HomeMy WebLinkAboutGreat American Ins Co - R2A
Mime f/ I(~) J-DOS - f(~ A
Bond No. 6744358
GREAT AMERICAN INSURANCE COMPANY
PERFORMANCE/LABOR AND MATERIAL PAYMENT BOND
KNOW ALL MEN BY THESE PRESENTS, That we, Internal Intelligence Service, Inc.
10 East 40th Street, Suite 4402, New York, NY 10016
(hereinafter called the Principal), as Principal, and the GREAT AMERICAN INSURANCE COMPANY, a
corporation organized and existing under the laws of the State of Ohio with its principal office in the City of
Cincinnati, Ohio (hereinafter called the Surety), are held and firmly bound unto
City of Miami Beach, 1700 Convention Center Drive, Miami Beach, FL 33139
(hereinafter called the Obligee), in the just and full sum of One Hundred Thousand Dollars ($100,000.00)
----------------------------------------------------------------------------------------- I>ollars,
to the payment of which sum, well and truly to be made, the said Principal and Surety bind themselves, and
their respective heirs, administrators, executors, successors and assigns, jointly and severally, firmly by these
presents.
SIGNEI>, sealed and dated this 19th
day of April
, 2005
WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the
1st day of May , 2005 to 1st day of May, 2006
which contract hereby referred to and made a part hereof as fully and to the same extent as if copied at
length herein.
NOW, THEREFORE, the condition ofthis obligation is such that, if the Principal shall faithfully
perform the work as specified in the contract on his part, and shall fully indemnify and save harmless the
Obligee from all cost and damage which the Obligee may suffer by reason of failure to do so and shall fully
reimburse and repay the Obligee all outlay and expense which the Obligee may incur in making good any
such default, and shall pay all persons who have contracts directly with the Principal for labor or materials,
then this obligation shall be null and void, otherwise it shall remain in full force and effect.
PROVIDEI>, HOWEVER, it shall be a condition precedent to any right of recovery hereunder that,
in event of any default on the part of the Principal, a written statement of the particular facts showing the
date and nature of such default shall be immediately given by the Obligee to the Surety and shall be
forwarded by registered mail to the Surety at its Administrative Office at 580 Walnut Street, P.O. Box
2575, Cincinnati, Ohio 45201.
AND PROVIDED FURTHER, that no action, suit or proceeding, except as hereinafter set forth,
shall be had or maintained against the Surety on this instrument unless the same be brought or instituted
and process served upon the Surety within twelve months after completion of the work mentioned in said
contract, whether such work be completed by the Principal, Surety or Obligee; but if there is any
maintenance or guarantee period provided in the contract for which said Surety is liable, an action for
maintenance may be brought within six months from the expiration ofthe maintenance period, but not
afterwards.
Internal Intelligence Service, Inc.
F .9606F - (8/97)
By:
STATE OF
COUNTY OF
.JL~_~~~~_
ACKNOWLEDGMENT OF PRINCIPAL (Individual)
} ss.:
On this day of , in the year , before me
personally comes
to me known and known to me to be the person(s) who (is) (are) described in and who executed the foregoing instrument and
acknowledge(s) to me that he executed the same.
, Notary Public
STATE OF
COUNTY OF
ACKNOWLEDGMENT OF PRINCIPAL (Partnership)
} ss.:
On this day of , in the year , before me
personally comes
a member of the co-partnership of
to me known and known to me to be the person who is described in and who executed the foregoing instrument, and
acknowledges to me that he executed the same as and for the act and deed of the said co-partnership.
, Notary Public
STATE OF
COUNTY OF
n..o P.d~ A
'l\. -
tf\1 RmfI .. u RiCe
ACKNOWLEDGMENT OF PRINCIPAL (Corporation)
} ss.:
On this 2. Z- day of ~ .p Ai l- , in the year 200 S , before me
personally comes
to me known, who; being by me duly sworn, deposes and says that he resides in the City of 0'\. ~..N"'4
that he is the PlZESJDCL)T t.eeo of the .TOn:.-e1..>flL. 2:ru'a"tlk:sed.r 'lti11J-
the corporation described in and hlch executed the foregomg mstrument; that he knows the seal of the saId corporatIon; that
the seal affixed to the said instrument is such corporate seal; that it was so affixed by the order ofthe Board of Directors of said
corporation, and that he signed his name thereto by like order. OFFICIAL NOTARYSF.AL
C T O'REGAN
~~._' In. Notary Public
MY COMMISSION EXP. SEPT' 30,2005
ACKNOWLEDGMENT OF SURETY . --.--..--,---.
STATE OF NEWYORK
COUNTY OF
} ss.:
ROCKLAND
On this 19th day of April , in the year 2005 , before me
personally comes MICHAEL LEHNER
with whom I am personally acquainted, and who, being by me duly sworn, says that he resides in NEW CITY
NEW YORK that he is the Attorney-in-Fact of THE MECHANIC GROUP
Company described in and which executed the within instrument; that he knows the corporate seal of such Company; and that the
seal affixed to the within instrument is such corporate seal and that it was affixed by order of the Board of Directors of said
Company, and that he signed said instrument as Attorney-in-Fact of the said pany by like rder. ~
Notary Ack
ANDREJ. KiVELL
Notary pub!i:: ;:1<1,,": or New York
No, c: ~Ai()~L3540
Qualified il. R.)ck.land County
r.nmmiClc:..nn J::vnic""c:. .llInA n? .;nn'1
GREAT AMERICAN INSURANCE COMPANY@
Administrative Office: 580 WALNUT STREET . CINCINNATI, OHIO 45202 . 513-369-5000 . FAX 513-723-2740
The number of persons authorized by
this power of attorney is not more than THREE
No. 0 17637
POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS: That the GREAT AMERICAN INSURANCE COMPANY. a corporation organized and existing
under and by virtue of the laws of the State of Ohio. does hereby nominate. constitute and appoint the person or persons named below its true and lawful attorney-
in-facl. for it and in its name. place and stead to execute in behalf of the said Company. as surety. any and all bonds. undertakings and contracts of suretyship. or
other written obligations in the nature thereof; provided that the liability of the said Company on any such bond. undertaking or contract of suretyship executed
under this authority shall not exceed the limit stated below.
Name
Address
ALL OF
PEARL RIVER, NEW YORK
Limit of Power
ALL
UNLIMITED
MICHAEL LEHNER
MARK KATZ
STEVE MECHANIC
This Power of Attorney revokes all previous powers issued in behalf of the attorney(s)-in-fact named above.
IN WITNESS WHEREOF the GREAT AMERICAN INSURANCE COMPANY has caused these presents to be signed and attested by its appropriate
officers and its corporate seal hereunto affixed this 2ND day of' JUNE . 2004
Attest GREAT AMERICAN INSURANCE COMPANY
STATE OF OHIO. COUNTY OF HAMILTON _ ss: DAVID C. KITCHIN (513-412-4602)
On this 2ND day of JUNE, 2004 . before me personally appeared DAVID C. KITCHIN. to me known. being
duly sworn. deposes and says that he resides in Cincinnati. Ohio. that he is the Divisional Senior Vice President of the Bond Division of Great American
Insurance Company. the Company described in and which executed the above instrument: that he knows the seal of the said Company; that the seal affixed to
the said instrument is such corporate seal: that it was so affixed by authority of his office under the By-Laws of said Company. and that he signed his name
thereto by like authority.
This Power of Attorney is granted by authority of the following resolutions adopted by the Board of Directors of Great American Insurance Company
by unanimous written consent dated March I. 1993.
RESOLVED: That the DiI.ision President, the several Division Vice Presidents and Assistant Vice President,f. or anyone l!f them. be and herebv is
autllOri:ed. .fi"tII/1 time to time. to appoilll one or more AttorneY,f-in-Factto execute on beha(f I!f the Companv, as .HIrety. any and all honds, underlilkings and
contracts of sure tv ship. or other written obligtllions in the nature thereof: to prescribe their respective duties and the respective limits Ilftheir authority: and to
revoke any such appointment at any time,
RESOLVED FURTHER: That the Company seal and the signature of any {!f the aforesaid I!llicers and any Secretary or Assistant Secretary of the
Company may be l!fJixed byfal'Simile to any p(}\\,er of attorney or certificate of either given for the execution of any bond. undertaking. contract or .mretyship.
or other written obliglllion in the nature thereof, such signature and seal when so used being hereby adopted by the Company as the original signaTUre l!fsut'h
l!fficer and the original seal I!( the Company. to be valid and binding upon the Company with the same fO/l"e and effect as though manually a.ffixed.
CERTIFlCATION
I. RONALD C. HAYES. Assistant Secretary of Great American Insurance Company. do hereby certify that the foregoing Power of Attorney and the
Resolutions of the Board of Directors of March I. 1993 have not been revoked and are now in full force and effect.
Signed and sealed this
19th
day of
April
2005
----.L~
GREA14MERICAN.
INSURANCE COMPANIES
GREAT AMERICAN INSURANCE COMPANY
STATEMENT OF DECEMBER 31, 2003
ADMITTED ASSETS
BOIIds..................... ....... ................... .................. ..................... S
Sloclcs.,....................................................................................
Mortgage loans on real estate..................................................
Real estate (oct of encumbrances)...........................................
Cash on hand and OQ deposit...................................................
Short-tcnu invcslmcnb.... ........... ........ .... ..... ............................
Investment income due and accrued.......................................
Agenb' and premium bal8nces.................................................
Reinsurance r'CCOVCI'able on Joss and loss expense payments...
Current federal and foreign income tax reCoverable................
Net deferred'tax: asset...... ............... ......................_....................
Receivable &om affiliot.;..........................................................
Other admitted assc:l.s......................................... ......................
2,322,825,770
1,350,876,116'
67,958, I 88
45,019,128
(41,332,372)
79,000,512
25,953,0611
331,806,127
237,363,174
28,839,682
120,112,235
33,441,506
183,392,619
Total........................................................:................. ......... $
4,785,255,752
Securities hrtC been ...Iued 0II1hc basis prescribed by the National Associalion of lasannce COUImissionen.
LIABILITIES, CAPITAL AND SURPLUS
Unpaid losses and loss expenses..................................... S
Reserve for underwriting expenses................................
Reserve for unearned prcmiwus.....................................
Fedenl and foreign income taxes..................................
Ceded reinsurance premiums payable.. ......................_.
Retroactiv.o reinsurance. cedcd................... ....................
Other liabilitiea......... ........................... .......... ................
T oIalliabilitiea.........:.........:.....................................
Capital stock...............-_......... $ 15,440,~.
Paid in surplus.......................... 745,899,602
Speci.. surplus funds................ 123,310,597
Unassigned fUnds...................... 677,876. 100
POlicyholden'surplus......................_........_.............
ToIaJ..........,...........~_._....._.........~....................._..... $
STATE OF OHIO
SS.:
COUNTY OF HAMILTON
David J.. Witzgall, Vice Presideat and Conlrotler, and Karen Holley Honell, Senior Vice PresidentlUld Secretary,
being duly swom, each Cor himself deposes and says that they are the above described officers of the GRat,Amcricaa
1nsurmce Company of Cincinnati, Ohio; that said Company is a corporation duly organized. existing and engaged iD
business as a Somy by virtue of the Jaws ontie State ofObio aud has duly complied with aU the requirements of1hc
laws of said state applicable to said Company and is duly qualified to act as Surety under such laws; !bat said Company
has aIso complied with ~ is duly qualifacd to act as Surety mllier Public Law 97-258 en~ September 13,
"982 (96 Stat. 1047 as amended: 31 U.S.C. 9304-?308); that lo 1hc best ofthcir knowJedge and belief the above statcmcot is
a full, true and correct S~tcment of the Assets and Liabilities of the said Company as of December 31, 2003.
Subscribed and sworn to before me
this 31st day of Much, 2004.
c9-t~
i1(~- J
1,949,637,525
91,.2?5,840
718,898,849
o
252,846,305
(138,964,571)
349,014,904
3.222,728,852
1,562,526,900
.,785,255,7$2
lQ
-
CITY OF MIAMI BEACH
CERTIFICATION OF CONTRACT
TITLE:
Unarmed Security Guard Service for the City of Miami Beach
CONTRACT NO.:
46-03/04
EFFECTIVE DATE(S): May 1, 2005 through April 30, 2007, with two (2) Additional one (1)
year renewal options
SUPERSEDES:
04-01/02
CONTRACTOR(S):
Internal Intelligence Service, Inc. (Primary)
Sereca Security Corporation (Secondary)
A. AUTHORITY - Upon affirmative action taken by the City Commission and City Clerk of
the City of Miami Beach, Florida, on March 16, 2005, a contract has been approved for
award and subsequent execution between the City of Miami Beach Florida and
designated contractor( s).
B. EFFECT - This contract was entered into to provide Unarmed Security Guard Service 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 firm(s) specified.
C. ORDERING INSTRUCTIONS - All standing 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 Standing Orders shall show the City of Miami Beach contract number (46-03/04),
with the current expiration date of April 30, 2007, 2008 or 2009, as applicable.
D. CONTRACTOR PERFORMANCE - City of Miami Beach Departments shall report any
vendor failure to perform according to the requirements of this Contract to Cornelius
O'Regan, City of Miami Beach Police Department, and Contract Administrator at
305.673-7920.
E. PERFORMANCE AND PAYMENT BONDS - The Contractor shall file with the
Procurement Director of the City of Miami Beach a Performance Bond and a Labor and
Material Payment Bond, each in the amount of $100,000, along with an Employee
Dishonesty Bond in the Amount of $25,000, in the form as set forth herein or as
otherwise approved by the City of Miami Beach City Attorney and shall be executed by
said Contractor and Surety Agent authorized to do business in the State of Florida.
1
Page 2
Certification of Contract
F. INSURANCE CERTIFICATE(S) - The Contractor shall file Insurance Certificates, as
required, and they must be signed by a Registered Insurance Agent licensed in the State
of Florida and approved by the City of Miami Beach Risk Manager.
G. PLAN OF BENEFITS - The Contractor shall provide $1.25 an hour to all employees who
provide services under this contract towards health benefits as prescribed under the Axis
Benefit Administrators, Inc. Summary Plan Description, Version 1.1 dated March 1, 2004
for Internal Intelligence Group ABA #3041 and made a part hereof.
H. 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 required by this Contract.
CONTRACTOR represents that all persons delivering the services required by this
Contract have the knowledge and skills, either by training, experience, education, or a
combination thereof, to adequately and competently perform the duties, obligations, and
services set forth in the Scope of Work and to provide and perform such services to
CITY's satisfaction for the agreed compensation.
CONTRACTOR shall perform its duties, obligations, and services under this Contract 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.
I. 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. Training will be provided by
the City's Organizational Development and Training Specialist.
J. 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 CITY purchase and may result in Contractor debarment.
K. INDEPENDENT CONTRACTOR - CONTRACTOR is an independent contractor under
this Contract. Services provided by CONTRACTOR pursuant to this Contract shall be
subject to the supervision of CONTRACTOR. In providing such 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.
2
Page 3
Certification of Contract
L. THIRD PARTY BENEFICIARIES
Neither CONTRACTOR nor CITY intends to directly or substantially benefit a third
party by this Contract. 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.
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.
M. 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 Lopez. Procurement Director
With copies to:
City Attorney
City of Miami Beach
1700 Convention Center Drive
Miami Beach, Florida 33139
For Contractor:
Internal Intellie:ence Service Inc.
10 East 40th Street. Suite 4402
New York. NY 10016
Attn: Gerald A. Gree:orv. C.E.O/ President
N. MATERIALITY AND WANER OF BREACH - CITY and CONTRACTOR agree that
each requirement, duty, and obligation set forth in these Contract Documents is
substantial and important to the formation of this Contract and, therefore, is a material
term hereof.
CITY's failure to enforce any provision of this Contract 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
O. SEVERANCE - In the event a portion of this Contract 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 final.
'P. APPLICABLE LAW AND VENUE - This Contract 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 Project. CONTRACTOR, shall specifically bind all subcontractors to the
provisions of this Contract.
Q. AMENDMENTS - No modification, amendment, or alteration in the terms or conditions
contained herein shall be effective unless contained in a written document prepared with
the same or similar formality as this Contract and executed by the Board and
CONTRACTOR.
R. All documents shall be executed satisfactorily to said City and until Bonds and Insurance
Certificates have been filed and approved, this Contract Agreement shall not be effective.
S. The Contract Documents which comprise the entire Agreement between City and
Contractor are attached to this Agreement and made a part hereof.
The Contract Documents may only be amended, modified or supplemented as provided.
4
Page 5
Certification of Contract
AGREEMENT
THIS AGREEMENT made this i ~k day of A. \ 200 5 . A.D. between the
CITY OF MIAMI BEACH, a Florida municipal corporati n, hereinafter called the City, which
term shall include its successors and assigns. party of the one part, and
Internal Intelli2ence Service Inc.
10 East 40th Street, Suite 4402
New York, NY 10016
Estimated Annual Contract Amount $1.915.200.
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
be signed it its name.
(SEAL)
ATTEST:
, ,
, ,;
, " ..~
{,:-, .
.,; : ~ .
_~y f~
City Clerk
\"y"
. -
~ '..
~ r':" .~~" (:'"'V"~
".
<
<
. \'>
1;~.0 '~'"...
. ,
\.'
." -
Robert Parcher
F:\PURC\$ALL\ADEOLA \Agreement Letter\Internalagreement.doc
APPROVED AS TO
FORM & LANGUAGE
& FOR EXECUTION
V/1P;/tJ) -
Date
5
Miami Beach
*****
m
AHnrIcaCIty
, III J.'
-
INVITATION TO BID
ARMEDIUNARMED SECURITY GUARD SERVICES
FOR THE CITY OF MIAMI BEACH
BID #46-03/04
BID OPENING: OCTOBER 29,2004 AT 3:00 PM
CITY CLE,RK
Gus Lopez, CPPO, Procurement Director
City of Miami Beach - Procurement Division
1700 Convention Center Drive
Miami Beach, FL 33139
BID No. 46-03/04
DATE: 10/06/02
CITY OF MIAMI BEACH
Page 1 of 45
CITY OF MIAMI BEACH
COMMISSION ITEM SUMMARY
~
.....
Condensed Title:
Request for Approval to Award a Contract to Internal Intelligence Service Inc. as the Primary Vendor to Provide
Unarmed Security Guard Services for an Estimated Annua: Amount of $1,915,200, Pursuant to Invitation to Bid No.
46-03/04, further Request Approval to Award a Contract to Sereca Security Corporation as the Secondary Vendor to
be used onl in the Event that the Prima Vendor Internallntel/i ence cannot fulfill their contractual obli ations.
Issue:
Shall the City Commission Approve the Award?
Item Su mmary/Recommendation:
The purpose of Invitation to Bid No. 46-03/04 (the "Bid") is to establish a contract for providing two different levels of
Unarmed Security Guards for the City of Miami Beach (the "City") for a two-year period. The contract will commence 30
calendar days after the award by the Mayor and City Commission of Miami Beach Florida, and shall remain in effect for
a period of two (2) years with the option to extend for two (2) additional years.
The lowest and best bidder is Internal Intelligence Service Inc. ("'ntemallntelligence"), who is a licensed security guard
and investigation services firm that has been in business for thirteen (13) years, and employs approximately 650
Security Officers throughout the United States. Intemallntelligence's corporate office is in the state of New York, and
just recently opened a branch office in Maryland in the World Trade Center.
Intemal Intelligence was recently awarded the Regional Contract with the Department of Housing and Urban
Development (H.U.D.).The entire scope ofthis Federal Contract covers twenty-eight (28) states. Additionally,lnternal
Intelligence has provided excellent security guard services to the city of North Miami Beach. Internal Intelligence has
agreed to open an office in Miami Beach upon execution of a contract with City.
APPROVE THE CONTRACT AWARD.
Advisory Board Recommendation:
I
Financial Information:
Source of Amount Account Approved
Funds: 1 $314,870 Parking 142.6976.000349 -- t" Street
$203,923 Parking 463.1990.000349 -- 16th Street
$667.546 Parking 480.0463.000349 - Other Garages
.
2 $332,217 Pollee 011.1120.000349 - City Hall, Historic
City Hall, Boardwalk, Flamingo Park, North Shore
Youth Center, and Sanitation.
3 $1,500 Parks 610.6492.000312 -- 21'" Street
Community Ctr. & Special Events.
4 $86, 773 RDA -- Lincoln Road and Alaska Baywalk.
5 $125,000 Parks & Recreation - New projects.
6 $107,191 Property Management 120.6230.000349 -
(Normandy Shores Guard House)
7 $46,850 Parks 011-0970-000312 - MB Golf Club
8 $29,330 i Bass Museum -- 011.0930.000312
Finance Dept. $1,915,200 Contract Award at 1,915,200
Assistant City Manager
City- Manager
cU.
ee DO
005\Mar1605\Regular\SECURITY GUARDS SUMMARY.doc
AGENDA ITEM
DATE
R~t\
3-J c,-oS-
250
CITY OF MIAMI BEACH
CITY HALL 1700 CONVENTION CENTER ::>RIVE MIAMI BEACH, FLORIDA 33139
www.miamibeachn,goY
COMMISSION MEMORANDUM
To:
Mayor David Dermer and
Members of the City Commission
Date: March 16. 2005
From:
Jorge M. Gonzalez
City Manager L--- ..__ _ _ _
REQUEST FO APPROVAL TO AWARD A CONTRACT TO INTERNAL
INTELLIGENCE SERVICE INC., AS THE PRIMARY VENDOR TO
PROVIDE UNARMED SECURITY GUARD SERVICES FOR AN
ESTIMATED ANNUAL AMOUNT OF $1,915,200, PURSUANT TO
INVITATION TO BID NO. 46-03/04; FURTHER REQUEST APPROVAL TO
AWARD A CONTRACT TO SERECA SECURITY CORPORATION AS THE
SECONDARY VENDOR TO BE USED ONLY IN THE EVENT THAT THE
PRIMARY VENDOR (INTERNAL INTELLIGENCE SERVICE INC.) CANNOT
FULFILL THEIR CONTRACTUAL OBLIGATIONS.
Subject:
ADMINISTRATION RECOMMENDATION
Approve the Award.
FUNDING
$1,915,200 (Estimated amount per year)
Funds are available from the Parking Department, Police Department,
Property Management, Tourism and Cultural Development, and Parks and
Recreation Department's budget accounts to be allocated, subject to Office of
Management and Budget Approval.
FISCAL IMPACT OF THE LIVING WAGE ORDINANCE
The contracts awarded (primary and secondary vendor) are subject to the requirements of
the Living Wage Ordinance (No. 2001-3301), which states that all employees who provide
services covered by this contract shall be paid a Living Wage of no less than $8.56 an hour
with health benefits (plus at least $1.25/hour must be contributed towards health benefits)
or a living wage of no less than $9.81 an hour without health benefits. The fiscal impact of
incorporating the Living Wage Ordinance is $620,800 or 48% increase from the previous
non-living wage security guard contract.
251
Bid No. 46-03/04 -- SECURITY GUARD SERVICES
March 16, 2005
Page 2
ANAL YSIS
The purpose of Invitation to Bid No. 46-03/04 (the "Bid") is to establish a contract for
providing two different levels of Unarmed Security Guards for the City of Miami Beach (the
"City") for a two-year period. The contract will commence 30 calendar days after the award
by the Mayor and City Commission of Miami Beach Florida, and shall remain in effect for a
period of two (2) years, unless terminated by the City. Providing the successful security
vendor will agree to maintain the same terms and conditions of the current contract, this
contract could be extended for an additional two (2) years, on a year-to-year basis, if
mutually agreed upon by the contracting parties. Any renewal period beyond the first two
years, a cost of living adjustment will be mutually agreed upon by the City and Internal
Intelligence.
Security Officers will be utilized at facilities located throughout the entire City. (See
Attachment A) The majority of the services will be utilized by the Parking Department. at
many of their garages. They will also be utilized by the Parking Department for special
events. They will also be used for special details such as money pick-up, security for
equipment, and other duties where security services would be utilized.
BID PROCESS
The Invitation to Bid No. 46-03/04 was issued on October 8, 2004. A pre-bid conference
was held on October 14, 2004, with a bid opening date of November 23, 2004. As a result
of questions received from prospective bidders, six (6) Addenda's were issued, which
resulted in the receipt of eleven (11) bids.
The Procurement Division in conjunction with Kroll Factual Data ("Kroll") prepared a
Procurement Due Diligence Report (the "Report") on all 11 firms. The Report an analysis
of the following areas:
1. Payment Trends (i.e. history of payment to suppliers);
2. Collection Records (i.e. accounts placed in collection);
3. Tradeline Information (i.e. balance of loans, terms of payment, and outstanding balance
information );
4. Bank and Leasing Relationships;
5. Corporate Filing Information;
6. Better Business Bureau Complaints; and
7. Public Record Filings Reports.
Once all reports were received, representatives from the Procurement Division, the Parking
Department, and the Police Department agreed to continue the due diligence by requesting
that the six (6) lowest bidders provide presentations, to be followed by a question and
answer session.
252
Bid No. 46-03/04 -- SECURITY GUARD SERVICES
March 16. 2005
Page 3
The purpose of the meeting with the six lowest bidders was to ensure that the bidders had
a clear understanding of the required Scope of Services, the Living Wage Ordinance and
that they had the necessary resources/capacity to enter into a contract of similar size and
scope required by the City.
It has been determined that the lowest and best bidder is Internal Intelligence Service Inc.
("Internal Intelligence"), who is a licensed security guard and investigation services firm
that has been in business for thirteen (13) years, and employs approximately 650 Security
Officers throughout the United States. Internal Intelligence's corporate office is in the state
of New York, and just recently opened a branch office in Maryland in the World Trade
Center.
Internal Intelligence was recently awarded the Regional Contract with the Department of
Housing and Urban Development (H.U.D.).The entire scope of this Federal Contract covers
twenty-eight (28) states. Additionally, Internal Intelligence has provided excellent security
guard services to the city of North Miami Beach. Internal Intelligence has agreed to open
an office in Miami Beach upon execution of a contract with City.
The second lowest bidder Union Security Services Inc. did not demonstrate a successful
current or past performance record of providing security guards to similar sized entities.
Union Security is a small firm with the largest contract having a value of $60,000 and
employs only 18 guards.
Sereca Security Corporation ("Sereca") the third lowest bidder was founded in 1986 in
Caracas Venezuela and expanded its security guard services by establishing an office in
Miami Florida in 1998. Currently, Sereca has 278 security guards in Dade and Broward
counties. They have been awarded approximately 30 contracts, and recently have been
awarded a contract in the estimated annual amount of $500,000 by the City of Fort
Lauderdale for security guard services of their Water Treatment Plants.
The minimum requirements for the Unarmed/Armed 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 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 Property Management
Division, on an as needed basis per post assignments (e.g. building evacuations,
hurricane evacuation, training, etc.).
c. Pass a Florida Department of Law Enforcement (FDLE) criminal background check.
d. Ability to write a report to document incidents as required.
253
Bid No. 46-03/04 -- SECURITY GUARD SERVICES
March 16. 2005
Page 4
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.
SCOPE OF SERVICES
Internal Intelligence 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 Vendor for the
number of hours provided monthly in accordance with the contract price schedule. The
Vendor 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 have been made a part of this new contract. A
Performance and Payment Bonds, each in the amount of $100,000, along with an
Employee Dishonesty Bond in the amount of $25,000 will be provided by the Security
Vendor. 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 ofthis
contract.
254
Bid No. 46-03/04 -- SECURITY GUARD SERVICES
March 16, 2005
Page 5
CONTRACT REQUIREMENTS
Intemallntelligence will provide:
A minimum of one (1) roving shift supervisor equipped with the Security Vendor
supplied 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.
· A Security Vendor Contractor Administrator will meet with the MBPD Contract
Admistrator on a regular basis.
· All drug screening, background checks, and psychological testing of employees
assigned to Miami Beach posts at the Contractor'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 Security Vendor supervisor, who will be required to meet with the MBPD, authorized
representative, upon request.
· All uniforms, radios, firearms, rain gear, tools and equipment necessary to perform the
required security services in accordance with the bid documents.
· The Security Vendor will provide continued, 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.
· 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 Vendor cannot perform.
If such arrangements are deemed necessary, then the Security Vendor 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 Vendor.
· Compliance by their personnel assigned to City of Miami Beach posts with the Security
Contractor's Post Order and Rules and Regulations Manual.
255
Bid No. 46-03/04 -- SECURITY GUARD SERVICES
March 16.2005
Page 6
· 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.
· The Security Vendor will 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 (0 and G). Copies of licenses will be produced within five
business days (excluding weekends and holidays) upon receipt of request from the
MBPD.
The City of Miami Beach reserves the right to request that the Security Vendor relieve
an employee from a duty assignment, and lor bar the employee from further service
under this Contract.
RECORDS
The Security Vendor 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.
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 Security Vendor will maintain accurate and complete records of personnel criteria,
training criteria and biographical data of all personnel affiliated with this Contract.
The City reserves the right to perform audit investigations of the Security Vendors' 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, but in no event
will the Vendor be required to surrender any records in its possession nor submit any
records which do not 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 ofthis 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"O" 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.
256
Bid No. 46-03/04 -- SECURITY GUARD SERVICES
March 16. 2005
Page 7
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
ca rry 2-way rad ios and electronic sea n ner wa rds unless specifically exempted by the City
of Miami Beach Contract Administrator.
ReQular Security Officer Duties
1. All security personnel furnished by the Successful Security Vendor 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 Internal Intelligence 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.
257
Bid No. 46-03/04 -- SECURITY GUARD SERVICES
March 16,2005
Page 8
9. The successful security vendor 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.
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 security vendor will provide an adequate supply of flashlights, batteries for its
use, raingear, uniforms, clipboards and any other personnel equipment required
for the Security Guard to perform their duties.
13. The security vendor will provide all related forms, pencils, pens and miscellaneous
office supplies.
14. Security vendor to supply all weapons, leather and ammunition.
15. All equipment utilized by the security vendor in the execution of this contract shall
be maintained by the security vendor.
16. All successful security vendor personnel will read, understand and follow the
attached "Post Orders for the City of Miami Beach Security Guard Contracts.
Supervisor Duties
The Security Firm's supervisor in charge of its employee(s) to the City of Miami Beach
shall:
1. Review the days 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 is
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.
258
Bid No, 46-03/04 -- SECURITY GUARD SERVICES
March 16, 2005
Page 9
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.
Service Locations and Assianment 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 Security Vendor
unless pre-approved by the City of Miami Beach Contract Administrator.
Personnel Probation
The City Contract Administrator or designated representative personnel may observe
each employee of Internal Intelligence for a period of thirty (30) consecutive days. If
during this probation City of Miami Beach is not satisfied with the performance of that
employee, City of Miami Beach will notify Internal Intelligence of such performance and
Internal Intelligence will replace such employees immediately.
Additionally, City of Miami Beach reserves the right to demand in writing that the Vendor
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 Vendor 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 Intemallntelligence to provide services for City of Miami
Beach must successfully complete a polygraph examination, to be conducted at
the Successful Vendor expense prior to assignment, and whose minimum testing
parameters will include:
a. Nature of discharge from military service.
b. Substance abuse (drug and alcohol).
259
Bid No. 46-03/04 -- SECURITY GUARD SERVICES
March 16,2005
Page 10
c. Child abuse and/or molestation.
d. Convictions (misdemeanors and/or felony).
e. Dismissal other than layoff.
Uniforms
All security personnel furnished to City of Miami Beach will be well groomed and neatly
uniformed. Each guard supplied by Intemallntelligence will wear a nameplate bearing
guard's name. Internal Intelligence Company 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.
TraininQ
The Vendor is required to provide training to all field personnel in order that City of
Miami Beach may be assured said personnel are capable of ass~ming the
responsibilities of respective assignments.
The cost for such training will be considered as a part of the Vendor'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 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 security vendor, is to include minimum requirements for subject
matter and hours of instruction, and must be approved by the City of Miami Beach.
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 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 Security vendor'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.
Assianment of Contract
Internal Intelligence 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.
260
Bid No. 46-03/04 -- SECURITY GUARD SERVICES
March 16, 2005
Page 11
Protection of Property
The security vendor will at all times guard against damage to or loss of property to the City
Miami Beach and will replace or repair any loss or damage unless the damage is caused
by The City of Miami Beach, another vendor 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 Vendor, its
employees or agents.
Expenditures
The security vendor understands that any expenditures that it makes, or prepares to
make, in order 0 perform the Services required by City of Miami Beach, is a business risk
which the Vendor must assume.
The City of Miami Beach will not be responsible for any amortized or unauthorized
expenditures, or to maintain the approved status of the Vendor that has been unable to
recoup its expenditures during the time it is rendering such Services, it will not have any
claim upon the City of Miami Beach.
Fines may be imposed on the vendor 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 Vendor by sending a copy of the site representative's
report promptly after the site representative submits it. This allows the Vendor 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 ward
4. No revolver (Class G Licensee)
5. Abandoning a post
6. Lack of contract supervision
7. Excessive hours on duty (more than 8 hour shift not approved in advance by the
Contract Administrator)
8. Reassigning to post any guard previously suspended from duty by the
Contract Administrator.
Violations that may result in a fine include but are not limited to those listed below. Fines
imposed will be $100.00 per infraction.
261
Bid No. 46-03/04 -- SECURITY GUARD SERVICES
March 16. 2005
Page 12
Security Officer Violations:
1. I nappropriate 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
7. Failure to adhere to City of Miami Beach policies, procedures and locations guidelines
Security Officer Siqnificant Violations ($250.00):
1. Late for duty
2. Sleeoinq on duty
3. Abandonino post
Repeated violations of any type of the same location of any type at the same location will
be taken as proof of a general incapacity on the part of the Security Vendor to perform in
accordance with contract requirements.
PRE-AWARD INSPECTION OF FACILITY
The Vendor 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 officers and to provide all
required training and supervision. Vendor 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 Security Vendor will maintain a South Florida office with supervisory
personnel reachable by telephone (only) on a 24-hour basis.
COMMUNICATION SYSTEM
The Security Vendor will be responsible for the following;
HAND-HELD RADIOS
Two-way hand-held radios, licensed for use by the Federal Communications Commission
(FCC), will be provided by the Vendor to all on-duty contract security officers and
supervisors as required unless otherwise accepted by the City of Miami Beach Police
Department Contract Administrator.
262
Bid No. 46-03/04 -- SECURITY GUARD SERVICES
March 16, 2005
Page 13
SECURITY VENDOR CENTRAL DISPATCH
The Security Vendor 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. Security Vendor
personnel must be available at the Central Dispatch Station who has the ability and
authority to take immediate action on behalf of the Contractor, as required.
The Security Vendor will provide the names, with all pertinent information of these
assigned personnel, to the City's Contract Administrator.
SYSTEM QUALITY
The Security Vendor will at all times, have high quality radio communications.
(transmitting and receiving). The Vendor will be totally responsible for providing and
maintaining required system quality, as follows:
1. The Security Vendor 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 Security Vendor must provide/lease an exclusive radio frequency operated
exclusively by the Contractor. Radios will have printout identification and
emergency capability.
3. The Security Vendor 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.
4. The Security Vendor will ensure that all radio equipment has sufficient operating
power at all times during a tour of duty. It may be necessary for the Security
Vendor 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 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
Vendor unable and/or unwilling to make changes deemed necessary by the City of
Miami Beach, then the Vendor will be considered non-responsive to the required Terms
and Conditions of this Contract.
263
Bid No. 46-03/04 -- SECURITY GUARD SERVICES
March 16, 2005
Page 14
Likewise, should there be a deterioration of performance during the term of this
contract, and the Vendor 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 Intern~1 Intelligence, for the duration of the
contract, the Post Order and Rules and Regulation Manual.
PERFORMANCE OF CONTRACT
This contract may be terminated upon thirty days written notice to the Security Vendor
due to lack of performance and after Vendor 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. Vendor not providing required training to all assigned security guards.
E. Vendor not providing the required trained supervisory personnel
F. Vendor to ensure compliance of Miami Beach Security Contractor's Post Orders
Manual.
G. Vendor reporting of any/all missing City supplies, equipment, property.
H. Excessive non-compliance incidences.
AdditionaHy, the City of Miami Beach reserves the right to have any security officers
removed from Miami Beach assigned posts for violation of the Post Orders Manual.
The City of Miami Beach Police Department will not pay Security Vendor 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: Internal Intelligence 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 Vendor 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
264
Bid No. 46-03/04 -- SECURITY GUARD SERVICES
March 16, 2005
Page 15
Contract Administrator. A mutual effort will be made to resolve all problems identified.
The written minutes of these meetings will be signed by the Contractor's Contract
Administrator and the City's Contract Administrator, and a copy will be forwarded to the
Procurement Director. Should the Vendor not concur with the minutes, he will state in
writing to the Procurement Director any areas wherein he does not concur.
KEY CONTROL: The Vendor will establish and implement methods of ensuring that all
keys issued to the Vendor by the City are not lost, or misplaced, and are not used by
unauthorized persons. No keys issued the Vendor by the City will be duplicated. The
Vendor 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 Vendor may be required to replace, re-key, or to reimburse
the City for replacement of locks or re-keying as a result of Vendor 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 Vendor 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 Vendor will be directly responsible for instructing
employees in utilities conservation practices. The Vendor will be responsible for
operating under conditions, which preclude the waste of any/all utilities.
FIRE AND SECURITY: Vendor 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 Vendor employees to have on
their person photo identification at all times. 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 Vendor employee is terminated, City of Miami Beach Contract
Administrator will be advised in writing.
265
Bid No. 46-03/04 -- SECURITY GUARD SERVICES
March 16, 2005
Page 16
The tabulated results are as follows:
r---....-------..- --.---------r-..---..1-.-----.---r----..-------r--.-.......-----'T-----j
Lewl I Lewl II Lewl I & Lewl II
Estimated Hours per year Estimated Hours per year '" ,.."... I 0181 per
v.."'.
140,000 20.000
Company Name Billing Rate Total $ Billing Rate Total $ Total $
Intemal Intelligence Service Inc, $11.97 1,675,800.00 $11.97 239.400.00 1,915,200.00
Union Security Services Inc. $12.10 1,694,000.00 $12.25 245,000.00 1.939,000,00
Current Contract $12.27 1,717,800.00 $12.42 248,400.00 1,966,200.00
Sereca $12.75 1.785,000.00 $13.25 265,000.00 2,050.000.00
Weiser Security Services Inc. $13.21 1,849.400.00 $13.21 264,200.00 2,113,600.00
Andy FraIn Services $13.45 1,883.000.00 $13.45 269.000,00 2.152,000.00
PM Security $13.85 1,939,000.00 $14.65 293,000.00 2,232,000.00
Security Alliance $14.68 2.055,200.00 $14,68 293,600,00 ' 2,348.800.00
Walter Harper Security Services $15.00 2,100,000.00 $15.00 300.000.00 2,400.000.00
Kemp Security International $15.03 2.104,200.00 $15.64 312.800.00 2,417,000.00
Diamond Detectiw Agency, Inc. $16,29 2,280,600.00 $17.49 349,800.00 2,630,400.00
t~~-~-~~:~~~~t-~-~f~~~~&_~t~~~t;;d
I LEVEL' SECURllY GUARD RATE BREAKDOWN
C N Lewll Wage paid to Health Other
ompany ame -.-.-
Billing Rate employee benefits Owrhead Profit Cost Rate
Intemallntelligence Service Inc. $11.97 $8.56 $1.25 $1.44 $0.41 $0.31 $11.97
Union Security Sen.;ces Inc. $12.10 $9.81 $1.00 $0,50 $0.79 $12.10
Current Contract $12.27 i i $0.00
Sereca $12.75 $8,56 $0.51 $0.50 $3.18 $12.75
Weiser Security Sen,;ces Inc. $13.21 $9.94 6.26% 5.40% $10.06
Andy Frain Sen.;ces $13.45 $9.81 $0.75 $0.67 $2,22 $13.45
Armor Security $13.52 $9.81 $3.24 $0.22 $0.25 $13.52
PM Security $13.85 $9,81 $0.33 $0,60 $3.11 $13.85
Security Alliance $14.68 $8.56 $3,73 $0.52 $1.87 $14.68
Walter Harper Security Sen.;ces $15.00 $9,00 $2.00 $4.00 $15.00
Kemp Security Intemational $15.03 $9.81 $2.13 $0.98 $2,11 $15.03
Diamond Detective Agency, Inc, $16.29 $9,81 $0.49 $0.46 $5.53 $16.29
t;;~~;-~~~-~nJ~~--=;~~~d~~~-+=~I~?~
I . I ' ; ! ~ , J
:i~=~--~~:~----~-I:~~~~I~~:=-=f=j:-~:~~--~:~~J~~_~:f-~~j
266
Bid No. 46-03/04 - SECURITY GUARD SERVICES
March 16, 2005
Page 17
LEVEL II SECURITY GUARD RATE BREAKDOWN
Level " Wage paid
Company Name Billing to Health Other
Rate employee benefits Overhead Profit Cost Rate
-
Internal Intelligence Service
Inc. $11.97 $8.56 $1.25 $1.44 $0.41 $0.31 $11.97
Union Security Services Inc. $12.25 $9.90 $1.02 $0.53 $0.80 $12.25
Current Contract $12.42 $0.00
Sereca $13.25 $9.00 $0.51 $0.39 $3.35 $13.25
Weiser Security Services Inc. $13.21 $9.94 6.26% 5.40% $10.06
Andv Frain Services $13.45 $9.81 $0.75 $0.67 $2.22 $13.45
Armor Security $13.52 $10.06 $3.24 $0.02 $0.20 $13.52
PM Security $14.65 $10.61 $0.33 $0.60 $3.11 $14.65
Security Alliance $14.68 $8.66 $3.73 $0.42 $1.87 $14.68
Walter Harper Security
Services $15.00 $10.00 $2.00 $3.00 $15.00
Kemp Security International $15.64 $10.24 $2.25 $1.02 $2.13 $15.64
Diamond Detective Agency,
Inc. $17.49 $10.52 $0.53 $0.49 $5.95 $17.49
CONCLUSION:
Based on the analysis of the bids received, it is recommended that the contract be
awarded to the lowest and best bidders, Internal Intelligence Service Inc. as the
Primary awardee, and Sereca Security Corporation as the Secondary awardee to be
used only in the event that the Primary vendor (Internal Intelligence Service Inc.) cannot
fulfill their Contractual Obligations.
T:IAGENDA\2005\Mar1605\Regular\SECURITY GUARDS MEMO.FINAL.doc
267
Post Locations
(INDEX)
A- Parking System
1... 7th Street Garage
2- 12th Street Garage
3- 13-th Street Garage
4- 16th Street Garage
5- 17th Street Garage
6- 42nd Street Garage
7... Coin Room
B- Property Management
8... City Hall
9- Old City HaJJ
10- Nonnandy Shores Gates
11- Alaska Baywalk
c- Parks & Recreation
12-Golf Course
13...Boardwalk
14-21 st Street Command Center
I5-Flamingo Park
16-North Shore Youth Center
D- Police Department
17-0cean Drive Patrol
18...Lincoln Road Patrol
268
"
ch e
City of Miami Beach
Posts Schedule as of; September) 9, 2004
-- 7 Days 24 Hours i --'.
71h Street Garage Office 1 166
i-----~er 1 7 Days 24 Hours 168 T --
Traffic 3 Fr. Sal 2000 to 0400 48 I
I
-, Traffic 3 Sat 1100 to 2000 27
..
Traffic 2 Sun 1100 to 1900 16
Traffic 1 Sun 1100 to 2000 ._- 9
436
.
..-....... -.-..-.- --.. -.... .-..... --. --...-
1211\ Street Garage ROller 1 Mon. Tues- Wed 1200 to 1500 9
Rover 1 Thur- Fr. Sat- Sun 24 Hours 96 105
__ 0....._ ... ""_"_ .___._._._........ ._.._
13t~ Street Garage Rover 1 Mon. Tues. Wed 1200 to 0800 24
Rover 1 Thur. Fr. Sat. Sun 24 Hours 96
T raffie 1 Friday 2300 to 0800 9
Traffic 1 Sat. Sun 1100 to 1900 f6 -
Traffic 1 Sat. Sun 2200 to 0800 20 165
.-...... - .-..-.- --..- "-"-"-.-"- .-.-....
16th Street Garage ROller 1 1 Days 24 Hours 168
Rover 1 Thu- Fr - Sat . Sun 2200 to 06D0 32
Rover 1 Fr - Sat - Sun 2300 to 0700 24
Rover 1 Fr . Sat - Sun 0000 to 0800 24 248
.
.- .-- -.-.- -...-... .-..-..-.....-.-..-.
17'" Street Garage Office 1 1 Days 24 Hours 168
Rover 1 Men - Tues - Wed 1200 to 0800 60
Rover 1 Thur - Fri - Sat . Sun 24 Hours 96
West Lot 1 Fr- Sat 1800 to 0300 18
p. Lot · 1 Fri 0600 to 2200 16 -- ----
P-Lot- 1 Sal- Sun. Moo 24 Hours 72 430
.-..-....... -.. -.-. -. - .._~- ..-.. --- ..-.- ~
42M Street Garage Rover 1 1 Days 2.- HoulS 168 168
Alaska Baywalk
. . ....9.. ...............
Rover 1 7 Days 0500 to 0900 28
Rover 1 1 Days 1800 10 2200 28 58
Raver 2 1 Days 0500 to 0900 56
Rover 2 7 Days 1700 to 0100 56 112
..
Rover 2 Tues to Sat 0945 to 1715 75
Rover 1 Tues to Sat 0900 to 1630 15
Rover 3 Sun 1045 to 1715 19.30 109.30
..
Rover 1 Moo - Wed - Toor - Fri. 0800 to 2230 58
Rover 1 Tues. 0800 to 2200 14
Rover 1 Sat 0700 to 1500 8 80
Security 1 Mon to Fri, 0600 to 1000 20 20
-
Rover 1 7 Days 1800 to 0200 56
Rover 1 TDays 2200 10 0600 56 112
Sub- Total..... . .
1.552 Hours
Boardwalk North & South
Bass Museum
City Hall
Coin Room
Flamingo Park
269
Golf Course
Historic City Hall
Lincoln Road Patrol
Normandy Shores Gates
North Shore Recrealion
Ocean Drive Patrol
21" St Command Center
-
Rover 1 7 Days 2000 10 00"00 70 70
--
Rover 1 Man to Fri. 0500 to 0900 20
Ro.... 1 Men to Fri, 1700 to 2100 20 40
-
Rover 2 Wes 10 Sun 1600 to 0000 80 80
-
Guard H0U88 1 7 Days 24 hours 168 ,68
-
ROVGr 1 7 Days 2200 to 0600 56 56
-
Rover 2 7 Days 0900 10 1700 112 112
-
Rover 1 1 Day 8 Week 4 Hours a W89k 4 188
Sub- Total...... ..... 947.30
TOTAL ................... 2,449.30
270
~i
c
Z
:.
z
n
m
en
271
CITY OF MIAMI BEACH
m
1700 CONVENTION CENTER DRIVE, MIAMI BEACH, FLORIDA 33139
http:\\miamibeachfl.gov
PROCUREMENT DIVISION
Telephone (305) 673-7490
Facsimile (305) 673-7851
INVITATION TO BID NO. 46-03/04
PUBLIC NOTICE
Sealed bids will be received by the City of Miami Beach Procurement Director, 3rd Floor, 1700
Convention Center Drive, Miami Beach, Florida 33139, until 3 :00 p.m. on the 29th day of October,
2004 for:
ARMEDIUNARMED SECURITY GUARD SERVICES FOR
THE CITY OF MIAMI BEACH
Scope of Work: The work specified in this bid consists of furnishing all labor, uniforms, means of
transportation, supplies, equipment, and materials necessary to provide armed/unarmed security
guard services for the City of Miami Beach. The terms and conditions, and specifications, together
with submitted bid will be the authority under which the successful bidder will provide security
guard services to the City of Miami Beach for a two-year period, with provision for two one-year
renewal options at the City's discretion. The City of Miami Beach has expended approximately
$1,700,000 during the last fiscal year for security guard services.
The successful bidder 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 ofthe City of Miami Beach
will be solely to compensate the successful bidder for the number of hours provided monthly in
accordance with the contract price schedule.
A Pre-Bid Conference will be held at 10:00 A.M. on October 14th, 2004 at the City of Miami
Beach, Mayor's Conference Room located on the fourth floor of City Hall at 1700 Convention
Center Drive, Miami Beach, Florida 33139.
Attendance at the Pre-bid Conference is highly encouraged and recommended as a source of
information but is not mandatory.
At time, date, and place above, bids will be publicly opened. Any bids or proposals received after
time and date specified will be returned to the bidder unopened. The responsibility for submitting a
bid/proposal before the stated time and date is solely and strictly the responsibility of the
bidder/proposer. The City is not responsible for delays caused by mail, courier service, including
U.S. Mail, or any other occurrence.
The successful bidder will be required to furnish Performance and Payment Bonds, each in the
amount of $100,000.00, along with a Commercial Blanket Bond in the amount of $25,000.
Any questions or clarifications concerning this Bid shall be submitted in writing by mail or facsimile
to the Procurement Department, 1700 Convention Center Drive, Miami Beach, FL 33139, or FAX:
(305) 673-7851. The Bid title/number shall be referenced on all correspondence. All responses to
questions/clarifications will be sent to all prospective bidders in the form of an addendum.
BID No. 46-03/04
DA TE: 10/06/02
CITY OF MIAMI BEACH
Page 2 of 45
The City of Miami Beach reserves the right to accept any proposal or bid deemed to be in the best
interest of the City of Miami Beach, or waive any informality in any proposal or bid. The City of
Miami Beach may reject any and all proposals or bids.
ALL EMPLOYEES, WHO PROVIDE SERVICES COVERED BY TmS BID, SHALL BE
PAID A LIVING WAGE OF NO LESS THAN $8.56 AN HOUR PLUS $1.25 AN HOUR
TOWARDS HEAL m BENEFITS, OR A LIVING WAGE OF NO LESS THAN $9.81 AN
HOUR WITHOUT HEALTH BENEFITS.
YOU ARE HEREBY ADVISED THAT THIS INVITATION TO BID IS SUBJECT TO THE
"CONE OF SILENCE, "IN ACCORDANCE WITH ORDINANCE NO. 2002-3378. A COPY
OF ALL WRITTEN COMMUNICATION(S) REGARDING THIS BID MUST BE FILED WITH
THE CITY CLERK.
YOU ARE HEREBY ADVISED THAT THIS INVITATION TO BID IS SUBJECT TO THE
"CODE OF BUSINESS ETHICS" ("CODE"), IN ACCORDANCE WITH RESOLUTION NO.
2000-23879.
YOU ARE HEREBY ADVISED THAT THIS INVITATION TO BID IS SUBJECT TO THE
CITY OF MIAMI BEACH DEBARMENT ORDINANCE NO. 2000-3234.
YOU ARE HEREBY ADVISED THAT THIS INVITATION TO BID IS SUBJECT TO THE BID
SOLICITATION PROTEST ORDINANCE NO. 2002-3344.
YOU ARE HEREBY ADVISED THAT THIS INVITATION TO BID IS SUBJECT TO THE
CITY OF MIAMI BEACH LOBBYIST FEES DISCLOSURE ORDINANCE NO. 2002-3363.
YOU ARE HEREBY ADVISED THAT THIS REQUEST FOR BID IS SUBJECT TO THE
CAMPAIGN CONTRIBUTIONS BY VENDORS ORDINANCE NO. 2003-3389.
YOU ARE HEREBY ADVISED THAT THIS BID SOLICITATION IS SUBJECT TO THE
LOCAL PREFERENCE ORDINANCE NO. 2003-3413. RESPONSIVE AND RESPONSIBLE
MIAMI BEACH-BASED VENDORS THAT ARE WITHIN 5% OF THE LOWEST AND BEST
BIDDER, WILL BE GIVEN AN OPPORTUNITY OF PROVIDING SAID GOODS OR
GENERAL SERVICES CONTAINED HEREIN, FOR THE LOWEST RESPONSIVE BID
AMOUNT.
Detailed representation of all these ordinances can be found on the City of Miami Beach WebSite at
http://www .m jam j beachfl.gov /newc ity /depts/purchase/bjd i ntro.asp
CITY OF MIAMI BEACH
/,,~ . .";J'
/' / /"/
~,.,../_~
//..~ ,//:~---
i ~,-
Gus Lopez, CPPO
Procurement Director
BID No. 46-03/04
DATE: 10/06/02
CITY OF MIAMI BEACH
Page 3 of 45
CITY OF MIAMI BEACH
1700 CONVENTION CENTER DRIVE, MIAMI BEACH, FLORIDA 33139
http:\\ci.miami-beach,f1.us
PROCUREMENT DIVISION
Telephone (305) 673-7490
Facsimile (305) 673-7851
I NOTICE TO PROSPECTIVE BIDDERS
NO BID
If not submitting a bid at this time, please detach this sheet from the bid documents,
complete the information requested, and return to the address listed above.
NO BID SUBMITTED FOR REASON (S) CHECKED AND/OR INDICATED:
_ Our company does not handle this type of product/service.
_ We cannot meet the specifications nor provide an alternate equal product.
_ Our company is simply not interested in bidding at this time.
_ Due to prior commitments, I was unable to attend pre-proposal meeting.
_ OTHER. (Please specify)
We do _ do not _ want to be retained on your mailing list for future bids for the type or
product and/or service.
Signature:
Title:
Company:
How were you notified of this Invitation to Bid?
Note: Failure to respond, either by submitting a bid ill: this completed form, may result in your
company being removed from the City's bid list.
BID No. 46-03/04
DA TE: 10/06/02
CITY OF MIAMI BEACH
Page 4 of 45
ARMEDIUNARMED SECURITY GUARD SERVICES FOR
THE CITY OF MIAMI BEACH
BID #046-03/04
1.0 GENERAL CONDITIONS
1.1 SEALED BIDS:
The original and one copy of Bid Form as we1l as any other pertinent documents must be
returned in order for the bid to be considered for award. All bids are subject to the
conditions specified hereon and on the attached Special Conditions, Specifications and Bid
Form.
The completed bid must be submitted in a sealed envelope clearly marked with the Bid Title
to the City of Miami Beach Procurement Director, 3rd floor, 1700 Convention Center Drive,
Miami Beach, Florida 33139. Facsimile bids will not be accepted.
1.2 EXECUTION OF BID:
Bid must contain a manual signature of an authorized representative in the space provided on
the Bid Form. Failure to properly sign bid sha1l invalidate same and it sha1l NOT be
considered for award. A1l bids must be completed in pen and ink or typewritten. No
erasures are permitted. If a correction is necessary, draw a single line through the entered
figure and enter the corrected figure above it. Corrections must be initialed by the person
signing the bid. Any illegible entries, pencil bids or corrections not initialed will not be
tabulated. The original bid conditions and specifications CANNOT be changed or altered in
any way. Altered bids will not be considered. Clarification of bid submitted sha1l be in
letterform, signed by bidders and attached to the bid.
1.3 NO BID:
If not submitting a bid, respond by returning the enclosed bid form questionnaire, and
explain the reason. Repeated failure to bid without sufficient justification shall be cause for
removal of a supplier's name from the bid mailing list.
1.4 PRICES QUOTED:
Deduct trade discounts and quote firm net prices. Give both unit price and extended total,
when requested. Prices must be stated in units of quantity specified in the bidding
specifications. In case of discrepancy in computing the amount ofthe bid, the UNIT PRICE
quoted will govern. A1l prices must be F .O.B. destination, freight prepaid (unless otherwise
stated in special conditions). Discounts for prompt payment. Award, if made, will be in
accordance with terms and conditions stated herein. Each item must be bid separately and
no attempt is to be made to tie any item or items in with any other item or items. Cash or
quantity discounts offered will not be a consideration in determination of award ofbid(s).
1.5 TAXES:
The City of Miami Beach is exempt from all Federal Excise and State taxes. State Sales Tax
and Use Certificate Number is 04-00097-09-23.
1.6 MISTAKES:
Bidders are expected to examine the specifications, delivery schedules, bid prices and
extensions and all instructions pertaining to supplies and services. Failure to do so will be at
the bidder's risk.
BID No. 46-03/04
DA TE: 10/06/02
CITY OF MIAMI BEACH
Page 5 of 45
1.7 CONDITION AND PACKAGING:
It is understood and agreed that any item offered or shipped as a result ofthis bid shall be the
latest new and current model offered (most current production model at the time of this bid).
All containers shall be suitable for storage or shipment, and all prices shall include standard
commercial packaging.
1.8 UNDERWRITERS'LABORA TORIES: Unless otherwise stipulated in the bid, all
manufactured items and fabricated assemblies shall be U.L.listed or re-examination listing
where such has been established by U.L. for the item(s) offered and furnished.
1.9 BIDDER'S CONDITIONS:
The City Commission reserves the right to waive irregularities or technicalities in bids or to
reject all bids or any part of any bid they deem necessary for the best interest ofthe City of
Miami Beach, FL.
1.10 EQUIVALENTS:
If bidder offers makes of equipment or brands of supplies other than those specified in the
following, he must so indicate on his bid. Specific article(s) of equipment/supplies shall
conform in quality, design and construction with all published claims ofthe manufacturer.
Brand Names: Catalog numbers, manufacturers' and brand names, when listed, are
informational guides as to a standard ofacceptable product quality level only and should not
be construed as an endorsement or a product limitation of recognized and legitimate
manufacturers. Bidders shall formally substantiate and verify that product(s) offered
conform with or exceed quality as listed in the specifications.
Bidder shall indicate on the bid form the manufacturer's name and number if bidding other
than the specified brands, and shall indicate ANY deviation from the specifications as listed.
Other than specified items offered requires complete descriptive technical literature marked
to indicate detail(s) conformance with specifications and MUST BE INCLUDED WITH
THE BID. NO BIDS WILL BE CONSIDERED WITHOUT THIS DATA.
Lacking any written indication of intent to quote an alternate brand or model number, the bid
will be considered as a bid in complete compliance with the specifications as listed on the
attached form.
1.11 NON-CONFORMANCE TO CONTRACT CONDITIONS:
Items may be tested for compliance with specifications. Item delivered, not conforming to
specifications, may be rejected and returned at vendor's expense. These items and items not
delivered as per delivery date in bid and/or purchase order may be purchased on the open
market. Any increase in cost may be charged against the bidder. Any violation of these
stipulations may also result in:
A) Vendor's name being removed from the vendor list.
B) All departments being advised not to do business with vendor.
1.12 SAMPLES:
Samples of items, when required, must be furnished free of expense and, if not destroyed,
will, upon request, be returned at the bidder's expense. Bidders will be responsible for the
removal of all samples furnished within (30) days after bid opening. All samples will be
disposed of after thirty (30) days. Each individual sample must be labeled with bidder's
BID No. 46-03/04
DATE: 10/06/02
CITY OF MIAMI BEACH
Page 6 of 4S
name. Failure of bidder to either deliver required samples or to clearly identify samples may
be reason for rejection ofthe bid. Unless otherwise indicated, samples should be delivered to
the Procurement Division, 1700 Convention Center Drive, Miami Beach, FL 33139.
1.13 DELIVERY:
Unless actual date of delivery is specified (or if specified delivery cannot be met), show
number of days (in calendar days) required to make delivery after receipt of purchase order,
in space provided. Delivery time may become a basis for making an award. Delivery shall
be within the normal working hours ofthe user, Monday through Friday, excluding holidays.
1.14 INTERPRETATIONS:
Unless otherwise stated in the bid, any questions concerning conditions and specifications
should be submitted in writing to the Procurement Director, 1700 Convention Center Drive,
Miami Beach, FL 33139. Fax (305) 673-7851.
1.15 BID OPENING;
Bids shall be opened and publicly read on the date, time and place specified on the Bid
Form. All bids received after the date, time, and place shall be returned, unopened.
1.16 INSPECTION, ACCEPTANCE & TITLE:
Inspection and acceptance will be at destination unless otherwise provided. Title t%r risk
of loss or damage to all items shall be the responsibility of the successful bidder until
acceptance by the buyer unless loss or damage result from negligence by the buyer.
Ifthe materials or services supplied to the City are found to be defective or not conform to
specifications, the City reserves the right to cancel the order upon written notice to the seller
and return product at bidder's expense.
1.17 PAYMENT:
Payment will be made by the City after the items awarded to a vendor have been received,
inspected, and found to comply with award specifications, free of damage or defect and
properly invoiced.
1.18 DISPUTES:
In case of any doubt or difference of opinion as to the items to be furnished hereunder, the
decision ofthe City shall be final and binding on both parties.
1.19 LEGAL REQUIREMENTS:
Federal, State, county and city laws, ordinances, rules and regulations that in any manner
affect the items covered herein apply. Lack of knowledge by the bidder will in no way be a
cause for relief from responsibility.
1.20 PATENTS & ROYALTIES:
The bidder, without exception, shall indemnify and save harmless the City of Miami Beach,
Florida and its employees from liability of any nature or kind, including cost and expenses
for, or on account of, any copyrighted, patented, or unpatented invention, process, or article
manufactured or used in the performance of the contract, including its use by The City of
Miami Beach, Florida. Ifthe bidder uses any design, device or materials covered by letters,
patent, or copyright, it is mutually understood and agreed, without exception, that the bid
prices shall include all royalties or cost arising from the use of such design, device, or
materials in any way involved in the work.
BID No. 46-03/04
DA TE: 10/06/02
CITY OF MIAMI BEACH
Page 7 of 45
1.21 OSHA:
The bidder warrants that the product supplied to the City of Miami Beach, Florida shall
conform in all respects to the standards set forth in the Occupational Safety and Health Act
of 1970, as amended, and the failure to comply with this condition will be considered as a
breach of contract. Any fines levied because of inadequacies to comply with these
requirements shall be borne solely by the bidder responsible for same.
1.22 SPECIAL CONDITIONS:
Any and all Special Conditions that may vary from these General Conditions shall have
precedence.
1.23 ANTI-DISCRIMINATION:
The bidder certifies that he/she is in compliance with the non-discrimination clause
contained in Section 202, Executive Order 11246, as amended by Executive Order 11375,
relative to equal employment opportunity for all persons without regard to race, color,
religion, sex or national origin.
1.24 AMERICAN WIm 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 the Heidi Johnson Wright
at the Public Works Department at 305.673-7080.
1.25 QUALITY:
All materials used for the manufacture or construction of any supplies, materials or
equipment covered by this bid shall be new. The items bid must be new, the latest model, of
the best quality, and highest grade workmanship.
1.26 LIABILITY, INSURANCE, LICENSES AND PERMITS:
Where bidders are required to enter or go onto City of Miami Beach property to deliver
materials or perform work or services as a result of a bid award, the successful bidder will
assume the full duty, obligation and expense of obtaining all necessary licenses, permits and
insurance and assure all work complies with all applicable Dade County and City of Miami
Beach building code requirements and the South Florida Building Code.
The bidder shall be liable for any damages or loss to the City occasioned by negligence of
the bidder (or agent) or any person the bidder has designated in the completion of the
contract as a result of his or her bid.
1.27 PERFORMANCE BONDS, CERTIFICATES OF INSURANCE:
(SEE SECTION 2.7 and 2.10)
1.28 DEFAULT:
Failure or refusal of a bidder to execute a contract upon award, or withdrawal of a bid before
such award is made, may result in forfeiture of that portion of any bid surety required equal
to liquidated damages incurred by the City thereby, or where surety is not required, failure to
execute a contract as described above may be grounds for removing the bidder from the
bidder's list
BID No. 46-03/04
DATE: 10/06/02
CITY OF MIAMI BEACH
Page 8 of 45
1.29 CANCELLATION:
In the event any of the provisions of this bid are violated by the contractor, the Procurement
Director shall give written notice to the contractor stating the deficiencies and unless
deficiencies are corrected within ten (10) days, recommendation will be made to the City
Commission for immediate cancellation. The City Commission of Miami Beach, Florida
reserves the right to terminate any contract resulting from this invitation at any time and for
any reason, upon giving thirty (30) days prior written notice to the other party.
1.30 BILLING INSTRUCTIONS:
Invoices, unless otherwise indicated, must show purchase order numbers and shall be
submitted in DUPLICATE to the City of Miami Beach, 1700 Convention Center Drive,
Miami Beach, Florida 33139.
1.31 NOTE TO VENDORS DELIVERING TO THE CITY OF MIAMI BEACH:
Receiving hours are Monday through Friday, excluding holidays, from 8:30 A.M. to 5:00
P.M.
1.32 SUBSTITUTIONS:
The City of Miami Beach, Florida WILL NOT accept substitute shipments of any kind.
Bidder(s) is expected to furnish the brand quoted in their bid once awarded. Any substitute
shipments will be returned at the bidder's expense.
1.33 FACILITIES:
The City Commission reserves the right to inspect the bidder's facilities at any time with
prior notice.
1.34 BID TABULATIONS:
Bidders desiring a copy ofthe bid tabulation may request same by enclosing a self-addressed
stamped envelope with the bid.
1.35 CLARIFICATION AND ADDENDA TO BID SPECIFICATIONS:
If any person contemplating submitting a Bid under this Solicitation is in doubt as to the true
meaning of the specifications or other Bid documents or any part thereof, the Bidder must
submit to the City of Miami Beach Procurement Director at least five (5) calendar days prior
to scheduled Bid opening, a request for clarification. All such requests for clarification must
be made in writing and the person submitting the request will be responsible for its timely
delivery .
Any interpretation ofthe Bid, ifmade, will be made only by Addendum duly issued by the
City of Miami Beach Procurement Director. The City shall issue an Informational
Addendum if clarification or minimal changes are required. The City shall issue a Formal
Addendum if substantial changes which impact the technical submission of Bids is required.
A copy of such Addendum shall be sent by mail or facsimile to each Bidder receiving the
Solicitation. In the event of conflict with the original Contract Documents, Addendum shall
govern all other Contract Documents to the extent specified.
Subsequent addendum shall govern over prior addendum only to the extent specified.
The Bidder shall be required to acknowledge receipt ofthe Formal Addendum by signing in
the space provided on the Bid Proposal Form. Failure to acknowledge Addendum shall deem
its Bid non-responsive; provided, however, that the City may waive this requirement in its
best interest. The City will not be responsible for any other explanation or interpretation
made verbally or in writing by any other city representative.
BID No. 46-03/04
DATE: 10/06/02
CITY OF MIAMI BEACH
Page 9 of 45
1.36 DEMONSTRATION OF COMPETENCY:
1) Pre-award inspection ofthe Bidder's facility may be made prior to the award of contract.
Bids will only be considered from firms which are regularly engaged in the business of
providing the goods and/or services as described in this Bid. Bidders must be able to
demonstrate a good record of performance for a reasonable period of time, and have
sufficient financial support, equipment and organization to insure that they can satisfactorily
execute the services if awarded a contract under the terms and conditions herein stated. The
terms "equipment and organization" as used herein shall be construed to mean a fully
equipped and well-established company in line with the best business practices in the
industry and as determined by the City of Miami Beach.
2) The City may consider any evidence available regarding the financial, technical and other
qualifications and abilities of a Bidder, including past performance (experience) with the
City in making the award in the best interest of the City.
3) The City may require Bidders to show proofthat they have been designated as authorized
representatives of a manufacturer or supplier which is the actual source of supply. In these
instances, the City may also require material information from the source of supply
regarding the quality, packaging, and characteristics ofthe products to be supplies to the City
through the designated representative. Any conflicts between this material information
provided by the source of supply and the information contained in the Bidder's Proposal may
render the Bid non-responsive.
4) The City may, during the period that the Contract between the City and the successful
Bidder is in force, review the successful Bidder's record of performance to insure that the
Bidder is continuing to provide sufficient financial support, equipment and organization as
prescribed in this Solicitation. Irrespective of the Bidder's performance on contracts
awarded to it by the City, the City may place said contracts on probationary status and
implement termination procedures ifthe City determines that the successful Bidder no longer
possesses the financial support, equipment and organization which would have been
necessary during the Bid evaluation period in order to comply with this demonstration of
competency section.
1.37 DETERMINATION OF AWARD
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:
a. The ability, capacity and skill of the bidder to perform the Contract.
b. Whether the bidder can perform the Contract within the time specified, without
delay or interference.
c. The character, integrity, reputation, judgement, experience and efficiency of the
bidder.
d. The quality of performance of previous contracts.
e. The previous and existing compliance by the bidder with laws and ordinances
relating to the Contract.
1.38 ASSIGNMENT:
The contractor shall not assign, transfer, convey, sublet or otherwise dispose ofthis contract,
including any or all of its right, title or interest therein, or his or its power to execute such
contract to any person, company or corporation without prior written consent ofthe City of
Miami Beach.
BID No. 46-03/04
DA TE: 10/06/02
CITY OF MIAMI BEACH
Page 10 of 4S
1.39 LAWS, PERMITS AND REGULATIONS:
The bidder shall obtain and pay for all licenses, permits and inspection fees required for this
project; and shall comply with all laws, ordinances, regulations and building code
requirements applicable to the work contemplated herein.
1.40 OPTIONAL CONTRACT USAGE:
As provided in Section 287.042 (17), Florida Statutes, other State agencies may purchase
from the resulting contract, provided the Department of Management Services, Division of
Procurement, has certified its use to be cost effective and in the best interest of the State.
Contractors have the option of selling these commodities or services certified by the Division
to the other State agencies at the agencies option.
1.41 SPOT MARKET PURCHASES:
It is the intent of the City to purchase the items specifically listed in this bid from the
awarded vendor. However, items that are to be ASpot Market Purchased may be purchased
by other methods, i.e. Federal, State or local contracts.
1.42 ELIMINATION FROM CONSIDERATION
This bid solicitation shall not be awarded to any person or firm which is in arrears to the
County upon any debt, taxes or contracts which are defaulted as surety or otherwise upon
any obligation to the County.
1.43 WAIVER OF INFORMALITIES
The City reserves the right to waive any informalities or irregularities in this bid solicitation.
1.44 ESTIMATED QUANTITIES
Estimated quantities or estimated dollars, if provided, are for City guidance only. No
guarantee is expressed or implied as to quantities or dollars that will be used during the
contract period. The City is not obligated to place any order for a given amount subsequent
to the award ofthis bid solicitation. Estimates are based upon the City's actual needs and/or
usage during a previous contract period. The City for purposes of determining the low bidder
meeting specifications may use said estimates.
1.45 COLLUSION
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.
BID No. 46-03/04
DATE: 10/06/02
CITY OF MIAMI BEACH
Page 11 of 4S
1.46 DISPUTES
In the event of a conflict between the documents, the order of priority ofthe documents shall
be as follows:
. Any agreement resulting from the award ofth,is Bid (if applicable); then
. Addenda released for this Bid, with the latest Addendum taking precedence; then
. The Bid; then
. Awardee's Bid.
1.47 REASONABLE ACCOMMODATION
In accordance with the Title II ofthe Americans with Disabilities Act, any person requiring
an accommodation at the RFP opening because of a disability must contact Heidi Johnson
Wright at the Public Works Department at (305) 673-7080.
1.48 GRATUITIES
Proposers shall not offer any gratuities, favors, or anything of monetary value to any official,
employee, or agent ofthe City, for the purpose ofinfluencing consideration ofthis proposal.
1.49 SIGNED BID CONSIDERED AN OFFER
The signed bid shall be considered an offer on the part of the bibber or contractor, which
offer shall be deemed accepted upon approval by the City Commission ofthe City of Miami
Beach, Florida and in case of default on the part of successful bidder or contractor, after such
acceptance, the City may procure the items or services from other sources and hold the
bidder or contractor responsible for any excess cost occasioned or incurred thereby.
Additionally, the City may take such action.
1.50 BID CLARIFICATION:
Any questions or clarifications concerning this Invitation to Bid shall be submitted in writing
by mail or facsimile to the Procurement Department, 1700 Convention Center Drive, Miami
Beach, FL 33139 FAX: (305) 673-7851. The bid title/number shall be referenced on all
correspondence. All questions must be received no later than ten (10) calendar days prior to
the scheduled bid opening date.
All responses to questions/clarifications will be sent to all prospective bidders in the form of
an addendum. NO QUESTIONS WILL BE RECEIVED VERBALLY OR AFTER SAID
DEADLINE.
1.51 TIE BIDS:
Please be advised that in accordance with Florida Statues Section 287.087, regarding
identical tie bids, preference will be given to vendors certifying that they have implemented
a drug free work place program. A certification form will be required at that time.
1.52 PUBLIC ENTITY CRIMES (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 consultant 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 for a period of36 months from
the date of being placed on the convicted vendor list.
BID No. 46-03/04 CITY OF MIAMI BEACH Page 12 or 4S
DATE: 10/06/02
ARMEDroNAIDMEDSECmuTYGUARDSER~CESFOR
THE CITY OF MIAMI BEACH
BID #46-03/4
2.0 SPECIAL CONDITIONS
2.1 PURPOSE:
The purpose of this bid is to establish a contract, by means of sealed bids, to a qualified
contractor, for Armed/Unarmed Security Guard Services, for the City of Miami Beach.
2.2 TERM OF CONTRACT:
This contract shall commence from time of award by the Mayor and City Commission of
Miami Beach Florida, for a period of two (2) years.
Providing the successful bidder will agree to maintain the same terms and conditions of the
current contract, this contract could be extended for an additional two (2) years, on a year to
year basis, if mutually agreed upon by both parties.
2.3 PAYMENT:
The successful bidder will be required to complete a check list (see attached sample) and
leave with a designated person or at designated location each time service is performed.
PAYMENT WILL BE BASED UPON RECEIPT OF SAID CHECK LIST.
Invoices for payment will be submitted on a weekly,_basis for the duration ofthe contract.
Invoices will be subject to verification and approval by the Property Management Director,
or designated representative.
2.4 ADDITIONS/DELETIONS OF FACILITIES:
Although this Solicitation identifies specific facilities to be serviced, it is hereby agreed and
understood that other/any facilities may be added/deleted to/from this contract at the option
of the City, at the awarded bid price.
2.5 PRICES SHALL BE FIXED AND FIRM FOR TERM OF CONTRACT:
If the bidder is awarded a contract under this bid solicitation, the prices quoted by the
bidder on the Bid Form shall remain fixed and firm during the term of this contract;
provided, however, that the City Commission amend the living wage ordinance and require
successful bidder(s) to provide higher living wage rate.
2.6 PRE-BID CONFERENCE/SITE INSPECTION
A pre-bid conference will be held on October 14,2004 at 10:00 a.m., at City of Miami
Beach City Hall, Mayor's Conference Room, 4th Floor, 1700 Convention Center Drive.
Miami Beach, FL. At the pre-bid conference all work will be discussed and all questions
answered. Request for additional information or clarifications must be made in writing to
the Procurement Director with copies to the City Clerk to City of Miami Beach, 1700
Convention Center Drive, Miami Beach, FL 33139, Fax: (305) 673-7851.
BID No. 46-03/04
DATE: 10/06/02
CITY OF MIAMI BEACH
Page 13 of 4S
SITE INSPECTION:
Prior to submitting the bid, the bidder is required to visit the site of the proposed work and to
become familiar with any conditions which may in any manner, affect the work to be done or
affect the work to be done or affect the equipment, materials and labor required. The bidder
is also required to examine carefully the specifications and be thoroughly infonned regarding
any and all conditions and requirements.
2.7 INSURANCE AND IDEMNIFICATION:
(See Check List for applicability to this contract)
The contractor shall be responsible for his work and every part thereof, and for all materials,
tools, appliances and property of every description, used in connection with this particular
project. He shall specifically and distinctly assume, and does so assume, all risks of damage
or injury to property or persons used or employed on or in connection with the work and of
all damage or injury to any person or property wherever located, resulting from any action or
operation under the contract or in connection with the work. It is understood and agreed that
at all times the contractor is acting as an independent contractor.
The contractor, at all times during the full duration of work under this contract, including
extra work in connection with this project shall meet the following requirements:
Maintain Worker's Compensation and Employer's Liability Insurance to meet the statutory
requirements of the State of Florida.
Maintain Comprehensive General Liability Insurance in amounts prescribed by the City (see
checklist for limits) to protect the contractor in the interest of the City against all risks of
injury to persons (including death) or damage to property wherever located resulting from
any action or operation under the contract or in connection with the work. This policy is to
provide coverage for premises/operations, independent contractor, broad fonn property
damage, products/completed operations and contractual liability.
Maintain Automobile Liability Insurance including Property Damage covering all owned,
non-owned or hired automobiles and equipment used in connection with the work.
Maintain any additional coverages required by the Risk Manager as indicated on the
Insurance Check List.
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. A copy of the
endorsement(s) naming the City of Miami Beach as an additional insured is required and
must be submitted to the City's Risk Manager.
No change or cancellation in insurance shall be made without thirty (30) days written notice
to the City of Miami Beach Risk Manager.
All insurance policies shall be issued by companies authorized to do business under the laws
ofthe State of Florida and these companies must have a rating of at least B+: VI or better per
Best's Key Rating Guide, latest edition.
BID No. 46-03/04
DA TE: 10/06/02
CITY OF MIAMI BEACH
Page 14 of 45
Original signed Certificates of Insurance, evidencing such coverages and endorsements as
required herein, shall be filed with and approved by the City of Miami Beach Risk Manager
before work is started. The certificate must state Bid Number and Title. Upon expiration of
the required insurance, the contractor must submit updated certificates of insurance for as
long a period as any work is still in progress.
It is understood and agreed that all policies of insurance provided by the contractor are
primary coverage to any insurance or self-insurance the City of Miami Beach possesses that
may apply to a loss resulting from the work performed in this contract.
All policies issued to cover the insurance requirements herein shall provide full coverage
from the first dollar of exposure. No deductibles will be allowed in any policies issued on
this contract unless specific safeguards have been established to assure an adequate fund for
payment of deductibles by the insured and approved by the City's Risk Manager. The
liability insurance coverage shall extend to and include the following contractual indemnity
and hold harmless agreement:
"The contractor hereby agrees to indemnify and hold harmless the City of Miami Beach, a
municipal corporation, its officers, agents, and employees from all claims for bodily injuries
to the public in and up to the amount of $1,000,000.00 for each occurrence and for all
damages to the property of others in and up to the amount of $1,000,000.00 for each
occurrence per the insurance requirement under the specifications including costs of
investigation, all expenses of litigation, including reasonable attorney fees and the cost of
appeals arising out of any such claims or suits because of any and all acts of omission or
commission of any by the contractor, his agents, servants, or employees, or through the mere
existence of the project under contract".
The foregoing indemnity agreement shall apply to any and all claims and suits other than
claims and suits arising out of the sole and exclusive negligence ofthe City of Miami Beach,
its officers, agents, and employees, as determined by a court of competent jurisdiction.
The contractor will notify his insurance agent without delay of the existence of the Hold
Harmless Agreement contained within this contract, and furnish a copy of the Hold Harmless
Agreement to the insurance agent and carrier.
The contractor will obtain and maintain contractual liability insurance in adequate limits for
the sole purpose of protecting the City of Miami Beach under the Hold Harmless Agreement
from any and all claims arising out ofthis contractual operation.
The contractor will secure and maintain policies of subcontractors. All policies shall be
made available to the City upon demand. Compliance by the contractor and all
subcontractors with the foregoing requirements as to carrying insurance and furnishing
copies ofthe insurance policies shall not relieve the contractor and all subcontractors oftheir
liabilities and obligations under any Section or Provisions of this contract.
Contractor shall be as fully responsible to the City for the acts and omissions of the
subcontractor and of persons employed by them as he is for acts and omissions of persons
directly employed by him.
BID No. 46-03/04
DATE: 10/06/02
CITY OF MIAMI BEACH
Page 15 of 45
Insurance coverage required in these specifications shall be in force throughout the contract
term. Should any awardee fail to provide acceptable evidence of current insurance within
seven days of receipt of written notice at any time during the contract term, the City shall
have the right to consider the contract breached and justifying the termination thereof.
Ifbidder does not meet the insurance requirements ofthe specifications; alternate insurance
coverage, satisfactory to the Risk Manager, may be considered.
It is understood and agreed that the inclusion of more than one insured under these policies
shall not restrict the coverage provided by these policies for one insured hereunder with
respect to a liability claim or suit by another insured hereunder or an employee of such other
insured and that with respect to claims against any insured hereunder, other insureds
hereunder shall be considered members of the public; but the provisions of this Cross
Liability clause shall apply only with respect to liability arising out of the ownership,
maintenance, use, occupancy or repair of such portions of the premises insured hereunder as
are not reserved for the exclusive use of occupancy of the insured against whom claim is
made or suit is filed.
BID No. 46-03/04
DA TE: 10/06/02
CITY OF MIAMI BEACH
Page 16 of 45
XXX 1.
XXX 2.
XXX 3.
4.
XXX 5.
6.
XXX 7.
XXX 8.
XXX 9.
INSURANCE CHECK LIST
Workers' Compensation and Employer's Liability per the Statutory limits of
the state of Florida.
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 ).
Automobile Liability - $1,000,000 each occurrence - ownedlnon-ownedlhired
automobiles included.
Excess Liability - $ &( DCD.ct>>.OO per occurrence to follow the primary
, .
coverages.
The City must be named as and additional insured on the liability policies;
and it must be stated on the certificate.
Other Insurance as indicated:
_ Builders Risk completed value
_ Liquor Liability
_ Fire Legal Liability
_ Protection and Indemnity
_ Employee Dishonesty Bond
Other
$~.OO
$~.OO
$ .00
$ .00 00'
$ 25.000.00 (1,000,000. .I
$ .00
Thirty (30) days written cancellation notice required.
Best's guide rating B+:VI or better, latest edition.
The certificate must state the bid number and title
BIDDER AND INSURANCE AGENT STATEMENT:
/7
We understand the Insurance Requirements of these eci lcatio a~'that evidence of this
insurance may be required within five (5) days er bi ope 'ngy/"
/
IN1't!'ItNAl ,A/'I'''lL'&!A)C~ J'eRcJU
Bidder ,Nt: .
BID No. 46-03/04
DATE: 10/06/02
CITY OF MIAMI BEACH
Page 17 of 45
ACORD~ CERTIFICATE OF LIABILITY INSURANCE OP 10 3~ DATE (MM/DDIYYYY)
INTER33 04/22/05
PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
The Mechanic Group, Inc. ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
One Blue Hill Plaza, Suite 530 HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
P.O. Box 1646 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
Pearl River NY 10965
Phone: 845-735-0700 Fax:845-735-8383 INSURERS AFFORDING COVERAGE NAIC#
INSURED INSURER A: Lexington Insurance Company 19437
INSURER B: Commerce' Industry Ins. Co.
Internal Intelligence Service INSURER C: The Ins. Co of the State of PA
9-25 ~lin3 Street - 1st Floor INSURER 0: Great American Insurance Co.
Newark NJ 7102
INSURER E:
COVERAGES
THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, N01WITHSTANDING
ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR
MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH
POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS,
POLICY NUMBER P_C!.Ll~Y E~fJ.fJXE POL~IRA~N LIMITS
LTR NSRI TYPE OF INSURANCE DATE ;MM/DDIYY DATE MM/DDIYY
GENERAL LIABILITY EACH OCCURRENCE $5,000,000
-
A X X COMMERCIAL GENERAL LIABILITY 1155141 03/12/05 03/12/06 ~~~~~'Es (Ea occu~~nce) $
I CLAIMS MADE [!] OCCUR MED EXP (Any one person) $
X Errors & Omission PERSONAL & ADV INJURY $
GENERAL AGGREGATE $ 5,000,000
GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS. COMP/OP AGG $
Xl POLICY n ~r8i n LOC
AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT
- $
ANY AUTO UNDER SEPARATE COVERAGE (Ea accident)
-
ALL OWNED AUTOS If) BODILY INJURY
- $
SCHEDULED AUTOS (Per person)
-
HIRED AUTOS BODILY INJURY
- $
NON-OWNED AUTOS Mt I/OV' (Per accident)
-
PROPERTY DAMAGE
- ,pt/ /' J /' (Per accident) $
GARAGE LIABILITY '4 F~/07 AUTO ONLY - EA ACCIDENT $
~ ANY AUTO OTHER THAN EAACC $
AUTO ONLY: AGG $
EXCESS/UMBRELLA LIABILITY EACH OCCURRENCE $
X ~ OCCUR D CLAIMS MADE AGGREGATE $
$
=l DEDUCTIBLE $
RETENTION $ $
WORKERS COMPENSATION AND X IT~~YS~~WS I IUER-
B EMPLOYERS' LIABILITY WC9685277-AOS 04/13/05 04/13/06 E,L. EACH ACCIDENT $ 1,000,000
ANY PROPRIETOR/PARTNER/EXECUTIVE
C OFFICER/MEMBER EXCLUDED? WC9681425-NJ ONLY 04/13/05 04/13/06 E.L. DISEASE - EA EMPLOYEE $ 1,000,000
~~EMls~R~VI~~~S below E.L. DISEASE - POLICY LIMIT $1,000,000
OTHER
C Employee CRP1243832-06 03/18/05 03/17/06 CRIME A $1,000,000
Dishonesty
DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES I EXCLUSIONS ADDED BY ENDORSEMENT I SPECIAL PROVISIONS
The certificate holder is included as ADDITIONAL INSURED with respects to
the Liability above but only to the extent that the holder is held liable
for the negligent errors, acts or omissions of the named insured herein.
CITYMAM
CANCELLATION
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION
DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL ~ DAYS WRITTEN
NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO so SHALL
IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR
REPRESENTATIVES.
AUTHORIZED REPRESENTATIVE
CERTIFICATE HOLDER
City of Miami Beach
1700 Convention Center Drive
Miami Beach FL 33139
Michael Lehner
ACORD 25 (2001/08)
2.8 VENDOR APPLICATION
The City of Miami Beach has contracted with BidNet and has begun utilizing a new central
bid notification system created exclusively for state and local agencies located in South
Florida. Created in conjunction with BidNet(r), this new South Florida Purchasing system
has replaced the DemandStar system and allow vendors to register online and receive
notification of new bids, amendments and awards.
Vendors with Internet access should review the registration options at the following website:
www.govbids.com/scripts/southtlorida/public/homel.asp. If you do not have Internet
access, please call the BidNet(r) support group at 800-677-1997 extension # 214.
2.9 CONTACT PERSON:
For any additional information regarding the specifications and requirement of this bid,
contact Marta Fernandez-Rubio at martafernandezrubio@miamibeachfl.gov or (305) 673-
7490, Facsimiles will be accepted at (305) 673-7851.
2.10 PERFORMANCE AND PAYMENT GUARANTY:
The successful bidder will be required to furnish Performance and Payment Bonds, each in
the amount of $100,000.00, along with a Commercial Blanket Bond in the amount of
$25,000.
2.11 ESTIMATED QUANTITIES:
Approximate 165,000 labor hours.
2.12 REFERENCES:
Client references. List 8 minimum client references (name, title, company, address,
telephone, em ail)
2.13 FACILTY LOCATION(S):
Refer to Post Order Manual attached.
2.14 BIDDER QUALIFICATIONS:
In order for bids to be considered, bidders must submit with their bid, evidence that they are
qualified to satisfactorily perform the specified work. Evidence shall include all information
necessary to certify that the bidder: maintains a permanent place of business; has technical
knowledge and practical experience in the type of Security Guard Service included in this
scope of work; has available the organization and qualified manpower to do the work; has
adequate financial status to meet the financial obligations incident to the work; has not had
just or proper claims pending against him or his work; and has provided similar specified
Security Guard Services. The evidence will consist of listing the work that has been
provided to public and private sector clients, i.e. nature of work and number of
facilities/clients where your firm has provided Security Guard Services within the last
five (5) years.
2.15 LATE BIDS:
At time, date, and place above, bids will be publicly opened. Any bids or proposals received
after time and date specified will be returned to the bidder unopened. The responsibility for
submitting a bid/proposal before the stated time and date is solely and strictly the
responsibility ofthe bidder/proposer. The City is not responsible for delays caused by mail,
courier service, including U.S. Mail, or any other occurrence.
BID No. 46-03/04
DA TE: 10/06/02
CITY OF MIAMI BEACH
Page 18 of 45
2.16 EXCEPTIONS TO SPECIFICATIONS:
Additional Scope of Services (Change Order) not specified in these bid documents must be
requested in writing by the City Contract Administrator, to the Service Contractor, with a
written response of the approved agreement from the Service Contractor identifying the
complete Terms and Conditions of said work. ( i.e. Level Guard, scope of work, location,
estimated hours, duration, etc.) All correspondence, at a minimum, shall be forwarded to the
City's Procurement Director, upon final agreement by both parties.
2.17 COMPLETE INFORMATION REQUIRED ON BID FORM:
All bids must be submitted on the attached Bid Form and all blanks filled in. To be
considered a valid bid, the ORIGINAL AND ONE COpy ofthe Bid Form pages and all
required submittal information must be returned, properly completed, in a sealed envelope as
outlined in the first paragraph of General Conditions.
2.18 TERMINATION FOR DEFAULT
If through any cause within the reasonable control of the successful Bidder, 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 Bidder
of such termination which shall become effective upon receipt by the successful Bidder of
the written termination notice.
In that event, the City shall compensate the successful Bidder in accordance with the
Agreement for all services performed by the Bidder prior to termination, net of any costs
incurred by the City as a consequence of the default. Notwithstanding the above, the
successful Bidder shall not be relieved ofliability to the City for damages sustained by the
City by virtue of any breach of the Agreement by the Bidder, and the City may reasonably
withhold payments to the successful Bidder for the purposes of set off until such time as the
exact amount of damages due the City from the successful Bidder is determined.
BID No. 46-03/04
DA TE: 10/06/02
CITY OF MIAMI BEACH
Page 19 of45
PERFORMANCE BOND
(This bond meets and exceeds the requirements of Florida Statutes Section 255.05)
ST ATE OF FLORIDA )
COUNTY OF )
KNOW ALL MEN BY THESE PRESENTS that we,
as Principal, hereinafter called Contractor, and
as Surety, are firmly bound unto the City of Miami
Beach, Florida, as Obligee, hereinafter called the City, in the Penal sum of
Dollars ($ ), for the payment of which sum well and truly to be made, we bind
ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly
by these presents.
WHEREAS, Contractor, on the _ day of , 20_, entered into a certain
contract with the City, hereto attached, for BID NO. 46-03/04, Entitled ARMEDIUNARMED
SECURITY GUARD SERVICES FOR THE CITY OF MIAMI BEACH, which Contract is
made a part hereof by
reference thereto.
NOW, THEREFORE, mE CONDITION OF THIS OBLIGATION IS SUCH, that, if
the Contractor shall well and truly perform and fulfill all the undertakings, covenants, terms,
conditions and agreements of said Contract, and all duly authorized modifications of said Contract
that may hereafter be made, notice of which modifications to the Surety being hereby waived, then
this obligation shall be void; otherwise to remain in full force and effect.
WHENEVER the Principal shall be and is declared by the City to be in default under the
Contract, or whenever the Contract has been terminated by default ofthe Contractor, the City having
performed the City's obligations thereunder, the Surety shall:
I. Complete the Contract in accordance with its terms and conditions, or at the City's
sole option.
2. Obtain a Bid or Bids for submission to the City for completing the Contract in
accordance with its terms and conditions, and upon determination by the City and the
Surety ofthe lowest responsible Bidder, arrange for a Contract between such Bidder
and the City, and make available as Work progresses (even though there should be a
default or a succession of defaults under the Contract or Contracts of completion
arranged under this paragraph) sufficient funds to pay the cost of completion less the
balance of the Contract price; but not exceeding, including other costs and damages
for which the Surety may be liable hereunder, the amount set forth in the first
paragraph hereof. The term "balance ofthe Contract price" as used in this paragraph,
shall mean the total amount payable by the City to the Contractor under the Contract
and any amendments thereto, less the amount properly paid by the City to the
contractor.
BID No. 46-03/04
DATE: 10/06/02
CITY OF MIAMI BEACH
Page 20 of 4S
No right of action shall accrue on this Bond to or for the use of any person or
corporation other than the City named herein or the successors or assignees thereof.
The Surety shall and does hereby agree to indemnify the City and hold it harmless of.
from and against any and all liability, loss, cost, damage or expense, including
reasonable attorneys fees, engineering and architectural fees or other professional
services which the City may incur or which may accrue or be imposed upon it by
reason of any negligence, default, act and/or omission on the part ofthe Contractor,
any Subcontractor and Contractor's or Subcontractors agents, servants and/or
employees, in, about or on account ofthe Construction ofthe work and performance
of said Contract by the Contractor.
This Bond shall remain in full force and effect for such period or periods of time
after the date of acceptance of the project by the City as are provided for in the
Contract Documents, and the Contractor hereby guarantees to repair or replace for
the said periods all work performed and materials and equipment furnished, which
were not performed or furnished according to the terms of the Contract Documents.
If no specific periods of warranty are stated in the Contract Documents for any
particular item of work , material or equipment, the Contractor hereby guarantees the
same for a minimum period of one (I) year from the date of final acceptance by the
City ofthe entire project.
Any suit on this bond must be instituted within such period or periods as may be
provided by law.
BID No. 46-03/04
DA TE: 10/06/02
CITY OF MIAMI BEACH
Page 21 of 4S
IN WITNESS WHEREOF, the above bounded parties have caused this Bond to be executed
by their appropriate officials of the day of
,20
WITNESS:
PRINCIPAL:
(If sole Proprietor or partnership)
(Firm Name)
BY
Title: (Sole Proprietor or Partner)
PRINCIPAL (If Corporation)
(Corporate Name)
BY
(President)
Attest:
(Secretary)
(CORPORATE SEAL)
COUNTERSIGNED BY
RESIDENT FLORIDA
AGENT OF SURETY: SURETY:
(Copy of Agent's current
License as issued by State
of Florida Insurance By:
Commissioner Attorney-in-fact
(Power of Attorney must be attached)
BID No. 46-03/04
DATE: 10/06/02
CITY OF MIAMI BEACH
Page 22 of 45
CERTIFICATES AS TO CORPORATE PRINCIPAL
I, , certify that I am the Secretary of the Corporation named as
Principal in the foregoing bond; that who signed the said bond on behalf
of the Principal, was then of said Corporation; that I know his
signature, and his signature hereto is genuine; and that said bond was duly signed, sealed, and
attested for and in behalf of said Corporation by authority of its governing body.
Secretary
Corporate
Seal
STATE OF FLORIDA)
COUNTY OF )
Before me, a Notary Public, duly commissioned, qualified and acting, personally appeared
to me well known, who being by me first duly sworn upon oath, says
that he is the Attorney-in-Fact, for the and that he has been
authorized by to execute the foregoing bond on behalf of the
Contractor named therein in favor ofthe City of Miami Beach, Florida.
Subscribed and sworn before me this day of ,20_ A.D.
(Attach Power of Attorney)
Notary Public
State ofFlorida-at-Large
My Commission Expires:
LABOR AND MATERIAL PAYMENT BOND
(SECTION 255.05, FLA. STAT.)
BY THIS BOND, We, , as Principal, and
as corporation, as Surety, are bound to the City of Miami Beach,
Florida, as obligee, herein called City, in the sum of $ for the
payment of which we bind ourselves, our heirs, personal representatives, successors and assigns,
jointly and severally.
BID No. 46-03/04 CITY OF MIAMI BEACH Page 23 of 45
DA TE: 10/06/02
mE CONDITION OF THIS BOND is that if Principal:
Promptly makes payments to all claimants, as defined in Section 255.05 (I), Fla. Stat.,
supplying Principal with labor, materials, or supplies, used directly or indirectly by Principal
in the prosecution of the work provided for in the contract; and
Pays City all losses, damages, expenses, costs, and attorney's fees, including appellate
proceedings, that the City sustains in enforcement of this bond.
Performs the guarantee of all labor and materials furnished under the contract for the time
specified in the contract, then this bond is void, otherwise it remains in full force.
Any changes in or under the contract documents and compliance or noncompliance with any
formalities connected with the contract or the changes does not affect Surety's obligation
under this bond.
The provisions of Section 255.05, Fla. Stat., are specifically adopted by reference and made
a part hereof for the purposes specified therein.
The contract dated
Bond by reference.
between the City and Principal is made a part ofthis
Claimants are advised that Section 255.05, Fla. Stat., contains notice and time limitation
provisions which must be strictly complied with.
BID 46-03/04
DA TE: 10/06/04
CITY OF MIAMI BEACH
Page 24 of 45
IN WITNESS WHEREOF, the above bounded parties have caused this Bond to be executed by
their appropriate officials of the day of
20
WITNESS:
PRINCIPAL:
(If sole Proprietor or partnership)
(Firm Name)
BY
Title: (Sole Proprietor or Partner)
PRINCIPAL (If Corporation)
(Corporate Name)
BY
(President)
Attest:
(Secretary)
(CORPORATE SEAL)
COUNTERSIGNED BY
RESIDENT FLORIDA
AGENT OF SURETY:
SURETY:
(Copy of Agent's current
License as issued by State
of Florida Insurance
Commissioner
By:
Attorney-in-fact
(power of Attorney must be attached)
BID 46-03/04
DATE: 10/06/04
CITY OF MIAMI BEACH
Page 25 of 45
CERTIFICATES AS TO CORPORATE PRINCIPAL
I, , certify that I am the Secretary ofthe Corporation named as
Principal in the foregoing bond; that who signed the said bond on behalf of
the Principal, was then of said Corporation; that I know his signature, and
his signature hereto is genuine; and that said bond was duly signed, sealed, and attested for and in
behalf of said Corporation by authority of its governing body.
Secretary
Corporate
Seal
STATE OF FLORIDA)
ss
COUNTY OF )
Before me, a Notary Public, duly commissioned, qualified and acting, personally appeared
to me well known, who being by me first duly sworn upon oath, says
that he is the Attorney in Fact, for the
and that he has been
authorized by
to execute the foregoing bond on behalf ofthe
Contractor named therein in favor of the City of Miami Beach, Florida.
Subscribed and sworn before me this
day of
,20_A.D.
(Attach Power of Attorney)
Notary Public
State ofFlorida-at-Large
My commission Expires:
BID 46-03/04
DATE: 10/06/04
CITY OF MIAMI BEACH
Page 26 of 45
ARMEDIUNARMED SECURITY GUARD SERVICES FOR
THE CITY OF MIAMI BEACH
BID #46-03/04
3.0 MINIMUM SPECIFICATIONS:
SECURITY PERSONNELIMINIMUM REQUIREMENTS:
All security personnel employed under this Bid are required to meet minimum industry
standards listed below. All requirements shall be evidenced in their personnel files. (Medica]
records may be kept separate and produced upon request.)
LEVEL I UNARMED SECURITY OFFICER
a. A minimum of 40 hours oftraining as required by the State ofF]orida Department of
Licensing pursuant to Section 493.6]23 (I) F.S. and possess a F]orida Class "D"
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, etc.).
c. Pass a F]orida Department of Law Enforcement (FDLE) crimina] 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
Manual.
f. Abi]ity to speak English (mu]tilingua] desirable) and write all reports in English.
g. Ability to communicate, provide information, and give 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 Leve] I Security Officer in addition to the following:
a. Abi]ity 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 persona] 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.
BID 46-03/04
DA TE: 10/06/04
CITY OF MIAMI BEACH
Page 27 of 45
LEVEL III ARMED SECURITY OFFICER
Possess all the requirements of a Level I &11 Security Officer in addition to the following:
a. A minimum of 28 hours of firearm training as required by the State of Florida
Department of Licensing pursuant to Section 493.6123 (1) F .S. and possess a Florida
Class "G" License and a minimum of I 6 hours of site-specific training at their
assigned post.
b. Have a minimum of 3 years of security officer experience, law enforcement, or
equivalent military training.
c. Successfully pass a Minnesota Multiphasic Personality Inventory (MMPI) test or
equivalent equal.
d. May be waived on approval of a Miami Beach Police Department representative.
SCOPE OF SERVICES
The successful security vendor 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 ofthe City of Miami Beach will be solely to compensate the successful bidder for
the number of hours provided monthly in accordance with the contract price schedule. The
bidder will provide a Schedule of ValueslPayment Schedule to the City's Contract
Administrator for review and approval, prior to the commencement of work.
Safeguards for the City's protection have been made a part of this new contract. A
Performance and Payment Bond in the amount of$1 00,000 each and a Commercial Blanket
Bond in the amount of $25,000 will be provided by the awarded security vendor.
Additionally, the City reserved the right to deduct payment(s) in an amount specified in the
bid/contract documents for either non-qualified security officers, and/or for unsatisfactory
performance in accordance with the Specified Terms and Conditions ofthis contract.
The security vendor will assign two (2) Contract Managers to meet with the City's Contract
Administrator for regularly scheduled meetings as required. Additionally, a meeting will be
held whenever a Contract Discrepancy Report (CDR) is issued by the City's Contract
Administrator. A mutual effort will be made to resolve all problems identified. The written
minutes of these meetings will be signed by the security vendor's Contract Administrator,
and the City's Contract Administrator, with a copy forwarded to the Procurement Director.
Should the Security Vendor not concur with said minutes, they shall submit in writing to the
Procurement Director, any/all areas wherein they do not concur, for a subsequent written
response from the City Administration.
The City of Miami Beach reserves the right to have any security officers removed from the
Miami Beach assigned posts for any violation ofthe Post Orders Manual. Additionally, this
contract may be terminated upon thirty days written notice to the Security Vendor, due to
unsatisfactory performance and/or once determined that the firm will/cannot correct
deficiencies identified in the CDR, within a reasonable time frame.
BID 46-03/04
DA TE: 10/06/04
CITY OF MIAMI BEACH
Page 28 of 45
SECURITY VENDOR REOUIREMENTS
The Security Vendor will provide:
. A minimum of one (1) supervisor per ten (10) security officers assigned to the City of Miami
Beach posts and have the ability to meet with the City personnel on an as needed basis for
discussing security issues. A list must be submitted in writing, identifying the names(s) of
each supervisor, and all security personnel under their supervision, to the Miami Beach
Police Department (MBPD) Contract Administrator.
. A minimum of one (1) roving shift supervisors equipped with the Security Vendor supplied
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 written street/park lighting report, where applicable, forwarded to the City's Police
Department within 48 hours of any "lights out" occurrence.
. A Security Vendor Contract Administrator will meet with the MBPD Contract Administrator
on a regular basis.
. All drug screening, background checks, and psychological testing of employees assigned to
Miami Beach posts at the Security Vendor 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.
. A Security Vendor supervisor, who will be required to meet with the MBPD, authorized
representative upon request.
. All uniforms, radios, firearms, rain gear, tools and equipment necessary to perform the
required security services in accordance with the bid documents.
. The Security Vendor will provide continued, uninterrupted services under all conditions, to
include but not limited to the threat of a strike or the actuality ofthe 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. City of Miami Beach 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 other contractors for the purpose of obtaining additional resources in the event that the
Security Vendor cannot perform. If such arrangements are deemed necessary, then the
Security Vendor may, at the sole discretion ofthe City of Miami Beach, be terminated, and
any cost incurred by the City of Miami Beach may be withheld from funds owed to the
Vendor.
. Compliance by their personnel assigned to the City of Miami Beach posts with the MBPD
Security Vendors Post Order and Rules Regulations Manual.
. Any holiday and sick-time pay to assigned personnel.
. A written quarterly statistical report of security incidents forwarded to the City of Miami
Beach Police Department and the Procurement Director on a quarterly basis unless exempted
by the City of Miami Beach Contract Administrator.
BID 46-03/04
DATE: 10/06/04
CITY OF MIAMI BEACH
Page 29 of 45
. All security officers will be required to carry 2-way radios and electronic scanner wards
unless specifically exempted by the City of Miami Beach Contract Administrator.
. The security vendor shall provide an adequate supply of flashlights, batteries for its use,
raingear, uniforms, clipboards and any other personnel equipment required for the Security
Guard to perform their duties.
. The security vendor shall provide all related forms, pencils, pens and miscellaneous office
supplies.
. Security Vendor to supply all weapons, leather and ammunition.
. All equipment utilized by the security vendor in the execution of this contract shall be
maintained by the security vendor.
The Security Vendor will 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 & G). Copies of licenses will be produced within five business days (excluding
weekends and holidays) upon receipt of request from the MBPD.
The City of Miami Beach reserves the right to request that the Security Vendor relieve an
employee from a duty assignment, and/or bar the employee from further service under their
Contract.
RECORDS
The Security Vendor 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 period
identified on the invoice.
All correspondence, records, vouchers and books of account in so far as work done under this
Contract is concerned, will be open to inspection, by an authorized City of Miami Beach
representative, during the course ofthe Contract and for a period of two (2) years after expiration
of the Contract.
The Security Vendor will maintain accurate and complete records of personnel criteria, training
criteria and biographical data of all personnel affiliated with this Contract.
The City reserves the right to perform audit investigations ofthe Security Vendors' 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 ofthe City, but in no event will the Security
Vendor be required to surrender any records in its possession no submit any records which do
not 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.
BID 46-03/04
DATE: 10/06/04
CITY OF MIAMI BEACH
Page 30 of 45
Each guard must have their individual "D" and "G" license in their possession while performing
work for the City of Miami Beach facilities.
REOUIRED DOCUMENTATION
1. Proof of educational requirements as stated herein.
2. Verification of training, including 24 hours of weapons (if applicable) training and
certification.
3. Armed forces discharge papers, if applicable.
4. Documented proof certifying passing of a drug screening.
5. Documentation of a work permit, if not a U.S. Citizen.
6. Copies of valid armed and unarmed security guard licenses (D and G) issued by the state
of Florida.
If operating a vehicle for the purposes ofthis Bid, a copy of valid driver's license.
WORK FORCE AND WORK ASSIGNMENTS
Unarmed or armed security guards shall 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.
REGULAR SECURITY OFFICER DUTIES
1. All security personnel furnished by the Successful Security Vendor 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 the Successful Security Vendor to City of Miami Beach
shall provide all phases of building and personnel security, personal property protection and
vehicle protection, both within and out of the facility. This shall 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 shall 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 ofhis/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 City of Miami Beach on a weekly basis.
6. Conducting and/or undertaking initial incident investigations and submitting appropriate
detail reports to City of Miami Beach without undue delay. Special incident reports will be
submitted to City of Miami Beach the following business day.
BID 46-03/04
DA TE: 10/06/04
CITY OF MIAMI BEACH
Page 31 of 45
7. All security personnel furnished to City of Miami Beach shall 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 ifthe need arises.
9. The successful security vendor and their assigned personnel shall follow all terms, conditions,
and procedures as outline in the attached "Post Orders for the City of Miami Beach Security
Guard Contracts Responding to alarms, suspicious activities, fires, injuries, security incidents or
any emergency situation.
10. 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
1 1. The security vendor shall provide an adequate supply of flashlights, batteries for its use,
raingear, uniforms, clipboards and any other personnel equipment required for the Security
Guard to perform their duties.
12. The security vendor shall provide all related forms, pencils, pens and miscellaneous office
supplies.
13. Security Vendor to supply all weapons, leather and ammunition.
14. All equipment utilized by the security vendor in the execution of this contract shall be
maintained by the security vendor.
15. All successful security vendor personnel shall read, understand and follow the attached "Post
Orders for The City of Miami Beach Security Guard Contracts.
SUPERVISOR DUTIES
Contractor shall provide, prior to award of contract, an organizational chart, which will be in place to
support this contract. This chart will detail by position, the employee name, and their scope of
responsibility and their phone number.
The Successful Security Vendors supervisor in charge of its employee(s) to the City of Miami Beach
shall:
1. Review the days 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 staffed 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.
BID 46-03/04 CITY OF MIAMI BEACH
DATE: 10/06/04 Page 32 of 45
6. Provide weekly downloads of all the City of Miami Beach Posts where scanner buttons are
installed.
SERVICELOCATIONSANDAS~GNMENTHOURS
See Attachment "Post Orders for City of Miami Beach Security Contracts" for locations/shifts requiring
service. It shall be the sole discretion of City of Miami Beach as to locations, number of guards, and
hours of services needed. City of Miami Beach reserves the right to add other possible locations and to
change the required hours of service during the term ofthe 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 Security Vendor unless pre-approved by the
City of Miami Beach Contract Administrator.
PERSONNEL PROBATION
The City Contract Administrator or designated representative personnel may observe each employee of
the Successful Proposer for a period of thirty (30) consecutive days. If during this probation City of
Miami Beach is not satisfied with the performance of that employee, City of Miami Beach shall notify
the Successful Proposer of such performance and the Successful Proposer shall replace such employees
immediately.
Additionally, City of Miami Beach reserves the right to demand in writing that the Successful Proposer
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 Security Vendor 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 the Successful Security Vendor to provide services for City of
Miami Beach must successfully complete a polygraph examination, to be conducted at
the Successful Security Vendor's expense prior to assignment, and whose minimum
testing parameters shall include:
a. Nature of discharge from military service.
b. Substance abuse (drug and alcohol).
c. Child abuse and/or molestation.
d. Convictions (misdemeanors and/or felony).
e. Dismissal other than layoff.
BID 46-03/04
DA TE: 10/06/04
CITY OF MIAMI BEACH
Page 33 of 45
UNIFORMS
All security personnel furnished to the City of Miami Beach will be well groomed and neatly
uniformed. Each Security Officer supplied by the Security Vendor will wear a name plate bearing
the Security Officer's name. The Security Vendor Company name will appear either on the Security
Officer's name plate or as a patch on the Security Officer's uniform. Uniforms will be readily
distinguishable from the City of Miami Beach Police uniforms.
TRAINING
The Security Vendor 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 part of the Security
Vendor's operational expenses and should be considered when proposing an overall hourly rate.
The time spent by staff in such a program, though required, is not billable to 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, is to be developed or made available by the
Security Vendor, is to include minimum requirements for subject matter and hours of instruction,
and must be approved by the City of Miami Beach.
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, and adequacy of
classroom and support 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 ofthe employee's personnel file. The Security Vendor's supervisors
must have also completed required training and worked for six (6) continuous months as an actual
Security Officer; additionally, basic supervisory skills are required, as well as an overall knowledge
of operations, locations, etc.
ASSIGNMENT OF CONTRACT
The Successful Proposer shall 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 City of Miami Beach.
PROTECTION OF PROPERTY
The Security Vendor will at all times guard against damage to or loss of property owned by the City
of Miami Beach and will replace or repair any loss or damage unless the damage is caused by the
City of Miami Beach, another vendor 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 Security Vendor, its employees or agents.
BID 46-03/04
DA TE: 10/06/04
CITY OF MIAMI BEACH
Page 34 of 45
EXPENDITURES
The Security Vendor understands that any expenditures that it makes, or prepares to make, in order to perform the
Services required by City of Miami Beach, is a business risk which the Service Provider must assume.
City of Miami Beach will not be responsible for any amortized or unauthorized expenditures, or to maintain the
approved status of any Service Provider that has been unable to recoup its expenditures during the time it is
rendering such Services, it shall not have any claim upon City of Miami Beach.
Fines may be imposed on the 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 shall be given to the
contractor by sending a copy of the site representative's report promptly after the site representative submits it.
This allows the 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 include but are not limited to those listed below. Fines imposed shall be
$100.00 per infraction.
Management! Administrative Violations
I. Not properly equipped for specific detail
2. No radio or inoperative radio
3. No scanner ward
4. No revolver (Class G Licensee)
5. Improper licensure
6. Abandoning a post
7. Lack of contract supervision
8. Excessive hours on duty (more than an 8 hour shift not approved in advance by the Contract Administrator)
9. Reassigning to post any guard previously suspended from duty by the Contract Administrator.
Violations that may result in a fine include but are not limited to those listed below. Fines imposed shall be
$100.00 per infraction.
Security Officer Violations:
I. 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
7. Failure to adhere to City of Miami beach policies, procedures and locations guidelines
Security Officer Significant Violations $250.00
I. Late for duty
2. Sleeping on duty
3. Abandoning post
Repeated violations of any type at the same location will be taken as proof of a general incapacity on the part
of the Security Vendor to perform in accordance with contract requirements.
BID 46-03/04
DA TE: 10/06/04
CITY OF MIAMI BEACH
Page 35 of 45
BIDDER'S CAPABILITIES
The Bidders shall 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 officers and to provide all required
training and supervision. Contractor shall provide written documentation, that 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 Security Vendor shall maintain a South Florida office with supervisory personnel reachable by
telephone (only) on a 24 hour basis.
COMMUNICATION SYSTEM
HAND-HELD RADIOS
The Security Vendor will be responsible for furnishing the following:
. HAND-HELD RADIOS
Two-way hand-held radios, licensed for use by the Federal Communications Commission
(FCC), will be provided by the Vendor to all on-duty contract security officers and
supervisors as required unless otherwise accepted by the City of Miami Beach Police
Department Contract Administrator.
. SECURITY VENDOR CENTRAL DISPATCH
The Security Vendor will provide a centralized dispatching service though use of a
stationary base station staffed 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. Security Vendor
personnel must be available at the Central Dispatch Station who has the ability and authority
to take immediate action on behalf ofthe Contractor, as required. The Security Vendor will
provide names, with all pertinent information of these assigned personnel, to the City's
Contract Administrator.
SYSTEM OUALITY
The Security Vendor personnel will at all times, have high quality radio communications
(transmitting and receiving). The Security Vendor will be totally responsible for providing and
maintaining required system quality, as follows:
. The Security Vendor will provide/lease a network of transceivers and repeaters of sufficient
strength and capacity, to effectively service all sites specifically identified in this Invitation
to Bid.
. The Security Vendor must provide/lease an exclusive radio frequency operated exclusively
by the Contractor. Radios will have printout identification and emergency capability.
BID 46-03/04 CITY OF MIAMI BEACH
DATE: 10106/04 Page 36 of 45
. The Security Vendor 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
communication service requirements and quality standards specified above.
. The Security Vendor will ensure that all radio equipment has sufficient operating power at
all times during a tour of duty. It may be necessary for the Security Vendor to implement a
system by which fully charged batteries, and an 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 Contractor's radio communications system, shall 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 Contractor unable and/or unwilling to
make changes deemed necessary by the City of Miami Beach, then the Contractor 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
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 shall 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 the successful Bidder, for the duration ofthe contract, the
following:
. Post Order and Rules and Regulation Manual
PERFORMANCE OF CONTRACT
This contract may be terminated upon thirty days written notice to the Security Contractor due to
lack of performance and after 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. Contractor not providing required training to all assigned security guards.
E. Contractor not providing the required trained supervisory personnel
F. Contractor to ensure compliance of Miami Beach Security Contractor's Post Orders Manual.
G. Contractor reporting of any/all missing City supplies, equipment, property.
H. Excessive non-compliance incidences.
Additionally, the City of Miami Beach reserves the right to have any security officers removed from
Miami Beach assigned posts for violation of the Post Orders Manual. The City of Miami Beach
BID 46-03/04
DATE: 10/06/04
CITY OF MIAMI BEACH
Page 37 of 45
Police Department will not pay Security Contractor billing charges for times in excess ofthirty
(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: The successful bidder shall abide by all ordinances and laws
pertaining to his operation and shall secure, at his expense, all licenses and permits necessary
for these operations.
PERFORMANCE EVALUATION MEETINGS: The Contractor shall assign two (2) Contract
Manager(s) to meet City of Miami Beach Contractor 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
Contractor's Contract Administrator and the City's Contract Administrator, and a copy shaH be
forwarded to the Procurement Director. Should the Contractor not concur with the minutes, he will
state in writing to the Procurement Director any areas wherein he does not concur.
KEY CONTROL: The Contractor shaH establish and implement methods of ensuring that aH keys
issued to the contractor by the City are not lost, or misplaced, and are not used by unauthorized
persons. No keys issued to the contractor by the City shall be duplicated. The contractor shall
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 contractor
may be required to replace, re-key, or to reimburse the City for replacement oflocks or re-keying as
a result of contractor losing keys. In the event a master key is lost or duplicated, aH locks and keys
for that system shaH be replaced by the City and the total cost deducted from the monthly payment
due. The contractor shaH report the occurrence of a lost key immediately to the City's Contract
Administrator but no later than the next work day.
CONSERVATION OF UTILITIES: The contractor shaH be directly responsible for instructing
employees in utilities conservation practices. The contractor shaH be responsible for operating under
conditions which preclude the waste of any/aH utilities.
FIRE AND SECURITY: Contractor is to comply with aH 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.
CUSTOMER SERVICE: Guard needs to be aware that he/she is dealing with the general public,
with aH kinds of people (local shoppers, office workers, concertgoers, tourist, etc.). Quality
Customer Service is the highest goal of the City of Miami Beach. As contract employees of the
agency, security guards are expected to conduct themselves in a prudent, courteous and ethical
manner in all situations.
PHOTO IDENTIFICATION: Work hereunder requires contractor employees to have on their
person photo identification at all times. City of Miami Beach reserves the right to verify a
guards identity and required credentials, upon that guard reporting to work. If for any
reason, any contractor employee is terminated, City of Miami Beach Contract Administrator
shall be advised in writing.
BID 46-03/04
DA TE: 10/06/04
CITY OF MIAMI BEACH
Page 38 of 45
UNARMED SECURITY GUARD SERVICES
FOR THE CITY OF MIAMI BEACH
INVITATION TO BID #46-03/04
BID PROPOSAL PAGE 1 OF 3
BILLING RATE:
The billing rate quoted shall include full compensation for labor, equipment use, travel time, and any
and all cost to the bidder. This rate is assumed to be straight-time for all labor, except as otherwise
noted. Security Vendor will not be paid at overtime billing rate(s), unless specific authorization is
obtained from the City.
We propose to furnish Unarmed Security Guard Services for the City of Miami Beach, in accordance
with these complete specificationslbid/contract documents, as follows:
ITEM DESCRIPTION
EST. HOURS BILLING
RATES
TOTAL
#1 LEVELl-UNARMED
140,000 per year $ II .97
$ ~"7~8t>>.~
#2 LEVEL II - UNARMED
20,000 per year $ II. 97
$ .339 ~ f'~.ct)
,
GRAND TOTAL: $ " q,S,.J.OO.OD
t>~ MlltlDII /tlIJtlE. JJ.,1tll1ltf1) hJ're~ 7~~. .,.~ AuA/7Jnl/!'b 7>J1'4f.s ~l) /I/O ~'7.S
(WRITIEN AMOUNT)
The city reserves the right to award a contract based on the grand total ofitem 1 through 2, award
multiple contracts based on the lowest and best bid per line item, or reject any bid line item.
ORIGINAL
BID 46-03/04
DATE: 10/21/04 (Amended)
CITY OF MIAMI BEACH
Page 39 or 45
ARMEDIUNARMED SECURITY GUARD SERVICES
FOR THE CITY OF MIAMI BEACH
BID #46-03/04
BID PROPOSAL PAGE 2 OF 2
PAYMENT TERMS: 2%/10 EOM. If other, specify here
ANY LETTERS, ATTACHMENTS, OR ADDITIONAL INFORMATION TO BE
CONSIDERED PART OF THE BID MUST BE SUBMITTED IN DUPLICATE.
SUBMITTED BY:
~tZ) A. (Ja..&-DA-Y, c.e.t),1 Ate,s'D~AJr
~) .
~ ~;lC
/
COMPANY NAME: I
SIGNED:
~
///(1 certify th am authorized to execute this proposal and
...- commit t e bidding firm)
Bidders must acknowledge receipt of addendum (if applicable).
Amendment No. 1:~
~
Amendment No.2: 16/"/."
Insert Date
NAMEITITLE(Print):
Amendment No.3: I/!ot/o'l
Insert Date
~fIHfJ"" No.5 . 11/1111""-
~L'D A. ~.ICM'f f!.c..1J. /~L~lDhJr
. {
/b ~T ..5.T. 1.~17'e v,,~~
Amendment No.4: /l1'/'/W
Insert Date
ADDRESS:
CITY/STATE: JJ~h\ ~Il N. V.
ZIP: ~tJI:},1.
TELEPHONE NO: .:JI:J. fie, ~7'8
FACSIMILE NO: ~/~ -IS, ,'~r
BID 46-03/04
DATE: 10/06/04
CITY OF MIAMI BEACH
Page 40 of 45
1
~ ;.
P'
/.:.l^
10 I
€ ) {. \
f.~_t'X/\.;"""~ X__!} Pf\H. ~
10 EAST 40nl STREET, 44th FLOOR
NEW YORK, NY 10016
TEL. 212-481-3778
FAX 212-481-1965
9-25 ALLING STREET, 1ST FLOOR
NEWARK, NJ 07102
TEI_ 973-242-5400
FAX 973-242-4518
December 16, 2004
Mr. Gus Lopez,
Procurement Director
City of Miami Beach
1700 Convention Center Drive
Miami Beach, Florida, 33139
RE: ITB # 46-03/04
Dear Mr. Lopez,
Please find the enclosed our completed response to your fax dated December 14, 2004 regarding
the proposed pay rates for the unarmed security officers for the Level I and Level II designations of $8.56
an hour and a notation of the additional $1.25 for the approved Axis health and welfare benefit plan which
totals $9.81 an per hour paid to each employee assigned. We have also responded to the other related costs
and profit figures requested.
I would also like to draw your attention to the correct spelling of my name for any future
correspondence. Should you have any questions, or need any additional information, please call me at 212
481-3778 x 301.
Very truly }T~urs,
, ./"'.)
/' &, ,//
'c~;1GievP.~
PresidentjC.E.O.
WWW.IN1ERNALINlELLIGENCE.COM
For Office Locations throughout the USA, Call1-BOO-441-1808
CITY OF MIAMI BEACH
CITY HALL 1700 CONVEN'IlON CENTER DRIVE MIAMI BEACH. FLORIDA 33139
www.m1amibeachfl.goy
-.&
PROCUREMENT DMSION
Telephone 305-673-74180
Facsimile 3OS-873-7'51
Transmitted Via Facsimile: 212.481.1965
December 14, 2004
Mr. Gerald A. Gregday
Intemallntelligence Service, Ine
10 East 40th Street
Suite 4402
New York, NY 10016
Subject:
INVITAnON TO BID (11'8) NO. 48-03104 - UNARMED SECURITY GUARD
SERVICES FOR THE CITY OF MIAMI BEACH (the "bid).
Dear Mr. Gregday:
Pursuant to above subject bid, your company provided a billing rate 0/: $11.97 for Levell
Security Guard and $11.97 for Lever II Security Guard. This is to requE!st that you provide
a~ a minimum the following infonnation relative to those rates:
L~II LevelU
'/I. f/t.va I..a ~ t.... .....eD "XI.S 1lt.A,.J JC/4-r1l AMO _tE'/Nlle
Wage paid to employee: ... $ B.:I" lhour .1(. $ B.5" Ihour
Overhead: /. 'let I. Y C/
Profit: - 'II . ..,
Other Direct or Indirect Cost: ..al -.31 ) dl
~ .sP1!JC~,,1. ND74.: "l4!: Ifj)UISeJ:) 64CN iiullA.D AsS~WoI6> t..U,u 7eec~cJ6 A;J ~~~ 4.J"'~ .
8.s' AN~ I"UI.S /..;..$ IJ4;L ~1AIt.. AJCIS ~~T ;~"r.uc. /ItA,.) 10... II..) HiJuA,Y7'()7Al. DI'
Please provide this office with the requested information by January 7, 2005. Should you f. 81
have any questions, please call. me at 305.673.7495.
Slncerelj
"mf
CITY OF MIAMI BEACH
1700 CONVENTION CENTER DRIVE, MIAMI BEACH, FLORIDA 33139
http:\\miamibeachfl.gov
PROCUREMENT DIVISION
Telephone (305) 673-7490
Facsimile (305) 673-7851
INVITATION TO BID NO. 46-03/04
ADDENDUM NO.6
November 22, 2004
UNARMED SECURITY GUARD SERVICES FOR THE CITY OF MIAMI
BEACH is amended as follows:
I. The following are answers to questions submitted by prospective bidders:
Q: After reading question # 1 in Addendum # 5 and the answer provided it is my
understanding that having an Occupational License in North Miami Beach is acceptable
for bidding purposes. However, the paragraph does not indicate whether you will get
preferential treatment for bidding purposes as if you were a Miami Beach-based vendor.
Therefore, I would like you to please clarify the following:
1) For bidding purposes, are Miami Beach and North Miami Beach treated equally?
2) Are they considered the same city?
3) Can one can obtain an Occupational License after a contract is awarded?
A: 1) No, they are not treated equally as it relates to the applicability of the local
preference ordinance.
2) No, North Miami Beach and Miami Beach are two distinct municipalities
within Miami-Dade County.
3) For the purpose of qualifying for local preference, the successful bidder must
have a Miami Beach Occupational License and have its headquarters or a
place of business located in the City of Miami Beach at time of bid submittal.
Inasmuch as this change does not materially affect the bid document, bidders are not required to
acknowledge this addendum to be deemed responsive.
CITY OF MIAMI BEACH
?:;/~~./'::-/
/. ,
(' 0:....-.
Gus Lopez, CPPO
Procurement Director
mf
CITY OF MIAMI BEACH
1700 CONVENTION CENTER DRIVE, MIAMI BEACH, FLORIDA 33139
http:\\miamibeachfl.gov
PROCUREMENT DIVISION
Telephone (305) 673-7490
Facsimile (305) 673-7851
INVITATION TO BID NO. 46-03/04
ADDENDUM NO.5
November 19,2004
UNARMED SECURITY GUARD SERVICES FOR THE CITY OF MIAMI
BEACH is amended as follows:
I. The following are answers to questions submitted by prospective bidders:
Q: On page #41 of 45 the CONTRACTOR'S QUESTIONNAIRE, I need clarification
pertaining to the State of Florida Occupational License. Is that the License issued by the
State of Florida Licensing Division to perform security guard services, or the certificate
issued by the State of Florida, Dept of State, authorizing us to do business in Florida?
We are presently getting the Occupational License for N. Miami Beach, is that the same
as the Dade County Occupational License. Can this Occupational License be obtained
after the award?
A: Bidders are requested to provide with their bids the license that the State of
Florida Licensing Division issues to perform security guard services. The
Occupational License for North Miami Beach is acceptable if your place of
business principal address is in North Miami Beach.
Q: With respect to ADDENDUM #2, VIII, PARAGRAPH A, PERTAINING TO
PREVAILING WAGE OF $8.56 AND $1.25 HEALTH BENEFIT. We presently
service city, state, and federal contracts with prevailing wages and the health benefit
supplement. This health benefit is intended to be a pre-tax benefit which goes toward a
health care program, or medical plan for the employee. This pre-tax benefit allows the
vendor to reduce the bid price to the end user, in this case the City of Miami Beach. We
have an approved medical plan through Aetna U.S. Healthcare as well as a plan which
has been federally approved through Axis for those employees that do not need a
medical plan as they may be covered through a family member already. The Axis plan
issues each employee a Visa credit card and the $1.25 per hour worked is deposited
directly into their account which they control. This money can be used to cover a
variety of expenses ranging from eyeglasses, co-pays, deductibles, dentist visits, and
travel expenses to and from work and many related medical expenses.
The language in the above mentioned paragraph gives the employee the right to refuse
any medical benefit program and take the $1.25 as salary which is then taxable as
income to both the company and the employee which the bidder must take into account
when preparing the bid price to the end user. History shows that employees when given
the option will take this intended benefit as a salary and forgo any health coverage
which is not the intention of the Health Benefit.
ITB 46-03/04
Addendum No.5
November 19, 2004
We understand the many organizations may not offer any type of medical plan and
suggest that the language in the bid spec be changed to say that if the awarded company
does not have any approved medical plans that then the employee must be paid the
$1.25 in addition to the salary. If the employee is given the option to decline the benefit
they will and the costs are then figured into an escalated bid price and this language
should be deleted.
A: The bid specification requirements relative to Living Wage cannot be changed
since they were adopted pursuant to an ordinance of the City Commission of
Miami Beach, Florida.
If a bidder does not offer health benefits, then the bidder must pay its employees
assigned to work on this project a minimum wage of $9.81 per hour. If a bidder
offers an employee health benefits and the employee refuses said offer, then the
employee assigned to work on this project must be paid $9.81 per hour. The Axis
plan as described by you above is acceptable to the City since the employees will be
paid $9.81 per hour ($8.56 per hour wage and $1.25 per hour towards health
benefits).
Q: Regarding, the Performance Bond, it is included in the submittal checklist. but the
document also says that only the "successful bidder will be required to furnish
Performance and Payment Bonds" in which stage need these bonds to be submitted? Is
it viable to submit a cashier's check for bidding purposes?
A: Bidders do not have to submit a bid bond with their bids. Successful bidder will be
required to furnish Performance and Payment Bonds, each in the amount of
$100,000, along with an Employee Dishonesty Bond in the amount of $25,000."
Q: On page 29 "Vendor requirements" it states that "A minimum of one (1) supervisor
per ten (10) security officers assigned to the City of Miami Beach posts and have the
ability to meet with City personnel". My question is; does the city require that it be
a roving supervisor or site supervisor for every 1 O? If it is a site supervisor, do we
calculate the amount of personnel on each facility for each shift or in total based on
the schedules? Or if it is a Roving supervisor do we calculate the total number of
officers or the total number per shift.
Also, the bid requires that there be 2 contract managers to meet with city personnel,
is that besides the site and roving supervisors?
A: Bidders are requested to delete the requirement of providing (1) supervisor per
(10) security officers on page 29 ofthe bid documents. The requirement ofa roving
supervisor remains part of the bid. Successful security vendor shall provide one
roving supervisor, 24 hours a day, on Miami Beach and available to handle
problems immediately as they arise. This supervisor would have to be serving in a
supervisory capacity at all times and not be placed in a position of a replacement
or fill in guard when that situation becomes necessary. The roving supervisor shall
assume the supervisor duties listed on page 32 of the bid documents.
ITB 46-03/04
Addendum No.5
November 19,2004
Bidders are reminded to please acknowledge receipt of this addendum on page 28 of the Bid
Documents or their bid may be considered non-responsive.
CITY OF MIAMI BEACH
&~::;/~~~J
.I - ,//'~."w-,-
,:,...-
Gus Lopez, CPPO
Procurement Director
mf
CITY OF MIAMI BEACH
1700 CONVENTION CENTER DRIVE, MIAMI BEACH, FLORIDA 33139
http:\\miamibeachfl.gov
PROCUREMENT DIVISION
Telephone (305) 673-7490
Facsimile (305) 673-7851
INVITATION TO BID NO. 46-03/04
ADDENDUM NO.4
November 16,2004
UNARMED SECURITY GUARD SERVICES FOR THE CITY OF MIAMI
BEACH is amended as follows:
I. The bid opening date is changed from November 18 to November 23, 2004 at 3:00 p.m.
II. Subsequent addenda will follow to answer questions submitted by prospective bidders.
Inasmuch as this change does not materially affect the bid document, bidders are not required to
acknowledge this addendum to be deemed responsive.
CITY OF MIAMI BEACH
.~-:,:~~/~;J
,/~.. :.:<.-----
Gus Lopez, CPPO
Procurement Director
mf
CITY OF MIAMI BEACH
1700 CONVENTION CENTER DRIVE, MIAMI BEACH, FLORIDA 33139
http:\\miamibeachfl.gov
PROCUREMENT DIVISION
Telephone (305) 673-7490
Facsimile (305) 673-7851
INVITATION TO BID NO. 46-03/04
ADDENDUM NO.3
November 9, 2004
UNARMED SECURITY GUARD SERVICES FOR THE CITY OF MIAMI
BEACH is amended as follows:
I. REVISE LANGUAGE regarding Commercial Blanket Bond, pages 2 and 18 of the Bid
Documents to read (language in Italic reflects amended language): "The successful bidder
will be required to furnish Performance and Payment Bonds, each in the amount of
$100,000, along with a Cammereial Blank-et Employee Dishonesty Bond in the amount of
$25,000"
II. REPLACE Bid Proposal Form page 39 of the Bid Documents with the attached amended
page 39 and 39-1 for the Add Alternate.
III. The following are answers to questions submitted by prospective bidders:
Q: Specifically, which bid bond, and for how much, must be submitted with the bid? There
is some ambiguity in the bid with regard to this?
A: Bidders do not have to submit a bid bond with their bids. Successful bidder will be required
to furnish Performance and Payment Bonds, each in the amount of$1 00,000, along with an
Employee Dishonesty Bond in the amount of$25,000."
Q: On page 33, section C of Personnel Probation, discusses the use of a polygraph test for
purposes of pre employment. Was not the use of a polygraph test for this purpose ruled
as improper by the courts? We are not adverse to the process but do wish to be sure
that this is what the city is looking for and not, perhaps, a holdover forgotten from
some previous bid?
A: Requirement of a polygraph examination as noted in page 33, section entitled "Personnel
Probation, paragraph c, is hereby deleted.
Q: There are 17 locations requiring surveillance equipment. Please identify which ones
they are. And are you looking for recommendations or do you have specifics as to what
type of equipment you wish seen placed there?
A: The City has decided to delete its request for pricing for surveillance equipment as specified
by the Add Alternate. Bidders are not required to submit page 39-1 of the bid documents with
their bid.
Bidders are reminded to please acknowledge receipt ofthis addendum on page 28 ofthe Bid Documents
or their bid may be considered non-responsive.
CITY OF MIAMI BEACH
~~:;/~~-;;/
/. :..<....-~_.-
i
Gus Lopez, CPPO
Procurement Director
mf
CITY OF MIAMI BEACH
1700 CONVENTION CENTER DRIVE, MIAMI BEACH, FLORIDA 33139
http:\\miamibeachfl.gov
PROCUREMENT DIVISION
Telephone (305) 673-7490
Facsimile (305) 673-7851
INVITATION TO BID NO. 46-03/04
ADDENDUM NO.2
October 21, 2004
ARMEDIUNARMED SECURITY GUARD SERVICES FOR THE CIYT OF
MIAMI BEACH is amended as follows:
I. The bid opening is changed from October 29th to November 18t\ 2004 at 3:00 p.m.
II. CHANGE title ofInvitation to bid to read UNARMED SECURITY GUARD SERVICES
FOR THE CITY OF MIAMI BEACH.
III. REPLACE Bid Proposal Form page 39 of the Bid Documents with the attached amended
page 39 and 39-1 for the Add Alternate.
IV. A TT ACHED: Pre-bid conference Sign-in Sheet.
V. A TT ACHED: Drug Free Workplace Certification. Refer to Section 1.51 of the Bid
Documents.
VI. REVISE language in section 2.2 entitled "Term of Contract", page 13 ofthe bid documents
to read as follows (language in italic denotes revised language):
2.2 TERM OF CONTRACT:
The contract shall commence from time of 30 calendar days after the award by the
Mayor and City Commission of Miami Beach Florida, and shall remain in effect for a
period of two (2) years, unless terminated by the City.
Providing the successful bidder will agree to maintain the same terms and conditions of
the current contract, this contract could be extended for an additional two (2) years, on a
year to year basis, if mutually agreed upon by both parties.
VII. ADD Termination for Convenience Clause to the bid documents:
2.19 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 bidder of such termination,
which shall become effective thirty (30) days following receipt by bidder 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 bidder in accordance with the Agreement
for all services actually performed by the successful bidder and reasonable direct costs of
successful bidder for assembling and delivering to City all documents. No compensation
shall be due to the successful bidder for any profits that the successful bidder expected to
earn on the balanced of the Agreement. Such payments shall be the total extent of the
City's liability to the successful bidder upon a termination as provided for in this section.
ITB 46-03/04
Addendum No.2
Page 2 of5
VIII. The following information relative to issues raised at the pre-bid conference is hereby
incorporated and made part of ITB 46-03/04:
A. Living Wage Ordinance. What is the minimum rate a vendor has to pay their guards
to comply with the L WO? The minimum rate paid to an employee who provides services
under this bid is $9.81 (either $8.56 plus $1.25 towards health benefits, or $9.81 without
health benefits). If an employee is offered $8.56 an hour plus $1.25 towards health benefits
and the employee declines the health benefits, the employee must be paid $9.81 an hour.
Ifthe health benefits plan of the employer requires and initial period of employment for a
new employee to be eligible for health benefits (eligibility period) the employer may only
qualify to pay the $8.56 per hour wage scale for a term not the exceed the first 90 days of
the new employee's eligibility period, said term commencing on the employee's date of
hire. Commencing on the 9151 day ofthe new employee's eligibility period, the employer
must pay a living wage of not less than $9.81 and hour (either $8.56 plus $1.25 towards
health benefits, or $9.81 without health benefits).
Should the City Commission amend the L WO in such a way that the minimum living
wages paid to the employees are to be increased, then the successful bidder and the City
will negotiate the new billing rates.
B. Surveillance Equipment Add Alternate. Surveillance equipment will be placed in a
location depending on the circumstances, to provide either a 180 degree or 360 degree
viewing area from a fixed position. The quality of the video equipment will have the
capability of identifying an individual's face without enhancement within its scope of
sight. The surveillance equipment will have the capability of documenting time and date;
and monitored by the vendor in it's entirety with instant recall. Surveillance equipment
storage and maintenance will be the vendor's responsibility.
Vendors are required to provide a monthly billing rate for the monitoring of the
surveillance system. The installation cost must be included in your monthlybid for
surveillance equipment as an Add Alternate. The add alternate will not be considered for
award of contract.
C. Current rates paid by the City. Expiration date of current contract. The rates paid to
current contractor for the provision of security services, in accordance with Bid No. 4-
01102 are shown below. The expiration date of the contract is March 19,2005, unless
otherwise terminated by the City.
Level I: $12.27/hr
Level II: $12.42/hr
Level III: $13.90/hr
D. Payment Terms. All bidders are to provide with their bid submission their payment terms.
The City processes payments within 30 days after receipt of invoice. Should the City not
process any payment pursuant to Florida's Prompt Payment Act, successful bidders are
entitled to invoice for late fees. Bidders may also offer prompt payment discounts, i.e. 2%
discounted off the total amount of invoice if paid within 10 days. PROMPT PAYMENT
DISCOUNTS WILL NOT BE A FACTOR IN A WARD.
ITB 46-03/04
Addendum No.2
Page 3 of5
E. Timeframe from start of contract once it is approved by Commission. Refer to
amended Section 2.2 entitled "Term of Contract" on page 1 of this addendum.
F. Equipment. All the equipment necessary to perform the required security services in
accordance with the bid documents, such as radios, scanners, bicycles, golf carts, is listed
for each location under the Post Orders. Vendor is responsible to provide all the
equipment.
G. Communication System - Nextel equipment. The vendor will have the capability to
dispatch and receive all radio communications at one central location. Whether it be a
Nextel telephone or two-way radio, or by what ever means must be able to reproduce and
store for no less then 180 days all voice transmissions received or dispatched.
H. Cost of Living Adjustment Clause. The initial two-year term of the contract prices shall
be fixed and firm, no cost of living adjustment will be made. However, for any renewal
period beyond the first two years, a cost of living adjustment will be mutually agreed upon
by the City and the successful bidder.
I. Determination of Award: Lowest and Best. Can the lowest bidder not be awarded a
contract? Yes. The award of contract will be made to the lowest and best bidder. The
"Best" bidder will be determined based on the criteria listed on Section 1.3 7 of the Bid
Documents.
J. Collusion. Should the City receive bids from two companies with the same ownership, the
City will request information in accordance with section 1.45 ofthe bid documents or as
deemed necessary in order to determine if the bids are collusive. Collusion is defined as
the agreement among competitors to fix prices, rig bids or engage in other anticompetitive
activities. Please visit the Department of Justice's website at
http://www.usdoj.gov/atr/public/guidelines/pfbrprimer.pdf for more information on the
forms of collusion.
IX. The following are answers to questions submitted by prospective bidders:
1. Tape on the central station can be standard or some special type. i.e, slow 24 hour tape
changed out daily and marked. How long to be held?
Standard tape will be sufficient, with the capability to recall all transmissions for no less then
180 days with a taped back up system. The Central Dispatch Center, will be a stationary
facility staffed with experienced personnel on a 24-hour per day basis monitoring all
equipment.
2. The bid specs do not allow for either OT or Holiday pay. However, there are frequent
requests made by the city to the contractor for additional service at the last minute.
Can the bid be qualified by a prospective bidder to request a time element such as 24
hours or else the rate would be at time and a half!
The City will provide a minimum 4-hour advance notice on requests for adding or deleting
personnel at a City facility or location. Qualified bids including a time element may deem
your bid non-responsive.
ITB 46-03/04
Addendum No.2
Page 4 of5
3. Since the MBPD CA has indicated that nothing other than level 1 is being used and
there is no plan or intent to change to level 2 or go to level 3, will those 2 figures really
be involved in determination?
At this time all positions are staffed by Level I guards. Weare seeking bids for Level I and II
classification of guards only. There is no need to bid for hours ofthe classification of Level
III Armed Guard. If it becomes an area of concern at a later date, a negotiated rate of pay can
be determined. Level I and Level II rates only will be considered in the determination of
award.
4. The city has indicated a 2% discount, if accepted, for prompt payment. What
percentage ofincrease would be received or what penalty does the city incur ifit fails to
remit on time?
Refer to paragraph VIII, letter D entitled "Payment Terms" on page 2 of this addendum.
5. How many facilities currently have bicycle patrol?
Currently, two locations are staffed with bicycle patrol. Lincoln Road Post and the Ocean
Drive Post. A total of four bicycles are needed to fill current staffing. We are presently
considering expanding bicycle patrol to three locations, adding the Boardwalk north/south
Post. This would encompass two additional bicycles.
6. Is the living wage ordinance at $9.81 for Miami Beach or do we have to stipulate it with
conjunction to the Metro Dade living wage ordinance how it is currently?
The City of Miami Beach passed its own living wage independent of the Miami-Dade
County living wage requirement. The living wage requirement for the City of Miami Beach
is $9.51 per hour. Refer to Ordinance 2001-3301 and 2003-3408 on the City's webpage
htto:/ /www.miamibeachfl.gov /newcitv /depts/purchase/bidintro.asp for detailed
representation of the City of Miami Beach Living Wage Ordinances, and paragraph VIII,
letter A entitled "Living Wage Ordinance" on page 2 of this Addendum.
7. Are we required to bid on the armed hours and if so, can that be sub-contracted by our
company?
There is no need to bid for hours of the classification of Level III Armed Guard.
8. The surveillance aspect of the bid, what is needed and where?
Currently we have no posts monitored by video surveillance. Several posts are in the process
of being evaluated for feasibility of video monitoring. This would be in lieu of a physical
guard at the location or in conjunction with, determined by the specific need.
Refer to Paragraph VIII, letter B entitled "Surveillance Equipment" on page 2 of this
Addendum for required equipment.
9. Does the prevailing wage of $8.56 plus $1.25 health & welfare apply to the three
classifications of security officers?
Yes. Note however that the City is not requesting bids for Level III Armed Guards.
ITB 46-03/04
Addendum No.2
Page 5 of5
10. Current vendor, length oftime servicing this contract.
A contract was awarded to Armor Security by the Mayor and City Commission on March 20,
2002 for the provision of security guard services for the City of Miami Beach. Services have
been provided by Armor Security from June 2002 to present.
11. Current billing rates for each classification and the prevailing wages which were in
effect at the time.
The current billing rates for each classification are listed on paragraph VIII, letter C entitled
"Current rates paid by the City" on page 2 ofthis addendum. The living wage requirement in
effect at the time the bid was awarded was $9.81 in accordance with Resolution 2001-3301.
12. The way in which the specs are written would indicate that ALL staff are required to
have both D and G licenses even if they are unarmed. Is that correct?
Only D license is required for Level I and II security officers.
Bidders are reminded to please acknowledge receipt of this addendum on page 28 ofthe Bid Documents
or their bid may be considered non-responsive.
CITY OF MIAMI BEACH
/~;:~~~/
i ..
Gus Lopez, CPPO
Procurement Director
mf
UNARMED SECURITY GUARD SERVICES
FOR THE CITY OF MIAMI BEACH
INVITATION TO BID #46-03/04
BID PROPOSAL PAGE 1 OF 3
BILLING RATE:
The billing rate quoted shall include full compensation for labor, equipment use, travel time, and any
and all cost to the bidder. This rate is assumed to be straight-time for all labor, except as otherwise
noted. Security Vendor will not be paid at overtime billing rate(s), unless specific authorization is
obtained from the City.
We propose to furnish Unarmed Security Guard Services for the City of Miami Beach, in accordance
with these complete specificationslbid/contract documents, as follows:
ITEM DESCRIPTION
EST. HOURS BILLING
RATES
TOTAL
#1 LEVELl-UNARMED
140,000 per year $
$
#2 LEVEL II - UNARMED
20,000 per year $
$
GRAND TOTAL: $
(WRITTEN AMOUNT)
The city reserves the right to award a contract based on the grand total of item 1 through 2, award
multiple contracts based on the lowest and best bid per line item, or reject any bid line item.
BID 46-03/04
DATE: 10121/04 (Amended)
CITY OF MIAMI BEACH
Page 39 of 45
UNARMED SECURITY GUARD SERVICES
FOR mE CITY OF MIAMI BEACH
INVITATION TO BID #46-03/04
BID PROPOSAL PAGE 2 OF 3
ADD ALTERNATE
Vendors are requested to provide the cost of installing and mon itoring a surveillance system at a given
location as an Add Alternate. The Add Alternate will not be considered for award of contract.
ITEM
DESCRIPTION
BILLING RATE
#1
#2
Set-up Cost Surveillance Equipment per location (if any): $
Surveillance Equipment Monitoring $
/ hour
Specify surveillance equipment proposed:
BID 46-03/04
DATE: 10121104 (Amended)
CITY OF MIAMI BEACH
Page 39-1 of 45
CITY OF MIAMI BEACH
PRE-BID CONFERENCE
SIGN-IN SHEET
DATE:
OCTOBER 14TH, 2004
Bid No.:
46-03/04
TITLE:
ARMED/UNARMED SECURITY GUARD SERVICES FOR THE CITY OF
MIAMI BEACH
NAME (PLEASE PRINT)
IILdt1 p~~1-
Louls~~,i6
-:tp t-oIl ::;( o"C!a \ w.s e '"
Iv
<i..... ~ Ua.(L~ g~12
-:=)
f --~Q.e::- U~
L-D'V /V DO /lit J ~
/JI/Mi'tl &rJ;fe;J
-eM 6);&,,,,..,)
~ (> MA "l..t"'tt.
...s~ --.; .:oR-.-I
COMPANY NAME (PLEASE PRINT) PHONE#
ttJe?,sr:,7l SE"Cuil-f,.." Stf1l"ICFs 3f)~ t..S~ 33t>1
FAX#
j f1~ , a--.1~.J
1 ~ 9!lI~flS/(P
~L,-~x ~S.c..U9.1"'\ s..e~\I\,€ / ac-r-,,=-2..'- -~-+\'1 30')~6'2.6 -~'t~
~Ilt -~15 -l.O~
3 r'-- -l. IS - UI" (JJ
3oS-2{{) -7SS7
30$'-26() -777~
~WA S~C:U(2.lT ~fJC '305-8'2..~<-/~
'76
~----- <-.....:......~...
,(~ ~O ~ 5e-C,V"',' -1'1,
p,g t:f)
M~/J()
fvt ,3. Po
-.
DRUG FREE WORKPLACE CERTIFICATION
The undersigned Bidder hereby certified that it will provide a drug-free workplace program by:
(1) Publishing a statement notifying its employees that the unlawful manufacture, distribution,
dispensing, possession, or use of a controlled substance is prohibited in the offeror's
workplace, and specifying the actions that will be taken against employees for violations of
such prohibition;
(2) Establishing a continuing drug-free awareness program to inform its employees about:
(i) . The dangers of drug abuse in the workplace;
(ii) The Bidder's policy of maintaining a drug-free workplace;
(iii) Any available drug counseling, rehabilitation, and employee assistance programs;
and
(iv) The penalties that may be imposed upon employees for drug abuse violations
occurring in the workplace;
(3) Giving all employees engaged in performance of the Contract a copy of the statement
required by subparagraph (1);
(4) Notifying all employees, in writing, of the statement required by subparagraph (1), that as
a condition of employment on a covered Contract, the employee shall:
(i) Abide by the terms of the statement; and
(ii) Notify the employer in writing of the employee's conviction under a criminal drug
statute for a violation occurring in the workplace no later than five (5) calendar days
after such conviction;
(5) Notifying the City in writing within ten (10) calendar days after receiving notice under
subdivision (4) (ii) above, from an employee or otherwise receiving actual notice of such
conviction. The notice shall include the position title of the employee;
(6) Within thirty (30) calendar days after receiving notice under subparagraph (4) of a
conviction, taking one of the following actions with respect to an employee who is
convicted of a drug abus!9 violation occurring in the workplace:
(i) Taking appropriate personnel action against such employee, up to and including
termination; or
(ii) Requiring such employee to participate satisfactorily in a drug abuse assistance or
rehabilitation program approved for such purposes by a federal, state, or local health,
law enforcement, or other appropriate agency; and
(7) Making a good faith effort to maintain a drug-free workplace program through
implementation of subparagraphs(1) through (6).
(Bidder Signature)
(Print Bidder's Name)
STATE OF
COUNTY OF
The foregoing instrument was acknowledged before me this
20_, by
day of
as
(name of corporation/company)
known to me to be the person described herein, or who produced
identification, and who did/did not take an oath.
(name of person whose signature is being notarized)
(title) of
as
NOTARY PUBLIC:
(Signature)
(Print Name)
My commission expires:
CITY OF MIAMI BEACH
1700 CONVENTION CENTER DRIVE, MIAMI BEACH, FLORIDA 33139
http:\\miamibeachfl.gov
PROCUREMENT DIVISION
Telephone (305) 673-7490
Facsimile (305) 673-7851
INVITATION TO BID NO. 46-03/04
ADDENDUM NO.1
October 13, 2004
ARMEDIUNARMED SECURITY GUARD SERVICES FOR THE CITY OF
MIAMI BEACH is amended as follows:
I. The attached Post Orders Manual is hereby incorporated and made part oflnvitation to
Bid No. 46-03/04.
Bidders are reminded to please acknowledge receipt of this addendum on page 40 ofthe Bid Documents
or their bid may be considered non-responsive.
CITY OF MIAMI BEACH
~;;;~_.~~~
/. ...~'-"----
Gus Lopez, CPPO
Procurement Director
mf
.~
Section n
.,.~
(
"
General Orders
a, or MIamI Beach
,Plopedy Maoagemeat Dtrislon
~
t.
.~
GENERAL POST ORDERS
1) The Security Ofliccrs m\lll blow aU POSI Orders; violltioDl of said orden may result in luspension or
dilmisul.
2) Security Officers Ire 10 strictly enforce &be all rules and reluJalioDS iD accordaDcc witb City of Miami Beach
policy. The Security Of'ficer is to be firm and di,nified wIleD deaIiD& willa cJic:au and visiton. If an iocidcnt
occurs bclwccn a clieDtlvisitor and the Security Officer OD duty, an iDcidcm rcpon mUlt be wrinen.
3) The Main objective of the Securiry Offacer is the protectioa of liIe and property within their area of
rcspODSibUlty .
4) Be alen and oblervut al aJlumcs. Know your aurroundia,s. clicDU and objectives.
5) Tbc Security Officer iI to refraiD from DIm, abusive or foul laDaua,e rcprdlcss of the provocation,
reprdlcss of who is litht or wroq. .
6) All reports must be leaible and complete, especially tbosc lDvolviD& JDcideut Reports, Daily Guard Loll,
aDd VisitOr Lo,s. If the Sccuriry Officer bas any questioas ill COmpletiDl a rcpon, be/she must call their
dispatcher or supervisor for usistaBCe. All rcpDrts must be wrttta .. '-1I,UdI.
'7)
, -,.
8)
"
to)
11)
13)
If aD iDcidcat oc:cun, the Security Offacer must DOtity the Security Contractor as well as the appropriate
ccmfact perIOD U oulliDed in rhe site speeifac post orders. .
The Security Officer will always be alen and cautious of IUspicious persoas aDd/or objects.
The Security OfTacer il prohibited from issuiq statelDCDts to rhe lICWI media.
The Security OfflCCf muse have . Florida Guard Liceasc iD his possession at aU times while on dury.
The Security Offacer is to be in complete uniform at all times.
Security Officm will DOt have telcvisioDl or bead-set radios at any site they are OD duty.
(~
"""\
.~ .
i ...-,
'.-
rO",:.
\ .
Post Orders
SPECIFIC ORDERS
\
1(")(")'
~mD)=-
--0 -o~.
--- I
~~~~ ill
CD. 2:::J ...
(f) G)=C
G') Q) ~ S2.
mm-c-"
Q:JmQ)
Q)' g. m-
I
I
I I
I I
I I
~~~~
o(..)ow
0000
:I::I::I::I:
0000
cccc:
.., .., .., ..,
(f) tIJ C/l Ul "
::z:
o
c
Cil
~
;.
ii
-a.wwa e:
I\J. . CD
~ ~:I:
o
c
Cil
~
z 1::1 (") (") 3:
~ . m m ~.
>'0 ~
r!' . ~ ~
i: G') ~ "
II) m "
a. .., c-
D. G') m l
a m m 8
0 or
-< CT
(I) :J
c
i I\) 0 ~
<
~r 8 ~
a
;} I I ='
CD
I a I\) en
~ 8 0-
m
'<
::s
~
0 0
::l I\) ~
!: ~ ..,..f
0 0 a ::r
::s . c:
0- 1 I\) U1
II) ~ ~ it
a '<
I\> 0
:I:
0
c
iiJ I\) 0
5' ~ ~ -n
0 0 ::1.
n. . I 0-
c 0 I\) ~
~ ~
0 0
0 - a
~ 8 ~ ~
, , .
0 .8 ..... a
~ 0) m
0 '<
0 0 a
0 -- 0
~ ~ ~ (J)
0 0 c:
. , I i
~ ~ .....
8
'0 '0 '01\) 0
'0(.1)
~ 8 m~ m(.l) 3:
80 00
0 01 0
I I I I ~I\) ='
.... -" ....0 0-
~ 0 8fl ~8 Q)
0 '<
~ So
I\) 0
~ ~ ..,..f
0 0 c
, (D
I I\) ~
0
ffi ~ m
'<
0 0
N ~ ~ ~ ~
Clt
0 W C W :J:
0 0 0 0 ~
-
-
a.
!
:;
-
::l'
(l)
:::;
i
'<
i
(l)
i
o
o
-
o
......
o
~
en
c::
-c
oCD
-. <
fC
~. a C;;"
3:0
- iii'~
~tD 3 ""
I~W
~~
a.
c::
CD
City of Miami Beach
Posts Schedule as of: September 19, 2004
7th Street Garage Office 1 7 Days 24 Hours 168
Rover 1 7 Days 24 Hours 168
Traffic 3 Fr - Sat 2000 to 0400 48
Traffic 3 Sat 1100 to 2000 27
T rafflc 2 Sun 1100 to 1900 16
TraffIC 1 Sun 1100 to 2000 9 436
------------------.-.-.---.-.-.-
12" Street Garage Rover 1 Mon- Tues- Wed 1200 to 1500 9
Rover 1 Thur- Fr- Sat- Sun 24 Hours 96 105
.-.---------------------.-.---.-
13th Street Garage Rover 1 Moo- Tues- Wed 1200 to 0800 24
Rover 1 Thur. Fr- Sat. Sun 24 Hours 96
Traffic 1 Friday 2300 to 0800 9
Traffic 1 Sat. Sun 1100 to 1900 16
Traffic 1 Sat - Sun 2200 to 0800 20 165
--.-.-.-------.-.---.-----.-.-.-
16th Street Garage Rover 1 7 Days 24 Hours 168
Rover 1 Thu- Fr - Sat. Sun 2200 to 0600 32
Rover 1 Fr-Sat- Sun 2300 to 0700 24
Rover 1 Fr - Sat - Sun 0000 to 0800 24 248
-
----.-.-----.-.---.-.-----.-----
171h Street Garage Office 1 7 Days 24 Hours 168
Rover 1 Mon - Tues . Wed 1200 to 0800 60
Rover 1 Thur - Fri - Sat - Sun 24 Hours 96
West Lot 1 Fr- Sat 1800 to 0300 18
p- Lot · 1 Fri 0600 to 2200 16
P-lot · 1 Sat - Sun - Moo 24 Hours 72 430
._~_._-_._._.-._._._._-_._._._.-
4200 Street Garage Rover 1 7 Days 24 Hours 168 168
Boardwalk North & South
Rover 1 7 Days 0500 to 0900 28
Rover 1 7 Days 1800 to 2200 28 58
--
Rover 2 7 Days 0500 to 0900 56
Rover 2 7 Days 1700 to 0100 56 112
.-
Rover 2 Tues to Sat 0945 to 1715 75
Rover 1 Tues to Sat 0900 to 1630 15
Rover 3 SUn 1045 to 1715 19.30 109.30
.-
Rover 1 Moo - Wed - Thur - Fri. 0800 to 2230 58
Rover 1 Tues. 0800 to 2200 14
Rover 1 Sat 0700 to 1500 8 80
Security 1 Moo to Fri. 0600 to 1000 20 20
-
Rover 1 7 Days 1800 to 0200 56
Rover 1 7 Days 2200 to 0600 56 112
Sub- Total......... ...... ............... 1,552 Hours
Alaska Baywalk
Bass Museum
City Hall
Coin Room
Flamingo Park
Golf Course
Historic City Hall
Lincoln Road Patrol
Normandy Shores Gates
North Shore Recreation
Ocean Drive Patrol
2111 St. Command Center
--
Rover 1 7 Days 2000 to 0600 70 70
--
--
Rover 1 Moo to Fri. 0500 to 0900 20
Rover 1 Man to Fri. 1700 to 2100 20 40
--
Rover 2 Wes to Sun 1600 to 0000 80 80
-
Guard House 1 7 Days 24 hours 166 188
Rover 1 7 Days 2200 to 0600 56 58
-
Rover 2 7 Days 0900 to 1700 112 112
~r 1 1 Day a Week 4 Hours a week 4 168
Sub- Total........... 947.30
TOTAL ...................2,449.30
Post Locations
(INDEX)
A- Parking System
}... 7th Street Garage
2- 12th Street Garage
3 - 13 -th Street Garage
4- 16th Street Garage
5... 17th Street Garage
6- 42nd Street Garage
7- Coin Room
B- Property Management
8- City Hall
9- Old City Hall
10... Nonnandy Shores Gates
11- Alaska Baywalk
C- Parks & Recreation
12-Golf Course
13...Boardwalk
14-21 st Street Command Center
I5-Flamingo Park
16...Nortb Shore Youth Center
D- Police Department
17...0cean Drive Patrol
I8-Lincoln Road Patrol
Miami Beach Parki ng System
POST ORDERS
7TH Street Garage
(305) 673-7340
Location: ih Street between
Collins & Washington Ave.
EauiDment: 3 Radios wi 4 Chargers
One Scanner
Log Book
Description: 6 level self-parking facility, with its entrance and exit on ih Street.
There are two additional entrances located east and west of the garage. There are
three elevators, two at the main entrance and another one on Collins Ave. The
building has an office located at ground level where close circuit monitors installed
and keep track of all occurrences on all levels. The Site Supervisor and Shifts
Leaders are station at the office, the second Officer rovers all floors scanning all
check points on their path.
Service Hours: 24 Hrs I 7 Days
Num of Guards: 2 (Office & Rover)
Traffic (Fr. - Sat. - Sun.)
.......................................................................................................................
Security Guards Duties
0800 to 1600 Site Supervisor
a) Responsible of equipment accountability and maintenance.
b) Responsible for all security attendance and compliance of there post
obligations.
c) Must oversee that all rounds take place as required (1 Round per Hour, 7
days a week I 24 Hqurs per day).
d) Inform the Armor Road Supervisors of any problems or discrepancies within
the premises.
e) Collect and turn in to the Road Supervisors all "Garage Incident Reports".
The incident reports should always be review by the Site Supervisor in order
assure their accuracy and neatness.
f) Verify that all guard in the Post are properly trained. If not assume the
responsibility and train the Guard or make arrangements for his immediate
training.
All Security Guards
a) Upon arrival call the office and report "On Duty" by Radio. Arrival at post
must be always at least 10 minutes before the hour scheduled.
b} Keep always your radios "On" with an audible volume in case we need to
contact you. Perform during your shift various radio checks with the base to
rAa!;'~lJrp. the batterv i!; r.haroAd.
c) Upon arrival and no later than 5 minutes after coming "On Duty" Security
Officers working 0800 to 1600, 1600 to 0000 and 0000 to 0800 shift will
commence their Hourly Electronic Rounds.
d) Additional Security Officers will comply with assignments directed by Site
Supervisor, Road Supervisor or City of Miami Beach Parking Supervisor.
e) All Security Officers will comply with all the assignments directed by Site
Supervisor, Road Supervisor or City of Miami Beach Parking Supervisor in a
responsible and diligent fashion.
f) Security Officers in the Garage assigned to work in the office are responsible
of the equipment assigned to the Post. To this effect a physical and
operational inventory will be conducted as they arrived "On Duty" and results
logged in the Log Book. In case of any irregularity the Security Officer will
call the Road Supervisor Immediately. All equipment received will be logged.
g) All Security Officers will familiarize with all Garage entrances and exits, with
all emergency Stairs, Fire Extinguishers, Elevators, alarms, and electronic
sensors location.
h) Roving Security Officers on each round, will verify that no vagrantls or
homeless roam around inside the facilities.
i} Any Security Officer who encounters an unusual situation or Incident must
complete an Incident or information Report and inform his superior
immediately.
j} Any Security Officer not complying with the Post Orders or violating the
Rules and Regulations of Armor Security, Inc. will be immediately discipline.
Disci~linary Measures go from a 1 (one) week emolovment suspension,
removal from all Miami Beach Contracts to employment termination.
Traffic Officers - Fr. Sat. & Sun.
Traffic Officers are stationed at ih Street;
i. One at 7th and Collins Ave.
ii. Second at 7th and Washington Ave.
iii. Third at Garage entrance on ih Street
All officers are responsible for controlling the traffic in order to avoid jams
and accidents during garage peak hours.
ALL SECURITY OFFICERS
Please be Advise that the following three rules are verv closelv observed;
1) Attendance: Report at least 10 minutes early to work
2) Absences: Won't be tolerated, advise the Office in advance, 24 Hrs
3) Comply with your Duties: Not compliance equals employment Termination
4) Post Abandonment: Immediate Employment Termination
PLEASE. AVOID ANY UNDESIRED DISIPLlNARY ACTION
Emergency Number
Police (Miami Beach)
Armor Security
7th Street Garage
13th Street Garage
16th Street Garage
17th Street Garage
42nd Street Garage
TELEPHONES
.1. ... ... ... ,.. ...... ... .,. ... I.- ,'" ,.. ... ... II.
... ......... (Non Emergency) ...... ... ...
... ." II. ... ... ... .._ ... ... I.. "" ... ... 'OO. I.. ...
0" ... ... ... ...... ... ......... .0. ... ... .0' ......
...... ...... .., ... .., ... ... ... ...... .1. I.. ......
...... ......... ...... "0 ...... ... .,. "" ..........
... ",- ... ... ... ... ... ......... ... of. .... ... ... ""
... .., ....... ... ...... .1. 0'. ,.. ... 00. .... ... ... 0'.
'R.ftIisd 6.1: NIO !MoIW
""I.. ( 71V11
911
(305) 673-7900
(305) 477-0403
(305) 673-7340
(305) 673-7381
(305) 695-9800
(305) 673-7388
(305) 673-8285
Miami Beach Parking System
POST ORDERS
12th Street Garage
(No Telephone)
Location: 12th Street & Washington Ave..
(Behind Old City Hall)
EauiDment: 1 Radios w/1 Charger
One Scanner / Log Book
Service Hours: 24 Hrs /7 Days a Wk.
Num of Guards:
One Per Shift
Description: A 4 story level parking garage located on 12th Street behind Old
City Hall and next to Miami Beach Police Station. A Parking Attendant at the
entrance and a Security Officer man the Garage.
.................................................................................................................
Security Guards Duties
0800 to 1600 Site Supervisor
a) Report liOn Duty" upon arrival by Radio or Telephone.
b) Oversee that all Officers keep the equipment in good condition
operational and accountable.
c) Supervise all security officers' attendance and compliance of there duties
on the post.
d) Must oversee that all rounds take place as required by the City Parking
System (1 Round per Hour, 7 days a week).
e) Inform the Contract Manager of any problems or discrepancies within the
post premises related to equipment or personnel.
t) Collect and turn in to the Contract Manager all IIGarage Incident
Reports"'. The incident reports should always be review by the Site
Supervisor in order assure their accuracy and neatness.
g) Watch over the reserve parking spaces not to be occupied by
unauthorized persons..
1600 to 0000 I 0000 to 0800 All Security Officers
a) Upon arrival call the office and report liOn Duty" by Radio. Arrival at post
must be always at least 10 minutes before the hour scheduled.
a) Keep always your radios liOn" with an audible volume in case we need to
contact you. Perform during your shift various radio checks with the base
to reassure the battery is charged.
b) Upon arrival and no later than 5 minutes after coming "On Duty" Security
Officers working 1600 to 0000 and 0000 to 0800 shift will commence
their Hourlv Electronic Rounds.
c) There are two sensors per floor. Security Officers will performs two
rounds per hour. (One on the hour and another one every half hour)
d) All Security Officers will comply with all the assignments directed by Site
Supervisor, Road Supervisor or City of Miami Beach Parking Supervisor
in a responsible and diligent fashion.
e) All Security Officers in the Garage are responsible for the equipment
assigned to the Post. To this effect a physical and operational inventory
will be conducted as they arrived .10n Duty" and results logged in the Log
Book. In case of any irregularity the Security Officer will call the Road
Supervisor Immediately. All equipment received will be logged.
f) All Security Officers will familiarize with all Garage entrances and exits,
with all emergency Stairs, Fire Extinguishers. Elevators, alarms, and
electronic sensors location.
g) Any Security Officer who encounters an unusual situation or Incident
must complete an Incident or information Report and inform his superior
immediately.
h) Any Security Officer not complying with the Post Orders or violating the
Rules and Regulations of Armor Security, Inc. will be immediately
discipline. Disciplinary Measures go from a 1 (one) week employment
suspension. removal from all Miami Beach Contracts to emDlovment
termination.
i) Security Officers will always write a summary report at the end of his/her
shift on a "Information Report Sheet". The report will be left with the next
guard on duty to be forwarded to the Road Supervisor. Please record
discrepancies such as;
1- Burned Light Bulbs 2- Elevator Malfunction
3- Graffiti 4- Trash
5- Oil Spills 6- Abandoned Vehicles
j} Security Officer must restrain themselves from fraternizing with
attendants alid/or any visitor to the garage.
k) Security Officer will be alert for suspicious behavior from any garage
visitor. If a suspicious person is detected challenge the persons' motives
in the garage by asking them if you can help and keep surveillance at a
prudent distance.
I) Always be courteous and polite with all visitors of the facilities. Under no
circumstances engage in disputes or disagreements with visitorS.
attendants or City Officials.
Sensors' LocatiQ!!.
a- 4th Floor next to exit stairs on the West side.
b- 3rd Floor across the elevator on column facing east
c- 2nd Floor next to exit stairs on the west side
d- Ground Floor across the elevator on the column
.. ALL SECURITY OFFICERS
Please be Advise that the following three rules are very closelv observed;
1} Attendance: Report at least 10 minutes early to work
2) Absences: Won't be tolerated. advise the Office in advance, 24 Hrs
3) Comply with your Duties: Not compliance equals employment Termination
4) Post Abandonment: Immediate Employment Termination
PLEASE, AVOID ANY UNDESIRED DISIPLlNARY ACTiON
TELEPHONES
... ,.. .... ... ... ..... ... .......... ... ... ... ... ... ...
911
(305) 673-7900
(305) 477-0403
(305) 673-7340
(305) 673-7381
(305) 695-9800
(305) 673-7388
(305) 673..a285
Emergency Number
Police (Miami Beach)
Armor Security
7th Street Garage
13th Street Garage
16th Street Garage
1 ih Street Garage
42nd Street Garage
... ... ...... ... ...... ... ...... '0' ....... ... ... ...
... ... ... ... (Non Emergency) ...... ......
... ... 0.0 '0' .,. ... ... ... ... ... ...... ... ... ... ...
.... ... ... ... ,., ... '0. ... ... ... ... ... .... ....... ...
... ... ... .... ... .... .t. ......... ... .0. '0' ...... ...
... ... ... .., ... ... ... ...... "~" ... ,.. ... ...... ...
...... ,.. ... ... ... .., ...... ... ... .,. ... ...... .'.
~6y: <Pdro !MotU
June 2J, 2003
Miami Beach Parking System
POST ORDERS
13TH Street Garage
(305) 673-7381
Location: 13th Street & Collins Ave. Service Hours: 24 Hrs 17 Days
Eaulpment: 2 Radios w/1 Charger Num of Guards: 1 24 Hrs I 7 Days Wk
One Scanner 1 Extra Fri-Sat-Sun
Log Book (2200 to 0800)
Description: 5 story building located between Collins Ave. and Ocean Drive
Ave. on 13th Street. Entrance and exit of the Garage is through 13th street. The
garage is Manned by; One Supervisor, One Attendant and One Security
Officer.
.................................................................................................................
Security Guards Duties
0800 to 1600 Site Supervisor
a) Report liOn Duty" upon arrival by Radio or Telephone.
b) Oversee that. all Officers keep the equipment in good condition
operational and accountable.
c) Must oversee that all rounds take place as required (1 Round per. Hour, 7
days a week).
d) Supervise alt security officers' attendance and compliance of there duties
on the post.
e) Inform the Contract manager of any problems or discrepancies within the
premises.
f) Collect and turn in to the Contract Manager all "Garage Incident
Reports". The incident reports should always be review by the Site
Supervisor in order assure their accuracy and neatness.
All Security Guards
a) Upon arrival call the office and report KOn Duty" by Radio. Arrival at post
must be always at least 10 minutes before the hour scheduled.
b) Keep always your radios liOn" with an audible volume in case we need to
contact you. Perform during your shift various. radio checks with the base
to reassure the battery is charged.
c) Upon arrival and no later than 5 minutes after coming "On Duty" Security
Officers working all shifts will commence their Hourlv Electronic Rounds.
d) Additional Security Officer working Fri. I Sat. I Sun. (2200 to 0800) will
comply with assignments directed by Site Supervisor, Road Supervisor
or Citv of MiRmi BeRch PRrkino ~lJnervi~or.
e) All Security Officers will comply with aU the assignments directed by Site
Supervisor. Road Supervisor or City of Miami Beach Parking Supervisor
in a responsible and diligent fashion.
f) Security Officer working 0000 to 0800 will conduct every night a detailed
inventory of all cars parked inside the Garage. The Inventory will start at
02:30 unless otherwise indicated.
g) Regular Security Officers in the Garage (OBOO to 1600 / 1600 to 0000 /
0000 to 0800) are responsible of the equipment assigned of the Post. To
this effect a physical and operational inventory will be conducted as they
arrived "On Duty" and results logged in the Log Book. In case of any
irregularity the Security Officer will call the Road Supervisor Immediately.
All equipment received will be logged.
h) All Security Officers will familiarize with all Garage entrances and exits,
with all emergency Stairs, Fire Extinguishers, Elevators, alarms, and
electronic sensors location.
i) Roving Security Officers will check the perimeter of the Garage on each
round, verifying that no vagrantls or homeless roam around the bushes
on Collins Ave 'area.
j) Security Officer must restrain themselves from fraternizing with
attendants and/or any visitor to the garage.
k) Security Officers will always write a summary report at the end of his/her
shift on a "Information Report Sheet". The report will be left with the next
guard on duty to be forwarded to the Road Supervisor. Please record
discrepancies such as;
1- Burned Light Bulbs 2- Elevator Malfunction
3- Graffiti 4- Trash
5- Oil Spills 6- Abandoned Vehicles
I)' Any Security Officer who encounters an unusual situation or Incident
must complete an Incident or information Report and inform his superior
immediately.
m)Any Security Officer not complying with the Post Orders or violating the
Rules and Regulations of Armor Security, Inc. will be immediately
discipline. Disciplinary Measures go from a 1 (one) week employment
susoension. removal from all Miami Beach Contracts to employment
termination.
n) Always be courteous and polite with all visitors of the facilities. Under no
circumstances engage in disputes or disagreements with visitors.
attendants or City Officials.
0) There are eight sensors in the post to be scanned by the Security Officer.
The are located south and north of the garage. On the south side on the
center column of the ramp on each level. On the north side across the
elevator on the column on each level.
ALL SECURITY OFFICERS
Please be Advise that the following three rules are verY closely observed;
1 ) Attendance: Report at least 10 minutes early to work
2) Absences: Won't be tolerated, advise the Office in advance, 24 Hrs
3) Comply with your Duties: Not compliance equals employment Termination
4) Post Abandonment: Immediate Employment Termination
PLEASE, AVOID ANY UNDESIRED DISIPLlNARY ACTION
TELEPHONES
... ... ....... ... ... .0' ...... ... .......... ...... .0.
911
(305) 673-7900
(305) 477-0403
(305) 673-7340
(305) 673-7381
(305) 695-9800
(305) 673-7388
(305) 673-8285
Emergency Number
Police (Miami Beach)
Armor Security
7th Street Garage
13th Street Garage
16th Street Garage
17th Street Garage
42nd Street Garage
.t. ,., ,.. ... ... ..0 ... ..0 ... 0'0 ...... '0' .'0 ,.. ...
.. .... ...... (Non Emergency) ............
... ... ... ... ." ,., ... ...... ... ......... ...... ,..
.., ... ... ... ... ........, '0. ... ... ... .oo. ... ... .0'
'" ... ...... ... '0' ... '0. ... ... ... ... ... ... ... ...
'0' ... ... .., ...... .0. 0" ......... ... t.. ... ,.. ...
... ... ...... ... .a. ... ... ... ..a .a. ... ... ". ... ...
~,{ 6]: cPe4TO !Mora
June 16, 2003
Miami Beach Parking System
POST ORDERS
16TH Street (Anchor) Garage
(305) 695-9800
Location: 16th Street & Collins Ave.
EQuioment: 2 Radios wI 2 Chargers
Two Scanner
Log Book
Description: 6 story building located between Washington Ave. and Collins
Ave. on 16th Street. Entrance and exit of the Garage is through 16th street. On
the east and west side of the building at ground level there are several
commercial locations.
Service Hours: 24 Hrs I 7 Days
Num of Guards: 2 Mon to Thurs.
- 3 Extra Fri-Sat-Sun
.................................................................................................................
All Security Guards Duties
9800 to 1600 Site Supervisor
a) Responsible of equipment accountability and maintenance.
b) Responsible for all security attendance and compliance of there
obligations on post.
c) Must oversee that all rounds take place as required (1 Round per Hour, 7
days a week).
d) Inform the Contract manager of any problems or discrepancies within the
premises.
e) Collect and turn in to the Contract Manager all "Garage Incident
Reports". The incident reports should always be review by the Site
Supervisor in order assure their accuracy and neatness.
f) Under no circumstances the Officers will allow any drinking, loud music
or antisocial gathering of people within the garage premises.
g) During weekdays Security officers must perform one round per hour in
addition to those working the night shift completing the inventor.
h) Upon arrival call the office and report "On Duty" by Radio. Arrival at post
must be always at least 10 minutes before the hour scheduled.
i) Keep always your radios "On" with an audible volume in case we need to
contact you. Perform during your shift various radio checks with the base
to reassure the battery is charged.
j) Upon arrival and no later than 5 minutes after coming "On Duty" Security
Officers working 1600 to 0000 and 0000 to 0800 shift will commence
their Hourlv Electronic Rounds.
k) All Security Officers will comply with all the assignments directed by Site
Supervisor, Road Supervisor or City of Miami Beach Parking Supervisor
in a responsible and diligent fashion.
I) Regular Security Officers in the Garage (0800 to 1600 J 1609 to 0000 I
0000 to 0800) are responsible of the equipment assigned of the Post. To
this effect a physical and operational inventory will be conducted as they
arrived lIOn Duty" and results logged in the Log Book. In case of any
irregularity the Security Officer will call the Road Supervisor Immediately.
All equipment received will be logged.
m)AII Security Officers will familiarize with all Garage entrances and exits,
with all emergency Stairs, Fire Extinguishers, Elevators, alarms, and
electronic sensors location.
n) Roving Security Officers will check the Garbage room on each round,
verifying that no vagrantls or homeless roam around inside.
0) Any Security Officer who encounters an unusual situation or Incident
must complete an Incident or information Report and inform his superior
immediately.
p) Any Security Officer not complying with the Post Orders or violating the
Rules and Regulations of Armor Security, Inc. will be immediately
discipline. Disciplinary Measures ao from a 1 (one) week emolovment
susoension. removal from all Miami Beach Contracts to emoloyment
termination.
q) UNDER NO CIRCUNSTANCES AN OFFICER WILL LEAVE THE
GARAGE PREMISES TO VISIT MCDONALD OR ANY OTHER FOOD
OUTLET IN THE AREA. SUCH AN ACT WILL BE CONSIDERED AS
ABANDONING THE POST AND YOU WILL BE REMOVED FROM ALL
MIAMI BEACH CONTRACTS.
r) Visits to the garage's office will be short and have a purpose (Going to
the rest room, pick up equipment, etc...). The office is not a gathering
place to chat or socialize, thus under no circumstance two or more
guards will coincide in the office.
s) Be Advise that the following three rules are very closelv observed;
a. Attendance
b. Lateness
c. Duties compliance
Extra Security Officers
(Fridays - Saturdays - Sundays)
#1) 1600 to 0000- Shift
The Officer will keep on patrolling all levels from Ground to 6th level punching all
sensors from; One (1) to Eleven (16). This officer will check all east & west exit
stairs on his path.
# 2) Extra 1 = 2100 to 0500 f Fridays - Saturdays - Sundays (Only)
The Officer will keep on patrolling from point A to point B. in other words from East
elevator to west elevator. Officer will keep an eye on the parking attendant's area in
case he is needed to assist in traffic control.
# 3) Extra 2 = 2200 to 0600 I Fridays - Saturdays - Sundays (Only)
Officer will patrol all around floors sensors (from 11 to 16) including those out in the
surroundings (see sketch). Four (4) rounds must be completed on each hour. (One
round every 15 minutes)
, 4) Extra 3 = 2300 to 0700 f Fridays - Saturdays - Sundays (Only)
Once on duty this officer will move to the upper floors (2nd to 6th) to patrol east &
west exit stairs~ The officer will move up to the 6th level in the elevator and will
come down through the exit stairs. He will always alternate the stairs on every
round.
#1) 0900 to QSGO- Shift
Once on duty and after being properly briefed by the 1600 to 0000 this Officer will
rover all levels from 2nd to 6th, He will only patrol the ramps area since the Extra #3
security officer is patrolling the stairs. Officer is responsible for completing one
round per hour in addition to carrying out the vehicle inventory of the garage.
TELEPHONES
.0' ... ...... ...... ...... ... "0 ........ ... ... ......
911
(305) 673-7900
(305) 477-0403
(305) 673-7340
(305) 673-7381
(305) 695-9800
(305) 673-7388
(305) 673-8285
Emergency Number
Police (Miami Beach)
Armor Security
7th Street Garage
13th Street Garage
16th Street Garage
17th Street Garage
42nc1 Street Garage
... .... ...... .eo ... ... ... ... .... ...... ...... .... ...
... ... ... ... (Non Emergency) ...... . .. ."
..0... ... .0' ....., '0' ...... ... ... ... ... ,.. ... ...
..,... ... ... ... ... ..... ... ... .... .... ... ......... .0'
... ... .., ... ... ... ... ... ... ... ... .to ... ... to' ..,
.,. .... ... ... ... ... .., ... ... ...... ... ... ... ..' ...
... ... ... ..t ... ... ... ... ... t.. ...... ...... ... ...
q>wpatril6y: N1fI ~Olll
IP....,;~<J.f'"' 17 ?tlIW
ADDENDUM
16th Street Garage
Vehicles Inventorv
The inventory at 16th Street Garage must be done in two stages.
1. One stage will take the vehicle inventory of all cars parked in the
garage (General Inventory) with the exception of those parked in
the spaces reserved for the valet company.
2. The other stage will be done on a. separate log sheet and will
cover only those vehicles parked on the spaces reserved for the
valet parking 0Jalet Vehicle Inventory).
3. Vehicles parked by the valet service out of their assianed area
will be loaged on a separate sheet of paoer 0Jalet Violation
Sheet) and attach to the sheet the general Inventory sheet..
The cars inventory will start everyday at 03:00AM.
Security Officers will log all information required (Tags, Etc...) in a clear,
comorehensiple and leaible manner. On Fridays and Saturdays the extra security
officer working in the Garage will assist the rover by completing the "Valet
Parking Inventory".
If there is any question on this matter please contact Mr. Jose Landaverde, Site
Supervisor at (305) 695.9800 between 08:00 and 1600.
<< 0 >>
16th Street (Anchor) Garage
Round Stations
1- 6th FI. SW Corner f Stairs
2- 6th FI. N I West side White light Pole
3- 5th FI. E I Center Column
4M 5th FI. NW I (Elev)
5- 4th FI. NE I Exit Elev)
6M 4th FI. SW I Exit Stairs
7 - 3rd FI. NE I (Elev)
8- 3rd Fl. SW I Exit Stairs
9- 2nd FI. NE I (Elev)
1 0- 2nd FI. SW I Exit Stairs
11- Ground FI NW I Comer
12- Ground FI. SE/Exit Dr./ Alley
13- Garbage Room Entrance I Alley
14- Building Corner (SW) Next to Grocery
15- West Elevator - Garage
16- Building Corner (SE)M motorcycle Paraphernalia Store
Rounds have to be perform every hour focusing on exit stairs and carbaos room
where homeless and vagrants hang around. A round has to be completed
entirely without skipping any station (1 to 16)
Any officer not complying with his duties and obligations will be removed from all
City of Miami Beach contracts.
16th Street Garage
(1200 to 2000 & 1600 to 0000)
FRIDAYS - SATURDAYS - SUNDAYS
I:A&T -SIDE
WEST -SIDE
#1) 1600 to 0000- Shift
The Officer will keep on patrolling all levels from Ground to 6th level punching all
sensors from; One (1) to Eleven (16). This officer will check all east & west exit
stairs on his path.
# 2) Extra 1 = 2100 to 0500 I Fridays - Saturdays - Sundays (Only)
The Officer will keep on patrolling from point A to point 8, in other words from
East elevator to west elevator. Officer will keep an eye on the parking attendant's
area in case he is needed to assist in traffic control.
# 3) Extra 2 = 2200 to 0600 I Fridays - Saturdays - Sundays (Only)
Officer will patrol all around floors sensors (from 11 to 16) including those out in
the surroundings (see sketch). Four (4) rounds must be completed on each hour.
(One round every 15 minutes)
# 4) Extra 3 = 2300 to 0700 I Fridays - Saturdays - Sundays (Only)
Once on duty this officer will move to the upper floors (2nd to 6th) to patrol east &
west exit stairs. The officer will move up to the 6th level in the elevator and will
come down through the exit stairs. He will always alternate the stairs on every
round.
#1) 0000 to 0800- Shift
Once on duty and after beini properly briefed by the 1600 to 0000 this Officer will
rover all levels from 2nd to 6 . He will only patrol the ramps area since the Extra
#3 security officer is patrolling the stairs. Officer is responsible for completing one
round per hour in addition to carryinQ out the vehicle inventory of the Qarage.
I
i'
...
"'
.....
.::
m 11 t
- ..
, .(
:.:tI_
"'p (
:.:
i"l -
m
~-
m
.. ".A:
!!=i
iii"
I
~
III
<<
-
oJ
~
ft
....
~
... >
......\
'V
!
J
J
COIAI Aue.
.-.J
~"'1:IC=:A
--- -- ~-...
. -- ..
t ~~ .....
~ -- '"C"::'-......., ..
'. \, 1
~,
"
11 r 1"
:)0
~
f
J)
'I'
l ~;:;'
~
~"'":I~~~
z
..
-..
\laBhl1Q1ollL,e.
>
(I:
s
....
0.
rt"
::r
(Ij
".
..
fD
ftI
...
,....
f
n
::r
o
...
~
G)
fI
...
.s
ft
Miami Beach Parking System
POST ORDERS
17TH Street Garage
(305) 673-7388
Location: 17th Street & Convention Center Dr. Service Hours: 24 Hrs /7 Days
Eauloment: 3 Radios w/4 Chargers Num of Guards: 2 (Office & Rover)
One Scanner 1 PLot (upon request)
Log Book Traffic (upon request)
Description: 5 level self-parking facility, with its main entrance and exit on 1ih
Street. There are two additional entrances located east and west of the garage.
The east entrance also serves as exit only on predetermine hours. The building
. has an office located on the ground level used by the Parking System, Standard
Parking as there Operational Headquarters for all garages.
..~~....................................................................................................................
Security Guards Duties
0800 to 1600 Site Supervisor
a) Responsible of equipment accountability and maintenance.
b) Responsible for all security attendance and compliance of there post
obligations.
c) Must oversee that all rounds take place as required (1 Round per Hour, 7
days a week I 24 Hours per day).
d) Inform the Armor Road Supervisors of any prOblems or discrepancies within
the premises.
e) Collect and turn in to the Road Supervisors allllGarage Incident Reports".
The incident reports should always be review by the Site Supervisor in order
assure their accuracy and neatness.
1) Verjfy that all guard in the Post are properly trained. If not assume the
responsibility and train the Guard or make arrangements for his immediate
training.
All Security Guards
a) Upon arrival call the office and report liOn Duty" by Radio. Arrival at post
must be always at least 10 minutes before the hour scheduled.
b) Keep always your radios liOn" with an audible volume in case we need to
contact you. Perform during your shift various radio checks with the base to
reassure the battery is charged.
c) Upon arrival and no later than 5 minutes after coming liOn DutY' Security
Officers working 0800 to 1600, 1600 to 0000 and 0000 to 0800 shift will
C'.ommenCA their HOlJrlv Electronic RnlJnd~
d) Additional Security Officers will comply with assignments directed by Site
Supervisor, Road Supervisor or City of Miami Beach Parking Supervisor. .
e) All Security Officers will comply with all the assignments directed by Site
Supervisor, Road Supervisor or City of Miami Beach Parking Supervisor in a
responsible and diligent fashion.
f) Security Officers in the Garage assigned to work in the office are responsible
of the equipment assigned to the Post. To this effect a physical and
operational inventory will be conducted as they arrived "On Duty" and results
logged in the Log Book. In case of any irregularity the Security Officer will
call the Road Supervisor Immediately. All equipment received will be logged.
g) All Security Officers will familiarize with all Garage entrances and exits, with
all emergency Stairs, Fire Extinguishers, Elevators, alarms, and electronic
sensors location.
h) Roving Security Officers on each round, will verify that no vagrantls or
homeless roam around inside the facilities.
i) Any Security Officer who encounters an unusual situation or Incident must
complete an Incident or information Report and inform his superior
immediately.
j) Any Security Officer not complying with the Post Orders or violating the
Rules and Regulations of Armor Security, Inc. will be immediately discipline.
DisciDlinary Measures ao from a 1 Cone) week employment suspension.
removal from all Miami Beach Contracts to emolovment termination.
ALL SECURITY OFFICERS
Please be Advise that the following three rules are veN closelv observed;
1) Attendance: Report at least 10 minutes early to work
2) Absences: Won't be tolerated, advise the Office in advance, 24 Hrs
3) Comply with your Duties: Not compliance equals employment Termination
4) Post Abandonment: Immediate Employment Termination
PLEASE, AVOID ANY UNDESIRED DISIPLlNARY ACTION
Emergency Number
Police (Miami Beach)
Armor Security
ih Street Garage
13th Street Garage
16th Street Garage
17th Street Garage
42nd Street Garage
TELEPHONES
... ... ......(Non Emergency) ............
~6y: iPlrtflll !MOttl
""'" f 'M~
911
(305) 673-7900
(305) 477-0403
(305) 673-7340
(305) 673-7381
(305) 695-9800
(305) 673-7388
(305) 673-8285
N
17th Street Garage
p
-
Lot
Site Supervisor / Shift Leader / Road Supervisor
As Security Officers arrive to take over their post at the P-Lot the following
procedure will become an SOP (standard operating procedure) for all
guards assigned to work the P-Lot. I regardless if they have work the post on
other occasions.
A- The Site Supervisor or shift Leader will provide the incoming
officer with a radio or fresh battery uoon arrival.
B- The Site Supervisor or Shift Leader will provide the incomina
Officer with a CODY of the "Post Orders for the DaY". The Site
Supervisor or Shift leader will instruct the incoming officer on his
duties described on the IIPost Orders for the Day" sheet.
C- The Site Supervisor or Shift Leader will log on the "Black Book"
<"Officers Training Log Book" that the instructions were given,
signing his entry and requesting the officer to sign on the space
provided for his/her signature before departing to take over the
post. Officer will alwavs be instructed to wait for his/her relief on
the post (P-Lot).
D- The Road Supervisor will always ask upon arrival at 1 ih Street
Garage to pick-up his equipment for IIPost Orders of the Day" of
the P-Lot. Road Supervisor will make a priority of the post
visiting it at least twice on his shift. On his first visit the
supervisor will verify (review) the officer understood the Post
Orders and that they are being followed.
P-LOT
Post Orders for The Dav
Days: Sunday - January 25. 2004
Monday - January 26. 2004
Tuesday - January 27, 2004
------- .---------------------- 1700 to 0000
------------------------------ 24 Hours
------------------------------- 0000 to 1700
Location: Across Convention Center
Convention Center Drive
Num. Of Guards: 1 (one)
Equipment: 1 (one) Radio I Copy of Orders for the Day
Site Supervisor I Sblft Leader lRoad Supervisor
As Security Officers anive to take over their post at the P-Lot the following procedure will become an SOP
(standard operating procedure) for all guards assigned to work the P-Lot., regardless if they have work the
post on other occasions.
A- The Site Supervisor or shift Leader will provide the incoming officer with a radio or fresh
batterY UDon arrival.
B- The Site Supervisor or Shift Leader will Drovide the lncomina Officer with a CODY of the 'Post
Orders for the DaY". The Site Supervisor or Shift leader will instruct the Incoming officer on his
duties described on the .Post Orders for the Day' sheet.
C- The Site Supervisor or Shift Leader will log on the "Black Book" ("Officers Training Log Book"
that the instructions were given, signing his entry and requesting the officer to sign on the
space provided for hislher signature before departing to take over the post. OffICer will alwavs
be instructed to wait for hislher relief on the oost lP-Lotl.
D- The Road Supervisor will always ask upon arrival at 17th Street Garage to pick-up his
equipment for 'Post Orders of the Day' of the P-Lot. Road Supervisor will make a priority of
the post visiting it at least twice on his shift. On his first visit the supervisor will verify (review)
the officer understood the Post Orders and that they am being followed.
SPECIFIC POST ORDERS
1- No vehicles will be allowed to oain access inside the P-lot, with the
exception of City of Miami Beach vehicles.
2- In case someone persist in gaining access to the Lot, the Security officer
will always call 1 ih Street Garage by radio and request a City of Miami
Beach parking supervisor in place to seek entry authorization.
3- Security Officer will patrol the lot regularly in order to ensure unauthorized
trespassing doesn't occur.
Security Officer
Date
a~ Jaa.IJS 1D L I
<:
pa.qs "Lt.
:>
f;'J
=
.
=
~ ~
.'tI: ~
C.)
Z
g <I- JMIIS tp8~ -30 8
~
.. r
..
.c
=
... ...... .
I ;.
j c:c
.. c:
U III
I .-
=!
'I I .-
. ~ 2
III
c: 1
0
u
1
~ N "~
;.........---- ~
).aa.qs If 61
Miami Beach Parking System
POST ORDERS
42"d Street Garage
(305) 673-8285
Location: Between 41st & 42 St. Ave.
Royal Palm Ave. Miami Beach
EauiDment: 1 Radios w/1 Charger
One Scanner
Log Book
Description:' 5 story building located between Royal Palm Ave. and Sheridan
Ave. on 41 st Street. There are two entrances and exits to the Garage. through
Palm Ave and Sheridan. Garage Office is located next to Royal Palm entrance.
Service Hours: 24 Hrs /7 Days
Hum of Guards: 1 Per Shift
1 Extra (0630AM - 0930AM)
...............................................................~.................................................
Security Guards Duties
0800 to 1600 Site Supervisor
a) Responsible of equipment accountability and maintenance.
b) Responsible for all security attendance and compliance of there
obligations on post.
e) After all reserve Parking Cones are removed at 1030 am the Security
Officers will commence the Hourlv Electronic Round. There is one sensor
per floor to be scanned.
d) Must oversee that all rounds take place as required (1 Round per Hour, 7
days a week). ,
e) Inform the Contract manager of any problems or discrepancies within the
premises.
f) Collect and turn in to the Contract Manager all "Garage Incident
Reports". The incident reports should always be review ~y the Site
Supervisor in order assure their accuracy and neatness.
g) Watch over the reserve parking spaces and removal of parking cones
from 0630 am to 0930 am as scheduled by Parking Department.
1600 to 0000 I 0000 to 0800 Security Officers
a) Upon arrival call the office and report "On Duty" by Radio. Arrival at post
must be always at least 10 minutes before the hour scheduled.
a) Keep always your radios "On" with an audible volume in case we need to
contact you. Perform during your shift various radio checks with the base
to reassure the battery is charged.
b) On the 1600 to 0000 shift and between 2100 and 2200, the Security
Officer will reinstall (move forward to reserve position) all cones on
reserve spaces at Royal Palm dr. and Sheridan Ave.
c) Upon arrival and no later than 5 minutes after coming liOn Duty" Security
Officers working 1600 to 0000 and 0000 to 0800 shift will commence
their Hourly Electronic Rounds. There is one sensor per floor to be
scanned.
d) At 2100 the Security Officer (Afternoon Shift) will start placing the
Reserve Parking Cone on saved spaces as directed by the Parking
System.
e) All Security Officers will comply with all the assignments directed by Site
Supervisor, Road Supervisor or City of Miami Beach Parking Supervisor
in a responsible and diligent fashion.
f) All Security Officers in the Garage are responsible for the equipment
assigned to the Post. To this effect a physical and operational inventory
will be conducted as they arrived liOn Duty" and results logged in the Log
Book. In case of any irregularity the Security Officer will call the Road
Supervisor Immediately. All equipment received will be logged.
g) All Security Officers will familiarize with all Garage entrances and exits,
with all emergency Stairs, Fire Extinguishers, Elevators, alarms, and
electronic sensors location.
h) At 0200 the Security Officer (Night Shift) will close and secure all garage
gates and entrances. At 0500 the security Officer will open all garage
gates and entrances secured at 0200.
i) Any Security Officer who encounters an unusual situation or Incident
must complete an Incident or information Report and inform his superior
immediately.
j) Any Security Officer not complying with the Post Orders or violating the
Rules and Regulations of Armor Security, Inc. will be immediately
discipline. Disciplinary Measures ao from a 1 (one) week employment
suspension. removal from all Miami Beach Contracts to emolovment
termination.
0630 to 1030 Extra Security Officer (4 Hours Man to Fri)
A) Report "On Duty" to regular Security Officer upon arrival.
B) Initiate the removal of cones as directed.
0930 = a- Five cones on 1 st Floor on Sheridan side.
b- Five cones on 1 st Floor on Royal Palm side.
1030 = All remaining cones removed
ALL SECURITY OFfiCERS
Please be Advise that the following three rules are very closely observed;
1) Attendance
2) Lateness.
3) Duties compliance
Emergency Number
Police (Miami Beach)
Armor Security
7th Street Garage
13th Street Garage
16th Street Garage
17th Street Garage
42"d Street Garage
TELEPHONES
... ...... ... (Non Emergency) ......... ...
.0. "1'.. ... .... _I' 1.1 ... .'. .1. ... ... ......, .... ...,
~ 6J: ft4iolMolll
:/Uti, 2J, 2003
911
(305) 673-7900
(305) 477-0403
(305) 673-7340
(305) 673-7381
(305) 695-9800
(305) 673-7388
(305) 673-8285
~
~
~ r
.....
~ >.
~ i
~ 1
~
(:
'<
I
-aAV Wild 11A8H
~ !.1 ~ Ji
~ LU
1
...........
I .1
. L.I
~~W
"uv ..P!l~1IS !:.
I
)-
I
j
..
j
..
f!
1
L
i!
l'Il
II.J
r
I
z
i#ARlifOR SEC'lrRIT1-. I1VC.
.. _ n "street. Slite: 1-26
.' IiIIIL FL 33173
.' - ItS. GII) iTr-MI1 , '11: alia ill-'1I1
ADDENDUM
TO:
FROM:
DATE:
RE:
All 42nd Street Garage Officers
P. Mora
Dec.22,2003
Special Instructions
As per Mr. Miguel Beingolea, Parking System Operations Manager, the following
instructions are in effect as of today and are incorporated to the Post Orders of the 4200
St. Garage.
1- When ever the hand over Ticket Machine on Sheridan Ave. (East Side) doesn't
work appropriately. The Security Officer will move to Sheridan Entrance and
carry out the following duties.
A) All incoming traffic into the Garage will be direded to the Royal Palm
Ave. entrance.
B) All vehicles exiting the Garage with tickets will have to exit the Garage
through the Royal Palm exit where an attendant will collect the proper
amount from the customer.
2- As soon as the machine has been repair the Security Officer will resume his
rounds as usual (One round per hour).
Please comply with your obligations as required by the City and avoid any unnecessary
disciplinary actions.
Pedro Mora
Cc: 42nd Street Post Orders
City of Miami Beach
POST ORDERS
COIN ROOM
Location: Coin Room Service Hours: 0600 to 1000
Historic City Hall Monday to Friday
EauiDment: Hum of Guards: 1 (One)
Description: Secured room, south end of Old City Hall, where all coins collected
from parking meters is processed for bank deposit.
Security Guards Duties
a) Security Officer will arrive to location not later than 0550.
b) Officer will follow instructions of Coin Room Parking System Supervisor
assisting them by performing all tasks assigned.
TELEPHONES
Emergency Number
Lead Road Supervisor
Police (Miami Beach)
Armor Security
7th Street Garage
13th Street Garage
16th Street Garage
17th Street Garage
42nd Street Garage
... ... ... ... (Non Emergency) ...... ... ...
911
(305) 3084907
(305) 673-7900
(305) 477-0403
(305) 673-7340
(305) 673-7381
(305) 695-9800
(305) 673-7388
(305) 673--8285
.... ....". .... ... ...... ....... ... ... ... ... ... ... ...
CITY HALL
City of Miami Beach
POST ORDERS
Service Hours:
Week days: 0800 to 2200
Saturdays: 0730 to 1700
Num of Guards: 1 per shift
A) 0800 to 1600 /I B) 1600 to 2200
B) Saturday: 0730 to 1700
Description: .
Four-story building located at Convention Center Drive and 17th Street, across from the
Public Parking System Garage. The City Hall is opened to the public from 0800 to 1700.
There are three (3) elevators in the building, two (2) of them with access from outside and
one (1) inside.
Security Objectives:
Officers must seek the safety and well being of all City employees and visitors to the
facilities. They should be alert in order to offer a pleasant and safe working environment. An
important aspect is securing all city and employees property. In order to comply with the
objectives they should visually screen all visitors and in case of any undesired or suspicious
subject challenge their presence at the City Hall with a simple questjon; Excuse me, may I
help you sir? If you detect that the subject has no business in the building invite him/her to
exit the facilities.
Location: Convention Center Dr. &
17th Street
EaulDment: 1 Cel. Phone (786) 367-3824
1 Radios
Securi~ Guards Duties
0800 to 1600
a) Arrive at 0750 in the morning and obtain the equipment at the Buildings Manager
office and position yourself at the lobby area. Log your arrival and departure on the
Log Book.
b) At 0800 doors open for the public, visually screen al visitors and challenge any
incoming suspect.
c) Make your first round approximately at 0900. 1st round will include an inspection of
City Hall surroundings being alert for any graffiti, vandalism, trash or vagrants
sleeping on the building grounds.
After surveying the surroundings a round should be made on the halls of each floor
greeting employees on your path through the different offices. These round through
the four levels of the building should be repeated on hourly basis.
d) Always be alert for any call over the Cel phone since you must respond expeditiously
to any call from any employee in the building. Cel Phone use is limited to calls from
City employees and conversations should be limited to one or two minutes.
e) After each round summarize the rounds results on your Log Book. If any incident or
unusual setting is confronted, complete a detailed Incident Report and summarized
an entry in the Log Book.
1800 to 2200
a) All duties of 0800 to 1600 shift applv.
b) Upon arrival and after logging your arrival, check the meeting agenda posted for
meetings. Remember YOU canlt deDart City Hall until meetinGS in the evenina
conclude.
c) At 1630 secl.l'e the lounge door always.
d) At 1730 begin securing the building, starting with the outside elevators if there is no
meetina in the aaenda.
e) After securing the building make a thorough search round in case someone gain
access entry and is hiding in the building.
f) Repeat your rounds on hourly basis until 2200.
g) Depart at 2200 after securing the building and setting the alarm.
SATURDAYS (0730 to 1700)
a) Arrive at 0720 in the morning and obtain the equipment at the Buildings Manager
office. Log your arrival and departure on the log Book.
b) All authorize personnel to City Hall have access cards. Under no circumstances vou
will allow anvone into the Buildina on Saturdavs unless thev have a written
authorization from: Mr. Brad Judd. Mr. Bruce Lamberto or Mr. John Toledo. If any
doubt call the Road-Supervisor.
c) Make your first round approximately at 0745. 18t round will include an inspection of
City Hall surroundings being alert for any graffiti, vandalism, trash or vagrants
sleeping on the building grounds.
After surveying the surroundings a round should be made on the halls of each floor.
These round through the four levels of the building should be repeated on hourly
basis.
d) After each round summarize the rounds results on your Log Book. If any incident or
unusual setting is confronted, complete a detailed Incident Report and summarized
an entry in the Log Book. .
e) Repeal your rounds on hourly basis until 1700.
f) Depart at 1700 after securing the building and setting the alarm.
Emergency Number
Lead Supervisor
Police (Miami Beach)
Armor Security
7tkt Street Garage
13th Street Garage
16th Street Garage
17'h Street Garage
42ncl Street Garage
TELEPHONES
... .... ...... ... ... ... ... ... .,t ... ... ...... ... ...
... ... ...... ... ...... ... ... ... ...... ... '.o. ... ...
............(Non Emergency) ............
a.. ... a" ... ... ... ... ... ..a .... ........ ... .... ......
... .., a.. ... .... ... .... ... .., ... ...... ... ... ... ...
... ... ... ... ... ........ ...... ... ... ... .,. ... ... ...
... ... ... ... .... ...... ...... ..a ... ... .., ... '.0 '.'
'0. ... '.' ... ......... ...... ... ... ... ... ..' ..0 ...
... ... ... ... ... ... ... ...... ... ...... ... .., ... ...
911
(305) 308-4907
(305) 673.7903
(305) 477-0403
(305) 673-7340
(305) 673-7381
(305) 695-9800
(305) 673-7388
(305) 673.fJ285
Location: Washington Ave. &
12th Street
HISTORIC CITY HALL
City of Miami Beach
POST ORDERS
Service Hours:
Monday to Friday: 0500 to 0900
1700 to 2100
Hum of Guards One (1)
EauiDment: 1 Radio
Description:
Eight-story building located at Washington Ave. and 12th Street, next to 1ih street Garage.
The Old City Hall is opened to the public from 0800 to 1700. There are three (2) elevators in
the ground floor. The building houses the main offices for the Miami Beach Public Parking
System, Police Internal Affairs Offices and the Traffic Court.
Security Objectives:
Offi~s must seek the safety and well being of all City employees and visitors to the
facilities. They should be alert in order to offer a pleasant and safe working environment. An
important aspect is securing all city and employees property. In order to comply with the
objectives they should visually screen alt visitors and in case of any undesired or suspicious
subject challenge their presence at the City Hall with a simple question; Excuse me, may I
help you sir? If you detect that the subject has no business in the building invite himlher to
exit the facilities.
Security Guards Duties
0500 to 0900
a) Arrive at 0450 in the morning and survey the surroundings of the Building looking for'
any graffiti, vandalism, trash or vagrants sleeping on the building grounds.
b) Position yourself at the lobby area, after making a round through all the eight floor
halls.
c) Employees will start arriving early in the morning, especially those working in the coin
room. Greet them upon arrival.
d) Doors are open for the public at 0800
e) At 0900 secure all the equipment and depart.
1700 to 2100
a) Arrive at 1650 and survey the surroundings of the Building looking for any graffiti,
vandalism or trash left during the day. Check that no skateboards riders are around
the Old City Hall rear patio.
b) Position yourself at the lobby area, after making a round through all the eight floor
halls.
c) Access to the public denied after 1700, employees have no time to exit the building.
d) Check on the rear patio area for skateboard riders damaging the walls of the planters.
e) At 2030 begin securing the building, by checking on all floors and reminding .those
employees left that you will be leaving at 2100 and not to forget to secure the door as
they leave.
f) Depart at 2100 after securing the building and setting the alarm.
Emergency Number
Lead Supervisor
Police (Miami Beach)
Armor Security
7'h Street Garage
13th Street Garage
16th Street Garage
17th Street Garage
42nd Street Garage
TELEPHONES
... ... ... ................. ... ......... .., ..... .,. I.'
." ... .... ............. ...... ... ...... ....... ......
............(Non Emergency) ............
0" ... ,.. ... ...... .., ... ,I. ...... ... .., ... .... .1.
..' ... ...... ......... .'1'0' .... ...... ... .oo_ I" ...
... ... ... .... ......... 1.1 ,.. ... ...... ,.. ... ......
"" ...... ... ...... ... ... ... ... .1. ,.. ... .,. ,.....
... ,.. ,.. ... ... ,.. ... ... ... .0. ... .... ...... ... ...
...... ...... ...... ...... ...... .... .. ..... ...... ...... ...... ...... ...... ...... ...... ...... ......
Prepered by: P8Cto Mora
0c1Dber 13, 2003
911
(305) 308-4907
(306) 673-7903
(305) 477-0403
(305) 673-7340
(305) 673-7381
(305) 695-9800
(305) 673-7388
(305) 673-8285
City of Miami Beach
POST ORDERS
NORMANDY SHORES GATE
(305) 993.2040
Location: Biarritz Ave. Normandy Shores
Service Hours: 24 Hrs I 7 Days
Num of Guards: 1 (One)
EaulDment: Clipboard
Black Ballpoint
Description: Close community with approximately 230 houses and three streets.
Access for residents is through 3 remote control gates, located on North Shore Dr.,
South Shore Dr. and Biarritz. Visitor must come into the neighborhood through the
Biarritz entrance controlled and monitored by an Armor Security Officer.
Security Guards Duties
0700 to 1500 (Site SUDervlsor\
a) Site supervisor is responsible for all equipment, cleanness and order of gate
shack and it's surroundings.
b) Responsible for all security officers attendance and compliance of the post
obligations.
c) Security officers must steD out of the Guard shack to reaister all vehicles
coming into the residential compound.
d) All parts on 'INormandy Shores Gates Log" must be completed in a clear
legible manner.
e) Site Supervisor must advise supervisor when a minimum of 50 blank log
sheets are left in the tray.
f) Site supervisor must advise when a minimum of three (3) wood arms are left
in stock at the shelf at the rear of the shack.
g) Inform the Armor Road Supervisors of any problems or discrepancies within
the premises.
h) Collect and turn in to the Road Supervisors all "Incident Reports". The
incident reports should always be review by the Site Supervisor in order
assure their accuracy and neatness.
i) Replace arm gate when broken on your shift, don't wait for someone else to
do it for you.
j) Only Emergency vehicles are allowed to enter the neighborhood without
registering, Police and Medical Emergency Ambulances
k) Verify that all guards in the Post are completing properly the log sheet and
that they are logging all vehicles coming into the compound. Supervisor
should know by the number of sheets completed on the shift.
All Security Guards
a) Security Officers are responsible during their shift for all equipment,
cleanness and order of gate shack and it's surroundings,
b) Security officers must steD out of the Guard shack to recister all vehicles
coming into the residential compound.
c) Replace arm gate when broken on your shift, don't wait for someone else to
do it for you.
d) All parts on C1Normandy Shores Gates Log" must be completed in a clear
legible manner.
e) Inform your relive and road supervisor on duty of any problems or
discrepancies within the premises.
f) Only Emergency vehicles are allowed to enter the neighborhood without
registering, Police and Medical Emergency Ambulances.
g) Upon arrival call the office and report liOn Duty" by Radio. Arrival at post
must be always at least 10 minutes before the hour scheduled to start.
h) All Security Officers will familiarize with all streets, clubs and gates within the
residential compound.
i) Any Security Officer who encounters an unusual situation or Incidant must
complete an Incident or information Report and inform his superior
immediately.
j) Any Security Officer not complying with the Post Orders or violating the
Rules and Regulations of Armor Security, Inc. will be immediately discipline.
Disciplinary Measures go from a 1 (one) week emoloyment susDension.
removal from all Miami Beach Contracts to employment termination.
.ALL SECURITY OFFICERS
Please be Advise that the following rules are very closelv observed;
1) Attendance: Report at least 10 minutes early to work
2) Absences: Won't be tolerated, advise the Office in advance, 24 Hrs
3) Step outside to log vehides, don't do it from inside the Guard shack
4) Unofficial telephone conversations are prohibited. You may be removed.
5) Post Abandonment: Immediate Employment Termination
PLEASE, AVOID ANY UNDESIRED DISIPLINARY ACTION
Emergency Number
lead Road Supervisor
Police (Miami Beach)
Armor Security
'th Street Garage
13th Street Garage
16th Street Garage
17th Street Garage
42nd Street Garage
TELEPHONES
.... ....... .0. .0' ...... .,- .... ... .0- ... ... .0. ......
.... ... .... ... ... ...... ...... .... ...... .0. ... .......
... ...... ... (Non Emergency) ......... ...
... .... ... ... .0. ...... ...... ... ... ... .0. .........
... .0. .0. .,. 0'. ,.0... ...... 0.1 ... '0' .., ...... .0'
... .0' ... .... .0' ...... ...... .... ........ .............
.... ... ... ... ... .0. ... ...... .... ,.. ... .0' ... ... .'O.
... '0. ... ... ... '..'.' ...... .0. ....... .0' ... ... ..0
... ... ... .0. ...... ... ...... ... ... ....... ....... .0.
911
(305) 308-4907
(305) 673-7900
(305) 477-0403
(305) 673-7340
(305) 673-7381
(305) 695-:9800
(305) 673-7388
(305) 673-8285
Miami Beach Parking System
POST ORDERS
ALASKA BAYWALK
At
SOUTH POINT PARK
Location: Alton Rd. & South Point Dr. Service Hours: 7 Days
0500 to 0900 AM
1800 to 2200 PM
Eauioment: One Scanner Num of Guards: 1 per shift
One key Gate for 1 and 2
Description: A concrete path that runs from "Murano at Portofino" to South
Point Park along bay side. North: "Murano at PortofinoJ' I East: Marina parking
lot I West: Harbor access / South: South point Park.
.................................................................................................................
Security Guard Duties
0500 to 0900
a) 0500 arrival to Post and Punch sensor number 2, no later than 0510.
b) 0500 open Gates # 1 and # 2 (Punch sensor # 1 after opening gate 2)
After opening the gates twist the padlock chain around one of the gate's
bars and close the padlock
c) Walk to sensor number 3 (North End of Patrol) completing your first
round.
d) ComDlete at least 3 full rounds (sensors: 1 - 2 - 3 I 3 - 2 - 1) every hour
on the hour.
e) As you patrol the walkway remove any vagrants and/or homeless from
premises.
f) Any Security Officer who encounters an unusual situation or Incident
must complete an Incident or information Report and inform his superior
immediately.
g) Any Security Officer not complying with the Post Orders or violating the
Rules and Regulations of Armor Security, Inc. will be immediately
discipline. Disciplinary Measures ao from a 1 (one) week emolovment
susDension. removal from all Miami Beach Contracts to emDloyment
termination.
h) At all times be kind and polite to visitors and pedestrians.
i) Familiarize with the zone, restrooms, cafes, restaurants, condominiums,
etc...
j) Be Advise that the following three rules are very closelv observed;
F) Attendance
G) Lateness
H) Duties compliance
k) Punch your last sensor at 0900 as you depart
DO NOT CLOSE THE GATES, leave them open.
(No cierre los portones al marcharse)
1100 to 2200
a) Upon arrival start your rounds not later than 1800. Comolete at least 3
full rounds (sensors: 1 - 2 - 3 / 3 - 2 -1) every hour on the hour.
b) As you patrol the walkway remove any vagrants and/or homeless from
premises.
c) At all times be kind and polite to visitors and pedestrians
d) Familiarize with the zone. restrooms. cafes, restaurants, condominiums,
etc
e) Any Security Officer who encounters an unusual situation or Incident
must complete an Incident or information Report and inform his superior
immediately.
f) Any Security Officer not complying with the Post Orders or violating the
Rules and Regulations of Armor Security, Inc. will be immediately
discipline. Disciplinarv Measures go from a 1 (one) week emDlovment
suspension. removal from all Miami Beach Contracts to emcloyment
termination.
g) Be Advise that the following three rules are verv closelv observed;
a. Attendance
b. Lateness
c. Duties compliance
k) Punch your last sensor at 2200 as you depart
CLOSE THE GATES, don't leave them ocened
(Favor de cerrar los portones antes de marcharse)
NOTE: One Full Round is: (1 - 2 - 3/3 - 2 - 1)
TELEPHONES
911
(305) 673-7903
(305) 477-0403
(305) 673-7340
(305) 673-7381
(305) 695-9800
(305) 673-7388
(305) 673-8285
Emergency Number
Police (Miami Beach)
Armor Security
7th Street Garage
13th Street Garage
16th Street Garage
17th Street Garage
42nd Street Garage
... ....... ............. ... ..o' ... .... ". .... ... ... .0'
... ...... ... (Non Emergency) ......... ..,
...... ... .0' ...... II.. ... ,.. ... ... II. ...... ... ....
.. .. . . . ~ . .. . . . . . w . w . . .. .. w .,. ... ... .. w ... ... 0 w . . . 0 .
. .. . . . w w w. . w. . W 0 . ~. 0" ... ... ~.. 0 o' w.. . . . . .. ... . . .
... ..W ... ... ....w....... .......... ... ... ...... ...
......... ow. ... ........ ,.. ... ... ... .0' ... '0. .... ,...
.... ......w.. .... 0.' ... .,. ... ...... ... .... ... .., ...
~rrtf 6]: oW'm !Mom
July ~ 2003
~
~ r;r;J
~ ~
~..i:
~==
~ ~
00. VJ
<
~
<
"I
c!
G
:I
cC
~
~
....
c
.-
e.
-5
:::I
~
Golf Course '
CITY OF MIAMI BEACH
POST ORDERS
Location: Alton Road.
Service Hours: 7 Days
2100 to 0600
EauiDment: ' 1 Scanner Num of Guards: 1 per shift
1 Radio
Description: Golf Course is located on Alton Road and has various strudures.
The Security Officers area of responsibility covers the Club House and golf
carts tent there are three electronic sensors located two on the main building
(Club house) and one on the golf Cart tent.
Objective: To protect all property within premises from being vandalize and/or
stolen.
Security Guards Duties
2100 to 0600
a) 2050 arrival to Post and meet Road Supervisor to get equipment.
b) 2100 Start your first complete round (sensors 1 to 3) and from there on complete a
full round everY 15 minutes until 0545 in the momina.
c) As you make your rounds check for any trespassers, Graffiti, damage property or any
unusual setting in and around the Club house and Golf cart tent.
d) If you spot any thing out of place or unusual incident complete an "Incident Repore
and call your supervisor.
e) If you can detect anyone in the Golf Course field (Green) call Police immediately. Do
not abandon your zone of responsibility to chase anyone inside the field.
f) Radio contact with the Road Supervisor occasionally to assure the supervisor that
everything is in good order and secure.
g) Don't trY to confront anvone bv yourself. always walk away and call Police or radio
the suoervisor for assistance.
h) Upon Officer departure at 0600, Road Supervisor will secure the scanner and radio.
Radios and scanners will be taken to 17th Street Garage.
NOTE:
1- "Full Round" stands for contacting all sensors witbin the post every 15 minutes;
a) Scan all Sensors (1 to 3) four times per hour.
2- Security OOicen must always wait for Road Supervisor to obtain equipment and to
deliver it upon departure time
Emergency Number
Road Supervisor
Police (Miami Beach)
Armor Security
7th Street Garage
13th Street Garage
16th Street Garage
17th Street Garage
42nd Street Garage
TELEPHONES
.,. ... ..f ... ......... .., '.' ... ...... ..' ... ... ...
... ... ... ... ......... .1. ..' ... ....... ... ... ... ...
..... .......(Non Emergency) ............
.,. ... ... ... ......... ... .... ... II. ... ... ,.. I.. ...
...... ...... ......... .... .... ..0 .1' ... ......... ...
...... ... ... I.. ...... .... ... ... ............ '0. ....
...... ...... ......... ...... ... ... .1. ... 1.1 ... ...
...... ... ,., .......... ...10. ... ... ,.1 ...... .... ...
... ... ...... ... ...... I.' ... .... ... ... ... .... ... ....
Prepared by: Pm MOl'll
October 13. 2003
911
(305) 308-4907
(305) 673-7903
(305) 477-0403
(305) 673-7340
(305) 673-7381
(305) 695-9800
(305) 673-7388
(305) 673-8285
-
~
I
N
I
~
-
CD
~
5'
ee
Q)
ee
Q)
-c
C'"
i:
m
~
en
(1)
~
en
o
CiJ
a
~
o
cr.
m+~
Z
s::
)> ~ 0
z -
:;!G)
-0 t"'+
)> g );OC:
m (j') ;u
x -0 ^ ~ -'11.
m Q) cr~'"
t""''l n t') Z
t.,,} s. ~ (j) !. ~ - C.
fif" ~.~ lj) ::0)-0
~ r
LJ It) Q I o i:c:
Q.) u') ~m~
~ r1'
" '/l
:;- --mm
(0 ~ )>
AI 0
-l J:
:r
!
\
ii;
=i!
IiI
g'!-
~:l9
:r~
(j)
o
;-:::;;
a7\
~
..
(J)
GULF COURCE
(City of Miami Beach)
ENDU
January 8, 2004
A) THREE FULL {3} ROUNDS PER HOUR WILL BE PERFORMED
STARING THE FIRST AT 1830.
B) IS UNDERSTOOD BY A FULL ROUND; THE SCANNING OF ALL
THREE SENSORS ON EACH ROUND.
C) SEVEN (7) MINUTES (+ OR - 2 MINUTES) WILL SPEND THE
SECURITY OFFICER AT EACH STATION.
D) A GOOD REPORT SHOULD LOOK LIKE THE ONE BELOW;
(Rounds at 1900)
Jan.10.04
19:00:16
19:07:02
19:14:44
19:21:33
19:28:20
19:35:00
19:42:25
19:49:11
19:56:18
20:02:50
20:09:01
20:16:43
1- Gulf Car Statiom
2- Club House North
3- Club House South
1- Gulf Car Station
2- Club house North
3- Club House South
1- Gulf Car Statiom
2- Club House North
3- Club House South
1- Gulf Car Station
2- Club house North
3- Club House South
D Duplicate
D Duplicate
D Duplicate
D Duplicate
D Duplicate
D Duplicate
D Duplicate
D Duplicate
D Duplicate
NOTE PLEASE NOTICE THAT THE TIME BETWEEN STA TlONS NEVER
EXCEDES 7 to 8 MINUTES.
Failure to comply with the duties of the post as required and ruled could
lead to;
A- Deductions on your paycheck for 15 minutes or more of
rounds gaps within any hour on your shift.
Example: .
Jan.10.04
19:00:161- Gulf Car Statiom
19:07:022- Club House North
.....~.l':~9:09:443- Club House ~outh
; .. ,.w,"'T""T'" 19.27.331- Gulf Car Station
I ';'~ Min. I. 19:31:202- Club house North
!......."."._~...J. 19:39:00 3- Club House South
D Duplicate
D Duplicate
D Duplicate
19:42:25 1- Gulf Car Statiom
,-_~_'~~~"'.'_ i '''-n. ,_ _ _ _ 19:44: 11 2- Club House North
J 23 fJiH\. (-1)49:45:183- Club House South
L'_~_"".'4"'_" J 20:08:50 1- Gulf Car Station
20: 13:01 2- Club house North
20:16:43 3- Club House South
o Duplicate
o Duplicate
o Duplicate
o Duplicate
D Duplicate
D Duplicate
On the above example the security officer skipped a total of 41 minutes
by not complying with the rules of the post.
B- Employment suspensi6n, transfer to another contract not
related with the City of Miami Beach or employment
termination.
Please, comply with the duties of the post as required by our customer
and avoid any disipUnary action.
. jjARlt.fOR SEC'lrRITl.~. INC.
., MlIi II 721tnel.luitt: 1-246
: - Fl. 33173
'.. . r:li) 4n-MlI , rll: DB) III-UA
ADDENDUl\f TO POST ORDERS
(GULF COURSE)
To: All Security Officers Gulf Course
From: P. Mora
Date: April 08, 2003
Re: After Hours Employees Visits
Effective today any employee of the Gulf Course facilities or the City of Miami Beach
visiting the compound premises after hours must be properly identified (Employee 10 or
driver license) by the Security Officer on duty. The Security Officer wilt "log" the following
in his "Daily log Sheet";
TIME IN
2341
0447
TIME OUT
0016
0538
10 NUM.
Driver Uc: 8DO-24Q.39-000
City Emp.: 1[)...40325
Road Supervisor are responsible for instructing and supervision of the Officers in the
implementation of this addendum to the Post Orders.
P. Mora
Cc: Delfin Torres
BOARDWALK NORTH & SOUTH
POST ORDERS
Location: B$tween 35th St. & 46th Street (North)
Between 35th St. & 21 &t Street (South)
East of Collins Ave.
Service Hours: 7 Days
0500 to 0900
1700 to 0100
Hum of Guards: 2 per shift
EaulDment: Two (2) Scanners
Two (2) Radios
Description: A crime prevention patrol along the Boardwalk zone. Covers from 21st St. to
46th street on the north end of the boardwalk., with five (5) check points on the patrol path
(see Round Stations sketches) of each Security Officer. Security Officers will always patrol
leaving approximately 7 to 10 minutes between stations (sensors).
North Stations: 35th, 39th, 43rd, 45th and 46th (North End).
South Stations: 35th, 318t, 27th, 23rd and 21st (South End)
ObJective: To increase the crime prevention force by working in close contact with City of
Miami Beach Police. Special emphasis will be placed on persons violating the rules of the
boardwalk. No bicycles, Skateboards, unleash dogs or alcohol consumption on the
boardwalk.
Security Officers Duties
a} On the early morning shift, 0450 arrival to Post and Punch sensor
number 1 at 35th Street, no later than 0500. On the afternoon shift, 1650
arrival to Post and Punch sensor number 1 at 35th Street, no later than
1700.
b} At this point Officers will split (North & South Patrol), one will head north
checking all stations (5) on his path. The other will head south checking
all station (5) on his path also.
c) One (1) comDlete round must be accomplished each hour and half
(11/2 Hr.) with an interval of approximately 7 to 12 minutes between
stations (sensors). At the end of a full round at 35th S1. the Officer will
take a break that won't exceed 10 minutes
d) A thorough inspection must be performed on their path checking that no
vagrants take shelter underneath the Boardwalk. If so, police must be
called and an incident report completed.
e) No one without any exception can be laying on hut's benches or
Boardwalk floor. If so, police must be called and an incident report
completed.
f) Homeless and/or vagrants can't use boardwalk side rails and huts as a
clothesline. If so, advice them to remove it or call Police Dept., an
Incident Report must be always cOmpleted.
g) Any Security Officer who encounters an unusual situation or Incident
must complete an Incident or Information report.
hl At all times be kind and Dolite to visitors and Dedestrians.
i) Familiarize yourself with the zone, restrooms, cafes, restaurants,
condominiums, etc... Be an excellent hostess to all Miami Beach visitors.
j) At shift end always punch 35th Street sensor not earlier than 0850 in the
morning and not earlier than 0050 on late shift (afternoon).
NOTICE
alOne ComDlete Round is: (1 - 2 - 3 - 4 - 5 - 4 - 3 - 2 -1)
b) Gaps between readings of 12 minutes or. more will be totaled and
deducted from your paycheck. Your round lapse should never exceed
one and half hour ( 1 % Hour) including your break time at the end of the
round.
TELEPHONES
Emergency Number
Police (Miami Beach)
Armor Security
7th Street Garage
13th Street Garage
16th Street Garage
17th Street Garage
42nd Street Garage
.... .... .... ... ... ...... ... ......... ... ... .oo. ......
911
(305) 673-7903
(305) 477-0403
(305) 673-7340
(305) 673-7381
(305) 695-9800
(305) 673-7388
(305) 673-8285
... ... ... ... (Non Emergency) ...... ... ..,
...... ... ... ... ... ... to. ... .., ... ... ... ... ... ...
... ... ... ... .., ... ... .0' ... ... ... ... 0.. .... ... ...
...... .... ... to.. ... ... ...... ... ...... ... .'. ......
... .oo. ." ... -to ...... t.. ... ... ... ... ........ ... ...
. . . . . . . .. ... . . . . . . . ~. . .. ... . .. ... . .. . .. ... . . . ... .
... ...... ... ... ... ... ... ... ... ... .... ... ... ... ...
.
.
i!
en
c
--
-
-
CI
C--'
:tJth
48Ih North End
.uth
43rd Boardwalk NorUl
J!Ih
31$'t
Boardwalk South
~~
23rd
21st South End
City of Miami Beach
POST ORDERS
21st Street Command Center
Location: 21st St. Command Center Service Hours: 1900 to 2300
Washington Ave,& 21st St. Every other Fri. or Sat.
EaulDment: None Num of Guards: 1 (One)
Description: Hall located in the Headquarters offices of Parks & Recreation Dept.
The recreation division organized every other Friday or Saturday dances and
entertainment for elderly residents of Miami Beach.
Security Guards Duties
a) Security Officer will arrive to location not later than 1850.
b) Officer will follow instructions of Recreation Supervisor on Site by assisting
him/her on all tasks assigned.
c) Security Officers will be alert for any outsider or unwelcome guest who
interrupt the event-taking place.
d) Any trespasser will be invited in a courteous and polite fashion to abandon
the premises. If you confront any resistance call immediately the City of
Miami Beach Police for assistance.
TELEPHONES
Emergency Number
Lead Road Supervisor
Police (Miami Beach)
Armor Security
71h Street Garage
13th Street Garage
16th Street Garage
17th Street Garage
42nd Street Garage
... ... ... ... '" ... ... ... .0. .... .It. ... .0. ... .., .-.
... ... to. ... ... ... ... .0. ... '0' to. ... ". ... '" '0'
......... ...(Non Emergency) ............
...... ...... ... ...... ... ... ... ... ... ..., ... ... ...
... ... ...... ... ... ... ... ... ... ... ... ... .... ... ...
... ... ......... ... ... ...... ... ... ... ... ... ... ...
... ...... ... ... ... ... ....... ... ...... ... ... ... ...
... ... ...... ... 'l.' ... ...... ... ...... ... ... ... ....
... ... ... ... ... ... ... ... ... ... ... ... ... ...... ...
911
(305) 308-4907
(305) 673-7900
(305) 477-0403
(305) 673-7340
(305) 673-7381
(305) 695-9800
(305) 673-7388
(305) 673-8285
FLAMINGO PARK
CITY OF MIAMI BEACH
POST ORDERS
Location: 11 th Street & Meridian Ave.
Service Hours: 7 Days
One - 1800 to 0200
Two - 2200 to 0600
Hum of Guards: 2 per shift
(4 hours Overlap)
EauiDment: 2 Scanners
2 Radios
1 Flashlight
Description: Park with multiple amenities and building structures located
between Meridian Ave (east) and Michigan Ave (west), bordered by 11th Street
(south). Among the various structures are; a- Pro-shop Tennis Build. b- Park
Maint. Build. c- Handball Courts d- Park Rest Rooms e- Swimming Pool
Facilities f- Property Management Facilities. All City of Miami Beach parks
close at 2300. .
.................................................................................................................
Security Guards Duties
1800 to 0200 (#1 Site Supervisor)
a) 1750 arrival to Post and meet Road Supervisor to get equipment and Golf Cart
b) 1815 Start your first complete round (sensors 1 to 7) and from there on complete a
full round everY hour on the hour. Starting your last round at 0100. (See sketch for
"Round Stations")
c) As you make your rounds check for Graffiti, damage property or any unusual setting
in and around the pool area.
d) Security Officer must be in the look out for pet's owners with unleash Dogs. Security
officers will approach those dog owners with an unleash dog an in a politv fashion
request him to please leash his dog. Explain the person that walking unleash dogs in
the park is against the law. If the person doesn't comply with your request call the
police immediately.
e) Log on hourly basis your sightings of; Unleash dogs, Your interventions, Leash Dogs
and Police calls. Also log in a description of the location where the unleash dog
violation took place.
f) If you spot any thing out of place or unusual incident complete an Hlncident ReportU
and call your supervisor.
g) Special attention must be placed around the surroundings of the park maintenance
building (north side), dogs Small Park and the Handball courts. Sexual activity has
been reported taking place late at night. Request to abandon the park and call police
if suspects or subjects refuse
h) From 2200 to 0200 Security Officers will patrol on opposite directions with their radios
on channel 1 and in high volume mode. Completing one full round on each hour.
i) Radio contact with each other several times from 2200 to 0200 is of paramount
importance to make sure everything is in good order and secure.
D Don't trv to confront anvone in the park bv vourself. alwavs walk away and call Police
k) Upon Officer departure at 0200, Road Supervisor will secure the scanner, radio and
Golf Cart at Property management. Radios and scanners will be taken to 17'h Street
Garage.
2200 to 0600 (#2)
a) 2150 arrival to Post and meet Road Supervisor to get equipment and Bicycle
b) At 2215 Start your first complete round (sensors 1 to 7) and from there on complete a
full round every hour on the hour. Starting your last round at 0500. (See sketch for
"Round Stations")
c) As you make your rounds check for Graffiti, damage property or any unusual setting
in and around the pool area.
d) Security Officer must be in the look out for pet's owners with unleash Dogs. Security
officers will approach those dog owners with an unleash dog an in a Dolity fashion
request him to please leash his dog. Explain the person that walking unleash dogs in
the park is against the law. If the person doesn't comply with your request call the
police immediately.
e) Log on hourly basis your sightings of; Unleash dogs, Your interventions, Leash Dogs
and Police calls. Also log in a description of the location where the unleash dog
violation took place.
f) If you spot any thing out of place or unusual incident complete an "Incident Report"
and call your supervisor.
g) Special attention must be placed around the surroundings of the park maintenance
building (north side), dogs Small Park and the Handball courts. Sexual activity has
been reported taking place late at night. Request to abandon the park and call police
if suspects or subjects refuse
h) From 2200 to 0200 Security Officers will patrol on opposite directions with their radios
on channel 1 and in high volume mode. Completing one full round on each hour.
i) Radio contact With each other several times from 2200 to 0200 is of paramount
importance to make sure everything is in good order and secure.
D Don't try to confront anyone in the Dark by yourself. alwavs walk away and call Police
k) Upon Officer departure at 0600, Road Supervisor will secure the scanner, radio and
bi~cle at Property management. Radios and scanners will be taken by Supervisor to
17 Street Garage.
NOTE:
1- "Full Round" stands for contacting all sensors within tbe Park each bour;
a) Park Rover all Senson (1 to 7)
2- Security Officers must always wait for Road Supervisor to obtain equipment and to
deliver it upon departure time
Emergency Number
Road Supervisor
Police (Miami Beach)
Armor Security
7'h Street Garage
13th Street Garage
16tk1 Street Garage
17th Street Garage
42"d Street Garage
TELEPHONES
... .... ..... ..... ...... .... ...... .... ... .... .... ...... ...
.,t to. ... ... ... ,.. ...... .... ,.. ... .... -...., ",. .,,
............(Non Emergency) ............
..... .... ... .... ..0 .... ... .'.". ... to. .._ t.. 0'0 ..0 ....
... .... ...... .... ... .... ... ,., .... ... ... .... ...... ...
.... .... .... .... ... ..' .... ... ... ..to ... ... ... ....... ....
... ... ,.. ... ......, 0'. ... ... .... .... ,.. ..... ...... ...
'.. ... ... ..1 ... I.. ...... ... .... ... ... ... ..., .... ...
... ... ... ... ....... ... ... ... ... ... ... ... ....... .0.
Prepncl by: Pecto Mora
October 13, 2003
911
(305) 308-4907
(305) 673-7903
(305) 477-D403
(305) 673-7340
(305) 673-7381
(305) 695-9800
(305) 673-7388
(305) 673-8285
N
w
E
:s
"I
.!
J
.a:
[JO
I
I
. 3
t HtHttttH
Baseball PaR
Parlllng lot
~
vJ
..
...
fI
~
:I
. 6'
r,' ] 8_""'''''' .....
, .r.....II~
b
Property
....III11Uellle!~.t
~
l~J
.
..!
I
~
'C
..
:Ii
P~-Sh!
T enn'~ C rtI
t fdl Slreet
, ..
I
I
~
I
FLAMINGO PARK
(Park Rover Stations)
1) Flamingo Park sign at entrance 2) West Wan Pool Facilities
3) Baseball Park - NE light pole comer 4) Children's Playground Property Mgt. Build
5) North Side maintenance Build. 6) NE Comer handball Court light pole
7) Rest Rooms East side on wall
NOTE: Complete a .jFull Round" (All sensors from 1 to 7) every hour on the hour.
From 2200 to 0200 Security Officers will make rounds patrolling on opposite directions. One
will be riding the Golf Cart the other will use the bicycle. Supervisors are responsible on
Officers to oerform as reauired on Post Orders.
North Shore Park
CITY OF MIAMI BEACH
POST ORDERS
Eauioment: 1 Scanners
1 Radios
Service Hours: 7 Days
2200 to 0600
Hum of Guards: 1 per shift
Location: 72nd Street & Abbott Ave.
Description: Park with multiple amenities and building structures located
between 72nd street (South) and 73rd Street (North), flank by Abbott Ave (east).
Among the various structures are; a- Pro-Shop I Tennis Build. b- Park Maint.
Build. c- Main Build. Other facilities among the Park premises are; 1- Baseball
Park 2- Cricket Court 3- Parking Lot
.................................................................................................................
Security Guards Duties
2200 to 0690
a) Pick-up equipment at Normandy Shores Gates at 2145.
b) Upon arrival sign the attendance sheet and start your first round. Your arrival to the
post will never be later than 2200. Start your first complete round (sensors 1 to 7) and
from there on complete and full round every hour on the hour. Starting your last round
at 0500. (See sketch for "Round Stations")
c) On your first round you should always be on the look out for any graffiti or vandalized
property so you inform the City personnel before they exit the facility. Once the city
personnel leave, YOU are resDonsible for any occurrences during the night. If you find
anything on your first round inform immediately the City officials at the main building
and complete an Incident Report
d) As you make your rounds check for Graffiti, damage property or any unusual setting
in and around the park premises, always complete an Incident Report.
e) Security Officer must keep your eyes open for trespassers after 2200. If you see
anyone within the facilities after 2200 order the person or persons to exit the park in a
polite and courteous fashion.
f) If you spot any thing out of place or unusual incident complete an "Incident Report"
and call your supervisor.
g) Special attention must be placed around the surroundings of the main building, 72nd
street and Harding Ave. since homeless and vagrants use the entrances as shelter
during the night. If you spot any of them during your rounds order them to leave. If
they don't, call the Road Supervisor and the Police.
h) Radio contact the Road supervisor several times during the night is of paramount
importance to make sure everything is in good order and- secure. Also gives you the
opportunity of checking your Radio.
i) Don't trY to confront anyone in the Dark bY vourself. always walk away and call Police
j) Upon Officer departure at 0600, Security Officer will secure the scanner and the radio
at Normandy Shores Gates.
NOTE:
1- "Full Round" stands for contacting all sensors within the Post.
2- A Full Round has to be performed each hour - Starting at 2200 and
ending at 0600
3- A lapse of time of 7 to 10 minutes must be allowed in between
punches.
4- Security Officer won't repeat any sensor on one of his/her rounds.
---------------------------------------------------------------
Please comply with your obligations as you have ~e~n trained avoiding any
unwanted disciplinary actions or removal from all city of Miami Beach
contracts. The following working habits are of paramount importance;
A- No late arrivals, be always 5 to ten minutes early at your work site.
B- Make your rounds on the hour every hour. .
C- Always make your rounds as required, don't leave gaps of more than
10 minutes between sensor readings.
0- Do not repeat the same location (sensor) within a full round.
Emergency Number
Road Supervisor
Pollee (Miami Beach)
. Armor Security
7th Street Garage
13th Street Garage
16th Street Garage
17th Street Garage
42nd Street Garage
TELEPHONES
... a.. ....... ... ...... ... ... ... ... -.. ... ... ......
...0.0... .,0 ... ...... ..t' ... ... ... '.' ... ... ......
............(Non Emergency) ............
... ... ... ... ... ... ... ... .t. ..1 ...... .,, .11 .0. ...
... ... ... ... ... ... ...... ... ... ... ... ... ... ... ...
... ... ... ... ... ...... ... ... ... ... ... ... ... ... ...
... ... ... ...... ... ... ... ... .'. ... ... ." ... ... ...
... ... ... ... ... ... ... ... ... ... ... ......... ......
... ... ... ... ... ... ... ... ... ... ... ... ... ... ... ...
911
(305) 308-4907
(305) 673-7903
(305) 477-0403
(305) 673-7340
(305) 673-7381
(305) 695-9800
(305) 673-7388
(305) 673-8285
North Shore Station Location
1) Maintenance Building - North Side
2) Tennis Pro~Shop-Next to Janitors Closet
3) Tennis Courts-Path Between Courts End
4) Main Building-North Side I East End of Terrace
5) Main Building-Main Entrance I West Side
6) Main Building-72nd Street Entrance
7) Main Building- Abbott Ave I East Side
NOTE: Please check on park sketch for sensors exact location. Security
officer must perform one full round every hour. Seven to ten
minutes should be the time between the seven locations. All
locations must be scanned one after the other without repeating
any of them.
1
2
3
4
5
6
7
, to 10 min. , to 10 min. , to 10 mia. , to 10 min. , to 10 min.
. ..
;
(.
One Full R01Dld
")
~
e
:l.
=:r
00
=-
e
.,
~
I:Il
~
.~
t)
.,
~
~
.....
....
e
=
~
~
*
12nd51reet
\.
}
i:=I ,
8CJ'1
Main Building
.....
~
C'"
a
~
CD
..
~
:II
:II
-.
e
n
o
.
it
~
m
2
z
(
ell
"II w
e
;I ;' 8
~
~i w
-
:r _. -
o (It "II
.. w
;
1lIII;I j
. at
-. --
it,.
.
11-
Ocean Drive Patrol
POST ORDERS
Location: Between South Point Dr. & 15th Street
East of Ocean Drive
Service Hours: 7 Days
0900 to 1700
Eauloment: Two (2) Scanners Hum of Guards: 2 per shift
Two (2) Radios
Two (2) Patrol Bicycles
Description: A crime prevention patrol along Ocean Drive. Covers from South Point Drive
to 15th street, with six (6) check points on the patrol path (see Round Stations sketches).
Security Officers will always patrol on opposite directions. One starting at South Point Drive
station one (1), the other starting at station six (6) and always punching all sensors on their
path.
Objective: To increase the crime prevention force on the zone by working in close contact
with City of Miami Beach Police. Special emphasis will be placed on all oark's restrooms
and isolated Dark areas.
Security Guard Duties
0"0 to 1700
a) 0850 arrival to Post and Punch sensor number 4, no later than 0900.
b) At this point Officers will split, one will head south checking all stations on
his path. The other will head north checking all station on his path also.
c) One (1) comolete round must be accomplished each hour.
d) On all restrooms a thorough inspection must be performed corroborating
that no one inside the facilities is engaged in any illegal activity. If SOl
instruct the person to leave the area immediately or PO will be called.
e) No one without any exception can be laying on benches or concrete wall
between park and beach zone on both parks.
f) Homeless and/or vagrants can't use no facilities within your area of
"responsibility as a clothesline.
g) Any Security Officer who encounters an unusual situation or Incident
must complete an Incident or Information report.
h) At all times be kind and polite to visitors and pedestrians.
i) Familiarize yourself with. the zone. restrooms, cafes. restaurants,
condominiums, etc... Be an excellent hostess to all Miami Beach visitors.
NOTICE
a) One Comolete Round is: (1 - 2 - 3 - 4 - 5 - 6 - 5 - 4 - 3 - 2 -1)
b) Bicycles used belong to the Police Department, their cost is over
$1,000.00 yOU lose it and you Dav for it. Storage bicycles at:
when shift is over.
Emergency Number
Police (Miami Beach)
Armor Security
7th Street Garage
13th Street Garage
16th Street Garage
17th Street Garage
42nd Street Garage
TELEPHO~
.
... ... ......... ... ... .......... .... ............ ...
,.. ." ...... (Non Emergency) ...... ... ...
.0. ,.. ...... ......... '0' ......... ... .0. .........
... .... ... ......... .... ... ... .0' ... ... ... ....... ...
...... .... . ...... ...... .... ...... ...... ...... ..... .... .... ...... ..... ...... ..... ....
... ... ... ... .,.... ... .,. ... .0' .,. .0- ... .........
'0' .......... ...... ... ... .... ... ....t. .... ...... ....
... .0' ".. ". ...... "0' ... ... .,1 .0' ... ......... ....
flJrepdrJ6y: ~ ~orlI
Ocww19, 200J
911
(305) 673-7903
(305) 477-0403
(305) 673-7340
(305) 673-7381
(305) 695-9800
(305) 673-7388
(305) 673-8285
~
1.... street
II ~
~ ~
1Ul S1reet
611 Sb'eet
51h street
....:I
I
3- 6th St.1 Men's Restroom - Door Frame (Top)
4- 10th St. I Men's Restrooms - Door Frame
."COCl(o-;"
y '0,
f, 4 'j
'~ ...r
"l::-~~
B
1ft) street
~
1_ Court
:O~l"''''''''''':
'\ 6)
"I' ...
...........F'
1_ street ~
r.;'J
-.
'C
-=
III
...
.u
oW
= ~
1_ street
11
101th street
I
5- Men's Restroom (14th St) I Inner Door Frame
6- Telephone Stand N End J Across 14th Court
c
.~::. '~'''''i \' ~ I'
~~ \ ,>.'.~ (
,.. "'I: ,,~ '
I ' ' .IJ .
. ( !i.'~ t '. :'. '.~..
,~,~~~".....;';';""'~ "~
>&.1 ;..,:-~"~" .. - ".'
,".';;';:: .
.
.OJ
i. :
'~., ',j ,.~ ,: ;~./../#+. .
,... ~.~.'JrYL"'"
.' .; ,f ~. .~~..~;:..,. . .
. '6"" ...... . I I
.'
:," '1- South Point Circle
COli':" fenn Foundiltion
.'
. - '>~
.' >;.-.:;;.. '''1..;'' .t:[:'
.:i'f;;:' co .' ..,.,....\...,:."'.t~fIP:~~,
~,:' .... ",'~'" ,~~:~::~7:r
. "C'..1IIl p,unt r.ln:lfl n~1lf'o 'f!md~
"1:" ..t~''!.r'.''.,~ ~ ':,.. ".. I!J
.' .!lI~" ~ I.,." ~t':'~t'''" ,. ,,0'
~ra.' ~ ~~i~:...~ ~.t:~~" ...,'.... :!'~"..,; ",::- .~'..'...
. '~'fi.~~. .":;,~i~;~,~::[:~~" ~.:.:"' ~" t, .." ->~:>,'~'::O-;'/-},,;t~?'
LUMMUS PARK
Round Stations
LINCOLN ROAD PATROL
POST ORDERS
Location: Lincoln Rd. from Collins to Alton Rd,
City of Miami Beach
Service Hours: Wed. to Sun
1600 to 0000
EauiDment: Two (2) Scanners Num of Guards: 2 per shift
Two (2) Radios
Two (2) Patrol Bicycles
Description: A crime prevention patrol along Lincoln Road Mall. Covers from Alton Road
to Collins Ave. with three (3) checkpoints on the patrol path (see patrol zone sketch).
Security Officers will always patrol on opposite directions. One starting at Alton Road station
one (1), the other starting at station three (3) and always punching station two (2) at Euclid
Ave. on their path.
Objective: To increase the crime prevention force on the zone by working in close contact
with City of Miami Beach Police. Special emphasis will be placed on assisting all merchants
on the Mall on their security needs. Be alert for shoplifters on the zone.
Security Guard Duties
1600 to 0000
a) Arrival to Pick-up equipment at Old City Hall and Police Station at 1545.
Ride to patrol area arriving always no later than 1605 and Punch sensor
number 2 (Euclid Ave.),
b) At this point Officers will split, one (Scanner 1) will head west to Alton
Road (station 1). The other (Scanner 2) will head east to Collins (station
3). .
c) A comDiete round must be accomolished each hour. A comDlete round
is. 1 -2 - 3 - 2- 1
='
d) Any vagrant, drunk or Homeless who interfere with any pedestrian on the
area or merchants must be ordered to abandon the zone if not call Police
assistance. .
e) No one without any exception can be laying on the ground, green areas
or benches on the Lincoln Road public areas.
t) Any Security Officer who encounters an unusual situation or Incident
must complete an Incident or Information report.
g) At all times be kind and polite to visitors, pedestrians and merchants.
h) Familiarize yourself with the zone; stores, cafes, restaurants, attractions,
garages, etc... Be an excellent hostess to all Miami Beach visitors.
NOTICE
a) One ComDlete Round is: (1 - 2 - 3 - 2 -1)
b} Rounds must be performed by making a 1000 around each block (see
sketch) which surrounds; Lincoln Road, the avenues and the alley For
example;
-.J
I
- , .' '.~..
....,..
<.
Lincoln RDI~ ....I ~
L.
.n
Ale -.. · "
r" ,~urrl'
111r
- 'J
........ "'''-'
I in
lhl
JI
Ale, ,.,.
C) West bound Patrol will ride on the South side of Lincoln Road and will
check on alleys south to Lincoln Road.
East bound Patrol will ride on the north side of Lincoln Road and will
check on the alleys North to Lincoln Road.
D} Bicycles used belong to the Police Department, their cost is over
$1,000.00 you lose it and YOU Dav for it. Storage bicycles at: Police
Station when shift is over.
E) Patrol Officers will never ride toaether
Emergency Number
Police (Miami Beach)
Armor Security
ih Street Garage
13th Street Garage
16th Street Garage
17th Street Garage
42nd Street Garage
TELEPHONES
... ... ...... ...... .... ... ... ... ... ... ... '" ... ...
911
(305) 673-7903
(305) 477-0403
(305) 673-7340
(305) 673-7381
(305) 695-9800
(305) 673-7388
(305) 673-8285
... ... ,.. ... (Non Emergency) ......... ...
.o.. ... .., ... ....,. ... ,.. ... .... ... ... ......... ...
... to- ... .o.. ....... .... ." ... .,. ..t .t. ...... ... ,..
.. .... ... . . . ~ . ~ ... . ~. .. ~ .... . ... ... ... .... ... .. . . .. .. .
... ... ... ... ...... ... ... ... .... ... ... ...... ... ...
. ... . . . ~.. .... .... .. ... . . . . ... . . . . .. . .. .... ... .... . .. . .. .
.o.. ... ....... ...... ... ... ... ... .... ... ...... ... ...
I I
. .A'r1 ~~IIIIOO
0.,_,...~1.
.t. . .' ~.
i"
i
~
"~Avy~u!qS~JJ. JDC
"M'" 1~a.lJ1(1. I[""J:!C
i : I ;
I ) j,,:.;.. :
"8^~~~A~uu81!:"::"JI Jj[li
~+~~, ~ I::-~:-:'r"o' PI)Pna
~ . '1';3 ,1
" ,~, ') J'.I
i Ii;
l I ;
, '. ,I {-.. ,...."." ,>
~.~.... ....r
"8Awuo~~r(ll {[]C
aAV U~!~~[JjJOc
. aA'r! xouwq ")'-"'r4~'
1
j
i
I
I
. ~ UOII'o'
I U) c:
C 0
Co. 0 0
;I c:
1 :J!J :.:J
~ -(I) ~
1(1) "0
.-
i .-0 13
C ::s
y ::I W
~ 0 t
,It: N
c:
-
o
o
c:
:.:J
~
en
c:
.-
o
U
I
M
c:
"8
c:
:.:J
~
.
~
c:
.s
<(
I
-.r-
CONTRACTOR'S OUESTIONNAIRE
NOTE:
Information supplied in response to this questionnaire is subject to verification.
Inaccurate or incomplete answers may be grounds for disqualification from
award of this bid.
Submitted to The Mayor and City Commission of the City of Miami Beach, Florida:
By a~...1..!I!"t. Q. ~':~.'f . ~~ IAI1I!:n.1JM. I",.,~t! J'eecJ/~c! ;.N~
,
Principal Office Ib EM.r ~. ~,.. ~"""4 WAJ H6J sN~ AI, ~ /lJb"
How many years has your organization been in business as a security services provider under your
present business name? , 3
Does your organization have current occupational licenses entitling it to do the work contemplated
in this Contract? Ve~
A ~ ~oc.:l' to(
State of Florida occupational license - state type and number: &~OO la?
~B ~Voo.so
Dade County certificate of competency - state type and number: IN ~n.D e.r6.s
City of Miami Beach occupational license - state type and number: ,.J I A
Include copies of above licenses and certificates with proposal.
Have you ever had a contract terminated (under existing company name or another company name)
due to failure to comply with contractual specifications?
Nt>
If so, where and why? /'ItA
Has any officer or partner of your organization ever failed to fulfill a contract handled in his own
name? /Jt:>
If so, state name of individual, name of owner, and reason thereof ~~
In what other lines of business are you financially interested or engaged? NONe
Give references as to experience, ability, and financial standing
~E:'lt.NA1t.'D ~. ~L. I7n K.IAllIE.L{)H ~,I). /(,,,,"'t..(,OH N.:J 913 .e.se t>&$'t.
What Bank or Banks have you arranged to do business with during the course of the Contract should
it be awarded to you? Anl4l<itlHATeb SAN" JI-/~ UN,CN .sguA'U'; N.V. ",.C/. JCCOJ
~ I ~ "I.~ .371 L /.Et4.~'6 UJt4~tL
BID 46-03/04
DATE: 10/06/04
CITY OF MIAMI BEACH
Page 41 of 45
CONTRACTOR'S QUESTIONNAIRE (CONTD.)
Vendor Campaign Contribution(s):
a. You must provide the names of all individuals or entities (including your sub-consultants)
with a controlling financial interest. The term "controlling financial interest" shall mean the
ownership, directly or indirectly, of 10% or more of the outstanding capital stock in any
corporation or a direct or indirect interest of 10% or more in a firm. The term "firm" shall
mean any corporation, partnership, business trust or any legal entity other than a natural
person.
Nt)Ne.
b. Individuals or entities (including our sub-consultants) with a controlling financial interest:
have """ have not contributed to the campaign either directly or indirectly, of a
candidate who has been elected to the office of Mayor or City Commissioner for the City of
Miami Beach. Please provide the name(s) and date(s) of said contributions and to whom
said contribution was made.
/--- )
RT~" ~~ve answers are e and correct.
4 -,/ "
/
~/
(SEAL)
(SEAL)
BID 46-03/04
DATE: 10/06/04
CITY OF MIAMI BEACH
Page 42 of 45
ARMED/UNARMED SECURITY GUARD SERVICES FOR
THE CITY OF MIAMI BEACH
BID #46-03/04
CUSTOMER REFERENCE LISTING
Contractor's shall furnish the names, addresses, and telephone numbers of a minimum of eight (8)
firms or government organizations for which the Contractor is currently furnishing or has furnished,
similar services.
1)
Company Name
Address
~b HANA~JfEIVr t'D~Io)t/
til I!.XE~U1',)S Zl&>O .su1l1/rtN N.t(. IO'fo,
I
Contact Person/Contract Amount MfL ALAN JJi!&AlmA")
Telephone Number Bvs ,3(.I!.:J tloD
Fax Number Bt./$ ~S ~t./'r
2)
Company Name
Address
W6.6.,tJl.,,61t. l'~.~"iI
,-IB HIIflTIN~ 1J.Je
Contact Person/Contract Amount Htt .,~/toJ k
Telephone Number
Fax Number
3)
Company Name
Address
9,'; &4/ '!loJ'!
9,t/ "$ .27.:17
JJe~ Vt:I'R..Il.. C;'" 0EPf DI P,zrJ'8A7ID4J
..33 ~.s?: Jsw ~.el No" l~tJOt/
Contact Person/Contract Amount IU '7:i::NJoIIf wl/,(DoJ
Telephone Number .J/~ .U.2. o6S. '/
Fax Number ~,~ ~lJ. O'U
Company Name tJEItA} -aKuu ~/t." J.u.("~ ~-n-kIW~
Address " J't:1Rlt;.s /J.JE.. N .i3RUNS....ht." .1oI:S 6B9o I
r r
Contact Person/Contract Amount 110$ lJ,lEN~ ~AN.$I)tJ
4)
Telephone Number
Fax Number
BID 46-03/04
DATE: 10/06/04
1J~ 1"'S S,y,z
1J:J. ""'~ SI:J(.
CITY OF MIAMI BEACH
Page 43 of 4S
5)
6)
7)
8)
BID 46-03/04
DATE: 10/06/04
ARMED/UNARMED SECURITY GUARD SERVICES FOR
THE CITY OF MIAMI BEACH
BID #46-03/04
CUSTOMER REFERENCE LISTING (pAGE 2)
Company Name
Address
M.tUIal!.L. 1='0012.1 / PAfJI!.'W' E~
,
IOf) "1'R.....>'BAiLL ~.,.. Cll2A-a~T.J. N.:!. l> '~fj'
.
Contact Person/Contract Amount M'ft. To"),, aA"/~'1.
Telephone Number
Fax Number
Company Name
Address
10& ~8.a. 7SJB
"8 .as, 8.3"
u.... 'Te.2) -ST"T~ Cu<<~ \Sen.&,)/e6
(60 "t>..s"m.I"I!&ITiD,o l!(u1:>>. E::rJ,'(fjoJ IV..s:
Contact Person/Contract Amount HR.. ~L U@N .i..
Telephone Number 1J,a .JtlA .37.2 A
Fax Number '1J~ .J"8 ..a~8!"
Company Name
Address
/'J.E...!!. . t. -r. C,
fa, ~Itit:I.A"N,~"" "aWl). ~.bINt.. ~.I. o.a fD.r
Contact Person/Contract Amount Itrt.. H'C,u4L /fltUOt/
Telephone Number
Fax Number
Company Name
Address
fix) '" 7J. S, ,S
~t:1' -Ie-, ",t
....s.NlLDJtAt.E p J.~f)/~"'1IIL I~
....
~c ~ 1 ~~
Contact Person/Contract Amount M.a :S~~/"'f, ~/tJ6u!.iZ
Telephone Number
Fax Number
q,t( ,'-8 1,1~
q,a/ ~'8 'SB I
CITY OF MIAMI BEACH
Page 44 of 45
ARMEDIUNARMED SECURITY GUARD SERVICES FOR
THE CITY OF MIAMI BEACH
BID #46-03/04
BID CHECK LIST
To ensure that your bid is submitted in conformance with the Contract Documents, please verify that
the following items have been completed and submitted as required.
X Original and one copy of bid (including all submittal information)
General Conditions Section 1.1
Special Conditions Section 2.17
X Execution of Bid
General Conditions Section 1.2
Insurance Checklist
X Special Conditions Section 2.7
Performance Bond
X General Condition Section 1.27
Special Conditions Section 2.10
X Billing Rate
(Page 39)
X References
Special Conditions 2.12 (Pages 43,44)
X Bidder Qualifications
Special Conditions Section 2.14
Contractor's Questionnaire
X (Page 41, 42)
BID 46-03/04
DATE: 10/06/04
CITY OF MIAMI BEACH
Page 45 of 45
,- ""~'q(<:;N\",wZ::;:~'1P)~?'1;:wr'ii' '~:::t:~~T'~
--.-. --'r' - W. " ',.,. , 'D C --I ,.
'~.. ,.- ~,,,,,,~;.,,,~;l';' ;,.;. }~;, 'ff.~: .. ,,, , . 2l '" o:J: .
..'.,0 : ""'.""-"""-e,~.^, ,':. A .. '" 0 m m> i..~{~
.~,P::.~,-': -:::::.:-... "':.:~~:.... ~;..~ ~:&. ~:'!t .~.. '.rl..~l"~.;t!. < Z
'.' "', " .,..., " " --I - OQ ....
;' '. ':"...;" :J:!!l mm >;
'i!i:"'~~~~ j~i~ i r':
,.. ~ ~ ~ ~ @~ !!I,."
<:.; 5i~S8
~ z"'mr
G)~cz
B c:~
- zm
o~cc
~o!BtD
o:tJ-tm
mg:Z:6
t..Ienm:;:
cJI-1 _
-);; en
w~
Oc:
o-f
......m
en
.-_. .
,...~..
4_';~
? ",~.
<;"',;".
~.:.~~
. .::-::.:' .
.,
....HH
~~O\~~
~~~. l:t
I:I:tIilcJI_z
s:~~~~
iO\o....~H
H CIIH~
lJl ~lJli~
n tIil t"
1:1: . lj
ntJ:l
=2:
n
tIil
t
.;. ..
<--'
"-
.("..:,;,::
- .... ~..
-::";. ~
a,,:,:'..
~
t"
l.ol
W
....
0\
W
~..~-.,
...~....
. ;.
'"
....~~~.
.....-:..
':'::.;
n
,:0,_ =
'''''~' -c;.::. n ~
<~i' ~ ~ ~
":;.,_~ == Cl:l
':~:'" F;j =
' "~=
j' 0"
:20
l!Id2
"~
q:' 2
-;~.
_:...~
'\.-,-,
-::-.
.~
\'
-"i
'"
""'
f(-tf" ." _ j.
'4~i~: .,/f- '-:W:, ,:'
, -',- l: f
',. tee.
"''' , '" \' f ;~,,".~' __
:",' .~; . ':, ," .~~\. ",- -
A.~~, :;fH::.... "v"':W'
.. ~;l;\ ~".~"
-}',
-",".
.~ :.....,-
...:";: '::"
.,,..
m
tIil
~
H
n
tIil
(/)
tJ:l
~
H
>-3
0<
~
~
0<
lJl
~
1:1:
o
"l
~
H
n
tIil
....
o
'"
t..I
VI
'"
o
,.
~
~
= :;
l!'I!j..
~~ .0..::
. .
"
~ t 4
~ ',~
~ .......
~>
Oil>'
t:1 ~
3 Q>-"
~ 8 r: ~ :"
O~F=~ .
2~=n '
~ fi3 tEl d i':et-:,
t"'~l:llI~ >-
.... 0 '" '""':I d>-
n :z 0 ~ '..' .._:.
l!Id l!IJJ :z_.
2", l:IJ ,:
Cl:l 0 ,
"":z '''.
Z >-
C) ~
'='
n ..
i>
~..
r.t) ~J. ". .
d!
~ ~..
:= ;"':.'
rn...
~ ~,
~ ...'
~ ! -~$;
nr
~ t,.
I...
~ _;;t'
.::-.
:::;.
c
o
m
Z
en
m
Z
o
lJl
lJl
l'oJ
".
o
o
o
l.ol
o
.,
,.
...
."J
!
/l
,~
~-::-',Y'f:. ,,=-7c' ,.~;, .
r~r'""-'.:< ...,/;.:.: '-A~~ .. ..'...
-: ~. '"" . '.; -,:~~~" ""~;1::-' ". ','
~;H::- ~.
..- '.~. ;"
~
V' 0 ....:. :it:"'tt fi'l
ft.. F. 1<-; .... ~ :IU'
<:"l rn n .... rn nl
:;tJ '- I"t' to-l fA tl'.
.-n >- Q "'. 0
..... .tJ'" C' X'
~. ,Xl ~n-<
::,,;.0 h',:';>:~'"
..c' VI H .....
~ ..'" t". (,',
;~l i:-;t ;:&: L",
m e-. ;r.
,,~ 2 ,.. ~
.. ... ~ ,..
Vi t?
(A ~-~
. .
.. '
-.. .,. '"' ~
;"'..-, v-:_
~ .....:,. r,.-'~
.....,. lI...~. ",. ~
',', ri :;ti.,
....'
~,
-" t'
r-;,
.....
h'
!I:-., !.,:
fJ, -" \ (-;
\...:.. :;:-; f'"
W.j), ,..
!-:
..... tt'.
fL
2~
e~
to
4:
:i!c~:i!
m~~m
"Umm>
m:DOQ
;;2-fmm
o~mZ
O~6Q
~:D~O
:e~(j):D
:D-.....cn
Zcn-o
Ci>50~
Z~O
to'" cncnO
. ~;1 ~1:9"'"
('I
c o~
,~ ,~ '4K' ~O
""" "U:D
-< .... -fm
'"'" me;)
"4<". :Dc
~* !~
.'
"". c
c.-
....".j. 0-, 5
::D
~
en
~
-f
~
~
::D
::0-
I>
r
~.
<':'
!i---
,
!f:.
...
Cl
e,\
"
""
c;:
"
o
hI
t.., .....
o
",. m
N Z
o en
eo m
.... Z
~ P
~
~
,~ ~
::;; ~
:"- c, Z
p
t."
l.~l
0',
(ii
,....,
CI\
Cii
en
c
m
o
~
ro
'T.S
~
>
o
t!j
I
o
S C~
~ Qa. ~
~ I.~ ~~
t:: .... =
nlS
~~I ~
2! t!j
C') ~
~
i
tn
t!j
S
@
.' ~ ~ -
~,,~~
;.',.'~ ;
r~:;~
.-~)
. J.,;ri
':m
hr."-~
:kIJ
2:::1,<>
,;J
c.nOCZ'1 ~
mn.......'" i!C~i!
C"'mn,...mm C
"'c.m....c.ncn m~!:m m.
m~.c....o 0
.... ,. g;l; "Umm> ~
~ . ;,g '. ~-C m::DoG)
::a~mz . ::D-ttDm
-C..c.n....... 5:1:mz
::a....n G') om6Q
...c% m
me '" ~:B~o 0
c.nzr- :Ili> Ut
. ...> ,... "Uo-::XI "
-<CIJCIJ
c.n c :!!cnt:2 ~ ~
> z-(") c
c.n G)Omo "
. . Zzo c
...~....... ClJCJJr- W
.OZ!j ~~
z~n >
"'l:lo.m :.- (")~ '='
~~ :xl "Q
. Z ::a :1:0 ~
Ut :-. ~m o I
~N r- ...
,...:2: ~
0 .... .' ::Dc:
loW Z N ,.. S;;
Wilt ... oJ~
1>'" m
~,., r- o -n m
.."m ... ~ r- 0
.m ... 0 S ~lil
... en ::D
m ~ '."c: ~I ~
z
n ~ NO
m Nm ~ ;z:~
en ~ oZ
cCIJ
m Nm ;ir~
~ n1 ~z
< ..p
... $I>
n 2J ~ =s ~
m
. ::XI C') ~
! I
~ ~
8 Cf)
I .'~ ~ ~
f2
t z ~
p
~
~
.."
..
0