employee ofthe Year program
NOTE: The wage levels shown above exceed the requirements of the Living
Wage ordinance, and do not include a health insurance plan for the security
officers. If a majority of the security officers providing service under the City
project prefer to have a reduced wage and health insurance, Security Alliance
reserves the right to reduce the wage levels shown above by an amount equal to
the Living Wage health insurance differential, and to purchase on behalf of the
security officers, a health insurance (HMO) plan costing no less than that amount.
Security Alliance is confident that the wage and benefit package it will offer to
candidates for service under the Miami Beach security project, will allow it to
recruit and hire the most qualified, competent and diligent security officers at
each level of service.
Target Completion Date
15 Days prior to service inception
Screeninl!
Through its Investigative Division, Security Alliance will conduct a
comprehensive pre-employment background check on each candidate for
assignment to the Miami Beach security project, to include:
· Criminal History (FDLE)
· Employment History Verification
· Military Servicel Nature of Discharge verification
· Security License ("D" & "G") verification
· Driver's License Check (5 Year History)
· Pre-Employment Drug Screen (Florida Drug-Free Workplace)
· Pre-Employment Polygraph
· Personal Reference Checks
· Proof of Work Authorization
Security Alliance will prepare and provide, to the City's security contract
administrator, a personnel file on each assigned security officer to document all of
the above, and other post-selection items (e.g. Training documentation).
Target Completion Date
15 Days prior to service inception
- 13 -
Uniforminl! & Appearance
Security Alliance is acutely aware of the importance of professional appearance
for its security officers and accordingly stresses that importance to all uniformed
personnel.
For the Miami Beach security project, Security Alliance personnel will wear black
trousers with a tan stripe, and matching tan security shirts. Officers will wear a
name tag over the right pocket of the uniform shirt, and will display their state-
issued security license(s) and Company ill over the left pocket.
Security Alliance personnel assigned to City Hall and the Bass Museum will wear
soft-look uniform consisting of a Navy Blazer, grey trousers, and a conservative
tie. The Blazer will bear the Security Alliance insignia over the left breast.
Upon request by the City, Security Alliance will modify the uniform or add
patches (logos) identifying the security officers as working for the City of Miami
Beach.
All officers will be issued high gloss uniform duty belts with four (4) sets of
keepers, and matching holsters, handcuff cases, and equipment holders, as
needed. Security Alliance will also provide appropriate uniform shoes for each
officer (at the officer's expense).
Bicycle patrol officers will wear professional bicycle patrol uniform gear
consisting of uniform shorts, polo shirts with security markings, and appropriate
shoes.
Uniforms will be issued, in accordance with the following schedule:
Uniform Trousers
Uniform Shirts
High Gloss Duty Belt
Keepers
Heavy Jacket
Raincoat
Company Identification Card
3
5
1
4
1
1
1
Field supervisory personnel for Security Alliance will maintain (in their patrol
vehicle) a supply of surplus uniform equipment, including rain gear and traffic
vests for distribution to field security officers, as needed.
Target Completion Date
10 Days prior to service inception
- 14 -
Scheduline
For the Miami Beach security project, security schedules for each service location
will be entered into our proprietary "T.A.B.S." web-based scheduling and
timekeeping system no later than ten (10) days prior to the start of service.
Upon the entering of all service schedules into the "T.A.B.S." system, Security
Alliance will provide the City of Miami Beach security contract administrators
with usernames and passwords, allowing them "anytime" access to our service
schedules twenty-four (24) hours per day, seven (7) days per week, year round.
Security officers will receive their recurring work schedules on a weekly basis,
and permanent schedules will be posted at each service location. As changes
occur in the permanent schedule, adjustments will be made and new schedules
printed out and delivered to the service location. Security Alliance field
supervisory personnel will maintain a hard copy of the current master schedule,
and will make the same available to the City's security contract administrator,
upon request.
Security officer schedules will normally be eight (8) to twelve (12) hour shifts,
with exceptions at service locations with irregular service schedules. No officer
will be allowed to more than twelve (12) consecutive hours, or more than twelve
(12) hours in any twenty-four (24) hour period.
Every effort will be made to match security officers to work schedules which best
suit their personal needs and desires. However, all officers will be expected to
provide some level of flexibility and a willingness to cooperate with necessary
schedule adjustments, or additional service needs.
Target Completion Date
10 Days prior to service inception
Trainine
Training for the project will be conducted in two phases. The first phase will take
place at our own state-licensed security training school overseen by our Training
Coordinator, James Fernandez.
The second phase of training, the site specific training, will take place at each
officer's assigned service location.
Included in the training program for the Miami Beach project is our Security
Alliance orientation, in which each officer will be informed of the policies and
procedures established for all employees of Security Alliance. During this
orientation program, each officer will be provided with, and review, the Security
- 15 -
Alliance Employee Handbook (attached in the rear of this proposal), detailing
important information about working for Security Alliance.
The training will be conducted in accordance with the training outline
immediately following this section.
Target Completion Date
3 Days prior to service inception
Emereencv Plannine
Procedures for reporting and responding to emergencies will be prepared prior to
going operational. Points of contact will be set up between Security Alliance
assigned security personnel, and all designated Miami Beach personnel. A set of
general orders and site specific post orders will be provided on site for each post
at Miami Beach and would require all security personnel to be well versed on
policies, procedures and emergency contingencies. In addition, Security Alliance
will prepare a thorough and comprehensive Emergency Contingency Plan
detailing what actions Security Alliance will take in the event of a disaster or in
preparation for a catastrophic event. This Plan will be prepared with the support
of administrators from the City of Miami Beach in an effort to coordinate
resources in an efficient manner.
Target Completion Date
3 Days prior to service inception
Quality Control
For the Miami Beach security project, Security Alliance will utilize a seven-tiered
approach to Quality Control.
1) For major service locations under the Miami Beach security project, each shift,
twenty-four (24) hours per day, will have a Shift Supervisor, carrying the rank of
Sergeant, to ensure the diligent performance of duties by all active personnel at the
location, and to make base level operational decisions regarding day-to-day functions at
their City service location.
2) Also for major service locations, Security Alliance will assign a Site Supervisor who
will work a minimum of 40 hours per week at their service location. The Site
Supervisor will act as the primary liaison for the facility manager for that location with
regards to operational issues. The Site Supervisor will be available by telephone twenty-
four (24) hours per day, seven (7) days per week to respond, as needed.
- 16 -
3) Depending on the level of activity, Security Alliance will deploy one (1) or two (2)
field supervisors on duty, twenty-four hours per day, seven (7) days per week
conducting unannounced inspections of field officers at all of our City service locations.
During these random, unscheduled visits, the field supervisor will personally inspect our
security officers for: 1) uniform appearance, 2) disposition, 3) knowledge of their
post orders, and 4) diligence in the performance of their duties. The field supervisors
will check each officer's required paperwork (activity logs, incident reports, visitor logs)
on every visit and will correct any deficiencies prior to leaving the service location.
4) The Miami Beach security project will be managed by our Project Manager, Mr.
Miguel de la Paz. Mr. de la Paz is a former United States Marine, and former law
enforcement officer, who now has over five (5) years experience in the supervision and
management of security forces. Mr. de la Paz will visit each facility in the Sector of
award on a weekly basis to make face-to-face contact with the facility manager and/or
his designee. Mr. de la Paz will be ultimately responsible for the selection of pcrsonnel
for County facilities, the coordination of training of all assigned personnel, the weekly
scheduling of all service needs, and the counseling and discipline of officers who have
failed to meet expectations.
5) The Director of Operations for Security Alliance, Mr. Angel Rosado, brings over
fifteen (15) years experience in the management and supervision of security guard
services to the Miami Beach security project. Mr. Rosado will conduct high-Ievcl
trouble-shooting at City service locations and will be available upon request to mcet
with City of Miami Beach contract administrators or facility managers about opcrational
Issues.
6) Both the Vice-President, William Murphy, and the President David Ramirez will be
actively involved in the management of services to Miami
Beach. Both will visit the sites on a monthly basis to assess first-hand the level of
service being provided to the City. Mr. Murphy will be the primary contact for
contractual issues regarding the service to Miami Beach.
7) Security Alliance also maintains a Quality Control Audit program managed by
Ranier Gonzalez who reports directly to both William Murphy and David Ramirez. This
independent audit program was designed to focus on ascertaining weaknesses in our
operations and subsequently providing sound solutions that will have a favorable impact
in the way Security Alliance provides services to Miami Beach.
All of the supervisors and management listed above are on-call at all times, and will be
available to respond to any service location twenty-four (24) hours per day, seven (7)
days per week. Security Alliance maintains a twenty- four (24) hour dispatch center in
our Doral operations office.
Security Alliance project management and supervisory personncl will review, on a
weekly basis, the results of the Deggy patrol tour management system rounds, as
required at security patrol locations. Patrol tour reports will be downloaded daily and
- 17 -
printed out weekly for presentation to the City of Miami Beach security contract
administrator. Exception reports and special reports, including the street/park lighting
reports, will be printed out daily and presented to the designated City personnel within
48 hours of any "light out" occurrence.
If performance deficiencies are detected, whether by City contract administrators,
facility management personnel, or by our own Quality Control efforts, Security Alliance
will react quickly and definitively to resolve the issue.
Security officers who have failed to meet the expectations of the City or the standards of
Security Alliance will be counseled and disciplined in accordance with our three step
policy. On a first offense, an officer will be verbally reprimanded and advised of the
consequences of future deficiencies. On a second offense, an officer can expect to
receive a written reprimand and probable suspension, with duration of the suspension
matching the seriousness of the offense. On a third offense, a security officer will be
terminated from his/her employment with Security Alliance. Of course, Security
Alliance reserves the right to bypass one or all of these steps in reacting to more
egregious deficiencies, resulting in immediate suspension or termination.
Deficiencies such as equipment or supplies issues will be dealt with quickly by our field
supervisory personnel. Security Alliance field supervisors will be traveling with a
surplus of contractually required equipment and supplies (e.g. radios, log books,
flashlights, etc.) enabling Security Alliance to react to such issues within 30 (30)
minutes of notification.
On a quarterly basis, Security Alliance will compile and present a statistical summary
and analysis of security incidents from the previous three months.
The Project Manager assigned by Security Alliance to the Miami Beach security project
will meet with the assigned representative from the City on a weekly basis, or as
requested, to discuss operational issues.
Security Alliance supervisors, Project Manager, Director of Operations, Vice-President
and President will all be available to meet with representatives of the City upon request,
to discuss operational or contractual matters.
Communications and Technology
Communications
For the Miami Beach security project, Security Alliance will use a combination of
FCC approved two-way radios, land-line telephones, land-line facsimile, e-mail,
and cellular telephones for communications.
- 18 -
Our twenty-four (24) hour dispatch center will be equipped with a base radio
station on our assigned frequency, a handheld radio (as a backup), four (4)
incoming telephone voice lines, and one (1) incoming telephone facsimile line.
Security Alliance has always understood the importance of business continuity.
Subsequent to a catastrophic event, having constant communications allows us the
ability to direct security officers and supervisory staff to key service locations,
react to client concerns, and manage our operations from one central location.
Accordingly, Security Alliance's dispatch center will have an alternative power
backup system in the event of total power loss due to an emergency. The power
generator will provide electricity to key components in our dispatch center, (i.e.,
two-way radio system, telephones, facsimile, cellular phones, etc.) Furthemlore,
Security Alliance will have a communication redundancy program whereas we
will have additional radios and cellular phones with various service providers to
ensure the integrity of our communications.
Our twenty-four (24) hour dispatch center will be staffed at all times by trained
dispatch personnel who will monitor all radio, land-line and facsimile
communications. The on-duty Security Alliance dispatcher will serve as the focal
point for all operational communications, and the first line liaison for interaction
with the security contract administrator and City facility managers.
Every officer on duty on the Miami Beach security project will carry a two-way
radio to enable constant communications with each other, Security Alliance
supervisors and our 24-Hour dispatch Center.
The FCC approved two-way radio system will have sufficient signal strength to
enable clear and consistent communications throughout Miami Beach, without
interference or interruption. Security Alliance will maintain enough radios to
provide timely (within 2 hours) replacement of any non-working radios at
contract assignments.
Security Alliance project managers and supervisors will carry both a handheld
radio and a cellular telephone, equipped with Blackberry technology to enable
both verbal and written (email) communications.
All Security Alliance officers are required to call on and off duty to our 24-Hour
Dispatch center. In the event that a regularly scheduled officer does not report for
duty, Security Alliance will recognize and react immediately to the opening. All
officers working for Security Alliance are required to call on duty to our 24 hour
dispatch, at the beginning of their work shift. The dispatcher for Security
Alliance is required to monitor a computer-generated chronological schedule,
showing each officer scheduled to arrive, and their starting time.
If an officer has failed to call on duty at their scheduled starting time, the Security
Alliance dispatcher follows an established protocol to find resolution. The
- 19 -
dispatcher will first attempt to contact the scheduled officer at hislher home or
cellular telephone number. If contact is made, then the dispatcher will inquire as
to their status, and their anticipated arrival time for duty. If no contact can be
made, then the dispatcher will immediately dispatch the nearest Security Alliance
supervisor to the location of need. The supervisor will go directly to the location
of need, and will work the post until such time as a trained replacement has
arrived for duty.
In situations where the oncoming officer is relieving another security officer, the
off-going officer can not leave the post, until such time as they are properly
relieved.
Security Officers assigned to the Miami Beach security project will make contact
with the Security Alliance office at the beginning and end of each work shift.
During the late night and early morning hours, the Security Alliance dispatchers
and supervisors will make regular contact (roll call) with the security officers on
duty to ensure the alert performance of duties.
Security Alliance will provide one (1) two-way radio programmed to its
frequency to the City of Miami Beach security contract administrator, and other
radios to City personnel, as requested, at no additional cost.
All of the communications equipment described above will be III place and
operational no less than five (5) days prior to service inception.
Technolol!v
In addition to the use of our proprietary "TABS" system mentioned above,
Security Alliance proposes to implement a few other security technologies in its
operations for Miami Beach.
For each service location requiring a patrol presence, Security Alliance will
provide, at no cost to the City, a Deggy (equivalent of Detex) system for patrol
tour management. The Deggy technology is a computer driven, touch-probe
technology that will allow Security Alliance to document its officer(s)'
movements throughout their work shift. In using Deggy, the security officer
carries a Deggy "Pen" with him/her and while on routine patrols, touches the
"Pen" to strategically located Deggy buttons. Security Alliance will coordinate
with designated representatives from the City of Miami Beach Police Department
to identify the locations for each Deggy button.
As each button is touched by a Deggy wand carried by patrol officers, the
information is date and time stamped, and is stored in the "Pen" until such time as
- 20-
the information is downloaded using the Deggy downloader hardware and system
software.
Security Alliance will download the information daily, and print out the
information weekly. Deggy reports for designated patrol locations will
accompany the Security Alliance invoices for those services. If for any reason,
Security Alliance patrol officers were unable to make the required patrol rounds,
then documentation of the reasons for any patrol gaps will accompany the reports.
Where appropriate and useful, the benefits of the Deggy system will be expanded
to the use of maintenance reports, lighting reports, unsecured door reports and
other features.
Security Alliance will also deploy the use of Global Positioning System (GPS)
devices in its supervisory and patrol vehicles. In deploying the GPS systems in
our patrol vehicles, Security Alliance can monitor and improve the productivity of
supervisors and patrol officers, and can enable our dispatch center to quickly
dispatch the nearest available supervisor to any location of need.
Security Alliance project managers and shift commanders (lead supervisors) on
the Miami Beach project will carry cellular telephones with the Blackberry
software installed, enabling the capability for written communications when
appropriate. GSA Security Management and service location facility
management personnel from the County will be provided with the email and cell
phone contact information.
Financial Systems and Processes
Security Alliance takes fiscal responsibility extremely seriously and has invested a
tremendous amount of time effort and money to make sure billing to all of its clients and
payment to their employees is accurate.
TABS (Time And Billing System)
Our internally developed proprietary time and billing software (TABS), is a full
security scheduling/payroll and management software system that is a fully secure
web based application. Provisions have been made in this system to allow access
by company management, account managers, dispatch and even clients through a
standard web browser. We believe that all clients, both public and private, desire
to work with entities that are very transparent and are willing to share data openly
and on a secure basis. ALL SCHEDULEIBILLING DATA IS DOvVN
LOADABLE FROM THE TABS SYSTEM TO EXCEL FOR FINANCIAL
ANALYSIS.
- 21 -
The TABS system is now available for your perusal, the data for Sector lB, the
current Miami-Dade sector that Security Alliance servicing is available and
currently being accessed by GSA management. As the data contained in this
system is sensitive data, we recommend requesting permission to view it if
desired. A user manual has been included and has been attached immediately
following this section.
THE WEEKLY PROCESS
Our cycle of scheduling, reporting of hours for payroll and billing completes once
every week, the schedules begin on Monday at 12:00 AM and end on Sunday at
11:59 PM.
Schedules are prepared on Friday before the beginning of the week by the project
coordinator. All schedules and sign-in sheets (see attachment immediately
following this section) are then printed out one week in advance by each post.
Sign in sheets contain the officer's name, time in and time out by post and shift.
The sign in sheets are then delivered before the beginning of the week to each
post by the roving supervisors
Sign in sheets are the source documents that would substantiate our hours
provided under this RFP.
When the week begins, our dispatch center prints out the "Dispatch Log" (see
attachment) for the day. Each officer that begins work, must call our dispatch
center upon arriving on post. The dispatcher signs each officer in at the beginning
of every shift and out at the end of every shift. Exceptions are noted and schedule
data in TABS is adjusted to reflect accurate billing and payroll information.
The Dispatch Log from TABS is a secondary document that is verified by the
dispatch supervisor against the sign in sheets on a daily basis to make sure that
officers that did not show or may have showed up late, left early or left late are
accurately billed and paid. Changes are made to the system as each day passes.
BILLING AND PAYROLL PROCESS
On Monday morning, after the week ends, all location and post time data in
TABS to be billed is reviewed by the financial controller and proposed hours to
bill are compared to the weekly scheduled hours for each. Exceptions are
investigated and corrections required are made. The Chief Financial
Officer/Owner as part of billing and payroll controls compiles and prepares the
billing for all clients. This process is automated so the CFO has the ability to
complete this task. All activity is exported from TABS for each post and is
imported into Excel for billing purposes. Excel is utilized due to the specific
requirements that Miami Beach has for invoice appearance*. All billing rates,
- 22-
index codes, post levels, bill rates and pay rates are maintained in Excel to be
joined with TABS hourly data. The standard weekly hours for each location are
compared to the actual to be billed and variances are investigated. Differences
between billed hours and payroll hours are closely monitored through the weekly
flash report and variances are investigated.
Separately, summarized invoices are placed into the Peach Tree accounting
system and there, invoices received and paid by the County are aged and relieved
as payments are received. Each payment variance is investigated and corrections
are made by the financial controller and signed off on by the CFO. Credits or
adjusted invoices are prepared and sent to the client for payment or credit.
Officers are paid through the Compupay payroll system, all hours are entered by
the payroll administrator into the Compupay payroll system, total hours and pay
are reviewed for each officer by the financial controller from the Compupay
system to the TABS system. An electronic link for this function is in
development and should be operational by the third quarter of 2006.
This system has been operational for over 12 months on the company's current
Miami Beach contract with a minimal number of exceptions occurring during that
period.
* - If awarded a long term contract under this RFP, the company will build a
customized billing module for the TABS system with the City required
parameters.
Compliance with Requirements
The plan submitted herein by Security Alliance, and subsequent operations under this
project, will meet, without exception, the technical requirements described in RFP 34-
05/06.
- 23 -
TRAINING/SAFETY PLAN OUTLINE
For the project with the City of Miami Beach, Security Alliance will develop a special
training program that can address the various security needs ofthe City.
All security officers assigned for duty by Security Alliance will have completed Florida's
mandated security training course (Class 'D') for licensure as a security officer. In
addition to the state mandated training, Security Alliance, LLC provides advanced
security training through its subsidiary, Protective Security Training Academy, for each
officer to include lessons on the following topics:
. Customer Service/Public Relations . Crisis Prevention/Intervention
. Terrorism Awareness . Access Control
. Legal Issues in Security . Patrol Techniques
. Fire Response Procedures . Report Writing Skills
. Emergency Response . Communications
In addition to the above, all candidates for assignment on the City of Miami Beach
project will complete a project-specific training program. This program will include a
core group of topics (listed immediately below) and some site specific instruction with a
focus on the unique requirements of the different types of service to be provided.
The customer service/public relations component of the project-specific program will
provide training in an effort to meet the City's "Service Excellence" standards. Other
components of the project-specific training are:
Public RelationslCustomer Service
Appearance Standards
Radio Codes and Communications Procedures
Report Writing
Recognizing Safety Issues
The final piece will be site training at the service location of assignment, prior to being
assigned for productive hours. Depending on the complexity of the duties and functions
for the post, the Site Training component will be between eight (8) and (40) hours. Upon
successful completion of the on-the-job training of that specific post, the officer will be
certified to work on that post.
- 24-
Below, Security Alliance has identified the various service requirements for the City of
Miami Beach project, and the specialized training components to be provided for each:
Parking Department Duties
. CMB Policies and Procedures
. Traffic Control
. Screening Procedures
. Deggy Scanning Procedures
· Criminal and Civil Liability
. Homeless Contact
· Emergency Procedures
Bicycle Patrol Duties
· Bicycle Patrol Certification (20 Hour course)
. CMB Policies and Procedures
. Deggy Scanning Procedures
· Criminal and Civil Liability
· Crowd Control Techniques
. Use of Force and Basic Self-Defense
· Homeless Contact
· Emergency Procedures
City Hall and Bass Museum Duties
· CMB Policies and Procedures
. Criminal and Civil Liability
· Emergency Procedures
Parks and Golf Course Duties
· CMB Policies and Procedures
· Deggy Scanning Procedures
· Criminal and Civil Liability
· Use of Force and Basic Self-Defense
· Crowd Control Techniques
· Emergency Procedures
- 25 -
Residential Gates Duties
· CMB Policies and Procedures
· Criminal and Civil Liability
· Emergency Procedures
Supervisor Training
Site and field supervisors for Security Alliance will receive specialized training
programs specific to the environment of service or the needs of the City. These
programs may include:
· First Aid (Certification Course)
· CPR (Certification Course)
. Life Safety Systems
. Defensive Driving
· Investigative Techniques
Security Alliance has all the necessary trammg resources in its own state-licensed
security training academy known as Protective Services Training Academy. Through our
Training Coordinator, James Fernandez, and his team of security instructors, Security
Alliance is prepared to train its personnel to meet any customer needs.
Safety Program
It is the responsibility of all Security Alliance personnel to not only provide services that
enhance the safety of the persons and facilities they serve, but to do so in a safe marmer.
Security Alliance recognizes the importance of operating with safety in mind, and
addresses the importance in our Employee Handbook.
Security Alliance has a Safety Bonus program that rewards all officer working at a
location that remains free of safety problems for a quarter (three month). If there is a
single safety incident for the quarter at a location, then all officers on that location "team"
will not receive the quarterly bonus.
- 26 -
PROJECT EQUIPMENT NEEDS
Security Alliance has studied the requirements for the City of Miami Beach security
services project and estimates the following needs for the successful operation of the
project:
Manpower Needs
1 Dedicated Project Manager
6 Dedicated Supervisory Personnel
100 Security Officers consisting of 80 full-time and 20 part-time
officers. Security Alliance estimates that approximately 60% of
the project work force will come from its current work force and
new hires, while approximately 40% will come from the current
work force of the incumbent contractor.
Equipment Needs
Marked Security Patrol Vehicles
2
Two-Way Radios
30
Cellular Telephones
2
Security Patrol Bicycles
18
Deggy Scanner Wands
20
Flashlights
40
Uniform Sets (inclusive)
125
Desktop Computer (for Miami Beach office)
1
Fax Machine (for Miami Beach office)
1
Office and Field Supplies
As needed
- 27 -
FINANCIAL CAPABILITY
****** See Attached Financial Statements ******
- 28 -
SUl'iThUST
Commercial Note
Borrower:
C:8orro',....sr Address:
Security Ailiance of Florida, LLC
9350 South Dixie Highway
Date: June 08, 2005
P:~t~G~':;:: ~ 5
Loan ,A,mount:
ACC8U:;t N~,:
Miami. FL 33156
Five Hundred Thousand Dollars anc no cents (S500.000.01))
40444167 NO[,3 No.: 26
Officer: Juan J Duarte, 12836
ror \c'::,:8 rectl'/sd, the borrower(sj named auov€::, whether one or more, (the "Borrower'), jcintly and se'ieraiiy prJii1ise ;0 ':.ay cO l:;-::
order or Sun Trust Bank, a Georgia banking corporation ("SunTrust") at an;, of its offices, or at such place as SunTruc:;: me:; i:1 '//riti~g
designate. without offset in U,S. OcHar,,; and in immediately available funds, the Loan )l,mount shown above, or the total of a:! amounts
advanced under this No!e if less than the full Loan Amount is advanced, plus interest and 8:1'1 other 2:rr:ounts cL:e, upon the te,Ii1S
.~~>3t:iR2C telc\'i.
Loan T)l1=e: Re%iving Master Borro'vving Loan
~apayrr.ellL Terms: This is an cpen end revol'ling !ine of c~edir. Ecrro'Ner m3Y borrcw an aggregate prirlq:ai arrCL.:nt up [:) trs- L.:::F.:1
,~mount outst3nding at anyone time, Principal is due at m2turity, but the Borrower shall be lieoie :or c~:y so
niuch or the Loa" Amount shown ebove 23 shail be equ;;:1 to th.s- total amclJnt p.cvaiicec ,0 the 9orr::lwer ci
SunTrust from time to time, less all payments made by or for tlie Borrower and applied by SunTrust to principal,
plus interest on each such advance, and any other amounts due. Advances under this Note shall be recorded
and maintained by SunTrust in its intemal records and such records shall be conclusive of the principal ar.d
interest owed by Borrower unless there is a material error in such records. Accrued interest will be payable on
the 21st day of each month beginning on July 21, 2005, with all accrued unpaid interest due and ,::ayable on the
maturity date. This Master Borrowing arrangement wiil terminate on June 08, 2006 (the maturity date) ur-:less an
aiternative termination date is indicated in the ,A,greemem, as derined below.
Additional Terms And Conditions
~.. -,is Note is subject to and governed by additional terms and conditions contained in a(n) Agreement to Commercial Note betNeen the
Jrrower and SunTrust dated June oe, 2005 and any modifications, renewals, extensions or replacements thereof (the "Agreement"). In
-.- the e'/ent of a conflict between any term or condition contained in this Note and in the Agreement. such term cr cor,dition or ;he
Agreement shall control.
Interest
Interest will aCCiUe on an actual/360 basis (on the actual number of days elapsed over a year of 360 days). Interest sr.al/ 2ccrue frcr.:
the date of disbursement cn the unpaid balance and shall continue to accrue until this Note is paid in full.
This is a variable rate transaction. The interest rate is prospectively subject to increase or decrease without prior notice.
Subject to the above, interest per annum payable on this Note (the "Rate") shall be a variable rate based on the following Index:
The Prime Rate as established from time to time by SunTrust Bank. The SunTrust Prime Rate is a reference for fixing the lending rate
for commercial loans and does not necessarily represent the lowest rate of interest charged for commercial borrowings. The SunTrust
Prime Rate is subject to increase or decrease at the sole option of Sun Trust.
The Rate shall be equal to the Index plus 0.00% per annum. Adjustments to the Rate shall be effective as of the date the Index
changes. The Rate shall not exceed any maximum interest rate permitted by applicable law.
Renewal
This Note represents a renewal and/or amendment of note number 4044416726 dated or last renewed or extended as of October 21,
2004 executed by Borrower and does not, and is not intended to, constitute a novation of any of the indebtedness evidenced by such
note.
Collateral
Unless otherwise agreed in writing, any collateral pledged to SunTrust to secure any of the Existing or future liabilities of the BoriOwer io
SunTrust shall also secure this Note. To the extent permitted by law, the Borrower grants to SunTrust a security interest in and" lien
upon all deposits and investments maintained by the Borrower with SunTr.Jst and any affilic;es thereof.
Collateral for this Note includes, but is not limited to, the following:
,!.,iI ccllatera! 'Nh:c~ secures the original ncte continues to secure this note as renewsd.
:" c,it:-,e fO~f~oir,g SeC~,r':: is re'"r:ed k c.~/!e'':~;'!e;j' 3S t~8 -CCi!::::2:3:", 1)"255 ci'ler;,;~e 2::::':: ie, ,/,<f.:
,.'.:: I
.~:.::r.
-', .~lfi€r':.
;', = Cei;::',;;:,,' is 52C'I.:,.;[" i
Sl.:-;-(..:~I..,: v'~'~
r2/;~~2:;"'~ ::/ r .::) t':;:~,-~" -: ."'l.~ {-.: .1 '_;~~~2i i;:=~'.:":,,,, (i;"'1:I~".,~'j:::".... (';L~"';...!~:::..~ .:':".~ __ __
"" t!,
. :.~ ,.., )r.~:f" '. .
;.",i.
'::;II:I~i; i~I'~ (, ,
,~I;i )~i! ~~:!: L ~'
'~~:i! Nd ~~I!i hi h: r ~fi iw~ '
:~;~;~ ~{!j: ~~;!: ~i'i ~~!l~ !;!:~ ~,;; 1::
'('; iill;, ~;'" !~!I: ~F;jC 'E" ~'i'"
~ :J:' r...;! t~~:! ~~l:; idWE !!::~~ :L'; i.:
and several, Inc~uding any extensions, rr:cdific<lticns o~ renewals, Tiie proceeds of anj Ccllateral onay be applied against the liabilities
of the Borrower to SunTiUst in such oreer as SunTrust ceerrs prc::;ar.
Loan Purpose And Upcated Financial Information Rac;uired
The Eorro....,..-s. \"\;:;rjarl~5 end reprc~',ent5 that the Ivan eVic.:dnced tty this Note is Dcl:1g mad~ scfely for the Pt1ij:;OS6 cf ac~ujiij;g cr
C-, 'arrvinq en a b...sinsss. prGfE::5,o,,'Jnal or comn',ercial activit,! G,' aCL;uirinq real or ;:;~iSOi1a: ;;rcpert'l as <"il investrr:ent (other, than a
ersonal investment) or for carrying on an investment activity (ether than a personal investment activity). The Borrower agrees to
provide to SunTrust updated rinancial informatien, includir,g, but nct limited to, tax returns and current financial statements in fonn
satisfactorj to SunTrust, as well as additional information. reports or schedules (financial or other.vise), all as SunTrust may from time
to time request.
Representations and Warranties
This Note has teen cuiy executed and delivered by Borrower, constitL:es Borrower's voiid and leg2!ll binding otiigations and is
enforceable in 2ccordan,:e '1,'ith its terms against Borrower. The execution, delivery and performance of thiS Note and the
consummation of the transaction contemplated will not, with or without the giving of notice or the lapse of time, (a) violate any meterial
law applicable to Borrower, (b) violate any judgment, writ, injunction or order of any court or governmental bcdy or officer applicable to
Borrower, (c) violate or result in the breach of any material agreement to which Borrower is a party nor (d) as applicable, violate any
charter, bj!a','.'s. oper::Jtlng 2.greement, partnership agreement or any ether agreement by .'1hich BoriO'I,,,r is bound, No consent.
approval, license, permit or other authorization of any third party or any govemmental body or cfTicer is required for the valid and la\',"Tul
execution and delivery of this Note.
Default. Acceleration And Setoff
.A.s used hereir. "i" term "Obligor" shall individuc:ily and c011ectivelj refer tc :ha E(jrro....e~ 3:j any parsen :.:r entity ma: is p..in~",rily c.
3econdarily Haole en this Note and any person or entity that has conveyed or may hereafter ccri'/ey any secur-;iy intersst or Fen t,)
SunTrust in an:: rsa! or personal property to secure payme~t of this ~Jo,e. An "evem of dcfaul;" shail occur hereunder upon :h2
occurrence of anyone or more of the following eVEntS or ccndiiions:
(a) the failure by any Obligor to pay when due, whether by acceleration or otherwise, any amounts owed under this Note;
(b) the occurrance of any event of default under any agreement or loan document execl1ted in conjl..:ncticn with this Note or the
failure of any Obligor to perform any covenant, promise or obligation contained in this Note or any other agreement to which any
Obligor and SunTrus~ are parties;
(c) the breach of any of any Obligor's representations oi.'larranties contained in this Note or ar,y other agreemer.t with SunTrust;
(d) the failure of any Obligor to pay when due any amount owed to any creditor other than SunTrust under a written agreement
calling for the payment of money;
(e) the death, declaration of incompetency, dissolution, liquidation, merger, consolidation, temination or suspension of usual
business of any Obligor;
(f) any person or entity, or any group of related persens or entities. shall have or obtain legal or beneficial ownership of a majority of
the outstanding voting securities or rights of any Obligor that is not a natural person, other than any person or entity, or any
group of related persons or entities that has such majority ownership as of the date of this Note;
(g) the insolvency or inability to pay debts as they mature of any Obligor, the application for the appointment of a receiver for any
Obligor, the filing of a petition or the commencement of a proceeding by or against an:, Obligor under any provision of any
applicable Bankruptcy Code or other insolvency law, or statute, or any assignment for the benefit of creditors by or against any
Obligor;
(h) the entry of a judgment or the issuance or service of any attachment, levy or gamishment against any Obligor or the property of
any Obligor or the repossession or seizure of property of any Obligor;
(i) a determination by SunTrust that a material adverse change in the financial condition of any Obligor has occurred since the date
of this Note;
0) any Obligor commits fraud or makes a material misrepresentation at any time in connection with this Note or any Collateral;
(k) any deterioration or impairment of the Collateral or any decline or depreciation in the value of the Collateral which causes the
Collateral in the judgment of SunTrust to become unsatisfactory as to character or value;
(I) the sale or transfer by any Obligor of all or substantially all of such Obligor's assets other than in the ordinary course of business;
or
(m) any other act or circumstances leading SunTrust to deem itself insecure.
If an event of default occurs, or in the event of non-payment of this Note in full at maturity, the entire unpaid ba!anca cfthis Note shall,
at the option of SunTrust, become immediately due and payable, without notice or demand and no future advances will be permitted.
The entire unpaid balance of this Note shall automatically become immediately due and payable without notice or demand upon the
occurrence of an event of dafedt under section g above, U;:,cn the occurrence of an event of defa~!', S:..:nTrust. at its opton, may
charge interest on tre unpaid balance of this Note at the lesser of (i) the Rate plus 4.000/0 per annvm or (Ii) the maximum rate allowed
by law (the "Default Rate") until paid in full. To the extent permitted by law, upon default SunTrust will have the right. in addition to all
c:he, remedies permitted by law, to set eff the a;nount CUi.': under this Note cr due ur',(lsr 2".,/ ctl-,sr obligation :0 S JnTi'~sl, agair-s! ar;;
": - j c.: I: c:~(:curt:::: I \rvt:~th~r c~ecki;::J or s a'./ij.';'S c- -:- Q~rf~ -..,~,; ::<; 1'::-2.-1:'. '" ~. 'l~ 2: I S 1.-:: '~~'.S t. -....;~ '3 C'r (;';-.~.:-- ~.~:: ~::'":~,'''' C" r ~~~ p~ .-:_" c~ ?: ~/ ;-';qt.:'-~
',;~;:':""/'='=-O"1C,:~,,=<;~\':;~L f::::b G....~j~_':.,.;~t-.:r...._-.c._.;: ....~. t". :'f'~l '.l:.t,'~ .......;.::;i, _I' "j:~ \ : "~.('. _
,-','l't r"
., L . C"'~ ,:/::::
, C"
~. ,! -:. "'. ~ r.' .~.:
. :.. l,-:::! .;-
due. Unless prchibited by ap;J:!-::able law, tho:: Bcrro'Ner agrees to pay t'18 fee estcbli::;hec by S'inTrust fror.1 tir;;e to t;rr.e Ycr returned
checks if a oe'lmen! is i:"2Co; c'n this Note '-",Itn a c~ec:< and tr~ c:-,Eck is cisr,C-'Cr3G for any reascn after the se:cnc prssent~(;ni. Iii
addition te any other amounts owed under the terms of this Note, the Borrower agrees to pay mese fees and enargcS disclosed In the
R~:ached Dlsbursemen:s :;nd r:hArges: Sumrr",~/ whiC';h is incor!1~rated in this Nete by reference and. as cer.nitted by 80plicable law. th8
,.- :::;0rrower agrees to f.AY the fn,'owi'lg: (a) all e:q:'Onses, inc!udirlg, without lirr,i!,?~i~n. any a~d ,,'I costs incurred ijY S~JI!Trust rF.iated tn
( ~!oUlI, cll COLifl cost& ana out-Ci-poCKei cOllec,I';n ",;(penses an.:: artorneys ;2,,;;;. ''', iciflel tii.;i, Lt:: jl '-'Uhoi;l '-I ,'i"':,. ;1,_"", <:::..: ;1; t,;ul;ecr;rl~
, chis [':-:t2: (b) a:i costs incurred in evaluating, prescriin~ or c:s~osir.g cf any Cc:!aceral granted 2S secwity for the paYr.1'~nt of :!":is Note.
:r-:c!uding the cost of any 2uclitS. a;:;praisals, appraisal updates, reappraisals or environmental ins~ect:ons which SunTrust from time tc
'ir;'le:n :'s se!a d:screi:on may dee~ necessary; (c) any premiums f0r prccen'j irsuiance purchased on behalf cf !t-", B\J"OIf,~r or In
behalf of the o'Nner(s) of any Collateral pursuant to any security instrument relating to any Collaterai: and (0) an! expenses or costs
incured in defending any claim arising out of the execut:,']n of this Nota or :h'O oblioation which it e';iC:lnC2s. cr ethersise involving the
':>x;:,lc'irT.2nt bv S;.;~Trust::f c::(;r~2'1S with r250::;:.:t t:) this i'!Ci9 and ~he ct!ic::-::cr,s it e'/iCef'Ces. Tre: Borrowsi 2G~2:; Ie ;:<'1\1 S~G~',
;~OU~tS on d~mand or, at SunTrust's option, ~l.!ch c"'i.oums may be a(~d3d ~to th'~ unpaid baidi':ce of :;~e ~lote 2r:d sr,an 2cc~ue interest
;:,t the stated Rate. Upon ,he occurrence oi an e'/~nt Gf default. or after c-=j~'ar:d ar~d failure to pay if ::'is Note is ~CiY2,:;'a on cemanJ.
,.,t8rest shzil ;:;::;cxe at the [)ef3ult R3:e.
,'::r3p:sym,::nt Pro'lisio~
3crrewer may make a prepayment in any amour.t at any tir:;e without f:en,::::'j.
'Naivers
-.~ 3 .;rrC"v\I:'~:- =an,; e~'-'::1 u~r':~r CbUf1Ci .,-'13i'J~ iJr-=s::r~rl~:lt. ,~dr7!a~d. p.-:tE:st, ~c:::a of pr.::te3~ 2i":G :-::::c!r::-; c~ Gi3r:~r.::~ ::~:;:: .:,~:.;.:: .:~i:
~~u=mu~ior.5. ',,'J~-,s:~ar r,':~es:2'::d or other.Nise, as LO t~e cbijg~::cns e"/ider:~co :y i:his "lote 9.;\: 1,\1=';;\I~ 3:':; ',;isc:-:ar;~ 'J~ .j~-:f~~S'23 :f:~=C
-:r 3ur~!yshic or ;;-rlpBirmen: of Ccl!Citerai or of recourse. Tj;e BOir':';\iVer 2;--;d e:::crt c,~er C.brigo'-lfI/e.!\lS [;;"'1 rign~s t.: i-='_~lli~8 Sun:-t:..;3~ ~~
:r::cE2d 3g.?i:ls~ E;iy o~her C':Ji;cr Gr any Cc!Jat5ial before pr:ceedir,.; a.,;ain.:7. ~re 2c r~C'/lei .J, En:J ,,;f :herr~. ,:, sr::! .')i,h~; "::;:. ;:~:Ci" ar:c
3<;ree that without netice to any OCiigcr ai:d without st'ecting any Obii!:;or's :i38i!ity, SunTrust, at any timC? or t;,i~<:S, maj s;(~r,l
axtensions of the time for payment or other indulgences to any Obliger cr permit the renewal or modification or this t'lote, er pe~it rhe
3ubsritutien, exchanga or release of any Collateral for this Nete and may add or release any Obligor primarily er sec::mcar:ly liat-ie. The
::,:rrower and e3ch other Obliger agree that SunTr:.:st may apply el! monies made 2'lai!able to it from any part,'Jf the proceeds of the
:ispesilion of any CelJateral or by exerr :se of the :ight ar setoff either to tr.e obligations under this Note or 10 sn:l '::lIher ct:i~3tjcr;s cf
on:; Cbiigor to SunTrusI, 2S SunTrust n~ay eject from time to ~i~~e,
Waiver of Jury Trial
TJ-iE BORROWER AND SUNTRUST HEREBY KNOWINGLY, VOLUNTARILY, INTENTIONALLY, AND IRREVCCAEL Y WAIVE, TO
THE FULLEST EXTENT PERMITTED BY APPLICABLE LAW, THE RiGHT EITHER OF THEiIII ~..'AY H,W~ TO A TRIAL BY JURY IN
""ESP!:CT TO ANY LITIGATION, WHETHER IN CONTRACT OR TORT, AT LAW OR IN EOUllY, BASED HEREON OR ARISING
.UT OF, UNDER OR IN CONNECTION WITH THIS NOTE AND ANY OTHER COCUMENT OR INSTRUM~NT CCNT~iVIPLATED TO
8E EXECUTED IN CONJUNCTION WITH THIS NOTE, OR ANY COURSE OF CONDUCT, COURSE OF DE;',L1NG, STATEME;-';T3
(WHETHER VERBAL OR WRITTEN) OR ACTIONS OF ANY PARTY HERETO. THIS PROVISION IS A MATERlAL lNIJUCEMENT
FOR SUNTRUST ENTERING INTO OR ACCEPTING THIS NOTE. FURTHER THE BORROWER HERESY CERTiF:E5 THAT NO
REPRESENTATlVE OR AGENT OF SUNTRUST, NOR SUNTRUST'S COUNSEL HAS REPRESENTED. EXPRESSLY OR
OTHERWISE, THAT SUNTRUST WOULD NOT, IN THE EVENT OF SUCH LITiGATION, SEEK TO ENFORCE THIS WAIVER OF
RIGHT TO JURY TRIAL PROVISION.
Patriot Act Notice
SunTrust hereby notifies Borrower that pursuant to the requirements of the USA PATRIOT Act Title III of Pub. L. 107-56 (signed into
law October 26, 2001), SunTrust may be required to obtain, verify and record information that identifies the Borrower, which information
includes the name and address of the Borrower and other information that will allow SunTrJst to identify the Borrower in accordance
with the Act.
Miscellaneous
All amounts received by SunTrust shall be applied to expenses, late fees and interest before principal cr in any other order as
determined by SunTrust, in it sole discretion, as permitted by law. Any provision of this Note which is prehibited or unenforceable shall
be ineffective to the extent of such prohibition or unenforceability without invalidating the remaining provisions of this Note. No
amendment, modification, termination or waiver of any provision of this Note. nor consent to any departure by the Borrower from any
term of this Note, shall in any e'lent be effective unless it is in writing and signed by an authorized officer of SunTrust, and then such
waiver or consent shall be effective only in the specific instance and for the specmc purpose for which given. t'Jo fsilure or delay on the
part of SunTrust to exercise any right, power or remedy under this Note shall be construed as a waiver of the right to exercise the sa~e
cr any other right at any time. If the Rate is tied to an exterr.al index end the index becomes una'/ailable curing rhe term of this lean,
SunTrust may, in its sole 2~d atsclute d:scri:;tic~, designate a substitute inde;, with notice te the Berrcwer. The cap;ions of the
paragraphs of [his Nete are rer conve~ience enly and shal: nct be deefT!e'= to ccr.stitute 3 part hereof or used in eo~"trl.!ing the inte,lt cf
the parties, All representatjo~s, \'/arranties, covenants a~d agreements cc~tained (-,erein cr mace in wr;tir.g by Borrower in eonnectici'
"-~:=\~.i;t;1 shn!! 5~~:',':'''C t:--:.3 e~~ec'..!t1cn 2~= de;~"2ry cf trig :--';I:~S- 3r:a any ..:.t~-~r c':;"e.:n~2nt, CGCL:;-r:::~t Ci '.\:;-;~:;-:g reia~:;~g :'J or 2r:sir.g Gu7 .::~
~-~.~;:.~~. ':.: .:=3;~-C-:"':~:-"',~I'~i;.:' '\. . :-'.. .~I..' .':',;~r"7's:':' :..;~.k,'--::!,.~~:(-:.t"~ -'~::":G~~:':.,
p, .:
:'-. ("';
.. . .
'.. ~., . - .
t'jotNithstanding any prO':ision of this Note or any loan document executed in connection with this Note to the ccntrarj. the BorrO'.^ler
and SunTrust intend that nJ ~rovision of this Ncte or an:, lean dccument exe::uted in CCl'1neC~i8n with this Note be interpre~ed,
ccnstruea. applied, or enforced in a way that Will pei17llt or reqUire tne payment or COileCtlon of interest in excess or the highest rate of
Interest permitted to be paid or ccllecte,j bV the la',vs of the jurisdiction indlcat8d below, or federal law jf federal law preempts the law of
,.- ~L..ch j'Jri~djction with respect to this transa,:tion (the "Maximum Permitted Rate"). If, hOI}"ever. any such pro'Jision is so interpre:ed,
( ~(I~tJ ~eJ, ol-"~jic::~. UI =:-;1 I;UI L.t:;u, cun lJ'J'/cll dil~ Surjll'L..I::'~ ;nt\:;: iLi \u) ~j :dl .ju~h J..il Lvi:::.iUJ I dU~vil ia~i\..tai:y :>r,c;:: UC Ja~ll ,6d j c:viscti :::'0 a ;:; LV
'--. I squire payment onlY of interest at the Maximum Permitted Rate; and (b) if interest payments in excess 'Jf the Maximum Perm,,:ed R2~S
have been received, that the amount of such excess shall be deemed credited retroactively in reduction of the then-outstanding
principal amount of this obligation, together with interest at the Maximum Pe'1T1itted Rate, In ccr.nection with all calculations to
determine the Maximum Permitted Rate, the Borrower and SunTrust intend (a) that all charges be excluded to the exter.t they are
properlj excludable under the usury laws d such jurisdiction or the United States. as they f;om time to time are determined to appl:_' t':"
!.TS ct!igr:tlon; and (b) that all charges that may t.= s~re2d in the manner ;:;ro';ided by statute of the jurisdiction j~(:icated or any si:ni!s~
la'N, be so spread.
liability, Successors And Assigns And Choice Of LoW
E3Gh Borrower shall be joinily and severally ohligated and liab!e on this Nots, This Note sheii apply to 2:ld bind e.::ch of the Borrcvver's
h::,'r:;, personal re;Ji0Sentatj'/es, successor3 ai~d permitted aS3igns end sha!lli1ure to the ber:ef:t of SunTrust, its successors and
assigns. Notwithstandiilg the foregoing, Borrower shall not assign Borrower's rights or obligations under this Note without SunTrust'3
pr:or written consent. The Borrower agrees that certain material events and occurrences relating to this Note bear a reasonable
r..:l3tionship to th9 laws of Florida. This Note shall be go'"emed by the laws of F!orida and. unless appiicable law pro'tides otherwis3. ;!,
~: .;: e:/ent cf any legal prcceeding ar:si~g OL1t ~f c:- re!~t2d ~G tr:s ~~o:e: t:-;e E~rrc"":f.r corser-Its ~': the jur:sdiction and veilU;; :jf ~;,"'tj '':;C:'.I-~
!'Jc<:lted in Florida.
':ccumentary, Intangible and Other Ta;-::3
:0 the event that eny tax or fee is due from SunTrust to any state or other governmentai ag:::ncy or 2uthority because of the e;~eCL!tjoi: cr
holding of this Note (including but not limited to any intal'1gible tax or document2ry stamp tax), the Borrower shall, upon demand,
reimburse SunTrust for any such tax paid.
Florida Documentary Stamp Tax
This is a renewal and increase in the amount of Two Hundred Fifty Thousand Dollars and no cents cf that promissory note deted June
08, 2005, Florida Cocumentary stamp tax required by law in the amount of Eight Hundred Sevenrf-Five Dol!ars and no cents h2S been
paid or will be paid directly to the Depar.:ment of Revenue, Certificate of Registration #58-0466330.
/ signing below under seal. the Borrower agrees to the terms of this Note and the disbursement of proceeds as described in the
''''Disbursements and Charges Summary proviced in connection with this transection,
r
SECURITY ALLIANCE OF FLORIDA, LLC
REVIEWED FINANCIAL STATEMENTS
AND
SUPPLEMENTARY INFORMATION
DECEMBER 31,2004
(>
Rosenbloom, Davis & Tolley, P.L.L.c.
Lertit1e<1 Public ."-ccoulllal1ts
------.---------.-
9200 S. DJdehnd Boulevard, Suite -112
Miami, Florida 3.3156
Office: (305) 670-1001 Fax: (05) 670-1888
\Vebsite: rdtcpa.cnm
97665 0\ erst:".lS Highway
Key Largo, Florida 33037
Office: (305) 4;) -4000 Fax: (Jon 451-9896
To the Board of Directors
Security Alliance of Florida, LLC
Miami, Florida
We have reviewed the accompanying balance sheet of Security Alliance of Florida, LLC
as of December 31, 2004, and the related statements of income, changes in members'
equity, and cash flows for the year then ended, in accordance with Statements on
Standards for Accounting and Review Services issued by the American Institute of
Certified Public Accountants. All information included in these financial statements is the
representation of the management of Security Alliance of Florida, LLC.
A review consists principally of inquiries of Company personnel and analytical
procedures applied to financial data. It is substantially less in scope than an audit, in
accordance with generally accepted auditing standards, the objective of which is the
expression of an opinion regarding the financial statements taken as a whole.
Accordingly, we do not express such an opinion.
Based on our review, we are not aware of any material modifications that should be
made to the accompanying financial statements in order for them to be in conformity
with generally accepted accounting principles.
Our review was made for the purpose of expressing limited assurance that there are no
material modifications that should be made to the financial statements in order for them
to be in conformity with generally accepted accounting principles. The information
included in the accompanying schedule of selling and administrative expenses is
presented for supplementary analysis purposes only. Such information has been
subjected to the inquiry and analytical procedures applied in the review of the basic
financial statements, and we are not aware of any material modifications that should be
made to it.
7
. i
/7
. '
1/3'~ r
/7 /.1
'//~
~, -:
l:,::.-/_,,-
I'" f
I; ,~
./:.'C/f/./l j'
r
March 1, 2005
/
- 1 -
\fembas: :\mcricm and Florida Institutes of Certified Public Accountants
c.,
SECURITY ALLIANCE OF FLORIDA, LlC
BALANCE SHEET
LJECEivi6cK ,:j'j, 20v4
ASSETS
CURRENT ASSETS
Cash
Accounts receivable - trade - net of allowance
fer doubtful accounts in the amount of $3,000
Other receivables
Prepaid expenses
TOTAL CURRENT ASSETS
PROPERTY AND EQUIPMENT - net of
accumulated depreciation in the amount of $47,222 (Note C)
ORGANIZATIONAL COSTS - net of
accumulated amortization in the amount of $1,251
SECURITY DEPOSITS
TOTAL ASSETS
LIABILITIES AND MEMBERS' EQUITY
CURRENT LIABILITIES
Accounts payable - trade
Accrued salaries and expenses
Sales tax payable
Current portion of long-term debt (Note D)
TOTAL CURRENT LIABILITIES
RELATED PARTY LOANS - net
LONG-TERM DEBT - net of current portion (Note D)
TOTAL LIABILITIES
MEMBERS' CAPITAL
TOTAL LIABILITIES AND MEMBERS' EQUITY
Read accompanying notes and accountants' report
- 2 -
2004
$
22,274
256,600
63,496
50,178
392,548
50,659
1,294
642
$
445 143
$
9,454
57,802
13,658
23.702
104,616
4,941
$
5.033
114.590
330.553
445 143
('
SECURITY ALLIANCE OF FLORIDA LLC
STATEMENT OF INCOME
','c';i'. Ei~ucu ucCEivl8E.K ,:il, LUU4
REVENUES
Guard and investigative services
Management fees (Note B)
Other
COST OF SALES
Direct costs - payroll
Direct costs - other
OPERATING EXPENSES
Compensation
Selling and administrative expenses
Interest
TOTAL REVENUES
TOTAL COST OF SALES
GROSS PROFIT
TOTAL OPERATING EXPENSES
Read accompanying notes and accountants' report
2004
s
5,042,357
61,788
58,647
5,162,792
3.653,169
191,081
3,844,250
1,318,542
717,167
460,682
4,225
____.L182, 074
NET INCOME L- 136468
"l
- j -
('
SECURITY ALLIANCE OF FLORIDA. LtC
ST,A,TEMENTS OF CHANGES IN MEMBERS EQUITY
il::,1"'K tNUtu UtCI::MI:lEk 31, L004
Members'
Capital
BALANCE, December 31,2003 $ 499,987
COMPREHENSIVE INCOME
Net income 136.468
MEMBER DISTRIBUTIONS (305.902)
BALANCE, December 31,2004 $ 3,30553
Read accompanying notes and accountants' report,
- 4 -
n"
r .
SECURITY ALLIANCE OF FLORIDA. LLC
ST,A,TEMENT OF C.A.SH FLOW
'r'C:':"~ ci'-iucu ucCcivii3c~ 3 i, 2004
2004
CASH FLOWS FROM OPERATING ACTIVITIES
Net income
$
136,468
Adjustments to reconcile net income to net cash provided by operating
activities
Depreciation
Amortization
(Increase) decrease in:
Accounts receivable - trade
Other receivables
Prepaid expenses
Deposits
Increase (decrease) in:
Accounts payable - trade
Accrued salaries and expenses
Sales tax payable
NET CASH PROVIDED BY OPERATING ACTIVITIES
28,514
536
71,266
(16,306)
(50,177)
8
9,454
(102,455)
(37,649)
39,659
"'-:-"'.
CASH FLOWS FROM INVESTING ACTIVITES
Purchases of property and equipment
NET CASH (USED FOR) INVESTING ACTIVITES
CASH FLOWS FROM FINANCING ACTIVITIES
Member contributions
Member distributions
Net proceeds from related party loans
Net proceeds from notes payable
Payments of debt
(14,883)
(14,883)
'-
NET CASH (USED FOR) FINANCING ACTIVITIES
119,039
(305,902)
82,649
59,101
(41,409)
(86,522)
NET (DECREASE) IN CASH
CASH AT END O~ YEAR $
(61,746)
84,020
2M? 4
CASH AT BEGINNING OF YEAR
SUPPLEMENTAL DISCLOSURES
Interest paid $
422..5
Read accompanying notes and accountants' report,
- 5 -
n~
J'"
SECURITY ALLIANCE OF FLORIDA. LLC
NOTES TO FINANCIAL STATEMENTS
NOTE A - SUMMARY OF SIGNIFICANT ACCOUNTING POLICIES
Nature of Operations
The Company is a provider of guard and private investigation services in Florida, Georgia, and Texas,
The Company provides credit in the normal course of business to its customers and performs ongoing
credit evaluations of those customers. It maintains allowances for doubtful accounts based on factors
surrounding the credit risk of specific customers, historical trends, and other information, Credit losses,
when realized, have been within the range of the Company's expectations and, historically have not been
significant.
Use of Estimates
Management uses estimates and assumptions in preparing financial statements. Those estimates and
assumptions affect the reported amounts of assets and liabilities. the disclosure of contingent assets and
liabilities, and the reported revenues and expenses.
Trade Accounts Receivable
Trade accounts receivable are recorded net of an allowance for expected losses. The allowance IS
estimated from historical performance and projections,
Revenue RecoQnition
The Company recognizes revenue as guard service or private investigative services are rendered.
...-......
Depreciation
The Company's furniture and fixtures, computers and equipment, software and vehicles are depreciated
using primarily the straight-line method for financial reporting purposes, Furniture and fixtures are
estimated to have a four year life. Computers and equipment, software and vehicles are estimated to
have a three year life, Total depreciation amounted to $28,514 during 2004
Amortization
The Company's organizational costs are amortized utilizing the straight-line method over sixty months for
financial reporting purposes and amounted to $536 during 2004.
Income Taxes
The Company, with the consent of its members, have elected under the Internal Revenue Code to be
taxed as a partnership. The members of a limited liability company are taxed as a partnership, that is on
their proportionate share of the Company's taxable income. Therefore, no provision or liability for Federal
income taxes has been included in these financial statements.
- 6 -
c/
.si:Cu~il'l' MLLiAI-.jCE OF ru)RiuA, LU.:'
NOTES TO FINANCIAL STATEMENTS
NOTE B - RELATED PARTY TRANSACTIONS
On March 19,2004, the private investigations operations of Business Risks International, Inc., whose sole
shareholder was a member of the company, were merged into the Company's operations.
On August 11, 2004, the Company entered into an employment agreement with its director of operations
that provided for compensation of $62,400 and $39,000 in 2005 and 2006, respectively, The Company's
obligation under the employment agreement accrues only as the service is rendered.
On December 31, 2004 receivables from Business Risks International, Inc and Security Alliance
Corporation were reclassified as a distribution to a member of the Company, the sole shareholder of
these two entities. The combined total of the two entities receivables prior to the reclassification was
$54,885, In addition, several other receivables due from a member were reclassified as distributions,
The total of these receivables was $116,871. As of December 31, 2004 there were no receivables from
members.
During 2004, management fees were charged between the Company and the following related entities:
Choice Management Solutions, LLC
Protective Security Training Academy, LLC
Sentry Security Services, LLC
Sentry Security Services of NC, Inc.
......--,
The management fees are fees billed by the Company for labor, insurance and administration that the
Company incurs, offset by fees charged to it for training and certain administrative charges incurred by
these related companies. Net management fees were $61,788 in 2004,
The Company's members were paid $302,000 in compensation during 2004.
NOTE C - PROPERTY AND EQUIPMENT
As of December 31, 2004, furniture and fixtures, computer and equipment, software and vehicles consist
of the following:
Furniture and fixtures
Computers and equipment
Software
Vehicles
2004
$ 29,607
38,181
17,703
12,390
97,881
(47,222)
L~ 659
Accumulated depreciation
- 7 -
(-.'
'.-.-
::,t;;(,UKI fy ALLlANL..t: Ut- rLUf<iuA, LLL..
NOTES TO Fi NANCIAL STATEMENTS
NOTE D - DEBT
On December 31, 2004 the Company was obligated on notes for vehicles, The interest rates on the
notes payable are 8% and 5.49% with terms of 48 months. The total outstanding balance on the notes
payable as of December 31, 2004 ....as 58,139. Principal payments required on these notes total $3,106,
$3,322, and $1,711 for 2005, 2006 and 2007, respectively.
The Company has arranged a $250,000 "Revolving Demand Mater Borrowing Loan" with its commercial
bankers, The revolving loan is secured by the Company's trade accounts receivable, inventory (if any),
and property and equipment. The interest rate is variable and based on the bank's prime rate. As of
December 31,2004, the principal balance of this loan was $ - 0 - ,
In July, 2004 the Company financed it's liability insurance policy, The monthly payment of the unsecured
note with a rate of 18.191% was $7,075. The note matures in April, 2005. The balance due as of
December 31,2004 was approximately $20,596.
NOTE E - DESCRIPTION OF LEASING ARRANGEMENTS
The Company leases its Miami, Florida, Plant City, Florida, and Atlanta, Georgia offices under non-
cancelable operating leases. All of the agreements provide for minimum lease payments and cost of living
increases each year.
The following is a schedule of future minimum lease payments required under the leases:
2005 $ 60,437
2006 9,259
Thereafter 0
$ 69 696
NOTE F - RETIREMENT PLAN
The Company has not adopted a retirement plan,
NOTE G - MAJOR CUSTOMER
Approximately eighty- six percent (86%) of the Company's revenue is derived from one customer,
- 8 -
f~'
f
SEClJRITY ,A.LLlANCE OF FLORIDA, LLC
::'CHt:UULt Of- St:LLlNG ANU ALJIVIINI~ f r<A IIVt: t:^~t:N~t:::,
YEAR ENDED DECEMBER 31,2004
Description
Advertising
Amortization
Automobile
Bank service charges
Charitable contributions
Depreciation
Insurance
Legal and professional
Licenses and miscellaneous taxes
Meals and entertainment
Miscellaneous and other
Occupancy costs
Office and other supplies
Repairs and maintenance
Telephone and communications
Travel .
Uniforms
~..~.~
TOTAL SELLING AND ADMINISTRATIVE EXPENSES L
Read accountants' report.
- 9 -
2004
$
27,358
536
25,426
2,534
5,563
28,514
81,045
15,125
9,753
10,921
8,045
73,422
31,281
12,104
102,166
22,004
4,885
460 682
Security Alliance, LLC Rev 03/05
EMPLOYEE HANDBOOK RECEIPT
(This form is to be removed from this book, signed and faxed to the Miami Office (305) 670-6545)
I, the undersigned EmployeelMember, acknowledge by my signature, that I have received a copy
of the Company employee handbook. I understand that it is my responsibility to read and ask my
Supervisor any questions I may have about policies in this handbook.
I understand that this handbook does not establish any contractual relationship; that its
provisions, including wages, hours, benefits and terms and conditions of employment may be
changed at any time by management, even retroactively; and that this handbook is not a
guarantee of future or present employment policies. I further understand that neither this
handbook nor any verbal or written statement by any supervisory or managerial official of my
employer is an employment contract and that either the Company or I can terminate our
employment relationship at any time, as I am an at-will employee.
Employee Signature
Print Name
Date
Witness
Security Alliance, LLC Rev 03/05
SECURITY ALLIANCE, LLC
EMPLOYEE HANDBOOK
Security Alliance, LLC Rev 03/05
WELCOME To OUR COMPANY
Dear Security Alliance Employee,
We're happy to welcome you to our Company. Thank you for joining us! We want you to feel
that your association with our Company will be a mutually beneficial and pleasant one.
We hope you will find satisfaction and take pride in your work here.
This Handbook provides answers to most of the questions you may have about our Company's
benefit programs, as well as the Company policies and procedures, our responsibilities to you
and your responsibilities to our Company. If anything is unclear, please discuss the matter with
your manager. You are responsible for reading and understanding this Employee Manual, as
adherence to our Company policies is a condition of contingent employment. In addition to
clarifYing responsibilities, we hope this Handbook also gives you an indication of the Company's
interest in the welfare of all who work for Security Alliance.
From time to time, the information included in our handbook may change. Every effort will be
made to keep you informed through suitable lines of communication, including posting on the
Company bulletin boards and/or notices sent directly to you in-house.
Compensation and personal satisfaction that is gained from a job well done are only some of the
reasons most people work. Most likely many other factors count among your reasons for
working - pleasant relationships, positive working conditions, and career development and
promotion opportunities. Security Alliance is committed to doing its part to assure you a
satisfYing work experience.
We extend to you our personal best wishes for your success and happiness at our Company.
Sincerely,
David Ramirez
President
Security Alliance, LLC
Security Alliance, LLC Rev 03/05
SECURITY ALLIANCE, LLC
Security Alliance, LLC will be referred to as "Company" or "the Company" in
this employee manual
THIS HANDBOOK IS NOT A CONTRACT," IT DOES NOT BIND OR
OBLIGATE THE COMPANY AND At/AY BE WITHDRAWN OR MODIFIED
UNILATERALLY AT ANY TIME BY THE COMPANY.
Security Alliance, LLC Rev 03/05
TABLE OF CONTENTS
P URPOS E 0 F THIS HAN D BOO K ........... .............. ............ .............. ............. ................. ..................... .............". ....... ......1
N OTI C E ..... ....... ....... ........ .............. .................. .................. ......... ......... ................. ........ ................................. .............. .........1
NON DISCRIMINA nON OF APPLICANTS AND CLIENTS................................................................................... 1
E QUAL EMP LO YMENT 0 P PO R TUN ITY ........ ............... ............. ................ ................. ......... ........... .............. ............ 2
DR U G FRE E W 0 RKP LA C E............. ................... ................. ...................... ................... ................... ......... ........... ...... ..... 2
E MP LO YMENT ........... ................. ............ ...... .......... ................ ............. ........ ........ ........ ........ ......... ............ ............... ......... 3
DEFINITIONS OF EMPLOyMENT........................ ........... ........... ....... ....... .............. ........................... .................................... 4
PROBATIONARY PERlOD... ..... .... ..... ............ ....... ........ ..... ...... ... .... .... ..... ... ..... ...... ... ... ....... ... ....... ......... ......... ..... ............... ..4
P E RSO NNEL AD MIN I S TRA T I ON ............................ ........................... .............. ............. ........... ........... .........................5
YOUR PERSONNEL FILE....... ..... ......... ............................. .......... ................... ............. ...... .... ......... ......... ...... ......................5
YO U AND YOUR SUPER VI SO R ........................................................................................................................ ............ 5
YO U' RE P ART OF 0 UR TEAM......................................................................................................................................6
WHAT THE COMPANY EXPECTS FROM You ....................................................................................................................6
WHAT You CAN EXPECT FROM OUR COMPANY .............................................................................................................6
OPE N DOO R POLl C Y ............. ......... ...... .... ........................ ..... ....................................... ............... ........... ........................7
T HE BENE FIT SPA CKA G E.. ........ ....................... .......... ........... ............................ .................... ............... ............ ............ 8
ELIGIBILITY FOR BENEFITS.. ............. ....................................... ............................ ................ ........ ............... ......................8
TI ME 0 F F PO LI C IE S ..... ................... ............ .......................... ................. ........... ............... .......... ...... ................... .... ....... 8
HOLIDAY PAY.. ....... ....................... .................. ............... .................................................... ........... ................................... 8
VACATION PAy...................... .......................... ..................... ......................................................... ................................... 8
INS URAN C E COVE RA G E ............ .......... ......... ............................ ........ ......... ............ ........... ......................... ............ .......9
MINI MEDICAL INSURANCE ............................................................................................. .............. ............... ....................9
PAY CHECKS AND DIRECT D EPOSIT ....................................................................................................................... 9
TRAIN IN G PAY.. ................. ........... ............. ..................... ......... ...... ............... ............ ...... ............... .... ........ ................. ....1 0
EMPLOYMENT POLl C IE S ......................... ....... ........... ..... ........... ...... .............. ............ ............ ............... .....................1 0
ANNIVERSARY DATE ........... ....... ........ ....... .................. ........... ........... ..... ......... ..... ....... .... ........... ............. ............ ....... .... 10
AT-WILL EMPLOYMENT .................................................................................................................................................1 0
BONDING REQUIREMENT ................ ... ...... ..... .............. ..... ...... ... ........... ...... ........ .... ......... ... ............ ...... ... ........... ..... ........ 10
CONFIDENTIAL INFORMATION ............... ............ ............. ............ .......... ............ ........................... .................. .......... .......1 0
PUBLIC RELATIONS. ........ ................. ............ ................... ......................... ........ ................ ............. ............ ............... ......II
FORMER EMPLOYEESIMEMBERS .... ............ ... ...... ... .... ........... ..... ..... ..... ............ ... ..... ........ .... ...... .... ........... ........ ...... .......11
EMPLOYMENT OF RELATIVES .......................... ................................................................................................................11
11
Security Alliance, LLC Rev 03/05
REINSTATEMENT OF BENEFITS (BRIDGING) ............................................,................................................... ................... 12
RESPONSIBILITY OF REPORTING HARASSMENT ..............................................................................................................12
PROOF OF U.S. CITIZENSHIP AND/OR RIGHT TO WORK .................................................................................................12
PAY C Y C LE ... ........ ........... .................... ..................................... ........ .... .................. ........... ............. ...................... ........ ...12
LEA VE 0 F A BS E N C E ........ ................ ............... ..... ..... ........................... ......... .......... ...... ................ ................... ............ .12
FAMILY AND MEDI CAL LEAVE POLICY ...............................................................................................................13
P ROM OTI 0 N S............. .............. ........... .......... ............. ........ ................. ...... ........... ..... .............................. ..... ....... ........... .15
STAND ARDS OF CO ND U CT .........................................................................................................................................16
GROOMING STANDARDS .... '..,........... ..........., ..,...... ..,........... ........ ........................ ...........................................................17
UNIFORM STANDARDS.......... .................................. .............................................................. .......................... ..............., 18
HARASS ME NT ............. ......... .................................. ............. ............ ........... .................................. ........... .................... ....19
WHAT IS HARASSMENT? . ...... ........ .......... ..................,............................... ....................... .......... ............. ........................ 19
HARASSMENT POLICy................. ...................... .............................. ........... .............................. .......................................20
REpORTING ......... ................................... ............. ....................... ........... ........... ....... ............ ......................................... .... 20
GO SS IP AN D S LA N D E R . ...... ........ ................ .......... ............... ........................ ............. ........... ....... ..... .......... ....... ...........20
WHAT IS GOSSIP AND SLANDER? ...................................................................................................................................20
GOSSIP AND SLANDER POLICY. ............. ................. ........ ............................................ ............. ....... ..................... ..........,20
CO RRE C T I V E DISC I P L I N E ............. ................................. ................... .................. .................. .................................... 21
MULTIPLE VIOLATIONS....... ...... ...... ....., ............... ......... ........................ .......................................................................... 24
VIOLATIONS OF POLICiES................... .................................................... ........................................................,..............24
ADDITIONAL POLICIES AND GUIDELINES FOR MEMBERS ..........................................................................24
LIFE THREATENING ILLNESSES......... ................. ........... ......................... ........ ........... .......... ......................... .......... .........24
PERSONAL PHONE CALLS & MAIL .................................................................................................................................25
CLIENT EMPLOYMENT POLICIES........................... ............ ..................... ................ ........... .......... ....................................25
RESIGNATION......... ......................................................... ................. ........... .......... ........... ........ ............ .... .......................25
RETURN OF COMPANY PROPERTY.. .................. ............................... ........... ................................. ............. ...................... 26
SAFETY RULES ....... ... .......... ... ........ ................ .... ...... ..... ...... ..... ..... ... ... .... .... ...... .......... ..... ...... ... ...... ..... ........ .... ... ... ... ......26
SECURITY .... ...... ..... ... ...... ....... ......... ....... ........ .... ....... ... ............... ..... ........... ........... ........... ...... ..... ........ ... .... ..... ....... ........27
SMOKING ..... ... ...... ......... ........ .......... ..... ...... ... .......... .......... ..... ..... ..... ...... ..................... ..... ......... ........... .... ... ........ .... ........ 2 7
SOLICITATIONS & DISTRIBUTIONS ......... ..... ................. ................... ...... ........... ......... ....... ...................................... ........ 27
SUBSTANCE ABUSE. ............... ........................ .......... .............................. ..... ...... ..... ............. ................................... ......... 28
THEFT .... ...... ........ ... ... .......... ........ ... ........ ....... ...... ...... ... .......... ..... ..... ...... ...... ..... ........ ..... ........... .............. ... ........... ....... ... 28
PENALTY CLAUSE ........... ................. ... .......... .................... ....... ....... ............ ................... ...... ........ ......... ...... ... .......... .......29
TRANSFERS... ....... ....... ........ ..... ........ ........... ........ ............ ... .... ...... ..... .... ....... ...... .......... ... ...... .... .... ......... ..... ..... ....... .... .....29
UNIFORMS .... ....... ............ ........ ............... .... ............... .................. ........... ......... .......... ................... .......... ......... ..... ...........29
WE NEE D YOU RID EAS ...... ..... ........... ................. ...... .......... ........................................ .......... .................... .... ..... ..... ..... 29
111
Security Alliance, LLC Rev 03/05
PURPOSE OF THIS HANDBOOK
This handbook has been prepared to inform you about our Company's employment practices and
policies, the benefits provided to you as a valued Company employee, and the conduct expected
from you.
We hope this handbook will help you feel comfortable with us. We depend on you - your
success is our success. Please don't hesitate to ask questions. Your manager will gladly answer
them. We believe you will enjoy your work and your fellow employees here. We also believe
you will find our company is a good company to work for.
We ask that you read this handbook carefully, and refer to it whenever questions arise. We also
suggest that you take it home so your family can become familiar with our Company's policies.
Our Company's policies, benefits and rules, as explained in this handbook, may be changed from
time to time as business, employment legislation and economic conditions dictate. When
provisions are changed, replacement pages for those that have become outdated will be issued to
you, and your manager will always have on hand an updated copy on hand.
NOTICE
The policies in this Handbook are to be considered guidelines. Our Company, at its option, may
change, delete, suspend or discontinue any part or parts of the policies in this Handbook at any
time without prior notice. Any such action shall apply to existing as well as future employees.
Employees may not accrue eligibility for monetary benefits that they have not earned through
actual time spent at work. Employees shall not accrue eligibility for any benefits, rights, or
privileges. No one other than the President of our Company or its office may alter or modify any
of the policies in this Handbook. No statement or promise by a supervisor, manager, or
department head may be interpreted as a change in policy nor will it constitute an agreement with
an employee.
Should any provision in this Handbook be found to be unenforceable and invalid, such finding
does not invalidate the entire Handbook, but only the subject provision.
This Handbook replaces (supersedes) all other previous manuals for our Company.
N ON DISCRIMINATION OF ApPLICANTS AND CLIENTS
The Company provides equal opportunities for all qualified applicants and clients. Our company
promotes an environment free from discrimination based upon race, color, sex, age, disability,
religion, national origin, marital status, sexual orientation, ancestry, political belief or activity or
status as a veteran.
1
Security Alliance, LLC Rev 03/05
EQUAL EMPLOYMENT OPPORTUNITY
Our Company will provide equal employment opportunity without regard to race, color, sex, age,
disability, religion, national origin, marital status, sexual orientation, ancestry, political belief or
activity, or status as a veteran.
The policy applies to all areas of employment, including recruitment, hiring, training and
development, promotion, transfer, termination, layoff, compensation, benefits, social and
recreational programs, and all other conditions and privileges of employment in accordance with
applicable federal, state and local laws.
It is the policy of our Company to comply with all the relevant and applicable provisions of the
Americans with Disabilities Act (ADA). Our Company will not discriminate against any
qualified employee or job applicant with respect to any terms, privileges, or conditions of
employment because of a person's physical or mental disability. Our Company also will make a
reasonable accommodation whenever necessary for all employees or applicants with disabilities,
provided that the individual is otherwise qualified to safely perform the duties and assignments
connected with the job and provided that any accommodation(s) made do not require significant
difficulty or expense.
Equal employment opportunity notices are posted on appropriate employee bulletin boards as
required by law. The notices summarize the rights of employees to equal opportunity in
employment and lists the names and addresses of the various government agencies that may be
contacted in the event that any person believes he or she has been discriminated against.
All employees, including managers, involved in substantiated discriminatory practices will be
subject to discharge.
DRUG FREE WORKPLACE
The Company is a Drug Free work place. We require all employees, as a condition of an offer of
employment with the Company to submit a pre-employment drug test. We also require all
employees to report to work and to perform their duties without the presence of any alcohol or
drugs in their system. We also will not tolerate employees using, possessing, manufacturing,
selling, distributing or making arrangements to illegally distribute at any time.
Further, we prohibit outside conduct, which is illegal, which affects your work, our relationship
with the government, our customers, the public, or reflects poorly on the Company. Although
the use of medication is not prohibited, you should advise your supervisor or manager when you
are legitimately taking such medication.
To enforce this policy, we reserve the right to require all employees to submit at any time to
testes) to detect the presence of alcohol or drugs in their system. All employees may be tested at
any time when being considered for promotion or transfer, immediately following job-related
accidents, and where the Company suspects that and employee may have violated our drug and
alcohol policy.
2
Security Alliance, LLC Rev 03/05
Any violation of this policy, such as testing positive, refusing to submit to testing, failing to
cooperate in any investigation, or failing to execute any paper or consent forms necessary for
examination or tests may result in disciplinary action, including immediate termination. I
specifically understand that if I am injured on the job and either refuse to be tested, or test
positive for drugs or alcohol, I thereby forfeit eligibility for all worker's Compensation Medical
and Indemnity benefit.
I further give my consent for the results of any such testing to be released to the Company
authorized representative by the Medical Review Officer and I understand that I am legally
authorized to receive a copy of this form. I do acknowledge and except that the Company, agents
of the Company, and the testing laboratory will have access to the test results and may disclose
such results to its attorney in connection with Worker's Compensation proceedings, and may use
the test results when relevant to its defense in other civil or administrative matters.
I release any testing facility personnel and/or physicians who have tested me, from any liability
arising from release, or use, of any and all test result, written reports, medical records and data
concerning my teste s) to the appropriate Company officials. I further release all Company
officials from liability arising from the release, or use, of the test results. I understand that the
Company maintains a Post-Accident Testing Policy requiring any employee that causes,
contributes to or is involved in a workplace accident to submit to a drug and/or alcohol test as
soon as possible, but no later than 32 hours after the time the accident occurred.
The Company recognizes that alcoholism/drug abuse is a form of illness that is treatable in
nature. The Company shall not discriminate against employees based on the nature of their
illness. No employees shall have their job security threatened by their seeking assistance for a
substance abuse problem.
An employee who voluntarily seeks treatment for a substance abuse problem, which requires a
leave of absence for treatment, shall be granted such leave of absence and further shall be
eligible for benefits under the specifications of a then existing insurance policy.
Nothing in this policy is construed to prohibit the Company from its responsibility to maintain a
safe and secure work environment for its employees or from invoking such disciplinary actions
as may be deemed appropriate for actions of misconduct by virtue of their having arisen out of
the use or abuse of alcohol or drugs or both.
EMPLOYMENT
Applicants must complete a Company application form. Falsification of this or other Company
records will result in termination.
Applications will be considered as openings occur. The work background of the applicant will be
verified and references, along with credit history, will be checked.
Qualified, prospective employees will be notified and the most suitable applicant will be hired.
3
Security Alliance, LLC Rev 03/05
The Company requires a pre-employment drug test, Motor Vehicle Check (if driving), and a
criminal background check.
Definitions of Employment
Employees are classified in one of the categories shown below and will be eligible to participate
in the benefit programs according to the plan. Full-time and part-time employees are assigned to
established positions.
A regular full-time employee works 40 hours per week and is eligible for employee benefits in
accordance with the respective waiting period of each benefit program.
A regular part-time employee works at least 20 hours but less than 40 hours per week. A limited
part-time employee works less than 20 hours per week. Regular part-time and limited part-time
employees are not eligible to participate in the Company Sponsored Group Benefit Programs.
A temporary employee works for a specific period of time such as a seasonal employee or for the
duration of a specific project. Temporary employees do not participate in the employee benefit
programs.
Probationary Period
Your first ninety (90) days of employment with the Company is considered a Probationary
Period. During that period you will not accrue benefits described in the Employee Manual
unless otherwise required by law. This Probationary Period will be a time for getting to know
your fellow employees, your manager and tasks involved in your position, as well as becoming
familiar with our Company's products and services. Your manager will work closely with you to
help you understand the needs and processes of your job.
This Probationary Period is a try-out time for both you, as a new employee, and our Company, as
an employer. During this Probationary Period, management will evaluate your suitability for
employment, and you can evaluate the Company as well. If, during this period, your work
habits, attitude, attendance or performance do not measure up to our standards, we may release
you.
Please understand that completion of the Probationary period does not guarantee continued
employment for any specified period of time, nor does it require that an employee be discharged
only for "cause."
At the end of the Probationary Period, your manager will discuss your job performance with you.
This review will be much the same as the normal job performance review that is held for regular
full-time or part-time employees on a regular basis. During the course of the discussion, you are
encouraged to give your comments and ideas as well.
A former employee who has been rehired after a separation from the Company is considered a
Probationary Employee during their first ninety (90) days following rehire.
4
Security Alliance, LLC Rev 03/05
PERSONNEL ADMINISTRATION
Questions regarding benefits, wages, and interpretation of policies may be directed to your
supervisor. If your supervisor is familiar with the answer to your question or you do not feel
comfortable speaking with him or her you may call the Company HR Coordinator at (888) 610
7769.
Your Personnel File
Keeping your personnel file up-to-date is the responsibility of each employee. It can be
important to you with regard to pay, deductions, benefits, and other matters. If you have a
change in any of the following items, please be sure to notifY your manager as soon as possible
so that the Company has accurate information at all times:
I. Legal name
2. Home Address
3. Home telephone number
4. Person to call in case of emergency
5. Number of dependents
6. Marital Status
7. Change of beneficiary
8. Exemptions on your W -4 tax form
9. 1-9
PLEASE NOTE: Your paycheck, delivery of W-2 's, etc. could be affected if the information
in your personnel file is incorrect.
You AND YOUR SUPERVISOR
This Handbook will answer many of your questions regarding the relationship between you and
the Company. However, occasionally you will come across a problem or situation that this book
does not cover. Your supervisor should be the first person you contact if you need answers
concerning Company policies, your work or personal problems.
Together, you and your supervisor are part of the Company team. Your supervisor is interested
in seeing that you are successful in your job. Most supervisors started at entry-level jobs and
have advanced to management positions. Your supervisor is responsible for the work you
perform, maintaining records, enforcing safety procedures, and for your general well being while
on the job. It is your responsibility and duty to understand and follow the directions of your
supervisor. Do not hesitate to discuss any aspect of the job with your supervisor.
5
Security Alliance, LLC Rev 03/05
y OU'RE PART OF OUR TEAM
As an employee of our Company's team, you will be expected to contribute your talents and
energies to improve the environment and quality of the Company, as well as the Company's
products/services. In return, you will be given opportunities to grow and advance in your career.
Our Company is dedicated to two standards:
1. To provide our clients with the best quality service at the best prices.
2. To provide you with fair wages and benefits.
At the Company, we always put safety first. We believe it is our duty to provide you with as safe
a workplace as we possibly can. For your protection, we have an in-house safety program. The
only things we require for employment, compensation, advancement, and benefits are
performance and a good team attitude. However, all employment at our Company is "at will."
No one will be denied employment opportunities or benefits on the basis of age, sex, color, race,
creed, national origin, religious persuasion, marital status, political belief, or disability that does
not prohibit performance of essential job functions, nor will anyone receive special treatment for
those reasons.
What the Company Expects From You
Your first responsibility is to know your own duties and how to do them promptly, correctly and
pleasantly. Secondly, you are expected to cooperate with management and your fellow
employees and maintain a good team attitude. Your interaction with fellow employees and those
whom the Company serves and how you accept direction can affect the success of your
department. In turn, the performance of one department can impact the entire service offered by
the Company. Consequently, whatever your position, you have an important assignment:
perform every task to the very best of your ability. The result will be better performance for the
Company overall and personal satisfaction for you.
You are encouraged to grasp opportunities for personal development that are offered to you.
We are dedicated to making the Company a company where you can approach your Manager to
discuss any problem or question without fear of retaliation. We expect you to voice your
opinions and contribute your suggestions to improve the quality of the Company.
What You Can Expect From Our Company
Our Company's established Employee Relations Policy is to:
1. Select people on the basis of skill, training, ability, attitude, and character without
discrimination with regard to age, sex, color, race, creed, national origin, religious
persuasion, marital status, political belief, or disability that does not prohibit
performance of essential job functions with reasonable accommodation.
6
Security Alliance, LLC Rev 03/05
2. Pay all employees according to their effort and contribution to the success of our
business.
3. Consistently review wages, employee benefits and working conditions with the
objective of providing maximum benefits in these areas, consistent with sound
business practices.
4. Develop competent people who understand and meet our objectives, and who
accept with open minds the ideas, suggestions and constructive criticisms of
fellow employees.
5. . Make prompt and fair adjustments in response to any complaints, which may
arise, in the everyday conduct of our business to the extent that is practical.
6. Respect individual rights, and treat all employees with courtesy and consideration.
7. Maintain mutual respect in our working relationship.
8. Promote employees on the basis of their ability and merit.
9. Make promotions or fill vacancies from within the Company whenever possible.
10. Keep all employees informed of the progress of the Company.
II. Do all these things in a spirit of friendliness and cooperation so that our Company
wi!l continue to be known as "a great place to work!"
OPEN DOOR POLICY
Normally, most questions, opinions and problems you may have at work can be resolved by
discussing them with your supervisor. Since you and your supervisor are closest to the facts in
most situations, both of you should make every effort to settle any difficulty by discussing it.
Communication is the key to success. If, after studying and considering your problem, your
supervisor is unable to give you an answer, which satisfies you, you can go to the next
management level.
You will be treated with respect and consideration at every step of the review and after resolution
of the problem. Problems will be treated impartially, fairly and consistently. Your standing with
the Company will not be prejudiced in any way as a result of your use of the grievance
procedure.
In continuing with the Company's commitment to deliver employees the best possible work
environment, the Company has established a resolution process to provide quick and practical
resolution of workplace problems and disagreements. Your first step should be to speak with
your supervisor or manager. If you do not feel comfortable speaking with them, utilize our HR
Coordinator and assistance will be provided to work through any issues or concerns you may
have. You may reach the HR Coordinator by calling (888) 610-7769.
7
Security Alliance, LLC Rev 03/05
THE BENEFITS PACKAGE
Below you will find the Company's standard benefits offering. These benefits many be modified
or discontinued at any time at the Company's discretion. Some of our clients have contracts that
may specifY benefits in addition to the standard benefits below. If you work for a client that does
specify additional benefits you will be notified of the benefits and their details in separate
documentation.
Eligibility for Benefits
If you are a regular, full-time employee, you are eligible for all of the Company's sponsored
benefits described as soon as you meet the eligibility requirements for each particular benefit.
If you are a part-time employee, you will enjoy specific Company benefits, provided that you
meet the minimum requirements set forth by law and in the benefits plan(s).
No benefits are available to you during your probationary period, except as otherwise provided
by law.
TIME OFF POLICIES
Holiday Pay
The below listed paid holidays are available. To be eligible for holiday pay, you must work
during the hours of the holiday, been employed for 90 days and must have worked all hours of
their normal scheduled workdays preceding and following the recognized holiday.
These holidays include:
· New Year's Day (Jan)
· Independence Day (July)
· Thanksgiving Day (Nov)
.
Memorial Day (May)
Labor Day (Sept)
Christmas Day (Dec)
.
.
Holiday pay will be calculated at your regular rate of pay (for all employees with over 90 days of
employment). Full time and Part time employees are eligible.
Holidays begin at 12:00AM and end at 11:59 PM on the day specified. If you work a shift that
spans the beginning or ending of these times, you will be paid holiday pay for time that is
considered to be a part of the holiday.
Vacation Pay
Vacation pay is a bonus and will be paid at the discretion of the Company. If an
employee has met the prerequisites for a vacation bonus the following calculation is
currently used to determine amount. The Company maintains the right to modifY or
discontinue the vacation bonus program at any time.
8
Security Alliance, LLC Rev 03/05
Employees who work a minimum of 2,080 hours in one year will, upon verification of
hours worked, be awarded 40 hours of vacation time, to be either taken or cashed in
during the following year. Prerequisites to qualify include exemplary performance and
attendance and may not have incurred more than two (2) call-offs during the preceding
year.
Employees who work a minimum of 1,800 hours and less than 2,080 hours in one year
will, upon verification of hours worked, be awarded a pro-rated number of hours of
vacation time, to be either taken or cashed in during the following year. Prerequisites to
qualifY include exemplary performance and attendance and may not have incurred more
than two (2) call-offs during the preceding year.
For vacation purposes, each year is calculated from the date of hire. Vacation hours do
not accrue during the year. In order to be considered, employees must be employed with
the Company at the time of the yearly evaluation.
INSURANCE COVERAGE
AfiniAfedicalInsurance
The Company may provide access to a provider of a mini medical insurance plan. This
insurance is at your cost and is optional. Read all documentation related to this plan, as there are
significant benefit limitations in a mini medical plan, mini medical plans are not major medical
plan coverage. Payroll deductions are available for payment of this insurance and changes to
these plans can only occur on a limited basis.
PAY CHECKS AND DIRECT DEPOSIT
Pay checks can be picked up at designated locations on pay day. For your convenience, we are
sometimes able to deliver your check to you. If you choose to have your check delivered, you
may run the risk of not getting your check on pay day due to unforeseen circumstances that may
occur to the delivery person.
The Company recognizes the importance of paying employees correctly and timely. In order to
assist in the facilitation of this, we highly recommend direct deposit. Direct deposits are not
affected by natural weather occurrences such as blizzards and hurricanes. We provide and
encourage all employees to take advantage of direct deposit of their earnings to obtain
convenient and immediate access to funds.
If you have a problem with your pay check (i.e. incorrect hours, incorrect rate or missing or
delayed deliver) please contact your supervisor to resolve. If you are not able to resolve the
problem to your satisfaction or have recurring instances of these problems please call the
Company HR Coordinator at (888) 610 7769.
9
Security Alliance, LLC Rev 03/05
TRAINING PAY
All pay for company required classroom training and on the job training (OJT) will be
paid at minimum wage.
EMPLOYMENT POLICIES
Anniversary Date
The first day you report to work is your "official" anniversary date. Your anniversary date is
used to compute various conditions and benefits described in this Manual.
At- Will Employment
All employment and compensation with our Company is "at-will" which means that your
employment can be terminated with or without cause, and with or without notice, at any time, at
the option of either our Company or yourself, except as otherwise provided by law.
Bonding Requirement
Under certain circumstances, our Company may require that you be bonded. It is your
responsibility to assure that you are bondable. Our Company will pay the cost of bonding.
Should you fail to maintain this qualification, you will be subject to transfer to another position,
if available, or dismissal.
Confidential Information
Our clients trust our Company with important information relating to their personal and/or
business information and security. The nature of this relationship requires maintenance of
confidentiality. In safeguarding the information received, our Company earns the respect and
further trust of our clients.
Your employment with our Company assumes an obligation to maintain confidentiality, even
after your employment with the Company has ended.
Special care should be exercised regarding inquiries from the media. You should not discuss
anything, including opinions you may have. Courteously direct members of the media to call
the main office and report the inquiry to your supervisor immediately.
Any violation of confidentiality seriously injures our Company's reputation and effectiveness.
Therefore, please do not discuss Company business with anyone who does not work for us, and
never discuss business transactions with anyone who does not have a direct association with the
transaction. Even casual remarks can be misinterpreted and repeated, so develop the personal
discipline necessary to maintain confidentiality. If you hear, see or become aware of anyone else
breaking this trust, consider what they might do with information they get from you.
10
Security Alliance, LLC Rev 03/05
If someone questions you outside the Company or your department and you are concerned about
the appropriateness of giving them certain information, remember that you are not required to
answer, and that we prefer you do not answer. Instead, as politely as possible, refer the request
to your manager.
No one is permitted to remove or make copies of any Company records, reports or documents
without prior management approval.
Due to its seriousness, disclosure of confidential information could lead to dismissal.
Public Relations
The success of our Company depends upon the quality of the relationships between our
Company, our employees, our clients, and the general public. Our client's impression of our
Company and their interest of doing business with us are greatly formed by the people who serve
them. Regardless of your position, you are the Company's ambassador. The more goodwill you
promote, the more our clients will respect and appreciate you and our Company's services.
Here are several things you can do to help give our clients a good impression of our Company:
I. Act respectfully and deal with clients in a courteous and competent manner.
2. Communicate pleasantly and respectfully with other employees at all times.
3. Follow up on orders and questions promptly. Provide businesslike replies to
inquiries and requests. Perform all duties in an orderly manner.
4. Take pride in your work and enjoy doing your very best.
5. Wear your uniforms proudly, make sure it is complete and properly cleaned and
pressed.
6. Arrive to work clean and well groomed.
Former Employees/Members
Depending on the circumstances, our Company may consider a former employee for re-
employment. Such applicants are subject to our Company's usual pre-employment procedures.
To be considered, an applicant must have been in good standing at the time of their previous
termination of employment with our Company and must have provided at least two weeks
advance notice of their intention to terminate their employment with our Company.
Employment of Relatives
The Company permits members of the same family to work at the Company. The Company will
not, however, consider or accept employment applications from individuals whose employment
would result in a supervisor/subordinate relationship or in possible conflict of interest. The
Company will review all situations and make decisions accordingly.
11
Security Alliance, LLC Rev 03/05
Relatives are defined as: parent, spouse, child, sibling, grandparent, grandchild, aunt, uncle,
cousin, in-law or step relative, or any person with whom the employee has a close personal
relationship such as a domestic partner, romantic partner, or co-habitant.
Reinstatement of Benefits (Bridging)
Regardless of the length of your previous employment and length of time since you terminated
your employment with our Company, your benefits shall accrue as if you were a new/first-time
employee.
Responsibility of reporting harassment
All Company employees, and particularly managers, have a responsibility for keeping our work
environment free from harassment. Any employee, who becomes aware of an incident of
harassment, whether by witnessing the incident or being told of it, must report it to their site
supervisor or any management representative with whom they feel comfortable. When
management becomes aware that harassment might exist, it is obligated by law to take prompt
and appropriate action, whether or not the victim wants the Company to do so.
Proof of u.s. Citizenship and/or Right to Work
Federal regulations require that: I) before becoming employed, all applicants must complete and
sign Federal Form 1-9, Employment Eligibility Verification Form; and 2) all applicants who are
hired need to present documents of identity and eligibility to work in the U.S.
PAVCVCLE
The workweek is from 12:01 a.m. Monday through 11:59 p.m. the following Sunday. Payday is
every other Friday following the end of the workweek.
You are encouraged to participate in the direct deposit option for receiving your pay.
Direct deposit into a checking account, savings account, or both is the most accurate method to
assure you receive your pay on payday. Arrangements can be made at any time with your
manager.
LEAVE OF ABSENCE
PLEASE NOTE: Special provisions existfor Family and Medical Leave Act. Please see
"FMLA Section ".
The Company may allow a leave of absence wi~hout pay to eligible employees who need to take
time off from their work duties for reasons other than those covered under the Family and
Medical Leave Act (FMLA). Regular full-time and regular part-time employees, unless
otherwise required by law, may request personal unpaid leave only after having completed ninety
(90) days consecutive service.
12
Security Alliance, LLC Rev 03/05
Personal leave requests must be submitted in writing and are subject to management approval.
Such leave requests will be evaluated based on a number of factors, including anticipated
workload requirements and staffing considerations during the proposed leave of absence.
Benefit accruals, such as vacation or holiday benefits, will be suspended during the leave and
will resume upon return to active employment. The Company will make every reasonable effort
to return an employee to his/her same or comparable position when the leave expires. This,
however, depends upon the Company's operational needs at the time. There is no guarantee of
employment upon return from a personal leave of absence.
If an employee fails to report to work promptly at the expiration of the approved leave period,
the Company will consider this a voluntary resignation.
FAMILY AND MEDICAL LEAVE POLICY
The Company has developed a policy for Leave of Absences falling under the Family and
Medical Leave Act (FMLA). Employees who have been employed by the same employer for at
least twelve (12) months, and have worked for at least 1,250 hours during the preceding 12-
month period, are eligible for family and medical leave. Except for those individuals designated
as "Key Employees/Members", employees will be returned to the same or an equivalent position
upon their return from leave.
The Family and Medical Leave Act ensures up to twelve (12) weeks of unpaid leave for
qualifying circumstances. Employees requesting qualified Family and Medical Leave must
substitute any applicable awarded, but unused, vacation and personal leave as part of the twelve
(12) weeks.
All employees who meet the applicable time-of-service requirements may be granted a combined
total of twelve (12) weeks of unpaid family or medical leave, vacation, and personal leave
(during any 12 month period) for the following reasons:
.
Birth and care of a newborn child.
Placement of a child with the employee for adoption or foster care.
The care of a spouse, child or parent who has a serious health condition. This includes
dependent grandparents where required by local ordinance. State and local ordinances
take precedence where greater benefits are provided.
A serious health condition that renders the employee incapable of performing the
functions of his or her job.
.
.
.
The Company uses a "rolling" 12-month period upon which to base FMLA leave eligibility.
Under the "rolling" method, each time an eligible employee takes FMLA leave the available
leave entitlement would be the balance of the 12 weeks which has not been used during the
immediately preceding 12 months.
If two spouses are employees of the same employer, and the reason for leave is to care for the
birth of a child, or the placement of a child for adoption or foster care, the leave that may be
taken for both spouses is limited to a combined twelve (12) weeks. The Company will not grant
13
Security Alliance, LLC Rev 03/05
leave for childbirth, adoption, or placement in foster care after twelve (12) months from the date
of the birth, adoption or placement.
In all cases, an employee requesting leave must complete the "Leave of Absence Request"
form and submit it to his/her supervisor. The completed application must state the reason for the
leave, the duration of the leave, the starting date and the return to work date.
An employee intending to take family or medical leave because of an expected birth or
placement, or because of a planned medical treatment, must submit an application for leave at
least thirty (30) days before the leave is to begin. If leave is to begin in less than thirty (30) days,
an employee must give notice to his or her immediate supervisor as soon as the necessity for the
leave arises.
Under certain circumstances, employees may take FMLA qualified leave on an intermittent basis
or by reducing their normal work schedule. With the Company's approval, an employee may be
transferred to an alternative position if the employee is qualified for the position and the transfer
better accommodates the recurring periods of leave.
An application for leave based on the serious health condition of the employee or the employee's
spouse, child or parent must also be accompanied by a completed "Medical Certification
Statement." The applicable health care provider must complete this form. The certification
must state the date on which the health condition commenced, the probable duration of the
condition, and the appropriate medical facts regarding the condition. If the employee is needed
to care for a spouse, child or parent, the certification must so state, along with an estimate of the
amount of time that will be needed. If the employee has a serious health condition, the
certification must state that the employee cannot perform the functions of hislher job. In the case
of an unforeseen need for family and medical leave, an employee must provide the Company
with a completed "Leave of Absence Request" and "Medical Certification Statement" within
fifteen (15) days of the commencement of the qualified circumstance which made FMLA leave
necessary or, at the very latest, within fifteen days of the Company's request. Failure to do so
will be grounds for denial of the request until such certification is provided. If the required
medical certification is not provided to the Company by the employee within the required time
frame, that employee's leave of absence may not be considered FMLA qualified leave and may
result in the loss of the protection provided by the Act for the absence. An employee may not
accept any other employment while on family and medical leave. In addition, deliberate
falsification of an FMLA leave request may result in disciplinary action up to and including
termination.
During a period of family or medical leave, an employee will be retained on the Company health
plan under the same conditions that applied as if the employee had continued working. To
continue health coverage, the employee must continue to make any contributions that he or she
made to the plan as if he/she were still working. Failure of the employee to pay his or her share
of the health insurance premium may result in loss of coverage.
If the employee fails to return to work after the expiration of the leave, the employee will be
required to reimburse the Company for payment of health insurance premiums paid on hislher
behalf during the family leave, unless the reason the employee fails to return is the presence of a
14
Security Alliance, LLC Rev 03/05
serious health condition which prevents the employee from performing his/her job or to
circumstances beyond the employee's control.
An employee is not entitled to the accumulation of any seniority or employment benefits that
would have accumulated if not for the taking of leave. An employee who takes family or
medical leave will not lose any seniority or employment benefits that accumulated before the
date leave began.
An employee eligible for family and medical leave - with the exception of those employees
designated as "Key MemberslMembers" - will be restored to his/her old position or to a position
with equal pay, benefits and other terms and conditions of employment. The Company cannot
guarantee that an employee will be returned to his/her original job. A determination as to
whether a position is an "equivalent position" will be made by Management.
The failure of an employee to retum to work on the day indicated on the "Leave of Absence
Request" will be considered a resignation. Upon expiration of the twelve (12) week FMLA
allotment, an employee may request an extension, though any extension of leave beyond the 12-
week FMLA period will be considered a personal leave of absence. A leave of absence
extension must be requested in writing and may be granted under certain special circumstances
with factors such as the Company's operational needs and anticipated workload requirements at
the time taken into consideration. Although leave extensions may be granted as appropriate,
upon expiration of the l2-week FMLA leave, the protection provided by the Act expires as well.
There is no guarantee of employment upon return from a personal leave of absence, nor will the
Company be responsible for health benefit maintenance.
An employee involved in a Workers' Compensation injury which results in lost-time from work
will be placed on family and medical leave ifhis/her illness or injury meets the FMLA criteria.
Following a medical leave of absence, an employee must present a "Fitness to Return to Duty"
certificate before returning to work. A note from the treating physician will fulfill this
requirement. An employee will not be permitted to return to work until such a certificate is
provided, however, the required health benefit maintenance will cease upon expiration of the
twelve (12) week FMLA allotment.
Please refer to the US DEPARTMENT OF LABOR FMLA SUMMARY ( you can view it
online at http://www.dol.gov/esa/whd/fmla/ or upon request the Company will provide you a
copy) for more information concerning the Family and Medical Leave Act (FMLA).
PROMOTIONS
It is the policy of the Company to promote employees from within when qualified people are
available and are interested in being promoted.
Employees wishing to be considered for the promotion must demonstrate exemplary
performance and have had no disciplinary suspensions during the past year.
15
Security Alliance, LLC Rev 03/05
STANDARDS OF CONDUCT
Some rules of conduct are needed to help everyone work together efficiently, effectively, and
harmoniously. At our Company, we hold ourselves to a high standard of quality where the rules
and authority figures simply assure that quality is maintained.
By accepting employment with us, you have a responsibility to the Company and to your fellow
employees to adhere to certain rules of behavior and conduct. The purpose of these rules is not
to restrict your rights, but rather to be certain that you understand what conduct is expected and
necessary. When each person is aware that he or she can fully depend upon fellow workers to
follow the rules of conduct, then our organization will be a better place to work for everyone.
All employees are expected to maintain the following STANDARDS OF CONDUCT:
1. Be kind, considerate, respectful and friendly to everyone with whom you come in
contact.
2. Do your work in a safe and orderly manner. Promptly report personal injuries and
unsafe conditions, be concerned for the safety of others and work together
harmoniously with them.
3. Be punctual and have a good attendance record.
4. Follow Company rules and policies relating to yourself, your job, and your fellow
employees.
5. Discuss promptly your suggestions, concerns, and any problems in your job with
you immediate supervisor.
6. Carry out instructions and procedures. Do not hesitate to ask your supervisor if
you have any questions regarding your job.
7. Cooperate with your fellow employees by giving assistance as required.
8. Use materials and supplies with care to avoid waste from spoilage, overuse, or
damage.
9. Protect Company property, equipment, and materials from damage and loss.
10. Demonstrate efficient and accurate work habits.
11. Give a full day of work for a full day of pay.
12. Present a well groomed, professional appearance, which inspires the confidence
of co-workers, clients, and the community-at-large. All employees are expected
to wear their complete uniform and Company provided identification at all times.
13. Avoid disclosing information, which is for use in conducting Company business
and is confidential in nature. This is your ethical responsibility not to disclose
such information to others, including the investing public and others.
14. Smoking is prohibited in all public areas, halls, offices, stairwells, restrooms, and
meeting rooms. Employees may smoke in designated areas only during their
specified break time.
16
Security Alliance, LLC Rev 03/05
15. All employees are prohibited from using, displaying, or carrying unauthorized
firearms or any other unauthorized weapons on any Company or client premises.
This includes and is not limited to, handguns, rifles, knives, batons, sticks, mace
or any other devices that may cause harm to any other individuals. Employees or
visitors, carrying or possessing any weapons will be denied access to Company or
client premises and may be asked to leave the premises.
16. Employees are prohibited from working while under the influence of alcohol
and/or drugs. The use, possession, sale and transfer of alcohol or illegal drugs arc
prohibited on Company premises, or while taking part in any Company business.
Working under the influence of alcohol or drugs is a critical offense and is
grounds for immediate dismissal. The Company may at any time, with reasonable
cause, require an employee to be tested for drugs and alcohol.
17. Gambling of any type on Company or client premises is strictly prohibited. This
policy applies to all employees and encompasses all forms of gambling.
Gambling is considered a major offense and will be treated as such in the
Corrective Discipline process.
18. Acts of insubordination (refusal to perform assigned tasks) are defined, as critical
offenses and the specific act of refusal to perform assigned tasks within reason
will not be tolerated. Refusing to perform tasks as assigned will subject an
employee to immediate suspension or discharge.
19. Gossip and Slander are prohibited in any form.
Grooming Standards
The grooming and uniform standards are set both for officer and company image as well as safety, if you
are in violation of the policy you may be removed from your post and if violated more than once you may
be terminated.
Male Officers
Hair will be neatly combed or cut and may cover one third of the outside upper portion of the ear. The hair
must not extend over the upper edge of the shirt collar when standing in a normal posture
All uniformed personnel will be freshly shaven when reporting to work. If a mustache is worn, it must be
neatly trimmed and not of an eccentric style. Sideburns will be neatly trimmed and not to extend below
the bottom of the earlobe. Male officers will not wear any visible piercing while on duty.
Female Officers
Hair may cover the ear but not more than one inch below the bottom of the ear lobe. Hair will be styled so
that the length in the back will not be longer than two inches past the uniform shirt collar when standing in
a normal posture.
Hair that exceeds the lengths described above may be neatly pinned up, provided that once pinned up, it
meets the above criteria. The bulk of the hair will not exceed two inches in depth at any point.
17
Security Alliance, LLC Rev 03/05
Make-up must be of a conservative nature. Fingernails will not be so long as to interfere with duties
Females may wear stud type earrings, two per ear. Dangling earrings or ear cuffs are not to be worn.
Male and Female officers
Necklaces must be concealed by the uniform shirt or tee shirt. Excessive jewelry placed in piercing of the
face will not be worn on duty.
Uniform Standards
.
The seam created down the front of the shirt should align with the right side of the belt
buckle and the fly of the trousers (Military alignment or "Gig" line).
The trouser should be long enough to break slightly over the shoe in front and to reach
the junction of the welt of the shoe in the rear. A variation of _ inch above or below the
top of the heel is acceptable.
Trousers should be finished with a hem from 2 to 3 inches and shall be of sufficient
looseness around the hips and buttocks to prevent gapping of the pockets and visible
horizontal wrinkles across the fly.
The uniform belt tip will extend 2 to 4 inches beyond the buckle.
On posts that require it, "Security" Cap must be worn at all times.
The uniform shirt will be close to form fitting, without excessive bagginess.
Collar rank insignia will be worn point up, vertically, with the outside edges equally spaced _ inch
from each collar edge.
You are encouraged to wear a tee shirt which should be a white crewneck with no markings that
will show through the uniform shirt. This will keep your uniform cleaner and make it last longer.
Boots or shoes must be black, lace up and socks must be black.
.
.
.
.
.
.
.
.
18
Security Alliance, LLC Rev 03/05
UNIFORM ILLUSTRATION
American Rag
/
Company ID
CIpped to pocket
OTHER IMPORTANT UNIFORM POINTS
· KEEP YOUR UNIFORM CLEAN
· DRY CLEAN ONLY
· WEAR ALL PARTS OF YOUR ISSUED UNIFORM
· WEAR YOUR UNIFORM PROUDLY!
HARASSMENT
What is Harassment?
Harassment can take many forms. It may be, but is not limited to, words, signs, jokes, pranks,
intimidation, physical contact, or violence. Harassment is not necessarily sexual in nature.
Sexually harassing conduct may include unwelcome sexual advances, requests for sexual favors,
or any other verbal or physical contact of a sexual nature that prevents an individual from
effectively performing the duties of their position or creates an intimidating, hostile or offensive
working environment, or when such conduct is made a condition of employment or
compensation, either implicitly or explicitly.
19
Security Alliance, LLC Rev 03/05
Harassment Policy
The Company will not tolerate harassment of any kind in the workplace. The Company forbids
retaliation against any employee who has brought concerns to management or to regulatory
agencies (such as Equal Employment Opportunity Commission (EEOC), or Occupational Safety
& Health Association (OSHA) or has participated in the investigation or resolution of a
harassment situation).
All complaints of harassment will be investigated thoroughly and promptly. To the fullest extent
possible, complaints and the terms of their resolution will be kept confidential. If an
investigation confirms that an employee has been harassed, appropriate corrective action will be
taken with the harasser. Corrective action may be any form of discipline up to and including
discharge. No employee within the Company is exempt from this procedure.
Reporting
Any incidents of harassment must be immediately reported to a site supervisor or other
management representative, or by calling the HR Coordinator (888) 610-7769. Appropriate
investigation and disciplinary action will be taken. All reports will be promptly investigated, by
the Company, with due regard for the privacy of everyone involved. Any employee found to
have harassed a fellow employee or subordinate will be subject to severe disciplinary action or
possible discharge. Our Company will also take any additional action necessary to appropriately
remedy the situation. Adverse employment action will not be taken for any employee making a
good faith report of alleged harassment.
The individual who makes unwelcome advances, threatens or in any way harasses another
employee is personally liable for such actions and their consequences. The Company will not
provide legal, financial or any other assistance to an individual accused of harassment if a legal
complaint is filed.
GOSSIP AND SLANDER
What is Gossip and Slander?
Gossip is the passing along (either orally or in writing) of facts about another person, which are
personal, intimate, or sensational (this includes information such as salaries, company business,
or other confidential information). Slander is a false charge or a misrepresentation of facts,
which damages another person's reputation.
Gossip and Slander Policy
Because gossip and slander are disruptive workplace behaviors that will invariably result in harm
to others, the Company will not permit either one among employees of its work force.
Therefore, anyone who originates or repeats gossip/slander will be disciplined for his or her role
in instigating or perpetuating it. The discipline administered in a given situation will depend
upon the circumstances and may result in discharge for the first offense. However, the minimum
20
Security Alliance, LLC Rev 03/05
disciplinary action taken will be a written warning. There is no excuse for instigating or
perpetuating this type of conversation.
If you are the target of gossip/slander, you must report it immediately to your supervisor or
manager. When you hear gossip/slander you are expected to stop the conversation by simply
stating that it is improper conversation and tell the individual(s) involved that you do not want to
be a part of the situation. Remember that your facial expressions and non-verbal reactions to
gossip may result in perpetuating it and allowing it to continue. These are infractions of the
established Company policy.
The only exception to discipline under the policy will be in the investigation of an alleged
violation. During an investigation it would be necessary to repeat the alleged statements to
discover all the facts surrounding the incident of gossip/slander.
CORRECTIVE DISCIPLINE
We have designed a corrective discipline process to inform all employees of the standards of
conduct expected of them and to ensure that they are treated fairly and uniformly if a violation of
the standards of conduct occurs.
Corrective discipline is an instrument to change unacceptable work behavior and to motivate and
encourage disciplined employees to become better, more productive individuals.
Progressive discipline refers to the concept of increased severity in disciplining employees who
repeatedly violate rules. Verbal or written reprimands are given for initial infractions of rules; if
the infractions are repeated, progressive discipline is imposed. Naturally, there are some
situations that are so serious that they require immediate stern disciplinary measures, making the
imposition of progressive discipline inappropriate. In the concept of progressive discipline,
offenses are categorized as:
1. Critical Offenses - these are serious violations of work rules or employee misconduct, which
justify immediate discharge without regard to the employee's length of service or prior
conduct.
a) Suspension - This possible disciplinary action can be used by a supervisor when he/she
believes the offense may be serious enough to warrant discharge, or does not want the
employee on the Company or client's premises while he/she seeks guidance. Suspension
allows the supervisor an opportunity to review the case and decide whether or not there is
cause for discharge. The disposition of this kind of suspension is generally made within
three workdays.
b) If no circumstances are found to justify the employee's actions, his/her employment is
terminated without advance notice. On the other hand, if circumstances are found to
excuse the employee's actions, the suspended employee will be brought back and
reinstated to the position they were in prior to the suspension or termination.
c) Some examples of critical offenses follow: (This listing is not all inclusive and we
reserve the right to add other examples of critical offenses to this list.)
21
Security Alliance, LLC Rev 03/05
· Unauthorized removal of Company or client property from Company or client's
premIses.
· Threatening, intimidating or coercing others.
· Sleeping on the job.
· Possession of unauthorized weapons, firearms or explosives on the premises.
· Willful damage of the Company's or client's equipment or property.
· Physical assault of a fellow employee( s) anywhere on or off Company or client's
premises, including any type of harassment.
· Omission or falsification of information on the employee application or
Company's records.
· Possessing, distributing, consuming or being under the influence of intoxicants,
narcotics or non-prescribed barbiturates on the premises. (This includes alcohol)
· Absence of two consecutively scheduled workdays without an approved reason
and without proper notification.
· Insubordinate acts or statements, or willful failure to carry out orders.
· Conviction or pleading guilty to a crime, which impairs any employee's
suitability for employment with the Company.
· Altering or adjusting the employee's time sheet or another employee's time sheet.
· Unauthorized copying of Company records.
· Refusing to take a drug or alcohol test.
· Deliberate or repeated failure to record attendance properly and legibly.
· Working unauthorized overtime.
· Violations of safety standards that could result in harm to employees, clients, or
major damage to equipment.
· Deliberate failure to use time-reporting or the electronic tour system in the
prescribed manner. Please note that the electronic tour system is our time clock
on those posts that are equipped with such devises, failure to clock in at the
prescribed time interval will be treated the same as not clocking in.
PLEASE NOTE: This listing is not intended to be all inclusive and we reserve the
right to add other examples of critical offenses to this list.
2. Major Offenses - are violations of a lesser degree than critical offenses, but which still may
necessitate immediate disciplinary action in the form of a written warning for the first
offense. The second infraction, within a one-year period will generally result in termination.
Due to the nature of our business, some of the "major offenses" could be "critical offenses"
depending upon circumstances. Some examples of a major offense follows:
· Gambling on Company or client premises.
· Negligence, including leaving the work area without authorization.
· One un-excused absence within a three month period without notification.
· Undertaking business endeavors for oneself or others during working hours,
which interfere with an employee's job or productivity.
· Smoking other than in designated areas.
22
Security Alliance, LLC Rev 03/05
· Failure to complete an Incident Report for on-the-job accidents involving
employees or clients upon a shift change.
· Interfering with the performance of another employee.
· Use of language that is offensive or abusive.
· Inability to support Company goals and programs.
· Unintentional damage to Company or client property.
· Breach of confidence and professional ethics.
· Posting, altering, or removing any material on bulletin boards or Company
property unless specifically authorized to do so.
· Creating or contributing to unsanitary conditions.
· Work performance not up to established standards (inefficiency, misuse of work
time, non-completion of daily checklist (without reason), rudeness etc.).
· Failure to wear prescribed uniform or apparel.
PLEASE NOTE: This listing is not intended to be all inclusive and we reserve the
right to add other examples of major offenses to this list.
3. Minor Offenses - are normally small breaches of policy that in and of themselves can be
simply corrected without serious disciplinary measures. Supervisors will generally verbally
reprimand employees for minor violations with an emphasis on correcting the behavior. A
record of an oral reprimand will be recorded and placed in the employee's personnel file.
Such examples of minor offenses follow:
.
Un-excused tardiness.
Excessive break time.
Excessive excused absenteeism other than vacation, holiday, and bereavement
(excessive is defined as two episodes of absence in any 30-day period, episode
defined as one or more consecutive days of absence for the same reason).
Unintentional failure to observe written or oral instructions (including signed
memos).
Horseplay (boisterous non-work-related activities).
Repeated unintentional failure to use time-reporting or the electronic tour system
in the prescribed manner. Please note that the electronic tour system is our time
clock on those posts that are equipped with such devises, failure to clock in at the
prescribed time interval will be treated the same as not clocking in.
.
.
.
.
.
PLEASE NOTE: This listing is not intended to be entirely inclusive and we reserve
the right to add other examples of minor offenses to this list.
Corrective Discipline will generally be administered at the discretion of management. The
normal sequence of disciplinary action is set forth as follows:
1 st Action:
2nd Action:
3rd Acton:
Verbal reprimands explaining the infraction and expected corrective action.
Written reprimand recording the infraction and expected corrective action.
Dismissal.
23
Security Alliance, LLC Rev 03/05
The above guidelines will apply to most situations. Obviously some rule infractions are so
serious that a step or steps may be skipped.
Multiple Violations
An employee who has violated three (3) or more rules under minor or major offense categories
within a twelve (12) month period may be dismissed immediately.
Violations of Policies
You are expected to abide by the policies in this Handbook. Failure to do so will lead to
appropriate disciplinary action. A written record of all policy violations is maintained in each
individual's personnel file.
A partial list of causes for possible disciplinary action is presented above. This list is not to be
considered all-inclusive.
ADDITIONAL POLICIES AND GUIDELINES FOR EMPLOYEES
Life Threatening Illnesses
The Company recognizes that employees with a life-threatening illness, including, but not
limited to, cancer, heart disease, and AIDS, may wish to continue to engage in as many of their
normal pursuits as their condition allows, including work. These employees must be able to
meet acceptable performance standards. Performing no~al job functions must not worsen their
condition. Medical evidence must indicate that their condition is not a threat to other employees
or clients.
Managers need to be sensitive to the employee's condition and ensure that the employee is
treated consistently with other employees. The Company seeks to provide a safe work
environment for all employees and clients. Therefore, precautions should be taken to ensure that
any employee's condition does not present a health and/or safety threat to other employees or
clients.
When dealing with situations involving employees with life-threatening illnesses, managers
should:
· Remember that the employee's health condition is personal and confidential, and
reasonable precautions should be taken to protect information regarding the
employee's health condition.
· Contact the local health department if you believe that you or other employees
need information about terminal illness, or specific life-threatening illnesses,
possible contagious, or if you need further guidance in managing a situation that
involves an employee with a life-threatening illness.
24
Security Alliance, LLC Rev 03/05
· Contact the local health department or the Company to determine if a statement
should be obtained from the employee's attending physician that continued
presence at work will pose no threat to the employee, co-workers, or clients. The
Company reserves the right to require an examination by a medical doctor
appointed by the Company.
· Make a reasonable accommodation for employees with a life-threatening illness
provided that any accommodations made do not require significant difficulty or
expenses.
· Make a reasonable attempt to transfer employees with a life-threatening illness
who request a transfer and are experiencing undue emotional stress.
· Be sensitive and responsive to co-workers' concerns.
· Do not give special consideration beyond normal transfer requests for employees
who feel threatened by a co-worker's life-threatening illness.
· Be sensitive to the fact that continued employment for an employee with a life-
threatening illness may sometimes be therapeutically important in the remission
or recovery process, or may help to prolong that employee's life.
Personal Phone Calls & Mail
You are not permitted to make personal calls while on duty or at any time on Company or client
telephones.
Client Employment Policies
Many of the Company's clients have policies that prohibit current or former employees of
vendors to work for them. In addition, many clients have policies, due to conflicts of interest,
that prohibit current or former security staff from taking other positions within their company.
The Company cannot prohibit you from applying for employment with clients but would highly
recommend that you check the client's policy with their corporate security department prior to
applying. If you are hired in error by a client, you could be terminated later on for a violation of
their policy.
Resignation
While we hope both you and the Company will mutually benefit from your continued
employment, we realize that it may become necessary for you to leave your job with the
Company. If you anticipate having to resign your position with the Company, you are expected
to notify your manager at least two (2) weeks in advance of the date that you must leave. If you
do not give at least two (2) weeks notice, your final paycheck hours will be paid at
minimum wage to help defray costs of an expedited replacement.
25
Security Alliance, LLC Rev 03/05
Return of Company Property
Any Company property issued to you, such as uniforms that you did not purchase and Company
Identification and proprietary badge must be returned to the property or supervisor at the time of
your dismissal or resignation, or whenever your man~ger or an employee of management
requests it. You are responsible to pay for any lost or damaged items. The value of any property
issued and not returned may be deducted from your paycheck, and you may be required to sign a
wage deduction authorization for this purpose. If you do not return all Company property,
your final paycheck hours will be paid at minimum wage.
Safety Rules
Safety is everybody's business. Safety is to be given primary importance in every aspect of
planning and performing all Company activities. We want to protect you against industrial
injury and illness, as well as minimize the potential loss of production. We will continue to
provide a clean, safe and healthy place to work and we will provide the best equipment possible.
You are expected to work safely, observe all safety rules and keep the premises clean and neat.
Remember that carelessly endangering yourself or others may lead to disciplinary action,
including possible dismissal.
Please report all injuries (no matter how slight) to your manager immediately, as well as
anything that needs repair or is a safety hazard. An incident report should be filled out upon
your shift change. Below are some general safety rules. Your manager or department head may
post other safety procedures in your department or work area:
· A void overloading electrical outlets with too many appliances or machines.
· Walk, don't run.
· Use stairs one at a time.
· Ask for assistance when lifting heavy objects or moving heavy furniture.
· Smoke only in designated areas.
· Keep cabinet doors, and file and desk drawers closed when not in use.
· Never empty an ashtray into a wastebasket or open receptacle.
· Wear or use appropriate safety equipment as required in your work.
· Do not "horseplay" or play practical jokes.
· Stack materials only to safe heights.
· Watch out for the safety of fellow employees.
· Follow industry and Company guidelines with regards to safe care, use and handling of
authorized firearms and other authorized weapons.
· Report any injury or accident you may have to your supervisor immediately.
· Never use or be under the influence of Alcohol or drugs while on the job at any time.
· Ask your supervisor for required equipment or instruction to get the job done safely.
· Use all protective equipment as required while performing assigned duties.
· Keep work areas neat and clean at all times.
26
Security Alliance, LLC Rev 03/05
· Advise your supervisor of any hazardous conditions immediately as you become aware of
them and avoid the area/situation until it is corrected.
· Do not allow yourself to be placed in a dangerous situation. If asked to do so by a fellow
worker, client or supervisor, contact corporate headquarters at any time without
retaliation to report this situation (1-888-610-7769 ask for the corporate Safety Advisor
who will address the situation).
· Act to reduce tripping and slipping hazards by reporting obstructions, loose debris and
liquid that you become aware of to those persons who are responsible for maintaining the
property as well as to your supervisor.
· Always wear shoes with non-skid soles.
· When patrolling dark areas or areas that are not well lit, use a flashlight adequate to fully
light your way.
· Follow all safety rules and procedures that may be issued by the Company or the client
that arc spoken or delivered to you in writing.
· Follow all Post orders and mandated safety procedures related to those Posts.
· Report others that violate or challenge these or any other safety rules.
Remember, failure to adhere to these rules will be considered serious infractions of safety rules
and will result in disciplinary actions.
Security
Maintaining the security of client and Company's property is every employee's responsibility.
Develop habits that ensure security as a matter of course. For example:
.
Al ways keep cash properly secured. If you are aware that cash is insecurely
stored, immediately inform the person responsible. Do not accept custody of cash
or inventory unless you understand it to be a part of the post orders. If you are
requested to accept custody of these items with no mention of it in the post orders,
contact your supervisor immediately.
Know the location of all alarms and fire extinguishers, and familiarize yourself
with the proper procedure for using them, should the need arise.
When you leave the Company premises, make sure that all entrances are properly
locked and secured.
Follow all post orders.
.
.
.
Smoking
Smoking is not allowed in the Company or client buildings. Smoking is only allowed in
designated smoking areas. Cigarette butts are to be disposed of properly, not thrown on the
ground.
Solicitations & Distributions
Solicitation for any cause during working time and in working areas is not permitted. You are
not permitted to distribute non-Company literature in Company work areas or any area on a
Client's premises or any time during working time. Working time is defined as the time
27
Security Alliance, LLC Rev 03/05
assigned for the performance of your job and does not apply to break periods and meal times.
Working areas do not include the lunchroom or the parking areas on the Company premises.
Solicitation during authorized meal and break periods is permitted so long as it is not conducted
in working areas. However, employees are not permitted to sell chances, merchandise or
otherwise solicit money or contributions without management approval. Persons not employed
by the Company are prohibited from soliciting or distributing literature on Company or client
property .
Substance Abuse
The Company has a vital interest in maintaining safe, healthy, and efficient working conditions
for its employees. Being under the influence of a drug or alcohol on the job may pose serious
safety and health risks not only to the user, but to all those who work with the user, as well as our
clients.
The Company also recognizes that its own health and future are dependent upon the physical and
psychological health of its employees. Accordingly, the Company has established the following
guidelines with regard to use, possession or sale of alcohol or drugs:
.
The manufacture, possession, use, distribution, sale, purchase, or transfer of, or
being under the influence of, alcohol or illegal drugs is strictly prohibited while
on Company premises or while performing Company business.
Off-the-job illegal drug use which could adversely affect a employee's job
performance or which could jeopardize the safety of other employees, the public
or Company facilities, or where such usage could jeopardize the security of
Company finances or business records, or where such usage adversely affects
clients' or the public's trust in the ability of the Company to carry out its
responsibilities, will not be tolerated. Employees who are involved in or
suspected of involvement in off-the-job drug activity will be considered in
violation of this policy.
Employees undergoing prescribed medical treatment with a controlled substance
that may affect the safe performance of their duties are required to report this
treatment to their manager through their personal physician.
.
.
Theft
Although taking small items of Company or client property may seem inconsequential, the
cumulative effect can be very large.
The Company will not tolerate property theft of any type. We consider property theft to be the
unauthorized use of Company services or facilities or the taking of any Company property for
personal use.
28
Security Alliance, LLC Rev 03/05
Penalty Clause
Unauthorized possession or removal of property is a very serious offense. Employees violating
this policy will be subjected to discipline up to and including possible dismissal and prosecution.
Transfers
Transfer from one position to another may be required or requested from time to time. Such
transfers (up, down, or laterally) will be made with a possible adjustment in pay. Transfers for
more than thirty (30) days will be considered permanent transfers.
Uniforms
We provide uniforms, which employees must wear while at work. The employee must agree to
pay amounts specified on the Uniform Deduction Forms for their uniforms. These will be paid
through payroll deductions of up to $25.00 per pay period. Upon termination of employment if
the uniforms have not been paid for the cost will be deducted from your final paycheck. Under
no circumstances will your gross earnings less these deductions cause your total pay for the
period to be less than minimum wage.
WE NEED YOUR IDEAS
Ask any of our employees who have worked with us for a long time and they will probably tell
you of the many changes and improvements that have come about in their departments since they
first joined us. We believe the person doing a job is in the best position to think of ways of doing
it more easily, more efficiently, and more effectively. If you think of a better way of doing your
job or the job of fellow employees, discuss it with your manager, who will welcome your
suggestions and ideas. Make sure to document your innovations and money-saving efforts and
have them placed in your personnel file.
29
NOTES
COMMISSION ITEM SUMMARY
Condensed Title:
A Resolution Authorizing The Administration To Enter Into Negotiations With The Top-Ranked Contractor
Of Security Alliance, LLC, The Lowest And Best Bidder Pursuant To Request For Proposals (RFP) No. 34-
05/06 To Provide Unarmed Securitv Guard Services.
Ke Intended Outcome Su orted:
Increase Resident Ratin of Public Safe Services.
Issue:
I Shall the City Commission adopt the Resolution?
Item Summary/Recommendation:
The current Security Guard Contract with Intemallntelligence Services expires on May 1, 2007. Pursuant
to the City Key Intended Outcomes to increase resident ratings of public safety services and maintain
crime rates at or below national trends, the City's Police Department is in need of a "best value" solution.
The RFP process used the "Best Value" Procurement model to select a Security Guard Contractor with the
experience and qualifications; the ability; capability, and capacity; and proven past successful performance
in providing high quality unarmed security guard services.
The Evaluation Committee appointed by the City Manager reviewed 14 proposals submitted by security
guard contractors. The Procurement Director in consultation with the City Attorney's Office opined that two
(2) proposals (Kent Security and Allied Barton) were non-responsive for material deviations to the RFP
requirements, and one (1) proposal (Sereca) non-responsible for Miami-Dade County Living Wage
violations and OIG and State Attorney's Office investigations.
The Committee unanimously recommended and ranked the following two contractors:
1. Security Alliance, LLC
2. Navarro Group Ltd
ADOPT THE RESOLUTION
Advisory Board Recommendation:
I NfA
Financial Information:
Source of Amount Account Approved
Funds: 1 $400,000 Parking - 480.0463.000349 - Garages
$190,000 Parking -142.6976.000349 _Th Street Garage
$140,000 Parking - 463.1990.000349 - Anchor Garage
2 $435,000 Police - 011.1120.000349 - City Hall,
cyb Boardwalk, Flamingo Park, North Shore Youth
Center, Normandy Shore Pool, and North Shore
$130,000 Open Space Park, Sanitation, Supervisors (S.G)
RDA -168.1124.000349 - City Center
$ 40,000 RDA - 011.1122.000349 - South Points
OBPI 3 $65,000 Normandy Guard Gate - 520.1720.000325
$35,000 Bass Museum -148.6153.000312
$15,000 Bass Museum - 011.0930.000312
$25,000 Alton Golf Club - 011.0970.000312
$25,000 Alaska Baywalk - 379.6293.069358
$1,500,000 TOTAL FY 06/07 (Mav- SeDt 07)
Financial Impact Summary:
Islatlve Trackin
Assistant City Manager
DD
T:\AGEND 007\mar1407\Regular\RFP-34-05-06SECURITYGUAR08-Summary.doc
lD
.....
MIAMI BEACH
573
AGENDA ITEM
DATE
R'1&-
.3 -If./. -07
~
MIAMI BEACH
City of Miami Beach, 1700 Convention Center Drive, Miami Beach, Florida 33139, www.miomibeochfl.gov
COMMISSION MEMORANDUM
FROM:
Mayor David Dermer and Members of the City Commission
Jorge M. Gonzalez. City Manager <J ____ -/
March 14,2007 tI 0
A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF
MIAMI BEACH, FLORIDA, AUTHORIZING THE ADMINISTRATION TO ENTER
INTO NEGOTIATIONS WITH THE TOP-RANKED CONTRACTOR OF SECURITY
ALLIANCE, LLC, THE LOWEST AND BEST BIDDER PURSUANT TO REQUEST
FOR PROPOSALS (RFP) NO. 34-05/06, TO PROVIDE UNARMED SECURITY
GUARDS SERVICES; AND SHOULD THE ADMINISTRATION NOT BE ABLE TO
SUCCESSFULLY NEGOTIATE AN AGREEMENT WITH SECURITY ALLIANCE,
LLC, AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS
WITH THE SECOND-RANKED CONTRACTOR OF NAVARRO GROUP LTD.
INC.; AND FURTHER AUTHORIZE THE MAYOR AND CITY CLERK TO
EXECUTE AN AGREEMENT FORM APPROVED BY THE CITY ATTORNEY,
UPON COMPLETION OF SUCCESSFUL NEGOTIATIONS BY THE
ADMINISTRATION.
TO:
DATE:
SUBJECT:
ADMINISTRATIVE RECOMMENDATION
Adopt the Resolution.
FUNDING
$3,600,000
(Estimated annual expenditure subject to negotiations)
The estimated annual amount of $3,600,000, prior to negotiations is approximately $300,000
per month. The City will require funding in the amount of $1 ,500,000 for the remaining fIVe
(5) months (May 1 thru September 30) for FY 06/07.
Funds are available from the Parking Department, Police Department, Parks and Recreation
Department and Bass Museum FY 06/07 Budget Accounts subject to Office of Budget and
Performance Improvement (OBPI) Review and Approval.
KEY INTENDED OUTCOMES (KlOs) SUPPORTED
Increase resident rating of public safety services; and maintain crime rates at or below
national trends.
ANALYSIS
The current Security Guard Contract with Intemallntelligence Services expires on May 1,
2007. Pursuant to the City Key Intended Outcomes to increase resident ratings of pUblic
safety services and maintain crime rates at or below national trends, the City's Police
Department is in need of a "best value" solution.
574
Commission Memo
RFP No. 34-05106 - Unarmed Security Guard SeNioos
March 14, 2007
Page 2 of 22
The purpose of this RFP is to establish a contract for providing Unarmed Security Guards for
the City of Miami Beach (the "City") for a three-year period. The contract will commence 30
calendar days after the award by the Mayor and City Commission, and shall remain in effect
for a period of three (3) years, unless terminated by the City.
Should the successful contractor agree to maintain the same terms and conditions of the
current contract, this contract could be extended for an additional three (3) years, on a year-
to-year basis, at the sole discretion and option of the City.
Option to Renew / Adiustment to Contract Amount: In the event the City exercises its option
to renew beyond the initial three (3) year contract, the contract prices and any other terms
the City may choose to negotiate, will be reconsidered for adjustment prior to renewal due to
increases or decreases in labor costs; but in no event will the prices be increased or
decreased by a percentage greater than the percentage change reflected in the Consumer
Price Index - All Urban Areas (CPI-U) as published by the U.S. Department of Labor. The
City reserves the right to accept the renewal adjustment or to allow the contract to terminate
and re-advertise for bids, whichever is in the best interest of the City.
BACKGROUND
The Mayor and City Commission at Its March 16, 2005 meeting awarded a contract to
Intemallntelligence Service, Inc., as the successful contractor to provide unarmed security
guard services for an estimated annual amount of $1 ,915,200, pursuant to Invitation to Bid
No. 46-03/04. At the time of award, the City placed greater emphasis on "low bid" awards,
but has subsequently adopted the "best value procuremenf' model that emphasizes "lowest
and best".
The Police Department's Contract Administrator submitted an annual report on Intemal
Intelligence's performance, which was characterized "less than satisfactory". Based on said
report and other complaints received relative to performance (Le., guards not reporting on
time to their post or not reporting at all) and failure to consistently pay the guards as
scheduled, which has resulted in a high tumover rate, the Administration recommended to
the Mayor and City Commission (the "City Commission") at its June 7,2006 meeting, that an
RFP be issued to find a replacement contractor. The City Commission authorized the
issuance of said RFP.
Pursuant to the direction of the Mayor and City Commission at its June 7,2006 meeting, the
successful contractor will be required to pay all employees who provide services pursuant to
this RFP, a living wage of no less than $8.56 an hour plus at least $1.25 an hour towards
health benefits for a total minimum value of $9.81 an hour, or a living wage of no less than
$9.81 an hour without health benefits. Said living wage will commence on the employee's
date of hire. Failure to comply with this provision shall be deemed a material breach
under the awarded Agreement, under which the City may, at its sole option, immediately
terminate the Agreement, and may further subject successful contractor to additional
penalties and fines, as provided in the City's Living Wage Ordinance.
RFP PROCESS
On June 7,2006, the Mayor and City Commission authorized the issuance of Request for
Proposals (RFP) No. 34-05/06, to obtain services of contractor(s) under the "Best Value"
Procurement process.
575
Commlssfon Mamo
RFP No. 34-05106 - Unarmed Security Guard Services
March 14. 2007
Page 3 of 22
It is the intent of this RFP to use the "Best Value" Procurement process to select a Security
Guard Contractor with the experience and qualifications; the ability; capability, and capacity;
and proven past successful performance in providing high quality unarmed security guard
services.
RFP No. 34-05/06 was issued on June 12, 2006. A pre-proposal submission meeting to
provide information to prospective contractors was held on June 27, 2006. As a result of
questions received from prospective contractors, three (3) Addendums were issued, and the
RFP due date was changed to July 28, 2006.
Bid Net issued bid notices to twenty-five (25) prospective contractors, and the Procurement
Division notified an additional seven (7) contractors resulting in twenty-three (23) contractors
requesting the RFP document, which resulted in the receipt offourteen (14) proposals from
the following contractors:
. Allied Barton Security Services
. American Guard Services, Inc.
. Corporate Protection Security Group, Inc.
. Extreme Security Networks, Corp.
. First American Security Services, Inc.
. Kent Security Services, Inc.
. Monarch Security Services, Inc.
. Navarro Group LTD., Inc.
. PM Security Services, Inc.
. Security Alliance, LLC
. Sereca Security Corp.
. Union Security Services
. Vanguard Security, Inc.
. Weiser Security Services, Inc.
The City Manager via Letter to Commission (LTC) No. 210-2006, appointed an Evaluation
Committee ("the Committee") consisting of the following individuals:
- Cornelius "Tim" O'Regan, Contract Administrator, Police Department (Chair);
- Raymond Martinez, Assistant Chief of Police, Police Department;
- Chuck Adams, Assistant Director, Parking Department;
- Peter McElwain, Assistant Director, Bass Museum;
- Martha Iglesias, Miami Beach Resident;
- Paul Segelman, Captain, Miami Beach Boardwalk Citizen Patrol;
- Humberto Llanes, Resident, Neighborhood Leadership Academy; and
- Miguel Beingolea, Parking Operations Manager, Parking Department.
On September 15, 2006, the Evaluation Committee ("the Committee) convened. The
Committee was provided information on the scope of services by Tim O'Regan and Chuck
Adams. Humberto Llanes was unable to attend.
576
Commission Memo
RFP No. 34-05106 - Unarmed Security Guard Services
March 14. 2007
Page 4 of 22
The Committee discussed the following Evaluation Criteria, which was used to evaluate and
rank the Contractors' proposals:
1. The experience and qualifications of the Contractor (30 points).
2. The experience and qualifications of the Management Team (20 points).
3. Past performance based on number and quality of the Performance Evaluation
Surveys (10 points).
4. Ability, Capacity, and Skill of the Contractor to Perform the Contract (10 points)
5. Cost (20 points).
6. Methodology and Approach. Risk Assessment Plan for ensuring quality of work
(10 points).
After discussing the scope of services and the Evaluation Criteria, it was clear that the
majority of the committee members had not completed their review and evaluation of the
fourteen (14) proposals. Procurement Division staff determined that it would be in the City's
best interest to postponed the meeting and reschedule for September 27, 2006, so that the
Committee members could exercise their due diligence by reviewing each proposal and re-
convene to determine from the fourteen (14) proposal submittals, the top contractors to be
invited to present and participate in question and answer sessions.
On September 27, 2006, the Committee reconvened to discuss, evaluate, and to "short Iisf'
the best proposals. Committee members Humberto Llanes and Paul Segelman were unable
to attend.
The Committee entered into a brief discussion on prior history with security guard
contractors and the experiences of the Police and Parking Department Committee members.
The Committee also discussed the following RFP options:
Option 1 - annual estimate of 200,000 hours for a Level 1- Unarmed Guard, and an annual
estimate of 20,000 hours for a Level-II Unarmed Guard, and an annual estimate of 10,000
hours for Supervlsor(s), for a total of 230,000 hours.
Option 2 -- an annual estimate of 220,000 hours for a Levell! - Unarmed Guard, and an
annual estimate of 10,000 hours for Supervisor(s), for total of 230,000 hours.
The Committee determined that the City realized no significant value in the hiring of the
Level II Security Guards based on a higher billing rate proposed by the majority of the
contractors, and minor differences in the qualifications of a Levell Guard versus a Level II
Guard. See Attachment No. A for description of Levell and Level II Guards.
The Committee decided to only evaluate the Option 1 cost proposals. After lengthy
discussions on the 14 proposals, each Committee member scored each Contractor's
proposal based on the Evaluation Criteria and came up with a short list of the seven (7)
following Contractors:
577
Commission Memo
RFP No. 34-05/06 - Unarmed Security Guarrf Services
March 14, 2007
Page 5 of 22
. Allied Barton Security Services
. Kent Security Services, Inc.
. Navarro Group LTD., Inc.
. PM Security Services, Inc.
. Security Alliance of Florida, LLC
. Sereca Security Corp.
. Weiser Security Services, Inc.
On October 2, 2006, the Committee reconvened to listen to 15-minute presentations from
each contractor that was "short listed", which was followed by 20-minute Question and
Answer ("Q&A") sessions. Committee members Humberto Llanes and Paul Segelman were
unable to attend.
At the conclusion of the last contractor's Q&A session, each Committee member scored the
seven (7) Contractors, and made a motion which was unanimous, to select the top three (3)
Contractors as follows:
1. Kent Security;
2. Sereca Security; and
3. Allied Barton.
Prior to presenting the City Manager with the recommendation of the Evaluation
Committee's recommendation, Security Alliance submitted an informal protest letter, which
stated the following:
(1) Kent Security had a-mailed all Performance Evaluation Surveys directly to the Assistant
Director of Procurement. The Request for Proposals (RFP) required that all Performance
Surveys be sent directly to the Procurement Division from the bidder's clients. Because
Kent Security did not comply with this provision of the RFP, It gave them an unfair advantage
that was not afforded to any other bidder. By Kent Security providing their performance
evaluation surveys directly to the Procurement Division, they had an opportunity to sort
through the surveys and submit only their best - all surveys were perfect 10's.
(2) Subsequent to the Committee's meeting, a newspaper article in the Miami Herald made
mentioned to Sereca Security being investigated by the Miami-Dade County's Inspector
General's Office for under-reporting of revenue collected on behalf of the County.
Additionally, Sereca Security was found to be in violation of the County's Living Wage
Ordinance. They are currently in the process of making restitution to the employees that
were paid less than the living wage rates.
(3) Allied Barton also sent at least two (2) of the six (6) Performance Evaluation Surveys
directly to the Procurement Division. Similar to Kent Security, this is a material deviation to
the RFP requirements, whereby all Performance Evaluation Surveys must come directly
from their clients. Therefore, thair proposal was deemed non-responsive, and cannot receive
further consideration. Additionally, Allied Barton stated that their 24 hour dispatch center is
located in their corporate headquarters, in Pennsylvania, which does not meet the City's
intent of a local dispatch center.
578
yommlsslon Memo
RFP No. 34-05106 - Unarmed Security Guarri SetV/ces
March 14. 2007
Page 6 of 22
The Procurement Director conducted his due diligence and determined the following:
(1) The City's Attorney Office opined that Kent Security and Allied Barton materially deviated
from the RFP requirement, and therefore, they were deemed non-responsive, and their
proposal cannot receive further consideration.
(2) The City's Procurement Director was informed in several conversations with OIG's
General Counsel, that Sereca under-reported in excess of $250,000 in revenues due the
County, and the matter had been referred to the State Attorney's Public Corruption Unit for
the filing of criminal charges.
On February 13, 2007, Miami-Dade County's Inspector General's Office submitted an GIG
Final Report to the Miami-Dade County Manager that found for the year 2005, that Sereca
Security underreported its gross revenues to Miami-Dade Aviation Department (MDAD) by
$3 million. This equates to Sereca Security shortchanging MDAD $209,000 in permit fees for
2005. The OIG's Final Report highly recommends reconciliation of Sereca Security's gross
revenues for previous years and 2006, and a copy of the Final Report was forwarded to the
State Attorney's Office for prosecutive considerations.
Based on the aforementioned criminal investigation and violation of the County's living
Wage Ordinance, Sereca is not being recommended for a contract award pursuant to
Section 2-369 of the Miami Beach City Code, which states that:
"the city commission shall award the contract to the lowest and best
bidder.. .In determining the lowest and best bidder, in addition to price, there
shall be considered the following:
(1) The ability, capacity and skill of the bidder to perform the contract.
(2) Whether the bidder can perform the contract within the time specified,
without delay or interference.
(3) The CHARACTER, INTEGRITY, REPUTATION, JUDGMENT,
experience and efficiency of the bidder. (Emphasis added)
(4) The quality of performance of previous contracts.
(5) The PREVIOUS AND EXISTING COMPLIANCE BY THE BIDDER
WITH LA WS AND ORDINANCES RELATING TO THE CONTRACT.
(Emphasis added).
Based on the findings of the Procurement Director's review, the Assistant Procurement
Director was asked to re-convene the Evaluation Committee and advised them on the
findings relative to their initial recommendations.
On January 31, 2007, the Evaluation Committee re-convened and was briefed on the
findings relative to Kent Security, Sereca and Allied Barton. The Committee considered the
remaining four (4) short-listed contractors and determined that they had a comfort level, that
all of them would meet the CIty's need of a Best Value Contractor.
The Committee reviewed the remaining four (4) contractors and after discussions that
contemplated various options, unanimously recommended the following top two contractors:
1. Security Alliance; and
2. Navarro Group Ltd.
579
Commission f.,'f6mo
RFP No. 34-05106 - Unarmed Security Guard Services
March 14, 2007
Page 7 of 22
Should Security Alliance be approved by the City Commission, negotiations will include
discussion relative to the proposed billing rate and staffing of existing security guards
including the approval of the Project Manager.
Security Alliance's cost proposal is as follows:
#1. Security Alliance. LLC
Estimated Annual
Billina Hours
Hourlv Rate
Total
Levell-UNARMED
Levell! - UNARMED
Supervisor(s)
200,000
20,000
10,000
$15.90
$17.15
$18.00
$3,180,000
$343,000
$180,000
$3,703,000
The City will negotiate on the Levell billing rate of $15.90/hour and the Supervisor rate of
$18.00Ihour. The Level II rate is not recommended for consideration or contract inclusion.
580
Commission Memo
RFP No. 34-05106 - Unanned Security Guard Services
March 14, 2007
Page 8 of 22
SCOPE OF SERVICES
CONTRACT REQUIREMENTS
The Successful Contractor will provide the following:
. A minimum of one (1) roving shift supelVisor equipped with an automobile on duty
within the City limits of Miami Beach at all times. This supervisor will be able to
respond to any site within 15 minutes. A list must be submitted in writing,
identifying the name(s) of each roving shift supelVisor, and all security personnel
under their supelVision, to the Miami Beach Police (MBPD), Contract
Administrator.
. A written street/park lighting report, where applicable, forwarded to the Miami
Beach Police Department within 48 hours of any "lights our occurrence.
. All drug screening, background checks, and pSYChological testing of employees
assigned to Miami Beach posts at the Successful Contractor expense.
. All sensors/readers at contracted posts to ensure that security officers are making
required rounds at assigned frequencies and times and provide a weekly
computerized printout downloaded from sensors installed at each post to the
Police Department The location of the sensors will be submitted to the MBPD for
approval.
. A supervisor, who will be required to meet with the MBPD, authorized
representative, upon request.
. All uniforms, radios, firearms, rain gear, traffic vests, tools and equipment
necessary to perform the required security selVlces in accordance with the bid
documents.
. Uninterrupted selVices under all conditions, to include but not limited to the threat
of a strike or the actually to the threat of a strike or the actuality of a strike,
adverse weather conditions, a disaster, or emergency situations, at the agreed
upon hourly contractual rate.
. Compliance by their personnel assigned to City of Miami Beach posts with the
Security Contractor's Post Order and Rules and Regulations Manual.
. Any holiday and sick-time pay to assigned personnel.
. A written quarterly statistical analysis report of security incidents forwarded to the
City of Miami Beach Police Department on a quarterly basis.
. Certify in writing, the names of all employees who will provide security selVices to
the City of Miami Beach, of which will have a valid Florida Armed Security Guard
Licenses (D) and G). Copies of State Iicense(s) will be keep in employee
personnel file for immediate viewing if necessary and produced in hard copy
within five business days (excluding weekends and holidays) upon receipt of
request from the MBPD.
The City reselVes the right to take any action necessary to ensure that the security forces
are fully staffed in order to protect the City of Miami Beach property, personnel, and assets.
This may Include contractual arrangements with others contractors for the purpose of
obtaining additional resources in the event that the Successful Contractor cannot perform.
581
Commission Memo
RFP No. 34-05106 - Unarm6d SecU/1ty Guam Services
Marr;h 14, 2007
Page 9 of 22
If such arrangements are deemed necessary, then the Successful Contractor may, at the
sole discretion of the City of Miami Beach, be terminated, and any cost incurred by the City
of Miami Beach may be withheld from funds owed to the Successful Contractor.
The City of Miami Beach reserves the right to an employee from a duty assignment, and lor
bar the employee from further service under this Contract.
The Successful Contractor will be responsible for advertising and recruiting help, preparing
paychecks, payroll taxes, Social Security and Withholding taxes, preparing W-2's,
Unemployment and Workmen's Compensation claims and liability insurance. The obligation
of the City of Miami Beach will be solely to compensate the Successful Contractor for the
number of hours provided monthly in accordance with the contract price schedule. The
Successful Contractor will provide a Schedule of Values/Payment Schedule to the City's
Contract Administrator for review and approval, prior to the commencement of work.
Safeguards for the City's protection will be made a part of this new contract. Should the
successful contractor provide security guards employed by a sub-contractor, the successful
contractor will be required to provide a Labor and Materials (Payment Bond), in the amount
of $100,000. The successful contractor will also provide an Employee Dishonesty Bond in
the amount of $25,000. Additionally, the City reserves the right to deduct payment(s) in an
amount specified In the bid/contract documents for either non-qualified security guard,
and/or for unsatisfactory performance in accordance with the specified Terms and
Conditions of the RFP.
RECORDS
The Successful Contractor will submit all invoices to the City of Miami Beach containing an
itemized employee time record, to include the employee name and hours worked/shift, for
the time period identified on the invoice. The computerized printout from the downloaded
sensors will accompany the weekly Invoices. These printouts will be the same date and time
frame of the submitted invoices.
All correspondence, records, vouchers and books of account insofar as work done under
this Contract is concerned, will be open to inspection, by an authorized City of Miami Beach
representative, during the course of the Contract and for a period of two (2) years after
expiration of the Contract.
The Successful Contractor will maintain accurate and complete records of personnel criteria,
training criteria and biographical data of all personnel affiliated with this Contract. The
Successful Contractor will keep on file a separate personnel file for each employee
employed under the Miami Beach contract. This file will specifically, along with the above
mentioned criteria, include;
. Personal information of the employee, sexlracel DaB/ and social security
number.
. Copies of Florida Drivers license and security guard class "0" license.
. Copies or notification of all discipline actions taken by the vendor or City of
Miami Beach. This will include all verbal or written documentation of
warnings or discipline.
. Proof of successful Background Check, Drug Screen, and Polygraph
examination.
582
Commlssfon Memo
RFP No. 34-05106 - Unarmed Security Guard Services
March 14, 2007
Page 100122
The City reserves the right to perform audit investigations of the Successful Contractor
payroll and related records of employees assigned to the City of Miami Beach to ascertain
that such employees' records indicate payment received for the specific hours worked for the
City. Such audit will be at the discretion of and at the option of the City.
Successful Contractor will be required to provide anylall records in its possession which
contain information concerning hours worked and payment received based on the
contractor's Invoices to the City of Miami Beach. All required documentation and personnel
files will be readily available for inspection by any authorized City of Miami Beach
representative, during initial research and during the course of this Contract. Failure to have
the required documentation will be deemed as non-compliance to the Terms and Conditions
of the contract.
Each guard must have their individual "0" and "G" license in their possession while
performing work for the City of Miami Beach, and if operating a vehicle have a valid driver's
license.
Work Force and Work Asslanments
Unarmed security guards will be provided to work various locations, including patrolling
numerous City of Miami Beach facilities. All Security Guards will be required to carry 2-way
radios and electronic scanner wards unless specifically exempted by the City of Miami Beach
Contract Administrator.
Reaular Security OffIcer Duties
1. All security personnel furnished by the Successful Contractor to Miami Beach will be
required to monitor the facilities by walking the Facility, riding a golf cart and/or
whatever other means the City of Miami Beach considers best for each facility and/or
location.
2. All security personnel furnished by Successful Contractor to the City of Miami Beach
will provide all phases of building and personnel security, personal property protection
and vehicle protection, both within and out of the facility. This will include, but not
limited to, making rounds and clock rounds of assigned areas and key locations;
checking lights: assuring locks of gates and doors.
3. The Successful Contractor's personnel will take proper steps to prevent unauthorized
entrance and access to the Facility or contents thereof.
4. While fulfilling regular security duties, Successful Contractor's personnel may detain
any person using reasonably necessary measures, in or about the premises. until said
personnel is able to tum such person(s) over to the police.
5. Reporting in detail daily reports to employee's Supervisor verbally and In writing, in a
prescribed manner, regarding the performance of his/her shift and special reports
regarding any problems or incidents occurring during hislher shift of all unusual
situations and circumstances. Such daily reports will be submitted to the City of Miami
Beach on a weekly basis.
6. Conducting and/or undertaking initial incident investigations and submitting
appropriate detail reports to the City of Miami Beach without undue delay. Special
incident reports will be submitted to the City of Miami Beach the following business
day.
583
CommIssion Memo
RFP No. ~ - Unarmed Security Guard Services
March 14. 2007
P8Q9 11 of22
7. All security personnel furnished to City of Miami Beach will give Instructions or
infonnation to visitors upon request, or direct them to the appropriate administrative
office if any questions cannot be answered. Security personnel will, escort from time to
time, patrons to their vehicles at patron's request.
8. Utilizing their two-way radio, security personnel must contact their supervisor or their
base station, which can contact and dispatch police if the need arises.
9. The Successful Contractor and their assigned personnel will follow all tenns,
conditions, and procedures as outline in the attached "Post Orders for the City of Miami
Beach Security Guard Contracts.
10. Responding to alarms, suspicious activities, fires, injuries, security incidents or any
emergency situation.
11. Performing any other duties or functions not specifically outlined or set forth above but
which are identified as falling within the scope and realm of a security officer's
responsibilities.
12. The Successful Contractor will proVide an adequate supply of flashlights and batteries,
raingear, uniforms, clipboards and any other personnel equipment required for the
Security Guard to perfonT! their duties.
13. The Successful Contractor will provide all related forms, pencils, pens
and miscellaneous office supplies.
14. All equipment utilized by the Successful Contractor in the execution of
this contract shall be maintained by the Successful Contractor.
15. All Successful Contractor personnel will read, understand and follow the attached
.Current Security" Posts for the City of Miami Beach Security Guard Contracts.
SUDervlsor Duties
The Successful Contractor's supervisor in charge of its employee(s) to the City of Miami
Beach shall:
1. Review the day or night activities and report in writing to the proper City of Miami
Beach authorities any unusual incident.
2. Insure proper inventory of keys, electronic key cards and supplies.
3. Coordinate with proper City of Miami Beach designees all security operations and
services for regular and event assignments to insure that all are properly staffed. In
some instances, this requires daily contact with City of Miami Beach staff to learn of
authorized activities.
4. Conduct daily visual inspection of assigned personnel verifying all post are manned
and all security guard are fully equipped and in proper uniform. Additional locations
may be added and some existing locations may be deleted from service
requirements.
5. Install scanner buttons where directed by the City of Miami Beach Contract
Administrator.
6. Provide weekly downloads of all the City of Miami Beach Posts where scanner
buttons are installed. The downloaded information will accompany the weekly
invoices.
584
Commission Memo
RFP No. 34-05106 - Unarmoo Security Guard Services
March 14. 2007
Page 120'22
Service Locations and Assianment Hours
See Attachment B . "Post Orders for City of Miami Beach Security Contracts" for
locations/shifts requiring service. It will be the sole discretion of the City of Miami Beach as to
locations, number of guards, and hours of services needed. The City of Miami Beach reserves
the right to add other possible locations and to change the required hours of service during the
term of the Contract.
Overtime
No overtime for either regularly scheduled or special event guards will be paid by City of Miami
Beach for security personnel supplied by the Successful Contractor unless pre-approved by
the City of Miami Beach Contract Administrator.
Personnel Probation
The City's Contract Administrator or designated representative personnel may observe each
employee of the Successful Contractor for a period of thirty (30) consecutive days. If during
this probation, the City of Miami Beach is not satisfied with the performance of that employee,
the City of Miami Beach will notify the vendor of such performance and the vendor will replace
such employees immediately.
Additionally, the City of Miami Beach reserves the right to demand in writing that the
Successful Contractor relieve an employee from a duty assignment, and/or ban the employee
from further service under the contract, at the sole discretion of the City of Miami Beach.
Personnel must not be employed by the Successful Contractor under the Contract if they have
currently or have in the past been involved in:
a. Military conduct resulting in dishonorable or undesirable discharge.
b. Any pattern of irresponsible behavior, including but not limited to unreasonable
driving or a problem employment record.
c. Personnel employed by Successful Contractor to provide services for the City of
Miami Beach must successfully complete a polygraph examination, to be
conducted at the Successful Contractor's expense, prior to assignment, and
whose minimum testing parameters will include:
1. Nature of discharge from military service.
2. Substance abuse (drug and alcohol).
3. Child abuse and/or molestation.
4. Convictions (misdemeanors and/or felony).
5. Dismissal other than layoff.
Uniforms
All security personnel furnished to the City of Miami Beach will be well groomed and neatly
uniformed. Each guard supplied by the Successful Contractor will wear a nameplate bearing
the guard's name. Successful Contractor's name will appear either on guard's nameplate or
as a patch on guard's uniform. Uniforms will be readily distinguishable from the City of Miami
Beach Police uniforms.
Tralnlna
The Successful Contractor is required to provide training to all field personnel in order that
the City of Miami Beach may be assured said personnel are capable of assuming the
responsibilities of respective assignments.
585
Commission Memo
RFP No. 34-0006 - Unarmed Secut1ty Guard SelVices
M8roh 14, 2007
Page 130'22
The cost for such training will be considered as a part of the Successful Contractor's
operational expenses and should be considered when proposing overall hourty rate. The
time spent by staff in such a program, though required, is not billable to the City of Miami
Beach. All security personnel are to successfully complete and pass such training course
prior to assumption of duty under this contract This training course, to be developed or
made available by the Successful Contractor, is to include minimum requirements for subject
matter and hours of instruction, and must be approved by the City of Miami Beach. The City
of Miami Beach evaluation of proposed training will include, but not be limited to, previews of
techniques and methods of instruction, quality of instructions, motivation, adequacy of
classroom and supportive adjunct training materials, test content, and individual
retentiveness.
All formal training is to be administered by persons, corporations, and/or institutions that
have been expressly approved by the City of Miami Beach. A written certification of each
employee's training will be made available as part of the employee's personnel file. The
Successful Contractor's supervisors must have also completed required training and worked
for six (6) continuous months as an actual guard; additionally, basic supervisory skills are
required, as well as an overall knowledge of operations, locations, etc.
Asslanment of Contract
Successful Contractor will not assign, transfer, conveyor otherwise dispose of the Contract,
or of any or all of its rights, tlUe or interest therein, or its power to execute such Contract to any
person, company or corporation without prior written consent of the City of Miami Beach.
Protection of ProDertv
The Successful Contractor will at all times guard against damage to or loss of property to the
City and will replace or repair any loss or damage unless the damage is caused by The City of
Miami Beach, another Successful Contractor and/or contractors. The City of Miami Beach may
withhold payment or make such deductions as it might deem necessary to insure
reimbursement for loss or damage to property through negligence of the Successful
Contractor, its employees or agents.
Exoendltures
The Successful Contractor understands that any expenditure that it makes, or prepares to
make in order to perfonn the Services required by the City of Miami Beach, is a business risk
which the Successful Contractor must assume.
.E1DI
Fines may be imposed on the Successful Contractor for violations by its personnel by
deducting the amount of the fine from a subsequent Invoice for that location. Notice of a
violation and the intent to impose a fine will be given to the Successful Contractor by sending
a copy of the site representative's report. through the Contract Administrator, promptly after
the site representative submits it. This allows the Successful Contractor time to bring any
extenuating circumstances to the site and contract administrator's attention. All fines are
assessed by the City of Miami Beach Contract Administrator, whose decisions are final.
Violations that may result in a fine includes but are not limited to those listed below. Fines
imposed will be $100.00 per infraction.
586
CommJ..qIon Memo
RFP No. 34-05106 - UnamHld Security Guard Services
March 14, 2007
Page 14 of 22.
ManaaementlAdministrative Violations:
1. Not properly equipped for specific detail;
2. No radio or inoperative radio;
3. No scanner wand, improper scanning buttons, failure to fix inoperative scanning
buttons.
4. Leaving an abandoned post unattended or failure to fill post assignment within one
and one half (1-1/2) hours of scheduled event.
5. Lack of contract supervision;
6. Excessive hours on duty (more than 10 hour shift not approved in advance by the
Contract Administrator;
7. Assigning any guard previously suspended from duty by the Contract
Administrator;
8. Failure to follow all Vendor Rules and Regulations; and
9. Incidents where Vendor Rules and Regulations where discipline was insufficient.
Violations that may result in a fine include but are not limited to those listed below. Fines
Imposed will be $100.00 per infraction.
Security Officer Violations:
1. Inappropriate behavior (reading, lounging, inattention, etc.);
2. Failing to make a report promptly;
3. Improper clock rounds;
4. Failing to follow post orders;
5. Improper or badly soiled uniforms;
6. Acts of theft or vandalism; and
7. Failure to adhere to City of Miami Beach policies, procedures and locations
guidelines.
SecuritY Officer Slanificant Violations ($250.00):
1. Late for duty;
2. Sleeping on duty;
3. Abandoning post;
4. Participating or attempting to; in any criminal act; and
5. Any action that would cause the City hann, physically, financially, or in repetition.
Repeated violations of any type at the same location will be taken as proof of a general
incapacity on the part of the Successful Contractor to perform in accordance with
contract requirements.
PRE-AWARD INSPECTION OF FACILITY
The Successful Contractor will have the personnel, equipment and organization necessary
to satisfactorily provide the services required in this contract to include, but not limited to:
. Performing required background checks on all guards and to provide
all required training and supervision. Successful Contractor will
provide written documentation. which states in detail, that these
requirements have been met, prior to the assignment of security
personnel.
587
Commission Memo
RFP No. 34-05106 - UnBnnsd Secut1ty GU8fd ServIces
March 14, 2007
Page 15 of22
. Radios are to be utilized by all assigned security personnel. The
Successful Contractor will maintain a South Florida office with
supervisory personnel reachable by telephone (only) on a 24-hour
basis.
COMMUNICATION SYSTEM
The Successful Contractor will be responsible for the following:
1. HAND-HELD RADIOS
Two-way hand-held radios, licensed for use by the Federal Communications
Commission (FCC), will be provided by the Successful Contractor to all on-duty contract
security officers and supervisors as required unless otherwise accepted by the City of
Miami Beach Police Department Contract Administrator.
2. SUCCESSFUL CONTRACTOR CENTRAL DISPATCH
The Successful Contractor will provide a centralized dispatching service through use of a
stationary base station manned by experienced personnel on a 24-hour per day basis, to
Include a taped back-up system. A mobile transmitter/receiver, operated by field
personnel, will not be considered sufficient to adequately provide such service.
Successful Contractor personnel must be available at the Central Dispatch Station who
has the ability and authority to take Immediate .action on behalf of the Successful
Contractor, as required. The Successful Contractor will provide the names, with all
pertinent information of these assigned personnel, to the City's Contract Administrator.
SYSTEM QUALITY
The Successful Contractor will at all times, have high quality radio communications
transmitting and receiving). The Successful Contractor will be totally responsible for
providing and maintaining required system quality, as follows:
1. The Successful Contractor will provide/lease a network of transceivers and
repeaters of sufficient strength and capacity to service all sites specifically
identified in this Invitation to Bid.
2. The Successful Contractor must providenease an exclusive radio frequency
operated exclusively by the Contractor. Radios will have printout identification
and emergency capability.
3. The Successful Contractor must implement a program of maintenance and
repair for all equipment to be used in the performance of this contract. Such
a program will ensure the optimum performance of all equipment at aU times,
thereby, allowing the system to meet the service requirements and quality
standards specified above.
The Successful Contractor will ensure that all radio equipment has sufficient operating
power at all times during a tour of duty. It may be necessary for the Successful Contractor to
implement a system by which fresh batteries, adequate supply of flashlights or charged
radios. are delivered to the posts in order to meet this requirement.
EVALUATION OF RADIO COMMUNICATIONS SYSTEM
All aspects of the Successful Contractor's radio communications system will be evaluated by
the City of Miami Beach prior to award of Contract. Should the system be judged inadequate
to provide service within the contractual standards specified herein. and the Successful
588
Commission Memo
RFP No. ~5106 - Unarmed Security Guam Services
Man:h 14, 2007
Page 16 of 22
Contractor is unable and/or unwilling to make changes deemed necessary by the City of
Miami Beach, then the Successful Contractor will be considered non-responsive to the
required Terms and Conditions ofthis Contract. Likewise, should there be a deterioration of
performance during the term of this contract, and the Successful Contractor is unable or
unwilling to make the required improvements, the City of Miami Beach may terminate, in
accordance with the Termination for Default Clause of this Contract. The City of Miami
Beach will address, in writing to the Contractor, any/all identified inadequacies of the
required radio communications, prior to any termination procedures.
PROVIDED BY THE CITY OF MIAMI BEACH
The City of Miami Beach will provide to Successful Contractor, for the duration of the
contract, the Post Order and Rules and Regulation Manual. Changes to Post Orders, if
needed, will be provided by the Contract Administrator through written addendum to these
orders.
PERFORMANCE OF CONTRACT
This contract may be terminated upon thirty days written notice to the Successful Contractor
due to lack of performance and after Successful Contractor fails to correct deficiencies after
written notification.
Performance items include, but are not limited to the following:
A. Security Guard timeliness in responding to assigned post;
B. Security Guard dressed incomplete uniform, to include (serviceable radio,
fire arm, etc.);
C. Security Guard completion of all assignments, in a timely manner;
D. Successful Contractor not providing required training to all assigned
security guards;
E. Successful Contractor not providing the required trained supervisory
personnel;
F. Successful Contractor to ensure compliance of Miami Beach Security
Contractor's Post Orders Manual;
G. Successful Contractor reporting of any/all missing City supplies,
equipment, property; and
H. Excessive non-compliance incidences.
Additionally, the City of Miami Beach reserves the right to have any security guards removed
from Miami Beach assigned posts for violation of the Post Orders Manual. The City of Miami
Beach Police Department will not pay Successful Contractor billing charges for times in
excess of thirty (30) minutes between security officer rounds made between sensors, unless
there are extenuating circumstances or this requirement is waived by the City of Miami
Beach Police Department on a post by post basis.
UCENSES AND PERMITS
Successful Contractor will abide by all ordinances and laws pertaining to his operation and
will secure, at hisaxpense, all licenses and permits necessary for these operations.
PERFORMANCE EVALUATION MEETINGS
The Successful Contractor will assign two (2) Contract Managers to meet with the City of
Miami Beach Contract Administrator on a daily basis, if required. Regularly scheduled
meetings will be held on a monthly basis. Additionally, a meeting will be held whenever a
Contract Discrepancy Report is issued by the City Contract Administrator.
589
Commission Memo
RFP No. 34-05106 - Unarmed Security Guard Services
March 14. 2007
Page 170'22
A mutual effort will be made to resolve all problems identified. The written minutes of these
meetings will be signed by the Successful Contractor's Contract Administrator and the City's
Contract Administrator, and a copy will be forwarded to the Procurement Director. Should
the Successful Contractor not concur with the minutes, he will state in writing to the
Procurement Director any areas wherein he does not concur.
Fine assessment procedure:
Once a violation which has the possibility of a fine assessment is identified and written
notification of intent to fine ("Contract Discrepancy Report") is issued to the Successful
Contractor. The Successful Contractor will have seven (7) days to provide a written
response to the CMB Contract Administrator.
The Contract Administrator will review all written documents, conduct a cursory investigation
if the needed and a final determination will be forwarded to the Successful Contractor and
the CMB Procurement Dept. Security Contract Administrator's decision is final.
KEY CONTROL
The Successful Contractor will establish and implement methods of ensuring that all keys
issued to the Successful Contractor by the City are not lost, or misplaced. and are not used
by unauthorized person(s). No keys issued the Successful Contractor by the City will be
duplicated. The Successful Contractor will develop procedures covering key control that will
be included in his/her quality control plan, which will be submitted to the City's Contract
Administrator and Procurement Director. The Successful Contractor may be required to
replace, re-key, or to reimburse the City for replacement of locks or re-keying as a result of
Successful Contractor losing keys.
In the event a master key is lost or duplicated, all locks and keys for that system will be
replaced by the City and the total cost deducted from the monthly payment due.
The Successful Contractor will report the occurrence of a lost key immediately to the City's
Contract Administrator but no later than the next workday.
CONSERVATION OF UTILITIES
The Successful Contractor will be directly responsible for instructing employees in utilities
conservation practices. The Successful Contractor will be responsible for operating under
conditions, which preclude the waste of any/all utilities.
FIRE AND SECURITY
Successful Contractor is to comply with all fire regulations and is responsible for securing
the buildings during and after clean up. The City may have security personnel on duty
during night cleaning hours.
SERVICE EXCELLENCE STANDARDS
Excellent Customer Service is the standard of the City of Miami Beach. As contract
employees of the City, security guards will be required to conduct themselves in a
professional, courteous and ethical manner at all times and adhere to the City's Service
Excellence standards.
PHOTO IDENTIFICATION
Work hereunder requires Successful Contractor employees to have on their person photo
identification at all times. The City of Miami Beach reserves the right to verify a guard's
identity and required credentials, upon that guard reporting to work.
590
Commission Memo
RFP No. 34-05106 - Unarmed Security Guard SeNlces
Maroh 14,2007
Page 180(22
If for any reason, any Successful Contractor employee is terminated; the City of Miami
Beach Contract Administrator and Procurement Director will be advised in writing.
CONCLUSION
A Resolution of the Mayor and City Commission of the City of Miami Beach, Florida,
authorizing the Administration to enter into negotiations with the top-ranked Contractor of
Security Alliance, LLC., the lowest and best bidder pursuant to Request for Proposals (RFP)
No. 34-05/06, to Provide Unarmed Security Guard Services: and should the Administration
not be able to successfully negotiate an agreement with Security Alliance, LLC., authorizing
the Administration to enter Into negotiations with the second-ranked Contractor of Navarro
Group L TO.; and further authorize the Mayor and City Clerk to execute an agreement form
approved by the City Attorney, upon completion of successful negotiations by the
Administration.
591
Commission Memo
RFP No. 34-05'06 - Unarmed Security Guard Services
March 14, 2007
Page 19 of 22
ATTACHMENT A- LEVEL I AND LEVEL II QUALIFICATIONS
LEVEL I UNARMED SECURITY OFFICER:
a. A minimum of 40 hours of training as required by the State of Florida Department of
Licensing pursuant to Section 493.6123 (1) F .S., and must possess a Florida Class
"0" License and a minimum of 16 hours of site-specific training at their assigned
post.
b. Specialized training, as requested by the City of Miami Beach Police Department, on
an as needed basis per post assignments (e.g. building evacuations, hurricane
evacuation, training, traffic control, etc.).
c. Pass a Florida Department of Law Enforcement (FOLE) criminal background check.
d. Ability to write a report to document incidents as required.
e. Ability to follow all the terms and conditions in the City of Miami Beach Post Order
Bid Manual.
f. Ability to speak English (multilingual desirable) and write all reports in English.
g. Ability to communicate, provide information, and gives directions In a courteous
matter to tourists and residents.
h. Pass a drug screening test.
i. Ability to provide protection with professionalism.
j. Ability to provide a professional level of personal interaction services.
LEVEL II UNARMED SECURITY OFFICER:
Possess all the requirements of a Levell Security Officer in addition to the following:
a. Ability to respond to and take command of emergency situation.
b. Ability to provide effective access control and maintain a safe and secure
environment.
c. Trained and certified in first aid and rendering Cardiopulmonary Resuscitation
(CPR).
d. Physically capable of pursuing and detaining individuals who have committed
criminal acts.
e. Have a minimum of 6 months of security officer experience, law enforcement or
equivalent military training.
592
Commission Memo
RFP No. 34-05106 - Unarmed Security Guard SeNlCBs
March 14, 2007
Page 20 of 22
ATTACHMENT B
Current Security Posts
Police Department
1- City Hall
1-Guard........ 8am -10:30 pm ..... Monday - Saturday (6)
2- Boardwalk
2- guards .......5am - 9arn ............Monday- Sunday (7)
3- guards........4pm -1arn ......... ...Monday - Sunday (7)
2- guards... .....9arn - 5pm. ....... .... Saturday & Sunday (2)
3- BeachwalklRDA City Center
1- guard ......... ..Sam-9am ........... ..Monday -Sunday (7)
1- guard ......... ..9am-5am ........... ..Monday -Sunday (7)
1- guard........... .Spm-1 am........... ..Monday -Sunday (7)
4- Lincoln Road/RDA City Center
2- guards...... .....6am- 4pm...... ..... Monday -Sunday (7)
4- guards....... ....4pm- 2am...... ..... Monday -Sunday (7)
5- Flaminao Park
1- guard........ ..6pm-2am..... ........ Monday -Sunday (7)
1- guard... .....1 Opm -Sam........ .... Monday -Sunday (7)
6- North Shore Youth Center
1-guard .......... 10pm- 6am........... .Monday -Sunday (7)
7- South Point ParklRDA South Pointe
2-guards.......10am -2am...........Monday- Sunday (7)
8- Alaska BavwalklRDA City Hall
1- guard... ..5am -9am............. Monday - Sunday (7)
1- guard.....6pm -12am............. Monday- Sunday (7)
593
Commission Memo
RFP No. 34-05106 - Unarmed Security Guam Services
March 14.2007
Page 21 of22
ATTACHMENT B
Current Security Posts
9- Alaska Parcel/pavment RDA South Pointe
(South Pointe Pier to Monty's Restaurant)
2- guards.. ...4pm -12am............ Monday - Sunday (7)
10- Sanitation - only on special needs
11. Police DeDt (special events)
Parkina DeDartment
** See Quick Overview on following Page
12-7th Street garage
13- 12th Street garage
14- 13th Street garage
15- 16th Street garage
16- 1 ~ Street garage
17- 42nc1 Street garage
18- Parking Coin Room
19- P-Lot @ City Hall/Convention Ctr.
ProDertv Manaaement
20- Normandv Shores Guard Gate
24 hr service/7days a week
BASS Museum
21- Bass Museum
Hours vary.....7days a week
Parks and Recreation
22- Alton Rd Golf Club
7:30pm- 8am .....7 days a week
594
Commission Memo
RFP No. 34-06106 - Unarmed security Guard Services
March 14, 2007
Page 22 of 22
ATTACHMENT B
quick Overview
Department Responsible Yearly hours - Cost Contact
Police Department 85,202 hrs..
1 City Hall 4,186 hrs --
2 Boardwalk 13,312 hrs --
3 Beach walk .......(RDA) 7,280 hrs -
4 Lincoln Road.. ...(RDA) 21,840 hrs -
5 Flamingo Park 5, 824 hrs -
6 North Shore Recreation 2,912 hrs -
7 South Polnte Park 11,648 hrs -
...(RDA)
8 Alaska Baywalk ... (RDA) 3, 640 hrs.-
9 Alaska Parcel ...... (RDA) 5, 824 hrs -
10 Sanitation Temp discontinued
11 Police Dept -spc. events As needed
** Supervisors Salary 8, 736 hrs -
Parking Division 83,616 hrs -estimate
12 7't1 Street garage 22, 776 hrs -
13 12't1 Street garage 7,956 hrs -
14 13th Street garage 10,972 hrs -
15 16th Street garage 13,312 hrs -
16 17th Street garage 17, 784 hrs --
17 4200 Street garage 8, 736 hrs -
18 Parking Div. Coin Room 2, 080 hrs -
19 P-Iot City Hall/Conv. Ctr.
Property Management 8, 736 hrs -
20 Normandy Shores Guard 8, 736 hrs -
gate
Bass Museum 7,176 hrs -- estimate
21 Bass Museum 7,176 hrs -
Parks and Recreation 3, 822 hrs-
22 Alton Road Golf Club 3,822 hrs
TOTALS 188,552 hrs - estimate
595
lD
.....
MIAMIBEACH
City of Miami Beach, 1700 Convention Center Drive, Miami Beach, Florida 33139, www.miamibeachf!.gov
PROCUREMENT DIVISION
Tel: 305.673.7490, Fax: 305-673-7851
PUBLIC NOTICE
PROVIDE UNARMED SECURITY GUARD SERVICES
Request for Proposals (RFP) No. 34-05/06
Scope of Services
This Request for Proposals (RFP) seeks responses from licensed and high performing contractors
with strong professional qualifications to provide two different levels of Unarmed Security Guard
Services. Pursuant to the City Key Intended Outcome to Increase Resident Ratings of Public Safety
Services, the City's Police Department is in need of a "best value" solution.
The billing rate quoted shall include full compensation for labor, equipment use, travel time, hiring of
security guards, to include but not limited to all drug screening, background checks, and
psychological testing of employees assigned to Miami Beach posts, and any and all cost associated
to the proposer in order to provide the City of Miami Beach with a Best Value Contract for Unarmed
Security Guard Services.
Sealed proposals will be received until 3:00 PM on July 14, 2006, at the following address:
City of Miami Beach
City Hall
Procurement Division -- Third Floor
1700 Convention Center Drive
Miami Beach, Florida 33139
Any response received after 3:00 PM on July 14, 2006 will be returned to the contractor unopened.
The responsibility for submitting proposals before the stated time and date is solely the
responsibility of the contractor.
The City will not be responsible for delays caused by mail, courier service, including U.S. Mail, or
any other occurrence.
A Pre-Proposal Submission Meeting is scheduled for June 27, 2006 at 1 :00 p.m. at the following
address:
City of Miami Beach
City Hall
First Floor Conference Room
1700 Convention Center Drive
Miami Beach, Florida.
The City of Miami Beach has contracted with BidNet and has begun utilizing a central bid
notification system created exclusively for state and local agencies located in South Florida.
Created in conjunction with BidNet(s), this new South Florida Purchasing system allows for vendors
to register online and receive notification of new bids, amendments and awards.
June12, 2006
City of Miami Beach
RFP No: 34-05/06
2 of 52
Vendors with Internet access should review the registration options at the following website:
www.govbids.com/scripts/southflorida/public/home 1.asp.
If you do not have Internet access, please call the BidNet(r) support group at 800-677-1997
extension # 214.
Attendance (in person or via telephone) to this Pre-Proposal submission meeting is encouraged
and recommended as a source of information but is not mandatory. Contractors interested in
participating in the pre-Proposal submission meeting via telephone must follow these steps:
(1) Dial the TELEPHONE NUMBER: 1-800-915-8704 (Toll-free North America)
(2) Enter the MEETING NUMBER: *2659980* (note that number is preceded and followed by the
star (*) key).
Contractors, who are interested in participating via telephone, please send an e-mail to
johnellis@miamibeachfl.gov expressing your intent to participate via telephone.
The City of Miami Beach reserves the right to accept any proposal deemed to be in the best interest
of the City of Miami Beach, or waive any informality in any proposal. The City of Miami Beach may
also reject any and all proposals.
YOU ARE HEREBY ADVISED THAT THIS REQUEST FOR PROPOSAL IS SUBJECT TO THE
FOLLOWING ORDINANCES/RESOLUTIONS, WHICH MAY BE FOUND ON THE CITY OF MIAMI
BEACH WE BSITE: http://www . miami beachfl. Qov/newcitv/depts/purchase/bid i ntro. asp
. CONE OF SILENCE -- ORDINANCE NO. 2002-3378
. CODE OF BUSINESS ETHICS -- RESOLUTION NO. 2000-23879.
. DEBARMENT PROCEEDINGS -- ORDINANCE NO. 2000-3234.
. PROTEST PROCEDURES -- ORDINANCE NO. 2002-3344.
. LOBBYIST REGISTRATION AND DISCLOSURE OF FEES -- ORDINANCE NO. 2002-
3363.
. LIVING WAGE REQUIREMENT --ORDINANCE NO. 2001-3301. Pursuant to City of Miami
Beach Living Wage Ordinance, as codified in Chapter 2, Division 6, Section 2-407 thru 2-
410 of the Miami Beach Code, all service contractors, entering into a contract with the city
shall pay to all its employees, a living wage of not less than $8.56 an hour with health
benefits, or a living wage of not less than $9.81 an hour without health benefits. For a
covered employer to company with the living wage provision by choosing to pay the lower
wage scale ($8.56/hour) when a covered employer also provides health benefits, such
health benefits shall consist of payment of at least $1.25 per hour toward the provision of
health benefits for covered employees and their dependents.
Sincerely,
Gus Lopez, CPPO
Procurement Director
June12,2006
City of Miami Beach
RFP No: 34-05/06
3 of 52
(9 MIAMIBEACH
City of Miami Beach, 1700 Convention Center Drive, Miami Beach, Florida 33139, www.miamibeachfl.gov
PROCUREMENT DIVISION
Tel: 305.673-7490, Fax: 305-673.7851
TABLE OF CONTENTS
Page
I. REQUEST FOR QUALIFICATIONS OVERVIEW AND REPONSE
PROCEDURES
A. Introduction/Analysis 5
B. Purpose 5
C. RFP Time Table 5
D. Proposals Submission 6
E. Pre-Proposal Submission Conference 6
F. Contact Person 6
G. Term of Contract 7
II. SCOPE OF SERVICES 8 -19
III. PROPOSAL FORMA T'RISK ASSESSMENT PLAN 20-25
A. Cost Information/Proposal 20/48-49
B. Organizational Chart 20
IV MINIMUM REQUIREMENTS' QUALIFICATIONS 26
V. EV ALUA TION/SELECTION PROCESS'
CRITERIA FOR EV ALUA TlON 27 -28
VI. LEGAL TERMS AND CONDITIONS 'INSURANCE 29-34
VII. PROPOSAL DOCUMENTS TO BE COMPLETED AND
RETURNED TO CITY 35-49
Acknowledgment of Addenda 36
Declaration 37
Sworn Statement/Section 287.133(3)(a), Florida Statutes - Public Entity Crimes 38-39
Questionnaire 40-44
Cost Proposal/Attachment A - Current Security Posts 48-52
VIII. BEST PERFORMANCE PROCUREMENT INFORMATION
DOCUMENTS TO BE COMPLETED BY CUSTOMERS 45
Performance Evaluation Letter 46
Performance Evaluation Survey 47
June12,2006
City of Miami Beach
RFP No: 34-05/06
4 of 52
SECTION I -
OVERVIEW
A. INTRODUCTION / BACKGROUND
Pursuant to the City Key Intended Outcome to Increase Resident Ratings of Public Safety Services,
the City's Police Department is in need of a "best value" solution.
The purpose of this RFP is to establish a contract for providing two different levels of Unarmed
Security Guards for the City of Miami Beach (the "City") for a three-year period. The contract will
commence 30 calendar days after the award by the Mayor and City Commission, and shall remain
in effect for a period of three (3) years, unless terminated by the City. Providing the Successful
Proposer(s) will agree to maintain the same terms and conditions of the current contract, this
contract could be extended for an additional three (3) years, on a year-to-year basis, at the sole
discretion and option of the City.
The Mayor and City Commission at its March 16, 2005 meeting awarded a contract to Internal
Intelligence Service, Inc., as the Successful Proposer to provide unarmed security guard services
for an estimated annual amount of $1,915,200, pursuant to Invitation to Bid No. 46-03/04.
The City's Contract Administrator on this project submitted the annual report, which characterized
Internal Intelligence's performance as "less than satisfactory". Based on said report and other
complaints received, the Administration recommended to the Mayor and City Commission at its
June 7, 2006 meeting that the RFP be issued to find a replacement contractor, which was
subsequently approved/authorized.
B. PURPOSE
It is the intent of this RFP is to use the "Best Value" Procurement process to select a Security
Guard Contractor with the experience and qualifications; the ability; capability, and capacity; and
proven past successful performance in providing high quality unarmed security guard services.
C. RFP TIMETABLE
The anticipated schedule for this RFP and contract approval is as follows:
RFP Issued June 9, 2006
Pre-Proposed Submission Meeting June 27, 2006
Deadline for receipt of questions July 5, 2006
Deadline for receipt of responses July 14, 2006
Evaluation committee meetings July/August 2006
Commission approval/ August/September 2006
authorization of negotiations
Contract negotiations
Projected contract start date
September 2006
September/October 2006
June12,2006
City of Miami Beach
RFP No 34-05/06
5 of 52
D. PROPOSALS SUBMISSION
An original and ten (10) copies of Contractors' proposal will be received until 3:00 p.m. on July 14,
2006, at the following address:
City of Miami Beach
City Hall
Procurement Division -- Third Floor
1700 Convention Center Drive
Miami Beach, Florida 33139
The original and all copies must be submitted to the Procurement Division in a sealed envelope or
container stating on the outside the Contractor's name, address, telephone number, RFP number
and title, and due date. No facsimile or e-mail responses will be considered.
The responsibility for submitting a response to this RFP to the Procurement Division on or before
the stated time and date will be solely and strictly that of the contractor. The City will in no way be
responsible for delays caused by the U.S. Post Office or caused by any other entity or by any
occurrence. Responses received after the RFP due date and time will not be accepted and will not
be considered.
E. PRE-PROPOSAL SUBMISSION MEETING
A Pre-Proposal Submission Meeting is scheduled for June 27, 2006 at 1 :00 p.m. at the following
address:
City of Miami Beach
City Hall
First Floor Conference Room
1700 Convention Center Drive
Miami Beach, Florida.
Attendance (in person or via telephone) is encouraged and recommended as a source of
information but is not mandatory, Contractors interested in participating in the pre-RFP submission
meeting via telephone must follow these steps:
(1) Dial the TELEPHONE NUMBER: 1-800-915-8704 (Toll-free North America)
(2) Enter the MEETING NUMBER: *2659980* (note that number is preceded and followed by
the star (*) key).
Contractors, who are interested in participating via telephone, please send an e-mail to the
contact person listed on the next page, expressing your intent to participate via telephone.
F. CONTACT PERSON
The contact person for this RFP is John Ellis, Assistant Procurement Director. Mr. Ellis may be
reached by phone: 305.673.7490; fax: 305.673.7851; or e-Mail: johnellis@miamibeachfl.gov.
The City's Procurement Director is authorized by the City's Cone of Silence Ordinance to have oral
communications with prospective Contractors relative to matters of process or procedures only.
June12,2006
City of Miami Beach
R F P No 34-05/06
6 of 52
Requests for additional information or clarifications must be made in writing to the Procurement
Director. Facsimile or e-mail requests are acceptable. Please sent all questions to
iohnellis@miamibeachfl.Qov and copy the City Clerk's office RobertParcher@miamibeachfl.gov.
The Procurement Director will issue replies to inquiries and additional information or amendments
deemed necessary in written addenda, which will be issued prior to the deadline for responding to
this RFP.
Contractors should not rely on representations, statements, or explanations other than those made
in this RFP or in any addendum to this RFP.
Contractors are advised that oral communications between the Contractors or their representatives
and the Mayor or City Commissioners and their respective staff, or members of the City's
administrative staff to include the City Manager and his staff, or evaluation committee members is
prohibited.
G. TERM OF CONTRACT
This contract shall commence the day specified in the contract as a result of negotiations, and
remain in effect for a period of three (3) years.
The City of Miami Beach has the option to renew the contract at its sole discretion for an additional
three (3) year period on a year-to-year basis. Renewal of the contract is a City of Miami Beach
prerogative, not a right of the contractor. Such option will be exercised, if at all, only when it is in
the best interest of the City of Miami Beach.
In the event that the contract is held over beyond the term herein provided it shall only be from a
month-to-month basis only and shall not constitute an implied renewal of the contract. Said month
to month extension shall be upon the same terms of the contract and at the compensation and
payment provided herein, and shall not exceed six (6) months.
Option to Renew / Adiustment to Contract Amount: In the event the City of Miami Beach exercises
its option to renew beyond the initial three (3) year contract, the contract prices and any other terms
the City may choose to negotiate, will be reconsidered for adjustment prior to renewal due to
increases or decreases in labor costs; but in no event will the prices be increased or decreased by
a percentage greater than the percentage change reflected in the Consumer Price Index - All
Urban Areas (CPI-U) as published by the U.S. Department of Labor. The City of Miami Beach
reserves the right to accept the renewal adjustment or to allow the contract to terminate and re-
advertise for bids, whichever is in the best interest of the City.
June12, 2006
City of Miami Beach
RFP No 34-05/06
7 of 52
SECTION II -- SCOPE OF SERVICES
CONTRACT REQUIREMENTS
The Successful Proposer(s) will provide the following:
· A minimum of one (1) roving shift supervisor equipped with an automobile on duty within
the City limits of Miami Beach at all times. This supervisor will be able to respond to any
site within 15 minutes. A list must be submitted in writing, identifying the name(s) of each
roving shift supervisor, and all security personnel under their supervision, to the Miami
Beach Police (MBPD), Contract Administrator.
· A written street/park lighting report, where applicable, forwarded to the Miami Beach
Police Department within 48 hours of any "lights out" occurrence.
· All drug screening, background checks, and psychological testing of employees
assigned to Miami Beach posts at the Successful Proposer's expense.
· All sensors/readers at contracted posts to ensure that security officers are making
required rounds at assigned frequencies and times and provide a weekly computerized
printout downloaded from sensors installed at each post to the Police Department. The
location of the sensors will be submitted to the MBPD for approval.
· A supervisor, who will be required to meet with the MBPD, authorized representative,
upon request.
· All uniforms, radios, firearms, rain gear, traffic vests, tools and equipment necessary to
perform the required security services in accordance with the bid documents.
· Uninterrupted services under all conditions. to include but not limited to the threat of a
strike or the actually to the threat of a strike or the actuality of a strike, adverse weather
conditions, a disaster, or emergency situations, at the agreed upon hourly contractual
rate.
· Compliance by their personnel assigned to City of Miami Beach posts with the Security
Contractor's Post Order and Rules and Regulations Manual.
· Any holiday and sick-time pay to assigned personnel.
· A written quarterly statistical analysis report of security incidents forwarded to the City of
Miami Beach Police Department on a quarterly basis.
· Certify in writing, the names of all employees who will provide security services to the
City of Miami Beach, of which will have a valid Florida Armed Security Guard Licenses
(D) and G), Copies of State Iicense(s) will be keep in employee personnel file for
immediate viewing if necessary and produced in hard copy within five business days
(excluding weekends and holidays) upon receipt of request from the MBPD.
The City reserves the right to take any action necessary to ensure that the security forces are fully
staffed in order to protect the City of Miami Beach property, personnel, and assets.
This may include contractual arrangements with others contractors for the purpose of obtaining
additional resources in the event that the Successful Proposer(s) cannot perform, If such
arrangements are deemed necessary, then the Successful Proposer(s) may, at the sole discretion
of the City of Miami Beach, be terminated, and any cost incurred by the City of Miami Beach may be
withheld from funds owed to the Successful Proposer(s).
June12, 2006
City of Miami Beach
RFP No 34-05106
8 of 52
The City of Miami Beach reserves the right to an employee from a duty assignment, and lor bar the
employee from further service under this Contract.
The Successful Proposer(s) will be responsible for advertising and recruiting help, preparing
paychecks, payroll taxes, Social Security and Withholding taxes, preparing W-2's, Unemployment
and Workmen's Compensation claims and liability insurance. The obligation of the City of Miami
Beach will be solely to compensate the Successful Proposer(s) for the number of hours provided
monthly in accordance with the contract price schedule. The Successful Proposer(s) will provide a
Schedule of Values/Payment Schedule to the City's Contract Administrator for review and approval,
prior to the commencement of work.
Safeguards for the City's protection will be made a part of this new contract. Should the successful
proposer(s) provide security guards employed by a sub-contractor the successful proposer(s) will
be required to provide a Labor and Materials (Payment Bond), in the amount of $100,000, The
successful proposer(s) will also provide an Employee Dishonesty Bond in the amount of $25,000.
Additionally, the City reserves the right to deduct payment(s) in an amount specified in the
bid/contract documents for either non-qualified security guard, and/or for unsatisfactory
performance in accordance with the specified Terms and Conditions of the RFP.
RECORDS
The Successful Proposer(s) will submit all invoices to the City of Miami Beach containing an
itemized employee time record, to include the employee name and hours worked/shift, for the time
period identified on the invoice, The computerized printout from the downloaded sensors will
accompany the weekly invoices. These printouts will be the same date and time frame of the
submitted invoices.
All correspondence, records, vouchers and books of account insofar as work done under this
Contract is concerned, will be open to inspection, by an authorized City of Miami Beach
representative, during the course of the Contract and for a period of two (2) years after expiration of
the Contract.
The Successful Proposer will maintain accurate and complete records of personnel criteria, training
criteria and biographical data of all personnel affiliated with this Contract. The Successful Proposer
will keep on file a separate personnel file for each employee employed under the Miami Beach
contract. This file will specifically, along with the above mentioned criteria, include;
. Personal information of the employee, sex/race/ DaB/ and social security number.
. Copies of Florida Drivers license and security guard class uO" license.
· Proof of successful Background check, Drug screen, and Polygraph examination.
· Copies or notification of all discipline actions taken by the vendor or City of Miami
Beach. This will include all verbal or written documentation of warnings or discipline.
The City reserves the right to perform audit investigations of the Successful Proposer's payroll and
related records of employees assigned to the City of Miami Beach to ascertain that such
employees' records indicate payment received for the specific hours worked for the City. Such audit
will be at the discretion of and at the option of the City.
Successful Proposer(s) will be required to provide any/all records in its possession which contain
information concerning hours worked and payment received based on the contractor's invoices to
the City of Miami Beach.
June12, 2006
City of Miami Beach
RFP No: 34-05/06
9 of 52
All required documentation and personnel files will be readily available for inspection by any
authorized City of Miami Beach representative, during initial research and during the course of this
Contract. Failure to have the required documentation will be deemed as non-compliance to the
Terms and Conditions of the contract.
Each guard must have their individual "0" and uG" license in their possession while performing
work for the City of Miami Beach, and if operating a vehicle have a valid driver's license.
Work Force and Work AssiQnments
Unarmed security guards will be provided to work various locations, including patrolling numerous City
of Miami Beach facilities. All Security Guards will be required to carry 2-way radios and electronic
scanner wards unless specifically exempted by the City of Miami Beach Contract Administrator.
ReQular Security Officer Duties
1. All security personnel furnished by the Successful Proposer(s) to Miami Beach will be required
to monitor the facilities by walking the Facility, riding a golf cart and/or whatever other means
the City of Miami Beach considers best for each facility and/or location.
2. All security personnel furnished by Successful Proposer(s) to the City of Miami Beach will
provide all phases of building and personnel security, personal property protection and vehicle
protection, both within and out of the facility. This will include, but not limited to, making rounds
and clock rounds of assigned areas and key locations; checking lights; assuring locks of gates
and doors.
3. The Successful Proposer's personnel will take proper steps to prevent unauthorized entrance
and access to the Facility or contents thereof.
4. While fulfilling regular security duties, Successful Proposer's personnel may detain any person
using reasonably necessary measures, in or about the premises, until said personnel is able to
turn such person(s) over to the police.
5. Reporting in detail daily reports to employee's Supervisor verbally and in writing, in a prescribed
manner, regarding the performance of his/her shift and special reports regarding any problems
or incidents occurring during his/her shift of all unusual situations and circumstances. Such
daily reports will be submitted to the City of Miami Beach on a weekly basis.
6. Conducting and/or undertaking initial incident investigations and submitting appropriate
detail reports to the City of Miami Beach without undue delay. Special incident reports will
be submitted to the City of Miami Beach the following business day.
7. All security personnel furnished to City of Miami Beach will give instructions or information to
visitors upon request, or direct them to the appropriate administrative office if any questions
cannot be answered. Security personnel will, escort from time to time, patrons to their vehicles
at patron's request.
8. Utilizing their two-way radio, security personnel must contact their supervisor or their base
station, which can contact and dispatch police if the need arises.
9. The Successful Proposer(s) and their assigned personnel will follow all terms, conditions, and
procedures as outline in the attached "Post Orders for the City of Miami Beach Security Guard
Contracts.
10. Responding to alarms, suspicious activities, fires, injuries, security incidents or any
emergency situation.
June12. 2006
City of Miami Beach
RFP No 34-05/06
10 of 52
11. Performing any other duties or functions not specifically outlined or set forth above but whict,
are identified as falling within the scope and realm of a security officer's responsibilities.
12. The Successful Proposer(s) will provide an adequate supply of flashlights and batteries,
raingear, uniforms, clipboards and any other personnel equipment required for the Security
Guard to perform their duties.
13. The Successful Proposer(s) will provide all related forms, pencils, pens and miscellaneous
office supplies.
14. All equipment utilized by the Successful Proposer(s) in the execution of this contract shall
be maintained by the Successful Proposer(s).
15, All Successful Proposer(s) personnel will read, understand and follow the attached "Post
Orders for the City of Miami Beach Security Guard Contracts.
Supervisor Duties
The Successful Proposer's supervisor in charge of its employee(s) to the City of Miami Beach shall:
1. Review the day or night activities and report in writing to the proper City of Miami Beach
authorities any unusual incident.
2. Insure proper inventory of keys, electronic key cards and supplies.
3. Coordinate with proper City of Miami Beach designees all security operations and services
for regular and event assignments to insure that all are properly staffed. In some instances,
this requires daily contact with City of Miami Beach staff to learn of authorized activities.
4. Conduct daily visual inspection of assigned personnel verifying all post are manned and all
security guard are fully equipped and in proper uniform. Additional locations may be added
and some existing locations may be deleted from service requirements.
5. Install scanner buttons where directed by the City of Miami Beach Contract Administrator.
6. Provide weekly downloads of all the City of Miami Beach Posts where scanner buttons are
installed. The downloaded information will accompany the weekly invoices.
Service Locations and Assiqnment Hours
See Attachment A - "Post Orders for City of Miami Beach Security Contracts" for locations/shifts
requiring service. It will be the sole discretion of the City of Miami Beach as to locations, number of
guards, and hours of services needed. The City of Miami Beach reserves the right to add other
possible locations and to change the required hours of service during the term of the Contract.
Overtime
No overtime for either regularly scheduled or special event guards will be paid by City of Miami Beach
for security personnel supplied by the Successful Proposer(s) unless pre-approved by the City of Miami
Beach Contract Administrator.
Personnel Probation
The City's Contract Administrator or designated representative personnel may observe each employee
of the Successful Proposer(s) for a period of thirty (30) consecutive days. If during this probation, the
City of Miami Beach is not satisfied with the performance ofthat employee, the City of Miami Beach will
notify the vendor of such performance and the vendor will replace such employees immediately,
June12,2006
City of Miami Beach
RFP No 34-05/06
11 of 52
Additionally, the City of Miami Beach reserves the right to demand in writing that the Successful
Proposer(s) relieve an employee from a duty assignment, and/or ban the employee from further service
under the contract, at the sole discretion of the City of Miami Beach.
Personnel must not be employed by the Successful Proposer(s) under the Contract if they have
currently or have in the past been involved in:
a. Military conduct resulting in dishonorable or undesirable discharge.
b. Any pattern of irresponsible behavior, including but not limited to unreasonable driving or
a problem employment record.
c. Personnel employed by Internal Intelligence to provide services for the City of Miami
Beach must successfully complete a polygraph examination, to be conducted at the
Successful Proposer(s) expense, prior to assignment, and whose minimum testing
parameters will include:
1. Nature of discharge from military service.
2. Substance abuse (drug and alcohol).
3. Child abuse and/or molestation.
4. Convictions (misdemeanors and/or felony).
5. Dismissal other than layoff.
Uniforms
All security personnel furnished to the City of Miami Beach will be well groomed and neatly uniformed.
Each guard supplied by the Successful Proposer(s) will wear a nameplate bearing the guard's name.
Successful Proposer's name will appear either on guard's nameplate or as a patch on guard's uniform.
Uniforms will be readily distinguishable from the City of Miami Beach Police uniforms.
Trainina
The Successful Proposer(s) is required to provide training to all field personnel in order that the City
of Miami Beach may be assured said personnel are capable of assuming the responsibilities of
respective assignments.
The cost for such training will be considered as a part of the Successful Proposer's operational
expenses and should be considered when proposing overall hourly rate. The time spent by staff in
such a program, though required, is not billable to the City of Miami Beach. All security personnel
are to successfully complete and pass such training course prior to assumption of duty under this
contract. This training course, to be developed or made available by the Successful Proposer(s), is
to include minimum requirements for subject matter and hours of instruction, and must be approved
by the City of Miami Beach.
The City of Miami Beach evaluation of proposed training will include, but not be limited to, previews
of techniques and methods of instruction, quality of instructions, motivation, adequacy of classroom
and supportive adjunct training materials, test content, and individual retentiveness.
All formal training is to be administered by persons, corporations, and/or institutions that have been
expressly approved by the City of Miami Beach. A written certification of each employee's training
will be made available as part of the employee's personnel file. The Successful Proposer's
supervisors must have also completed required training and worked for six (6) continuous months
as an actual guard; additionally, basic supervisory skills are required, as well as an overall
knowledge of operations, locations, etc.
June12, 2006
City of Miami Beach
RFP No 34-05/06
12 of 52
Assianment of Contract
Successful Proposer will not assign. transfer, conveyor otherwise dispose of the Contract, or of any or
all of its rights, title or interest therein, or its power to execute such Contract to any person, company or
corporation without prior written consent of the City of Miami Beach.
Protection of Property
The Successful Proposer(s) will at all times guard against damage to or loss of property to the City and
will replace or repair any loss or damage unless the damage is caused by The City of Miami Beach,
another Successful Proposer(s) and/or contractors. The City of Miami Beach may withhold payment or
make such deductions as it might deem necessary to insure reimbursement for loss or damage to
property through negligence of the Successful Proposer(s), its employees or agents.
Expenditures
The Successful Proposer(s) understands that any expenditure that it makes, or prepares to make in
order to perform the Services required by the City of Miami Beach, is a business risk which the
Successful Proposer(s) must assume.
Fine
Fines may be imposed on the Successful Proposer(s) for violations by its personnel by deducting the
amount of the fine from a subsequent invoice for that location. Notice of a violation and the intent to
impose a fine will be given to the Successful Proposer(s) by sending a copy of the site representative's
report, through the Contract Administrator, promptly after the site representative submits it. This allows
the Successful Proposer(s) time to bring any extenuating circumstances to the site and contract
administrator's attention. All fines are assessed by the City of Miami Beach Contract Administrator,
whose decisions are final,
Violations that may result in a fine includes but are not limited to those listed below. Fines imposed will
be $100.00 per infraction.
ManaqementlAdministrative Violations:
1. Not properly equipped for specific detail;
2. No radio or inoperative radio;
3. No scanner wand, improper scanning buttons, failure to fix inoperative scanning buttons.
4. Leaving an abandoned post unattended or failure to fill post assignment within one and
one half (1-1/2) hours of scheduled event.
5. Lack of contract supervision;
6. Excessive hours on duty (more than 10 hour shift not approved in advance by the
Contract Administrator;
7. Assigning any guard previously suspended from duty by the Contract Administrator;
8. Failure to follow all Vendor Rules and Regulations; and
9. Incidents where Vendor Rules and Regulations where discipline was insufficient.
Violations that may result in a fine include but are not limited to those listed below. Fines imposed will
be $100.00 per infraction.
June12,2006
City of Miami Beach
RFP No 34-05/06
13 of 52
Security Officer Violations:
1. Inappropriate behavior (reading, lounging, inattention, etc.);
2. Failing to make a report promptly;
3. Improper clock rounds;
4. Failing to follow post orders;
5. Improper or badly soiled uniforms;
6. Acts of theft or vandalism; and
7. Failure to adhere to City of Miami Beach policies, procedures and locations guidelines.
Security Officer Significant Violations ($250.00):
1. Late for duty;
2. Sleeping on duty;
3. Abandoning post;
4. Participating or attempting to; in any criminal act; and
5. Any action that would cause the City harm, physically, financially, or in repetition.
Repeated violations of any type at the same location will be taken as proof of a general
incapacity on the part of the Successful Proposer(s) to perform in accordance with contract
requirements.
PRE-AWARD INSPECTION OF FACILITY
The Successful Proposer(s) will have the personnel, equipment and organization necessary to
satisfactorily provide the services required in this contract to include, but not limited to:
*
*
Performing required background checks on all guards and to provide all
required training and supervision. Successful Proposer(s) will provide
written documentation, which states in detail, that these requirements
have been met, prior to the assignment of security personnel.
Radios are to be utilized by all assigned security personnel. The Successful
Proposer(s) will maintain a South Florida office with supervisory personnel
reachable by telephone (only) on a 24-hour basis,
COMMUNICATION SYSTEM
The Successful Proposer will be responsible for the following:
1. HAND-HELD RADIOS
Two-way hand-held radios, licensed for use by the Federal Communications Commission
(FCC), will be provided by the Successful Proposer to all on-duty contract security officers and
supervisors as required unless otherwise accepted by the City of Miami Beach Police
Department Contract Administrator.
2. SUCCESSFUL PROPOSER CENTRAL DISPATCH
The Successful Proposer(s) will provide a centralized dispatching service through use of a
stationary base station manned by experienced personnel on a 24-hour per day basis, to
include
a taped back-up system. A mobile transmitter/receiver, operated by field personnel, will not be
considered sufficient to adequately provide such service. Successful Proposer(s) personnel
must be available at the Central Dispatch Station who has the ability and authority to take
immediate action on behalf of the Successful Proposer(s), as required.
June12, 2006
City of Miami Beach
RFP No. 34-05/06
14 of 52
The Successful Proposer(s) will provide the names, with all pertinent information of these assigned
personnel, to the City's Contract Administrator.
SYSTEM QUALITY
The Successful Proposer(s) will at all times, have high quality radio communications (transmitting
and receiving). The Successful Proposer(s) will be totally responsible for providing and maintaining
required system quality, as follows:
1. The Successful Proposer(s) will providellease a network of transceivers and
repeaters of sufficient strength and capacity to service all sites specifically identified
in this Invitation to Bid.
2. The Successful Proposer(s) must providellease an exclusive radio frequency
operated exclusively by the Contractor. Radios will have printout identification and
emergency capability.
3. The Successful Proposer(s) must implement a program of maintenance and repair
for all equipment to be used in the performance of this contract. Such a program will
ensure the optimum performance of all equipment at all times, thereby, allowing the
system to meet the service requirements and quality standards specified above.
The Successful Proposer(s) will ensure that all radio equipment has sufficient operating power at all
times during a tour of duty. It may be necessary for the Successful Proposer(s) to implement a
system by which fresh batteries, adequate supply of flashlights or charged radios, are delivered to
the posts in order to meet this requirement.
EVALUATION OF RADIO COMMUNICATIONS SYSTEM
All aspects ofthe Successful Proposer's radio communications system will be evaluated by the City
of Miami Beach prior to award of Contract. Should the system be judged inadequate to provide
service within the contractual standards specified herein, and the Successful Proposer(s) is unable
and/or unwilling to make changes deemed necessary by the City of Miami Beach, then the
Successful Proposer(s) will be considered non-responsive to the required Terms and Conditions of
this Contract.
likewise, should there be a deterioration of performance during the term of this contract, and the
Successful Proposer(s) is unable or unwilling to make the required improvements, the City of Miami
Beach may terminate, in accordance with the Termination for Default Clause of this Contract. The
City of Miami Beach will address, in writing to the Contractor, any/all identified inadequacies of the
required radio communications, prior to any termination procedures.
PROVIDED BY THE CITY OF MIAMI BEACH
The City of Miami Beach will provide to Successful Proposer(s), for the duration of the contract, the
Post Order and Rules and Regulation Manual, Changes to Post Orders, if needed, will be provided
by the Contract Administrator through written addendum to these orders.
PERFORMANCE OF CONTRACT
This contract may be terminated upon thirty days written notice to the Successful Proposer(s) due
to lack of performance and after Successful Proposer(s) fails to correct deficiencies after written
notification.
June12, 2006
City of Miami Beach
RFP No 34-05/06
15 of 52
Performance items include, but are not limited to the following:
a, Security Guard timeliness in responding to assigned post;
b, Security Guard dressed incomplete uniform, to include (serviceable radio, fire
arm, etc.);
c. Security Guard completion of all assignments, in a timely manner;
d, Successful Proposer(s) not providing required training to all assigned security
guards;
e. Successful Proposer(s) not providing the required trained supervisory
personnel;
f. Successful Proposer(s) to ensure compliance of Miami Beach Security
Contractor's Post Orders Manual;
g. Successful Proposer(s) reporting of anylall missing City supplies, equipment,
property; and
h. Excessive non-compliance incidences.
Additionally, the City of Miami Beach reserves the right to have any security guards removed from
Miami Beach assigned posts for violation of the Post Orders Manual. The City of Miami Beach
Police Department will not pay Successful Proposer(s) billing charges for times in excess of thirty
(30) minutes between security officer rounds made between sensors, unless there are extenuating
circumstances or this requirement is waived by the City of Miami Beach Police Department on a
post by post basis.
LICENSES AND PERMITS
Successful Proposer(s) will abide by all ordinances and laws pertaining to his operation and will
secure, at his expense, all licenses and permits necessary for these operations.
PERFORMANCE EVALUATION MEETINGS
The Successful Proposer(s) will assign two (2) Contract Managers to meet with the City of Miami
Beach Contract Administrator on a daily basis, if required. Regularly scheduled meetings will be
held on a monthly basis. Additionally, a meeting will be held whenever a Contract Discrepancy
Report is issued by the City Contract Administrator. A mutual effort will be made to resolve all
problems identified. The written minutes of these meetings will be signed by the Successful
Proposer's Contract Administrator and the City's Contract Administrator, and a copy will be
forwarded to the Procurement Director. Should the Successful Proposer(s) not concur with the
minutes, he will state in writing to the Procurement Director any areas wherein he does not concur.
Fine assessment procedure;
Once a violation which has the possibility of a fine assessment is identified and written notification
of intent to fine ("Contract Discrepancy Report") is issued to the Successful Proposer(s), The
Successful Proposer(s) will have seven (7) days to provide a written response to the CMS Contract
Administrator. The Contract Administrator will review all written documents, conduct a cursory
investigation if the needed and a final determination will be forwarded to the Vendor and the CMB
Procurement Dept. Security Contract Administrator's decision is final.
KEY CONTROL
The Successful Proposer(s) will establish and implement methods of ensuring that all keys issued
to the Successful Proposer(s) by the City are not lost, or misplaced, and are not used by
unauthorized person(s). No keys issued the Successful Proposer(s) by the City will be duplicated.
The Successful Proposer(s) will develop procedures covering key control that will be included in
his/her quality control plan, which will be submitted to the City's Contract Administrator and
Procurement Director.
June12, 2006
City of Miami Beach
RFP No 34-05/06
16 of 52
The Successful Proposer(s) may be required to replace, re-key, or to reimburse the City for
replacement of locks or re-keying as a result of Successful Proposer(s) losing keys.
I n the event a master key is lost or duplicated, all locks and keys for that system will be replaced by
the City and the total cost deducted from the monthly payment due.
The Successful Proposer(s) will report the occurrence of a lost key immediately to the City's
Contract Administrator but no later than the next workday.
CONSERVATION OF UTILITIES
The Successful Proposer(s) will be directly responsible for instructing employees in utilities
conservation practices. The Successful Proposer(s) will be responsible for operating under
conditions, which preclude the waste of any/all utilities.
FIRE AND SECURITY
Successful Proposer(s) is to comply with all fire regulations and is responsible for securing the
buildings during and after clean up. The City may have security personnel on duty during night
cleaning hours.
SERVICE EXCELLENCE STANDARDS
Excellent Customer Service is the standard of the City of Miami Beach. As contract employees of
the City, security guards will be required to conduct themselves in a professional, courteous and
ethical manner at all times and adhere to the City's Service Excellence standards.
PHOTO IDENTIFICATION
Work hereunder requires Successful Proposer(s) employees to have on their person photo
identification at all times. The City of Miami Beach reserves the right to verify a guard's identity and
required credentials, upon that guard reporting to work. If for any reason, any Successful
Proposer(s) employee is terminated, City of Miami Beach Contract Administrator and Procurement
Director will be advised in writing.
CUSTOMER SERVICE:
Excellent customer service is the standard of the City of Miami Beach. As contract employees of
the City, all employees will be required to adhere to the City's "Service Excellence" standards and
expected to conduct themselves in a professional, courteous and ethical manner in all situations,
The successful bidder's employees must work as a cooperative team of well-trained professionals,
and must serve the public with dignity and respect. All business transactions with the City will be
conducted with honesty, integrity, and dedication.
Customer Service Standards:
All City employees have been trained and are expected to perform to the City of Miami Beach's
customer service standards. All vendors and contractors that are partnered with the City are also
expected to perform and comply with these customer service standards. The customer service
standards are provided below and are segmented based on different forms of customer
interactions. Information is also provided on how these customer standards are monitored.
June12,2006
City of Miami Beach
RFP No 34-05/06
17 of 52
Telephone
. Telephones will be covered at all customer-contact points during normal business hours
answering within the third ring.
. Phone messages received will be responded to (if requested) in a timely manner, two
business days, even if just to acknowledge receipt. An estimate of time to resolve the
problem to be given if applicable.
. Calls coming from external sources will be answered with a consistent greeting such as
"Good morning, City of Miami Beach, John Smith, may I help you?"
. Employee will take responsibility for providing a solution and/or options to the customer's
request.
. Request permission from the caller before transferring a call, provide the caller with the
name and number of the person being transferred to, and stay on the line to announce
the caller to the person receiving the transfer. If the transfer cannot be accomplisher
(busy, no answer or the person is unavailable), the employee will reconnect with the
caller and ask if they want to leave a message.
. Voice mail messages will include employee's full name, working hours, and optional
phone number to call. When employee is away for an extended period of time, the voice
mail message will communicate such absence and offer an option for the caller.
. Thank the customer for calling and ask if further assistance is needed prior to concluding
the call.
Written Correspondence
. Correspondence start with a greeting.
. E-mail signatures (e-mail) will include the name, title, department, division, and contact
number.
· Activate the e-mail Out-of Office Assistance when away from the office for and extended
period of time.
· Acknowledge e-mails and faxes that require a response within two business days.
. Respond to letters within 10 business days.
· Use correct spelling and grammar, including accurate name and address.
· Provides complete, accurate, and precise information regarding their inquiry.
· Fax cover sheets will be legible and include name, telephone number, and the name and
fax number of the receiver.
June12. 2006
City of Miami Beach
RFP No 34-05/06
18 of 52
Personal Contact
. Respond to customers in a courteous manner... the customer is not always right, but
always deserves to be treated with respect.
. Provide accurate and understandable solutions/options to customer requests or directs
the customer to the appropriate person who may have knowledge in the subject matter.
. Average or maximum wait time without an appointment should be no longer then 30
minutes or scheduled for a mutually convenient time.
. Counter will be staffed during business hours.
. Employees will dress in attire that is professional, tasteful, appropriate and consistent
with the individual departmental policies.
Monitoring our Standards
. Our customer service team will oversee all customer service standards,
. If we do not meet our standards, we will implement an action plan to improve our
service.
. We will listen and do all we can to resolve issues.
. For questions and/or concerns, contact the Answer Center at 305-604-CITY.
June12, 2006
City of Miami Beach
RFP No 34-05/06
19 of 52
SECTION III - PROPOSAL FORMAT
Proposals must contain the following documents, each fully completed, and signed as required. If
any items are omitted, Contractors must submit the documentation within five (5) calendar days
upon request from the City, or the proposal shall be deemed non-responsive. The City will not
accept cost information after deadline for receipt of proposal.
1. Table of Contents
Outline in sequential order the major areas of the proposal, including enclosures. All pages
must be consecutively numbered and correspond to the table of contents.
2. Proposal Points to Address:
Proposer must respond to all minimum requirements listed below. Proposals which do not
contain such documentation may be deemed non-responsive.
June12, 2006
City of Miami Beach
a)
Introduction letter outlining the Contractors professional specialization, provide past
experience to support the qualifications of the submitter. Interested Contractors
should submit documents that provide evidence as to the capability to provide
security guard services.
Contractors must provide documentation which demonstrates their ability to satisfy
all of the minimum qualification requirements (Section IV, Page 26).
Cost Information:
Cost information must be submitted with your proposal, and if selected as
successful contractor, cost will be negotiated. At a minimum, contractors shall
complete the Cost Proposal Forms for Option 1 and Option 2, on Pages 48 and
49.
b)
c)
d)
Client Survey:
Please provide your client with the Performance Evaluation Letter and Survey
attached herein on pages 44 and 45, and request that your client submit the
completed survey to the contact person listed on page 6.
e)
Past Performance Information:
Past performance information will be collected on all contractors. Contractors are
required to identify and submit their best projects. Contractors will be required to
send out Performance Evaluation Surveys to each of their clients. Contractors are
also responsible for making sure their clients return the Performance Evaluation
Surveys to the City. The City reserves the right to verify and confirm any information
submitted in this process. Such verification may include, but is not limited to,
speaking with current and former clients, review of relevant client documentation,
site-visitation, and other independent confirmation of data.
f)
Qualifications of Contractor Team:
Provide an organizational chart of all personnel and contractors to be used on this
project and their qualifications. A resume of each individual, including education,
experience, and any other pertinent information shall be included for each team
member to be assigned to this project
RFP No 34-05/06
20 of 52
g) Risk-Assessment Plan (RAP):
All contractors must submit a Risk-Assessment Plan. The Risk-Assessment Plan
must not be longer than two pages front side of page only. The RAP should address
the following items in a clear and generic language:
(1) What risks the project has. (Areas that may cause the contractor not
to finish on time, not finish with budget, cause any change orders, or
be a source of dissatisfaction with the owner).
(2) Explanation of how the risks will be avoided/minimize.
(3) Propose any options that could increase the value of this project.
(4) Explain the benefits of the Risk Assessment Plan. Address the
quality and performance differences in terms of risk minimization that
the City can understand and what benefits the option will provide to
the user. No brochures or marketing pieces.
The Risk Assessment Plan shall be submitted by 3:00 p.m. on July 14, 2006, but
as a separate document from the RFP proposal documentation. The Risk
Assessment Plan shall be a fully anonymous two page non-technical plan without
the specification of your company name, manufacturer, or any material technical
descriptions.
h) Financial Statements:
The selected Proposer shall have a minimum "A" rating from Standard & Poor or
Moody's as of the due date of this RFP, if the company has a rating by either of
those agencies. If the selected Proposer has no such rating because it is a non-
profit entity or it is a non-stock organization and it has no long-term debt, then the
selected Proposer shall submit financial statements showing a strong financial
position, including strong asset to liability ratio, to be determined by the City.
3. Acknowledgment of Addenda:
(IF REQUIRED BY ADDENDUM) and Proposer Information forms (Pages 24-32);
4. Other Documents Required.
June12, 2006
City of Miami Beach
R F P No 34-05/06
21 of 52
Risk Assessment Plan Guide
Introduction
The purpose of the Risk Assessment (RA) plan is to capture the vendor's ability to preplan (identify
the risks on a future project in terms of cost ($), time, and client expectation and performance). The
RA plan is used to:
1. Assist the client in prioritizing firms based on their ability to understand the risk of a project.
2. Provide high performing vendors the opportunity to differentiate themselves due to their
experience ad expertise.
3. Giving the competitive edge to experienced companies who have done the type of work
before, who can see the job from beginning to end, and who know how to minimize the risk.
4. Provide a mechanism for the high performers to regulate the low performers by ensuring
that if they are not selected, the selected company will minimize the risk and provide the
client with a comparable performance.
Vendors should keep in mind that RA plan is only one step in the selection process. If all the RA
plans are the same, the RA plan will have little impact in the selection (other factors, such as past
performance and interview will dictate the selection). The RA plan will become part of the contract.
RA Plan Format
The format for the RA plan is attached. The RA Plan should clearly address the following items
in a non-technical manner.
1. List and prioritize major risk items or decisions to be made that are unique to this project.
This includes items that may cause the project to not be completed on time, not finished
within budget, generate and change orders, or may be a source of dissatisfaction for the
owner. Attach a cost ($), time extension, or quality differential for every risk.
2. Explain how the vendor will avoid / minimize the risk. If the vendor has a unique method
to minimize the risk, it should be explained in non-technical terms.
3. Propose any options that could increase the value (expectation or quality) of their work.
List any value or differential that the vendor is bringing to the project.
4. Attach a schedule with up to six major milestones and weeks of each major task.
No names!!! - In order to minimize any bias by the evaluation committee, the RA must not
contain ANY names (such as contractor, manufacturer, or designer names, personnel names,
project names, product names, or company letterhead). The RA should not contain any
marketing information.
Lenath - The client's goal is to make the selection process as efficient as possible. Efficiency is
to minimize the effort of all participants, especially those who will not get the project. Therefore,
the RA plan should be a brief, well organized and concise. The RA plan must not exceed 2
pages.
Font Size - The font size should be no smaller than 12 point.
Oraanization - Outline format. The attached is only a sample.
June12, 2006
City of Miami Beach
R F P No 34-05/06
22 of 52
Impact of Risk
Risks are any items that you should be concerned with throughout the entire project. They are
the most critical items that can impact the cost, time, or quality expectation of the client. Think
through the project. What would bother the client? Why would you have to communicate with
the client? What would make someone call the client's representative and cause them stress?
The risks should be prioritized, or listed in order by the greatest at the top and the lowest risk in
decreasing order. Each risk should have a cost and/or time concern. If the risk has cost
implication, the actual estimated cost should have a cost time concerns, the number of days
should be listed.
Ratina of Risk Assessment Plans
RA plans will be rated by 3 or 4 individuals (technical and non-technical.)
Rating criteria will be:
1. The understanding and minimization of risks,
2. Contractor's differentiation of their value.
3. Schedule,
The process will take no more than 30 minutes. They will prioritize the best (10) to the worst (1).
If they all look alike, they are directed to give all "5's" and the project will be determined on the
other factors.
Checklist for Risk Assessment Plan
1. Are all names removed from the RA plan; personal, project, or company names?
2. Does every risk have a cost or time attached to it?
3. Are risks listed, high impact risks? (Do not list risks that you can easily handle unless
you perceive others are not doing it)
4. Does the RA plan include all services, quality control processes, documentation that you
do that your competition does not.
5. Are you including PR risks such as interfacing with project managers, users of the
facility, or audit/inspection personnel?
6. Do you have a simple schedule with major milestones?
7. Do you understand that anything you list becomes a part of your contract?
8. Does your RA plan differentiate you? By how much?
9. Can your RA plan make a non-technical person comfortable with hiring you?
10. Did you number the pages of the risk assessment plan?
11. Did you make (10) copies of your RA plan?
If all items are checked, your risk assessment plan is ready to submit.
June12, 2006
City of Miami Beach
R F P No: 34-05/06
23 of 52
Risk Assessment Plan Format
Please prioritize the risks (list the greatest risks first). Indicate the potential impact to cost (in
terms of $), and/or schedule (in terms of calendar Days). You may add/delete the risk tables
below as necessary.
Maior Risk Items
Risk 1:
Impact:
Solution:
Cost ($)
Schedule (Days)
Risk 2:
Impact:
Solution:
Cost ($)
Schedule (Days)
Risk 3:
Impact: Cost ($)
Solution:
Schedule (Days)
Risk 4:
Impact:
Solution:
Cost ($)
Schedule (Days)
Risk 5:
Impact: Cost ($)
Solution:
Schedule (Days)
Risk 6:
Impact:
Solution:
Cost ($)
Schedule (Days)
Risk 7:
Impact:
Solution:
Cost ($)
Schedule (Days)
Risk 8:
Impact:
Solution:
Cost ($)
Schedule (Days)
June12, 2006
City of Miami Beach
RFP No: 34-05/06
24 of 52
Risk 9:
Impact:
Solution:
Cost ($)
Schedule (Days)
Value Added Options or Differentials (what yOU will do that the others do not)
Vendors should identify any value added options or differentials that they are proposing, and
include a short description of how it adds value to the project. Identify if the items will increase
or decrease schedule, cost, or expectation. You may add/delete the value tables below as
necessary.
Item 1:
Impact:
Cost ($)
Schedule (Days)
Item 2:
Impact:
Cost ($)
Schedule (Days)
Item 3:
Impact:
Cost ($)
Schedule (Days) ,____________,___,_,________
Item 4:
Impact:
Cost ($)
Schedule (Days)
Item 5:
Impact:
Cost ($)
Schedule (Days)
Schedule (maximum six milestones)
Milestones (start, finish, no of workdays)
Total number of workdays
June12, 2006
City of Miami Beach
RFP No: 34-05/06
25 of 52
IV. MINIMUM REQUIREMENTS I QUALIFICATIONS:
a) The Security Guard Contractor shall submit incorporation or other business entity/form
documentation with their proposal. Contractor shall have provided continuous security guard
services for a minimum of five (5) years.
b) The Security Guard Contractor must provide a drug and alcohol free workplace.
c) The minimum requirements of the Unarmed Security Guards are as follows:
LEVEL I UNARMED SECURITY OFFICER:
a. A minimum of 40 hours of training as required by the State of Florida Department of
Licensing pursuant to Section 493.6123 (1) F.S" and must possess a Florida Class "0"
License and a minimum of 16 hours of site-specific training at their assigned post.
b. Specialized training, as requested by the City of Miami Beach Police Department, on an as
needed basis per post assignments (e.g. building evacuations, hurricane
evacuation, training, traffic control, etc,).
c, Pass a Florida Department of Law Enforcement (FDLE) criminal background check.
d. Ability to write a report to document incidents as required.
e. Ability to follow all the terms and conditions in the City of Miami Beach Post Order Bid
Manual.
f. Ability to speak English (multilingual desirable) and write all reports in English.
g. Ability to communicate, provide information, and gives directions in a courteous matter to
tourists and residents.
h. Pass a drug screening test.
LEVEL II UNARMED SECURITY OFFICER:
Possess all the requirements of a Levell Security Officer in addition to the following:
a. Ability to respond to and take command of emergency situation.
b. Ability to provide effective access control and maintain a safe and secure environment.
c. Ability to provide protection with professionalism,
d. Ability to provide a professional level of personal interaction services.
e. Trained and certified in first aid and rendering Cardiopulmonary Resuscitation (CPR).
f. Physically capable of pursuing and detaining individuals who have committed criminal acts.
g. Have a minimum of 6 months of security officer experience, law enforcement or equivalent
military training,
June12. 2006
City of Miami Beach
R F P No 34-05/06
26 of 52
SECTION V - EVALUATION/SELECTION PROCESS
The procedure for response evaluation and selection is as follows:
1. Request for Proposals issued.
2. Receipt of responses.
3. Opening of responses and determination if they meet the minimum standards of
responsiveness.
4. An Evaluation Committee, appointed by the City Manager, shall meet to evaluate each
response in accordance with the requirements of this RFP. Iffurther information is desired,
contractors may be requested to make additional written submissions or oral presentations
to the Evaluation Committee.
5. The Evaluation Committee will recommend to the City Manager the response or responses
acceptance of which the Evaluation Committee deems to be in the best interest of the City.
THE EVALUATION COMMITTEE WILL RECOMMEND TO THE CITY MANAGER THE
PROPOSAL WHICH THE EVALUATION COMMITTEE DEEMS TO BE IN THE BEST INTEREST
OF THE CITY BY USING THE FOLLOWING CRITERIA FOR SELECTION:
1. The experience and qualifications of the Contractor (30 points).
2. The experience and qualifications of the Management Team (20 points).
3. Past performance based on number and quality of the Performance Evaluation Surveys
(10 points).
4. Ability, Capacity, and Skill of the Contractor to Perform the Contract (10 points)
5. Cost (20 points).
6. Methodology and Approach. Risk Assessment Plan for ensuring quality of work (10
points).
The City may request, accept, and consider proposals for the compensation to be paid under the
contract only during competitive negotiations.
6. After considering the recommendation(s) of the Evaluation Committee, the City Manager
shall recommend to the City Commission the response or responses acceptance of which
the City Manager deems to be in the best interest of the City.
7. The City Commission shall consider the City Manager's recommendation(s) in light of the
recommendation(s) and evaluation of the Evaluation Committee and, if appropriate, approve
the City Manager's recommendation(s). The City Commission may reject City Manager's
recommendation(s) and select another response or responses. In any case, City
Commission shall select the response or responses acceptance of which the City
Commission deems to be in the best interest of the City. The City Commission may also
reject all proposals.
8. Negotiations between the selected respondent and the City Manager take place to arrive at
a contract. If the City Commission has so directed, the City Manager may proceed to
negotiate a contract with a respondent other than the top ranked respondent if the
negotiations with the top ranked respondent fail to produce a mutually acceptable contract
within a reasonable period of time.
June12,2006
City of Miami Beach
RFP No 34-05/06
27 of 52
9. A proposed contract or contracts are presented to the City Commission for approval,
modification and approval, or rejection,
10. If and when a contract or contracts acceptable to the respective parties is approved by the
City Commission, the Mayor and City Clerk sign the contract(s) after the selected
respondent(s) has (or have) done so.
Important Note:
By submitting a response, all contractors shall be deemed to understand and agree that no property
interest or legal right of any kind shall be created at any point during the aforesaid
evaluation/selection process until and unless a contract has been agreed to and signed by both
parties.
June12,2006
City of Miami Beach
R F P No 34-05/06
28 of 52
SECTION VI- LEGAL TERMS AND CONDITIONS /INSURANCE
A. MODIFICATIONIWITHDRAWALS OF SUBMITTALS
A contractor may submit a modified response to replace all or any portion of a previously
submitted response up until the RFP due date and time. Modifications received after the
RFP due date and time will not be considered.
Responses shall be irrevocable until contract award unless withdrawn in writing prior to the
RFP due date or after expiration of 120 calendar days from the opening of responses
without a contract award. Letters of withdrawal received after the RFP due date and before
said expiration date and letters of withdrawal received after contract award will not be
considered.
B. RFP POSTPONEMENT/CANCELLATION/REJECTION
The City may, at its sole and absolute discretion, reject any and all, or parts of any and all,
responses; re-advertise this RFP; postpone or cancel, at any time, this RFP process; or
waive any irregularities in this RFP or in any responses received as a result of this RFP.
C. COST INCURRED BY CONTRACTORS
All expenses involved with the preparation and submission of responses to the City, or any
work performed in connection therewith, shall be the sole responsibility of the contractor (s)
and not be reimbursed by the City.
D. EXCEPTIONS TO RFP
Contractors must clearly indicate any exceptions they wish to take to any of the terms in this
RFP, and outline what alternative is being offered. The City, after completing evaluations,
may accept or reject the exceptions. In cases in which exceptions are rejected, the City
may require the contractor to furnish the services or goods originally described, or negotiate
an alternative acceptable to the City.
E. SUNSHINE LAW
Contractors are hereby notified that all information submitted as part of a response to this
RFP will be available for public inspection after opening of responses, in compliance with
Chapter 286, Florida Statutes, known as the Florida Government in the Sunshine Law.
F . NEGOTIATIONS
The City may award a contract on the basis of initial offers received, without discussion, or
may require contractors to give oral presentations based on their responses. The City
reserves the right to enter into negotiations with the selected contractor, and if the City and
the selected contractor cannot negotiate a mutually acceptable contract, the City may
terminate the negotiations and begin negotiations with the next selected contractor. This
process may continue until a contract has been executed or all responses have been
rejected. No contractor shall have any rights in the subject project or property or against the
City arising from such negotiations.
June12,2006
City of Miami Beach
RFP No: 34-05/06
29 of 52
G. PROTEST PROCEDURES
Contractors that are not selected may protest any recommendation for selection of award in
accordance with City of Miami Beach Ordinance No. 2002-3344, which establishes
procedures for protesting the City Manager's recommendation. Protest not timely
pursuant to the requirements of Ordinance No. 2002-3344 shall be barred.
H. RULES; REGULATIONS; LICENSING REQUIREMENTS
Contractors are expected to be familiar with and comply with all Federal, State and local
laws, ordinances, codes, and regulations that may in any way affect the services offered,
including the Americans with Disabilities Act, Title VII of the Civil Rights Act, the EEOC
Uniform Guidelines, and all EEO regulations and guidelines. Ignorance on the part of the
contractor will in no way relieve it from responsibility for compliance.
I. DEFAULT
Failure or refusal of a contractor to execute a contract upon award by the City Commission,
or untimely withdrawal of a response before such award is made and approved, may result
in forfeiture of that portion of any surety required as liquidated damages to the City; where
surety is not required, such failure may result in a claim for damages by the City and may be
grounds for removing the contractor from the City's vendor list.
J. CONFLICT OF INTEREST
All contractors must disclose with their response the name(s) of any officer, director,
agent, or immediate family member (spouse, parent, sibling, child) who is also an
employee of the City of Miami Beach. Further, all contractors must disclose the name of
any City employee who owns, either directly or indirectly, an interest of ten (10%)
percent or more in the contractor or any of its affiliates.
K. COMPLIANCE WITH THE CITY'S LOBBYIST LAWS
All Proposers are expected to be or become familiar with all City of Miami Beach Lobbyist
laws, as amended from time to time. Proposers shall ensure that all City of Miami Beach
Lobbyist laws are complied with, and shall be subject to any and all sanctions, as prescribed
herein, in addition to disqualification of their Proposals, in the event of such non-compliance.
L. CONTRACTOR'S RESPONSIBILITY
Before submitting responses, each contractor shall make all investigations and
examinations necessary to ascertain all conditions and requirements affecting the full
performance of the contract. Ignorance of such conditions and requirements resulting from
failure to make such investigations and examinations will not relieve the successful
contractor from any obligation to comply with every detail and with all provisions and
requirements of the contract documents, or will be accepted as a basis for any claims
whatsoever for any monetary consideration on the part of the contractor.
M. RELATION OF CITY
It is the intent of the parties hereto that the successful contractor be legally considered to be
an independent contractor and that neither the contractor nor the contractor's employees
and agents shall, under any circumstances, be considered employees or agents of the City.
June12, 2006
City of Miami Beach
RFP No 34-05/06
30 of 52
N. PUBLIC ENTITY CRIME (PEC)
A person or affiliate who has been placed on the convicted vendor list following a conviction
for public entity crimes may not submit a bid on a contract to provide any goods or services
to a public entity, may not submit a bid on a contract with a public entity for the construction
or repair of a public building or public work, may not submit bids on leases of real property
to public entity, may not be awarded or perform work as a contractor, supplier,
sub-contractor, or contractor under a contract with a public entity, and may not transact
business with any public entity in excess of the threshold amount provided in Sec. 287.017,
for CATEGORY TWO ($25,000,00) for a period of 36 months from the date of being placed
on the convicted vendor list.
O. ASSIGNMENT
The successful contractor shall not enter into any sub contract, retain contractors, or assign,
transfer, convey, sublet, or otherwise dispose of this contract, or of any or all of its right, title,
or interest therein, or its power to execute such contract to any person, firm, or corporation
without prior written consent of the City. Any unauthorized assignment shall constitute a
default by the successful contractor.
P. INDEMNIFICATION
The successful contractor shall be required to agree to indemnify and hold harmless the
City of Miami Beach and its officers, employees, and agents, from and against any and all
actions, claims, liabilities, losses and expenses, including but not limited to attorneys fees,
for personal, economic or bodily injury, wrongful death, loss of or damage to property, in
law or in equity, which may arise or be alleged to have arisen from the negligent acts or
omissions or other wrongful conduct of the successful contractor, its employees, or agents
in connection with the performance of service pursuant to the resultant Contract; the
successful contractor shall pay all such claims and losses and shall pay all such costs and
judgments which may issue from any lawsuit arising from such claims and losses, and shall
pay all costs expended by the City in the defense of such claims and losses, including
appeals.
Q. TERMINATION FOR DEFAULT
If through any cause within the reasonable control of the successful contractor, it shall fail to
fulfill in a timely manner, or otherwise violate any of the covenants, agreements, or
stipulations material to the Agreement, the City shall thereupon have the right to terminate
the services then remaining to be performed by giving written notice to the successful
contractor of such termination which shall become effective upon receipt by the successful
contractor of the written termination notice.
In that event, the City shall compensate the successful contractor in accordance with the
Agreement for all services performed by the contractor prior to termination, net of any costs
incurred by the City as a consequence of the default.
Notwithstanding the above, the successful contractor shall not be relieved of liability to the
City for damages sustained by the City by virtue of any breach of the Agreement by the
contractor, and the City may reasonably withhold payments to the successful contractor for
the purposes of set off until such time as the exact amount of damages due the City from
the successful contractor is determined.
June12.2006 RFP No 34-05/06
City of Miami Beach 31 of 52
R. TERMINATION FOR CONVENIENCE OF CITY
The City may, for its convenience, terminate the services then remaining to be performed at
any time without cause by giving written notice to successful contractor of such termination,
which shall become effective thirty (30) days following receipt by contractor of such notice,
In that event, all finished or unfinished documents and other materials shall be properly
delivered to the City. If the Agreement is terminated by the City as provided in this section,
the City shall compensate the successful contractor in accordance with the Agreement for
all services actually performed by the successful contractor and reasonable direct costs of
successful contractor for assembling and delivering to City all documents. No
compensation shall be due to the successful contractor for any profits that the successful
contractor expected to earn on the balanced of the Agreement. Such payments shall be the
total extent of the City's liability to the successful contractor upon a termination as provided
for in this section.
S. INSURANCE
Successful Contractor shall obtain, provide and maintain during the term of the Agreement
the following types and amounts of insurance as indicated on the Insurance Checklist which
shall be maintained with insurers licensed to sell insurance in the State of Florida and have
a B+ VI or higher rating in the latest edition of AM Best's Insurance Guide. Name the City of
Miami Beach as an additional insured on all liability policies required by this contract. When
naming the City of Miami Beach as an additional insured onto your policies, the insurance
companies hereby agree and will endorse the policies to state that the City will not be liable
for the payment of any premiums or assessments.
Any exceptions to these requirements must be approved by the City's Risk Management
Department.
FAILURE TO PROCURE INSURANCE:
Successful contractor's failure to procure or maintain required insurance program shall
constitute a material breach of Agreement under which City may immediately terminate the
proposed Agreement.
T. CONE OF SILENCE
Pursuant to Section 2-486 of the City Code, entitled Cone of Silence, you are hereby
advised that the Cone of Silence requirements listed herein shall apply.
U. DEBARMENT ORDINANCE
Proposers are hereby advised that this RFQ is further subject to City of Miami Beach
Ordinance No, 2000-3234 (Debarment Ordinance). Proposers are strongly advised to
review the City's Debarment Ordinance. Debarment may constitute grounds for termination
of the contract, as well as, disqualification from consideration on any City of Miami Beach
RFP, RFQ, RFLI, or bid.
June12,2006
City of Miami Beach
R F P No 34-05/06
32 of 52
V. CODE OF BUSINESS ETHICS
Pursuant to Resolution No,2000 23879 each person or entity that seeks to do business with
the City shall adopt a Code of Business Ethics ("Code") and submit that Code to the
Procurement Division with your bidlresponse or within five days upon receipt of request.
The Code shall, at a minimum, require your firm or you as a sole proprietor, to comply with
all applicable governmental rules and regulations including, among others, the conflict of
interest, lobbying and ethics provision of the City Code,
W. AMERICAN WITH DISABILITIES ACT
Call 305-673-7490NOICE to request material in accessible format; sign language
interpreters (five days in advance when possible), or information on access for persons with
disabilities. For more information on ADA compliance please call Heidi Johnson Wright,
Public Works Department, at 305-673-7080.
X. ACCEPTANCE OF GIFTS, FAVORS, SERVICES
Proposers shall not offer any gratuities, favors, or anything of monetary value to any official,
employee, or agent of the City, for the purpose of influencing consideration ofthis proposal.
Pursuant to Sec. 2-449 of the City Code, no officer or employee of the city shall accept any
gift, favor or service that might reasonably tend improperly to influence himlher in the
discharge of hislher official duties.
Y. COMPLIANCE WITH CITY'S LIVING WAGE LAW
Pursuant to the direction of the Mayor and City Commission at its June 7, 2006 meeting, the
successful proposer will be required to pay all employees who provide services pursuant to
this RFP, a living wage of no less than $8.56 an hour plus at least $1.25 an hour towards
health benefits for a total minimum value of $9. 81 an hour, or a living wage of no less than
$9.81 an hour without health benefits. Said living wage will commence on the employee's
date of hire. Failure to comply with this provision shall be deemed a material breach
under the awarded Agreement, under which the City may, at its sole option, immediately
terminate the Agreement, and may further subject successful proposer to additional
penalties and fines, as provided in the City's Living Wage Ordinance, as may be amended.
The most recent copy of the City's Living Wage Ordinance is attached as Exhibit B hereto;
notwithstanding the preceding, it shall be proposers' sole responsibility and obligation to
familiarize itself with the Living Wage Law, as well as any subsequent amendments thereto,
including the City Commission's directive that the living wage shall commence on the
employee's date of hire.
June12,2006
City of Miami Beach
RFP No 34-05/06
33 of 52
INSURANCE CHECK LIST
XXX 1.Workers' Compensation and Employer's Liability per the statutory limits of the state of
Florida.
XXX 2.
Comprehensive General Liability (occurrence form), limits of liability $ 1,000,000.00 per
occurrence for bodily injury property damage to include Premises/ Operations;
Products, Completed Operations and Contractual Liability. Contractual Liability and
Contractual Indemnity (Hold harmless endorsement exactly as written in "insurance
requirements" of specifications).
XXX3.Automobile Liability - $1,000,000 each occurrence - owned/non-owned/hired automobiles
included.
-fS.- 4.Excess Liability - $1, "".....0..",. 00 per occurrence to follow the primary coverages.
XXX 5.
The City must be named as and additional insured on the liability policies; and it must
be stated on the certificate.
1-6.
Other Insurance as indicated:
___ Builders Risk completed value
___ liquor Liability
v1=ire Legal Liability
_ Protection and Indemnity
XXX Employee Dishonesty Bond
$_11J_4__.00
$J:L/fi-_. 00
u.cD, tn-c. 00
$ .00
$25.000. 00
XXX 7.Thirty (30) days written cancellation notice required.
XXX a.Best's guide rating B+:VI or better, latest edition.
XXX 9.The certificate must state the Quote number and title
VENDOR AND INSURANCE AGENT STATEMENT:
We understand the Insurance Requirements of these specifications and that evidence of this
insurance may be required within five (5) days after Proposal opening. _
.se'",<'.-i]L-ItIL"'~~;_bJ..L --~fJJ%'~
Vendor Signature of Vendor
"
June12.2006
City of Miami Beach
RFP No: 34-05/06
34 of 52
~.,enl cy; cnUl\t:n",..,c J.I'" unvur J
-- ',.. ,,, '., ."',..'.::::t."':">:'~'~',, .:"",::,:",,<::,::,:::.
ACORD_ cERtfFrCATE"O'FLIABliljfY;','I'Ns~jRAN'CE. " .~.~j~
THIS CERn~ICATE'1S IS8UED.A$ A MAT11:~ OF ~FPRMATION
ONLY. AND :COf\lFEM NO RIGHT"S UPON I llIE C~1JF1CATE
HOLOEiR. THIS CERTlfICATE, DOES NOT, AMEND fXTI>NO OR
#J.,'rEA; THE coveRAce AFFORDED BY THE P.OUcla BelOW; .
... {
"u~tUUl)ts (0 i
APC-L:.I-VU ,'-..-....., n1)
r ~'l:::f~
'tv
,
,
...,..
n
....- ~. _.
.
i
"
!
i .
l-'.;i.wni FL 3315.6-:- i INSOR.ER!'>>tORj)ING:CO~AAG~
'''SUMO . IfI$lJREA 6.: Ea:r '.GR.bOPi
SQo'\lrity AlliancQ of F~crida. LU; i lIi~ltiMRiS1' W\TrONAL
8323 }{. ".12th Streot I ~c,
PSui tG 21 B ! INSUl'lS'lO:
Miami FL 33126- '~~!:'u::
c~~ - ~ .. i
THE P01.IClES QFltoiS!JRANCE LISTED OELoVJ HAVE BEEN lssumro ~~ lNSUfieo NAM5C ^l!~ Fcm THEPOlfCY PE~IOO'NDICATED:TlCtwitHS"ANOINC; A/.,Y
REOU:REMENr. TERM Oil co.'JDi1l0N or ",-W CON:T'N,pt p~ OTHER oqcUMENT \,V1TH R;;SPEcr TO wHICH THIS CeR11i'lCATE MAY Ill; Is&JEO 011 1M 'y !>ERTAiN,
THE I.'1SUP.I.'~C~ f,t:FOr:OED DV T~';E OC'UCf!::S OESCRIBeD HFREIN !~ SllBJE"CT TO ..'\lL THE TEro..tS.. ExCLUSIONS ^tJ~ CVN:>j'r:o~~s OF EL:C~ PCUClES.
h,~~~t.1E_U~,1IIS_~::,t4 I,t..'! ",(,Vi: BEr:.'~ >lECI,iCCDtf" PAlO a.AI~!S. ; ---.:..______'w__
' "R'..ocrL "~--';W:;T-Un'CTr"" 1'QUC'l'~lGi.'t.o.:'
Li~ ~..~c T(/'!: c;: lri.~;';;'-"::;: J rol.lCY JI\lUiSU 'OA TO: (VWOOr'l'Y! OA~li.Dol!DOt;YI JLlIT'I
A: ~N~UAllr.JrY 1 I I I I ~~~~.: ~
, ~~IolI.4f.f'C:1,LG(NER.AI.LWlIUTY ~. .f'
I ,-_1--1 CtAIMS!.IAOl'; W OCCUR &1103-1.9(;" !07131/2005 '07I3in.oo6~Qf>(_~~.'I. ,
i-- i '''"''........... ;,.~i7'(iNJuinL, J
"-- ' I I I I ~ r<.......,~;M3M!()ATt. j .,
.~~~~~PM: !' -.~a-~^..l~ i
,X l'J'OUCvl 1:Jt?:r I I L"" 1/ 1 I I . I
i I I I I ~, ,'. , I '
I ~~~i.'
(l!oI~ :
!
I I I
i
i
i I I
i
\ I I
l
~""OUCER (305) 665-5005
BrOKQrngQ 1n~uranCQ Croup
6600 SW 122r.d Streot
NAte "
35181
29312
,
~IU I"....,UTY
_ AN" "'I.no
_ AlL OWWEl) "'lJR)S
_ ~'-"l)Alrros
1,,000,0,00
250,01'0
'.!I, 000
''':.~
1,000',000
5,'OQO,QO()
.1,OO(l,g9~
,
I
/
aop(L v.ll>UUR't
~__l
1. &
,
_ tilRt'!O AUTOS
I
I
800.. YINJURY
(f'er IiadcIorAJ '
1
I-- "IOI'-OVIN&OAUTOS
I--
I
I
I'ItOPFRTY r:v.w.ae
lP"lltlcIdanI)
AUTO'OHLY.EAACCIOEJrt L
~i'MAH ~,l.A~ ,
AtlTO.ONt.Y:d 1& .
J
.
! / /
,
.. ! .'
I I I I I
PIWIi'I:SSrowu. L~. CMi-1U'1 . 47131/200S 0., /3:J./2006
, I ,I I IJ . / I
r""v.;>!f~ OF ON:'RA.11("'s''I.OC''TI')l(~'II~fi/tlEuar:L\.tsiOfie AD!XD IIY ~1!~IITIS,I>,;o.&L f'1IIOVWou.
r.~cu;;.:1':r CCAnD COl'!J-AH"i
OAllAGE lJABlUT'l
~. ANY AI)TO
~G:&8IOIo4~RfLV. UAIIlUTI'
~ 0CCUIl 0 CLAIMS WIDE
~ ClG/lUClllllJ;
I~N$
B WCRKJ::Jt$ C:OWEHM 1'1Of< AND
BIl't.OYEAr UA.8lUTY
ANY Pl'IOPRlETOM'Nl'!~EMJ(EG\Jn.lli
Ofl'ICl!AiloIII;J.;48ER IOXClU~PT
r)l6O.~_
SPrelAl S ~ow
OTl1Elt
.
1
[ /
,
.
,.,-. ,.'
I
I
I
! I
.
;
I
.
I :I
1\aGRm.m;
; .
; .,
53000QCi251.0~1
.
I
iI/
\.
?'7/31J200S
.
I
I
0'/31/2006
IT
! $'.
t ,
xlOJr
/
I
EJ.. W:t1' ACCJOEHT i . s
u.~ 'E...EWtD'Vl:i-s..
~.l..DtS~-l'OliieV~IMtt s
~
,l,oon,I)OO
110~O;Oj)o
i;ooo 'O~
$1,000,000
$~,OOO.OOO
A
AO<IUiJAYP.
CERTIFICATE HOLDl:R
~--------_.-
( ) -
,
,
,
_bJ,~C;2."LA.T::}N
-.-."" --~-
: sn:>l...t/ .,kHTOf: TIlE AIUlV5; llU8C)O:J&10 "Oi..-..;.~~ aE .C1J>Cl!LlG/) !l&~ll$; Tl4(
1 ~ll~. DATl! 'n1l!ROOV. 1* W1~O '~Ul\9\ \'t'\~, I!NO....'IOIl. T(l.IWL
i 30 ,~~.~~ 'TO 'nt!~Tl HOC;DI!ft .w.eDN llie UI'T, lIUT.
,.1 ;;;:-~io'Oo:~~ IW'<la *>~T.o,. 0It UAJl4U4 01""," ~~~.. .
.1 'iblt ." ,
.tn~
ACORD 2! (21101108)
tl.~. 11'1502' (OlOllID!l
" " ..' ..' ,I " .,. .', ,
e.ecTAONIC L'SER ~l.lNC.. (IlllOP27-
I
I
I
I
c-)
::r::
(j;;"
o~
~l:""
,t'!":
c::r.
.'J, =
rJ:'
-c=
~3
tTl./.
~:r.
o
L
::.~ 7*: ::-
;;: ~ or::~
::" ~ ~.~~:
..... 0.:- .."
- .....
"='
'G
.~.
;:
~I; ~~: >;
;~; ;;] ~.; r.
.': ~ ~., ~1
..- . . ..
... '.'-
..'
::~ ;: ~
I- I_.J
t ~ ".'"
"
, !
:1"?'
. ;..
f:.
,-,
..,
"'TI"'tI.~
O:o-:r:
:oo(')m
<m
:;j_Z~
....OO(J){j)
m-mm
"'OOOZ
mZ)>O
:nCl)Z-<
O~OO
O():D:D
m:r:moo
X)>Qn
iJ."CI
:D~rO
-m)>o
Z:D~,
G>~OZ
~ C)>
- Z So:
'. "Om
. SmO
-' :rJ::O CD
':'6:;JP!
- ):>;1;0
''':' (f) <
'0.' -I <:
':; ~ (jj
C
~
m
51'
C/)
(I)
c
m
CJ
~
f')
r-
()
m
Z
(fl
m
z
o
'J
I-
l:'.'
~
~
o
~
~
,;;
t:::l
tTj
~
,,:,;
~
.,
...
M
~
-4
'= 0
~ (j ~
- -,;,
~~;;::C')
0.:;:'::0-
L'*'~tN
~-~ -
o ~ r.r. n
..,..~-~
C~~~
nO::o...,
~~C-
z . , '/, '--.
::r.;:::;li:r.;d
...: C r'PJ
L Z.
,.." ~
_J ~
cJ
("")
o
~
~
~
~
...
M
~
C/)
tr:l
~
<':
-
n
-
~. .
CFi
~~~
,..=:::
,..,~tft
~;:!~
(fJ ~~:tJ
m Q~Q n~
m "~Q CU1 grr1
0:,,00..... 0-;;;
:-l'''''oON ::10
~ .-,"Q O~ ~
;ci;;, ,.00..... >:
(f) . ON
- 000
o 000
m 00'>
-.J
~:~~~g.,,~ ;~ ,; 1
~~~~..~~ ~~ ~ :"
~5 ';:)oo~ o~ ~ oi'
:::0;....2' "'-4 -f -:..
~..~U1:;~-15~~,..~ ;~
~_~:r~:D~~~r: ~~
g ut~~!:on:::Jm~g~
0_ r- e ..;.
1-.,,_ _OO.)eNK"'/J"""l
]~9a~~~~~~~~~
,"Ix lDiIi:::_O..:"~~""o~
~m,. o(nl"I~]J'O='tJ--
l/'1
r'J
NP
~.::t
VIO
'"
(j)2.
C::[J:l
~r::
::c~.
o~
'" J>
"tI'" r-
~ r-
-t ....
::c 1>
o %
r- n
",
~
l::ICDClVl G') 0
", '"T1
Ollol1>/'I1 %
~N<:n (") '"T1
)>C;I~c:: < r-
... r- O;V c
% >-t ::e
""~::e-l ....
-. r- 1>< c
-:3; J>
~ (,oIN~)>
- . ~ ::er- e r-
....(It",,... 0 r-
- N-lNo-f ;;: n
0- J> 0
~ N'"'OZ -I
~:lDn ."
oomm 0
Vl :lJ ",
I"" :E ::3:
r- 1> '"'0
n Xl r-
0 NO
0<
",
",
......
VI
9
."
VI~
",m
n:O
c::
:lD
....
-t
<
CJ
~
e,... Vl~ lJ'l
(,oICl)/'TlZ .t:-
....~nrrl J:o
NNCe.; (oN
0'> (,01 ::c_. 0
....:; lJ'l
Q%-I;:: I
o ~ <m '"
::e
~~~5
,..C"l
Vl-~
-t )>0
%Z
n
m
'-
r-
r-
n
N
~
CD
Vl
-t "'
:t> c~'
-t -I
~!: "tJ
;;l )~
IIZlIZ "If....
Ncr.
~m
0%
09
o
-.J
N
-t
::e
:t>
%
Vl
'"T1
",
U1::e
o
"ol
U1
~
o
I
'"
:>O---4i:
::4>0..>_
J>o:i'O)()>
~'1I~0~
:"(;'1Igo
"'0"',..)>
l::2J~~i
c:.; !;do
(;) ::U::uo
en i
:-t :;!
j;:
"tI
C
::u
en
c=:
)>c::
ZUl
-1-1
-1al
Om "'0
00 ~o
Oiiimco
e-axme
3r-J!oJ
=<~~o:f
omUle~o
00(1) Z
o~m ~
m-."O.
o~:-t(l)t:
:z:)>w~o
>oP"'l~
~m~m(l)
mOoOm
:0.,.0>'11-4
COal '11>
>e ,..)(
. C/) 0
)>z a
::Um Cl
:-tm >
<D
110
g
en
I:
~
'1'"
..-)
\".'
.....,-.
-, '
o
I\)
g
en
~ F'1I
:0;: m$
::- ,,(1)
::j~~o~
z:-6mo
p.... ~~
f\,)r- C)m
~ mm
June12,2006
City of Miami Beach
SECTION VII - DOCUMENTS TO BE COMPLETED
AND RETURNED TO CITY
RFP No: 34-05/06
35 of 52
REQUEST FOR PROPOSALS NO. 34-05/06
ACKNOWLEDGMENT OF ADDENDA
Directions: Complete Part I or Part II, whichever applies.
Part I: Listed below are the dates of issue for each Addendum received in connection with this RFP: 34-
05/06
,
Addendum No.1, Dated -.. 'j'\.- I. L/
,-' .:",~ 1 I' ~ >
Addendum No.2, Dated ~ v' i. ,/ ! !. ,{"//' (>
l, I
Addendum No.3, Dated
----
.,.' I r '", '
/- (
I
, l;
Addendum No.4, Dated
Addendum No.5, Dated
.',
.- .1.. ...
-'J d'_.u__I'.....;~ljl, :/l.:l~ j'~\..~vj....'l,,;u in COrljlc~Lujl \"~"I;';l L1tl..) 1<'41....
Verified with Procurement staff
Name of staff
Date
\ .,
'- ,,'. ,,~,t:'.. 1-\ i ;' ,',-, '-
\. l ,- "'-'""......, L.'I If'" '. 'f t-j,...L((-
(Contractor -Name)
,~-~,L., c ~
-.., /~ ~ /",
,'/ ,. /[,/,
. '--- / - I....
/ . (Date)
"
."//~.../:r~'" .~..., ./;;",,/ /"
~ ' j - '(Sig~~tur~)'/ /1'/~1//;'-
June12,2006
City of Miami Beach
RFP No: 34'()5106
36 of 52
OECLARA TION
TO: City of Miami Beach
City Hall
1700 Convention Center Drive
Procurement Division
Miami Beach, Florida 33139
Submitted this ;;'-8- day of :ld \'1
,2006.
The undersigned, as contractor, declares that the only persons interested in this proposal are named herein;
that no other person has any interest in this responses or in the Contract to which this response pertains;
that this response is made without connection or arrangement with any other person; and that this response
is in every respect fair and made in good faith, without collusion or fraud.
The contractor agrees if this response is accepted, to execute an appropriate City of Miami Beach
document for the purpose of establishing a formal contractual relationship between the contractor and
the City of Miami Beach, Florida, for the performance of all requirements to which the response pertains.
The contractor states that the response is based upon the documents identified by the following number:
RFP No.34-05/06
---~(//'::~-'--"";---'----~-_":"/
, SIGNATURE '
!.J, \ \ ~ ,~'" A - f1 :Jr~,",-y
PRINTED NAME
\J " r.., <- - 9.- {'" .\ ; ~ ~ "'- L
TITLE (IF CORPORATION)
June12,2006
City of Miami Beach
RFP No: 34-05/06
37 of 52
SWORN STATEMENT UNDER SECTION
287.133(3){a), FLORIDA STATUTES, ON PUBLIC
ENTITY CRIMES
THIS FORM MUST BE SIGNED AND SWORN TO IN THE PRESENCE OF A NOTARY PUBLIC OR
OTHER OFFICER AUTHORIZED TO ADMINISTER OATHS.
1. This sworn statement is submitted to L " ~ ~ 0 {"" b', "- -- ~ ~ t:.A- C. "'-
[print name of public entity]
by u: \ \ -... '^ """'- A M Vv- ~ k~ . \/; c<. ,p,,~ ~: ct ~ +
[print indi~idua s name and title]
fo r s:- I.C.. c.. J r " -\ y A- \ \ ~ ~ '" eel L L C
[print name of entity submitting sworn statement]
whose business address is ~ 1 ). l.. r{ W \ ~ So -t b u..,...d , t=" L
J,J./")"',L
and (if applicable) its Federal Employer Identification Number (FEIN) is 0 1- Of I ') ~8 , (If the
entity has no FEIN, include the Social Security Number of the individual signing this sworn
statement:
.j
4. I understand that a "public entity crime" as defined in Paragraph 287.133( 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 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 antitrust, fraud, theft, bribery,
collusion, racketeering, conspiracy, or material misrepresentation.
5. 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 crime, with or without an
adjudication of guilt, in 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.
6. I understand that an "affiliate" as defined in Paragraph 287.133 (1 )(a), Florida Statutes. means:
1) A predecessor or successor of a person convicted of a public entity 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 crime. 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.
June12,2006
City of Miami Beach
RFP No: 34-05/06
38 of 52
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 laws 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 services 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.
Based on information and belief, the statement which I have marked below is true in relation to the
entity submitting this sworn statement. [indicate which statement applies.]
V Neither the entity submitting this sworn statement, nor any officers, directors, executives,
partners, shareholders, employees, members, or agents who are active in the
management of the entity, nor any affiliate of the entity has been charged with and
convicted of a public entity crime subsequent to July 1, 1989.
6)
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
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. therp. h8S heen <:
~::- >~~=':'~;;..J,.j;' I' v r~;,,__,-;n~ ~i',i'""",,-,, I...>'i _'J '_~"_"""'; v; j 1'....'/; j~C'1 UI'il':';.V,; Uj
Administrative Hearings and the Final Order entered by the hearing Officer determined
that it was not in the public interest to place 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 1 (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 FO.RM
. ~
/ 'L-/:;"
" /1"; /{'/7"">
[signature]
, , . ~
""/ ;" ,/.-/, '/' /' ...
/ / ~ /' / ~-:" L /'
/'
Sworn to and subscribed before me this _~ 7 ~ day of Tv Iy
~n~f1Y know-;;
---
,2006
Notary Public - State of
--=1- (() 0J c'-'
OR Produced identification
-------
(Printed typed or stamped Commi~6,u:'fsd name of Notary Public)
My commission expires ____ ..\\111111111'1.
~~ "/';//.
~,.... ;0:( S. RAMI.9, ..~
S'.~<:) ....... ~~ ~
~ W ..~~f.tb.... ~
~ ~ ..~......., 20,~.. 0:::.
... .~Q.,. O. ~_
.:: . ..~ .. '"" ::
= : ..... .,: E
~ * \'8. tlOr1J3lt'lSoj/ ~ ~
~ ~ t~ ~ . ~ ~
~ ~ ...~,s\~..' ((:' S'
~ '1"1>)- ...... ~~ ~~
;.'II/I/. PuBLIC, s\~ \\\\"
1111'1/111111 II \\\
(Type of Identification)
-------------------------------------
June12,2006
City of Miami Beach
RFP No 34-05/06
39 of 52
QUESTIONNAIRE
ColJ.tractor's Name:
.:::,' ~ e-.... "';-\)' A \ \ ~ "'-",- (<- ILl- C.
Principal Office Address:
8 J...1.. 1. "I w );L
~ 0 .--.~ \ F L
s.+ - ,~u.j,- ~I 8
~J i~ 10
Official Representative:
LJ .~ \ \ : e.. """' A' M v \If \....y
Individual
~arfr1ershiJD (Circle One) l- L C-
Corporation
If a Corporation, answer this:
When Incorporated:
In what State:
If a Forei~m Corporation:
Date of Registration with
Florida Secretary of State:
Name of Resident Agent:
Address of Resident Agent:
President's Name:
Vice-President's Name:
Treasurer's Name:
Members of Board of Directors
June12.2006
City of Miami Beach
RFP No: 34-05/06
40 of 52
Questionnaire (continued)
If a Partnership:
Date of organization:
4 / /1 I,).-D--u 1
General or Limite'd Partnership*:
L: \M.~ -\-~ k: c- ~., Ii -+:ft (j;)~ 0. V"I, Y
Name and Address of Each Pa tner:
NAME
\J "v.,,, {L 0.. ....... '. v- c:.. c:..
C- .~ J'" \ s. -t. {) k: \ : r
ADDRESS
~7'{.5 SW I,v ~4 1"\,1.""--: / F'- 3,")./71..
6(> i SuJ 1/10 A"<- {)(./'oo\.\,.-.1.:.<- fj"....~ 1, ('L- .1.30..1-7
* Designate ~eneral p~rtners in a Limited Partnershin
J. Number of years of relevant experience in operating Security Guard
Services: I ~ y'rd,
2. Have any agreements held by Contractor for a project ever been canceled?
Yes ( ) No (~
If yes, give details on a separate sheet.
3. Has the Contractor or any principals of the applicant organization failed to qualify as
a responsible Proposer, refused to enter into a contract after an award has been
made, failed to complete a contract during the past five (5) years, or been declared to
be in default in any contract in the last 5 years?
If yes, please explain:
NO
June12,2006
City of Miami Beach
RFP No: 34-05/06
41 of 52
Questionnaire (continued)
4. Has the Contractor or any of its principals ever been declared bankrupt or
reorganized under Chapter 11 or put into receivership?Yes ( ) No (~
If yes, give date, court jurisdiction, action taken, and any other explanation deemed
necessary on a separate sheet.
5. Person or persons interested in this bid and Qualification Form have ( ) have not ( )
been convicted by a Federal, State, County, or Municipal Court of any violation of law,
other than traffic violations. To include stockholders over ten percent (10%). (Strike
out inappropriate words)
Explain any convictions: I
N f\
I
6. Lawsuits (any) pending or completed involving the corporation, partnership or
individuals with more than ten percent (10%) interest:
A. List all pending lawsuits:
-------------------_~LLf\- ..
----------------------------------------------------------------
B. List all judgments from lawsuits in the last five (5) years:
~ fA
I
C. List any criminal violations and/or convictions of the Contractor and/or any of
its principals:
ttJ-A.
7. Conflicts of Interest. The following relationships are the only potential, actual, or
perceived conflicts of interest in connection with this proposal: (If none, state same.)
~~d;::
----------------------------
------------------------------------------
----------------------------------------------------------------------
June12, 2006
City of Miami Beach
RFP No: 34-05/06
42 of 52
Questionnaire (continued)
8. Public Disclosure. In order to determine whether the members of the Evaluation
Committee for this Request for Proposals have any association or relationships
which would constitute a conflict of interest, either actual or perceived, with any
Contractor and/or individuals and entities comprising or representing such
Contractor, and in an attempt to ensure full and complete disclosure regarding this
contract, all Contractors are required to disclose all persons and entities who may be
involved with this Proposal. This list shall include public relation firms, lawyers and
lobbyists. The Procurement Division shall be notified in writing if any person or entity
is added to this list after receipt of proposals.
~}~
I
June12,2006
City of Miami Beach
RFP No 34-05/06
43 of 52
Questionnaire (continued)
The Contractor understands that information contained in this Questionnaire will be relied
upon by the City in awarding the proposed Agreement and such information is warranted by
the Contractor to be true. The undersigned Contractor agrees to furnish such additional
information, prior to acceptance of any proposal relating to the qualifications of the
Contractor, as may be required by the City Manager. The Contractor further understands
that the information contained in this questionnaire may be confirmed through a background
investigation conducted by the Miami Beach Police Department. By submitting this
questionnaire the Contractor agrees to cooperate with this investigation, including but not
necessarily limited to fingerprinting and providing information for credit check.
WITNESS:
IF INDIVIDUAL:
Signature
Signature
Print Name
Print Name
WITNESS:
~ ~~ ;-~
Sirm;>t J;?-
IF PARTNERSHIP:
s ~ '- ..u,,':f:r /t}l ; ""V\, <:"t..., LLC
r..,,~t ~.hr'"1" c-f r=l'n
G..N;&......7 c. h v.r.ot..("
Print ame f
O}).J rlvJ I.)... .s~ -#-.,\,I~ !)..".~ ,FL _31 I.J-L
Address
By:
, i
I ~ . -
... _ ~ L' L-. .t'-: .
General Partner
Print Name
WITNESS:
IF CORPORATION:
Signature
Print Name of Corporation
Print Name
Address
By:
President
(CORPORA TE SEAL)
Attest:
June12,2006
City of Miami Beach
RFP No 34-05/06
44 of 52
SECTION VIII - BEST PERFORMANCE PROCUREMENT INFORMATION
DOCUMENTS TO BE COMPLETED BY CUSTOMERS OF THE RESPONDENT
June12,2006
City of Miami Beach
RFP No: 34-05/06
45 of 52
e MIAMI BEACH
City of Miomi Beach, 1700 Convention Center Drive, Miami Beach, Florida 33139, www.miamibeachfl.gov
PROCUREMENT DIVISION
Tel: 305.673.7490 ,Fax: 305.673.7851
June 12, 2006
To:
Phone:
Fax:
E-mail:
Subject: Performance Evaluation of
Number of pages including cover: 2
To Whom It May Concern:
The City of Miami Beach has implemented a process that collects past performance
information on various security guard contractors. The information will be used to assist
City of Miami Beach in the procurement of future/various security guard services/projects.
The company listed in the subject line has chosen to participate in this program. They have
listed you as a past client that they have done work for. Both the company and City of
Miami Beach would greatly appreciate you taking a few minutes out of your busy day to
complete the accompanying questionnaire.
Please review all items in the following attachment and answer the questions to the best of
your knowledge. If you cannot answer a particular question, please leave it blank. Please
return this questionnaire to John Ellis by Friday, July 14, 2006 by fax: 305.673.7851; or e-
mail iohnellis@miamibeachfl.Qov
Thank you for your time and effort.
Gus Lopez, CPPO
Procurement Director
June12,2006
City of Miami Beach
RFP No: 34-05/06
46 of 52
lD
~
MIAMIBEACH
City of Miami Beach, 1700 Convention Center Drive, Miami Beach, Florida 33139, www.miamibeachfl.gov
PROCUREMENT DIVISION
Tel: 305.673.7490 ,Fax: 305.673.7851
PERFORMANCE EVALUATION SURVEY
Contractor Name:
Point of Contact:
Phone and e-mail:
Please evaluate the performance of the contractor (10 means you are vel)' satisfied and have no questions
about hiring them again, 5 is if you don't know and I is if you would never hire them again because of vel)'
poor performance).
NO CRITERIA UNIT
1 Ability to manage the project cost (minimize change orders) (1-10)
2 Ability to maintain project schedule (complete on-time or early) (1-10)
3 Quality of services (1-10)
4 Professionalism and ability to manage (includes responses and (1-10)
prompt payments to suppliers and subcontractors)
Close out process (no punch list upon turnover, warranties,
5 as-builts, operating manuals, tax clearance, etc, submitted (1-10)
promptly)
6 Communication, explanation of risk, and documentation (1-10)
(construction interface completed on time)
Ability to follow the agencies rules, regulations, and requirements
7 (housekeeping, safely, etc...) (1-10)
Overall customer satisfaction and hiring again based on
8 performance (comfort level in hiring contractor again) (1-10)
Overall Comments:
Agency or Contact Reference Business Name:
Contact Name:
Contact Phone and e-mail:
Date of Services:
Dollar Amount for Services:
June12,2006
City of Miami Beach
RFP No: 34-05/06
47 of 52
ATTACHMENT A
Current Security Posts
Police Department
1- City Hall
1-Guard........ 8am -10:30 pm ..... Monday - Saturday (6)
2- Boardwalk
2- guards ... ... .5am - 9am ...... ... ... Monday - Sunday (7)
3- guards...... ..4pm - 1 am ............ Monday - Sunday (7)
2- guards...... ..9am - 5pm............ Saturday & Sunday (2)
3- Beachwalk/RDA City Center
1- guard.......... .5am-9am ............. Monday -Sunday (7)
1- guard...... .... .9am-5am ............. Monday -Sunday (7)
1- guard............ 5pm-1 am...... ....... Monday -Sunday (7)
4- Lincoln Road/RDA City Center
2- guards... ... ... ..6am- 4pm...,.... ... Monday -Sunday (7)
4- guards......... ..4pm- 2am........... Monday -Sunday (7)
5- Flaminao Park
1- guard......... .6pm-2am............. Monday -Sunday (7)
1- guard........10pm -6am............ Monday -Sunday (7)
6- North Shore Youth Center
1-guard .......... 10pm- 6am............Monday -Sunday (7)
7- South Point Park/RDA South Pointe
2-guards.......1 Oam -2am........... Monday - Sunday (7)
8- Alaska BaywalklRDA City Hall
1- guard... ..5am -9am............. Monday - Sunday (7)
1- guard... ..6pm - 12am............. Monday - Sunday (7)
June12,2006
City of Miami Beach
RFP No 34-05/06
50 of 52
ATTACHMENT A
Current Security Posts
9- Alaska Parcel/payment RDA South Pointe
(South Pointe Pier to Monty's Restaurant)
2- guards.... Apm - 12am............ Monday - Sunday (7)
10- Sanitation - only on special needs
11- Police Dept (special events)
Parkina Department
** See Quick Overview on following Page
12- 7th Street garage
13- 12th Street garage
14- 13th Street garage
15- 16th Street garage
16- 17th Street garage
17 - 42nd Street garage
18- Parking Coin Room
19- P-Lot @ City Hall/Convention Ctr.
Property Manaaement
20- Normandv Shores Guard Gate
24 hr service/ 7days a week
BASS Museum
21- Bass Museum
Hours vary.....7days a week
Parks and Recreation
22- Alton Rd Golf Club
7:30pm- 6am ... ..7 days a week
June12, 2006
City of Miami Beach
RFP No: 34-05/06
51 of 52
ATTACHMENT A
Quick Overview
Department Responsible Yearly hours - Cost Contact
Police Department 85.202 hrs-- Tim O'Regan ext. #5440
Cell# 305- 725-5342
1 City Hall 4,186 hrs --
2 Boardwalk 13,312 hrs --
3 Beach walk ......TRDA) 7,280 hrs --
4 Lincoln Road.. ...(RDA) 21, 840 hrs --
5 Flamingo Park 5, 824 hrs --
6 North Shore Recreation 2,912 hrs --
7 South Pointe Park... (RDA) 11, 648 hrs --
8 Alaska Baywalk ... (RDA) 3, 640 hrs.--
9 Alaska Parcel...... (RDA) 5, 824 hrs --
10 Sanitation Temp discontinued
11 Police Dept -spc. events As needed
** Suoervisors Salary 8, 736 hrs --
Parking Division 83,616 hrs --estimate Chuck Adams ext. # 6863
786-412-6431
12 th Street garaqe 22, 776 hrs --
13 1 th Street garage 7, 956 hrs -- Miguel Beingolea
14 13th Street garage 10,972 hrs -- 786-402-8757
15 16th Street garage 13,312 hrs -
16 17th Street garage 17, 784 hrs --
17 42nd Street garage 8, 736 hrs --
18 Parking Div. Coin Room 2,080 hrs --
19 P-Iot Citv Hall/Conv. Ctr.
Property Manaoement 8, 736 hrs -- Bruce Lamberto
305-673-7807
20 Normandy Shores Guard 8, 736 hrs --
gate
Bass Museum 7, 176 hrs -- estimate Peter McElwain
(954) 683-1536
21 Bass Museum 7,176hrs --
Parks and Recreation 3, 822 hrs-- Randy Weber
(305) 532-3350
22 Alton Road Golf Club 3, 822 hrs
TOTALS 188,552 hrs -- estimate
June12,2006
City of Miami Beach
RFP No 34-05/06
52 of 52