Loading...
C7P-Accept Recommendation Unarmed Security Guard ServicesGUIVIIVII:S::iiUN II t:M ::iUIVIIVIAKY Condensed Title: A Resolution OfThe Mayor And City Commission OfThe City Of Miami Beach, Florida, Accepting The Recommendation Of The City Manager Pertaining To The Ranking Of Proposals, Pursuant To Request For Proposals (RFP) No. 01-2013ME, For unarmed security guard services. Ke Intended Outcome Su orted: Increase resident rating of public safety services; and maintain crime rates at or below national rates. Supporting Data (Surveys, Environmental etc: Item Summary/Recommendation: On December 24, 2013, RFP No. 01-2013ME was issued with an opening date of March 1, 2013. A pre-proposal conference to provide information to the proposers submitting a response was held on January 11, 2013. Twelve proposals were received. On April18, 2013, the City Manager via Letter to Commission (LTC) No. 135-2013, appointed an Evaluation Committee (the "Committee"). On May 17, 2013 the Committee convened to shortlist the proposers. On June 24, 2013, the Committee re- convened to receive presentations of the shortlisted proposers and further discuss the proposers' qualifications, experience, and competence. Following the preliminary scoring of presentations and Q&A session, the Committee deliberated extensively on individual perceptions of the proposers' qualifications, experience, and competence. In deliberating the Committee discussed, in general, the following advantages and disadvantages of each proposal. The Committee discussed that G4S Security Solution offered the highest quality proposal overall, but had submitted the highest cost out ofthe five (5) shortlisted proposers. The Committee discussed that Kent Security offered cutting-edge technology that would be beneficial to the City, including point of view cameras on the guards and installation of cameras in all supervisor patrol vehicles which will report images via internet to the dispatch command center. However, the Committee discussed that Kent Security did not offer uniforms and guard appearance at the same level of quality as had other proposers. Finally, the Committee discussed that 50 State Security Service offered a good proposal, but offered less technological innovation and a higher cost than Kent Security. Following the deliberation process, a motion was presented by Julio Magrisso, seconded by Michael Silverman, and unanimously approved by all Committee members, to recommend the following final ranking of proposers: 1) G4S Security Solutions; 2) Kent Security; 3) 50 State Security Service; 4) McRoberts Protective Agency; 5) Allied Barton Security Services. RECOMMENDATION After receiving the recommendation of the Committee, the City Manager exercised his due diligence in evaluating the results of the Committee evaluation process and finds the arguments noted in the attached memo. After carefully reviewing the results of the Committee evaluation process, qualifications and relevant similar contracts and the likelihood of the City's ability to negotiate a successful contract, the City Manager recommends to the Mayor and City Commission that authorize negotiations and contract execution with G4S. ADOPT THE RESOLUTION Advisory Board Recommendation: INA Financial Information: Source of Funds: 1 2 3 4 5 6 7 OBPI Total $ $ $ $ $ Account 0463-000349 168-1124-000349 Financial Impact Summary: The annual cost associated with City-wide security guard services is subject to funds availability approved through the annual budgeting process. Account information and availability offunds shall be verified and approved for each request prior to procuring the services. The funding and accounts noted above are the FY 2014 budget amounts endin Commission a roval. Cit Clerk's Office Le islative Trackin Alex Denis, Extension 6641 Ml 338 AGENDA nEM _;::;(;;_,_7....;.__P __ DATE 7-(7-{3 MIAMI BEACH City of Miami Beach, 1700 Convention Center Drive, Miami Beach, Florida 33139, www.miamibeachfl.gov COMMISSIO MEMORANDUM I TO: Mayor Matti Herrera Bower and Memb rs of the Ci FROM: Jimmy L. Morales, City Manager DATE: July 17, 2013 SUBJECT:A RESOLUTION OF THE MAYOR D CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, ACCEPTING THE RECOMMENDATION OF THE CITY MANAGER PERTAINING TO THE RANKING OF PROPOSALS, PURSUANT TO REQUEST FOR PROPOSALS (RFP) NO. 01-2013ME, FOR UNARMED SECURITY GUARD SERVICES. ADMINISTRATION RECOMMENDATION Adopt the Resolution. KEY INTENDED OUTCOME SUPPORTED Increase resident rating of public safety services; and maintain crime rates at or below national rates FUNDING Funding in the amount of $3,153,000.00 will be allocated during FY 2014 as follows: $1,049,000.00 $ 315,000.00 $ 350,000.00 $ 95,000.00 $ 557,000.00 $ 289,000.00 $ 498,000.00 $3,153,000.00 480-0463-000349 142-6976-000349 463-1990-000349 467-1996-000349 011-1120-000349 011-1122-000349 168-1124-000349 The annual cost associated with City-wide security guard services is subject to funds availability approved through the annual budgeting process. Account information and availability of funds shall be verified and approved for each request prior to procuring the services. The funding and accounts noted above are the FY 2014 budget amounts pending Commission approval. BACKGROUND Since April 2, 2007, the City has been under contract agreement No.34-05/06 with Security Alliance LLC (Security Alliance), to provide Unarmed Security Guard Services at locations around the City, as shown in Appendix "A". The current contract also allows for as-needed security guard services City-wide. The provision of security guard services City-wide is managed by the Police Department. The contract was set to expire on April 30, 2012. However, at its July 18, 2012, the City Commission approved a month-to-month extension of the contract to allow for time to rebid the services. Consequently, on October 31, 2012, the City Manager exercised the month to month extension. 339 Commission Memorandum-RFP # 01-2013 Unarmed Security Guards July 17, 2013 Page 2 RFP PROCESS On December 24, 2013, RFP No. 01-2013ME was issued with an opening date of March 1, 2013. A pre-bid conference to provide information to prospective proposers was held on January 11, 2013. Sixty seven prospective prospers downloaded the solicitation from The Public Group, which resulted in the receipt of the following twelve proposals: 1. 50 State Security Service, Inc 2. Allied Barton Security Services 3. FPI Security Services 4. G4S Secure Solutions (USA) Inc. 5. Kent Security 6. McRoberts Protective Agency, Inc. 7. Navarro Group LLd. Inc. 8. Ocasa Logistics Solutions 9. Platinum Group Security 10. Responsible Security Inc. 11. SFM Security 12. US Security On April 18, 2013, the City Manager via Letter to Commission (LTC) No. 135-2013, appointed an Evaluation Committee (the "Committee") for the purpose of evaluating the proposals received in accordance with the criteria established in the RFP. Subsequent to the appointment of the Committee and resulting from scheduling and other conflicts experienced by certain Committee members, changes to the Committee composition were required which resulted in the final list of Committee members: • Mickey Minagorri, Committee Chair, Resident and Leadership Academy Graduate • John Bowes, Resident and Leadership Academy Graduate • Tony Kanieswski, Director, Property Management, City of Miami Beach • Julio Magrisso, Assistant Director, Parks and Recreation Department, City of Miami Beach • Michael Silverman, Resident and Leadership Academy Graduate SHORT-LISTING OF PROPOSERS The Committee convened on May 17, 2013 to evaluate proposals received and shortlist the proposers for further consideration. The Committee discussed the proposals received and was provided with an overview of the project, information relative to the City's Cone of Silence Ordinance and the Government Sunshine Law; Performance Evaluation Surveys, and an analysis of the financial strength of all proposers, pursuant to the financial information provided by each firm, was presented by Alison Williams, the Finance Department Chief Accountant. The Committee was instructed to score and rank each proposal pursuant to the evaluation criteria established in the RFP, which was as follows: 10 10 25 inancial Strength as evidenced by the CPA reviewed/audited financial statements, third-art re orts. otal cost 340 Commission Memorandum-RFP # 01-2013 Unarmed Security Guards July 17, 2013 Page 3 Additional points, over the aforementioned potential points were to be allocated, if applicable and in accordance to following ordinances. LOCAL PREFERENCE: The Procurement personnel assigned an additional five (5) points to Proposers, which are, or include as part of their proposal team, a Miami Beach-based vendor as defined in the City's Local Preference Ordinance. Two (2) proposers, G4S Secure Solutions and SFM Security, were eligible for Local preference. VETERANS PREFERENCE: The Procurement personnel assigned an additional five (5) points to Proposers, which are, or include as part of their proposal team, a small business concern owned and controlled by a veteran(s) or a service-disabled veteran business enterprise, as defined in the City's Veterans Preference Ordinance. Two (2) proposers, 50 State Security Service, Inc. and McRoberts Protective Agency, Inc., were eligible for Veterans preference. The Committee discussed its individual perceptions of the proposers' qualifications, experience, and competence, and further scored and ranked the proposers accordingly. The Committee's preliminary rankings pursuant to the proposal evaluation short-listing phase were as follows: The Committee recommended shortlisting the five (5) top-ranked companies: G4S Secure Solutions, McRoberts protective Agency, 50 State Security, Allied Barton, and Kent Security. The scores clearly indicated a noticeable difference between the aforementioned companies and the other seven (7) companies. A motion was presented by Julio Magrisso, seconded by Angel Vazquez, and unanimously approve by the committee to recommend shortlisting the top five (5) proposers and invite them back for presentations. 341 Commission Memorandum-RFP # 01-2013 Unarmed Security Guards July 17, 2013 Page4 PRESENTATIONS AND QUESTION & ANSWER (Q&A) SESSION On June 24, 2013, the Committee met to receive presentations from the short-listed firms. After presentations and question and answer sessions with each firm, the Committee individually scored each firm on the criteria outlined in the RFP as a basis for deliberations. The Committee's preliminary rankings after the presentations and Q&A session were as follows: Following the preliminary scoring of presentations and Q&A session, the Committee deliberated extensively on individual perceptions of the proposers' qualifications, experience, and competence. In deliberating the Committee discussed, in general, the following advantages and disadvantages of each proposal. The Committee discussed that G4S Security Solution offered the highest quality proposal overall, but had submitted the highest cost out of the five (5) shortlisted proposers. The Committee discussed that Kent Security offered cutting- edge technology that would be beneficial to the City, including point of view cameras on the guards and installation of cameras in all supervisor patrol vehicles which will report images via internet to the dispatch command center. However, the Committee discussed that Kent Security did not offer uniforms and guard appearance at the same level of quality as had other proposers. Finally, the Committee discussed that 50 State Security Service offered a good proposal, but offered less technological innovation and a higher cost than Kent Security. Following the deliberation process, a motion was presented by Julio Magrisso, seconded by Michael Silverman, and unanimously approved by all Committee members, to recommend the following final ranking of proposers: ~l!iedJ?~GQD§~£YEi!ySef'{!c:;es ···-~~~·······=····················L •......... ~: .. , ........... ~ ...... , .. The Committee conditioned the ranking proposers as noted below The Committee recommended that Administration engage in negotiations with G4S Security Solutions, as the top-ranked firm, providing that G4S Security Solution was willing to lower its costs to the City by 10%. In the event that the Administration was unable to negotiate an agreement with G4S Security Solution, the Committee recommended that the Administration engage in negotiations with Kent Security, as the second-ranked firm, providing that Kent Security included the proposed technological innovations and improved the quality and appearance of its uniforms .. In the event that the Administration was unable to negotiate an agreement with Kent Security, the Committee recommended that the Administration engage in negotiations with 50 State Security Service, as the third-ranked firm, providing that 50 State Security Service lowered its costs to the City. 342 Commission Memorandum -RFP # 01-2013 Unarmed Security Guards July 17, 2013 Page 5 Please refer to Appendix "B" for cost proposals received from all proposers. PROFILE OF TOP-RANKED FIRM -G4S SECURITY SOLUTIONS G4S Secure Solutions (USA) Inc. ("G4S) traces its beginnings in the U.S. back to 1954 when George Wackenhut founded The Wackenhut Corporation in Miami, Florida. After 48 years of unprecedented growth and becoming one of the largest security companies in America. The Wackenhut Corporation merged with Group 4 Falck and then in 2004, Group 4 Securicor was formed from the merger between Securicor pic and Group 4 Falck A/S's security business. In 2010, G4S Wackenhut changed its name to G4S to represent the integrated global brand of security solutions. G4S has over 110 locations throughout the United States and began operations in Florida in 1958. G4S' Miami Area Office has been in operation since 1966 and operates 24 hours a day, seven days a week. The G4S Miami Office and Satellite Miami Beach Office will oversee the City of Miami Beach's account. G4S Secure Solutions (USA) Inc., headquartered in Jupiter, Florida, is a wholly owned subsidiary of G4S pic, the largest employer quoted on the London Stock Exchange. With operations in 125 countries worldwide and over 657,000 employees, G4S is a leading provider of security solutions, specializing in outsourced business processes and facilities in sectors where security and safety risks are considered a strategic threat. G4S provides over 60,000 weekly hours of service for government contracts, representing over 3,120,000 hours of security service per year. This includes several contracts that have been running for more than 30 consecutive years. The following is a list of local agencies that G4S provides services to: • Orange County, Orlando, FL; • Jacksonville Sheriff's Office, Jacksonville, FL • Broward County, Ft. Lauderdale, FL • City of Jacksonville, Jacksonville, FL • State of Florida, Division of Administrative Hearings • Sarasota County, Sarasota, FL • Collier County, Naples, FL • City of Houston, Houston, TX 7 • Metropolitan Government of Nashville and Davidson County, Nashville, TN • Department of Homeland Security-Federal Protective Services, Albany, NY • City of Portland, Portland, OR • City of San Diego, San Diego, • Federal Medical Center, Lexington, KY • Milwaukee, WI • Durham County, Durham, NC • City of El Paso, El Paso, TX G4S' strength in providing additional staffing for special events, temporary and emergency situations is a tremendous asset to the City. With over 1,500 qualified, vetted, trained, and uniformed G4S personnel available to draw from in Dade and Broward counties alone, G4S offers a trouble-free and time-saving solution to staffing the many special events and/or short term situations the City of Miami Beach is often tasked with. G4S has successfully provided services to the City of Miami Beach during Memorial Day Weekend for the past two (2) years. 343 Commission Memorandum -RFP # 01-2013 Unarmed Security Guards July 17, 2013 Page 6 MANAGER'S DUE DILIGENCE AND RECOMMENDATION After receiving the recommendation of the Committee, the City Manager exercised his due diligence in evaluating the results of the Committee evaluation process and finds as follows: • In Phase 1 of the evaluation process, evaluation of proposals and short-listing, G4S Secure Solutions received the overwhelming majority of 1st place votes. Kent Security received only one (1) first place vote and 50 State Security received no first place votes. Additionally, the scores from this phase indicated a very wide spread between G4S and all other proposers. • In Phase 2 of the evaluation process, interviews, the Committee initially ranked G4S and 50 State as tied for first place based on a tabulation of the rankings and not individual scores. However, a closer review of the Committee member scores reveals that G4S received a greater number of points, 489 total points, to the total number of points received by 50 States of 473 total points. • It is clear from the results of both phase 1 and phase 2 of the evaluation process that the committee considered G4S as the top-ranked proposer. On the other hand, the Committee only ranked 50 State and Kent third and fifth respectively during the phase 1 evaluation and vacillated several times during the phase 2 evaluation over which firm was to be ranked second or third. After carefully reviewing the results of the Committee evaluation process, qualifications and relevant similar contracts and the likelihood of the City's ability to negotiate a successful contract with G4S, the City Manager recommends to the Mayor and City Commission that authorize negotiations and contract execution with G4S. CONCLUSION The Administration recommends that the Mayor and City Commission of the City of Miami Beach, Florida accept the recommendation of the City Manager pertaining to the ranking of proposals, pursuant to request for proposals (RFP) No. 01-2013ME for unarmed security guard services; authorizing the administration to enter into negotiations with the top-ranked proposer, G4S Security Solutions; and further authorizing the mayor and city clerk to execute an agreement upon conclusion of successful negotiations by the Administration. T:\AGENDA\2013\July 17\Procurement\RFP-01-2013 ME Unarmed Security Guards -Memo.doc 344 Commission Memorandum -RFP # 01-2013 Unarmed Security Guards July 17, 2013 Page 7 APPENDIX "A" SECURITY GUARD LOCATIONS INCLUDED IN THE SCOPE OF SERVICES RFP#01-2013 UNARMED SECURITY GUARD SERVICES (11:00p,rn to '7:00a.m.)= 392 Board Walk South en and Flashli ht Vehicle Radio, : & Sunday of each month 6 NIA · 36 Hours MonthlY 345 GUARDS EST. HOURS no,OOO/YEAR I $19.20 I $18.81 I $18.60 $20.71 $18.50 I $20.18 I $16.00 I $22.04 I $16.70 I $17.95 $19.87 ~ling Rate$ 0) r/Hour: $2,496,14.2.00 $2,445,300.00 $2,418,00(.!.00 $2,622,1011.00 $2,405,000.00 $2,623,400.00 $2,080,000.00 l $2,865,200.00 $2,171,000.00 $2,333,SOI'U.lo $2,583,100.00 SUPERVISORS EST. HOURS 30,000/Year $22.60 I $19.21 $19.75 I $24.01 $19.50 I $22.41 I $16.00 $23.04 I $17.90 $17.95 I $20.30 Billing Rate$ Per/Hour: Total: TOTAL GAAND TOTAL RESOLUTION TO BE SUBMITTED 347